Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Public Works Packet 2025 02-18-25
AGENDA PUBLIC WORKS COMMITTEE MEETING Tuesday, February 18, 2025 6:00 p.m. East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL Citizen Comments: Minutes for Correction/Approval: January 21, 2025 New Business: 1. PW 2025-12 Snow Operations Report 2. PW 2025-13 Resolution Approving a Bid to Replace the Roofs at Three City Buildings (Well No. 7, Well No. 8, Beecher Center Roofs) 3. PW 2025-14 Ordinance Accepting the Dedication of a Right-of-Way for Public Road Purposes (Crimson Lane) 4. PW 2025-15 Worsley Street Right-of-Way Vacation 5. PW 2025-16 Resolution Approving a Bid to Replace Water Mains 6. PW 2025-17 Resolution Approving Supplement No. 1 to the Agreement for Land Acquisition Consulting Services with Mathewson Right of Way Company 7. PW 2025-18 Northland Lane Parking Restrictions – Discussion 8. PW 2025-19 Cannonball Trail Path – Discussion Old Business: Additional Business: United City of Yorkville 651 Prairie Pointe Drive Yorkville, Illinois 60560 Telephone: 630-553-4350 www.yorkville.il.us UNITED CITY OF YORKVILLE WORKSHEET PUBLIC WORKS COMMITTEE Tuesday, February 18, 2025 6:00 PM CITY HALL CONFERENCE ROOM --------------------------------------------------------------------------------------------------------------------------------------- CITIZEN COMMENTS: --------------------------------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------------------------- MINUTES FOR CORRECTION/APPROVAL: --------------------------------------------------------------------------------------------------------------------------------------- 1. January 21, 2025 □ Approved __________ □ As presented □ With corrections --------------------------------------------------------------------------------------------------------------------------------------- NEW BUSINESS: --------------------------------------------------------------------------------------------------------------------------------------- 1. PW 2025-12 Snow Operations Report □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 2. PW 2025-13 Resolution Approving a Bid to Replace the Roofs at Three City Buildings (Well No. 7, Well No. 8, Beecher Center Roofs) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 3. PW 2025-14 Ordinance Accepting the Dedication of a Right-of-Way for Public Road Purposes (Crimson Lane) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 4. PW 2025-15 Worsley Street Right-of-Way Vacation □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 5. PW 2025-16 Resolution Approving a Bid to Replace Water Mains □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 6. PW 2025-17 Resolution Approving Supplement No. 1 to the Agreement for Land Acquisition Consulting Services with Mathewson Right of Way Company □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 7. PW 2025-18 Northland Lane Parking Restrictions – Discussion □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 8. PW 2025-19 Cannonball Trail Path – Discussion □ 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 – January 21, 2025 Public Works Committee – February 18, 2025 Majority Committee Approval Minute Taker Name Department DRAFT Page 1 of 3 UNITED CITY OF YORKVILLE PUBLIC WORKS COMMITTEE Tuesday, January 21, 2025, 6:00pm Yorkville City Hall, East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL IN ATTENDANCE: Committee Members Chairman Ken Koch Alderman Craig Soling, via Zoom Alderman Rusty Corneils Alderman Matt Marek Other City Officials City Administrator Bart Olson Erin Willrett, Assistant City Administrator, via Zoom Engineer Brad Sanderson, EEI Public Works Director Eric Dhuse Other Guests: Mr. Joey Weslo, Kendall County Record, via Zoom The meeting was called to order at 6:00pm by Chairman Ken Koch. Citizen Comments: None Previous Meeting Minutes: December 17, 2024 The minutes were approved as presented. New Business: 1. PW 2025-01 Snow Operations Report Director Dhuse said he is happy with their current preparedness, but there are 3 older trucks that need $25,000 worth of work. Parts from an old truck are being used. Three new trucks will be received this year and one in the next budget year. Alderman Corneils asked about the disposition of the older trucks. They will be sold on consignment, at auction, or sealed bids, whichever yields the best price. 2. PW 2025-02 Water Reports for August 2024 – December 2024 Alderman Marek asked if any resident complaints were received about their water bills. Mr. Olson said a few are received each month and the city investigates. Mr. Dhuse said tablets are also given to trace possible leaky toilets. Aldermen Koch and Soling both noted complaints about yellowish water which will be checked further. These reports move to the City Council consent agenda for approval and are then forwarded to the EPA. 3. PW 2025-03 Capital Improvement Project Updates Mr. Sanderson referred to the agenda packet memo for details. In summary, he said the drilling of well #10 by the high school should be finished next month. Also, there are a few projects approved by the Council, three of which are related to Cyrus One, and will hopefully start construction soon. He said many bid lettings/openings are coming, so many contracts will be coming to this committee. The Lake Michigan water projects, water main replacements, Faxon Rd. and others are also coming. In addition, the pavement management update is being worked on and should come before the committee in February or March. Page 2 of 3 Alderman Marek asked about the status of the railroad quiet zone analysis. The BNSF and downtown railroad crossings are being studied with traffic counts being done. The crossings at White Oak, Rivers Edge and Hoover are also being studied. Mr. Sanderson said this project will take many months to complete evaluations. 4. PW 2025-04 Quarterly Bond and Letter of Credit Reduction Summary This report is for the last quarter of 2024 and had minimal activity. There were a couple in the Grande Reserve area, said Mr. Sanderson. 5. PW 2025-05 Resolution Approving a Change Order Relating to the 2024 Local Road Program This is a balancing Change Order at the end of the project and this was the larger of the 2 road projects in 2024. The work for Faxon Rd. related to Whispering Meadows was added onto this. The order reflects a decrease of over $30,000 and approval was recommended. Mr. Marek inquired where this money moves to and Mr. Olson replied that it goes into the Fund Balance. This item moves to the consent agenda. 6. PW 2025-06 Grande Reserve – Unit 20 Bond Release Unit 20 was accepted a year ago and it has now completed the 1-year guarantee period with all punchlist work complete, said Mr. Sanderson. He recommended full release of the $141,000 bond and this will move to the consent agenda with committee approval. 7. PW 2025-07 Water Meter Purchase Mr. Dhuse said he looked at the price of 1,243 meter replacements and substantial money could be saved if the meters were installed by city employees. Purchasing 500 meters at this time, saves $170 in labor per meter, plus $30 savings per meter and $30 savings per reader. He would like to make this purchase and would schedule time throughout the year for the replacement. He said the vendor is the only one able to provide the meters, so approval would require a super majority vote. He also noted that there is no money ($130,000) in the budget at this time. These meters would be all residential and he said Autumn Creek, Fox Hill and the old downtown would be the first areas slated for replacement. This moves to the regular agenda. 8. PW 2025-08 Grande Reserve Traffic Control Signage Analysis Mr. Sanderson said he was asked to analyze units 23, 26, 27 in the NW corner of Grande Reserve and also units 9 and 10. All the intersections were looked at in 23, 26, 27 and no changes in signage are recommended. However, a stop sign is recommended at Matlock and Berrywood, near where townhomes are being constructed. Alderman Corneils noted that his constituents had requested a sign near 23/26/27 and questioned that the analysis resulted in no changes, however, another study resulted in a sign recommendation. Mr. Sanderson said the recommendations come from the criteria and he could provide information in response to citizen inquiries about the findings. Mr. Olson also noted that requests beyond the recommendations can be considered. This moves to the City Council consent agenda. 9. PW 2025-09 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Route 47 Utility Relocation – Carpenter St. to Waterpark Way) Mr. Dhuse said this is the southern portion of a 3-contract project. There is no information from IDOT at this time as to their schedule and payment. Engineering work is needed regardless and IDOT has verbally said they would pay, but there is no guarantee. Mr. Dhuse said he would like to get ahead of this. At Cannonball & Rt. 47, there is a sanitary forced main sewer, 16-inch water main, storm sewer and light arm mast to be relocated. He said there is a fixed fee of $107,000 and a direct cost of $25,400. $180,000 is budgeted for engineering. Alderman Corneils said this had been discussed last year and he was under the assumption that bids would be going out for this—he wondered if that had been occurring. Mr. Sanderson replied that there had been no communication from the state, so the date of bid-letting is unknown. Staff has also asked for a finalization of who is responsible for payments, but no response. Staff will advise Council members as soon as notifications are received from IDOT. This will move to the regular agenda for City Council. Page 3 of 3 10. PW 2025-10 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Whispering Meadows Storm Sewer – Design Engineering Agreement) Mr. Dhuse said this is for the outfall for the Rob Roy drainage ditch that was never completed when the subdivision was first built and is part of the settlement. The city is now designing it and that fee is $27,000 and the cost of construction is $250,000. He said there is enough money for the engineering agreement, however, the rest of the money can be budgeted in the next year. The work should be done in the fall after crops are harvested. 11. PW 2025-11 Route 47 Expansion – Waterpark Way and Jericho Road – Intergovernmental Agreement Mr. Olson said this is the formal agreement with IDOT for the northernmost Rt. 47 expansion project. They are asking the city to re-affirm their commitments about medians, traffic signals, lighting, etc. earlier. In a memo, Mr. Olson addressed some unresolved issues, specifically who will pay for the culvert on Baseline Rd. and the Galena Rd. traffic signal. Mr. Dhuse discussed the path locations on the east side from Kennedy to the county line. He said the plans seem complete and he said there is a MOU in place. He said this section will take about 2 years. Approval is needed by the February 11th City Council meeting. Mr. Sanderson said there were some utility conflicts, however, the city had earlier obtained easements for relocation outside the right-of-way. IDOT will pay $1 million for relocations—this is included in the agreement. Mr. Olson noted that the extension of Bristol Bay Rd. is included in this agreement as well as the Sugar Grove portion. It was noted that some medians are concrete while others are grass which the city will maintain. Committee members said they do not favor having trees in the median, partly due to cost and also for visibility. It is unknown when this project will start. Alderman Koch asked about the Baseline Rd. bridge which is 30 feet from Rt. 47. The existing bridge will be re-designed and integrated into the pavement and intersection. Mr. Dhuse said it will be much wider, it will be in the IDOT right-of-way and will be similar to a large concrete culvert. Mr. Olson said approval for the IGA will eventually be needed. Old Business: None Additional Business: None There was no further business and the meeting adjourned at 6:44pm. Minutes respectfully transcribed by Marlys Young, Minute Taker 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 #1 Tracking Number PW 2025-12 Snow Operations Report Public Works Committee – February 18, 2025 None Informational Monthly report winter operations. Eric Dhuse Public Works Name Department Summary Monthly snow report outlining salt and brine usage. Background Fortunately for us, winter has been relatively quiet so far. The amount of snow has been far below normal, but we have had a few freezing rain/ice events that accounted for most of our salt usage. In addition to the salt and brine usage, I would like to update the committee on the status the trucks we have on order and any trucks we have in for repair. We continue to receive our trucks that we ordered in the spring and are putting them right to use. Out of the 7 trucks that we on order at the beginning of the budget year, we have received 5 so far, with one more on the way yet this winter. The other truck will not be delivered until after