Public Works Packet 2022 03-15-22
AGENDA
PUBLIC WORKS COMMITTEE MEETING
Tuesday, March 15, 2022
6:00 p.m.
City Hall Conference Room
800 Game Farm Road, Yorkville, IL
Citizen Comments:
Minutes for Correction/Approval: February 15, 2022
New Business:
1. PW 2022-18 Snow Operations Report
2. PW 2022-19 Water Department Reports October 2021 – February 2022
3. PW 2022-20 2022 Road to Better Roads Program – Bid Award
4. PW 2022-21 2022 Road to Better Roads - Construction Engineering Agreement
5. PW 2022-22 E. Main Street Water Main Improvements – Bid Award
6. PW 2022-23 E. Main Street Water Main Improvements - Construction Engineering Agreement
7. PW 2022-24 Kennedy Road and Mill Road Intersection Improvements - Bid Award
8. PW 2022-25 Kennedy Road and Mill Road Intersection Improvements - Construction Engineering
Agreement
9. PW 2022-26 Fox Hill Roadway Improvements – Pavement Condition Update
10. PW 2022-27 Bucket Truck Price Increase
11. PW 2022-28 Fiscal Year 2023 Budget Proposal
12. PW 2022-29 Resolution Authorizing a Contract for Street Light Heads, Arms, and Poles with
Amperage Electrical Supply, Roselle, Illinois in the Amount not to Exceed $80,534.00
13. PW 2022-30 Resolution in Support of the “Wyland Mayor’s Challenge for Water Conservation”
Old Business:
Additional Business:
United City of Yorkville
800 Game Farm Road
Yorkville, Illinois 60560
Telephone: 630-553-4350
www.yorkville.il.us
Public Works Committee Agenda
January 19, 2021
Page 2
2019/2020/2021 City Council Goals – Public Works Committee
Goal Priority Staff
“Municipal Building Needs & Planning” 2 Bart Olson, Rob Fredrickson, Eric Dhuse,
James Jensen, Tim Evans & Erin Willrett
“Road to Better Roads Funding” 3 Bart Olson, Rob Fredrickson & Eric Dhuse
“Water Planning” 6 Eric Dhuse & Brad Sanderson
“School Safety (Exterior & Traffic)” 8 (tie) Eric Dhuse & James Jensen
“Quiet Zones” 14 (tie) Eric Dhuse, Erin Willrett & Brad Sanderson
“Route 47 Crossings” 19 Eric Dhuse & Brad Sanderson
UNITED CITY OF YORKVILLE
WORKSHEET
PUBLIC WORKS COMMITTEE
Tuesday, March 15, 2022
6:00 PM
CITY HALL CONFERENCE ROOM
---------------------------------------------------------------------------------------------------------------------------------------
CITIZEN COMMENTS:
---------------------------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------------------
MINUTES FOR CORRECTION/APPROVAL:
---------------------------------------------------------------------------------------------------------------------------------------
1. February 15, 2022
□ Approved __________
□ As presented
□ With corrections
---------------------------------------------------------------------------------------------------------------------------------------
NEW BUSINESS:
---------------------------------------------------------------------------------------------------------------------------------------
1. PW 2022-18 Snow Operations Report
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
2. PW 2022-19 Water Department Reports October 2021 – February 2022
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
3. PW 2022-20 2022 Road to Better Roads Program – Bid Award
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
4. PW 2022-21 2022 Road to Better Roads - Construction Engineering Agreement
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
5. PW 2022-22 E. Main Street Water Main Improvements – Bid Award
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
6. PW 2022-23 E. Main Street Water Main Improvements - Construction Engineering Agreement
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
7. PW 2022-24 Kennedy Road and Mill Road Intersection Improvements - Bid Award
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
8. PW 2022-25 Kennedy Road and Mill Road Intersection Improvements - Construction Engineering
Agreement
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
9. PW 2022-26 Fox Hill Roadway Improvements – Pavement Condition Update
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
10. PW 2022-27 Bucket Truck Price Increase
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
11. PW 2022-28 Fiscal Year 2023 Budget Proposal
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
12. PW 2022-29 Resolution Authorizing a Contract for Street Light Heads, Arms, and Poles with Amperage
Electrical Supply, Roselle, Illinois in the Amount not to Exceed $80,534.00
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
13. PW 2022-30 Resolution in Support of the “Wyland Mayor’s Challenge for Water Conservation”
□ Moved forward to CC __________
□ Approved by Committee __________
□ Bring back to Committee __________
□ Informational Item
□ Notes ___________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
---------------------------------------------------------------------------------------------------------------------------------------
ADDITIONAL BUSINESS:
---------------------------------------------------------------------------------------------------------------------------------------
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
Minutes
Tracking Number
Minutes of the Public Works Committee – February 15, 2022
Public Works Committee – March 15, 2022
Majority
Committee Approval
Minute Taker
Name Department
DRAFT
Page 1 of 3
UNITED CITY OF YORKVILLE
PUBLIC WORKS COMMITTEE
Tuesday, February 15, 2022, 6:00pm
Yorkville City Hall, Council Chambers
800 Game Farm Road
In accordance with Public Act 101-0640 and Gubernatorial Disaster Proclamation issued by Governor Pritzker
pursuant to the powers vested in the Governor under the Illinois Emergency Management Agency Act, the
United City of Yorkville is encouraging social distancing during the ongoing pandemic by allowing remote
attendance for this meeting.
IN AT TENDANCE:
Committee Members
Chairman Matt Marek, in-person
Alderman Ken Koch, in-person
Alderman Joe Plocher, in-person
Absent: Alderman Seaver Tarulis
Other City Officials
City Administrator Bart Olson, in-person
Assistant City Administrator Erin Willrett, remote
Engineer Brad Sanderson, EEI, in-person
Public Works Director Eric Dhuse, in-person
Community Development Director Krysti Barksdale-Noble, remote
EEI, Nadia Schweisthal, in-person
Other Guests: None
The meeting was called to order at 6:00pm by Chairman Matt Marek
Citizen Comments: None
Previous Meeting Minutes: January 18, 2022
The minutes were approved as presented.
New Business:
1. PW 2022-06 Snow Operations Report
Mr. Dhuse said the season has been normal so far. Public Works will soon be picking up 2 trucks in Indiana that
are ready to spread salt. Currently the city has 750 ton of salt and an extra 1,000 ton at the county.
2. PW 2022-07 Kane Kendall Council of Mayors – Call for Projects
Mr. Sanderson said there is a call for projects from the Kane Kendall Council of Mayors. The project request
comes from CMAP to the Mayors every 2 years and is federally funded. In 2020 Bristol Ridge Rd. was re-
surfaced with some of these funds. There are 3 types of projects eligible: major reconstruction, rehab and
preservation. Mr. Sanderson said Bristol Ridge Rd. would be a preservation project and it is the one being
recommended. He said it is the committee's choice if they want to do another application and East Van Emmon
is also being recommended. He said about $400,000 in federal funds would be available for Van Emmon.
These are considered FAU routes (more heavily traveled) and only federal funds can be used. Krysti Barksdale-
Page 2 of 3
Noble has applied for a grant for Van Emmon as well. Looking ahead, Engineer Sanderson said Cannonball
Trail, Kennedy Rd. and W. River St. would be recommended in 2 years. Applications are due at the end of
March and a project will be selected later this year. The committee was OK with these recommendations and
this will move to the Council on the regular agenda.
3. PW 2022-08 EEI Rate Increase Request
Mr. Olson said this the annual inflationary rate increase request. This applies to special projects with
engineering agreements and the base agreement which is capped at $240,000. With the increase, it would
decrease the number of hours allocated for the base agreement. He sees no issue with the 5% increase and
recommended approval. Alderman Koch asked if the city ever goes out for an RFP for engineering service
quotes. The standard for RFP's in the state code is usually for amounts over $25,000 or $40,000 unless the
Council approves with a super majority or has a previous relationship with a firm. This moves to the regular
Council agenda.
4. PW 2022-09 North Central Elevated Water Storage Tank Rehabilitation – Bid Award
Bids were let on February 4th for the rehabilitation/coating of the tank off Tower Lane. Containment will be
utilized to minimize overspray to nearby homes. Three bids were received and Mr. Sanderson recommended the
bid be awarded to Jetco at $630,750 which was below estimate. The committee was OK with this and it will
move to the consent agenda.
5. PW 2022-10 North Central Elevated Water Storage Tank Rehabilitation – Construction Engineering
Agreement
This agreement covers the project described in item #4. It is budgeted and estimated at $50,000. Mr. Olson
recommended approval and it moves to the consent agenda.
6. PW 2022-11 Mill Road Reconstruction – Change Order No. 1
Ms. Schweisthal said Nicor completed their relocation work on November 10 and staff decided to delay the
project to May due to weather. The committee was OK with this and the item moves to the consent agenda.
7. PW 2022-12 Raintree Village – Unit 5 Lot 362 – Plat of Easement Modification
Mr. Sanderson said Lennar requested to modify a drainage easement due to an existing berm in a Lennar-owned
lot. In order to blend in the grading with adjacent lots, additional area was needed. Staff supports the grading
plans submitted. Alderman Koch asked if Lennar must disclose the easement is different when they sell it and it
was stated they will be required to furnish a plat of survey. This moves to the regular Public Works agenda.
8. PW 2022-13 Timber Ridge Estates (former Kendallwood) – Proposed Dormant Special Service Area (SSA)
Mr. Olson explained that when an HOA fails, the SSA is a mechanism to take its place. Ms. Noble further
explained the backup SSA allows the city to perform whatever maintenance is necessary. In this agreement,
there are 8 lots designated for stormwater management. Lot 91 is the temporary access easement which staff is
recommending be removed from this ordinance. This development is unique because there is fencing and a
retaining wall. The Engineer estimated the cost of maintaining the stormwater facilities at about $33,000 per
year, which includes maintenance of the basins and removal/replacement of both the fence and retaining wall.
The 83 residential lots have an EAV of $450,000. The SSA tax total is $1,650 annually. The tax listed in the
memo is the standard maximum SSA tax, but Mr. Olson does not anticipate having to use it. The developer has
some questions, so it is not certain if this matter will be on next week's agenda. Alderman Koch asked how long
it takes to activate the HOA and Mr. Olson said it should be formed when the first house is sold. He said the
HOA can theoretically be controlled by the developer until total buildout occurs. Mr. Koch said he had 2
experiences in his Ward where the HOA was controlled by the developer for an extended time. This moves to
the next regular Council agenda.
Page 3 of 3
9. PW 2022-14 Grande Reserve – Unit 9 Street Name Change
Ms. Schweisthal reported on the next 3 items. She said the Kendall County GIS wanted to rename Seeley Street,
(a cul-de-sac north of Allegiance), to Seeley Court. The developer was OK with this and this item moves to the
Council consent agenda upon recommendation of the committee.
10. PW 2022-15 Grande Reserve – Unit 13 Acceptance
This is related to the punchlist in Unit 13 where there are 2 lots that need sidewalk, which is anticipated to be
finished before the 1 year bond expiration. There is a letter of credit reduction in the amount of $123,062. This
will move to the consent agenda.
11. PW 2022-16 Grande Reserve – Unit 14 Acceptance
Ms. Schweisthal said the punchlist work has been completed. There are 3 lots that need sidewalk which is
anticipated to be finished prior to the letter of credit expiring. The reduction is $176,242 with a 10%
performance guarantee. This also moves to the consent agenda.
12. PW 2022-17 Fox Road Intergovernmental Agreement with Kendall County
Mr. Olson said Kendall County needs approval of this agreement within 2 days to be able to bid out by April 1.
He explained Fox Road is city controlled to the west edge of Rivers Edge and then under Kendall County's
jurisdiction. Under county funding rules, the county would like to assume ownership over the road from the
municipal boundary to Rt. 47. They have the funds and grant opportunities for improvements and they are also
asking the city to contribute towards the resurfacing. The downside is that the city would lose some control of
the road. He said Mayor Purcell wishes to talk with county officials to determine the costs and details. The city
is estimating the cost is $600,000 for resurfacing which includes a piece of missing sidewalk. The county
would then send a bill to the city. Mr. Dhuse said the county has also done this in Plano. Alderman Koch
asked about a portion of a sidewalk that will not be addressed in this project. Mr. Olson said the city has had
jurisdictional transfers like this before and the same will occur with Van Emmon.
Old Business: None
Additional Business:
In response to Alderman Koch's inquiry if progress had been made on the out-of-service light at Tuma Rd., there
has been no further movement. He also noted that the southbound lane of Rt. 47 by Landmark Car Wash is
cracking. Mr. Dhuse said there is a large storm sewer there and he will inform IDOT.
Mr. Olson reported on Bright Farms and said he and other city staff had attended a meeting with YBSD. YBSD
is in favor of the proposal and the city will forward it to the next YBSD meeting scheduled for March 14. He
does not know if there will be a full development agreement by the next Council meeting, but he will have
preliminary information.
There was no further business and the meeting adjourned at 6:38pm.
Minutes respectfully transcribed by
Marlys Young, Minute Taker, in-person
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Human Resources
Community Development
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #1
Tracking Number
PW 2022-18
Snow Operations Report
Public Works Committee – March 15, 2022
None
Informational item
Monthly snow operations report
Eric Dhuse Public Works
Name Department
Summary
Monthly snow operation report.
Background
Since the last report, we have had 2 events where PW and Parks have had to perform
winter snow removal operations. Again, this continues to be a very average winter, we see snow
every 7-10 days with periods of decent weather in between. Hopefully this trend continues right
through the end of the season.
We received our trucks back from the fabricator just in time to work on the 2/17 snow,
but only one was able to be added to the fleet. We had to get a new air tank for one of the units
before we could use it safely. This unit went back in service for the 2/24-2/25 event.
From this point on, we may only be looking at 1-2 more snow events, none of which
should stick for very long. We are seeing the frost start to come out of the ground and cause
everything to heave and be unsettled until our temperatures stabilize above freezing.
Below is the table for the different storm events from the past month.
2/17,2/24, 2/25 Set to
3/2/2022 Salt Varies
G-Temp Brine Varies
Recorder ED
Total Miles Average Salt Lbs of Lbs of Brine Gallons of Gal Brine/Tons of
RT-Truck ID Driven MPH Miles Salt Used Salt/Mi.Miles Brine Used Ton Salt Salt Used
R1-#9 477.9 11.2 132.90 82620 621.80 99 477 14.60 41.31
R2-#27 463 13.0 149.20 89005 596.50 0 0 0.00 44.50
R3-#10 133 14.5 64.50 35729 553.90 0 0 0.00 17.86
R4-#13 339.9 9.6 160.80 97223 604.90 0 0 0.00 48.61
R5-#23 385.5 17.2 150.00 81933 546.20 81 325 13.30 40.97
R6-#18 309.4 10.7 129.30 81741 624.70 93 462 14.80 40.87
R7-#28 121.8 5.1 56.30 30170 535.80 56 270 17.90 15.09
R8-#22 386.4 5.9 98.20 62921 640.70 0 0 0.00 31.46
R9-#11 458.2 8.0 123.80 77343 624.70 62 459 19.90 38.67
R7-#3 260 130 78000 600 39
R7-#14 260 130 78000 600 39
R6-#6 260 130 78000 600 39
R3-#19 240 120 72000 600 36
Total 4095.1 10 1065.0 944685 596.09 391 1993 16.10 472.34
Out of Service
Estimated. Small trucks not equipped with recording hardware.
Snow Operations Salt and Brine Data
Snow Event Date
Date of Recording
Recommendation
This is an informational item.
Memorandum
To: Public Works Committee
From: Eric Dhuse, Director of Public Works
CC: Bart Olson, City Administrator
Date: March 4, 2022
Subject: Snow operations report
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #2
Tracking Number
PW 2022-19
Water Department Reports for October 2021 – February 2022
Public Works Committee – March 15, 2022
Majority
Approval
Monthly water reports as required by IEPA
Eric Dhuse Public Works
Name Department
United City of Yorkville
WATER DEPARTMENT REPORT
October
2021 _
MONTH / YEAR
WELLS
NO WELL DEPTH
(FEET)
PUMP DEPTH
(FEET)
WATER ABOVE PUMP
(FEET)
THIS MONTH’S PUMPAGE
(GALLONS)
4 1386 664 392 8,747,000
7 1527 1125 370 9,816,600
8 1384 840 553 21,427,000
9 1368 861 527 13,806,000
TOTAL PUMPED 53,796,600
CURRENT MONTH’S PUMPAGE IS 13,725,600 GALLONS LESS THAN LAST MONTH
7,373,800 GALLONS LESS THAN LAST YEAR
DAILY AVERAGE PUMPED: _ 1,735,374 ___GALLONS
DAILY MAXIMUM PUMPED: __ 2,277,000 GALLONS
DAILY AVERAGE PER CAPITA USE: ___ 80.71 __ GALLONS
WATER TREATMENT:
CHLORINE: 1401 LBS. FED CALCULATED CONCENTRATION: ___3.28__ MG/L
FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.73 __ MG/L
POLYPHOSPHATE: 1205 _ LBS. FED CALCULATED CONCENTRATION: ___0.99___ MG/L
WATER QUALITY:
BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY:
__25 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN)
___________________________________________________________________________________________
FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.73 MG/L
MAINTENANCE:
NUMBER OF METERS REPLACED: __26 NUMBER OF LEAKS OR BREAKS REPAIRED: __ ___
MXU’S: _9_ BATTERIES REPLACED: _
NEW CUSTOMERS:
RESIDENTIAL: __17 COMMERCIAL: ____ 0_ _ INDUSTRIAL/GOVERNMENTAL: ___ ___
COMMENTS:
United City of Yorkville
WATER DEPARTMENT REPORT
November
2021 _
MONTH / YEAR
WELLS
NO WELL DEPTH
(FEET)
PUMP DEPTH
(FEET)
WATER ABOVE PUMP
(FEET)
THIS MONTH’S PUMPAGE
(GALLONS)
4 1386 664 389 12,670,000
7 1527 1125 358 8,465,000
8 1384 840 545 19,554,000
9 1368 861 522 6,540,000
TOTAL PUMPED 47,229,000
CURRENT MONTH’S PUMPAGE IS 6,567,600 GALLONS LESS THAN LAST MONTH
13,941,400 GALLONS LESS THAN LAST YEAR
DAILY AVERAGE PUMPED: _ 1,574,300 ___GALLONS
DAILY MAXIMUM PUMPED: __ 2,405,000 GALLONS
DAILY AVERAGE PER CAPITA USE: ___ 72.81 __ GALLONS
WATER TREATMENT:
CHLORINE: 1279 LBS. FED CALCULATED CONCENTRATION: ___3.42__ MG/L
FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.71 __ MG/L
POLYPHOSPHATE: 1089 _ LBS. FED CALCULATED CONCENTRATION: ___1.02___ MG/L
WATER QUALITY:
BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY:
__25 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN)
___________________________________________________________________________________________
FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.73 MG/L
MAINTENANCE:
NUMBER OF METERS REPLACED: __21 NUMBER OF LEAKS OR BREAKS REPAIRED: __ ___
MXU’S: __
BATTERIES REPLACED: _
NEW CUSTOMERS:
RESIDENTIAL: __38 COMMERCIAL: ____ 0_ _ INDUSTRIAL/GOVERNMENTAL: ___ ___
United City of Yorkville
WATER DEPARTMENT REPORT
December
2021 _
MONTH / YEAR
WELLS
NO WELL DEPTH
(FEET)
PUMP DEPTH
(FEET)
WATER ABOVE PUMP
(FEET)
THIS MONTH’S PUMPAGE
(GALLONS)
4 1386 664 386 12,378,000
7 1527 1125 411 8,647,000
8 1384 840 552 15,587,000
9 1368 861 517 13,300,000
TOTAL PUMPED 49,912,000
CURRENT MONTH’S PUMPAGE IS 2,683,100 GALLONS MORE THAN LAST MONTH
462,700 GALLONS MORE THAN LAST YEAR
DAILY AVERAGE PUMPED: _ 1,610,068 ___GALLONS
DAILY MAXIMUM PUMPED: __ 2,162,000 GALLONS
DAILY AVERAGE PER CAPITA USE: ___ 74.11 __ GALLONS
WATER TREATMENT:
CHLORINE: 1304 LBS. FED CALCULATED CONCENTRATION: ___3.32__ MG/L
FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.71 __ MG/L
POLYPHOSPHATE: 1190 _ LBS. FED CALCULATED CONCENTRATION: ___1.06___ MG/L
WATER QUALITY:
BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY:
__25 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN)
___________________________________________________________________________________________
FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.71 MG/L
MAINTENANCE:
NUMBER OF METERS REPLACED: __15 (2COM) NUMBER OF LEAKS OR BREAKS REPAIRED: __ ___
MXU’S: __ 2 BATTERIES REPLACED: _
NEW CUSTOMERS:
RESIDENTIAL: __34 COMMERCIAL: ____ 0_ _ INDUSTRIAL/GOVERNMENTAL: ___ ___
COMMENTS:
United City of Yorkville
WATER DEPARTMENT REPORT
January
2022 _
MONTH / YEAR
WELLS
NO WELL DEPTH
(FEET)
PUMP DEPTH
(FEET)
WATER ABOVE PUMP
(FEET)
THIS MONTH’S PUMPAGE
(GALLONS)
4 1386 664 382 12,927,000
7 1527 1125 347 8,740,000
8 1384 840 546 16,638,000
9 1368 861 512 12,627,000
TOTAL PUMPED 50,932,000
CURRENT MONTH’S PUMPAGE IS 1,019,900 GALLONS MORE THAN LAST MONTH
842,800 GALLONS MORE THAN LAST YEAR
DAILY AVERAGE PUMPED: _ 1,642,968 ___GALLONS
DAILY MAXIMUM PUMPED: __ 2,263,000 GALLONS
DAILY AVERAGE PER CAPITA USE: ___ 75.93 __ GALLONS
WATER TREATMENT:
CHLORINE: 1332 LBS. FED CALCULATED CONCENTRATION: ___3.31__ MG/L
FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.69 __ MG/L
POLYPHOSPHATE: 1099 _ LBS. FED CALCULATED CONCENTRATION: ___0.96___ MG/L
WATER QUALITY:
BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY:
__25 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN)
___________________________________________________________________________________________
FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.69 MG/L
MAINTENANCE:
NUMBER OF METERS REPLACED: __20 NUMBER OF LEAKS OR BREAKS REPAIRED: __ 1___
MXU’S: __ BATTERIES REPLACED: _
NEW CUSTOMERS:
RESIDENTIAL: __36 COMMERCIAL: ____ 0_ _ INDUSTRIAL/GOVERNMENTAL: ___ ___
COMMENTS:
United City of Yorkville
WATER DEPARTMENT REPORT
February
2022 _
MONTH / YEAR
WELLS
NO WELL DEPTH
(FEET)
PUMP DEPTH
(FEET)
WATER ABOVE PUMP
(FEET)
THIS MONTH’S PUMPAGE
(GALLONS)
4 1386 664 384 13,094,000
7 1527 1125 355 7,722,400
8 1384 840 540 14,623,000
9 1368 861 505 10,789,000
TOTAL PUMPED 46,288,400
CURRENT MONTH’S PUMPAGE IS 4,703,600 GALLONS LESS THAN LAST MONTH
2,022,600 GALLONS LESS THAN LAST YEAR
DAILY AVERAGE PUMPED: _ 1,651,014 ___GALLONS
DAILY MAXIMUM PUMPED: __ 2,418,000 GALLONS
DAILY AVERAGE PER CAPITA USE: ___ 76.15 __ GALLONS
WATER TREATMENT:
CHLORINE: 1138 LBS. FED CALCULATED CONCENTRATION: ___3.12__ MG/L
FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.73 __ MG/L
POLYPHOSPHATE: 1066 _ LBS. FED CALCULATED CONCENTRATION: ___1.02___ MG/L
WATER QUALITY:
BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY:
__25 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN)
___________________________________________________________________________________________
FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.69 MG/L
MAINTENANCE:
NUMBER OF METERS REPLACED: __14 NUMBER OF LEAKS OR BREAKS REPAIRED: __ 5___
MXU’S: __2 BATTERIES REPLACED: _
NEW CUSTOMERS:
RESIDENTIAL: __21 COMMERCIAL: ____ 0_ _ INDUSTRIAL/GOVERNMENTAL: ___ ___
COMMENTS:
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #3
Tracking Number
PW 2022-20
2022 Road to Better Roads Program – Bid Award
Public Works Committee – March 15, 2022
Majority
Consideration of Contract Award
2022 Roads to Better Roads – Recommendation to Award
Brad Sanderson Engineering
Name Department
Bids were received, opened, and tabulated for work to be done on the 2022 Road Program at 10:00 a.m.,
March 8, 2022. Representatives of contractors bidding the project, the City and our firm were in
attendance. A tabulation of the bids and the engineer’s estimate is attached for your information and
record.
