Loading...
Public Works Packet 2025 03-18-25 AGENDA PUBLIC WORKS COMMITTEE MEETING Tuesday, March 18, 2025 6:00 p.m. East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL Citizen Comments: Minutes for Correction/Approval: February 18, 2025 New Business: 1. PW 2025-20 Snow Operations Report 2. PW 2025-21 Resolution Authorizing Participation in the State of Illinois Bulk Rock Salt Purchase Program 3. PW 2025-22 2025 EEI Hourly Rates 4. PW 2025-23 Resolution in Support of the “Wyland Mayor’s Challenge for Water Conservation” 5. PW 2025-24 Resolution Authorizing the Purchase of Four Ford F-150 Trucks from River View Ford, in an Amount Not to Exceed $179,713 6. PW 2025-25 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2025 Water Main Replacement – Construction Engineering) 7. PW 2025-26 2025 Road to Better Roads – MFT Resolution and Cost Estimate 8. PW 2025-27 Resolution Approving a Bid to Complete the 2025 Local Roads Repaving Project (2025 Local Road Program – Contract Award) 9. PW 2025-28 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2025 Local Road Program – Construction Engineering) 10. PW 2025-29 Resolution Approving a Bid to Complete the Bluestem Drive Water Main Improvements (Bluestem Water Main Replacement – Contract Award) 11. PW 2025-30 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Bluestem Water Main Improvements – Construction Engineering) 12. PW 2025-31 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Bertram Drive Connection – Design Engineering) 13. PW 2025-32 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Water Main Improvements – Design Engineering) 14. PW 2025-33 Pavement Management Study – Review of Results and Scenarios – Presentation 15. PW 2025-34 Water Revenue Study – Presentation 16. PW 2025-35 Southern Sanitary Sewer Connection – Change Order No. 1 United City of Yorkville 651 Prairie Pointe Drive Yorkville, Illinois 60560 Telephone: 630-553-4350 www.yorkville.il.us Public Works Committee Agenda March 18, 2025 Page 2 Old Business: 1. PW 2025-18 Northland Lane Parking Restrictions – Discussion 2. PW 2025-19 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Cannonball Trail Shared Use Path – Feasibility Study – Preliminary Engineering) Additional Business: UNITED CITY OF YORKVILLE WORKSHEET PUBLIC WORKS COMMITTEE Tuesday, March 18, 2025 6:00 PM CITY HALL CONFERENCE ROOM --------------------------------------------------------------------------------------------------------------------------------------- CITIZEN COMMENTS: --------------------------------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------------------------- MINUTES FOR CORRECTION/APPROVAL: --------------------------------------------------------------------------------------------------------------------------------------- 1. February 18, 2025 □ Approved __________ □ As presented □ With corrections --------------------------------------------------------------------------------------------------------------------------------------- NEW BUSINESS: --------------------------------------------------------------------------------------------------------------------------------------- 1. PW 2025-20 Snow Operations Report □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 2. PW 2025-21 Resolution Authorizing Participation in the State of Illinois Bulk Rock Salt Purchase Program □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 3. PW 2025-22 2025 EEI Hourly Rates □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 4. PW 2025-23 Resolution in Support of the “Wyland Mayor’s Challenge for Water Conservation” □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 5. PW 2025-24 Resolution Authorizing the Purchase of Four Ford F-150 Trucks from River View Ford, in an Amount Not to Exceed $179,713 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 6. PW 2025-25 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2025 Water Main Replacement – Construction Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 7. PW 2025-26 2025 Road to Better Roads – MFT Resolution and Cost Estimate □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 8. PW 2025-27 Resolution Approving a Bid to Complete the 2025 Local Roads Repaving Project (2025 Local Road Program – Contract Award) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 9. PW 2025-28 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2025 Local Road Program – Construction Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 10. PW 2025-29 Resolution Approving a Bid to Complete the