May 1 of this year. These new trucks have arrived at a critical time, as three of our current fleet have been int eh shop for major repairs. We recently received one back, we are still waiting on another, and one will not be returning to service. The one that is not coming back was one of our oldest trucks that had not been rehabbed. However, this truck donated its engine to the truck we just got back. This saved us a tremendous amount of time and money and allowed us to keep a good truck on the road for the season and get a good price for it when we sell it. Besides the engine, the donor truck was at the end of its useful life. The transmission was bad, the box is completely rusted, and the electronics for the plow controls are so antiquated that they do not make parts for them any longer. I have attached the data from our plowing and salting events on the following page for your review. Recommendation This is an informational item Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: February 12, 2025 Subject: Snow Report Set to 2/4/2025 Salt 600 G‐Temp Brine 15 gal Recorder Total Miles Average Salt Lbs of Lbs of Brine Gallons of Gal Brine/ Tons of Salt/Brine RT‐Truck ID Driven MPH Miles Salt Used Salt/Mi.Miles Brine Used Ton Salt Salt Used Setting R1‐#9 out 0.0 0.0 0 0.00 R2‐#38 221.7 0.0 72.0 38243 531.2 56.8 225 14.9 0.00 R3‐#27 72.3 9.9 12.4 633 51.0 8.1 0 0.0 0.32 R4‐#34 n/a 0.0 0.0 0 0.0 0 0.00 R5‐#30 129.9 6.4 64.7 41567 642.5 30.3 142 14.6 20.78 R6‐#23 136.9 13.6 97.7 60084 615.0 39.9 169 13.2 30.04 R7‐#32 97.6 0.0 63.1 33510 531.1 63.0 266 15.9 16.76 R8‐#18 107.3 10.0 66.5 41074 617.7 49.5 144 9.4 20.54 R9‐#39 n/a 0.0 0.0 0 0.0 0 0.00 Rt‐#28 211.6 15.5 18.9 8850 468.3 3.0 0 0.0 4.43 R11‐#11 156 11.9 67.0 36776 548.9 67.0 269 14.6 18.39 R12‐#37 N/A 0.0 0.0 0 0.0 0 0.00 Total 1133.3 462.3 260737 500.7 317.6 1215 14.6 130.37 Snow Operations Salt and Brine Data Snow Event Date Date of Recording Set to 2/10/2025 Salt 500 G‐Temp Brine 15 gal Recorder Total Miles Average Salt Lbs of Lbs of Brine Gallons of Gal Brine/ Tons of Salt/Brine RT‐Truck ID Driven MPH Miles Salt Used Salt/Mi.Miles Brine Used Ton Salt Salt Used Setting R1‐#9 out 0.0 0.0 0 0.00 R2‐#38 230.2 0.0 92.9 46448 500.0 72.5 267 14.7 0.00 R3‐#27 97.3 13.6 80.4 45050 560.3 44.4 90 7.2 22.53 R4‐#34 n/a 0.0 0.0 0 0.0 0 0.00 R5‐#30 110.9 4.9 76.9 39703 516.3 42.6 88 8.0 19.85 R6‐#23 116.1 9.2 75.1 43150 574.6 52.6 181 13.3 21.58 R7‐#32 115.1 0.0 90.1 45118 500.8 73.7 285 15.5 22.56 R8‐#18 120.1 12.6 89.1 59813 671.3 36.1 34 2.8 29.91 R9‐#39 n/a 0.0 0.0 0 0.0 0 0.00 Rt‐#28 90.1 6.2 63.3 30475 481.4 14.6 46 13.1 15.24 R11‐#11 125.1 7.7 72.1 38748 537.4 71.0 292 15.3 19.37 R12‐#37 280.3 0.0 86.9 43909 505.3 84.1 327 15.4 21.95 Total 1285.2 726.8 392413 538.6 491.6 1610 12.9 196.21 Snow Operations Salt and Brine Data Snow Event Date Date of Recording 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 2025-13 Replacement of Well 7, Well 8 treatment plant roofs, and Beecher Center Roof Public Works Committee – February 18, 2025 Majority Approval Bid results to replace 3 building roofs this spring. Eric Dhuse Public Works Name Department Summary Discussion of the proposals received for the replacement of Well 7 Treatment Plant, Well 8 Treatment Plant and the Beecher Center Roof replacement. Background On January 16, 2025, Staff released an RFP for Roof Replacements. Two proposals were received on February 05, 2025, from C.P.R Roofing Inc. and Filotto Roofing, Inc. Bid tab is attached for your review. Included in the RFP are three (3) City buildings, requiring new roofs. The roofs on the wells are original to the buildings. The roof at well 8 was installed approximately in 2003, and the roof at well 8 was installed in 2005 due to the location and extreme weather conditions the roofs are showing wear and tear and have reached their useful life. The roof at the Beecher Center has had numerous repairs to stop leaks and replacing missing shingles and has also reached its useful life. The amount budgeted in FY25 for the wells was $40,000 in the Water Operation Department Fund under Building Improvements and $57,000 for the Beecher Center in the Building & Grounds Expenditures Fund under Building Improvements. The low-bid proposal for the replacement of all three (3) building roofs is from Filotto Roofing Inc. in the amount of $99,800.00 which exceeds the budgeted amount by $2,800. The overage amount will be cover by the same Water Operations Department Fund due to being under $5,000 from the budgeted heater replacement on the same line item. Also, Filotto Roofing offers the longer installations warranty period. Filotto Roofing has performed work for Joliet Park District, St. Charles Park District and Winfield within the last year. References from the Joliet Park District and St. Charles Park District have been contacted and both were satisfied with the work performed by Filotto Roofing Inc. Recommendation Staff is recommending acceptance of the lowest responsive proposal from Filotto Roofing, Inc. In the amount not to exceed $99,800.00 for the FY 25 Building Improvements. Attachments Bid Tab Proposals Certificate of Liability Insurance Memorandum To: Public Works Committee From: Jesus Navarro, Facilities Manager CC: Bart Olson, City Administrator, Eric Dhuse, Public Works Director Date: February 10, 2025 Subject: Roof Replacement Proposal Results United City of Yorkville Roof Replacements Bid Tabulation Sheet February 5, 2025, 10:00am Bidder Bid Bond 10% Well 7 Total cost Well 8 Total cost Beecher Center Total Cost Grand Total Met Bid Requierements C.P.R. Roofing Inc. Dartmouth Dr Rockford, IL 61108-7505 YES $18,700.00 $25,850.00 $63,250.00 $107,800.00 YES Filotto Roofing, Inc 2111 Oakland Ave Crest Hill, IL 60403-2496 YES $21,400.00 $22,500.00 $55,900.00 $99,800.00 YES Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING A BID TO REPLACE THE ROOFS AT THREE CITY BUILDINGS (Well No. 7, Well No. 8, Beecher Center Roofs) 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 roofs at the City’s Beecher Center, at the City’s Well 7 Treatment Plant, and at the City’s Well 8 Treatment Plant have all reached the end of their useful lives; and WHEREAS, the City’s Public Works and Facilities departments desire to replace the roofs at the City’s Beecher Center, at the City’s Well 7 Treatment Plant, and at the City’s Well 8 Treatment Plant (the “Project”) before further roof deterioration causes damage to the interior of the buildings; and WHEREAS, in compliance with all applicable Illinois laws, bids were accepted to replace the roofs on these three buildings and a public bid opening was held at 10:00 a.m. on February 5, 2025; and WHEREAS, the City’s engineers and staff find that the lowest responsible bidder is Filotto Roofing, Inc., 2111 Oakland Avenue, Crest Hill, Illinois 60403 (“Filotto Roofing”), with a total bid amount of $99,800.00 (the “Project Cost”); and WHEREAS, sufficient funds are available and have been budgeted in the City’s Fiscal Year 2025 budget to complete the Project; and WHEREAS, it has been recommended to the Corporate Authorities that the bid by Filotto Roofing be accepted. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Corporate Authorities hereby find and declare that a bid by Filotto Roofing, Inc., 2111 Oakland Avenue, Crest Hill, Illinois 60403 to complete the Project at a cost of $99,800.00 is the lowest responsible bid, and therefore accept the bid. Resolution No. 2025-____ Page 2 Section 3. That this resolution shall be in full force and effect from and after its passage and approval according to law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ SEAVER TARULIS _________ RUSTY CORNEILS _________ APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ MAYOR Attest: ______________________________ CITY CLERK 07/10/2024 Brown & Brown Insurance Services, Inc. 263 Shuman Blvd., Suite 110 Naperville IL 60563 Megan Walsh (630) 245-4600 (630) 245-4601 Megan.Walsh@bbrown.com Filotto Roofing, Inc. 2111 Oakland Avenue Crest Hill IL 60403 Valley Forge Insurance Company 20508 Transportation Insurance Company 20494 The Continental Insurance Company 35289 24/25 Master A XCU Included 7034102749 07/15/2024 07/15/2025 2,000,000 100,000 5,000 2,000,000 4,000,000 4,000,000 A 7034102735 07/15/2024 07/15/2025 1,000,000 B 10,000 7034102718 07/15/2024 07/15/2025 10,000,000 10,000,000 C N 7034102721 07/15/2024 07/15/2025 1,000,000 1,000,000 1,000,000 A Leased/Rented Equipment Installation Floater 7034102749 07/15/2024 07/15/2025 Limit:$375,000 Limit:$350,000 FOR BIDDING PURPOSES ONLY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Business Information Name of Business: ______________________________________________________________________________ FEIN #_______________ DBA: ________________________________________________________ Address: _____________________________________City: ______________________State: ______________ Zip ______________________ Phone: ______________________________ Billing Information Name of A/P Contact: _______________________________________________________________________________ Phone: __________________________________________ Email Address for Invoices____________________________________________________________________________ Tax Exempt Y/N Is Purchase Order Required on Invoice Y/N amount $__________________________ Payment Methods Preferred Method: ACH – Please Contact: Generaloffice@ICT-Controls.com or 630-520-6000 to get this set up **ALL INVOICES ARE NET 30** Office Use Only Date received: ___________________________ Salesman: ____________________________________ Tax Exempt received: ______________________ Signed Contract Received: _________________________ Email confirmation sent: ____________________ Entered by: ______________________________________ INTEGRATED CONTROL TECHNOLOGIES, LLC. Solutions for Controlled Environment www.integratedcontroltechnologies.com Phone: (630) 520-6000 Email for A/P questions: generaloffice@ict-controls.com 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 2025-14 Crimson Lane Right-of-Way Dedication Public Works Committee – February 18, 2025 Majority Consideration of Acceptance Consideration of Acceptance Brad Sanderson Engineering Name Department We recently became aware that the right-of-way for Crimson Lane had not been formally dedicated. Attached is the dedication document for consideration. The property owner is willing to dedicate and has recently executed the original document. We recommend that the City consider approving and accepting the dedication. If you have any questions, let me know. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Behland, City Clerk Date: February 12, 2025 Subject: Crimson Lane Right-of-Way Dedication Ordinance No. 2025-____ Page 1 Ordinance No. 2025-_____ AN ORDINANCE OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS ACCEPTING THE DEDICATION OF A RIGHT-OF-WAY FOR PUBLIC ROAD PURPOSES (Crimson Lane) 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 the ability to acquire and hold real property for corporate purposes pursuant to 65 DLCS 5/2-3-8; and WHEREAS, the City received a Dedication of Right-of-Way for public road purposes from grantor, Yorkville Crossings LLC, an Illinois limited liability company, for a portion of Crimson Lane located north of East Countryside Parkway, pursuant to a Plat of Dedication that is dated February __, 2025, a copy of which is attached hereto as Exhibit A; and WHEREAS, the Mayor and City Council of the City are of the opinion that it is in the best interests of the safety, health and welfare of the residents to accept this dedication of right-of-way for public road purposes and for the overall benefit of the residents. NOW, THEREFORE, BE IT ORDAINED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. All of the Recitals set forth above are incorporated herein as if restated. Section 2. That the City accepts the dedication of right-of-way for public road purposes from grantor, Yorkville Crossings LLC. Section 3. The City Clerk is directed to record the aforesaid Dedication of Right-of- Way with the County Clerk of Kendall County, Illinois. Ordinance No. 2025-____ Page 2 Section 4. This Ordinance shall be in full force and effect after its passage, publication, and approval as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ SEAVER TARULIS _________ RUSTY CORNEILS _________ APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ MAYOR Attest: ______________________________ CITY CLERK EAST C O U N T R Y S I D E P A R K W A Y CRIMS O N L A N E LOT 4 LOT 3 UNITED CITY OF YORKVILLE 651 PRAIRIE POINTE DR YORKVILLE, IL 60560 PAGE 1 OF 1 Engineering Enterprises, Inc.SUG AR G R O V E, IL.MARK G SCHEL L ER035-003581 PROFESSIONAL LAND SURVEYOR STATE OF ILLINOIS PLAT OF DEDICATION TO THE UNITED CITY OF YORKVILLE KENDALL COUNTY, ILLINOIS 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 2025-15 Worsley Street Right-of-Way Vacation Public Works Committee – February 18, 2025 Supermajority (6 out of 8 of the Aldermen) Approval Proposed vacation of public