We recommend the acceptance of the Bid and approval of award be made to the low bidder, Geneva
Construction Co. P.O. Box 998 Aurora, IL 60507 in the total amount of $1,409,944.25.
If you have any questions or require additional information, please let us know.
FY 23 Budget Impact
The upcoming FY 23 Road to Better Roads Program is budgeted at $1.576M – which includes the 2022
Road Program, the pavement striping, and preservation programs and roadwork costs associated with the
East Main Street Project (presented as a separate agenda item). Due to recent geopolitical events, oil
prices have sharply increased, which has resulted in the cost of asphalt increasing by 18%, from
$63.70/ton to $75/ton. As a result, bids for these projects came in over proposed budget amounts at
$1,700,394, comprised as follows:
• $1,409,944 – 2022 Road Program construction (includes striping and pavement preservation)
• $99,000 – 2022 Road Program construction engineering
• $174,648 – East Main Street roadwork construction
• $16,802 – East Main Street construction engineering
There are two options as to how to fund this overage amount of $124,294, as shown below:
1. The Roads to Better Roads line item in the FY 23 budget contains a contingency amount of
$150,000 which could be utilized to offset the overage, or
2. Council could approve the contract as is, and then reduce the scope of the 2022 Roads Program
and/or East Main roadwork by ~$125,000 via change order.
For your review and consideration.
Memorandum
To: Bart Olson, City Administrator
From: Brad Sanderson, EEI
Rob Fredrickson, Finance Director
CC: Eric Dhuse, Director of Public Works
Jori Behland, City Clerk
Shanel Gayle, Purchasing Manager
Date: March 8, 2022
Subject: 2022 Road Program
Page 1 of 1BID TABULATIONENGINEER'S ESTIMATEGENEVA CONSTRUCTION CO. BUILDERS PAVING LLCBIDS RECEIVED 10:00 A.M. 03/08/2022 52 Wheeler Road P.O. BOX 998 4401 Roosevelt RoadSugar Grove, IL 60554 AURORA,IL Hillside, IL 60162TOTAL BID$1,390,000.00 $1,409,944.25 $1,422,888.00BID BOND XXSIGNED BID XXADDENDUM NO. 1XXBID TABULATIOND. CONSTRUCTION, INC.BIDS RECEIVED 10:00 A.M. 03/08/2022 1488 S. Broadway St.Coal City, IL 60416TOTAL BID$1,477,707.19BID BOND XSIGNED BID XADDENDUM NO. 1XBID SUMMARY2022 YORKVILLE ROAD PROGRAMUNITED CITY OF YORKVILLEENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
BIDS RECD 3/4/2022ITEMUNIT UNIT UNIT UNITNO.DESCRIPTIONUNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT1 SUPPLEMENTAL WATERING UNIT 16.01.00$ 16.00$ 0.01$ 0.16$ 1.10$ 17.60$ 100.00$ 1,600.00$ 2 BITUMINOUS MATERIALS (TACK COAT) POUND 42743.00.01$ 427.43$ 0.01$ 427.43$ 0.01$ 427.43$ 0.10$ 4,274.30$ 3 HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SQ YD 480.010.00$ 4,800.00$ 15.00$ 7,200.00$ 15.00$ 7,200.00$ 15.00$ 7,200.00$ 4 HOT-MIX ASPHALT BINDER COURSE, IL- 9.5, N50 TON 5318.075.00$ 398,850.00$ 76.50$ 406,827.00$ 79.00$ 420,122.00$ 71.00$ 377,578.00$ 5 HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N50 TON 5318.075.00$ 398,850.00$ 76.50$ 406,827.00$ 79.00$ 420,122.00$ 71.00$ 377,578.00$ 6 SIDEWALK REMOVAL SQ FT 8110.01.30$ 10,543.00$ 2.00$ 16,220.00$ 1.65$ 13,381.50$ 1.50$ 12,165.00$ 7 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH SQ FT 8465.07.20$ 60,948.00$ 6.75$ 57,138.75$ 7.10$ 60,101.50$ 7.25$ 61,371.25$ 8 DETECTABLE WARNINGS SQ FT 490.030.00$ 14,700.00$ 34.00$ 16,660.00$ 35.20$ 17,248.00$ 30.00$ 14,700.00$ 9 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 2275.038.00$ 86,450.00$ 38.50$ 87,587.50$ 39.60$ 90,090.00$ 33.00$ 75,075.00$ 10 HOT-MIX ASPHALT SURFACE REMOVAL, 3" SQ YD 2200.02.75$ 6,050.00$ 2.50$ 5,500.00$ 2.20$ 4,840.00$ 3.00$ 6,600.00$ 11 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH SQ YD 61020.02.35$ 143,397.00$ 2.30$ 140,346.00$ 1.95$ 118,989.00$ 2.50$ 152,550.00$ 12 CLASS D PATCHES, TYPE III, 3 INCH SQ YD 371.030.50$ 11,315.50$ 30.00$ 11,130.00$ 33.00$ 12,243.00$ 32.00$ 11,872.00$ 13 CLASS D PATCHES, TYPE IV, 3 INCH SQ YD 664.026.60$ 17,662.40$ 25.00$ 16,600.00$ 33.00$ 21,912.00$ 30.00$ 19,920.00$ 14 CRACK ROUTING (PAVEMENT) FOOT 60000.00.02$ 1,200.00$ 0.01$ 600.00$ 0.02$ 1,200.00$ 0.01$ 600.00$ 15 CRACK FILLINGPOUND 20000.01.32$ 26,400.00$ 1.35$ 27,000.00$ 1.45$ 29,000.00$ 1.35$ 27,000.00$ 16 ROUTING AND SEALING CRACKS FOOT 31684.00.48$ 15,208.32$ 0.40$ 12,673.60$ 0.44$ 13,940.96$ 0.50$ 15,842.00$ 17 MANHOLES TO BE ADJUSTED EACH 6.0550.00$ 3,300.00$ 650.00$ 3,900.00$ 715.00$ 4,290.00$ 500.00$ 3,000.00$ 18 INLETS TO BE ADJUSTED EACH 54.0350.00$ 18,900.00$ 400.00$ 21,600.00$ 385.00$ 20,790.00$ 350.00$ 18,900.00$ 19 SANITARY MANHOLES TO BE ADJUSTED EACH 4.01,350.00$ 5,400.00$ 650.00$ 2,600.00$ 715.00$ 2,860.00$ 750.00$ 3,000.00$ 20 SANITARY MANHOLE TO BE RECONSTRUCTED EACH 1.02,050.00$ 2,050.00$ 1,500.00$ 1,500.00$ 1,650.00$ 1,650.00$ 1,800.00$ 1,800.00$ 21 VALVE BOXES TO BE ADJUSTED EACH 1.0270.00$ 270.00$ 450.00$ 450.00$ 330.00$ 330.00$ 250.00$ 250.00$ 22 B-BOX TO BE ADJUSTED EACH 4.0150.00$ 600.00$ 450.00$ 1,800.00$ 330.00$ 1,320.00$ 200.00$ 800.00$ P.O. BOX 998D. CONSTRUCTION, INC. ENGINEER'S ESTIMATE52 Wheeler RoadGENEVA CONSTRUCTION CO.1488 S. Broadway St.BUILDERS PAVING LLC4401 Roosevelt RoadHillside, IL 60162 Sugar Grove, IL 60554Coal City, IL 60416 AURORA,IL 60507BID TABULATION 2022 YORKVILLE ROAD PROGRAMUNITED CITY OF YORKVILLEBID TABULATIONENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
BIDS RECD 3/4/2022ITEMUNIT UNIT UNIT UNITNO.DESCRIPTIONUNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNTP.O. BOX 998D. CONSTRUCTION, INC. ENGINEER'S ESTIMATE52 Wheeler RoadGENEVA CONSTRUCTION CO.1488 S. Broadway St.BUILDERS PAVING LLC4401 Roosevelt RoadHillside, IL 60162 Sugar Grove, IL 60554Coal City, IL 60416 AURORA,IL 60507BID TABULATION 2022 YORKVILLE ROAD PROGRAMUNITED CITY OF YORKVILLEBID TABULATION23 TYPE 1 FRAME AND GRATE, OPEN LID EACH 1.0400.00$ 400.00$ 450.00$ 450.00$ 451.00$ 451.00$ 375.00$ 375.00$ 24 TYPE 6 FRAME AND GRATE EACH 22.0900.00$ 19,800.00$ 420.00$ 9,240.00$ 451.00$ 9,922.00$ 375.00$ 8,250.00$ 25 TYPE 11 FRAME AND GRATE EACH 1.0520.00$ 520.00$ 450.00$ 450.00$ 451.00$ 451.00$ 375.00$ 375.00$ 26 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 1687.05.00$ 8,435.00$ 5.00$ 8,435.00$ 5.50$ 9,278.50$ 4.75$ 8,013.25$ 27 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 53832.00.60$ 32,299.20$ 0.60$ 32,299.20$ 0.66$ 35,529.12$ 0.70$ 37,682.40$ 28 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 11778.00.85$ 10,011.30$ 0.85$ 10,011.30$ 0.94$ 11,071.32$ 1.40$ 16,489.20$ 29 THERMOPLASTIC PAVEMENT MARKING - LINE 8" FOOT 423.01.20$ 507.60$ 1.20$ 507.60$ 1.32$ 558.36$ 2.40$ 1,015.20$ 30 THERMOPLASTIC PAVEMENT MARKING - LINE 12" FOOT 3031.02.00$ 6,062.00$ 2.00$ 6,062.00$ 2.20$ 6,668.20$ 3.00$ 9,093.00$ 31 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 794.04.50$ 3,573.00$ 4.50$ 3,573.00$ 4.95$ 3,930.30$ 4.75$ 3,771.50$ 32 RAISED REFLECTIVE PAVEMENT MARKER REMOVAL EACH 110.010.00$ 1,100.00$ 13.10$ 1,441.00$ 8.00$ 880.00$ 25.00$ 2,750.00$ 33 SODDING, SPECIAL SQ YD 1243.014.85$ 18,458.55$ 15.65$ 19,452.95$ 33.00$ 41,019.00$ 18.00$ 22,374.00$ 34 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 12.080.00$ 960.00$ 95.00$ 1,140.00$ 88.00$ 1,056.00$ 110.00$ 1,320.00$ 35 HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 83.042.00$ 3,486.00$ 40.00$ 3,320.00$ 32.00$ 2,656.00$ 50.00$ 4,150.00$ 36 BIKE PATH REMOVAL SQ FT 420.01.30$ 546.00$ 8.00$ 3,360.00$ 8.50$ 3,570.00$ 2.00$ 840.00$ 37 HMA BIKE PATH REMOVAL AND REPLACEMENT SQ YD 79.031.00$ 2,449.00$ 40.00$ 3,160.00$ 32.00$ 2,528.00$ 50.00$ 3,950.00$ 38 DETECTOR LOOP REPLACEMENT FOOT 175.020.49$ 3,585.75$ 20.49$ 3,585.75$ 55.00$ 9,625.00$ 30.00$ 5,250.00$ 39 TRAFFIC CONTROL AND PROTECTION LSUM 1.010,500.00$ 10,500.00$ 11,899.56$ 11,899.56$ 10,000.00$ 10,000.00$ 12,492.30$ 12,492.30$ 40 EMULSIFIED MALTENE-BASED REJUVENATOR SQ YD 59320.01.01$ 59,913.20$ 1.01$ 59,913.20$ 1.12$ 66,438.40$ 0.98$ 58,133.60$ TOTAL BID1,409,944.25 1,422,888.00 1,477,707.19 1,390,000.00% BELOW/ABOVE ENGINEER'S ESTIMATE 1.43% 2.37% 6.31%ENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-(
)
-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-(
)-()-(
)-
(
)-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
(
)
-()-()-()-()-()-()-()-
()-()-()-()-(
)
-
()-
()-
()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-(
)
-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-(
)-()-(
)-(
)-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
(
)
-()-()-()-()-()-()-()-
()-()-()-()-(
)
-
()-
()-
()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-McHughRdW S o m o n a u k S tGame Farm RdInde p endenceB lvdNathanDr
J o nathanDrP u rcellSt CaledoniaDrGrove StWa
c
k
e
r
Dr CoralDrR i v e r R d
O a k S tHeartlandD rTau sCir
C
arlyDr
Church StEldenDr
C
e
nter
P
k
w
y
MartinAve
Landmark Ave Kennedy RdHigh Ridge LnAlanDaleLnR e dbudDr
Riverside
R
d
Sh a dowW o odDrAutumnCreekBlvdMcMurtrieWay
E Kendall Dr
ColtonStQ u i n s e y R d
O akLnPleasure Dr
OmahaDrFreemontStB luestemDrH o n e y s u c k l eLn
HaydenDrSunsetAvePrairieLnIroqois Ln
W Center St SiennaDrCrossStPlumStKing StW River St
E CenterStBristol AveClearwaterDr
Gawne LnLiberty StHunt St
CrimsonLnBoomer LnRidgeSt
OrchidStESpringS tBruellStMarket
placeDrCarlyCt
E Park St
E Somonauk St
Arrowhead Dr
E Main St
S ageCt
Yellowstone Ln
BeecherRdRubyDrBoomha h B lv dWKendallDrTuma Rd
A
u
burnDrBirchwoodDrChristy
Ln
Western Ln
DaltonAveWest StW C o u n t rysidePkwy DivisionStNParkDrLaurenDrH
i
ckoryLnHillcrestAve
North St
S P arkD rLaven
d
e
r
WayLillianLnJackson St
H o m e stead Dr
S w a n s o nLn
Kenda l l
Circ le MidightPlWalnut St
E
m
erald Ln
Blackberry Shore Ln NRoyalOaksDrAcornLnWRoyalOa
ksDr
J o h n S t PinewoodDrHunterLnT w i n le a fT rlAlice Ave
S
w
it
c
h
gr
assL
nR iversideD rNorthlandL
n
PrairiePointeDr
Ka t e DrLilacW
ay
MarketviewDrW VeteransPkwyFaxonRd
Elm St PrairieRoseLnSumac DrF a i r h a v e n D r
De
erpathDr
GeorgeannaSt WLexingto nC ir
NBeecherRdW K e n d a l l
D r iv e
Leisure St
W interb erry
D rVanEmmonRdE Countryside Pkwy
S CarlyCir WildIndigoLnRyan DrTitus Dr
S RoyalOaks Dr
PraireGrassLnGoldenrod Dr
Grace
Dr
E L e xingt
o
nCirTeriLnConover Ln E Veterans PkwyIsabel DrCanyonTrl
BristolRidge
R
d
Commercial
D
rN Ca rly Cir N Bridge StErica Ln
C a n n o n b a l l T r l
C o r n e i l s R d
Edward LnWalshEngineering Enterprises, Inc.
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
2022 ROAD PROGRAMLOCATION MAP NORTH
www.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
JANUARY 2022
YO2142
YO2142_Road Program North Exhibit.MXD
H:\GIS\PUBLIC\YORKVILLE\2021\
MJT
United City of Yorkville
800 Game Farm Road
Yorkville, IL 60560
630-553-4350 ³
4,000 02,000 Feet
Legend
2022 Paving
Pavement Rejuvenating
Pavement Striping (Thermoplastic)
Crack Sealing()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-
Galena RdNBridgeSt B rist o l B ay Dr
BertramDrRosenwinkelStBarrettDr
P e n s a c o l a S tGardinerAve
BurnettSt
Plymouth
AveTampa Dr
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
(
)-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-(
)
-()-(
)
-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
(
)-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-(
)
-()-(
)
-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-Van Emmon
Schoolhouse Rd
B urningB ushD rTremont AveWalsh DrIn
g
e
m
u
n
s
o
n L
nBan
bur
y AveFairfield AveBenjamin StFairfaxWayMorgan StGa r d e n S t
Walsh CirFirCt
CandleberryLnAdamsStCorne
r
stoneD
r
WhiteOakWay
W Van Emmon StW Madison St
W Hydraulic Ave
W Ridge St
G r e e n B r i a r Rd
Coach RdBlaine St
E Fox St
Hearthstone AveWindettRidgeRd
E Van Emmon St
C
o
u
ntr
y
Hills
D
r
E Washington St
MeadowlarkL nS Main StRi
chmondAveState StAdrian StW DolphSt
H a z e ltin eWa y
W Orange St
Ham pton LnD
e
e
r
p
oin
t
L
n
ParksideLnManchesterLnP r ai rie C r o s si n g DrKing
smi
l
l
StW Washington St Heustis StMill StJuli
u
sCt GreenfieldTurnW Fox StIllini Dr
L e g io n R dSpruceCt Rai
nt
r
ee RdDydynaCtVill
ageView Dr
RonhillRdSunn y
DellC t FawnRidgeCtOlsen St
E RidgeSt
Walter St
Deer StC lo v e r C tWolfSt
Wa
l
n
u
t Dr
B e a v e r S t
HartfieldAveV a n E m m o n R d
Wythe Pl
B ra e m oreLn
E Orange St
Bonnie LnKentshi r e DrWoodlandDrColumbineDrAster DrS Bridge StCla remont
Ct
A sh w o r t h
LnNorwayCir
TanglewoodTrailsDrBadger StCrookedCreek DrMuirfield DrWood Sage AveSaravanos Dr
C onservation D rWest
onAveWarblerLnWi
n
g
Rd
Illin o is R o u te #7 1
IdentaRd
S t a g e c o a c h T rlE l iz a be t h S t
S u t t o n S t
Colon i a lPkwy
EBarberryCirGardenCirImmanuel RdW Barberry CirWoodenBridgeDrMaple LnNawakwa LnS ta g e c o a c h T ra ilWalshEngineering Enterprises, Inc.
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
2022 ROAD PROGRAMLOCATION MAP SOUTH
www.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
JANUARY 2022
YO2142
YO2142_Road Program South Exhibit.MXD
H:\GIS\PUBLIC\YORKVILLE\2021\
MJT
United City of Yorkville
800 Game Farm Road
Yorkville, IL 60560
630-553-4350 ³
4,000 02,000 Feet
Legend
2022 Paving
Pavement Rejuvenating
Pavement Striping (Thermoplastic)
Crack Sealing
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #4
Tracking Number
PW 2022-21
2022 Road to Better Roads Program – Construction Engineering Agreement
Public Works Committee – March 15, 2022
Majority
Approval
Bart Olson Administration
Name Department
Summary
Approval of a construction engineering agreement with EEI for the 2022 Road to Better Roads
program.
Background
This item was last discussed in October 2021 when the City Council approved a design
engineering agreement for the 2022 Road to Better Roads program. Since then, the RBTR plan has been
designed and bid out, and is up for discussion at the March PW meeting. Accordingly, EEI has prepared
a construction engineering agreement for the City Council’s consideration.
This contract is included in the FY 23 budget. The attached construction engineering agreement
contains an estimated $99,000 total value, which will be charged at hourly rates.
Recommendation
Staff recommends approval of a construction engineering agreement with EEI for the 2022 Road
to Better Roads program.
Memorandum
To: City Council
From: Bart Olson, City Administrator
CC:
Date: March 10, 2022
Subject: Road to Better Roads 2022, construction engineering
2022 Roads to Better Roads Program
United City of Yorkville
Professional Services Agreement - Construction Engineering
THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred
to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as
the "Contractor" or “ENGINEER” agrees as follows:
A. Services:
ENGINEER agrees to furnish to the City the following services: The ENGINEER shall
provide any and all necessary engineering services to the City as indicated on the
included Attachment B. Construction Engineering for all roadways indicated on
Attachment E will be provided. Engineering will be in accordance with all City and
Illinois Department of Transportation requirements.
B. Term:
Services will be provided beginning on the date of execution of this agreement and
continuing, until terminated by either party upon 7 days written notice to the non-
terminating party or upon completion of the Services. Upon termination the ENGINEER
shall be compensated for all work performed for the City prior to termination.
C. Compensation and maximum amounts due to ENGINEER:
ENGINEER shall receive as compensation for all work and services to be performed
herein, an amount based on the Estimated Level of Effort and Associated Cost included
in Attachment C. Construction Engineering will be paid for as a Hourly Rate in the
amount of $99,000. The hourly rates for this project are shown in the attached 2022
Standard Schedule of Charges (Attachment F). All payments will be made according to
the Illinois State Prompt Payment Act and not less than once every thirty days.
D. Changes in Rates of Compensation:
In the event that this contract is designated in Section B hereof as an Ongoing Contract,
ENGINEER, on or before February 1st of any given year, shall provide written notice of
any change in the rates specified in Section C hereof (or on any attachments hereto) and
said changes shall only be effective on and after May 1st of that same year.
E. Ownership of Records and Documents:
ENGINEER agrees that all books and records and other recorded information developed
specifically in connection with this agreement shall remain the property of the City.