Bluestem Drive Water Main Improvements (Bluestem Water Main Replacement – Contract Award) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 11. PW 2025-30 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Bluestem Water Main Improvements – Construction Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 12. PW 2025-31 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Bertram Drive Connection – Design Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 13. PW 2025-32 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Water Main Improvements – Design Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 14. PW 2025-33 Pavement Management Study – Review of Results and Scenarios – Presentation □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 15. PW 2025-34 Water Revenue Study – Presentation □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 16. PW 2025-35 Southern Sanitary Sewer Connection – Change Order No. 1 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- OLD BUSINESS: --------------------------------------------------------------------------------------------------------------------------------------- 1. PW 2025-18 Northland Lane Parking Restrictions – Discussion □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 2. PW 2025-19 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Cannonball Trail Shared Use Path – Feasibility Study – Preliminary Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- ADDITIONAL BUSINESS: --------------------------------------------------------------------------------------------------------------------------------------- Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number Minutes Tracking Number Minutes of the Public Works Committee – February 18, 2025 Public Works Committee – March 18, 2025 Majority Committee Approval Minute Taker Name Department DRAFT Page 1 of 3 UNITED CITY OF YORKVILLE PUBLIC WORKS COMMITTEE Tuesday, February 18, 2025, 6:00pm Yorkville City Hall, East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL IN ATTENDANCE: Committee Members Chairman Ken Koch Alderman Rusty Corneils via Zoom Alderman Craig Soling Alderman Matt Marek Other City Officials City Administrator Bart Olson Assistant City Administrator Erin Willrett Engineer Brad Sanderson, EEI Alderman Chris Funkhouser Public Works Director Eric Dhuse Assistant Public Works Director John Sleezer Other Guests: Noah Anderson, resident Joey Weslo, Kendall County Record via zoom “iphone” The meeting was called to order at 6:01pm by Chairman Ken Koch. Citizen Comments: None Previous Meeting Minutes: January 21, 2025 The minutes were approved as presented on a unanimous voice vote. New Business: 1. PW 2025-12 Snow Operations Report Mr. Dhuse referred to his report that shows the amount of salt and brine used and how many times the crews had to go out. He said it was a relatively mild winter and the city is below on salt usage. About 1,300 tons of salt were ordered this year which is 700 tons short of what is usually used. 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) Bids were received and the low bidder was Filotto Roofing at almost $1 Million, $2,800 over the budget which Mr. Dhuse said can be accommodated. The work will entail a tearoff and shingles and the work will be done before May 1. Mr. Dhuse said they also received a price for plywood which should only be needed at the Beecher Center in the roof valleys. Alderman Funkhouser asked if it is typical to only receive 2 bids. Mr. Dhuse said more bids are usually received, but both are reputable. This moves forward to City Council. 3. PW 2025-14 Ordinance Accepting the Dedication of a Right-of-Way for Public Road Purposes (Crimson Lane) Mr. Sanderson referred to the packet memo and said staff recently became aware that Crimson Lane had never been dedicated after 20 years. He recommended moving this forward for acceptance and he added that the city has been maintaining the road. This moves to the consent agenda. Page 2 of 3 4. PW 2025-15 Worsley Street Right-of-Way Vacation Mr. Olson said the property in question is adjacent to property just rezoned for a multi-generational home owned by Peter McKnight. The neighbor is the Schillinger Family. It was determined that there is a 30-foot right-of- way for Worsley St. in between the 2 properties and there is no street or utilities there. They asked for a vacation of the property with each property owner receiving 15 feet and it will require a Public Hearing and Council approval, etc. Each will pay a nominal fee of about $10. Mr. Olson recommended that the city retain a 5 foot utility easement on the center line of that right-of-way. If the committee approves, it will move forward to the Council to start the process. He noted it will take 6 out of 8 Aldermen to vote in favor. Alderman Marek asked how much staff time will be used for this process. Mr. Olson believes it will require a few dozen manhours, committee hours, plus attorney fees, etc. Mr. Marek asked if there is a cheaper route to accomplish this. Mr. Olson said there is no way to just convey the property to the 2 owners and that they could just use it for free. This property hasn't been used since 1920 and there is currently no use for it, said Mr. Dhuse. The committee recommended moving this forward to the City Council. 5. PW 2025-16 Resolution Approving a Bid to Replace Water Mains Bids were taken a week ago for the 2025 Water Main Replacement program to replace 9,000 feet of water main, said Mr. Sanderson. This will be part of the efforts to reduce the water loss for the IDNR as part of the Lake Michigan project. There were 7 bidders with low bidder being Winninger Excavating at $4.8 million. He said there are multiple funding sources. He said the IDNR has a different process and the Council has to approve a notice of intent to award, and several other documents that go to the IEPA before loans are finalized. Then it comes back to the Council to approve and the formal bid award is issued. The bids were higher than the initial loan amount was and the IEPA does have the money available to cover the cost. There are 2 more of these projects--for the tank project and the receiving station. Alderman Koch asked if any of the water main will go under recently paved streets—the most recent was within the last 10-15 years. Alderman Marek asked what stage the city is in at this point, in the entire project. Mr. Sanderson will bring maps to the next meeting to show the progress. Mr. Dhuse added that there is one more year of accelerated water main replacement to be done by September 2026. The committee discussed upcoming streets where water main will be replaced. Alderman Funkhouser asked about courthouse square and what was vacated or retained. After checking the GIS map, Mr. Dhuse said Ridge and Jefferson were vacated and only Madison was retained. This item moves to the regular agenda. 6. PW 2025-17 Resolution Approving Supplement No. 1 to the Agreement for Land Acquisition Consulting Services with Mathewson Right of Way Company Administrator Olson said the Mathewson Company was hired to facilitate parcel acquisition at Rts. 126 and 71. Federal WIFIA funds are being used. An agreement was approved a few months ago and now there is a need to buy 3 more properties at a cost of $45,000 in a supplemental agreement. He recommended approval and the committee will move it forth to the regular Council agenda with their OK. 7. PW 2025-18 Northland Lane Parking Restrictions - Discussion Mr. Olson said the 2013 original restriction allowed parking on the east side of the road due to hydrants on the west side and the city did not want kids to run between parked cars from the park. With Heartland Meadows going in, a fair amount of parking would be lost on the east side due to driveway cuts. The committee considered if the parking restrictions should be switched. Alderman Funkhouser said switching the parking would be almost equal and he has concern for the view coming around the corner and also parking on the curve. He would like numbers for parking and a line of sight and is open to notifying residents for feedback also. Mr. Olson noted that when Aldermen endorse a certain change, the HOA can send out letters to the residents. This matter will be brought back next month and Mr. Sanderson will do an exhibit and parking numbers. It was noted that a full traffic study has already been done regarding speed. Page 3 of 3 8. PW 2025-19 Cannonball Trail Path - Discussion Alderman Koch noted an email had been sent to the committee about a serious accident involving a bike that had occurred in this area. He asked about the cost for a pedestrian trail. Mr. Sanderson said it would be about a mile of trail with a number of challenges including a large drainage ditch, right-of-way, the area is in the county and many trees. He estimated the cost to be $750,000 to $1 million. There is a future path along Rt. 47 and a path in on Cannonball would be a good connector with Rt. 34. Mr. Koch asked which side a possible trail would be situated. It was noted the accident was on the curve by the church and Amanda Lane. Mr. Olson said if this is moved forward, a feasibility study would be needed. He added that in 2011/2012 a referendum was done for a bike path so a cost estimate update could be done from that information. Alderman Marek said he has had many inquiries about a bike path and he believes there would be high usage. This will be brought back next month with additional information. Old Business: None Additional Business: None There was no further business and the meeting adjourned at 6:46pm. 