right-of-way on a portion of Worsley Street. Krysti Barksdale-Noble Community Development Name Department 1 SUMMARY A request has been made by Dave Schillinger (412 E. Main) and Steve Holland (102 Worsley Street), who are the adjacent property owners,for the vacation of a portion of Worsley Street. The right-of- way (ROW) in question is approximately 30 feet wide, 150 feet in length running north-south, and terminates at the bank of the Fox River. It is currently dedicated to the City as a public street intending to continue the roadway south from the intersection of East Main Street to the north. However, no street improvements exist in this location, and it is highly unlikely that the City will develop a roadway there in the future. PROPOSAL DESCRIPTION As shown on the proposed plat of vacation, the City intends to vacate approximately 4,500 square feet of unimproved right-of-way, transferring approximately 2,250 square feet to each adjacent property owner by equally dividing the right-of-way along the current roadway centerline. While there are no Memorandum To: Public Works Committee From: Krysti J. Barksdale-Noble, Community Development Director CC: Bart Olson, City Administrator Eric Dhuse, Public Works Director Brad Sanderson, EEI, City Engineer Date: February 10, 2025 Subject:Vacation of a Portion of Worsley Street Right-of-Way 2 existing public utilities within this right-of-way, the City is requesting a 5-foot public utility and drainage easement on both sides of the current centerline to accommodate potential future utility installations. Vacating the right-of-way will provide each property owner with additional lot area and increase the separation between existing structures and the newly established property line. This change will also reclassify the yards adjacent to Worsley Street from corner side yards to interior side yards. As a result, the property at 412 E. Main Street, which is zoned R-3 Multi-Family Attached Residence District, will see its required building setback reduced from 20 feet to 10 feet, bringing it into conformity with district regulations. Similarly, the property at 102 Worsley Street, recently rezoned to R-2 Single-Family Traditional Residence District, will benefit from a reduction in side yard setback from 30 feet to 10 feet. LEGAL & PROCEDURAL CONSIDERATIONS In accordance with Illinois State Statute, the formal process for vacating the public right-of-way (ROW) requires a public hearing before the City Council. Notice of this hearing must be published in a newspaper at least fifteen (15) days in advance to inform the public of the City's intent to vacate the property. To approve the vacation, the City Council must pass an ordinance with a three-fourths (3/4) majority vote of the aldermen. Additionally, the property owners receiving the vacated ROW are required to pay an amount determined by the corporate authorities as "fair market value." Given the size and scope of the area to be vacated, along with precedent from previous right-of-way sales, the City has set this amount at $10 per owner. STAFF RECOMMENDATIONS City staff has evaluated the request and supports vacating this portion of Worsley Street, as it is unlikely to be developed as a roadway. This recommendation is contingent upon the fulfillment of the stated conditions, including easement dedication and payment of fair market value. Staff proposes holding the required public hearing at the March 25, 2025, City Council meeting, with a final vote anticipated at the April 8, 2025, meeting. Feedback from the Public Works Committee on this request is requested. 3 ATTACHMENTS: 1. Plat of Vacation prepared by EEI 2. Draft Public Hearing Notice PUBLIC NOTICE NOTICE OF PUBLIC HEARING BEFORE UNITED CITY OF YORKVILLE PLANNING AND ZONING COMMISSION (WORSLEY STREET VACATION) NOTICE IS HEREBY GIVEN THAT a public hearing will be held before the City Council of the United City of Yorkville on Tuesday, March 25, 2025 at 7:00 p.m., at the United City of Yorkville, City Hall, located at 651 Prairie Pointe Drive, Yorkville, Illinois, 60560. This meeting will be held to consider the vacation of a certain street described as: THAT PART OF WORSLEY STREET IN WORSLEY'S ADDITION TO BRISTOL LYING SOUTH OF THE FOLLOWING DESCRIBED LINE: BEGINNING AT THE NORTHEAST CORNER OF LOT 7 IN BLOCK 1; THENCE EASTERLY TO THE NORTHWEST CORNER OF LOT 9 IN BLOCK 2, ALL IN THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS. Reserving unto the United City of Yorkville, Kendall County, Illinois, THAT PART OF WORSLEY STREET IN WORSLEY'S ADDITION TO BRISTOL DESCRIBED AS FOLLOWS: A 10' WIDE CITY EASEMENT, CENTERED IN A NORTH SOUTH DIRECTION, IN THE ABOVE DESCRIBED VACATED RIGHT OF WAY, ALL IN THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS The purpose of this public notice is to inform all interested parties about the public hearing and the proposal to vacate said public right-of-way before the City Council will consider an ordinance to vacate the property. The public hearing may be continued from time to time to dates certain without further notice being published. A copy of the Plat of Vacation is available for review during normal City business hours at the office of the Community Development Director. All interested parties are invited to attend the public hearing and will be given an opportunity to be heard. Any written comments should be addressed to the United City of Yorkville Community Development Department, City Hall, 651 Prairie Pointe Drive, Yorkville, Illinois, and will be accepted up to the date of the public hearing. By order of the Corporate Authorities of the United City of Yorkville, Kendall County, Illinois. JORI BEHLAND City Clerk 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 2025-16 2025 Water Main Replacement – Notice of Intent to Award Public Works Committee – February 18, 2025 Majority Consideration of Contract Notice of Intent to Award 2025 Water Main Replacement – Recommendation to Issue Notice of Intent to Award Brad Sanderson Engineering Name Department Bids were received, opened and tabulated for work to be done on the 2025 Water Main Replacement at 11:00 a.m., February 6, 2025. Representatives of contractors bidding the project and our firm were in attendance. A tabulation of the bids and the engineer’s estimate is attached for your information and record. This project is a combination of water, sidewalk, and roadway- related work. Water-related work consists of 91% of the work ($4,375,774.55), with sidewalk 5% ($220,000.00), and roadway 4% ($180,000.00). The low bid was below our engineer’s estimate. This project is included in the Illinois Environmental Protection Agency’s (IEPA) Intended Funding List to receive loan funding through the State Revolving Fund (SRF) Public Water Supply Loan Program (PWSLP). The next step is to issue the Notice of Intent to Award and submit it with the bid results and remaining final loan application documentation to the IEPA for approval, after which the final Notice of Award will be issued. Please note that the low bid amount is greater than the total requested loan amount of $4,236,000 which included design and construction engineering. As part of the loan application finalization and coordination, the options will include: 1) Negotiate with the IEPA to adjust (increase) the loan amount, 2) Proceed with the full base scope as awarded and, if unable to adjust the loan amount to cover all costs, the City would provide the balance of funding not covered by the loan, and 3) Issue a change order to adjust down the scope and costs to fit within the allotted budget and loan amount. All options will be reviewed in detail with the IEPA and City staff and a final project scope recommendation will be brought back to the Committee. We recommend the acceptance of the bid and approval of the Notice of Intent to Award be made to the low bidder, Winninger Excavating, Inc., 8845 Schoger Drive, Naperville, IL 60564, in the total amount of $4,775,774.55. 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 Date: February 11, 2025 Subject: 2025 Water Main Replacement Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING A BID TO REPLACE WATER MAINS 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 plans to replace old water mains throughout the City, as illustrated on the 2025 Water Main Replacement drawing, attached hereto as Exhibit A (the “Project”); and WHEREAS, the Project is included in the Illinois Environmental Protection Agency’s (IEPA) Intended Funding List to receive loan funding through the State Revolving Fund (SRF) Public Water Supply Loan Program (the “Program”); and WHEREAS, the City therefore desires to take advantage of the Program and replace the water mains with funding sourced through the Program; and WHEREAS, in compliance with all applicable Illinois laws, bids were accepted to replace the City’s old water mains and a public bid opening was held at 11:00 a.m. on February 6, 2025; and WHEREAS, the City’s engineers and staff find that the lowest responsible bidder is Winninger Excavating, Inc., 8845 Schoger Drive, Naperville, IL 60564 (“Winninger”), with a total bid amount of $4,775,774.55 (the “Project Cost”); and WHEREAS, it has been recommended to the Corporate Authorities that the bid by Winninger be accepted, contingent on the City obtaining a loan through the Program; and WHEREAS, a Notice of Intent to Award the bid must be issued to Winninger and submitted with the City’s loan application to IEPA for participation in the Program. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Corporate Authorities hereby find and declare that a bid by Winninger Excavating, Inc., 8845 Schoger Drive, Naperville, IL 60564 to complete the Project at a cost of $4,775,774.55 is the lowest responsible bid and therefore accept the bid, contingent on the City Resolution No. 2025-____ Page 2 obtaining a loan through the Program. Section 3. That this resolution shall be in full force and effect from and after its passage and approval according to law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ SEAVER TARULIS _________ RUSTY CORNEILS _________ APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ MAYOR Attest: ______________________________ CITY CLERK BID TABULATION BIDS RECD 2/6/2025 ITEM UNIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT NO.DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 TREE REMOVAL UNIT 400 45.00$ 18,000.00$ 40.00$ 16,000.00$ 23.00$ 9,200.00$ 8.00$ 3,200.00$ 35.00$ 14,000.00$ 50.00$ 20,000.00$ 38.00$ 15,200.00$ 50.00$ 20,000.00$ 2 TREE REPLACEMENT EACH 10 1,000.00$ 10,000.00$ 500.00$ 5,000.00$ 750.00$ 7,500.00$ 800.00$ 8,000.00$ 600.00$ 6,000.00$ 1,500.00$ 15,000.00$ 2,550.00$ 25,500.00$ 300.00$ 3,000.00$ 3 TREE ROOT PRUNING EACH 15 150.00$ 2,250.00$ 125.00$ 1,875.00$ 100.00$ 1,500.00$ 140.00$ 2,100.00$ 100.00$ 1,500.00$ 100.00$ 1,500.00$ 250.00$ 3,750.00$ 210.00$ 3,150.00$ 4 BUSH REPLACEMENT EACH 8 100.00$ 800.00$ 300.00$ 2,400.00$ 200.00$ 1,600.00$ 100.00$ 800.00$ 150.00$ 1,200.00$ 200.00$ 1,600.00$ 700.00$ 5,600.00$ 150.00$ 1,200.00$ 5 CONNECTION TO EXISTING WATER MAIN, 12-INCH EACH 6 8,000.00$ 48,000.00$ 8,000.00$ 48,000.00$ 4,000.00$ 24,000.00$ 6,000.00$ 36,000.00$ 5,500.00$ 33,000.00$ 2,500.00$ 15,000.00$ 5,580.00$ 33,480.00$ 5,000.00$ 30,000.00$ 6 CONNECTION TO EXISTING WATER MAIN, 8-INCH EACH 10 4,800.00$ 48,000.00$ 7,000.00$ 70,000.00$ 4,000.00$ 40,000.00$ 4,000.00$ 40,000.00$ 5,000.00$ 50,000.00$ 2,000.00$ 20,000.00$ 4,430.00$ 44,300.00$ 4,000.00$ 40,000.00$ 7 CONNECTION TO EXISTING WATER MAIN, 6-INCH EACH 6 4,400.00$ 26,400.00$ 6,000.00$ 36,000.00$ 3,000.00$ 18,000.00$ 3,800.00$ 22,800.00$ 5,000.00$ 30,000.00$ 2,000.00$ 12,000.00$ 3,180.00$ 19,080.00$ 3,500.00$ 21,000.00$ 8 CONNECTION TO EXISTING WATER MAIN, 4-INCH EACH 2 3,500.00$ 7,000.00$ 5,500.00$ 11,000.00$ 3,000.00$ 6,000.00$ 3,800.00$ 7,600.00$ 5,000.00$ 10,000.00$ 1,800.00$ 3,600.00$ 3,060.00$ 6,120.00$ 3,000.00$ 6,000.00$ 9 PRESSURE CONNECTION WITH TAPPING SLEEVE, 8" TAPPING VALVE IN 60" VALVE VAULT EACH 11 6,000.00$ 66,000.00$ 8,500.00$ 93,500.00$ 12,000.00$ 132,000.00$ 10,000.00$ 110,000.00$ 10,500.00$ 115,500.00$ 14,000.00$ 154,000.00$ 9,420.00$ 103,620.00$ 8,500.00$ 93,500.00$ 10 DISCONNECT AND ABANDON EXISTING WATER MAIN EACH 10 2,000.00$ 20,000.00$ 5,500.00$ 55,000.00$ 4,950.00$ 49,500.00$ 2,000.00$ 20,000.00$ 5,000.00$ 50,000.00$ 7,000.00$ 70,000.00$ 2,820.00$ 28,200.00$ 2,000.00$ 20,000.00$ 11 WATER MAIN, D.I.P., CLASS 52, WITH POLYETHYLENE WRAP, 12-INCH FOOT 75 275.00$ 20,625.00$ 175.00$ 13,125.00$ 165.00$ 12,375.00$ 200.00$ 15,000.00$ 225.00$ 16,875.00$ 650.00$ 48,750.00$ 288.00$ 21,600.00$ 165.00$ 12,375.00$ 12 WATER MAIN, D.I.P., CLASS 52, WITH POLYETHYLENE WRAP, 8-INCH FOOT 8,506 181.00$ 1,539,586.00$ 165.00$ 1,403,490.00$ 150.00$ 1,275,900.00$ 149.00$ 1,267,394.00$ 170.00$ 1,446,020.00$ 158.80$ 1,350,752.80$ 188.00$ 1,599,128.00$ 150.00$ 1,275,900.00$ 13 WATER MAIN, D.I.P., CLASS 52, WITH POLYETHYLENE WRAP, 8-INCH, HDSS RESTRAINED FOOT 423 100.00$ 42,300.00$ 175.00$ 74,025.00$ 50.00$ 21,150.00$ 205.00$ 