ENGINEER agrees to keep such information confidential and not to disclose or
disseminate the information to third parties without the consent of the City. This
2022 Roads to Better Roads Program
United City of Yorkville
Professional Services Agreement
Construction Engineering
confidentiality shall not apply to material or information, which would otherwise be
subject to public disclosure through the freedom of information act or if already
previously disclosed by a third party. Upon termination of this agreement, ENGINEER
agrees to return all such materials to the City. The City agrees not to modify any original
documents produced by ENGINEER without contractors consent. Modifications of any
signed duplicate original document not authorized by ENGINEER will be at OWNER’s
sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned
document will, likewise, be at the OWNER’s sole risk and without legal liability to the
ENGINEER.
F. Governing Law:
This contract shall be governed and construed in accordance with the laws of the State of
Illinois. Venue shall be in Kendall County, Illinois.
G. Independent Contractor:
ENGINEER shall have sole control over the manner and means of providing the work
and services performed under this agreement. The City’s relationship to the ENGINEER
under this agreement shall be that of an independent contractor. ENGINEER will not be
considered an employee to the City for any purpose.
H. Certifications:
Employment Status: The Contractor certifies that if any of its personnel are an employee
of the State of Illinois, they have permission from their employer to perform the service.
Anti-Bribery : The Contractor certifies it is not barred under 30 Illinois Compiled
Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of
bribery or attempted bribery of an officer or employee of the State of Illinois or any
other state.
Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not
in default for a period of six months or more in an amount of $600 or more on the
repayment of any educational loan guaranteed by the Illinois State Scholarship
Commission made by an Illinois institution of higher education or any other loan made
from public funds for the purpose of financing higher education (5 ILCS 385/3).
Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois
Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any
agency as a result of being convicted of a felony.
Barred from Contracting : The Contractor certifies that it has not been barred from
contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois
Compiled Statutes 5/33E or similar law of another state.
2022 Roads to Better Roads Program
United City of Yorkville
Professional Services Agreement
Construction Engineering
Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug
Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this
contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or
more employees certify and agree to take steps to ensure a drug free workplace by
informing employees of the dangers of drug abuse, of the availability of any treatment or
assistance program, of prohibited activities and of sanctions that will be imposed for
violations; and that individuals with contracts certify that they will not engage in the
manufacture, distribution, dispensation, possession, or use of a controlled substance in
the performance of the contract.
Non-Discrimination, Certification, and Equal Employment Opportunity : The Contractor
agrees to comply with applicable provisions of the Illinois Human Rights Act (775
Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities
Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The
equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights
Rules is specifically incorporated herein. The Contractor shall comply with Executive
Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order
11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter
60). The Contractor agrees to incorporate this clause into all subcontracts under this
Contract.
International Boycott: The Contractor certifies that neither it nor any substantially owned
affiliated company is participating or shall participate in an international boycott in
violation of the provisions of the U.S. Export Administration Act of 1979 or the
regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS
582).
Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the
Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of
the date of completion of this Contract or the date of final payment under the Contract, all
books and records relating to the performance of the Contract and necessary to support
amounts charged to the City under the Contract. The Contract and all books and records
related to the Contract shall be available for review and audit by the City and the Illinois
Auditor General. If this Contract is funded from contract/grant funds provided by the
U.S. Government, the Contract, books, and records shall be available for review and
audit by the Comptroller General of the U.S. and/or the Inspector General of the federal
sponsoring agency. The Contractor agrees to cooperate fully with any audit and to
provide full access to all relevant materials.
United States Resident Certification: (This certification must be included in all contracts
involving personal services by non-resident aliens and foreign entities in accordance with
requirements imposed by the Internal Revenue Services for withholding and reporting
federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen
___ Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that
2022 Roads to Better Roads Program
United City of Yorkville
Professional Services Agreement
Construction Engineering
taxes be withheld on payments made to non resident aliens for the performance of
personal services at the rate of 30%.
Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its
Federal Tax Payer Identification Number or Social Security Number is (provided
separately) and is doing business as a (check one): ___ Individual ___ Real Estate
Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax
Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation
___ Trust or Estate ___ Medical and Health Care Services Provider Corp.
I. Indemnification:
ENGINEER shall indemnify and hold harmless the City and City’s agents, servants, and
employees against all loss, damage, and expense which it may sustain or for which it will
become liable on account of injury to or death of persons, or on account of damage to or
destruction of property resulting from the performance of work under this agreement by
ENGINEER or its Subcontractors, or due to or arising in any manner from the wrongful
act or negligence of ENGINEER or its Subcontractors of any employee of any of them.
In the event that the either party shall bring any suit, cause of action or counterclaim
against the other party, the non-prevailing party shall pay to the prevailing party the cost
and expenses incurred to answer and/or defend such action, including reasonable attorney
fees and court costs. In no event shall the either party indemnify any other party for the
consequences of that party’s negligence, including failure to follow the ENGINEER’s
recommendations.
J. Insurance:
The ENGINEER agrees that it has either attached a copy of all required insurance
certificates or that said insurance is not required due to the nature and extent of the types
of services rendered hereunder. (Not applicable as having been previously supplied)
K. Additional Terms or Modification:
The terms of this agreement shall be further modified as provided on the attachments.
Except for those terms included on the attachments, no additional terms are included as a
part of this agreement. All prior understandings and agreements between the parties are
merged into this agreement, and this agreement may not be modified orally or in any
manner other than by an agreement in writing signed by both parties. In the event that
any provisions of this agreement shall be held to be invalid or unenforceable, the
remaining provisions shall be valid and binding on the parties. The list of attachments
are as follows:
Attachment A: Standard Terms and Conditions
Attachment B: Scope of Services
Attachment C: Estimated Level of Effort and Associated Cost
2022 Roads to Better Roads Program
United City of Yorkville
Professional Services Agreement
Construction Engineering
Attachment D: Anticipated Project Schedule
Attachment E: Location Map
Attachment F: 2022 Standard Schedule of Charges
L. Notices:
All notices required to be given under the terms of this agreement shall be given mail,
addressed to the parties as follows:
For the City: For the ENGINEER:
City Administrator and City Clerk Engineering Enterprises, Inc.
United City of Yorkville 52 Wheeler Road
800 Game Farm Road Sugar Grove Illinois 60554
Yorkville, IL 60560
Either of the parties may designate in writing from time to time substitute addresses or
persons in connection with required notices.
Agreed to this _____day of __________________, 2022.
United City of Yorkville: Engineering Enterprises, Inc.:
_________________________________ ________________________________
John Purcell Brad Sanderson, P.E.
Mayor Chief Operating Officer / President
_________________________________ ________________________________
Jori Behland Christopher J. Ott, P.E.
City Clerk Project Manager
2022 Roads to Better Roads Program – Construction Engineering
Engineering Agreement Attachment A –
Standard Terms & Conditions
2022 Roads to Better Roads Program – Construction Engineering
United City of Yorkville
Attachment A – Standard Terms & Conditions
Agreement: These Standard Terms and Conditions, together with the Professional Services
Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises,
Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions between the Parties.
These terms may be amended, but only if both parties consent in writing.
Standard of Care: In providing services under this Agreement, the ENGINEER will endeavor to
perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the
same profession currently practicing under same circumstances in the same locality. ENGINEER makes
no other warranties, express or implied, written or oral under this Agreement or otherwise, in connection
with ENGINEER’S service.
Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or
have authority over any contractor work, nor have authority over or be responsible for the means,
methods, techniques sequences, or procedures of construction selected or used by any contractor, or the
safety precautions and programs incident thereto, for security or safety of the site, nor for any failure of a
contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing
of its work.
The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for
contractor’s failure to furnish and perform the work in accordance with the contract documents.
The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies,
or any of their agents or employees or any other person at the site or otherwise furnishing or performing
any work.
Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions
and only for the purpose of assessing if upon installation or incorporation in the project work they are
generally consistent with the construction documents. OWNER agrees that the contractor is solely
responsible for the submissions and for compliance with the construction documents. OWNER further
agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the
provision of means, methods, techniques, sequencing or procedures of construction or extend or safety
programs or precautions. The ENGINEER’S consideration of a component does not constitute
acceptance of the assembled items.
The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project
Scope. Through standard, reasonable means the ENGINEER will become generally familiar with
observable completed work. If the ENGINEER observes completed work that is inconsistent with the
construction documents, that information shall be communicated to the contractor and OWNER for them
to address.
Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs
represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER
acknowledges that ENGINEER has no control over construction costs of contractor’s methods of
determining pricing, or over competitive bidding by contractors, or of market conditions or changes
2022 Roads to Better Roads Program – Construction Engineering
Engineering Agreement Attachment A –
Standard Terms & Conditions
thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will
not vary from ENGINEER’S opinion of probable construction costs.
Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by
OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the
ENGINEER. Files in electronic media format of text, data, graphics, or of other types that are furnished
by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information
obtained or derived from such electronic files will be at the user's sole risk. When transferring documents
in electronic media format, ENGINEER makes no representations as to long term compatibility, usability,
or readability of documents resulting from the use of software application packages, operating systems, or
computer hardware differing from those used by ENGINEER at the beginning of the project.
Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not
originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the
scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement,
the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER
shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and
the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the
changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right
to terminate this Agreement, in accordance with the termination provision hereof.
Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no
Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is
encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of
applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties
that ENGINEER's scope of services does not include any services related to a Hazardous Condition. In
the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its
option and without liability for consequential or any other damages, suspend performance of services on
the portion of the project affected thereby until OWNER: (i) retains appropriate specialist consultant(s) or
contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and
(ii) warrants that the project site is in full compliance with applicable Laws and Regulations.
Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest
extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors,
partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for
any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or
to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss
of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential
damages that either party may have incurred from any cause of action including negligence, strict
liability, breach of contract, and breach of strict or implied warranty. Both the OWNER and the
ENGINEER shall require similar waivers of consequential damages protecting all the entities or persons
named herein in all contracts and subcontracts with others involved in this project.
Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14)
days written notice of either party. In the event of termination, the ENGINEER shall prepare a final
invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred
through the date of termination.
Either party may terminate this Agreement for cause upon giving the other party not less than seven (7)
calendar days’ written notice for the following reasons:
2022 Roads to Better Roads Program – Construction Engineering
Engineering Agreement Attachment A –
Standard Terms & Conditions
(a) Substantial failure by the other party to comply with or perform in accordance with the
terms of the Agreement and through no fault of the terminating party;
(b) Assignment of the Agreement or transfer of the project without the prior written consent
of the other party;
(c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of
greater than ninety (90) calendar days, consecutive or in the aggregate.
(d) Material changes in the conditions under which this Agreement was entered into, the
scope of services or the nature of the project, and the failure of the parties to reach
agreement on the compensation and schedule adjustments necessitated by such changes.
Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise
agreed to in writing.
Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual
relationship with or a cause of action in favor of a third party against either the OWNER or the
ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and
exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the
ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The
OWNER and ENGINEER agree to require a similar provision in all contracts with contractors,
subcontractors, vendors and other entities involved in this Project to carry out the intent of this provision.
Force Majeure: Each Party shall be excused from the performance of its obligations under this
Agreement to the extent that such performance is prevented by force majeure (defined below) and the
nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be
continued so long as the condition constituting force majeure continues. The party affected by such force
majeure also shall notify the other party of the anticipated duration of such force majeure, any actions
being taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to
remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure”
shall include conditions beyond the control of the parties, including an act of God, acts of terrorism,
voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of
war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or
default of public utilities or common carriers, destruction of production facilities or materials by fire,
earthquake, storm or like catastrophe. The payment of invoices due and owing hereunder shall in no event
be delayed by the payer because of a force majeure affecting the payer.
Additional Terms or Modification: All prior understandings and agreements between the
parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner
other than by an Agreement in writing signed by both parties. In the event that any provisions of this
Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and
binding on the parties.
Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or
interest in this Agreement without the prior written consent of the other party. Subcontracting normally
contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement.
2022 Roads to Better Roads Program – Construction Engineering
Engineering Agreement Attachment A –
Standard Terms & Conditions
Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement
shall not constitute a waiver of the provision, nor shall it affect the enforceability of that provision or of
the remainder of this Agreement.
Attorney’s Fees: In the event of any action or proceeding brought by either party against the other
under this Agreement, the prevailing party shall be entitled to recover from the other all costs and
expenses including without limitation the reasonable fees of its attorneys in such action or proceeding,
including costs of appeal, if any, in such amount as the Court may adjudge reasonable.
Headings: The headings used in this Agreement are inserted only as a matter of convenience only,
and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect the construction
or interpretation of this Agreement.
2022 Roads to Better Roads Program
United City of Yorkville
Professional Services Agreement - Construction Engineering
Attachment B – Scope of Services
Construction Engineering:
• Attend the Pre-Construction Conference with the Contractor
• Provide resident engineering for on-site observation
• Daily documentation of work tasks and calculation of installed pay items
• Monitor adherence to specifications
• Gather material inspection and coordinate any required testing on behalf of the City
• Provide guidance to the contractor when questions arise during construction
• Prepare/verify payment estimates
• Gather certified payrolls and waivers of lien
• Provide information to residents as required
• Perform punch list inspections, provide follow up inspections and recommend acceptance when
appropriate
• Communicate activities with City weekly, or as required based on onsite activities
• Prepare necessary IDOT closeout paperwork
o BLR13230 – Engineer’s Final Payment Estimate
o BLR13210 – Request for Approval of Change in Plans
o BLR14222 – Municipal Maintenance Expenditure Statement
ATTACHMENT C - ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COSTPROFESSIONAL ENGINEERING SERVICES 2022 ROADS TO BETTER ROADS PROGRAMUnited City of YorkvilleENTITY:ADMIN. WORKPRINCIPAL SENIOR SENIOR SENIOR ITEM COSTWORKIN PROJECT PROJECT PROJECT PROJECT PROJECT PROJECT CAD PROJECT HOUR PERITEMCHARGE MANAGER ENGINEER II ENGINEER MANAGER MANAGER TECHNICIAN MANAGER TECHNICIAN ADMIN. SUMM. ITEMNO. WORK ITEM HOURLY RATE: $228 $194 $183 $154 $216 $194 $159 $159 $149 $70CONSTRUCTION ENGINEERING3.1 Contract Administration2 8 30 40 7,498$ 3.2 Construction Layout2 16 29 47 7,782$ 3.3 Observation and Documentation2 6 40 420 468 73,620$ Construction Engineering Subtotal: 4 16 86 449 - - - - - - 555 88,900$ PROJECT TOTAL: 4 16 86 449 - - - - - - 555 88,900 Printing = -$ 88,900$ Vehicle Charge ($65/day) 3,100$ -$ Geotechnical (Rubino) =-$ Material Testing (Rubino) = 7,000$ -$ 88,900$ DIRECT EXPENSES = 10,100$ 99,000$ \\Milkyway\EEI_Storage\Docs\Public\Yorkville\2021\YO2142-P 2022 Road Program\PSA\Construction PSA\[4 - Attachment C - Fee Estimate YO2142-P.xlsx]Fee Summary - construction onlyTOTAL EXPENSES = ENGINEERING SURVEYING DRAFTINGPROJECT ROLE:DIRECT EXPENSESLABOR SUMMARYEngineering Expenses = Surveying Expenses = Drafting Expenses = Administrative Expenses = TOTAL LABOR EXPENSES =
WORK Year:
ITEM Month:
NO.WORK ITEM Week Starting:1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4
CONSTRUCTION ENGINEERING
3.1 Contract Administration
3.2 Constructing Layout
3.3 Observation and Documentation
G:\Public\Yorkville\2021\YO2142-P 2022 Road Program\PSA\Construction PSA\[5 - Attachment D - Schedule.xls]ConstructionSche
Legend
Project Management & QC/QA Preliminary
Meeting(s)Design Work Item
Bidding and Contracting Construction
ATTACHMENT D:
ANTICIPATED PROJECT SCHEDULE
2022 ROADS TO BETTER ROADS PROGRAM
UNITED CITY OF YORKVILLE
2022
August SeptemberJanuaryFebruaryMarchAprilMayJuneJuly
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-(
)
-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-(
)-()-(
)-
(
)-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
(
)
-()-()-()-()-()-()-()-
()-()-()-()-(
)
-
()-
()-
()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-(
)
-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-(
)-()-(
)-(
)-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
(
)
-()-()-()-()-()-()-()-
()-()-()-()-(
)
-
()-
()-
()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-McHughRdW S o m o n a u k S tGame Farm RdInde p endenceB lvdNathanDr
J o nathanDrP u rcellSt CaledoniaDrGrove StWa
c
k
e
r
Dr CoralDrR i v e r R d
O a k S tHeartlandD rTau sCir
C
arlyDr
Church StEldenDr
C
e
nter
P
k
w
y
MartinAve
Landmark Ave Kennedy RdHigh Ridge LnAlanDaleLnR e dbudDr
Riverside
R
d
Sh a dowW o odDrAutumnCreekBlvdMcMurtrieWay
E Kendall Dr
ColtonStQ u i n s e y R d
O akLnPleasure Dr
OmahaDrFreemontStB luestemDrH o n e y s u c k l eLn
HaydenDrSunsetAvePrairieLnIroqois Ln
W Center St SiennaDrCrossStPlumStKing StW River St
E CenterStBristol AveClearwaterDr
Gawne LnLiberty StHunt St
CrimsonLnBoomer LnRidgeSt
OrchidStESpringS tBruellStMarket
placeDrCarlyCt
E Park St
E Somonauk St
Arrowhead Dr
E Main St
S ageCt
Yellowstone Ln
BeecherRdRubyDrBoomha h B lv dWKendallDrTuma Rd
A
u
burnDrBirchwoodDrChristy
Ln
Western Ln
DaltonAveWest StW C o u n t rysidePkwy DivisionStNParkDrLaurenDrH
i
ckoryLnHillcrestAve
North St
S P arkD rLaven
d
e
r
WayLillianLnJackson St
H o m e stead Dr
S w a n s o nLn
Kenda l l
Circ le MidightPlWalnut St
E
m
erald Ln
Blackberry Shore Ln NRoyalOaksDrAcornLnWRoyalOa
ksDr
J o h n S t PinewoodDrHunterLnT w i n le a fT rlAlice Ave
S
w
it
c
h
gr
assL
nR iversideD rNorthlandL
n
PrairiePointeDr
Ka t e DrLilacW
ay
MarketviewDrW VeteransPkwyFaxonRd
Elm St PrairieRoseLnSumac DrF a i r h a v e n D r
De
erpathDr
GeorgeannaSt WLexingto nC ir
NBeecherRdW K e n d a l l
D r iv e
Leisure St
W interb erry
D rVanEmmonRdE Countryside Pkwy
S CarlyCir WildIndigoLnRyan DrTitus Dr
S RoyalOaks Dr
PraireGrassLnGoldenrod Dr
Grace
Dr
E L e xingt
o
nCirTeriLnConover Ln E Veterans PkwyIsabel DrCanyonTrl
BristolRidge
R
d
Commercial
D
rN Ca rly Cir N Bridge StErica Ln
C a n n o n b a l l T r l
C o r n e i l s R d
Edward LnWalshEngineering Enterprises, Inc.
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
2022 ROAD PROGRAMLOCATION MAP NORTH
www.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
JANUARY 2022
YO2142
YO2142_Road Program North Exhibit.MXD
H:\GIS\PUBLIC\YORKVILLE\2021\
MJT
United City of Yorkville
800 Game Farm Road
Yorkville, IL 60560
630-553-4350 ³
4,000 02,000 Feet
Legend
2022 Paving
Pavement Rejuvenating
Pavement Striping (Thermoplastic)
Crack Sealing()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-
Galena RdNBridgeSt B rist o l B ay Dr
BertramDrRosenwinkelStBarrettDr
P e n s a c o l a S tGardinerAve
BurnettSt
Plymouth
AveTampa Dr
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
(
)-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-(
)
-()-(
)
-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
(
)-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-(
)
-()-(
)
-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-Van Emmon
Schoolhouse Rd
B urningB ushD rTremont AveWalsh DrIn
g
e
m
u
n
s
o
n L
nBan
bur
y AveFairfield AveBenjamin StFairfaxWayMorgan StGa r d e n S t
Walsh CirFirCt
CandleberryLnAdamsStCorne
r
stoneD
r
WhiteOakWay
W Van Emmon StW Madison St
W Hydraulic Ave
W Ridge St
G r e e n B r i a r Rd
Coach RdBlaine St
E Fox St
Hearthstone AveWindettRidgeRd
E Van Emmon St
C
o
u
ntr
y
Hills
D
r
E Washington St
MeadowlarkL nS Main StRi
chmondAveState StAdrian StW DolphSt
H a z e ltin eWa y
W Orange St
Ham pton LnD
e
e
r
p
oin
t
L
n
ParksideLnManchesterLnP r ai rie C r o s si n g DrKing
smi
l
l
StW Washington St Heustis StMill StJuli
u
sCt GreenfieldTurnW Fox StIllini Dr
L e g io n R dSpruceCt Rai
nt
r
ee RdDydynaCtVill
ageView Dr
RonhillRdSunn y
DellC t FawnRidgeCtOlsen St
E RidgeSt
Walter St
Deer StC lo v e r C tWolfSt
Wa
l
n
u
t Dr
B e a v e r S t
HartfieldAveV a n E m m o n R d
Wythe Pl
B ra e m oreLn
E Orange St
Bonnie LnKentshi r e DrWoodlandDrColumbineDrAster DrS Bridge StCla remont
Ct
A sh w o r t h
LnNorwayCir
TanglewoodTrailsDrBadger StCrookedCreek DrMuirfield DrWood Sage AveSaravanos Dr
C onservation D rWest
onAveWarblerLnWi
n
g
Rd
Illin o is R o u te #7 1
IdentaRd
S t a g e c o a c h T rlE l iz a be t h S t
S u t t o n S t
Colon i a lPkwy
EBarberryCirGardenCirImmanuel RdW Barberry CirWoodenBridgeDrMaple LnNawakwa LnS ta g e c o a c h T ra ilWalshEngineering Enterprises, Inc.
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
2022 ROAD PROGRAMLOCATION MAP SOUTH
www.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
JANUARY 2022
YO2142
YO2142_Road Program South Exhibit.MXD
H:\GIS\PUBLIC\YORKVILLE\2021\
MJT
United City of Yorkville
800 Game Farm Road
Yorkville, IL 60560
630-553-4350 ³
4,000 02,000 Feet
Legend
2022 Paving
Pavement Rejuvenating
Pavement Striping (Thermoplastic)
Crack Sealing
Standard Schedule of Charges
January 1, 2022
EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE
Senior Principal E-4 $228.00
Principal E-3 $223.00
Senior Project Manager E-2 $216.00
Project Manager E-1 $194.00
Senior Project Engineer/Planner/Surveyor II P-6 $183.00
Senior Project Engineer/Planner/Surveyor I P-5 $170.00
Project Engineer/Planner/Surveyor P-4 $154.00
Senior Engineer/Planner/Surveyor P-3 $142.00
Engineer/Planner/Surveyor P-2 $129.00
Associate Engineer/Planner/Surveyor P-1 $116.00
Senior Project Technician II T-6 $159.00
Senior Project Technician I T-5 $149.00
Project Technician T-4 $139.00
Senior Technician T-3 $129.00
Technician T-2 $116.00
Associate Technician T-1 $102.00
GIS Technician G-1 $105.00
Engineering/Land Surveying Intern I-1 $ 79.00
Administrative Assistant A-3 $ 70.00
VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY
Vehicle for Construction Observation $ 15.00
In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White)
$1.00/Sq. Ft. (Color)
Reimbursable Expenses (Direct Costs) Cost
Services by Others (Direct Costs) Cost + 10%
Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $ 206.00
Expert Testimony $ 258.00
Attachment F
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #5
Tracking Number
PW 2022-22
East Main Street Water Main Improvements – Bid Award
Public Works Committee – March 15, 2022
Majority
Consideration of Contract Award
East Main Street Improvements – Recommendation to Award
Brad Sanderson Engineering
Name Department
Bids were received, opened, and tabulated for work to be done on the East Main Street
Improvements at 10:00 a.m., March 4, 2022. Representatives of contractors bidding the project,
the City and our firm were in attendance. A tabulation of the bids and the engineer’s estimate is
attached for your information and record. The low bid was below our engineer’s estimate and
within the FY23 budget.