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 2025-20 Snow Operations Report Public Works Committee – March 18, 2025 None Informational Final snow report for 24-25 season. Eric Dhuse Public Works Name Department Summary Final snow report for winter 24-25. Background For the 3rd year in a row, we have had a much milder winter season than normal. This winter was so mild that our salt usage was only ~1100 tons. Although salt usage varies wildly, our historic usage is between 1500 and 2000 tons per year. Although our salt usage was low, we doubled our brine usage from last season from 4469 to 9016 gallons of brine used. Not only was the weather more conducive for using brine, but our new trucks are also capable of pumping a tremendous amount of brine compared to our old trucks. Of the 7 dump trucks we had on order at the beginning of last year, we received 5 trucks with another coming this week. This leaves 1 truck that will be delivered in FY26. This has been a tremendous help in clearing the streets. Having trucks that are reliable and can spread salt and brine efficiently makes snow removal much easier. Knowing that our trucks will not continuously break down is a HUGE relief to me and everyone involved with snow removal. Constantly having trucks break down put us behind in almost every event in prior years. Even this year, we had 3 of our old trucks out with major break downs for multiple weeks before we took possession of many of the new trucks. Luckily, the snowstorms or other weather events were infrequent, and we were able to cover many of the events with salting only, so it turned out ok. Recommendation This is an informational item. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: March 11, 2025 Subject: Snow Report Set to 3/7/2025 Salt  G‐Temp Brine  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 1144.2 8.8 494.5 267897 541.8 274.1 1013 13.6 133.95 R2‐#38 711 0.0 275.1 147046 534.5 192.2 760 14.8 0.00 R3‐#27 772.2 7.0 406.3 204004 502.1 239.1 763 12.7 102.00 R4‐#34 n/a 0.0 0.0 0 #DIV/0!0.0 0 0.00 R5‐#30 967.5 6.2 520.8 277220 532.3 273.9 941 12.9 138.61 R6‐#23 861.5 10.7 571.1 314250 550.3 308.1 1104 13.5 157.13 R7‐#32 394.3 0.0 278.4 148394 533.0 204.8 697 12.8 74.20 R8‐#18 902.4 11.0 550.7 326261 592.4 333.2 1056 10.7 163.13 R9‐#39 190.8 0.0 95.4 58927 617.7 327.0 282 2.8 29.46 Rt‐#28 577.3 8.2 215.1 112081 521.1 57.4 230 15.4 56.04 R11‐#11 1025.5 7.9 426.9 231606 542.5 392.0 1549 14.6 115.80 R12‐#37 587.3 0.0 184.9 102554 554.6 147.9 621 15.1 51.28 Total 8134.0 4019.2 2190240 #DIV/0! 2749.7 9016 11.7 1095.12 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 2025-21 Certificate of Authority By Vote – Bulk Rock Salt Purchase Public Works Committee – March 18, 2025 Majority Approval State requirement to prove that certain city employees have authority to purchase Certain items through the State purchase program such as bulk rock salt. Eric Dhuse Public Works Name Department Summary The State of Illinois Central Management System is again requiring this form to be able to participate in the yearly bulk rock salt bid. Staff is seeking approval for the Director of Public Works and City Administrator to participate in the bulk rock salt purchasing program. Background Each year we participate in the State-run bulk rock salt purchase. We bid on our number of tons in March and receive prices sometime in October. This year, to submit your bid for salt, you again must fill out the attached form and send it in with your bid. This program started last year and appears to be a yearly reoccurrence. This form is called the Certificate of Authority by Vote. It states that the City Council has authorized the Director of Public Works to enter into Contracts and joint participation agreements with the State of Illinois on behalf of the United City of Yorkville. The authorization comes by way of a vote that would be on March 25th at the regular meeting of the City Council. In practice, I have been performing these exact same duties for purchasing bulk rock salt for decades. I will continue to bring all items forward for council approval for any contract or joint participation agreement with the State of Illinois. Recommendation I recommend the approval of this document which allows the Public Works Director and City Administrator to participate in contracts and joint participation agreements with the State of Illinois. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: February 28, 2025 Subject: Certificate of Authority by Vote Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS, AUTHORIZING PARTICIPATION IN THE STATE OF ILLINOIS BULK ROCK SALT PURCHASE PROGRAM WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a duly organized and validly existing municipality of the State of Illinois pursuant to the 1970 Illinois Constitution and the Illinois Municipal Code, as from time to time amended (the "Municipal Code") (65 ILCS 5/65-1-1-2, et seq.); and WHEREAS, the State of Illinois (the “State”) conducts an annual bulk rock salt purchase, in which municipalities may participate (the “Program”); and WHEREAS, for the City to participate in the Program, the Mayor and City Council (the “Corporate Authorities”) of the City must, by official action, authorize representatives to act on behalf of the City, including delegating authority to enter into contracts and joint participation agreements with the State of Illinois on behalf of the City; and WHEREAS, the City has participated in the Program for years, and the State of Illinois began to require this authorization in 2024; and WHEREAS, the Corporate Authorities find it is in the best interests to authorize City Administrator Bart Olson and Director of Public Works Eric Dhuse to act on behalf of the City for the purposes of the Program. NOW, THEREFORE, BE IT RESOLVED by the Mayor and the 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 City Administrator Bart Olson and Director of Public Works Eric Dhuse are hereby authorized to act on behalf of the City in the bulk rock salt purchase program, including to the authority to enter into contracts and joint participation agreements with the State Resolution No. 2025-____ Page 2 of Illinois and any of its agencies or departments, and are further authorized to execute any documents that may be necessary to the City’s participation in the bulk rock salt purchase program. Section 3. That the City Clerk is hereby authorized to complete and execute the “Certificate of Authority by Vote”, attached hereto as Exhibit A. Section 4. 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. 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 Certificate of Authority by Vote I, Jori Behland, hereby certify that I am duly appointed Clerk Of United City of Yorkville (“Governmental Unit”). I hereby certify the following is a true copy of a vote taken at a meeting of the Board of Directors (or equivalent governing body), duly called and held on March 25, 2025, at which a quorum of the Members was present and voting. Voted: That Bart Olson, City Administrator and Eric Dhuse, Director of Public Works (may list more than one person) is duly authorized to enter into contracts, to include joint participation agreements, on behalf of United City of Yorkville with the State of Illinois and any of its agencies or departments and further is authorized to execute any documents which may in his/her judgment be desirable or necessary to affect the purpose of this vote. I hereby certify that said vote has not been amended or repealed and remains in full force and effect as of the date of the contract or joint participation agreement to which this certificate is attached. I further certify that it is understood that the State of Illinois will rely on this certificate as evidence that the person(s) listed above currently occupy the position(s) indicated and that they have full authority to bind the Governmental Unit. To the extent that there are any limits on the authority of any listed individual to bind the Governmental Unit in contracts with the State of Illinois, all such limitations are expressly stated herein. Dated: Attest: (Written signature & Title) Certificate of Authority by Bylaws I, Jori Behland, hereby certify that I am duly appointed Clerk Of United City of Yorkville. I hereby certify the following is a true copy of the current Bylaws (or equivalent law or ordinance) and that the Bylaws authorize the following person or position to bind the Governmental Unit for contractual obligations, to include