86,715.00$ 175.00$ 74,025.00$ 200.00$ 84,600.00$ 206.00$ 87,138.00$ 175.00$ 74,025.00$ 14 GATE VALVE (RESILIENT SEAT) IN 60" VAULT, 12-INCH EACH 2 8,000.00$ 16,000.00$ 7,000.00$ 14,000.00$ 13,000.00$ 26,000.00$ 10,000.00$ 20,000.00$ 7,700.00$ 15,400.00$ 11,000.00$ 22,000.00$ 13,110.00$ 26,220.00$ 8,000.00$ 16,000.00$ 15 GATE VALVE (RESILIENT SEAT) IN 60" VAULT, 8-INCH EACH 32 6,000.00$ 192,000.00$ 6,000.00$ 192,000.00$ 8,500.00$ 272,000.00$ 7,800.00$ 249,600.00$ 6,250.00$ 200,000.00$ 9,000.00$ 288,000.00$ 9,410.00$ 301,120.00$ 6,000.00$ 192,000.00$ 16 GATE VALVE (RESILIENT SEAT) IN 48" VAULT, 6-INCH EACH 5 4,500.00$ 22,500.00$ 5,500.00$ 27,500.00$ 6,500.00$ 32,500.00$ 7,200.00$ 36,000.00$ 5,300.00$ 26,500.00$ 8,000.00$ 40,000.00$ 8,280.00$ 41,400.00$ 5,000.00$ 25,000.00$ 17 FIRE HYDRANT ASSEMBLY, WITH AUXILIARY VALVE, 6-INCH MJ EACH 24 9,500.00$ 228,000.00$ 10,000.00$ 240,000.00$ 12,500.00$ 300,000.00$ 8,800.00$ 211,200.00$ 7,750.00$ 186,000.00$ 9,000.00$ 216,000.00$ 11,280.00$ 270,720.00$ 10,000.00$ 240,000.00$ 18 DUCTILE IRON FITTINGS POUND 10,063 20.00$ 201,260.00$ 0.01$ 100.63$ 10.00$ 100,630.00$ 5.00$ 50,315.00$ 0.01$ 100.63$ 0.01$ 100.63$ 6.00$ 60,378.00$ 5.00$ 50,315.00$ 19 16" STEEL CASING PIPE, BORE AND JACKED FOOT 298 700.00$ 208,600.00$ 500.00$ 149,000.00$ 750.00$ 223,500.00$ 800.00$ 238,400.00$ 1,000.00$ 298,000.00$ 1,021.00$ 304,258.00$ 940.00$ 280,120.00$ 700.00$ 208,600.00$ 20 WATER MAIN PROTECTION, 16-INCH PVC FOOT 336 60.00$ 20,160.00$ 60.00$ 20,160.00$ 75.00$ 25,200.00$ 159.00$ 53,424.00$ 90.00$ 30,240.00$ 300.00$ 100,800.00$ 178.00$ 59,808.00$ 125.00$ 42,000.00$ 21 STORM SEWER REMOVAL AND REPLACEMENT, 16" PVC FOOT 150 175.00$ 26,250.00$ 150.00$ 22,500.00$ 130.00$ 19,500.00$ 155.00$ 23,250.00$ 175.00$ 26,250.00$ 150.00$ 22,500.00$ 226.00$ 33,900.00$ 100.00$ 15,000.00$ 22 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL TONS 100 45.00$ 4,500.00$ 55.00$ 5,500.00$ 65.00$ 6,500.00$ 60.00$ 6,000.00$ 40.00$ 4,000.00$ 110.00$ 11,000.00$ 78.00$ 7,800.00$ 50.00$ 5,000.00$ 23 FOUNDATION MATERIAL CUYD 150 1.00$ 150.00$ 36.00$ 5,400.00$ 20.00$ 3,000.00$ 41.00$ 6,150.00$ 40.00$ 6,000.00$ 60.00$ 9,000.00$ 76.00$ 11,400.00$ 20.00$ 3,000.00$ 24 EXPLORATORY EXCAVATION EACH 15 500.00$ 7,500.00$ 250.00$ 3,750.00$ 250.00$ 3,750.00$ 200.00$ 3,000.00$ 300.00$ 4,500.00$ 500.00$ 7,500.00$ 1,060.00$ 15,900.00$ 1,000.00$ 15,000.00$ 25 WATER SERVICE CONNECTION, 1-INCH EACH 100 2,500.00$ 250,000.00$ 3,000.00$ 300,000.00$ 2,500.00$ 250,000.00$ 2,500.00$ 250,000.00$ 3,000.00$ 300,000.00$ 1,000.00$ 100,000.00$ 3,380.00$ 338,000.00$ 2,700.00$ 270,000.00$ 26 TEMPORARY WATER SERVICE CONNECTION, 1-INCH EACH 2 2,500.00$ 5,000.00$ 4,200.00$ 8,400.00$ 2,500.00$ 5,000.00$ 1,000.00$ 2,000.00$ 2,500.00$ 5,000.00$ 1,500.00$ 3,000.00$ 4,620.00$ 9,240.00$ 500.00$ 1,000.00$ 27 WATER SERVICE PIPE, 6-INCH DIP FOOT 115 150.00$ 17,250.00$ 155.00$ 17,825.00$ 275.00$ 31,625.00$ 145.00$ 16,675.00$ 230.00$ 26,450.00$ 150.00$ 17,250.00$ 238.00$ 27,370.00$ 130.00$ 14,950.00$ 28 WATER SERVICE PIPE, PEX, 1-INCH FOOT 2,732 2.00$ 5,464.00$ 0.01$ 27.32$ 2.00$ 5,464.00$ 28.00$ 76,496.00$ 60.00$ 163,920.00$ 50.00$ 136,600.00$ 33.00$ 90,156.00$ 55.00$ 150,260.00$ 29 WATER SERVICE PIPE, PEX, 1-INCH (SPECIAL)FOOT 420 27.00$ 11,340.00$ 0.01$ 4.20$ 2.00$ 840.00$ 59.00$ 24,780.00$ 75.00$ 31,500.00$ 80.00$ 33,600.00$ 35.00$ 14,700.00$ 35.00$ 14,700.00$ 30 SERVICE BOX COVER (SPECIAL)EACH 21 250.00$ 5,250.00$ 750.00$ 15,750.00$ 275.00$ 5,775.00$ 100.00$ 2,100.00$ 325.00$ 6,825.00$ 500.00$ 10,500.00$ 300.00$ 6,300.00$ 300.00$ 6,300.00$ 31 VALVE VAULT TO BE ABANDONED EACH 14 500.00$ 7,000.00$ 300.00$ 4,200.00$ 575.00$ 8,050.00$ 500.00$ 7,000.00$ 500.00$ 7,000.00$ 1,000.00$ 14,000.00$ 720.00$ 10,080.00$ 900.00$ 12,600.00$ 32 VALVE VAULT TO BE REMOVED EACH 4 700.00$ 2,800.00$ 350.00$ 1,400.00$ 800.00$ 3,200.00$ 1,000.00$ 4,000.00$ 550.00$ 2,200.00$ 1,000.00$ 4,000.00$ 480.00$ 1,920.00$ 1,100.00$ 4,400.00$ 722 E. South St., Unit D Plano, IL-60545 & Concrete, Inc. 630 S 7000 W Rd Kankakee, IL-60901Naperville, IL 60564 Carol Stream, IL-60188 Winninger Excavating, Inc. 8845 Schoger Drive 170-A Alexandra Way 52 Wheeler Road Sugar Grove, IL 60554 & Engineering, LLC 217 W. John Street Plano, IL-60545 1200 Gasket Drive Elgin, IL-60120 1488 S. Broadway Coal City, IL-60416 Sewer and Water, Inc. BID TABULATION 2025 WATER MAIN REPLACEMENT UNITED CITY OF YORKVILLE J. Congdon Sewer Service, Inc.Performance Construction H. Linden & Sons Scanlon Excavating D. Construction, Inc.Martam Construction, Inc.ENGINEER'S ESTIMATE ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS BID TABULATION BIDS RECD 2/6/2025 ITEM UNIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT NO.DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 722 E. South St., Unit D Plano, IL-60545 & Concrete, Inc. 630 S 7000 W Rd Kankakee, IL-60901Naperville, IL 60564 Carol Stream, IL-60188 Winninger Excavating, Inc. 8845 Schoger Drive 170-A Alexandra Way 52 Wheeler Road Sugar Grove, IL 60554 & Engineering, LLC 217 W. John Street Plano, IL-60545 1200 Gasket Drive Elgin, IL-60120 1488 S. Broadway Coal City, IL-60416 Sewer and Water, Inc. BID TABULATION 2025 WATER MAIN REPLACEMENT UNITED CITY OF YORKVILLE J. Congdon Sewer Service, Inc.Performance Construction H. Linden & Sons Scanlon Excavating D. Construction, Inc.Martam Construction, Inc.ENGINEER'S ESTIMATE 33 VALVE BOX TO BE ABANDONED EACH 26 100.00$ 2,600.00$ 50.00$ 1,300.00$ 100.00$ 2,600.00$ 100.00$ 2,600.00$ 350.00$ 9,100.00$ 500.00$ 13,000.00$ 360.00$ 9,360.00$ 500.00$ 13,000.00$ 34 FIRE HYDRANT TO BE REMOVED EACH 19 750.00$ 14,250.00$ 350.00$ 6,650.00$ 550.00$ 10,450.00$ 750.00$ 14,250.00$ 850.00$ 16,150.00$ 2,500.00$ 47,500.00$ 1,080.00$ 20,520.00$ 1,000.00$ 19,000.00$ 35 SANITARY SEWER SERVICE REPAIR, PVC SDR-26, D-2241, 6-INCH EACH 38 250.00$ 9,500.00$ 600.00$ 22,800.00$ 250.00$ 9,500.00$ 100.00$ 3,800.00$ 500.00$ 19,000.00$ 4,000.00$ 152,000.00$ 580.00$ 22,040.00$ 750.00$ 28,500.00$ 36 INLET PROTECTION EACH 60 50.00$ 3,000.00$ 50.00$ 3,000.00$ 200.00$ 12,000.00$ 180.00$ 10,800.00$ 50.00$ 3,000.00$ 275.00$ 16,500.00$ 310.00$ 18,600.00$ 150.00$ 9,000.00$ 37 WATER MAIN TESTING - PRESSURE AND DISINFECTION LSUM 1 20,000.00$ 20,000.00$ 6,000.00$ 6,000.00$ 50,000.00$ 50,000.00$ 10,000.00$ 10,000.00$ 10,000.00$ 10,000.00$ 50,000.00$ 50,000.00$ 20,000.00$ 20,000.00$ 25,000.00$ 25,000.00$ 38 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQYD 1,882 1.50$ 2,823.00$ 1.00$ 1,882.00$ 2.00$ 3,764.00$ 5.00$ 9,410.00$ 3.00$ 5,646.00$ 3.00$ 5,646.00$ 3.50$ 6,587.00$ 5.00$ 9,410.00$ 39 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIALS CUYD 314 25.00$ 7,850.00$ 32.00$ 10,048.00$ 25.00$ 7,850.00$ 59.00$ 18,526.00$ 50.00$ 15,700.00$ 30.00$ 9,420.00$ 66.00$ 20,724.00$ 40.00$ 12,560.00$ 40 AGGREGATE SUBGRADE IMPROVEMENT CUYD 314 38.00$ 11,932.00$ 35.00$ 10,990.00$ 35.00$ 10,990.00$ 45.00$ 14,130.00$ 50.00$ 15,700.00$ 50.00$ 15,700.00$ 71.00$ 22,294.00$ 50.00$ 15,700.00$ 41 HOT-MIX ASPHALT SURFACE REMOVAL, 2"SQYD 14,613 2.50$ 36,532.50$ 4.91$ 71,749.83$ 2.75$ 40,185.75$ 3.00$ 43,839.00$ 2.25$ 32,879.25$ 2.50$ 36,532.50$ 3.00$ 43,839.00$ 3.50$ 54,145.00$ 42 HOT-MIX ASPHALT SURFACE REMOVAL, 3"SQYD 20,050 3.50$ 70,175.00$ 3.47$ 69,573.50$ 3.75$ 75,187.50$ 4.00$ 80,200.00$ 3.25$ 65,162.50$ 3.50$ 70,175.00$ 3.65$ 73,182.50$ 4.00$ 80,200.00$ 43 HOT-MIX ASPHALT SURFACE REMOVAL, 4"SQYD 2,970 5.50$ 16,335.00$ 9.90$ 29,403.00$ 5.50$ 16,335.00$ 5.00$ 14,850.00$ 4.50$ 13,365.00$ 5.50$ 16,335.00$ 5.20$ 15,444.00$ 5.00$ 14,850.00$ 44 HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SQYD 500 0.01$ 5.00$ 14.83$ 7,415.00$ 20.00$ 10,000.00$ 22.00$ 11,000.00$ 25.00$ 12,500.00$ 0.01$ 5.00$ 22.00$ 11,000.00$ 15.00$ 7,500.00$ 45 HOT-MIX ASPHALT PAVEMENT REMOVAL - FULL DEPTH WATER MAIN TRENCH SQYD 7,881 1.50$ 11,821.50$ 7.95$ 62,653.95$ 2.00$ 15,762.00$ 2.00$ 15,762.00$ 20.00$ 157,620.00$ 5.00$ 39,405.00$ 2.50$ 19,702.50$ 5.00$ 39,405.00$ 46 ROADWAY EDGE SEALING FOOT 4,000 1.00$ 4,000.00$ 1.48$ 5,920.00$ 1.00$ 4,000.00$ 1.50$ 6,000.00$ 2.00$ 8,000.00$ 3.00$ 12,000.00$ 1.10$ 4,400.00$ 3.00$ 12,000.00$ 47 BITUMINOUS MATERIALS (TACK COAT)POUND 18,305 0.01$ 183.05$ 0.71$ 12,996.55$ 0.01$ 183.05$ 0.01$ 183.05$ 0.01$ 183.05$ 0.01$ 183.05$ 0.01$ 183.05$ 1.00$ 18,305.00$ 48 HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50 TONS 2,025 80.00$ 162,000.00$ 93.03$ 188,385.75$ 92.00$ 186,300.00$ 100.00$ 202,500.00$ 100.00$ 202,500.00$ 80.00$ 162,000.00$ 106.00$ 214,650.00$ 90.00$ 182,250.00$ 49 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50 TONS 470 80.00$ 37,600.00$ 125.00$ 58,750.00$ 92.00$ 43,240.00$ 100.00$ 47,000.00$ 100.00$ 47,000.00$ 80.00$ 37,600.00$ 106.00$ 49,820.00$ 85.00$ 39,950.00$ 50 HOT-MIX ASPHALT SURFACE COURSE, MIX 'D', N50 TONS 3,575 80.00$ 286,000.00$ 99.63$ 356,177.25$ 92.00$ 328,900.00$ 100.00$ 357,500.00$ 100.00$ 357,500.00$ 80.00$ 286,000.00$ 106.00$ 378,950.00$ 75.00$ 268,125.00$ 51 PARTIAL DEPTH PATCHING, 5"SQYD 9,463 25.00$ 236,575.00$ 41.00$ 387,983.00$ 44.00$ 416,372.00$ 48.00$ 454,224.00$ 45.00$ 425,835.00$ 60.00$ 567,780.00$ 70.00$ 662,410.00$ 55.00$ 520,465.00$ 52 TEMPORARY HMA PATCHING, 2"SQYD 7,881 5.00$ 39,405.00$ 3.35$ 26,401.35$ 5.00$ 39,405.00$ 10.00$ 78,810.00$ 4.00$ 31,524.00$ 25.00$ 197,025.00$ 28.00$ 220,668.00$ 25.00$ 197,025.00$ 53 PORTLAND CEMENT CONCRETE PAVEMENT REMOVAL SQYD 80 50.00$ 4,000.00$ 27.00$ 2,160.00$ 40.00$ 3,200.00$ 20.00$ 1,600.00$ 18.00$ 1,440.00$ 20.00$ 1,600.00$ 36.00$ 2,880.00$ 10.00$ 800.00$ 54 PORTLAND CEMENT CONCRETE PAVEMENT REPLACEMENT SQYD 60 200.00$ 12,000.00$ 204.86$ 12,291.60$ 165.00$ 9,900.00$ 225.00$ 13,500.00$ 130.00$ 7,800.00$ 200.00$ 12,000.00$ 198.00$ 11,880.00$ 20.00$ 1,200.00$ 55 PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL SQFT 19,034 2.00$ 38,068.00$ 2.25$ 42,826.50$ 2.00$ 38,068.00$ 2.00$ 38,068.00$ 1.50$ 28,551.00$ 3.00$ 57,102.00$ 1.00$ 19,034.00$ 2.00$ 38,068.00$ 56 PORTLAND CEMENT CONCRETE SIDEWALK REPLACEMENT SQFT 19,537 10.00$ 195,370.00$ 8.67$ 169,385.79$ 10.00$ 195,370.00$ 11.00$ 214,907.00$ 9.25$ 180,717.25$ 10.00$ 195,370.00$ 14.00$ 273,518.00$ 10.00$ 195,370.00$ 57 COMBINATION CONCRETE CURB AND GUTTER REMOVAL FOOT 760 10.00$ 7,600.00$ 12.00$ 9,120.00$ 7.00$ 5,320.00$ 12.00$ 9,120.00$ 8.00$ 6,080.00$ 10.00$ 7,600.00$ 16.00$ 12,160.00$ 20.00$ 15,200.00$ 58 COMBINATION CONCRETE CURB AND GUTTER REPLACEMENT FOOT 760 55.00$ 41,800.00$ 44.26$ 33,637.60$ 45.00$ 34,200.00$ 51.00$ 38,760.00$ 60.00$ 45,600.00$ 35.00$ 26,600.00$ 41.00$ 31,160.00$ 40.00$ 30,400.00$ 59 SANITARY MANHOLE TO BE ADJUSTED EACH 37 1,000.00$ 37,000.00$ 1,040.00$ 38,480.00$ 1,200.00$ 44,400.00$ 1,000.00$ 37,000.00$ 650.00$ 24,050.00$ 1,500.00$ 55,500.00$ 1,360.00$ 50,320.00$ 1,300.00$ 48,100.00$ 60 MANHOLE TO BE ADJUSTED EACH 31 650.00$ 20,150.00$ 920.00$ 28,520.00$ 950.00$ 29,450.00$ 1,000.00$ 31,000.00$ 450.00$ 13,950.00$ 800.00$ 24,800.00$ 720.00$ 22,320.00$ 900.00$ 27,900.00$ 61 INLET TO BE ADJUSTED EACH 28 500.00$ 14,000.00$ 820.00$ 22,960.00$ 600.00$ 16,800.00$ 1,000.00$ 28,000.00$ 400.00$ 11,200.00$ 800.00$ 22,400.00$ 610.00$ 17,080.00$ 800.00$ 22,400.00$ 62 HOT-MIX ASPHALT DRIVEWAY REMOVAL SQYD 1,019 12.00$ 12,228.00$ 2.00$ 2,038.00$ 10.00$ 10,190.00$ 12.00$ 12,228.00$ 6.00$ 6,114.00$ 10.00$ 10,190.00$ 11.00$ 11,209.00$ 15.00$ 15,285.00$ 63 HOT-MIX ASPHALT DRIVEWAY 3-INCH SQYD 1,004 48.00$ 48,192.00$ 61.86$ 62,107.44$ 45.00$ 45,180.00$ 45.00$ 45,180.00$ 45.00$ 45,180.00$ 30.00$ 30,120.00$ 57.00$ 57,228.00$ 45.00$ 45,180.00$ 64 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL SQYD 67 45.00$ 3,015.00$ 22.50$ 1,507.50$ 35.00$ 2,345.00$ 20.00$ 1,340.00$ 18.00$ 1,206.00$ 20.00$ 1,340.00$ 18.00$ 1,206.00$ 20.00$ 1,340.00$ ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS BID TABULATION BIDS RECD 2/6/2025 ITEM UNIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT NO.DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 722 E. South St., Unit D Plano, IL-60545 & Concrete, Inc. 630 S 7000 W Rd Kankakee, IL-60901Naperville, IL 60564 Carol Stream, IL-60188 Winninger Excavating, Inc. 8845 Schoger Drive 170-A Alexandra Way 52 Wheeler Road Sugar Grove, IL 60554 & Engineering, LLC 217 W. John Street Plano, IL-60545 1200 Gasket Drive Elgin, IL-60120 1488 S. Broadway Coal City, IL-60416 Sewer and Water, Inc. BID TABULATION 2025 WATER MAIN REPLACEMENT UNITED CITY OF YORKVILLE J. Congdon Sewer Service, Inc.Performance Construction H. Linden & Sons Scanlon Excavating D. Construction, Inc.Martam Construction, Inc.ENGINEER'S ESTIMATE 65 PORTLAND CEMENT CONCRETE DRIVEWAY 6-INCH SQYD 67 150.00$ 10,050.00$ 149.08$ 9,988.36$ 110.00$ 7,370.00$ 124.00$ 8,308.00$ 135.00$ 9,045.00$ 120.00$ 8,040.00$ 127.00$ 8,509.00$ 125.00$ 8,375.00$ 66 AGGREGATE DRIVEWAY REMOVAL AND REPLACEMENT SQYD 202 45.00$ 9,090.00$ 5.00$ 1,010.00$ 50.00$ 10,100.00$ 45.00$ 9,090.00$ 45.00$ 9,090.00$ 5.00$ 1,010.00$ 51.00$ 10,302.00$ 35.00$ 7,070.00$ 67 AGGREGATE SHOULDER REMOVAL AND REPLACEMENT SQYD 498 40.00$ 19,920.00$ 8.00$ 3,984.00$ 40.00$ 19,920.00$ 40.00$ 19,920.00$ 40.00$ 19,920.00$ 20.00$ 9,960.00$ 50.00$ 24,900.00$ 30.00$ 14,940.00$ 68 DETECTABLE WARNING SQFT 542 35.00$ 18,970.00$ 