The contractor has supplied us with several municipal references for projects of similar size and
scope. There were no concerns raised.
We recommend the acceptance of the Bid and approval of award be made to the low bidder,
Holiday Sewer & Water Construction Inc., 1000 N. Rand Road, Suite 116, Wauconda, IL 60084
in the total amount of $1,111,222.33.
Funding for this project has been split between three sections of the budget: water improvements,
sidewalk and road programs. The amount for each funding based on the above bid is as follow:
• Water improvements: $800,958.36
• Sidewalk program: $135,615.87
• Road program: $174,648.10
If you have any questions or require additional information, please let us know.
Memorandum
To: Bart Olson, City Administrator
From: Brad Sanderson, EEI
CC: Eric Dhuse, Director of Public Works
Jori Behland, City Clerk
Rob Fredrickson, Finance Director
Shanel Gayle, Purchasing Manager
Date: March 8, 2022
Subject: East Main Street Improvements
Page 1 of 1BID TABULATIONENGINEER'S ESTIMATE HOLIDAY SEWER & WATER CONST. WINNINGER EXCAVATING, INC. PERFORMANCE CONST & ENGBIDS RECEIVED 10:00 A.M. 03/04/2021 52 Wheeler Road 1000 N. Rand Rd, Suite 116 1211 Deer Street 217 W. John StreetSugar Grove, IL 60554 Wauconda, IL 60084 Yorkville, IL 60560BID TOTAL$1,163,750.00 $1,111,222.33 $1,148,998.41 $1,198,777.00BID BOND N/A X X XSIGNED BID N/A X X XADDENDUM NO. 1N/AXXXBID TABULATIONSTOKES EXCAVATING, INC. MARTAM CONSTRUCTION BUILDERS PAVING, LLC SUPERIOR EXCAVATING, CO.BIDS RECEIVED 10:00 A.M. 03/04/2021 903 Daisyfield Rd 1200 Gasket Drive 4401 Roosevelt Rd 4187 White Willow RdRockford, IL 61102 Elgin, IL 60120 Hillside, IL 60162 Minooka, IL 60447BID TOTAL$1,234,549.95 $1,284,802.43 $1,303,909.00 $1,320,226.55BID BOND XX X XSIGNED BID XX X XADDENDUM NO. 1XX X XBID TABULATIONCONLEY EXCAVATING, INC.BIDS RECEIVED 10:00 A.M. 03/04/2021 1555 Gramercy PlaceMorris, IL 60450BASE BID TOTAL$1,345,193.05BID BOND XSIGNED BID XADDENDNUM NO. 1XBID SUMMARYEAST MAIN STREET IMPROVEMENTSUNITED CITY OF YORKVILLEENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
BIDS RECD 3/4/2022ITEMUNIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT UNITNO.DESCRIPTIONUNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT1 TREE REMOVAL, OVER 15 UNIT DIAMETER UNIT 3030.00$ 900.00$ 55.00$ 1,650.00$ 35.00$ 1,050.00$ 80.00$ 2,400.00$ 110.00$ 3,300.00$ 80.00$ 2,400.00$ 45.00$ 1,350.00$ 110.00$ 3,300.00$ 75.00$ 2,250.00$ 2 TREE ROOT PRUNINGEACH 230.00$ 60.00$ 115.00$ 230.00$ 250.00$ 500.00$ 100.00$ 200.00$ 300.00$ 600.00$ 200.00$ 400.00$ 750.00$ 1,500.00$ 300.00$ 600.00$ 250.00$ 500.00$ 3 CONNECTION TO EXISTING WATER MAIN, 8-INCH EACH 44,500.00$ 18,000.00$ 4,685.00$ 18,740.00$ 5,500.00$ 22,000.00$ 4,000.00$ 16,000.00$ 3,360.00$ 13,440.00$ 4,000.00$ 16,000.00$ 4,600.00$ 18,400.00$ 4,565.00$ 18,260.00$ 4,000.00$ 16,000.00$ 4 CONNECTION TO EXISTING WATER MAIN, 6-INCH EACH 14,000.00$ 4,000.00$ 4,605.00$ 4,605.00$ 5,300.00$ 5,300.00$ 4,000.00$ 4,000.00$ 3,220.00$ 3,220.00$ 3,500.00$ 3,500.00$ 4,600.00$ 4,600.00$ 4,430.00$ 4,430.00$ 3,500.00$ 3,500.00$ 5 CONNECTION TO EXISTING WATER MAIN, 4-INCH EACH 13,000.00$ 3,000.00$ 4,605.00$ 4,605.00$ 5,500.00$ 5,500.00$ 3,000.00$ 3,000.00$ 3,160.00$ 3,160.00$ 3,000.00$ 3,000.00$ 4,600.00$ 4,600.00$ 4,500.00$ 4,500.00$ 3,500.00$ 3,500.00$ 6 PRESSURE CONNECTION WITH TAPPING SLEEVE AND 8" TAPPING VALVE IN 60" VAULT EACH 27,500.00$ 15,000.00$ 8,615.00$ 17,230.00$ 7,500.00$ 15,000.00$ 7,000.00$ 14,000.00$ 9,660.00$ 19,320.00$ 7,500.00$ 15,000.00$ 9,500.00$ 19,000.00$ 10,785.00$ 21,570.00$ 8,000.00$ 16,000.00$ 7 WATER MAIN, CLASS 52, WITH POLYETHYLENE WRAP, 8-INCH LF 2,313125.00$ 289,125.00$ 112.65$ 260,559.45$ 118.00$ 272,934.00$ 146.00$ 337,698.00$ 108.00$ 249,804.00$ 130.00$ 300,690.00$ 135.00$ 312,255.00$ 123.50$ 285,655.50$ 105.00$ 242,865.00$ 8 GATE VALVE (RESILIENT SEAT) IN VALVE BOX, 8-INCH EACH 13,000.00$ 3,000.00$ 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 2,800.00$ 2,360.00$ 2,360.00$ 3,000.00$ 3,000.00$ 2,300.00$ 2,300.00$ 2,820.00$ 2,820.00$ 2,600.00$ 2,600.00$ 9 GATE VALVE (RESILIENT SEAT) IN 60" VAULT, 8-INCH EACH 54,500.00$ 22,500.00$ 5,005.00$ 25,025.00$ 5,000.00$ 25,000.00$ 4,800.00$ 24,000.00$ 6,410.00$ 32,050.00$ 4,000.00$ 20,000.00$ 3,900.00$ 19,500.00$ 5,745.00$ 28,725.00$ 4,500.00$ 22,500.00$ 10 WATER MAIN PROTECTION, PVC C-900, 12-INCH LF 12650.00$ 6,300.00$ 80.00$ 10,080.00$ 35.00$ 4,410.00$ 65.00$ 8,190.00$ 89.00$ 11,214.00$ 50.00$ 6,300.00$ 92.00$ 11,592.00$ 104.00$ 13,104.00$ 85.00$ 10,710.00$ 11 LINE STOP, 8-INCHEACH 24,000.00$ 8,000.00$ 5,200.00$ 10,400.00$ 5,500.00$ 11,000.00$ 4,700.00$ 9,400.00$ 4,860.00$ 9,720.00$ 7,000.00$ 14,000.00$ 7,578.00$ 15,156.00$ 7,300.00$ 14,600.00$ 8,500.00$ 17,000.00$ 12 LINE STOP, 6-INCHEACH 13,000.00$ 3,000.00$ 5,200.00$ 5,200.00$ 5,000.00$ 5,000.00$ 4,300.00$ 4,300.00$ 4,480.00$ 4,480.00$ 6,000.00$ 6,000.00$ 7,172.00$ 7,172.00$ 6,830.00$ 6,830.00$ 8,000.00$ 8,000.00$ 13 LINE STOP, 4-INCHEACH 12,500.00$ 2,500.00$ 4,700.00$ 4,700.00$ 4,500.00$ 4,500.00$ 3,800.00$ 3,800.00$ 4,120.00$ 4,120.00$ 5,000.00$ 5,000.00$ 6,842.00$ 6,842.00$ 6,600.00$ 6,600.00$ 7,500.00$ 7,500.00$ 14 FIRE HYDRANT ASSEMBLY, WITH AUXILIARY VALVE, 6-INCH MJ EACH 67,500.00$ 45,000.00$ 6,160.00$ 36,960.00$ 7,000.00$ 42,000.00$ 5,100.00$ 30,600.00$ 5,660.00$ 33,960.00$ 8,500.00$ 51,000.00$ 7,595.00$ 45,570.00$ 8,075.00$ 48,450.00$ 5,500.00$ 33,000.00$ 15 DUCTILE IRON FITTINGSLB 2,1200.01$ 21.20$ 1.00$ 2,120.00$ 0.10$ 212.00$ 5.00$ 10,600.00$ 8.00$ 16,960.00$ 0.01$ 21.20$ 12.00$ 25,440.00$ 11.00$ 23,320.00$ 5.25$ 11,130.00$ 16 WATER SERVICE CONNECTION, 1-INCH EACH 343,000.00$ 102,000.00$ 1,800.00$ 61,200.00$ 3,800.00$ 129,200.00$ 1,000.00$ 34,000.00$ 2,610.00$ 88,740.00$ 3,000.00$ 102,000.00$ 1,650.00$ 56,100.00$ 1,775.00$ 60,350.00$ 1,500.00$ 51,000.00$ 17 WATER SERVICE PIPE, PEX, 1-INCHLF 9501.00$ 950.00$ 32.00$ 30,400.00$ 40.00$ 38,000.00$ 50.00$ 47,500.00$ 41.00$ 38,950.00$ 1.00$ 950.00$ 55.00$ 52,250.00$ 50.00$ 47,500.00$ 30.00$ 28,500.00$ 18 WATER MAIN TESTING - PRESSURE AND DISINFECTION LS 11,500.00$ 1,500.00$ 4,000.00$ 4,000.00$ 5,000.00$ 5,000.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 1,500.00$ 1,500.00$ 4,500.00$ 4,500.00$ 11,675.00$ 11,675.00$ 5,800.00$ 5,800.00$ 19 DISCONNECT AND ABANDON EXISTING WATER MAIN EACH 81,500.00$ 12,000.00$ 2,500.00$ 20,000.00$ 1,500.00$ 12,000.00$ 1,400.00$ 11,200.00$ 1,660.00$ 13,280.00$ 1,500.00$ 12,000.00$ 1,000.00$ 8,000.00$ 2,175.00$ 17,400.00$ 1,500.00$ 12,000.00$ 20 FIRE HYDRANT TO BE REMOVEDEACH 6100.00$ 600.00$ 750.00$ 4,500.00$ 500.00$ 3,000.00$ 400.00$ 2,400.00$ 800.00$ 4,800.00$ 250.00$ 1,500.00$ 1,000.00$ 6,000.00$ 1,280.00$ 7,680.00$ 500.00$ 3,000.00$ 21 VALVE VAULT TO BE ABANDONEDEACH 3100.00$ 300.00$ 500.00$ 1,500.00$ 500.00$ 1,500.00$ 300.00$ 900.00$ 480.00$ 1,440.00$ 250.00$ 750.00$ 650.00$ 1,950.00$ 1,400.00$ 4,200.00$ 500.00$ 1,500.00$ 22 VALVE BOX TO BE ABANDONEDEACH 6100.00$ 600.00$ 150.00$ 900.00$ 50.00$ 300.00$ 100.00$ 600.00$ 220.00$ 1,320.00$ 250.00$ 1,500.00$ 250.00$ 1,500.00$ 525.00$ 3,150.00$ 200.00$ 1,200.00$ 23 SANITARY SEWER SERVICE REPAIR, PVC SDR-26, D-2241, 6-INCH EACH 22250.00$ 5,500.00$ 115.00$ 2,530.00$ 100.00$ 2,200.00$ 350.00$ 7,700.00$ 660.00$ 14,520.00$ 250.00$ 5,500.00$ 50.00$ 1,100.00$ 300.00$ 6,600.00$ 275.00$ 6,050.00$ 24 INLET PROTECTIONEACH 1125.00$ 275.00$ 140.00$ 1,540.00$ 125.00$ 1,375.00$ 200.00$ 2,200.00$ 220.00$ 2,420.00$ 150.00$ 1,650.00$ 150.00$ 1,650.00$ 170.00$ 1,870.00$ 100.00$ 1,100.00$ 25 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL - TYPE 1 TON 1205.00$ 600.00$ 0.01$ 1.20$ 1.00$ 120.00$ 40.00$ 4,800.00$ 67.00$ 8,040.00$ 70.00$ 8,400.00$ 10.00$ 1,200.00$ 10.00$ 1,200.00$ 50.00$ 6,000.00$ 26 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL - TYPE 2 TON 1205.00$ 600.00$ 0.01$ 1.20$ 1.00$ 120.00$ 40.00$ 4,800.00$ 33.00$ 3,960.00$ 70.00$ 8,400.00$ 10.00$ 1,200.00$ 10.00$ 1,200.00$ 50.00$ 6,000.00$ 27 FOUNDATION MATERIALCY 3525.00$ 875.00$ 25.00$ 875.00$ 15.00$ 525.00$ 1.00$ 35.00$ 66.00$ 2,310.00$ 25.00$ 875.00$ 66.00$ 2,310.00$ 87.00$ 3,045.00$ 35.00$ 1,225.00$ 28 EXPLORATORY EXCAVATIONEACH 4100.00$ 400.00$ 500.00$ 2,000.00$ 500.00$ 2,000.00$ 250.00$ 1,000.00$ 680.00$ 2,720.00$ 100.00$ 400.00$ 750.00$ 3,000.00$ 1,200.00$ 4,800.00$ 500.00$ 2,000.00$ 29 PREPARATION OF BASESY 8,6000.75$ 6,450.00$ 0.80$ 6,880.00$ 0.75$ 6,450.00$ 1.25$ 10,750.00$ 0.88$ 7,568.00$ 1.25$ 10,750.00$ 1.00$ 8,600.00$ 1.00$ 8,600.00$ 1.00$ 8,600.00$ 30 CLASS D PATCHES, 3-INCHSY 71524.50$ 17,517.50$ 25.75$ 18,411.25$ 24.50$ 17,517.50$ 32.50$ 23,237.50$ 48.00$ 34,320.00$ 32.50$ 23,237.50$ 29.00$ 20,735.00$ 26.50$ 18,947.50$ 28.00$ 20,020.00$ 31 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SY 8111.50$ 1,216.50$ 3.00$ 2,433.00$ 2.50$ 2,027.50$ 1.50$ 1,216.50$ 4.00$ 3,244.00$ 1.50$ 1,216.50$ 1.00$ 811.00$ 3.00$ 2,433.00$ 1.50$ 1,216.50$ 32 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIALS CY 2735.00$ 1,365.00$ 20.00$ 5,460.00$ 20.00$ 5,460.00$ 43.00$ 11,739.00$ 43.00$ 11,739.00$ 43.00$ 11,739.00$ 25.00$ 6,825.00$ 36.00$ 9,828.00$ 30.00$ 8,190.00$ 33 AGGREGATE SUBGRADE IMPROVEMENT CY 2735.00$ 1,365.00$ 50.00$ 13,650.00$ 28.00$ 7,644.00$ 48.00$ 13,104.00$ 46.00$ 12,558.00$ 48.00$ 13,104.00$ 25.00$ 6,825.00$ 59.50$ 16,243.50$ 30.00$ 8,190.00$ 34 HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SY 14214.25$ 2,023.50$ 14.91$ 2,117.22$ 14.20$ 2,016.40$ 35.00$ 4,970.00$ 17.00$ 2,414.00$ 35.00$ 4,970.00$ 17.00$ 2,414.00$ 15.00$ 2,130.00$ 25.00$ 3,550.00$ 35 HOT-MIX ASPHALT SURFACE REMOVAL, 2-INCH SY 3,1602.25$ 7,110.00$ 2.37$ 7,489.20$ 2.25$ 7,110.00$ 3.25$ 10,270.00$ 2.60$ 8,216.00$ 3.25$ 10,270.00$ 2.50$ 7,900.00$ 2.50$ 7,900.00$ 4.00$ 12,640.00$ 36 HOT-MIX ASPHALT SURFACE REMOVAL, 4-INCH SY 6,5064.00$ 26,024.00$ 4.20$ 27,325.20$ 4.00$ 26,024.00$ 4.45$ 28,951.70$ 4.40$ 28,626.40$ 4.45$ 28,951.70$ 4.50$ 29,277.00$ 4.50$ 29,277.00$ 6.00$ 39,036.00$ 37 HOT-MIX ASPHALT SURFACE REMOVAL - FULL DEPTH WATER MAIN TRENCH SY 2,093-$ -$ 16.00$ 33,488.00$ 1.52$ 3,181.36$ 4.60$ 9,627.80$ 11.00$ 23,023.00$ 4.60$ 9,627.80$ 4.50$ 9,418.50$ 11.50$ 24,069.50$ 10.00$ 20,930.00$ 38 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH SY 2,8562.50$ 7,140.00$ 2.63$ 7,511.28$ 2.50$ 7,140.00$ 2.60$ 7,425.60$ 2.83$ 8,082.48$ 2.60$ 7,425.60$ 3.00$ 8,568.00$ 3.00$ 8,568.00$ 5.00$ 14,280.00$ 39 BITMINOUS MATERIALS (PRIME COAT) LBS 18,5900.01$ 185.90$ 0.02$ 371.80$ 0.01$ 185.90$ 0.01$ 185.90$ 0.01$ 185.90$ 0.01$ 185.90$ 0.01$ 185.90$ 0.01$ 185.90$ 0.50$ 9,295.00$ 40 BITMINOUS MATERIALS (TACK COAT) LBS 4,5150.01$ 45.15$ 0.02$ 90.30$ 0.01$ 45.15$ 0.01$ 45.15$ 0.01$ 45.15$ 0.01$ 45.15$ 0.01$ 45.15$ 0.01$ 45.15$ 0.50$ 2,257.50$ 41 HOT-MIX ASPHALT SURFACE COURSE, MIX 'D', N50, 1.5-2-INCH TON 1,34074.50$ 99,830.00$ 78.23$ 104,828.20$ 74.50$ 99,830.00$ 97.00$ 129,980.00$ 84.00$ 112,560.00$ 97.00$ 129,980.00$ 85.00$ 113,900.00$ 80.50$ 107,870.00$ 72.00$ 96,480.00$ 42 HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50, 1.5-INCH TON 25085.00$ 21,250.00$ 89.25$ 22,312.50$ 85.00$ 21,250.00$ 90.00$ 22,500.00$ 95.00$ 23,750.00$ 90.00$ 22,500.00$ 95.00$ 23,750.00$ 92.00$ 23,000.00$ 72.00$ 18,000.00$ 43 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50, 2.5-INCH TON 1,19571.00$ 84,845.00$ 74.55$ 89,087.25$ 71.00$ 84,845.00$ 86.00$ 102,770.00$ 81.00$ 96,795.00$ 86.00$ 102,770.00$ 81.00$ 96,795.00$ 74.50$ 89,027.50$ 80.00$ 95,600.00$ 44 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT LF 38142.75$ 16,287.75$ 44.92$ 17,114.52$ 45.00$ 17,145.00$ 37.50$ 14,287.50$ 40.00$ 15,240.00$ 36.00$ 13,716.00$ 50.00$ 19,050.00$ 40.50$ 15,430.50$ 40.00$ 15,240.00$ 45 SIDEWALK REMOVALSF 12,7761.25$ 15,970.00$ 1.16$ 14,820.16$ 1.10$ 14,053.60$ 2.00$ 25,552.00$ 1.00$ 12,776.00$ 1.25$ 15,970.00$ 3.00$ 38,328.00$ 4.25$ 54,298.00$ 1.50$ 19,164.00$ 46 PORTLAND CEMENT CONCRETE SIDEWALK 5-INCH SF 14,3487.50$ 107,610.00$ 7.72$ 110,766.56$ 7.55$ 108,327.40$ 7.50$ 107,610.00$ 7.00$ 100,436.00$ 7.45$ 106,892.60$ 8.00$ 114,784.00$ 8.00$ 114,784.00$ 7.00$ 100,436.00$ Minooka, IL 60447 Morris, IL 60450 4187 White Willow Rd 1555 Gramercy Place 52 Wheeler RoadSugar Grove, IL 60554Wauconda, IL 60084 Yorkville, IL 60560 Plano, IL 60545 Rockford, IL 61102 Elgin, IL 60120 Hillside, IL 60162BUILDERS PAVING, LLC SUPERIOR EXCAVATING, CO. CONLEY EXCAVATING, INC. ENGINEER'S ESTIMATE1000 N. Rand Rd, Suite 116 1211 Deer Street 217 W. John Street 903 Daisyfield Rd 1200 Gasket Drive 4401 Roosevelt RdBID TABULATIONHOLIDAY SEWER & WATER CONST.WINNINGER EXCAVATING, INC. PERFORMANCE CONST & ENG STOKES EXCAVATING, INC. MARTAM CONSTRUCTIONBID TABULATION EAST MAIN STREET IMPROVEMENTSUNITED CITY OF YORKVILLEENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
BIDS RECD 3/4/2022ITEMUNIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT UNITNO.DESCRIPTIONUNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNTMinooka, IL 60447 Morris, IL 60450 4187 White Willow Rd 1555 Gramercy Place 52 Wheeler RoadSugar Grove, IL 60554Wauconda, IL 60084 Yorkville, IL 60560 Plano, IL 60545 Rockford, IL 61102 Elgin, IL 60120 Hillside, IL 60162BUILDERS PAVING, LLC SUPERIOR EXCAVATING, CO. CONLEY EXCAVATING, INC. ENGINEER'S ESTIMATE1000 N. Rand Rd, Suite 116 1211 Deer Street 217 W. John Street 903 Daisyfield Rd 1200 Gasket Drive 4401 Roosevelt RdBID TABULATIONHOLIDAY SEWER & WATER CONST.WINNINGER EXCAVATING, INC. PERFORMANCE CONST & ENG STOKES EXCAVATING, INC. MARTAM CONSTRUCTIONBID TABULATION EAST MAIN STREET IMPROVEMENTSUNITED CITY OF YORKVILLE47 DETECTABLE WARNINGSF 16829.00$ 4,872.00$ 30.45$ 5,115.60$ 30.00$ 5,040.00$ 25.00$ 4,200.00$ 30.00$ 5,040.00$ 30.00$ 5,040.00$ 35.00$ 5,880.00$ 32.00$ 5,376.00$ 25.00$ 4,200.00$ 48 SANITARY MANHOLE TO BE ADJUSTED EACH 11950.00$ 10,450.00$ 1,275.00$ 14,025.00$ 900.00$ 9,900.00$ 1,000.00$ 11,000.00$ 1,260.00$ 13,860.00$ 950.00$ 10,450.00$ 1,000.00$ 11,000.00$ 1,550.00$ 17,050.00$ 1,000.00$ 11,000.00$ 49 MANHOLE TO BE ADJUSTEDEACH 11500.00$ 5,500.00$ 475.00$ 5,225.00$ 600.00$ 6,600.00$ 600.00$ 6,600.00$ 560.00$ 6,160.00$ 500.00$ 5,500.00$ 500.00$ 5,500.00$ 925.00$ 10,175.00$ 500.00$ 5,500.00$ 50 INLET TO BE ADJUSTEDEACH 2500.00$ 1,000.00$ 380.00$ 760.00$ 350.00$ 700.00$ 200.00$ 400.00$ 510.00$ 1,020.00$ 500.00$ 1,000.00$ 500.00$ 1,000.00$ 925.00$ 1,850.00$ 300.00$ 600.00$ 51 INLET TO BE RECONSTRUCTED WITH NEW TYPE 11 FRAME AND GRATE EACH 41,000.00$ 4,000.00$ 425.00$ 1,700.00$ 750.00$ 3,000.00$ 500.00$ 2,000.00$ 885.00$ 3,540.00$ 1,500.00$ 6,000.00$ 1,250.00$ 5,000.00$ 2,140.00$ 8,560.00$ 750.00$ 3,000.00$ 52 HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SY 60048.00$ 28,800.00$ 50.40$ 30,240.00$ 48.00$ 28,800.00$ 36.50$ 21,900.00$ 60.00$ 36,000.00$ 36.50$ 21,900.00$ 55.00$ 33,000.00$ 62.00$ 37,200.00$ 45.00$ 27,000.00$ 53 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT SY 4497.50$ 4,290.00$ 102.38$ 4,504.72$ 90.00$ 3,960.00$ 80.00$ 3,520.00$ 94.00$ 4,136.00$ 85.00$ 3,740.00$ 98.00$ 4,312.00$ 162.00$ 7,128.00$ 100.00$ 4,400.00$ 54 AGGREGATE DRIVEWAY REMOVAL AND REPLACEMENT SY 1725.00$ 425.00$ 40.00$ 680.00$ 30.00$ 510.00$ 35.00$ 595.00$ 44.00$ 748.00$ 42.50$ 722.50$ 12.00$ 204.00$ 75.00$ 1,275.00$ 10.00$ 170.00$ 55 THERMOPLASTIC PAVEMENT MARKING LINE - 4" LF 18012.00$ 2,160.00$ 20.43$ 3,677.40$ 10.00$ 1,800.00$ 12.00$ 2,160.00$ 25.00$ 4,500.00$ 12.00$ 2,160.00$ 5.00$ 900.00$ 35.00$ 6,300.00$ 9.00$ 1,620.00$ 56 ROADWAY EDGE SEALINGLF 3,4820.75$ 2,611.50$ 0.70$ 2,437.40$ 0.60$ 2,089.20$ 1.15$ 4,004.30$ 0.75$ 2,611.50$ 1.15$ 4,004.30$ 1.00$ 3,482.00$ 1.00$ 3,482.00$ 2.50$ 8,705.00$ 57 MAILBOX TO BE REMOVED AND REPLACED EACH 2155.50$ 311.00$ 75.00$ 150.00$ 250.00$ 500.00$ 100.00$ 200.00$ 360.00$ 720.00$ 250.00$ 500.00$ 250.00$ 500.00$ 500.00$ 1,000.00$ 450.00$ 900.00$ 58 SIGN TO BE REMOVED AND RESET EACH 1261.33$ 261.33$ 75.00$ 75.00$ 200.00$ 200.00$ 25.00$ 25.00$ 280.00$ 280.00$ 200.00$ 200.00$ 250.00$ 250.00$ 500.00$ 500.00$ 200.00$ 200.00$ 59 RESTORATIONSY 1,9008.00$ 15,200.00$ 11.00$ 20,900.00$ 9.00$ 17,100.00$ 9.00$ 17,100.00$ 11.00$ 20,900.00$ 9.00$ 17,100.00$ 10.50$ 19,950.00$ 12.75$ 24,225.00$ 11.00$ 20,900.00$ 60 TRAFFIC CONTROL AND PROTECTION LS 143,500.00$ 43,500.00$ 16,000.00$ 16,000.00$ 50,778.99$ 50,778.99$ 20,000.00$ 20,000.00$ 65,000.00$ 65,000.00$ 95,504.25$ 95,504.25$ 60,000.00$ 60,000.00$ 10,000.00$ 10,000.00$ 35,000.00$ 35,000.00$ 61 ALLOWANCE - ITEMS ORDERED BE THE ENGINEER UNIT 25,0001.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ BASE BID TOTAL (ITEMS 1-61)1,111,222.33$ 1,148,998.41$ 1,198,777.00$ 1,234,549.95$ 1,284,802.43$ 1,303,909.00$ 1,320,226.55$ 1,345,193.05$ 1,163,750.00$ ABOVE/BELOW ENGINEERS ESTIMATE-4.51% -1.27% 3.01% 6.08% 10.40% 12.04% 13.45% 15.59% -CORRECTED NUMBERS FROM BIDENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
Somonauk
River
Main
WooddaleWacker
WoodlandWalnut
Martin
JeffersonVictoria
Hydraulic
Van Emmon
Marie
HeustisMillAppletree
Center
ChurchTowerSandersWorsleyOakwoodMcHughWoodworthSpring
Elm
ColtonBruellBristolLibertyJackson
FreemontPark
Bridge0 1,000 Feet
Engineering Enterprises
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
EAST MAIN STREETIMPROVEMENTSLOCATION MAP www.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
MARCH 2022
YO2124
YO2124- E Main Street Water Main.mxd
H:\GIS\PUBLIC\YORKVILLE\2011\
MJT ³
PROJECT LOCATION
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #6
Tracking Number
PW 2022-23
East Main Street Water Main Improvements – Construction Engineering Agreement
Public Works Committee – March 15, 2022
Majority
Approval
East Main Street Improvements – Construction Engineering Agreement
Bart Olson Administration
Name Department
Summary
Approval of a construction engineering agreement with EEI for the E Main Street watermain
improvement project.