26.00$ 14,092.00$ 35.00$ 18,970.00$ 45.00$ 24,390.00$ 35.00$ 18,970.00$ 30.00$ 16,260.00$ 36.00$ 19,512.00$ 55.00$ 29,810.00$ 69 MAILBOX TO BE REMOVED AND RESET EACH 21 300.00$ 6,300.00$ 200.00$ 4,200.00$ 200.00$ 4,200.00$ 200.00$ 4,200.00$ 150.00$ 3,150.00$ 300.00$ 6,300.00$ 350.00$ 7,350.00$ 150.00$ 3,150.00$ 70 SIGN TO BE REMOVED AND RESET EACH 8 500.00$ 4,000.00$ 250.00$ 2,000.00$ 200.00$ 1,600.00$ 200.00$ 1,600.00$ 250.00$ 2,000.00$ 300.00$ 2,400.00$ 365.00$ 2,920.00$ 150.00$ 1,200.00$ 71 THERMOPLASTIC PAVEMENT MARKING - LINE 4"FOOT 2,320 1.60$ 3,712.00$ 1.25$ 2,900.00$ 2.50$ 5,800.00$ 4.00$ 9,280.00$ 4.00$ 9,280.00$ 3.00$ 6,960.00$ 2.00$ 4,640.00$ 5.00$ 11,600.00$ 72 THERMOPLASTIC PAVEMENT MARKING - LINE 12"FOOT 40 4.50$ 180.00$ 14.45$ 578.00$ 8.00$ 320.00$ 12.00$ 480.00$ 11.00$ 440.00$ 10.00$ 400.00$ 6.00$ 240.00$ 5.00$ 200.00$ 73 THERMOPLASTIC PAVEMENT MARKING - LINE 24"FOOT 20 10.00$ 200.00$ 26.85$ 537.00$ 16.00$ 320.00$ 24.00$ 480.00$ 25.00$ 500.00$ 20.00$ 400.00$ 12.00$ 240.00$ 5.00$ 100.00$ 74 LANDSCAPING TO BE REMOVED AND RESET EACH 5 1,000.00$ 5,000.00$ 250.00$ 1,250.00$ 300.00$ 1,500.00$ 1,000.00$ 5,000.00$ 150.00$ 750.00$ 1,000.00$ 5,000.00$ 320.00$ 1,600.00$ 1,500.00$ 7,500.00$ 75 RESTORATION SQYD 11,381 7.50$ 85,357.50$ 13.50$ 153,643.50$ 13.00$ 147,953.00$ 3.00$ 34,143.00$ 12.00$ 136,572.00$ 6.60$ 75,114.60$ 10.00$ 113,810.00$ 14.00$ 159,334.00$ 76 RESTORATION (SPECIAL)LSUM 1 9,000.00$ 9,000.00$ 6,000.00$ 6,000.00$ 7,400.00$ 7,400.00$ 6,000.00$ 6,000.00$ 30,000.00$ 30,000.00$ 50,000.00$ 50,000.00$ 10,000.00$ 10,000.00$ 10,000.00$ 10,000.00$ 77 RAILROAD FLAGGERS ALLOWANCE DOLLAR 15,000 1.00$ 15,000.00$ 1.00$ 15,000.00$ 1.00$ 15,000.00$ 1.00$ 15,000.00$ 1.00$ 15,000.00$ 1.00$ 15,000.00$ 1.00$ 15,000.00$ 1.00$ 15,000.00$ 78 RAILROAD INSURANCE LSUM 1 8,000.00$ 8,000.00$ 1,500.00$ 1,500.00$ 20,000.00$ 20,000.00$ 10,000.00$ 10,000.00$ 7,500.00$ 7,500.00$ 10,000.00$ 10,000.00$ 9,500.00$ 9,500.00$ 2,000.00$ 2,000.00$ 79 TRAFFIC CONTROL AND PROTECTION LSUM 1 95,000.00$ 95,000.00$ 469,000.00$ 469,000.00$ 439,628.70$ 439,628.70$ 459,000.00$ 459,000.00$ 300,000.00$ 300,000.00$ 100,000.00$ 100,000.00$ 350,000.00$ 350,000.00$ 75,000.00$ 75,000.00$ TOTAL (Items 1 - 79)4,775,774.55$ 5,307,728.62$ 5,338,788.00$ 5,372,977.05$ 5,570,475.68$ 5,623,184.58$ 6,522,140.05$ 5,239,187.00$ % BELOW/ABOVE ENGINEER'S ESTIMATE -8.8%1.3%1.9%2.6%6.3%7.3%24.5% ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS Page 1 of 1 BID TABULATION ENGINEER'S ESTIMATE Winninger Excavating, Inc.J. Congdon Sewer Service, Inc.Performance Construction & Engineering, LLC BIDS RECEIVED 11:00 A.M. 02/06/25 52 Wheeler Road 8845 Schoger Drive 170-A Alexandra Way 217 W. John Street Sugar Grove, IL 60554 Naperville, IL 60564 Carol Stream, IL 60188 Plano, IL 60545 TOTAL BID $5,239,187.00 $4,775,774.55 $5,307,728.62 $5,338,788.00 ADDENDUM NO. 1 X X X BID BOND X X X ATTENDED PRE-BID MEETING X X X SIGNED BID X X X BID TABULATION H. Linden & Sons Sewer and Water, Inc.Scanlon Excavating & Concrete, Inc.D. Construction, Inc.Martam Construction, Inc. BIDS RECEIVED 11:00 A.M. 02/06/25 722 E. South St., Unit D 630 S 7000 W Rd 1488 S. Broadway 1200 Gasket Drive Plano, IL 60545 Kankakee, IL 60901 Coal City, IL 60416 Elgin, IL 60120 TOTAL BID $5,372,977.05 $5,570,475.68 $5,623,184.58 $6,522,140.05 ADDENDUM NO. 1 X X X X BID BOND X X X X ATTENDED PRE-BID MEETING X X X X SIGNED BID X X X X BID SUMMARY 2025 WATER MAIN REPLACEMENT UNITED CITY OF YORKVILLE ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GFGF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GFGF GF GF GF GFGF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GFGF GF GF GFGF GF GF GF GF GF GF GF GF GF GF GF GF GF GFGF GF GF GF GF GFGF GF GF GF GF GFGF GFGFGF GF GF GF GF GF !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !(!( !(!( !( !(!( !(!( !(!(!( !( !(!( !( !( !( !( !(!(!(!( !(!(!( !(!( !(!( !( !( !( !( !( !( !( !(!(!(!(!(!( !( !(!( !( !( !( !(!( !( !( !(!( !(!(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !(!( !( !( !( !( !( !( !( !( !( !(!( !( !(!( !(!( !(!(!( !( !( !(!( !( !( !( !( !(!( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !(!( !(!( !( !( !(!(!( !( !(!( !(!( !( !( !(!( !(!( !(!( Fox MillBridgeRiver Main StateOrange HeustisWashington Center Van Emmon MorganAdrianMadison KingBlaineWhite OakAdamsChurchColtonDolph BellOlsen Walter Beecher JeffersonMainW a s h in g to n MainMainRidgeMorgan Dolph Stateaul c Engineering Enterprises, Inc.52 Wheeler RoadSugar Grove, Illinois 60554(630) 466-6700 Legend !(VALVE GF HYDRANT Water Main UNKNOWN WATER MAIN Diameter 3" WATER MAIN AND SMALLER 4" WATER MAIN 6" WATER MAN 8" WATER MAIN 10" WATER MAIN 12" WATER MAIN 16" WATER MAIN 2025 Water Main Replacement www.eeiweb.com DATE: PROJECT NO.: FILE: PATH: BY: APRIL 2024 YO2427 YO2427_2025 Water Main Replacement Attachment E. MXD H:\GIS\PUBLIC\YORKVILLE\2024\ MJT ³ 1,000 0500 Feet 2025 WATER MAIN REPLACEMENT ATTACHMENT D Ridge Hy 2025 Roadway Resurfacing F(G!dr ul caiHydrauFGyHdlicyHdrau 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 2025-17 Agreement for Land Acquisition Consulting Services - Mathewson Public Works Committee – February 18, 2025 CC – 5/14/24 Resolution was passed and agreement was approved. CC 2024-36 Supermajority (6 out of 9) Approval Please see the attached memo. Bart Olson Administration Name Department Summary Consideration of a supplemental agreement for federal land acquisition process consulting services with Mathewson Right of Way Company. Background The City Council last discussed this item at the May 14, 2024 meeting, when the City approved an agreement with the Mathewson Co. for acquisition of 9 properties at a services cost of $162,250 (i.e. no land purchase costs are included in that figure). Since that meeting, EEI has proceeded with Route 126 watermain design work and determined the City needs to acquire an additional three parcels. This supplemental agreement covers the work needed by Mathewson Co. to acquire the three parcels. The supplemental agreement cost is $45,000, which would bring the total Mathewson agreement cost to $207,250. This figure was not contemplated in the original FY 25 budget, but it can be absorbed within the water fund without a budget amendment. Recommendation Staff recommends approval of the agreement for federal land acquisition process consulting services with Mathewson Right of Way Company. Memorandum To: City Council From: Bart Olson, City Administrator CC: Date: February 13, 2025 Subject: Supplemental agreement for Land Acquisition Consulting Services - Mathewson Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING SUPPLEMENT NO. 1 TO THE AGREEMENT FOR LAND ACQUISITION CONSULTING SERVICES WITH MATHEWSON RIGHT OF WAY COMPANY WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City"), is a duly organized unit of government of the State of Illinois within the meaning of Article VII, Section 10 of the 1970 Illinois Constitution; and WHEREAS, the City and Mathewson Right of Way Company entered into a contract for land acquisition services related to the Lake Michigan Water System Improvement Project (the “Project”) on May 17, 2024 (the “Original Contract”). The scope of services in the Original Contract provided for land acquisition services to be performed on nine (9) parcels of property for a not to exceed fee of $162,250.00; and WHEREAS, the Project now requires the acquisition of 12 parcels of property (3 additional parcels); and WHEREAS, the Mathewson Right of Way Company has submitted Supplement No. 1 to the City in the form attached as EXHIBIT A for the services required in connection with the three additional parcels; and WHEREAS, the City finds Supplement No. 1 from Mathewson Right of Way Company to be satisfactory for the additional land acquisition consulting services to be 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. The recitals set forth above are incorporated into this Resolution as if fully restated herein. Section 2. That Supplement No. 1 to the Agreement for Land Acquisition Consulting Services, by and between the United City Of Yorkville and Mathewson Right of Way Company, attached hereto as Exhibit A and made a part hereof by this reference, is hereby approved, and the Mayor and City Clerk are hereby authorized to execute said agreement on behalf of the United City of Yorkville. Section 3. That this Resolution shall be in full force and effect from and after its passage and approval as provided by law. Resolution No. 2025-____ Page 2 Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ SEAVER TARULIS _________ RUSTY CORNEILS _________ APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ MAYOR Attest: ______________________________ CITY CLERK 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 Mayor’s Report #3 Tracking Number CC 2024-36 Agreement for Land Acquisition Consulting Services - Mathewson City Council – May 14, 2024 Supermajority (6 out of 9) Approval Bart Olson Administration Name Department Packet materials from 5/14/24 CC meeting to follow Summary Consideration of an agreement for federal land acquisition process consulting services with Mathewson Right of Way Company. Background The City will be responsible for acquiring a water tower site near Route 71 and 126 for the upcoming Lake Michigan water supply project, as well as several easements throughout town for watermain extensions associated with the same project. These properties and easements must be acquired under federal land acquisition procedures to maintain WIFIA loan eligibility for the related expenses. The City does not have anyone on staff or within our existing consultant pool that is qualified for federal land acquisition processes. Accordingly, our staff and EEI reached out to various consultants used on area projects, including the DuPage Water Commission’s (DWC) current engineering efforts, and have recommended Mark Mathewson of Mathewson Right of Way Company. Mark is currently working on the DWC’s land acquisition efforts and is agreeing to a unit price in line with the DWC contract. In general, the contract covers everything from initial point of contact, acquisition negotiations, surveys, and closing costs. The contract cost of $162,250 is included in the FY 25 budget within the water fund. The exact locations of the properties and easements are not being disclosed due to confidentiality concerns, and because the exact routes of the watermains are not final and may change. Recommendation Staff recommends approval of the agreement for federal land acquisition process consulting services with Mathewson Right of Way Company. Memorandum To: City Council From: Bart Olson, City Administrator CC: Date: May 8, 2024 Subject: Agreement for Land Acquisition Consulting Services - Mathewson Resolution No. 2024-____ Page 1 Resolution No. 2024-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, ILLINOIS APPROVING AN AGREEMENT FOR LAND ACQUISITION CONSULTING SERVICES WITH MATHEWSON RIGHT OF WAY COMPANY WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City"), is a duly organized unit of government of the State of Illinois within the meaning of Article VII, Section 10 of the 1970 Illinois Constitution; and WHEREAS, the City’s Municipal Code provides that the City may approve contracts that have not been competitively bid by a two-thirds affirmative vote of the City Council; and WHEREAS, the City requires the assistance of a consultant in the acquisition of property required for the construction of certain water infrastructure improvements; and WHEREAS, the City’s engineering consultant, Engineering Enterprises, Inc., has obtained a proposal for said consulting services from Mathewson Right of Way Company, an Illinois Corporation; and WHEREAS, the City finds Mathewson Right of Way Company’s proposal to be satisfactory and wishes to enter into an agreement with Mathewson Right of Way Company for land acquisition consulting services. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The recitals set forth above are incorporated into this Resolution as if fully restated herein. Section 2. That the Agreement for Land Acquisition Consulting Services, by and between the City and Mathewson Right of Way Company, attached hereto as Exhibit A and made a part Resolution No. 2024-____ Page 2 hereof by reference, is hereby approved, and the Mayor and City Clerk are hereby authorized to execute said agreement on behalf of the United City of Yorkville. Section 3. That this Resolution shall be in full force and effect from and after its passage and approval as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2024. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ SEAVER TARULIS _________ RUSTY CORNEILS _________ APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2024. ______________________________ MAYOR Attest: ______________________________ CITY CLERK Exhibit A Resolution No. 2024-25 A RESOLUTION OF THE UNITED CITY OF YORKVILLE,ILLINOIS APPROVING AN AGREEMENT FOR LAND ACQUISITION CONSULTING SERVICES WITH MATHEWSON RIGHT OF WAY COMPANY WHEREAS, the United City of Yorkville, Kendall County, Illinois(the "City"), is a duly organized unit of government of the State of Illinois within the meaning of Article VII, Section 10 of the 1970 Illinois Constitution; and WHEREAS,the City's Municipal Code provides that the City may approve contracts that have not been competitively bid by a two-thirds affirmative vote of the City Council; and WHEREAS,the City requires the assistance of a consultant in the acquisition of property required for the construction of certain water infrastructure improvements; and WHEREAS, the City's engineering consultant, Engineering Enterprises, Inc., has obtained a proposal for said consulting services from Mathewson Right of Way Company, an Illinois Corporation; and WHEREAS, the City finds Mathewson Right of Way Company's proposal to be satisfactory and wishes to enter into an agreement with Mathewson Right of Way Company for land acquisition consulting services. NOW,THEREFORE,BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The recitals set forth above are incorporated into this Resolution as if fullyY restated herein. Section 2. That the Agreement for Land Acquisition Consulting Services, by and between the City and Mathewson Right of Way Company, attached hereto as Exhibit A and made a part Resolution No. 2024-25 Page 1 hereof by reference, is hereby approved, and the Mayor and City Clerk are hereby authorized to execute said agreement on behalf of the United City of Yorkville. Section 3. That this Resolution shall be in full force and effect from and after its passage and approval as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this 14th day of May,A.D. 2024. C Y CLERK KEN KOCH AYE DAN TRANSIER AYE ARDEN JOE PLOCHER AYE CRAIG SOLING AYE CHRIS FUNKHOUSER AYE MATT MAREK AYE SEAVER TARULIS AYE RUSTY CORNEILS AYE APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this 11 day of M A.D. 2024. J MAYOR Attest: CI Y CLERK Resolution No.2024-25 Page 2 AGREEMENT FOR LAND ACQUISITION CONSULTING SERVICES United City of Yorkville Lake Michigan Water System Improvement Project AGREEMENT between Mathewson Right of Way Company (MROWCO) whose address is 2024 Hickory Road, Suite 205, Homewood, Illinois 60430 and the United City of Yorkville, a municipal corporation, whose address is 651 Prairie Pointe Drive, Yorkville, Illinois 60560 CLIENT.) MROWCO shall provide consulting services on behalf of the CLIENT for the acquisition of certain real estate interests required for the construction of the Lake Michigan Water System Improvement Project(PROJECT). MROWCO shall perform the following services: 1. Project Management 2. Appraisal 3. Appraisal Review 4. Negotiation 5. Closing 6. Direct Expenses All of the above are described as specified in Exhibit A: Scope of Services attached hereto. CLIENT shall compensate MROWCO for the services provided under this AGREEMENT as provided in Exhibit B: Compensation attached hereto. The initial total amount of compensation authorized by this agreement is not to exceed $162,250.00; from time to time CLIENT and MROWCO may agree to increase the total authorized compensation by Supplement Agreement as provided herein. Exhibit C: Terms and Conditions is attached hereto and made a part hereof. 71 ti Submitted this 3rd day of May,2024. Accepted this L 7 day of a 2024. Mathewson Right of Way Company United City of Yorkville By By: Mark I . athewson Bart 0 son Presid t City Administrator United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services EXHIBIT A: SCOPE OF SERVICES MROWCO agrees to perform,at the direction of CLIENT,the following services: 1. Project Management 2. Appraisal 3. Appraisal Review 4. Negotiation 5. Closing 6. Direct Expenses All services called for in this AGREEMENT will be conducted by an individual or individuals whose qualifications have been approved by the Illinois Department of Transportation, when applicable. All services within the scope of this AGREEMENT shall be performed, where applicable, in accordance with the IDOT Land Acquisition Policies and Procedures Manual,hereinafter referred to as the LAPPM,to the extent not inconsistent with direction from any other relevant agency. APPRAISALS and COMPARABLE SALES BOOK Determinations of fair market value performed by the Appraiser shall be in accordance with the LAPPM and the Uniform Appraisal Standards for Federal Land Acquisitions(Yellow Book). The Appraiser shall make a detailed inspection of the properties and make such investigations and studies as are necessary to derive sound conclusions for the preparation of appraisal reports. Valuations shall be prepared as outlined in the LAPPM and Yellow Book. MROWCO shall provide a copy of an appraisal of each parcel to be submitted to the CLIENT for approval. Property needed shall be acquired by fee simple,dedication, permanent easement,temporary use permit, or temporary easement as determined and shown on the right of way plan furnished by CLIENT and its other consultants. It may be necessary for a completed appraisal to be updated for condemnation purposes or revised due to a change in the ROW plat or due to new information provided by the CLIENT or its consultants. These updates or revisions will be assigned to the Appraiser in a separate work order as the need arises. An Appraiser's revision of the appraisal due to the Review Appraiser's comments or corrections does not constitute an update or revision that would necessitate a separate work order.Appraisal updates or revisions shall be compensated as provided in Exhibit B. The Appraiser shall prepare grids that compare comparable sales to the subject parcel, where appropriate. Page 2 of 10 United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services The Appraiser shall include land and improvement allocations in the comparable sales data section of all appraisals. Appearances in court and/or pretrial conferences,which include depositions and preparation time for depositions and court, may be required for the appraisal services requested herein. The time spent at such appearance or appearances shall be made upon request of the CLIENT or its trial counsel and shall be paid for outside of this contract. MROWCO staff assists in the preparation of appraisal work. REVIEW APPRAISALS All appraisals must be reviewed and certified by a Review Appraiser.Appraisal reviews performed by the Review Appraiser must be in accordance with the LAPPM and Yellow Book. It is the Review Appraiser's responsibility to ensure that all items affecting the value of the property have been considered in the appraisal.A study of the comparable sales book is considered as part of the appraisal review. The Review Appraiser must complete an Appraisal Review Certification for all appraisal reviews. It may be necessary for a completed appraisal review to be updated due to a change in the ROW plat or due to new information provided by the CLIENT. These updates or revisions will be assigned to MROWCO in a separate work order as the need arises.A Review Appraiser's second or other subsequent review of an appraisal, rewritten by the appraiser due to the Review Appraiser's comments or corrections, does not constitute an update or revision to the appraisal review that would necessitate a separate work order. Updates or Revisions to Appraisal Review Certifications shall be compensated as provided in Exhibit B. MROWCO staff assists in the preparation of review appraisal work. NEGOTIATIONS The Negotiator is responsible for all land acquisition negotiations conducted under this AGREEMENT.Negotiations shall be in accordance with the LAPPM.The negotiator shall: Be the CLIENT's representative to the property owner. Work with the Project Manager to receive and understand the scope of work for each work order and the associated deadlines/time frames involved. Establish schedules for each activity and report the progress to the Project Manager to assure a quality product. Assure that the deadlines assigned are met. Maintain channels of communication. Provide a quality product. Before the initiation of negotiations for each parcel,the CLIENT must approve the amount of just compensation.The Negotiator shall fully document on an ongoing basis all efforts made to acquire Page 3 of 10 United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services the parcel in the Negotiator's Report. Said report shall be available to the CLIENT as reasonably requested. The Negotiator may recommend administrative settlements as outlined in the LAPPM. Administrative settlements will be determined by the CLIENT on an individual parcel basis. In the event MROWCO,after having made every reasonable effort to negotiate with the owner of a parcel, is unable to obtain a settlement on the approved appraisal amount, MROWCO shall prepare and submit a written report summarizing the progress of negotiations to date together with a copy of MROWCO's Negotiator's Report completed to date with the names and addresses of all interested parties. MROWCO's written report shall also include its recommendation for further procedure towards acquiring the parcel. The CLIENT may elect to prepare and forward a Final Offer letter(with copy to MROWCO)to the owner of the parcel and thereafter refer the matter to the CLIENT's Trial Attorney's Office to proceed with preparation of a condemnation petition. In any case, the CLIENT reserves the right to require MROWCO to make a reasonable number of additional negotiation contacts with the parcel owner up until the actual date of filing a petition to condemn the parcel. The negotiation for a parcel will be deemed complete when all required documents necessary to obtain title approval are submitted and approved by the CLIENT.If a negotiated settlement cannot be reached, the negotiation for a parcel will be deemed complete when the documentation for eminent domain action is submitted and approved by the CLIENT,and the complaint is filed. If requested to do so, MROWCO shall provide title review and an attorney's approval letter provided by Mathewson & Mathewson,P.C.for no additional cost. Each Updated Negotiation or Revised Negotiation shall be paid for at the per parcel fee as specified in Exhibit B. An updated negotiation or revised negotiation is defined as additional negotiation work requested by the CLIENT due to new parcel information supplied by the CLIENT to MROWCO after first contact with the property owner. New parcel information could include,but is not limited to,significant changes in the area of the acquisition;updated(and modified)appraisal amounts that require revised negotiation documents; updated(and modified)title information that requires negotiations with additional property owner(s). Any additional work required to obtain title approval does not constitute an update or revision that would necessitate a separate work order.Additional Negotiation Services shall be compensated as provided in Exhibit B. CLOSINGS MROWCO shall attend or otherwise supervise the actual closing of each acquired parcel.Closings may require an escrow transaction and in all cases MROWCO will coordinate the closings through and in accordance with any direction from CLIENT's legal counsel. Page 4 of 10 United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services PROJECT MANAGEMENT MROWCO shall establish a Project Manager who will be knowledgeable and responsible for all services performed under this AGREEMENT. The main duties of the Project Manager may include: Be the liaison between the CLIENT and MROWCO and coordinate all daily project activities of MROWCO. Understand the scope of work for each work order and the associated deadlines/timeframes the CLIENT needs to meet. Assist CLIENT in value engineering by anticipating right of way acquisition costs and issues. Assign work to appropriate staff. Coordinate all deliverables, keep project on schedule and maintain the channels of communication between the CLIENT and MROWCO. Provide the appropriate staff and SUBCONSULTANTS that have knowledge of and will follow Illinois Department of Transportation's LAPPM and the Relocation Assistance and Real Property Acquisition Act(Uniform Act). Submit accurate invoices that have documentation to support the invoiced amount. Ensure SUBCONTRACTORS' prompt and efficient performance. Provide QA/QC oversight. Page 5 of 10 United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services EXHIBIT B: COMPENSATION AND INVOICING The services to be provided by MROWCO under this agreement shall be assigned and compensated as provided in the attached EXHIBIT B-1. The sum total of all services provided for in this AGREEMENT shall not exceed the amount noted on page 1 of this Agreement. Direct Expenses, except as otherwise provided, shall include later date title charges, document copy fees, partial release fees, trustee fees, Title Insurance, Escrow closing fees, recording and other closing costs imposed by the title company. The fees for services shall include all transportation, food, lodging, telephone, or any other operating expenses incurred by MROWCO in the performance thereof. All services shall be invoiced approximately monthly. Appraisal Fees shall be invoiced when the initial appraisal report is delivered to the Reviewer. The Appraisal Review fee shall be invoiced when the completed Appraisal and Review are delivered to the client. The Negotiation fee shall be invoiced at 50% when the offer is made and the balance when agreement is reached with the owner or when the matter is referred to condemnation. The Closing fee shall be invoiced when the matter is closed and the property owner has been paid. Direct expenses shall be invoiced approximately monthly as they are incurred. From time to time, if MROWCO and CLIENT agree to expand the scope of work to include additional parcels or expand the scope to include additional services, said agrrement shall be memorialized by the execution of a Supplement Agreement form referencing this Agreement and except to the extent modified by said Supplement Agreement the terms of this Agreement shall control. Page 6 of 10 EXHIBIT B-1 UNITED CITY OF YORKVILLE LAKE MICHIGAN WATER SYSTEM IMPROVEMENT PROJECT Land Acqulsitbn Scope and Budget Version 1.0 Prepared APRIL 17,2024 Prepared by:MOM DRAFT ONLY FOR DISCUSSION PURPOSES Appraisal Negotiation Acquistfon Typa/Category ; Carat Count Appraisal Review Negotiation Closing Unit Extension Private Non-Complex Private 1 9 9 $4,500.00 $2,000.00 $5,000.00 $1,500.00 13,000.00 117,000.00 Totals 9 9 117,000.00 Project Management Hours/Units Rate Extension Attorney 25 hours 350.00 $8,750.00 Staff 15 hours 250.00 $3,750.00 12,500.00 12,500.00 Sub Total Net of Direct Expense and Contingency 129,500.00 Direct Expenses 2 9 $2,000.00 18,000.00 S147,500.00 Additional Appraisal,Appraisal Review and Negotiation Contingency 3 10% 14,750.00 Total 162,250.00 Notes: 1 Non-Complex Private Parcels shall exdude railroad utility and government agency owned properties. 2 Direct Expenses shall indude all dosing costs for parcels with a total compensation of under$100,000.00.Any pared acquired with a compensation in excess of 3100,000.00 shall he acquired through escrow and the associated dosing cats shall he induded as a"property cost"and paid directly by Ctentthrough the title company dosing.All fees assume title work provided by Wheatland Title Company. 3 To be used as needed United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services EXHIBIT C: TERMS AND CONDITIONS 1. Parcels CLIENT shall provide MROWCO with relevant plats of survey or plats of easement, legal descriptions and construction plans for each parcel to be acquired. Each parcel shall consist of one or more basic parcels of land required as right of way to be acquired in fee simple title, and such other easements(temporary or permanent)for uses incidental to construction of the improvement but which are not considered as part of the improvement right of way, all of which are under the same ownership involving a complete contiguous parcel. 2. Termination CLIENT may terminate this AGREEMENT at any time and for any cause by a notice in writing to MROWCO.In the event of such termination,payment will be made to MROWCO for any completed services. Services in the process of completion shall be compensated for on an equitable basis and all incomplete parcel data collected in connection with them shall be turned over and become the property of the CLIENT; provided, however, this AGREEMENT be terminated solely because the progress or quality of work is unsatisfactory as determined by the CLIENT accepting this AGREEMENT,then no payment will be made or demanded by MROWCO for any services which have not been completed and delivered to CLIENT prior to the date of said termination. 3. Project Materials a. It is understood and agreed that the CLIENT shall be considered the sole owner of all plats, legal descriptions, ownership and occupancy records, forms of deeds and easements,title reports,and any and all other material furnished,prepared or obtained by MROWCO during the course of providing its services for the parcel and shall be maintained in a separate parcel file for the parcel assigned. MROWCO will provide a copy of the original file of the parcel during the course of the project to the CLIENT. MROWCO will provide a timely update of all documents that pertain to the parcel during the course of the project.Upon completion of the project the original file will be delivered to the CLIENT. Upon termination of this AGREEMENT for any cause or upon completion of the acquisition of the parcel or upon request of the CLIENT when acquisition is determined to be by Eminent Domain proceedings, MROWCO's parcel file shall be delivered to the CLIENT. MROWCO's parcel files shall be available for inspection or review of its contents by the CLIENT, or the personnel of any relevant agency possessing jurisdiction at any time. b. Electronic copies shall be provided unless the CLIENT requests to the contrary. c. CLIENT shall as soon as practicable direct MROWCO as to its preferred disposition of original documents. Page 7 of 10 United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services 4. Records Preservation MROWCO shall maintain, for a minimum of five years after the completion of the AGREEMENT, adequate books, records, and supporting documents to verify the amount, recipients, and uses of all disbursements of funds passing in conjunction with the AGREEMENT;the AGREEMENT and all books,records,and supporting documents related to the AGREEMENT shall be available for review and audit by the CLIENT Auditor; and MROWCO agrees to cooperate fully with any audit conducted by the Auditor and to provide full access to all relevant materials. 5. Consultant Certifications and Representations a. MROWCO certifies that MROWCO has read the certifications and assurances described in this AGREEMENT and in the Standard Provisions, and certifies that Mark D. Mathewson's signature on the AGREEMENT constitutes an endorsement and execution of each certification and assurance as though each were individually signed, and made on behalf of the contracting entity and its officers and each individual authorized to do work for the CLIENT under this AGREEMENT. b. MROWCO under penalties of perjury, certifies that 20-3870734 is its correct Federal Taxpayer Identification number.It is doing business as a Corporation. c. MROWCO certifies that it is not in default on an educational loan. d. MROWCO certifies that it is not barred from bidding on State of Illinois AGREEMENTs because of violations of State law regarding bid rigging or rotating. 720 ILCS 5133E-3, 33E-4. e. MROWCO certifies that it will not engage in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of this AGREEMENT, or if a corporation, partnership, or other entity with 25 or more employees, have completed and signed a "DRUG-FREE WORKPLACE CERTIFICATION" f. MROWCO, under penalty of perjury under the laws of the United States, certifies that the company or any person associated therewith in the capacity of owner, partner, director,officer,principal investigator,project director,manager,auditor,or any position involving the administration of federal funds: i. is not currently under suspension,debarment,voluntary exclusion,or determination of ineligibility by any federal agency; ii. has not been suspended,debarred,voluntarily excluded or determined ineligible by any federal agency within the past three years; iii. does not have a proposed debarment pending;and Page 8 of 10 United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services iv. has not been indicted, convicted, or the subject of a civil judgment by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years. g. MROWCO certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois nor has MROWCO made admission of guilt of such conduct which is a matter of record, nor has any official, officer, agent, or employee of this company been so convicted nor made such an admission. h. MROWCO is hereby notified that the CLIENT, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252) and Title 49, Code of Federal Regulations, Part 21, issued pursuant to such Act, will affirmatively insure that any AGREEMENT entered into pursuant to this AGREEMENT will be awarded without discrimination on the grounds of race,color,or national origin. i. MROWCO warrants and represents that it is fully qualified to provide the services hereunder provided for in this Agreement. 6. Disclosures a. MROWCO hereby certifies that if any conflict of interest arises, in any of the parcels subsequently assigned to it,it will immediately,within 5 business days of receipt,inform the CLIENT accepting this AGREEMENT and return all material furnished to him for reassignment to others. b. It is understood and agreed that Appendices A and B shall be a part of this AGREEMENT and MROWCO agrees to be bound by the terms and provisions contained herein. c. MROWCO warrants that it has not employed or retained any company or person,other than a bona fide employee working solely for it,to solicit or secure this AGREEMENT, and that it has not paid or agreed to pay any company or person,other than a bona fide employee working solely for it,any fee,commission,percentage,brokerage fee,gift,or any other consideration, contingent upon or resulting from the award or making of the AGREEMENT.For breach or violation of this warranty,the CLIENT shall have the right to annul this AGREEMENT without liability. 7. Indemnity MROWCO will indemnify and hold harmless the CLIENT from all claims and liability due to activities of itself, its agents,and its employees and will comply with all Federal, State, and local laws and ordinances. 8. Insurance MROWCO shall obtain Commercial General Liability in a broad form,to include but not be limited to, coverage for the following where exposure exists: Bodily Injury and Property Page 9 of 10 United City of Yorkville Lake Michigan Water System Improvement Project Agreement for Land Acquisition Consulting Services Damage, Premises/Operations, Independent contractors, Products/Completed Operations, Personal Injury, Professional Liability and contractual Liability; limits of liability not less than: $1,000,000.00 per occurrence and $2,000,000.00 in the aggregate. Business Auto Liability to include, but not be limited to,coverage for the following where exposure exists: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership; limits of liability not less than: $1,000,000.00 per occurrence,combined single limit for Bodily Injury and Property Damage Liability. Workers' Compensation Insurance will cover all employees that meet statutory limit in compliance with applicable state and federal laws. The coverage must also include employer's liability with minimum limits of 100,000.00 for each incident. The CLIENT shall be provided with Certificates of Insurance evidencing the above required insurance prior to the commencement of services and thereafter with the certificates evidencing renewals or changes to said policies of insurance at least fifteen (15) days prior to the expiration or cancellation of any such policies. The CLIENT shall be named as additional insured on all liability policies,and MROWCO acknowledges that any insurance maintained by the CLIENT shall apply in excess of,and not contribute to,insurance provided by MROWCO. The contractual liability arising out of the AGREEMENT shall be acknowledged on the Certificate of Insurance by the insurance company. The CLIENT shall be provided with thirty (30) day prior notice, in writing, of Notice of Cancellation or material change and said notification requirements shall be stated on the Certificate of Insurance. 9. Breach Nothing herein shall be construed as prohibiting the parties to the AGREEMENT from pursuing any other remedies available to the parties for such breach or threatened breach, including recovery of damages from the parties.This provision shall survive any termination of this AGREEMENT. 10. Governing Law Terms of this AGREEMENT will be governed by Illinois law. 11. Transferability MROWCO agrees that this AGREEMENT or any part thereof will not be sublet or transferred without the written consent of the CLIENT accepting this AGREEMENT. 12. Execution of AGREEMENT In the event this AGREEMENT is executed,it shall constitute a contract as of the date it is approved by the CLIENT or its authorized representative and shall be binding on MROWCO, its executors,administrators,successors or assigns,as may be applicable. Page 10 of 10 llt c C 0 51 4 c.= t x W O - .> T 0 y y g 0 0[-• a. u o Y c Q1 . 2 x V. o yE . a o 8 , O y .. p v o> 0 3 t E c v° - 0 Is3 y w v v g v aci'° y j C Y o o` z 8. o > ao a>' az U r o Li3. 3 y, wpQ 1 01 o. 5 ' ' o 0 c 0 ° E^ 5 E• y5 '$ oo $ cQ a' g a WQ a' 0 v c oo eQ QE" wea y o c o W W 0 0 c . 3 o F, . 6- 03 T. y a Q. 0 0 Cr 0 by^ N as a) O e. 3: 4 c H c e 5 E O W U 8 •• y ° - e 03 QF 03 y y° a y p•" a Q, - 0.— o • w F T c8 x O c Q G Vf A y s 0 c a o o, 5 y ° o ; av o g 0 z' Cd Fpvw°i •^ A . 5, a w W N 4 u. so u Q G 8 aj H a A owo N 3 E U y d O ¢ . 