Background
This item was last discussed in July 2021 when the City Council approved a design engineering
agreement for the E Main St watermain improvement project. Since then, the E Main St watermain
project has been designed and bid out, and is up for discussion at the March PW meeting. Accordingly,
EEI has prepared a construction engineering agreement for the City Council’s consideration.
This contract is included in the FY 23 budget. The attached construction engineering agreement
contains an estimated $106,908 total value, which will be charged at hourly rates.
Recommendation
Staff recommends approval of a construction engineering agreement with EEI for the E Main
Street watermain improvement project.
Memorandum
To: City Council
From: Bart Olson, City Administrator
CC:
Date: March 10, 2022
Subject: E Main St construction engineering agreement with EEI
East Main Street Improvements
United City of Yorkville
Professional Services Agreement – Construction Engineering
THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred
to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as
the "Contractor" or “ENGINEER” agrees as follows:
A. Services:
The Engineer shall furnish the necessary personnel, materials, equipment and expertise to
make the necessary investigations, analysis and calculations along with exhibits, cost
estimates and narrative, to complete all necessary engineering services to the City as
indicated on the included Attachment A. Construction engineering will be provided for
approximately 2,320 linear feet of 8-inch water main improvements on E. Main Street.
In addition, the street will be milled and resurfaced from IL Route 47 to Bruell, Liberty
Street south of East Main Street, Worsley Street, Bruell Street south of East Main Street,
and Wooddale Drive and sidewalk replaced along East Main Street (see Attachment E for
project limits). Engineering will be in accordance with all City, Standard Specifications
for Water and Sewer Construction in Illinois, Illinois Department of Transportation, and
Illinois Environmental Protection Agency requirements.
B. Term:
Services will be provided beginning on the date of execution of this agreement and
continuing, until terminated by either party upon 7 days written notice to the non-
terminating party or upon completion of the Services. Upon termination the Contractor
shall be compensated for all work performed for the City prior to termination.
C. Compensation and maximum amounts due to Contractor:
ENGINEER shall receive as compensation for all work and services to be performed
herein, an amount based on the Estimate of Level of Effort and Associated Cost included
in Attachment C. Construction Engineering will be paid for Hourly (HR) at the actual
rates for services to be performed, currently estimated at $106,908. The hourly rates for
this project are shown in the attached 2022 Standard Schedule of Charges (Attachment
F). All payments will be made according to the Illinois State Prompt Payment Act and
not less than once every thirty days.
D. Changes in Rates of Compensation:
In the event that this contract is designated in Section B hereof as an Ongoing Contract,
ENGINEER, on or before February 1st of any given year, shall provide written notice of
any change in the rates specified in Section C hereof (or on any attachments hereto) and
said changes shall only be effective on and after May 1st of that same year.
East Main Street Improvements
United City of Yorkville
Professional Services Agreement
Construction Engineering
E. Ownership of Records and Documents:
Contractor agrees that all books and records and other recorded information developed
specifically in connection with this agreement shall remain the property of the City.
Contractor agrees to keep such information confidential and not to disclose or
disseminate the information to third parties without the consent of the City. This
confidentiality shall not apply to material or information, which would otherwise be
subject to public disclosure through the freedom of information act or if already
previously disclosed by a third party. Upon termination of this agreement, Contractor
agrees to return all such materials to the City. The City agrees not to modify any original
documents produced by Contractor without contractors consent. Modifications of any
signed duplicate original document not authorized by ENGINEER will be at OWNER’s
sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned
document will, likewise, be at the OWNER’s sole risk and without legal liability to the
ENGINEER.
F. Governing Law:
This contract shall be governed and construed in accordance with the laws of the State of
Illinois. Venue shall be in Kendall County, Illinois.
G. Independent Contractor:
Contractor shall have sole control over the manner and means of providing the work and
services performed under this agreement. The City’s relationship to the Contractor under
this agreement shall be that of an independent contractor. Contractor will not be
considered an employee to the City for any purpose.
H. Certifications:
Employment Status: The Contractor certifies that if any of its personnel are an employee
of the State of Illinois, they have permission from their employer to perform the service.
Anti-Bribery: The Contractor certifies it is not barred under 30 Illinois Compiled Statutes
500/50-5(a) - (d) from contracting as a result of a conviction for or admission of bribery
or attempted bribery of an officer or employee of the State of Illinois or any other state.
Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not
in default for a period of six months or more in an amount of $600 or more on the
repayment of any educational loan guaranteed by the Illinois State Scholarship
Commission made by an Illinois institution of higher education or any other loan made
from public funds for the purpose of financing higher education (5 ILCS 385/3).
East Main Street Improvements
United City of Yorkville
Professional Services Agreement
Construction Engineering
Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois
Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any
agency as a result of being convicted of a felony.
Barred from Contracting: The Contractor certifies that it has not been barred from
contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois
Compiled Statutes 5/33E or similar law of another state.
Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug
Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this
contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or
more employees certify and agree to take steps to ensure a drug free workplace by
informing employees of the dangers of drug abuse, of the availability of any treatment or
assistance program, of prohibited activities and of sanctions that will be imposed for
violations; and that individuals with contracts certify that they will not engage in the
manufacture, distribution, dispensation, possession, or use of a controlled substance in
the performance of the contract.
Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor
agrees to comply with applicable provisions of the Illinois Human Rights Act (775
Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities
Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The
equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights
Rules is specifically incorporated herein. The Contractor shall comply with Executive
Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order
11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R.
Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under
this Contract.
International Boycott: The Contractor certifies that neither it nor any substantially owned
affiliated company is participating or shall participate in an international boycott in
violation of the provisions of the U.S. Export Administration Act of 1979 or the
regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS
582).
Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the
Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of
the date of completion of this Contract or the date of final payment under the Contract, all
books and records relating to the performance of the Contract and necessary to support
amounts charged to the City under the Contract. The Contract and all books and records
related to the Contract shall be available for review and audit by the City and the Illinois
Auditor General. If this Contract is funded from contract/grant funds provided by the
U.S. Government, the Contract, books, and records shall be available for review and
audit by the Comptroller General of the U.S. and/or the Inspector General of the federal
East Main Street Improvements
United City of Yorkville
Professional Services Agreement
Construction Engineering
sponsoring agency. The Contractor agrees to cooperate fully with any audit and to
provide full access to all relevant materials.
United States Resident Certification: (This certification must be included in all contracts
involving personal services by non-resident aliens and foreign entities in accordance with
requirements imposed by the Internal Revenue Services for withholding and reporting
federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen
___ Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that
taxes be withheld on payments made to non resident aliens for the performance of
personal services at the rate of 30%.
Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its
Federal Tax Payer Identification Number or Social Security Number is (provided
separately) and is doing business as a (check one): ___ Individual ___ Real Estate
Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax
Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation
___ Trust or Estate ___ Medical and Health Care Services Provider Corp.
I. Indemnification:
Contractor shall indemnify and hold harmless the City and City’s agents, servants, and
employees against all loss, damage, and expense which it may sustain or for which it will
become liable on account of injury to or death of persons, or on account of damage to or
destruction of property resulting from the performance of work under this agreement by
Contractor or its Subcontractors, or due to or arising in any manner from the wrongful
act or negligence of Contractor or its Subcontractors of any employee of any of them. In
the event that the either party shall bring any suit, cause of action or counterclaim against
the other party, the non-prevailing party shall pay to the prevailing party the cost and
expenses incurred to answer and/or defend such action, including reasonable attorney
fees and court costs. In no event shall the either party indemnify any other party for the
consequences of that party’s negligence, including failure to follow the ENGINEER’s
recommendations.
J. Insurance:
The ENGINEER agrees that it has either attached a copy of all required insurance
certificates or that said insurance is not required due to the nature and extent of the types
of services rendered hereunder. (Not applicable as having been previously supplied)
K. Additional Terms or Modification:
The terms of this agreement shall be further modified as provided on the attached
Exhibits. Except for those terms included on the Exhibits, no additional terms are
included as a part of this agreement. All prior understandings and agreements between
the parties are merged into this agreement, and this agreement may not be modified orally
East Main Street Improvements
United City of Yorkville
Professional Services Agreement
Construction Engineering
or in any manner other than by an agreement in writing signed by both parties. In the
event that any provisions of this agreement shall be held to be invalid or unenforceable,
the remaining provisions shall be valid and binding on the parties. The list of
Attachments are as follows:
Attachment A: Standard Terms and Conditions
Attachment B: Scope of Services
Attachment C: Estimate of Level of Effort and Associated Cost
Attachment D: Anticipated Project Schedule
Attachment E: Location Map
Attachment F: 2022 Standard Schedule of Charges
L. Notices:
All notices required to be given under the terms of this agreement shall be given mail,
addressed to the parties as follows:
For the City: For the ENGINEER:
City Administrator and City Clerk Engineering Enterprises, Inc.
United City of Yorkville 52 Wheeler Road
800 Game Farm Road Sugar Grove Illinois 60554
Yorkville, IL 60560
Either of the parties may designate in writing from time to time substitute addresses or
persons in connection with required notices.
Agreed to this ___day of _________, 2022.
United City of Yorkville: Engineering Enterprises, Inc.:
_________________________________ ________________________________
John Purcell Brad Sanderson, P.E.
Mayor Chief Operating Officer / President
_________________________________ ________________________________
Jori Behland Angie Smith
City Clerk Executive Assistant
STANDARD TERMS AND CONDITIONS
Agreement: These Standard Terms and Conditions, together with the Professional Services
Agreement, constitute the entire integrated agreement between the OWNER and Engineering
Enterprises, Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions
between the Parties. These terms may be amended, but only if both parties consent in writing.
Standard of Care: In providing services under this Agreement, the ENGINEER will
endeavor to perform in a matter consistent with that degree of care and skill ordinarily exercised
by members of the same profession currently practicing under same circumstances in the same
locality. ENGINEER makes no other warranties, express or implied, written or oral under this
Agreement or otherwise, in connection with ENGINEER’S service.
Construction Engineering and Inspection: The ENGINEER shall not supervise, direct,
control, or have authority over any contractor work, nor have authority over or be responsible for
the means, methods, techniques sequences, or procedures of construction selected or used by any
contractor, or the safety precautions and programs incident thereto, for security or safety of the
site, nor for any failure of a contractor to comply with laws and regulations applicable to such
contractor’s furnishing and performing of its work.
The ENGINEER neither guarantees the performance of any contractor nor assumes
responsibility for contractor’s failure to furnish and perform the work in accordance with the
contract documents.
The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or
supplies, or any of their agents or employees or any other person at the site or otherwise
furnishing or performing any work.
Shop drawing and submittal review by the ENGINEER shall apply to only the items in the
submissions and only for the purpose of assessing if upon installation or incorporation in the
project work they are generally consistent with the construction documents. OWNER agrees that
the contractor is solely responsible for the submissions and for compliance with the construction
documents. OWNER further agrees that the ENGINEER’S review and action in relation to these
submissions shall not constitute the provision of means, methods, techniques, sequencing or
procedures of construction or extend or safety programs or precautions. The ENGINEER’S
consideration of a component does not constitute acceptance of the assembled items.
The ENGINEER’S site observation during construction shall be at the times agreed upon in the
Project Scope. Through standard, reasonable means the ENGINEER will become generally
familiar with observable completed work. If the ENGINEER observes completed work that is
inconsistent with the construction documents, that information shall be communicated to the
contractor and OWNER for them to address.
Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction
costs represents ENGINEER’S best and reasonable judgment as a professional engineer.
OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s
methods of determining pricing, or over competitive bidding by contractors, or of market
conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or
actual construction costs will not vary from ENGINEER’S opinion of probable construction
costs.
Copies of Documents & Electronic Compatibility: Copies of Documents that may be
relied upon by OWNER are limited to the printed copies (also known as hard copies) that are
signed or sealed by the ENGINEER. Files in electronic media format of text, data, graphics, or of
other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER.
Any conclusion or information obtained or derived from such electronic files will be at the user's
sole risk. When transferring documents in electronic media format, ENGINEER makes no
representations as to long term compatibility, usability, or readability of documents resulting
from the use of software application packages, operating systems, or computer hardware
differing from those used by ENGINEER at the beginning of the project.
Changed Conditions: If, during the term of this Agreement, circumstances or conditions
that were not originally contemplated by or known to the ENGINEER are revealed, to the extent
that they affect the scope of services, compensation, schedule, allocation of risks, or other
material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate
portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions
necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good
faith enter into renegotiation of this Agreement to address the changed conditions. If terms
cannot be agreed to, the parties agree that either party has the absolute right to terminate this
Agreement, in accordance with the termination provision hereof.
Hazardous Conditions: OWNER represents to ENGINEER that to the best of its
knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a
Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify
OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental
officials. It is acknowledged by both parties that ENGINEER's scope of services does not include
any services related to a Hazardous Condition. In the event ENGINEER or any other party
encounters a Hazardous Condition, ENGINEER may, at its option and without liability for
consequential or any other damages, suspend performance of services on the portion of the
project affected thereby until OWNER: (i) retains appropriate specialist consultant(s) or
contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous
Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and
Regulations.
Consequential Damages: Notwithstanding any other provision of this Agreement, and to the
fullest extent permitted by law, neither the OWNER nor the ENGINEER, their respective
officers, directors, partners, employees, contractors, or subcontractors shall be liable to the other
or shall make any claim for any incidental, indirect, or consequential damages arising out of or
connected in any way to the Project or to this Agreement. This mutual waiver of consequential
damages shall include, but is not limited to, loss of use, loss of profit, loss of business, loss of
income, loss of reputation, or any other consequential damages that either party may have
incurred from any cause of action including negligence, strict liability, breach of contract, and
breach of strict or implied warranty. Both the OWNER and the ENGINEER shall require similar
waivers of consequential damages protecting all the entities or persons named herein in all
contracts and subcontracts with others involved in this project.
Termination: This Agreement may be terminated for convenience, without cause, upon
fourteen (14) days written notice of either party. In the event of termination, the ENGINEER
shall prepare a final invoice and be due compensation as set forth in the Professional Services
Agreement for all costs incurred through the date of termination.
Either party may terminate this Agreement for cause upon giving the other party not less than
seven (7) calendar days’ written notice for the following reasons:
(a) Substantial failure by the other party to comply with or perform in accordance
with the terms of the Agreement and through no fault of the terminating party;
(b) Assignment of the Agreement or transfer of the project without the prior written
consent of the other party;
(c) Suspension of the project or the ENGINEER’S services by the OWNER for a
period of greater than ninety (90) calendar days, consecutive or in the aggregate.
(d) Material changes in the conditions under which this Agreement was entered into,
the scope of services or the nature of the project, and the failure of the parties to
reach agreement on the compensation and schedule adjustments necessitated by
such changes.
Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual
relationship with or a cause of action in favor of a third party against either the OWNER or the
ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and
exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against
the ENGINEER because of this Agreement or the performance or nonperformance of services
hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts
with contractors, subcontractors, vendors and other entities involved in this Project to carry out
the intent of this provision.
Force Majeure: Each Party shall be excused from the performance of its obligations under
this Agreement to the extent that such performance is prevented by force majeure (defined
below) and the nonperforming party promptly provides notice of such prevention to the other
party. Such excuse shall be continued so long as the condition constituting force majeure
continues. The party affected by such force majeure also shall notify the other party of the
anticipated duration of such force majeure, any actions being taken to avoid or minimize its
effect after such occurrence, and shall take reasonable efforts to remove the condition
constituting such force majeure. For purposes of this Agreement, “force majeure” shall include
conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary
or involuntary compliance with any regulation, law or order of any government, war, acts of war
(whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or
default of public utilities or common carriers, destruction of production facilities or materials by
fire, earthquake, storm or like catastrophe. The payment of invoices due and owing hereunder
shall in no event be delayed by the payer because of a force majeure affecting the payer.
Additional Terms or Modification: All prior understandings and agreements between
the parties are merged into this Agreement, and this Agreement may not be modified orally or in
any manner other than by an Agreement in writing signed by both parties. In the event that any
provisions of this Agreement shall be held to be invalid or unenforceable, the remaining
provisions shall be valid and binding on the parties.
Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under
or interest in this Agreement without the prior written consent of the other party. Subcontracting
normally contemplated by the ENGINEER shall not be considered an assignment for purposes of
this Agreement.
Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this
Agreement shall not constitute a waiver of the provision, nor shall it affect the enforceability of
that provision or of the remainder of this Agreement.
Attorney’s Fees: In the event of any action or proceeding brought by either party against the
other under this Agreement, the prevailing party shall be entitled to recover from the other all
costs and expenses including without limitation the reasonable fees of its attorneys in such action
or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge
reasonable.
Headings: The headings used in this Agreement are inserted only as a matter of convenience
only, and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect
the construction or interpretation of this Agreement.
Attachment B – Scope of Services
East Main Street Improvements
United City of Yorkville
The United City of Yorkville intends to install approximately 2,320 of 8-inch water main and related
appurtenances including paving and sidewalk improvements on East Main Street. Additionally, Liberty Street
south of East Main Street, Worsley Street, Bruell Street south of East Main Street, and Wooddale Drive will
be milled and resurfaced.
Our proposed cope of services for Construction Engineering will include the following:
3.1 Construction Administration
• Prepare for, Attend and Facilitate the Preconstruction Meeting with the Contractor Including
Preparation of Meeting Minutes
• Shop Drawing Review
• Prepare and Handout Construction Notice Flyers to Residents Including Temporary Water Loss
Notices
• Coordinate with City Services (Garbage, Mail, Etc.)
• Review Engineering Plans, Specifications and Prepare Field Book
• Prepare Pay Estimates and Change Orders
• Gather Invoices and Waivers of Lien
• Provide Weekly Updates to City or as Required Based on Onsite Activities
3.2 Construction Layout and Record Drawings
• Stake Proposed Water Main and Sidewalk
• Perform Post Construction Field Survey for Record Drawings
• Prepare and Review Record Drawings
3.3 Construction Observation and Documentation
• Review Staked Water Main and Sidewalk Layout
• Take Pre-Construction Videos and Photos of Pre-Existing Conditions
• Provide Resident Engineering Services for Construction
• Coordinate Any Required Testing on Behalf of the City and Review Test Reports
• Provide Quantity Tracking, Documentation and Daily Field Reports
• Perform Punch Walks, Prepare Punch List Letters and Provide Follow Up Inspections and
Recommend Acceptance When Appropriate (2 Each)
• Prepare Project Closeout Paperwork
The following scope of services will be provided by EEI’s Subconsultant:
• Rubino Engineering – Geotechnical Testing for Quality Assurance
The above scope for “East Main Street Improvements” summarizes the work items that will be completed for
this contract. Additional work items, including additional meetings beyond the meetings defined in the above
scope shall be considered outside the scope of base contract and will be billed in accordance with the
Standard Schedule of Charges.
ENTITY:ADMIN. WORKPRINCIPAL SENIORSENIOR SENIOR SENIOR ITEM COSTWORKIN PROJECTPROJECT PROJECTPROJECT PROJECT PROJECT CAD PROJECT HOUR PERITEMCHARGE MANAGERENGINEER TECHNICIANMANAGER MANAGER TECHNICIAN MANAGER TECHNICIAN I ADMIN. SUMM. ITEMNO. WORK ITEM HOURLY RATE: $228 $223 $183 $139 $216 $194 $159 $159 $149 $70CONSTRUCTION ENGINEERING3.1 Contract Administration20 - 34 40 1 - - - - - 95 16,558$ 3.2 Construction Layout and Record Drawings- - 1 2 - 9 45 5 - - 62 10,157$ 3.3 Observation and Documentation2 - 60 463 - - - - - - 525 75,793$ Construction Engineering Subtotal: 22 - 95 505 1 9 45 5 - - 682 102,508$ PROJECT TOTAL: 22 - 95 505 1 9 45 5 - - 682 102,508 Printing = -$ 92,596$ Mileage = 400$ 9,117$ Material Testing = 4,000$ 795$ -$ -$ DIRECT EXPENSES = 4,400$ 102,508$ 106,908$ \\Milkyway\EEI_Storage\Docs\Public\Yorkville\2021\YO2124-P E. Main Street Improvements\PSA\Construction PSA\[04. Attachment C - Level of Effort - Phase III.xlsx]Fee SummaryESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST FORPROFESSIONAL ENGINEERING SERVICES FORATTACHMENT CEAST MAIN STREET IMPROVEMENTSUnited City of YorkvillePROJECT ROLE:Surveying Expenses = Drafting Expenses = Administrative Expenses = TOTAL LABOR EXPENSES = TOTAL EXPENSES = ENGINEERING SURVEYING DRAFTINGEngineering Expenses = DIRECT EXPENSESLABOR SUMMARYEnvironmental Assessment =
WORKYear:ITEMMonth:NO. WORK ITEM Week Starting:12341234123412341234123412341234CONSTRUCTION ENGINEERING3.1 Contract Administration3.2 Construction Layout and Record Drawings3.3 Observation and Documentation - Water Main, Paving, Sidewalk3.3 Observation and Documentation - Restoration\\Milkyway\EEI_Storage\Docs\Public\Yorkville\2021\YO2124-P E. Main Street Improvements\PSA\Construction PSA\[05. Attachment D - Project Schedule.xls]Schedule - ConstructionProject Management & QC/QA Surveying/LayoutMeeting(s) ConstructionAnticipated Schedule:Pre Construction Meeting 5/20/2022Construction Start 6/1/20228/19/202210/14/2022Final Completion Date for RestorationJuly August September2022LegendMarch April May JuneATTACHMENT DANTICIPATED PROJECT SCHEDULEEAST MAIN STREET IMPROVEMENTSUNITED CITY OF YORKVILLESubstantial Completion Date for Water MainOctober
Somonauk
River
Main
WooddaleWacker
WoodlandWalnut
Martin
JeffersonVictoria
Hydraulic
Van Emmon
Marie
HeustisMillAppletree
Center
ChurchTowerSandersWorsleyOakwoodMcHughWoodworthSpring
Elm
ColtonBruellBristolLibertyJackson
FreemontPark
Bridge0 1,000 Feet
Engineering Enterprises
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
EAST MAIN STREETIMPROVEMENTSLOCATION MAP www.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
MARCH 2022
YO2124
YO2124- E Main Street Water Main.mxd
H:\GIS\PUBLIC\YORKVILLE\2011\
MJT ³
PROJECT LOCATION
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #7
Tracking Number
PW 2022-24
Kennedy and Mill Road Intersection Improvements – Bid Award
Public Works Committee – March 15, 2022
CC – 03/23/21
Approval of engineering agreement.
PW 2021-14
Majority
Consideration of Contract Award
Kennedy Road and Mill Road Intersection Improvements – Recommendation to
Award
Brad Sanderson Engineering
Name Department
Bids were received, opened and tabulated for work to be done on the Kennedy and Mill Road
Intersection Improvements at 10:30 a.m., March 4, 2022. Representatives of contractors bidding
the project, the City, and our firm were in attendance. A tabulation of the bids and the engineer’s
estimate is attached for your information and record. The low bid was below our engineer’s
estimate and within the FY23 budget.
We recommend the acceptance of the bid and approval of award be made to the low bidder,
Geneva Construction, 1350 Aurora Ave. Aurora, IL 60505, in the amount of $384,526.38.
If you have any questions or require additional information, please let us know.
Memorandum
To: Bart Olson, City Administrator
From: Brad Sanderson, EEI
CC: Eric Dhuse, Director of Public Works
Jori Behland, City Clerk
Rob Fredrickson, Finance Director
Shanel Gayle, Purchasing Manager
Date: March 8, 2022
Subject: Kennedy and Mill Road Intersection Improvements
Page 1 of 1
BID TABULATION ENGINEER'S ESTIMATE GENEVA CONSTRUCTION D CONSTRUCTION BUILDERS PAVING, LLC
BIDS RECEIVED 10:30 A.M. 03/04/22 52 Wheeler Road 1350 Aurora Ave 1488 S. Broadway 4413 Roosevelt Road Suite 108
Sugar Grove, IL 60554 Aurora, IL 60505 Coal City, IL 60416 Hillside, IL 60514
TOTAL BID $418,244.10 $384,526.38 $399,957.05 $553,671.20
BID BOND N/A X X X
SIGNED BID N/A X X X
TOTAL BID
BID BOND
SIGNED BID
BID SUMMARY
KENNEDY ROAD AND MILL ROAD INTERSECTION IMPROVEMENTS
UNITED CITY OF YORKVILLE
ENGINEERING ENTERPRISES, INC.
52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
BIDS REC'D 3/4/2022
ITEM UNIT UNIT UNIT UNIT
NO.DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1 NITROGEN FERT NUTR POUND 36 3.00$ 108.00$ 2.75$ 99.00$ 3.00$ 108.00$ 2.20$ 79.20$
2 PHOSPHORUS FERT NUTR POUND 36 3.00$ 108.00$ 2.75$ 99.00$ 3.00$ 108.00$ 2.20$ 79.20$
3 POTASSIUM FERT NUTR POUND 36 3.00$ 108.00$ 2.75$ 99.00$ 3.00$ 108.00$ 2.20$ 79.20$
4 EARTH EXCAVATION CU YD 469 9.87$ 4,629.03$ 55.00$ 25,795.00$ 50.00$ 23,450.00$ 35.00$ 16,415.00$
5 REM & DISP UNS MATL CU YD 622 31.14$ 19,369.08$ 55.00$ 34,210.00$ 62.00$ 38,564.00$ 40.00$ 24,880.00$
6 FURNISHED EXCAVATION CU YD 15 14.29$ 214.35$ 100.00$ 1,500.00$ 37.00$ 555.00$ 60.00$ 900.00$
7 POROUS GRAN EMBANK CU YD 355 61.33$ 21,772.15$ 50.00$ 17,750.00$ 37.00$ 13,135.00$ 60.00$ 21,300.00$
8 GEOTECH FAB F/GR STAB SQ YD 871 2.11$ 1,837.81$ 2.50$ 2,177.50$ 1.40$ 1,219.40$ 2.75$ 2,395.25$
9 TOPSOIL F & P 6 SQ YD 1,914 5.05$ 9,665.70$ 8.80$ 16,843.20$ 9.00$ 17,226.00$ 6.00$ 11,484.00$
10 SEEDING CL 2A ACRE 0 4,500.00$ 1,800.00$ 2,662.00$ 1,064.80$ 7,100.00$ 2,840.00$ 3,200.00$ 1,280.00$
11 EROSION CONTR BLANKET SQ YD 1,914 2.98$ 5,703.72$ 3.83$ 7,330.62$ 2.10$ 4,019.40$ 3.00$ 5,742.00$
12 TEMP EROS CONTR SEEDING POUND 40 2.00$ 80.00$ 16.50$ 660.00$ 11.00$ 440.00$ 5.00$ 200.00$
13 TEMP DITCH CHECKS FOOT 90 14.50$ 1,305.00$ 16.50$ 1,485.00$ 28.00$ 2,520.00$ 16.50$ 1,485.00$
14 PERIMETER EROS BAR FOOT 1,798 3.15$ 5,663.70$ 3.30$ 5,933.40$ 4.00$ 7,192.00$ 5.00$ 8,990.00$
15 INLET & PIPE PROTECT EACH 7 185.00$ 1,295.00$ 220.00$ 1,540.00$ 270.00$ 1,890.00$ 160.00$ 1,120.00$
16 AGG SUBGRADE IMPR 12 SQ YD 871 23.07$ 20,093.97$ 25.00$ 21,775.00$ 26.00$ 22,646.00$ 22.00$ 19,162.00$
17 SUB GRAN MAT B 6 SQ YD 95 7.59$ 721.05$ 6.00$ 570.00$ 18.00$ 1,710.00$ 10.50$ 997.50$
18 HMA BC WID 6 SQ YD 871 38.25$ 33,315.75$ 25.00$ 21,775.00$ 47.00$ 40,937.00$ 60.00$ 52,260.00$
19 BIT MATLS TACK CT POUND 840 0.01$ 8.40$ 0.01$ 8.40$ 2.00$ 1,680.00$ 0.30$ 252.00$
20 HMA SURF REM BUTT JT SQ YD 66 34.00$ 2,244.00$ 15.00$ 990.00$ 36.00$ 2,376.00$ 15.00$ 990.00$
21 HMA BC IL-9.5 N70 TON 330 108.00$ 35,640.00$ 86.00$ 28,380.00$ 122.00$ 40,260.00$ 85.00$ 28,050.00$
22 HMA SC IL-9.5 D N50 TON 11 116.00$ 1,276.00$ 110.00$ 1,210.00$ 375.00$ 4,125.00$ 100.00$ 1,100.00$
1488 S. Broadway
BID TABULATION
KENNEDY ROAD AND MILL ROAD INTERSECTION IMPROVEMENTS
52 Wheeler Road
GENEVA CONSTRUCTION ENGINEER'S ESTIMATE
1350 Aurora Ave
Coal City, IL 60416
Aurora, IL 60505
UNITED CITY OF YORKVILLE
Sugar Grove, IL 60554
BUILDERS PAVING, LLC
4413 Roosevelt Road Suite 108
Hillside, IL 60514
BID TABULATION D CONSTRUCTION
ENGINEERING ENTERPRISES, INC.
52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
BIDS REC'D 3/4/2022
ITEM UNIT UNIT UNIT UNIT
NO.DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1488 S. Broadway
BID TABULATION
KENNEDY ROAD AND MILL ROAD INTERSECTION IMPROVEMENTS
52 Wheeler Road
GENEVA CONSTRUCTION ENGINEER'S ESTIMATE
1350 Aurora Ave
Coal City, IL 60416
Aurora, IL 60505
UNITED CITY OF YORKVILLE
Sugar Grove, IL 60554
BUILDERS PAVING, LLC
4413 Roosevelt Road Suite 108
Hillside, IL 60514
BID TABULATION D CONSTRUCTION
23 P HMA SC IL-9.5 E N70 TON 330 120.00$ 39,600.00$ 110.00$ 36,300.00$ 142.00$ 46,860.00$ 115.00$ 37,950.00$
24 PC CONC SIDEWALK 5 SQ FT 372 8.00$ 2,976.00$ 12.00$ 4,464.00$ 37.00$ 13,764.00$ 15.00$ 5,580.00$
25 DETECTABLE WARNINGS SQ FT 44 32.78$ 1,442.32$ 50.00$ 2,200.00$ 50.00$ 2,200.00$ 30.00$ 1,320.00$
26 PAVEMENT REM SQ YD 63 52.00$ 3,276.00$ 15.00$ 945.00$ 19.00$ 1,197.00$ 15.00$ 945.00$
27 DRIVE PAVEMENT REM SQ YD 139 40.00$ 5,560.00$ 15.00$ 2,085.00$ 19.00$ 2,641.00$ 15.00$ 2,085.00$
28 COMB CURB GUTTER REM FOOT 18 13.00$ 234.00$ 25.00$ 450.00$ 50.00$ 900.00$ 8.00$ 144.00$
29 SIDEWALK REM SQ FT 240 4.00$ 960.00$ 10.00$ 2,400.00$ 5.00$ 1,200.00$ 5.00$ 1,200.00$
30 AGGREGATE SHLDS B 6 SQ YD 759 24.00$ 18,216.00$ 12.00$ 9,108.00$ 20.00$ 15,180.00$ 25.00$ 18,975.00$
31 METAL FL END SEC 10"EACH 2 262.97$ 525.94$ 500.00$ 1,000.00$ 570.00$ 1,140.00$ 350.00$ 700.00$
32 CONC HDWL FOR P DRAIN EACH 2 550.39$ 1,100.78$ 750.00$ 1,500.00$ 1,100.00$ 2,200.00$ 500.00$ 1,000.00$
33 PIPE UNDERDRAIN 4 SP FOOT 12 26.41$ 316.92$ 100.00$ 1,200.00$ 72.00$ 864.00$ 31.00$ 372.00$
34 PIPE UNDERDR T 1 4 FOOT 611 24.33$ 14,865.63$ 55.00$ 33,605.00$ 62.00$ 37,882.00$ 25.00$ 15,275.00$
35 INLETS TA T8G EACH 1 977.57$ 977.57$ 1,750.00$ 1,750.00$ 3,500.00$ 3,500.00$ 2,200.00$ 2,200.00$
36 TMP PVT MK L4 T4 TAPE FOOT 9,003 1.20$ 10,803.60$ 0.01$ 90.03$ 1.30$ 11,703.90$ 0.75$ 6,752.25$
37 TMP PVT MK L6 T4 TAPE FOOT 33 1.85$ 61.05$ 0.01$ 0.33$ 3.00$ 99.00$ 1.00$ 33.00$
38 TMP PVT MK L24 T4 TAP FOOT 36 12.00$ 432.00$ 0.01$ 0.36$ 15.00$ 540.00$ 5.00$ 180.00$
39 THPL PVT MK LTR & SYM SQ FT 78 5.00$ 390.00$ 5.50$ 429.00$ 5.50$ 429.00$ 1.00$ 78.00$
40 THPL PVT MK LINE 4 FOOT 4,185 0.88$ 3,682.80$ 0.97$ 4,059.45$ 1.00$ 4,185.00$ 1.50$ 6,277.50$
41 THPL PVT MK LINE 6 FOOT 432 1.25$ 540.00$ 1.38$ 596.16$ 1.50$ 648.00$ 2.00$ 864.00$
42 THPL PVT MK LINE 12 FOOT 192 2.50$ 480.00$ 2.75$ 528.00$ 3.00$ 576.00$ 5.00$ 960.00$
43 THPL PVT MK LINE 24 FOOT 36 5.00$ 180.00$ 5.50$ 198.00$ 6.00$ 216.00$ 8.00$ 288.00$
44 BIKE PATH REM SQ YD 96 13.00$ 1,248.00$ 15.00$ 1,440.00$ 20.00$ 1,920.00$ 15.00$ 1,440.00$
ENGINEERING ENTERPRISES, INC.
52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
BIDS REC'D 3/4/2022
ITEM UNIT UNIT UNIT UNIT
NO.DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT
1488 S. Broadway
BID TABULATION
KENNEDY ROAD AND MILL ROAD INTERSECTION IMPROVEMENTS
52 Wheeler Road
GENEVA CONSTRUCTION ENGINEER'S ESTIMATE
1350 Aurora Ave
Coal City, IL 60416
Aurora, IL 60505
UNITED CITY OF YORKVILLE
Sugar Grove, IL 60554
BUILDERS PAVING, LLC
4413 Roosevelt Road Suite 108
Hillside, IL 60514
BID TABULATION D CONSTRUCTION
45 RELOCATE EX MAILBOX EACH 2 235.00$ 470.00$ 500.00$ 1,000.00$ 300.00$ 600.00$ 100.00$ 200.00$
46 TRI GEOGRID REINF T1 SQ YD 871 4.62$ 4,024.02$ 3.00$ 2,613.00$ 4.50$ 3,919.50$ 3.50$ 3,048.50$
47 PART DEPTH PATCH SPL SQ YD 150 72.15$ 10,822.50$ 45.00$ 6,750.00$ 97.00$ 14,550.00$ 85.00$ 12,750.00$
48 EXPLOR TRENCH SPL FOOT 100 7.65$ 765.00$ 50.00$ 5,000.00$ 75.00$ 7,500.00$ 100.00$ 10,000.00$
49 TEMP ACCESS- PRIV ENT EACH 4 366.62$ 1,466.48$ 500.00$ 2,000.00$ 180.00$ 720.00$ 600.00$ 2,400.00$
50 TEMP ACCESS- ROAD EACH 1 2,628.09$ 2,628.09$ 950.00$ 950.00$ 350.00$ 350.00$ 1,200.00$ 1,200.00$
51 HMA SURF REM VAR DP SQ YD 2,887 4.25$ 12,269.75$ 3.40$ 9,815.80$ 12.00$ 34,644.00$ 4.50$ 12,991.50$
52 P UNDERDRAIN 4 MOD SP FOOT 401 24.53$ 9,836.53$ 55.00$ 22,055.00$ 64.00$ 25,664.00$ 40.00$ 16,040.00$
53 TRAF CONT & PROT SPL L SUM 1 10,911.26$ 10,911.26$ 5,000.00$ 5,000.00$ 21,000.00$ 21,000.00$ 16,700.00$ 16,700.00$
54 TEMP PAVT MKING REMOV SQ FT 270 1.00$ 270.00$ 2.00$ 540.00$ 3.00$ 810.00$ 2.50$ 675.00$
55 RELOC SIGN PANEL&POST EACH 6 185.00$ 1,110.00$ 385.00$ 2,310.00$ 220.00$ 1,320.00$ 65.00$ 390.00$
56 SS DI T1 10 FOOT 34 85.07$ 2,892.38$ 100.00$ 3,400.00$ 150.00$ 5,100.00$ 90.00$ 3,060.00$
57 AGG DRVWAY REM & REPL SQ YD 4 55.00$ 220.00$ 100.00$ 400.00$ 160.00$ 640.00$ 30.00$ 120.00$
57 SS D I PIPE 4 FOOT 292 61.23$ 17,879.16$ 65.00$ 18,980.00$ 115.00$ 33,580.00$ 30.00$ 8,760.00$
58 ALLOWANCE- ITEM ORDR BY ENG UNIT 20,000 1.00$ 20,000.00$ 1.00$ 20,000.00$ 1.00$ 20,000.00$ 1.00$ 20,000.00$
59 HMA DRIVEWAY PAVT 2 SQ YD 120 110.00$ 13,200.00$ 25.00$ 3,000.00$ 46.00$ 5,520.00$ 45.00$ 5,400.00$
60 UNDR CONNECT TO STR EACH 1 933.89$ 933.89$ 500.00$ 500.00$ 800.00$ 800.00$ 650.00$ 650.00$
TOTAL BID (Items 1 - 60) 384,526.38$ 399,957.05$ 553,671.20$ 418,244.10$
% BELOW/ABOVE ENGINEER'S ESTIMATE -8.06%-4.37%32.38%
ENGINEERING ENTERPRISES, INC.
52 WHEELER ROAD, SUGAR GROVE, ILLINOIS
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-Mill Rd
Bailey RdBeresford Dr Big Rock BlvdKennedy RdKennedy Rd
Mill Rd
Galena Rd
Bissel DrLegend
Mill Road Removal
Future Mill Road Alignment
Proposed Kennedy Road Improvement
WalshEngineering Enterprises, Inc.
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
KENNEDY ROAD AND MILL ROAD INTERSECTION IMPROVEMENTSLOCATION MAP
www.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
FEBRUARY 2021
YO2043
YO2028_Attachment E.MXD
H:\GIS\PUBLIC\YORKVILLE\2020\
MJT
United City of Yorkville
800 Game Farm Road
Yorkville, IL 60560
630-553-4350 ³
600 0 600300 Feet
Old
PROJECT LOCATION
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #8
Tracking Number
PW 2022-25
Kennedy and Mill Road Intersection Improvements – Construction Engineering Agreement
Public Works Committee – March 15, 2022
CC – 03/23/21
Approval of engineering agreement.