0 ti ss O T a7i N Q p y tp U OD'-- c ou c y op A oD ca v C7 c. 2 a i c • jfl y . 5 v_ cus = a' H c ti E eg P. < 7 k=. 5 a. g. J; F Y it Z U v X b H ? aa U Ica wa0 y .. .., - o o o c o al U a b:: a....° g m ° 53 8E." Cu ) C 5 N p Crd O C O 5 A C 8. c a, o. o c 5 A C/ 1 c is o8 o moo N > rJ V 5 o , 3...., m" c a s w° o o v a' D. o ° rya o OCc ' g a° i es w . b E i 43 G CD E ry F N H u O E c cg T Cu a1 h' a C ` a m ai a' 2' en a o 5 0 vc N O H' C O u i 9 oEi on 0 c w U > F N i c0 v `" C c C 0 ss >'>. y U ti y O O.. x O a'—. 0 w 0 O , 0 cC C G ,.. 3 7 A Q Qa3 ca8' S m o ._ 50 0 E 2 U 3 52o U o 5 $ a v ryTaVJ € v O E sa E Ir O e N k ra c as h ° " 5 ` o ° o o a w a G K 8 *. a a w d o E2, 5. 6 : y u E F 8 0 >, 0 o 0 9 w pKp o y 4 y o 5 p 3 c n ° .. 8 c . 5 0 3 c> i ob U' ' Q U'++ E y V. 2 0 - ii y w• tj 0. c y ° C. ri7 5w d c . L . 0 c U a 3 g 8 o y c .° o O b ti 2 8 n.. E c a' goT5n5oo cdi8o a ay, o8 }°; — 0 > as u8. o 02 o`Ou c l a as .. Ly y w ( 4 CC .. > y o 3 E a U 84. 2 8i 0 c8 v` y° 8. 5 0 g 5 c 5 N y 0 A 0 ° 0 0 a.) E .' o.. y 0 > 0 O m a. o o 0 00 8'-. z0 E E c^ y . c y as . e. Soo o o ° y, a 0- 8 0 5 oo c . 5-. 0 8 . 5, g _ E o c , - o o ea ao - wyi oy > c' 8v8 y t' D `— Ha' au ` ' E a u` b 1 8 C U o. O^ j. O u ,, a" . 5 450 E.'= O y O c : E ` aoco, yc m N z cc CI . 7ob Q fA A 5 a yy pp 0. 8e N . U y ry .. y 1.. . G N U UM I:, V g . as E o wo g w F- 8 ° c ' - 8 E :° 0. 5' n8. 15 APPENDIX A During the performance of this contract,the contractor,for itself, its assignees and successors in interest(hereinafter referred to as the"Contractor"),agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, hereinafter referred to as Regulations),which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract,shall not discriminate on the ground of race,color or national origin in the selection and retention of subcontractors including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts,Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement or materials or leases of equipment,each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race,color or national origin. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations,or directives issued pursuant thereto,and shall permit access to its books, records,accounts,other sources of information,and its facilities as may be determined by the State or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations,orders arid instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the State or the Federal Highway Administration is appropriate and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate,including,but not limited to: withholding of payments to the contractor under the contract until the contractor complies,and/or cancellation,termination or suspension of the contract,in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of Paragraph (1) through (6) in every subcontract,including procurement of materials and leases of equipment, unless exempt by the Regulations,or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the State of the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction,the contractor may request the. State to enter into such litigation to protect the interests of the State, and, in addition,the contractor may request the United States to enter into such litigation to protect the interests of the United States. APPENDIX B EQUAL EMPLOYMENT OPPORTUNITY CLAUSE required by the Illinois Fair Employment Practices Commission as a material term of all public contracts: EQUAL EMPLOYMENT OPPORTUNITY. In the event of the contractor's noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Fair Employment Practices Act or the Fair Employment Practices Commission's Rules and Regulations for Public Contracts, the contractor may be declared nonresponsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be canceled or avoided in whole or in part, and such other sanctions or penalties may be imposed and remedies invoked as provided by Statute or regulation. During the performance of this contract (Agreement), the contractor (Consultant) agrees as follows: 1. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or ancestry, physical or mental handicap unrelated to ability, or an unfavorable discharge from the military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 2. That, if it hires additional employees in order to perform this contract, or any portion hereof,it will determine the availability(in accordance with the Commission's Rules and Regulations for Public Contracts) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. 3. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin or ancestry, physical or mental handicap unrelated to ability,or an unfavorable discharge from the military service. 4. That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding,a notice such labor organization or representative of the contractor's obligations under the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations,the contractor will promptly so notify the Illinois Fair Employment Practices Commission and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 5. That it will submit reports as required by the Illinois Fair Employment Practices Commission's Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Commission or the contracting agency, and in all respects comply with the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. 6. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Fair Employment Practices Commission for purposes of investigation to ascertain compliance with the Illinois Fair Employment Practices Act and the Commission's Rules and Regulations for Public Contracts. 7. That it will include verbatim or by reference the provisions of Paragraphs 1 through 7 of this clause in every performance subcontract as defined in Section 2.1 0(b) of the Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor; and that it will also so include the provisions of paragraphs 1,5,6 and 7 in every supply subcontract as defined in Section 2.1 0(a)of the Commission's Rules and Regulations for Public Contracts so that such provisions will be binding upon every such subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by all it subcontractors; and further it will promptly notify the contracting agency and the Illinois Fair Employment Practices Commission in the event any subcontractor fails or refuses to comply therewith. In addition,no contractor will utilize any subcontractor declared by the Commission to be nonresponsible and therefore ineligible for contracts or subcontracts with the state of Illinois or any of its political subdivisions or municipal corporations. With respect to the two types of subcontracts referred to under paragraph 7 of the Equal Employment Opportunity Clause above,following is an excerpt of Section 2 of the FEPC's Rules and Regulations for Public Contracts: Section 2.10. The term "Subcontract" means any agreement,arrangement or understanding, written or otherwise,between a contractor and any person(in which the parties do not stand in the relationship of an employer and an employee): for the furnishing of supplies or services or for the use of real or personal property, including lease arrangements,which,in whole or in part,is utilized in the performance of any one or more contracts;or under which any portion of the contractor's obligation under any one or more contracts is performed,undertaken or assumed. By signing this Proposal, the CONSULTANT agrees to the provisions as written. Upon acceptance by the LPA,this Contract shall be governed by Illinois law. For the CONSULTANT: Mathewson Right of Way Company 2024 Hicko ` •.;. Suite 205 Ho^ c•:•-• •14 0 By: Al' May 3,2024 Mark r .Mathewson,President FEIN: 20-3870734 Telephone: (312)676-2900 For the LPA: United City of Yorkville By: Date: Mai1 hl,Lo21 LPA Rep tive 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 2025-18 Northland Lane Parking Restrictions – Discussion Public Works Committee – February 18, 2025 None Informational Please see the attached memo. Bart Olson Administration Name Department Summary Consideration of moving the parking restrictions on Northland Lane adjacent to Cannonball Ridge Park from the west side of the street to the east side of the street. Background This item was last discussed in August 2014, when the City Council implemented parking restrictions near Cannonball Ridge Park to address double-sided parking concerns (packet materials attached). Since then, the City Council has approved the Heartland Meadows West development, which will restrict parking on the east side of the street through conflicts with new driveways. During some of the public meetings on the matter, discussion included whether the City should swap the parking restriction from the west side of the street to the east side of the street (with the intent being a net increase in parking spaces). At time of packet creation, an analysis of the number of new parking spaces is not available. If the City Council wishes to consider a parking restriction swap in this area, staff will need direction on whether we want to do a public input process by inviting nearby property owners to a future PW committee meeting to discuss this proposed restriction, or whether this item will be directly voted on and implemented. Recommendation Staff requests feedback and discussion from the committee. Memorandum To: City Council From: Bart Olson, City Administrator CC: Date: February 13, 2025 Subject: Northland Lane Parking Restrictions 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/gov_officials.php 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 CA #10 Tracking Number CC 2014-60 Parking Restrictions Near Cannonball Ridge Park City Council – August 26, 2014 N/A Majority Approval See attached memo. Bart Olson Administration Name Department Packet materials from 8/26/14 CC meeting to follow Summary Consideration of an ordinance restricting parking on the north side of Western Avenue opposite the park,the west side of Northland Lane (nearest to the park), and the north side of Blackberry Shore Lane (nearest to the park).. Background This item was last discussed by the City Council at the June 24 meeting. At that meeting, the City Council directed City staff to send letters to residents adjacent to the proposed parking restriction, inviting them to a future Public Works Committee meeting. A sample letter is attached. Staff has received one phone call from a resident prior to the meeting. That resident objected to the restrictions on Blackberry Shores Ln and Northland Ln. He felt that the danger from pedestrians crossing the street was far greater than preserving fire hydrant access. He said that he was going to email the committee members individually. Residents may be in attendance at the meeting to provide feedback in person. Recommendation Staff recommends approval of the ordinance. Memorandum To: City Council From: Bart Olson, City Administrator CC: Date: August 14, 2014 Subject: Parking Restrictions near Cannonball Ridge Park Ordinance No. 2014-____ Page 1 Ordinance No. 2014-_____ AN ORDINANCE AMENDING THE CODE OF ORDINANCES OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS REGULATING ON-STREET PARKING NOW THEREFORE, BE IT ORDAINED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. Title 6, Chapter 2, Section 2, of the United City of Yorkville Code of Ordinances is hereby amended by adding the following: 6-2-2: PARKING PROHIBITED ON DESIGNATED STREETS: BLACKBERRY SHORE LANE A “no parking” zone shall be created on the north side of Blackberry Shore Lane from just east of 901 Blackberry Shore Lane to Northland Lane. NORTHLAND LANE A “no parking” zone shall be created on the west side of Northland Lane from Blackberry Shore Lane to Western Avenue WESTERN AVENUE A “no parking” zone shall be created on the north side of Western Avenue from Canyon Trail to Northland Lane Section 2. If any Section, subsection, sentence, clause, phrase or portion of this Chapter is for any reason held invalid or unconstitutional by any court of competent jurisdiction, such portion shall be deemed a separate, distinct, and independent provision, and such holding shall not affect the validity of the remaining portions hereof. Section 3. This Ordinance shall be in full force and effect upon its passage, approval, and publication as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois, this _____ day of ___________________, 2014. ____________________________________ CITY CLERK Ordinance No. 2014-____ Page 2 CARLO COLOSIMO ________ KEN KOCH ________ JACKIE MILSCHEWSKI ________ LARRY KOT ________ CHRIS FUNKHOUSER ________ JOEL FRIEDERS ________ ROSE ANN SPEARS ________ DIANE TEELING ________ Approved by me, as Mayor of the United City of Yorkville, Kendall County, Illinois, this _____ day of ___________________, 2014. ____________________________________ MAYOR 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 2025-19 Cannonball Trail Path – Discussion Public Works Committee – February 18, 2025 None Informational A discussion will take place. Bart Olson Administration Name Department