PW 2021-14
Majority
Approval
Kennedy Road and Mill Road Intersection Improvements – Construction
Engineering Agreement
Bart Olson Administration
Name Department
Summary
Approval of a construction engineering agreement with EEI for the Kennedy and Mill Road
intersection.
Background
This item was last discussed in March 2021 when the City Council approved a design
engineering agreement for the Kennedy and Mill Road intersection. Since then, the project has been
designed and bid out, and is up for discussion at the March PW meeting. Accordingly, EEI has prepared
a construction engineering agreement for the City Council’s consideration.
This contract is included in the FY 23 budget. The attached construction engineering agreement
contains an estimated $60,202 total value, which will be charged at hourly rates.
Recommendation
Staff recommends approval of a construction engineering agreement with EEI for the Kennedy
and Mill Rd intersection.
Memorandum
To: City Council
From: Bart Olson, City Administrator
CC:
Date: March 10, 2022
Subject: Kennedy and Mill Road construction engineering agreement
Kennedy Road and Mill Road Intersection Improvements
United City of Yorkville
Professional Services Agreement - Construction Engineering
THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred
to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as
the "Contractor" or “ENGINEER” agrees as follows:
A. Services:
ENGINEER agrees to furnish to the City the following services: The ENGINEER shall
provide any and all necessary engineering services to the City as indicated on the
included Attachment B. Construction Engineering for all roadways indicated on
Attachment E will be provided. Engineering will be in accordance with all City and
Illinois Department of Transportation requirements.
B. Term:
Services will be provided beginning on the date of execution of this agreement and
continuing, until terminated by either party upon 7 days written notice to the non-
terminating party or upon completion of the Services. Upon termination the ENGINEER
shall be compensated for all work performed for the City prior to termination.
C. Compensation and maximum amounts due to ENGINEER:
ENGINEER shall receive as compensation for all work and services to be performed
herein, an amount based on the Estimated Level of Effort and Associated Cost included
in Attachment C. Construction Engineering will be paid for as an Hourly Rate in the
amount of $60,202. The hourly rates for this project are shown in the attached 2022
Standard Schedule of Charges (Attachment F). All payments will be made according to
the Illinois State Prompt Payment Act and not less than once every thirty days.
D. Changes in Rates of Compensation:
In the event that this contract is designated in Section B hereof as an Ongoing Contract,
ENGINEER, on or before February 1st of any given year, shall provide written notice of
any change in the rates specified in Section C hereof (or on any attachments hereto) and
said changes shall only be effective on and after May 1st of that same year.
E. Ownership of Records and Documents:
ENGINEER agrees that all books and records and other recorded information developed
specifically in connection with this agreement shall remain the property of the City.
ENGINEER agrees to keep such information confidential and not to disclose or
disseminate the information to third parties without the consent of the City. This
Kennedy Road and Mill Road Intersection Improvements
United City of Yorkville
Professional Services Agreement
Construction Engineering
confidentiality shall not apply to material or information, which would otherwise be
subject to public disclosure through the freedom of information act or if already
previously disclosed by a third party. Upon termination of this agreement, ENGINEER
agrees to return all such materials to the City. The City agrees not to modify any original
documents produced by ENGINEER without contractors consent. Modifications of any
signed duplicate original document not authorized by ENGINEER will be at OWNER’s
sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned
document will, likewise, be at the OWNER’s sole risk and without legal liability to the
ENGINEER.
F. Governing Law:
This contract shall be governed and construed in accordance with the laws of the State of
Illinois. Venue shall be in Kendall County, Illinois.
G. Independent Contractor:
ENGINEER shall have sole control over the manner and means of providing the work
and services performed under this agreement. The City’s relationship to the ENGINEER
under this agreement shall be that of an independent contractor. ENGINEER will not be
considered an employee to the City for any purpose.
H. Certifications:
Employment Status: The Contractor certifies that if any of its personnel are an employee
of the State of Illinois, they have permission from their employer to perform the service.
Anti-Bribery : The Contractor certifies it is not barred under 30 Illinois Compiled
Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of
bribery or attempted bribery of an officer or employee of the State of Illinois or any
other state.
Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not
in default for a period of six months or more in an amount of $600 or more on the
repayment of any educational loan guaranteed by the Illinois State Scholarship
Commission made by an Illinois institution of higher education or any other loan made
from public funds for the purpose of financing higher education (5 ILCS 385/3).
Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois
Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any
agency as a result of being convicted of a felony.
Barred from Contracting : The Contractor certifies that it has not been barred from
contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois
Compiled Statutes 5/33E or similar law of another state.
Kennedy Road and Mill Road Intersection Improvements
United City of Yorkville
Professional Services Agreement
Construction Engineering
Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug
Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this
contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or
more employees certify and agree to take steps to ensure a drug free workplace by
informing employees of the dangers of drug abuse, of the availability of any treatment or
assistance program, of prohibited activities and of sanctions that will be imposed for
violations; and that individuals with contracts certify that they will not engage in the
manufacture, distribution, dispensation, possession, or use of a controlled substance in
the performance of the contract.
Non-Discrimination, Certification, and Equal Employment Opportunity : The Contractor
agrees to comply with applicable provisions of the Illinois Human Rights Act (775
Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities
Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The
equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights
Rules is specifically incorporated herein. The Contractor shall comply with Executive
Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order
11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter
60). The Contractor agrees to incorporate this clause into all subcontracts under this
Contract.
International Boycott: The Contractor certifies that neither it nor any substantially owned
affiliated company is participating or shall participate in an international boycott in
violation of the provisions of the U.S. Export Administration Act of 1979 or the
regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS
582).
Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the
Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of
the date of completion of this Contract or the date of final payment under the Contract, all
books and records relating to the performance of the Contract and necessary to support
amounts charged to the City under the Contract. The Contract and all books and records
related to the Contract shall be available for review and audit by the City and the Illinois
Auditor General. If this Contract is funded from contract/grant funds provided by the
U.S. Government, the Contract, books, and records shall be available for review and
audit by the Comptroller General of the U.S. and/or the Inspector General of the federal
sponsoring agency. The Contractor agrees to cooperate fully with any audit and to
provide full access to all relevant materials.
United States Resident Certification: (This certification must be included in all contracts
involving personal services by non-resident aliens and foreign entities in accordance with
requirements imposed by the Internal Revenue Services for withholding and reporting
federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen
___ Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that
Kennedy Road and Mill Road Intersection Improvements
United City of Yorkville
Professional Services Agreement
Construction Engineering
taxes be withheld on payments made to non resident aliens for the performance of
personal services at the rate of 30%.
Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its
Federal Tax Payer Identification Number or Social Security Number is (provided
separately) and is doing business as a (check one): ___ Individual ___ Real Estate
Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax
Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation
___ Trust or Estate ___ Medical and Health Care Services Provider Corp.
I. Indemnification:
ENGINEER shall indemnify and hold harmless the City and City’s agents, servants, and
employees against all loss, damage, and expense which it may sustain or for which it will
become liable on account of injury to or death of persons, or on account of damage to or
destruction of property resulting from the performance of work under this agreement by
ENGINEER or its Subcontractors, or due to or arising in any manner from the wrongful
act or negligence of ENGINEER or its Subcontractors of any employee of any of them.
In the event that the either party shall bring any suit, cause of action or counterclaim
against the other party, the non-prevailing party shall pay to the prevailing party the cost
and expenses incurred to answer and/or defend such action, including reasonable attorney
fees and court costs. In no event shall the either party indemnify any other party for the
consequences of that party’s negligence, including failure to follow the ENGINEER’s
recommendations.
J. Insurance:
The ENGINEER agrees that it has either attached a copy of all required insurance
certificates or that said insurance is not required due to the nature and extent of the types
of services rendered hereunder. (Not applicable as having been previously supplied)
K. Additional Terms or Modification:
The terms of this agreement shall be further modified as provided on the attachments.
Except for those terms included on the attachments, no additional terms are included as a
part of this agreement. All prior understandings and agreements between the parties are
merged into this agreement, and this agreement may not be modified orally or in any
manner other than by an agreement in writing signed by both parties. In the event that
any provisions of this agreement shall be held to be invalid or unenforceable, the
remaining provisions shall be valid and binding on the parties. The list of attachments
are as follows:
Attachment A: Standard Terms and Conditions
Attachment B: Scope of Services
Attachment C: Estimated Level of Effort and Associated Cost
Kennedy Road and Mill Road Intersection Improvements
United City of Yorkville
Professional Services Agreement
Construction Engineering
Attachment D: Anticipated Project Schedule
Attachment E: Location Map
Attachment F: 2022 Standard Schedule of Charges
L. Notices:
All notices required to be given under the terms of this agreement shall be given mail,
addressed to the parties as follows:
For the City: For the ENGINEER:
City Administrator and City Clerk Engineering Enterprises, Inc.
United City of Yorkville 52 Wheeler Road
800 Game Farm Road Sugar Grove Illinois 60554
Yorkville, IL 60560
Either of the parties may designate in writing from time to time substitute addresses or
persons in connection with required notices.
Agreed to this _____day of __________________, 2022.
United City of Yorkville: Engineering Enterprises, Inc.:
_________________________________ ________________________________
John Purcell Brad Sanderson, P.E.
Mayor Chief Operating Officer / President
_________________________________ ________________________________
Jori Behland Joseph W. Cwynar, P.E.
City Clerk Senior Project Manager
Kennedy Road & Mill Road Intersection Improvements – Construction Engineering
Engineering Agreement Attachment A –
Standard Terms & Conditions
Kennedy Road & Mill Road Intersection Improvements – Construction Engineering
United City of Yorkville
Attachment A – Standard Terms & Conditions
Agreement: These Standard Terms and Conditions, together with the Professional Services
Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises,
Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions between the Parties.
These terms may be amended, but only if both parties consent in writing.
Standard of Care: In providing services under this Agreement, the ENGINEER will endeavor to
perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the
same profession currently practicing under same circumstances in the same locality. ENGINEER makes
no other warranties, express or implied, written or oral under this Agreement or otherwise, in connection
with ENGINEER’S service.
Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or
have authority over any contractor work, nor have authority over or be responsible for the means,
methods, techniques sequences, or procedures of construction selected or used by any contractor, or the
safety precautions and programs incident thereto, for security or safety of the site, nor for any failure of a
contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing
of its work.
The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for
contractor’s failure to furnish and perform the work in accordance with the contract documents.
The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies,
or any of their agents or employees or any other person at the site or otherwise furnishing or performing
any work.
Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions
and only for the purpose of assessing if upon installation or incorporation in the project work they are
generally consistent with the construction documents. OWNER agrees that the contractor is solely
responsible for the submissions and for compliance with the construction documents. OWNER further
agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the
provision of means, methods, techniques, sequencing or procedures of construction or extend or safety
programs or precautions. The ENGINEER’S consideration of a component does not constitute
acceptance of the assembled items.
The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project
Scope. Through standard, reasonable means the ENGINEER will become generally familiar with
observable completed work. If the ENGINEER observes completed work that is inconsistent with the
construction documents, that information shall be communicated to the contractor and OWNER for them
to address.
Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs
represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER
acknowledges that ENGINEER has no control over construction costs of contractor’s methods of
determining pricing, or over competitive bidding by contractors, or of market conditions or changes
Kennedy Road & Mill Road Intersection Improvements – Construction Engineering
Engineering Agreement Attachment A –
Standard Terms & Conditions
thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will
not vary from ENGINEER’S opinion of probable construction costs.
Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by
OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the
ENGINEER. Files in electronic media format of text, data, graphics, or of other types that are furnished
by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information
obtained or derived from such electronic files will be at the user's sole risk. When transferring documents
in electronic media format, ENGINEER makes no representations as to long term compatibility, usability,
or readability of documents resulting from the use of software application packages, operating systems, or
computer hardware differing from those used by ENGINEER at the beginning of the project.
Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not
originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the
scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement,
the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER
shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and
the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the
changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right
to terminate this Agreement, in accordance with the termination provision hereof.
Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no
Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is
encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of
applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties
that ENGINEER's scope of services does not include any services related to a Hazardous Condition. In
the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its
option and without liability for consequential or any other damages, suspend performance of services on
the portion of the project affected thereby until OWNER: (i) retains appropriate specialist consultant(s) or
contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and
(ii) warrants that the project site is in full compliance with applicable Laws and Regulations.
Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest
extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors,
partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for
any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or
to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss
of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential
damages that either party may have incurred from any cause of action including negligence, strict
liability, breach of contract, and breach of strict or implied warranty. Both the OWNER and the
ENGINEER shall require similar waivers of consequential damages protecting all the entities or persons
named herein in all contracts and subcontracts with others involved in this project.
Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14)
days written notice of either party. In the event of termination, the ENGINEER shall prepare a final
invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred
through the date of termination.
Either party may terminate this Agreement for cause upon giving the other party not less than seven (7)
calendar days’ written notice for the following reasons:
Kennedy Road & Mill Road Intersection Improvements – Construction Engineering
Engineering Agreement Attachment A –
Standard Terms & Conditions
(a) Substantial failure by the other party to comply with or perform in accordance with the
terms of the Agreement and through no fault of the terminating party;
(b) Assignment of the Agreement or transfer of the project without the prior written consent
of the other party;
(c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of
greater than ninety (90) calendar days, consecutive or in the aggregate.
(d) Material changes in the conditions under which this Agreement was entered into, the
scope of services or the nature of the project, and the failure of the parties to reach
agreement on the compensation and schedule adjustments necessitated by such changes.
Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise
agreed to in writing.
Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual
relationship with or a cause of action in favor of a third party against either the OWNER or the
ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and
exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the
ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The
OWNER and ENGINEER agree to require a similar provision in all contracts with contractors,
subcontractors, vendors and other entities involved in this Project to carry out the intent of this provision.
Force Majeure: Each Party shall be excused from the performance of its obligations under this
Agreement to the extent that such performance is prevented by force majeure (defined below) and the
nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be
continued so long as the condition constituting force majeure continues. The party affected by such force
majeure also shall notify the other party of the anticipated duration of such force majeure, any actions
being taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to
remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure”
shall include conditions beyond the control of the parties, including an act of God, acts of terrorism,
voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of
war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or
default of public utilities or common carriers, destruction of production facilities or materials by fire,
earthquake, storm or like catastrophe. The payment of invoices due and owing hereunder shall in no event
be delayed by the payer because of a force majeure affecting the payer.
Additional Terms or Modification: All prior understandings and agreements between the
parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner
other than by an Agreement in writing signed by both parties. In the event that any provisions of this
Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and
binding on the parties.
Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or
interest in this Agreement without the prior written consent of the other party. Subcontracting normally
contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement.
Kennedy Road & Mill Road Intersection Improvements – Construction Engineering
Engineering Agreement Attachment A –
Standard Terms & Conditions
Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement
shall not constitute a waiver of the provision, nor shall it affect the enforceability of that provision or of
the remainder of this Agreement.
Attorney’s Fees: In the event of any action or proceeding brought by either party against the other
under this Agreement, the prevailing party shall be entitled to recover from the other all costs and
expenses including without limitation the reasonable fees of its attorneys in such action or proceeding,
including costs of appeal, if any, in such amount as the Court may adjudge reasonable.
Headings: The headings used in this Agreement are inserted only as a matter of convenience only,
and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect the construction
or interpretation of this Agreement.
Attachment B – Scope of Services
Kennedy Road and Mill Road Intersection Improvements
United City of Yorkville
The United City of Yorkville intends to widen and resurface Kennedy Road at Mill Road.
Our proposed scope of services for Construction Engineering will include the following:
3.1 Construction Administration
• Prepare for, Attend and Facilitate the Preconstruction Meeting with the Contractor Including
Preparation of Meeting Minutes
• Shop Drawing Review
• Prepare and Handout Construction Notice Flyers to Residents Including Temporary Driveway Loss
Notices
• Coordinate with City Services (Garbage, Mail, Etc.)
• Review Engineering Plans, Specifications and Prepare Field Book
• Prepare/Verify Pay Estimates and Change Orders
• Gather Invoices and Waivers of Lien
• Provide Weekly Updates to City or as Required Based on Onsite Activities
3.2 Construction Layout and Record Drawings
• Stake Proposed Storm Sewer, Roadway Excavation and Widening
• Perform Post Construction Field Survey for Record Drawings
• Prepare and Review Record Drawings
3.3 Construction Observation and Documentation
• Review Construction Layout
• Take Pre-Construction Videos and Photos of Pre-Existing Conditions
• Provide Resident Engineering Services for Construction
• Monitor Adherence to Specifications
• Monitor Adherence to Construction Schedule and Make Recommendations When Appropriate.
• Monitor Traffic Control on a Regular Basis.
• Coordinate Any Required Testing on Behalf of the City and Review Test Reports
• Provide Daily Quantity Tracking, Documentation and Daily Field Reports
• Perform Punch Walks, Prepare Punch List Letters and Provide Follow Up Inspections and
Recommend Acceptance When Appropriate (2 Each)
• Prepare project Closeout Paperwork
The following scope of services will be provided by EEI’s Subconsultant:
• Rubino Engineering – Material Testing for Quality Assurance
The above scope for “Kennedy Road and Mill Road Intersection Improvements” summarizes the work items
that will be completed for this contract. Additional work items, including additional meetings beyond the
meetings defined in the above scope shall be considered outside the scope of base contract and will be billed
in accordance with the Standard Schedule of Charges.
ATTACHMENT C - ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COSTPROFESSIONAL ENGINEERING SERVICES KENNEDY ROAD AND MILL ROAD INTERSECTION IMPROVEMENTS - CONSTRUCTION ENGINEERINGUnited City of YorkvilleENTITY:ADMIN. WORKPRINCIPAL SENIOR SENIOR SENIOR SENIOR SENIOR ITEM COSTWORKIN PROJECT PROJECT PROJECT PROJECT PROJECT PROJECT CAD PROJECT HOUR PERITEMCHARGE MANAGER ENGINEER II ENGINEER MANAGER MANAGER TECHNICIAN II MANAGER TECHNICIAN ADMIN. SUMM. ITEMNO. WORK ITEM HOURLY RATE: $228 $216 $183 $154 $216 $194 $159 $159 $149 $70CONSTRUCTION ENGINEERING3.1 Contract Administration2 8 8 - - - - 2 20 3,788$ 3.2 Construction Layout and Record Drawings- 2 6 8 2 8 36 - - 62 10,470$ 3.3 Observation and Documentation2 4 8 255 - - - - - 269 42,054$ Construction Engineering Subtotal: 4 14 22 263 2 8 36 - - 2 351 56,312$ PROJECT TOTAL: 4 14 22 263 2 8 36 - - 2 351 56,312 Printing = -$ 48,464$ Vehicle Charge ($65/day) = 1,950$ 7,708$ Material Testing (Rubino) = 1,940$ -$ 140$ 56,312$ DIRECT EXPENSES = 3,890$ 60,202$ G:\Public\Yorkville\2020\YO2043-P Kennedy and Mill Road Intersection Improvements\PSA\Construction\[4 - Attachment C - Fee Estimate_yo2043.xlsx]Fee Summary - construction onlyTOTAL EXPENSES = ENGINEERING SURVEYING DRAFTINGPROJECT ROLE:DIRECT EXPENSESLABOR SUMMARYEngineering Expenses = Surveying Expenses = Drafting Expenses = Administrative Expenses = TOTAL LABOR EXPENSES =
WORKYear:ITEM Month:NO. WORK ITEM Week Starting:1234123412341234123412341234CONSTRUCTION ENGINEERING3.1 Contract Administration3.2 Constructing Layout3.3 Observation and DocumentationLegendProject Management & QC/QA PreliminaryMeeting(s) Design Work ItemBidding and Contracting ConstructionATTACHMENT D:ANTICIPATED PROJECT SCHEDULEKENNEDY ROAD AND MILL ROAD RECONSTRUCTIONUNITED CITY OF YORKVILLE2022March April May June July SeptemberAugust
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-
()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-Mill Rd
Bailey RdBeresford Dr Big Rock BlvdKennedy RdKennedy Rd
Mill Rd
Galena Rd
Bissel DrLegend
Old Mill Road
Mill Road Re-Alignment
Kennedy Road Improvement
WalshEngineering Enterprises, Inc.
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
KENNEDY ROAD AND MILL ROADINTERSECTION IMPROVEMENTSATTACHMENT ELOCATION MAPwww.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
FEBRUARY 2021
YO2043
YO2028_Attachment E.MXD
H:\GIS\PUBLIC\YORKVILLE\2020\
MJT
United City of Yorkville
800 Game Farm Road
Yorkville, IL 60560
630-553-4350 ³
600 0 600300 Feet
Old
PROJECT LOCATION
Standard Schedule of Charges
January 1, 2022
EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE
Senior Principal E-4 $228.00
Principal E-3 $223.00
Senior Project Manager E-2 $216.00
Project Manager E-1 $194.00
Senior Project Engineer/Planner/Surveyor II P-6 $183.00
Senior Project Engineer/Planner/Surveyor I P-5 $170.00
Project Engineer/Planner/Surveyor P-4 $154.00
Senior Engineer/Planner/Surveyor P-3 $142.00
Engineer/Planner/Surveyor P-2 $129.00
Associate Engineer/Planner/Surveyor P-1 $116.00
Senior Project Technician II T-6 $159.00
Senior Project Technician I T-5 $149.00
Project Technician T-4 $139.00
Senior Technician T-3 $129.00
Technician T-2 $116.00
Associate Technician T-1 $102.00
GIS Technician G-1 $105.00
Engineering/Land Surveying Intern I-1 $ 79.00
Administrative Assistant A-3 $ 70.00
VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY
Vehicle for Construction Observation $ 15.00
In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White)
$1.00/Sq. Ft. (Color)
Reimbursable Expenses (Direct Costs) Cost
Services by Others (Direct Costs) Cost + 10%
Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $ 206.00
Expert Testimony $ 258.00
Attachment F
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #9
Tracking Number
PW 2022-26
Fox Hill Subdivision Roadway Improvements – Pavement Condition Update
Public Works Committee – March 15, 2022
CC – 06/08/21
Bid for Construction Awarded and
Professional Services Agreement
approved.
CC 2021-33 & 34
Majority
Approval of Recommendations
Update and Confirmation of Recommendations
Brad Sanderson Engineering
Name Department
Background
The City entered into an agreement with D Construction on June 18, 2021. A preconstruction
conference was held on July 28, 2021. D commenced construction on August 26, 2021.
Discussion
During the placement of the final surface course, a situation involving low density tests,
fractured aggregate in the pavement, and cosmetic defects led to the questioning of the quality
of the new asphalt pavement. During the placement, the following conditions were observed:
• Quality control (D Construction) and quality assurance (Rubino Engineering) were
recording low density readings.
• To compensate for the low-density readings, D Construction had started rolling the
asphalt more than standard practice. Due to the increased numbers of passes, this led
to some of the aggregate on the surface of the asphalt to fracture/break.
• In addition, cosmetic defects were found in the pavement including visible roller lines,
uneven joints and centerlines, and uneven pavement.
The underlining concern with all the above is whether the issues would result in shortening
the expected life of the pavement.
Conditions observed and subsequent testing and potential actions are summarized below:
ISSUE
LEVEL OF TESTING
POST CONSTRUCTION CONCLUSION
Low Density Readings Density Cores Non-Compliant, Within
IDOT Tolerance
Fractured Aggregate Asphalt Content (Density
Cores) Compliant
Cosmetic Defects Surface Test and Visual
Inspection
Deficient Items will be
Addressed as Part of the
Punchlist Process
Memorandum
To: Bart Olson, City Administrator
From: Brad Sanderson, EEI
Eric Dhuse, Director of Public Works
CC: Jori Behland, City Clerk
Rob Fredrickson, Finance Director
Date: March 10, 2022
Subject: Fox Hill Sub. Roadway Improvements – Pavement Condition Update
Additionally, D Construction did not substantially complete work until after the completion
date of October 29, 2021. Paving was completed by November 1, 2021 and installation of sod
was completed by December 1, 2021. EEI and Public Works had recommended that D
Construction complete the pavement striping and edge sealing in the spring due to the
pavement issues and weather conditions.
The City may choose to collect liquidated damages for the work extending beyond the
contract completion date. The calculation of those damages is as follows:
D Construction was notified that liquidated damages would begin to accrue on
November 1, 2021. Work was completed 31 days after the contract completion date on
December 1, 2021. At $1,275 per calendar day past contract completion date, D
Construction had accumulated a total of $39,525 of liquidated damages.
Recommendations:
At this time EEI and Public Works are recommending the following actions:
1. Update the punchlist to include any noted deficiencies, plus the following:
a. Additional crack routing and filling to address centerline issues.
b. The milling of the uneven joint at Diehl and Cottonwood Trail.
c. The requirement of applying asphalt rejuvenator to the entire project.
With addressing the above, we feel this will mitigate the potential for shortening the
life of the pavement.
2. Collect the calculated liquidated damages in the full amount of $39,525.
Fox Hill Roadway Improvements
Summary of Asphalt Core Findings
Density Testing
Six pavement cores were taken at five potential problematic locations throughout the
subdivision. D Construction (QC) tested three cores and Rubino Engineering (QA) had
tested the three other cores (30 total).
Core
Location
D Construction
(QC) Test Result
Rubino (QA)
Test Result Average Spec.
Minimum
1 92.5% 91.7% 92.1% 92.5%
2 92.3% 92.3% 92.3% 92.5%
3 93.0% 92.9% 93.0% 92.5%
4 92.0% 91.9% 92.0% 92.5%
5 91.6% 92.4% 92.0% 92.5%
The cores were at the lower end of compliance (92.5%-97.45 according to Art.1030.09)
when passing, and non-compliant in most cases (7 out of 10 averages). Per discussion
with IDOT, they do accept density readings in the range of 90%-91% without penalty.
Asphalt Content
Cores taken at locations 4 and 5 were used to perform an AC content test. The target
AC content is 5.8% - 6.1%.
Core
Location
D Construction
(QC)Test
Result
Rubino
(QA)Test
Result
Average Spec.
Minimum
4 & 5 5.9% 5.7% 5.8% 5.8%
!(
!(
!(
!(
!(
Chestnut
CirRena LnStoneridgeCirChestnut CtC o t t o n w o o d C t
John StJohn St
Sycamore RdChestnut Ln
S e q u o i aCirWhitePine CtStoneridge CtDi
e
h
l
F
a
r
m Rd
CarolynCtC y p r e s sLn
ChestnutCirEldamain RdCottonwood Trl
Willow WayEvergreen LnAspen Ln
W Veterans Pkwy
W Veterans Pkwy
Legend
!(Core Locations
Fox Hill Subdivision Boundary
Paved Wednesday 10/27
Paved Saturday 10/30
WalshEngineering Enterprises, Inc.
52 Wheeler Road
Sugar Grove, Illinois 60554
(630) 466-6700
LOCATION MAP
www.eeiweb.com
DATE:
PROJECT NO.:
FILE:
PATH:
BY:
NOVEMBER 2021
YO2036
YO2025 Fox Hill Project Paved Date.MXD
H:\GIS\PUBLIC\YORKVILLE\2020\
MJT
United City of Yorkville
800 Game Farm Road
Yorkville, IL 60560
630-553-4350 ³
0 600 1,200300Feet
CORE LOCATION NO. 3(SOUTHBOUND LANE)DIEHL FARM ROADNORTH OF CYPRESS LANE
CORE LOCATION NO. 5(EASTBOUND LANE)JOHN STREETEAST OF SYCAMORE ROAD
CORE LOCATION NO. 2(OUTSIDE LANE)1624 COTTONWOOD TRAIL
CORE LOCATION NO. 4(JOHN STREET MAIN LINE PAVEMENT SOUTHBOUND LANE)JOHN STREET/WILLOW WAYINTERSECTION
CORE LOCATION NO. 1(OUTSIDE LANE)1206 EVERGREEN LANE
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #10
Tracking Number
PW 2022-27
Bucket Truck Price Increase
Public Works Committee – March 15, 2022
Majority
Approval
Chassis manufacturer price increase due to material cost increase and supply chain
Issues.
Eric Dhuse Public Works
Name Department
Summary
Peterbilt is increasing the price of the chassis for our bucket truck that was approved by the
Mayor and City Council and ordered On July 27, 2021.
Background
This is the same issue we had previously with our dump truck that is on order. The
manufacturer is raising the price of the chassis to cover their increased costs due to material
shortages and supply chain issues. There is a clause in the contract that allows them to raise the
price without notice, which I have attached. This is the same clause as the other truck, so this
was not a surprise. Luckily, the price increase on this model was not near as much as the other
unit.
The previous chassis price was $89,536 and the new price will be $93,839 for an increase
of $4303. This will make the new purchase price $234,961. I have attached the email from our
Altec representative showing the increase in price.
This truck was ordered in FY22 knowing that we would not take delivery until late in
FY23 and has been budgeted accordingly. This would be an increase to the proposed budget that
has not been approved by council at the time of this memo.
Recommendation
I recommend approving the increase in price for bucket truck from $230,658 to $234,961
to account for the increase in the chassis price and to amend the proposed FY23 budget to reflect
the increase.
Memorandum
To: Public Works Committee
From: Eric Dhuse, Director of Public Works
CC: Bart Olson, City Administrator
Date: March 2, 2022
Subject: Chassis price increase for bucket truck
Summary
Staff is seeking permission to purchase a new bucket truck to replace our current unit. This is an
unbudgeted expense that is necessitated by the condition of our current unit and the extended
length of time it will take to build the new unit.
Background
After our current budget was approved, we found out that our bucket truck may not have as
much time left as we thought. Our current truck is a 2006 Ford F550 with 76,629 miles on it and
5554 hours on the engine. Although the miles are relatively low for a diesel vehicle, the hours
are fairly high since we have to run the motor when we run the bucket. This, along with age has
caused our motor to weaken. Nothing catastrophic at this point, but if it does go, a new motor is
almost $23,000 to purchase and have it installed. This particular motor has known issues with
engine trouble and have “bulletproofing” parts you can buy to extend the life of the truck. These
parts can be anywhere from $2000-$5000 plus the labor to install them which can be $2000 or
more. Our truck has been serviced its entire life by a professional diesel mechanic and we have
followed their recommendations along the way, so no replacement parts are necessary at this
time, but the mechanics are the ones that told us that we should start thinking about a new unit.
Currently our truck is only worth $8500 as a trade in on a new vehicle from our Altec dealer, so
putting $4000-$7000 into the motor hoping that it limps it along for another few years doesn’t
seem does not seem like the best solution. Instead, I feel it is best to order one now and do the
bare minimum that needs to be done to keep our current truck running and safe.
In addition to the engine problems, our truck no longer suits all of our needs. This truck can
change all our residential streetlights, but it cannot change bulbs or work on any of the
decorative streetlights on Bridge St., or at any new traffic signal lighting. These lights are much
taller than normal streetlights and we can no longer reach them. We did have a local electrician
that we used to change these for a reasonable price, but he has since retired and is no longer
performing this work.
Finally, our current bucket truck is not a material handling truck. For us that means we cannot
set our own streetlight poles with our current truck. At this time, we are using the backhoe and
the sewer department crane truck to set 24’35’ concrete light poles. This works but is hard on
both machines and can damage the concrete poles very easily.
We reached out to our local Altec dealer to get an idea of what to expect when ordering a new
unit and they shocked us when they said it could but up to 600+ days, but more than likely closer
to 400 days. With this kind of lead time, we should commit to purchasing the truck now in order
to take delivery of the unit next fiscal year. The dealer stated that if we committed now, we
would not have to pay any money until we take delivery of the unit. The normal process is to
Memorandum
To: Public Works Committee
From: Eric Dhuse, Director of Public Works
CC: Bart Olson, Administrator
Date: July 12, 2021
Subject: Bucket Truck Purchase
pay for the chassis up front and then the balance when the unit is delivered. By delaying the
chassis cost until the end, it allows us to purchase the unit entirely in next fiscal year.
Recommendation
I recommend that we commit to purchase an Articulating Telescopic Aerial Device with Material
Handling capabilities model TA60, mounted on a Peterbilt model 548 chassis from Altec
Industries through Sourcewell Contract 02418-ALT. The total cost for this truck and equipment
should not exceed $230,658. This purchase will be committed to now, but not executed until
sometime in FY 23. Since we used a Sourcewell contract and did not solicit sealed bids, this will
require a super-majority vote of the city council.
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
FY 23 Proposed Budget Link - https://www.yorkville.il.us/ArchiveCenter/ViewFile/Item/4453
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #11
Tracking Number
PW 2022-28
Fiscal Year 2023 Budget Proposal
Public Works Committee – March 15, 2022
CC – 03/08/22
Public Hearing was held
CC 2022-09
None
Informational
A verbal discussion will take place at the meeting.
Bart Olson Administration
Name Department
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New Business #12
Tracking Number
PW 2022-29
Invitation to Bid Award for Street Light Heads, Arms and Poles.
Public Works Committee – March 15, 2022
Majority
Approval
Discussion of the Invitation to Bid results from the Street Light Heads, Arms, and
Poles.
Shanel Gayle Purchasing
Name Department
Summary
Discussion of the Invitation to Bid results from the Street Light Heads, Arms, and Poles
Purchase.
Background
On February 11, 2022, staff released an Invitation to Bid for Street Light Heads, Arms, and Poles
purchase for the Public Works Department to install 25 streetlights in the Fox Hill Subdivision.
This will be the first phase of street light installation; the second phase will be in FY23 with
installation of another 25 streetlights. The bids were opened on February 25, 2022, with four bid
submittals. The prospective awardee is Amperage Electrical Supply, located in Roselle, Illinois,
with the bid amount of $80,534.00, $5,000 under the budgeted amount. Production Distribution,
located in Chicago, Illinois, submitted the lowest bid of $66,871.75. Production Distribution's
specifications for the light pole alternates were deemed unacceptable, as they provided a pole
brand and spec that were not what was requested. The lead time on light poles is at 12-19 weeks
from date of order. Currently, the Public Works Department intends to begin streetlight
replacement projects as soon as materials are available.
Recommendation
Staff recommends authorizing the contract for the materials purchase for Street Light Heads,
Arms and Poles with Amperage Electrical Supply, of Roselle, Illinois in an amount not to exceed
$80,534.00.
Attachments
• Resolution
• Exhibit A –Amperage Electrical Supply Contract
• Exhibit B – Bid Tabulation
Memorandum
To: Public Works Committee
From: Eric Dhuse, Director of Public Works
Shanel Gayle, Purchasing Manager
CC: Bart Olson, Administrator
Date: March 15, 2022
Subject: Invitation to Bid Award for Street Light Heads, Arms, and Poles
Resolution No. 2022-____
Page 1
Resolution No. 2022-_____
A RESOLUTION OF THE UNITED CITY OF YORKVILLE, ILLINOIS,
AUTHORIZING A CONTRACT FOR STREET LIGHT HEADS, ARMS, AND POLES
WITH AMPERAGE ELECTRICAL SUPPLY, ROSELLE, ILLINOIS IN THE AMOUNT
NOT TO EXCEED $80,534.00.
WHEREAS, the United City of Yorkville, Kendall County, Illinois (the “City”) is a duly
organized and validly existing non home-rule municipality created in accordance with the
Constitution of the State of Illinois of 1970 and the laws of the State; and
WHEREAS, the City has heretofore solicited an Invitation to Bid for the Street Light
Heads, Arms and Poles (“Materials”); and
WHEREAS, the City reviewed all responses and found Amperage Electrical Supply of
Roselle, Illinois (the “Supplier”) to be the lowest responsible bidder for said Materials and is
prepared to award the Supplier the Contract t for said Materials, in the form attached hereto, as
hereinafter provided.
NOW, THEREFORE, BE IT RESOLVED, by the Mayor and City Council of the
United City of Yorkville, Kendall County, Illinois, as follows:
Section 1. That the CONTRACT FOR STREET LIGHT HEADS, ARMS, AND POLES by
and between the City and Amperage Electrical Supply, attached hereto and made a part hereof
by reference as Exhibit A, be and is hereby approved, and John Purcell, Mayor, and Jori
Behland, City Clerk, be and are hereby authorized to execute said Contract on behalf of the
United City of Yorkville.
Section 2. Each section, clause, and provision of this Resolution shall be considered as
separable, and the invalidity of one or more shall not have any effect upon the validity of other
sections, clauses, or provisions of this Resolution
Section 3. That this resolution shall be in full force and effect upon its passage and
approval as provided by law.
Resolution No. 2022-____
Page 2
Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this
____ day of __________________, A.D. 2022.
______________________________
CITY CLERK
KEN KOCH _________ DAN TRANSIER _________
ARDEN JOE PLOCHER _________ CRAIG SOLING _________
CHRIS FUNKHOUSER _________ MATT MAREK _________
SEAVER TARULIS _________ JASON PETERSON _________
APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois
this ____ day of __________________, A.D. 2022.
______________________________
MAYOR
Attest:
______________________________
CITY CLERK
UNITED CITY OF YORKVILLE
800 GAME FARM ROAD
YORKVILLE, ILLINOIS 60560
CONTRACT
THIS CONTRACT made this _____ day of ______________, 2022, by and between the
United City of Yorkville, an Illinois municipal corporation hereinafter called the “City” and
_________________________________________ located at _________________________
hereinafter called the Supplier””.
WITNESSETH:
WHEREAS, the City has heretofore issued an Invitation to Bid for Street Light Heads,
Arms and Poles in such numbers and specifications as provided therein (the “materials”); and
WHEREAS, after a review of all of the responses to the Invitation to Bid, the City has
found that the Supplier is the lowest responsible bidder for said materials and therefore, the City
is prepared to award the Supplier this Contract for the Materials.
NOW, THEREFORE, for and in consideration of their mutual promises and agreements,
the parties hereto do hereby agree as follows:
1.The Supplier agrees to furnish all materials, supplies, tools, and equipment as specified in the
Invitation to Bid for Street Light Heads, Arms and Poles, General Conditions, Special
Conditions, Specifications and Plans with such conditions and prices as submitted by the
Supplier in the Bid Proposal, Bid Cost Sheet and Detailed Exception Sheet all of which are
made a part hereof and herein called the “Contract Documents”.
2.The City will pay the Supplier in the amounts, manner and at times as set forth in the Contract
Documents.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials, this Contract as of the day and year first above written:
UNITED CITY OF YORKVILLE
By: _________________________________
Mayor
Attest:
__________________________
City Clerk
Tabulation Sheet
Agency Name United City of Yorkville
Bid Number ITB-22-6010-001-0-2022/SW
Bid Name Street Light Heads, Arms, and Poles
Bid Due Date 02/25/2022 10:00:00 Central
Bid Opening Closed
4 responses found.online, offline, not submitting, not received
Company Responded Address Bid Amount Alt Bid Amount Declared
Attributes Documents Sent
Complete
1 .Amperage
Electric
02/24/2022
16:14:34
Central
359 West
Irving Park
Road,
Roselle, IL,
60172
$80534.4400 0.0000 Completed Supplier Response w/any required forms
2 .Graybar
02/24/2022
15:53:51
Central
900 Regency
Drive,
Glendale
Heights, IL,
60139
$83961.5000 0.0000 Completed Supplier Response w/any required forms
3 .production
distribution
02/25/2022
09:03:28
Central
9511 S
DORCHESTER
AVE,
Chicago, IL,
60628
$66871.7500 66871.7500 Completed Supplier Response w/any required forms
4 .Tiles in
Style, llc
02/24/2022
15:41:25
Central
16940
Vincennes
Ave,
16940
Vincennes
Ave, South
Holland, IL,
60473
$180150.0000 0.0000 Completed Supplier Response w/any required forms
Have a question or comment about this agenda item?
Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville,
tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council
Agenda Item Summary Memo
Title:
Meeting and Date:
Synopsis:
Council Action Previously Taken:
Date of Action: Action Taken:
Item Number:
Type of Vote Required:
Council Action Requested:
Submitted by:
Agenda Item Notes:
Reviewed By:
Legal
Finance
Engineer
City Administrator
Community Development
Purchasing
Police
Public Works
Parks and Recreation
Agenda Item Number
New business #13
Tracking Number
PW 2022-30
Discussion of Wyland National Mayors Challenge for Conservation
Public Works Committee – March 15, 2022
CC – 03/23/21
Approved Resolution supporting Wyland
Mayors Challenge for Conservation
PW 2021-20
Majority
Approval
Consideration of Support for the Wyland National Mayors Challenge for
Conservation
Erin Willrett Administration
Name Department
Summary
Continue participation in a national program to challenge the residents to conserve water, energy
and other natural resources.
Background
Once again, the Wyland Foundation, in partnership with the National League of Cities and the
U.S. Environmental Protection Agency, invited the United City of Yorkville to participate in the 11th
annual National Mayor’s Challenge for Water Conservation. The commitment from the City to
participate is as simple as drafting the statement of support below. There is no cost to the City. There
were several items that were sent out to market this program in 2018, 2019 and 2020. Yorkville placed
5th in 2018, in 2019, Yorkville placed 13th in 2020 Yorkville placed 8th and in 2021 Yorkville placed 18th
in the 5,000-29,999 population category nation-wide!
Residents who are interested in conservation efforts and who would like to accept the
challenge can go online (www.mywaterpledge.com) and make a pledge to conserve water, energy, and
other natural resources over the next year by selecting from different pledge options. Some options are
as easy as wasting less food and recycling. When the resident enters their location, the drop-down menu
for pledges will contain our draft statement about water conservation. Our draft statement will read as:
“A sustainable water source for the City’s future water supply is a main focus for our community and its
residents. Yorkville currently obtains its water from the deep sandstone aquifer, which is being steadily
drawn down as it is being pumped beyond its long-term sustainable yield due to increasing water
demands and growth of the region. The City is committed to building strong, collaborative relationships
regionally for sustainable water use. We hope to partner with our neighboring communities and our
actual neighbors to promote water conservation efforts in the home. By taking the water pledge, you
can help extend the capacity of the City’s water supply.”
When a resident goes online to accept the challenge, they will search for “Yorkville, IL”, the
website will then walk the resident through the process to pledge to make thoughtful conservation
choices at home. There are several check boxes that the residents can choose from depending on the
changes they are pledging to make. At the end of the “choices” portion of the pledge, an email address
is required and the option for the resident to be entered into the prize drawing is made as a check box.
After the resident enters their email address the pledge process is complete. Additionally, the website
has several informational items for the resident to read through and learn about. City standings in the
challenge are on the website and the residents can check back and see how their “choices” positively
affect the community. This program is designed to get residents to think about how their choices impact
the natural environment and if changes are made, no matter how small, benefits add up quickly. There
Memorandum
To: Public Works Committee
From: Erin Willrett, Assistant City Administrator
CC: Bart Olson, City Administrator
Date: March 15, 2022
Subject: Wyland National Mayors Challenge for Conservation
is no further commitment and no additional information that is needed from the residents other than
those listed above.
The City will also be posting several items on social media and on our website to promote this
challenge. The City’s main goal by promoting this program is to help residents be aware of the
importance of the natural resources that are used on a daily basis and the pressing need to protect those
precious resources.
Recommendation
While not a requirement to participate in the program, staff recommends an acknowledgment by
the City Council in the attached Resolution for support of the statement above and participation in
marketing the program.
Resolution No. 2022-____
Page 1
Resolution No. 2022-_____
A RESOLUTION OF THE UNITED CITY OF YORKVILLE, ILLINOIS
IN SUPPORT OF THE “WYLAND MAYOR’S CHALLENGE FOR WATER CONSERVATION”
WHEREAS, the United City of Yorkville (the “City”) is a duly organized and validly existing
non home-rule municipality created in accordance with the Constitution of the State of Illinois of 1970
and the laws of the State; and,
WHEREAS, the City continue to explore ways to manage residential consumption of water and
power, and to inspire its residents to care for our natural resources; and
WHEREAS, cities can engage in efforts to inspire their own communities, as well as their
neighboring cities, to become better environmental stewards; and
WHEREAS, the eighth annual National Mayor’s Challenge for Water Conservation presented
by the Wyland Foundation and Toyota, with support from the U.S EPA WaterSense, The Toro
Company, National League of Cities, Conserva Irrigation, and Earth Friendly Products (makers of
ECOS), is a healthy, non-profit competition for cleaner communities and a water use and pollution
reduction competition between our cities; and
WHEREAS, with the encouragement of their Mayors, residents may register their participation
in their city's Challenge, online, by making simple pledges to decrease their water use and to reduce
pollution for the period of one year, thereby assisting their cities to apply State and Federal water
conservation strategies and to target mandated reductions; and
WHEREAS, from April 1- 30, 2022, the City of Yorkville wishes to inspire its residents and its
neighboring communities to take the "Wyland Mayor's Challenge for Water Conservation" by making a
series of online pledges at mywaterpledge.com to reduce their impact on the environment and to see
immediate savings in their water, trash, and electricity bills;
NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City
of Yorkville, Kendall County, Illinois, as follows:
Section 1: That the City agrees and supports the "Wyland Mayor's Challenge for Water
Conservation" emphasis.
Section 2: That the program is to be implemented from April 1- 30, 2022, through a series of
communication and outreach strategies, whether new or existing, to encourage Yorkville residents to
take the conservation "Challenge."
Section 3: This Resolution shall be in full force and effect upon its passage and approval as
provided by law.
Resolution No. 2022-____
Page 2
Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____
day of __________________, A.D. 2022.
__________________________________
City Clerk
KEN KOCH ________ DAN TRANSIER ________
ARDEN JOE PLOCHER ________ CRAIG SOLING ________
CHRIS FUNKHOUSER ________ MATT MAREK ________
SEAVER TARULIS ________ JASON PETERSON ________
Approved by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this ____
day of __________________, A.D. 2022.
______________________________
Mayor