joint participation agreements: City Administrator and Director of Public Works I further certify that the following individuals currently hold the office or position(s) authorized: Bart Olson and Eric Dhuse I further certify that it is understood that the State of Illinois will rely on this certificate as evidence that the person listed above currently occupies the position indicated and that they have full authority to bind the Governmental Unit for contractual obligations, to include joint participation agreements with the State of Illinois. Dated: Attest: (Written Signature & Title) Certificate of Authority I, Click to enter Name of Certifier/Attest., hereby certify that I am Click to enter title or position. of Click to enter Name of Entity. I further certify that Click to enter Name of Entity. authorized the following person(s) and position(s) to bind the entity for contractual obligations, to include joint participation agreements with the State of Illinois: Click to enter title(s) or position(s) of authorized person. Click to enter Name of Person(s) Authorized. I further certify that it is understood that the State of Illinois will rely on this certificate as evidence that the person listed above currently occupies the position indicated and that they have full authority to bind the Click to enter Name of Governmental Unit. for contractual obligations, to include joint participation agreements with the State of Illinois. Dated: Attest: (Written Signature & Title) 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 2025-22 2025 EEI Rate Request Public Works Committee – March 18, 2025 Majority Approval Please see the attached memo. Bart Olson Administration Name Department Summary Consideration of a request from EEI to increase standard hourly rates for employees under the City’s base contract and any supplemental contracts. Background This item was last discussed by the City Council in March 2024, when the City Council approved EEI’s hourly rate request covering a ~3.8% change in rates between 2023 and 2024. EEI has proposed a 2025 rate increase request, which is attached to this memo. In general, EEI is requesting a ~4.0% per hour inflationary type increases for each classification. These hourly rates are used as the unit price for supplemental engineering contracts but are also used in the City’s base contract. Recommendation Staff recommends approval of the 2025 EEI rate request. Memorandum To: Public Works Committee From: Bart Olson, City Administrator CC: Date: March 13, 2025 Subject: EEI Rate Request EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $256.00 Principal E-3 $251.00 Senior Project Manager E-2 $243.00 Project Manager E-1 $218.00 Senior Project Engineer/Surveyor II P-6 $208.00 Senior Project Engineer/Surveyor I P-5 $193.00 Project Engineer/Surveyor P-4 $175.00 Senior Engineer/Surveyor P-3 $161.00 Engineer/Surveyor P-2 $146.00 Associate Engineer/Surveyor P-1 $132.00 Senior Project Technician II T-6 $182.00 Senior Project Technician I T-5 $171.00 Project Technician T-4 $159.00 Senior Technician T-3 $146.00 Technician T-2 $132.00 Associate Technician T-1 $115.00 GIS Technician II G-2 $130.00 GIS Technician I G-1 $119.00 Engineering/Land Surveying Intern I-1 $ 85.00 Executive Administrative Assistant A-4 $ 80.00 Administrative Assistant A-3 $ 75.00 VEHICLES. DRONE, EXPERT TESTIMONY, REPROGRAPHICS AND DIRECT COSTS* Vehicle for Construction Observation $ 20.00 Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $235.00 Expert Testimony $290.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% * unless specified otherwise in agreement STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2025 Apprved Approved Approved Approved Approved Proposed2019 2021 2022 2023 2024 2025 % ChangeClassification / DesignationRatesRatesRatesRatesRatesRatesApproved 2024 to Proposed 2025 E-4 208$ 217$ 228$ 239$ 246$ 256$ 4.1%E-3 203$ 212$ 223$ 234$ 241$ 251$ 4.1%E-2 197$ 206$ 216$ 227$ 234$ 243$ 3.8%E-1 178$ 185$ 194$ 204$ 210$ 218$ 3.8%P-6 165$ 174$ 183$ 192$ 200$ 208$ 4.0%P-5 153$ 162$ 170$ 179$ 186$ 193$ 3.8%P-4 141$ 147$ 154$ 162$ 168$ 175$ 4.2%P-3 129$ 135$ 142$ 149$ 155$ 161$ 3.9%P-2 117$ 123$ 129$ 135$ 140$ 146$ 4.3%P-1 106$ 110$ 116$ 122$ 127$ 132$ 3.9%T-6 153$ 158$ 159$ 167$ 175$ 182$ 4.0%T-5 141$ 147$ 149$ 156$ 164$ 171$ 4.3%T-4 129$ 135$ 139$ 146$ 153$ 159$ 3.9%T-3 117$ 123$ 129$ 135$ 140$ 146$ 4.3%T-2 106$ 110$ 116$ 122$ 127$ 132$ 3.9%T-1 93$ 97$ 102$ 107$ 111$ 115$ 3.6%G-2 N / A N / A N / A N / A 125$ 130$ 4.0%G-1 75$ 100$ 105$ 110$ 114$ 119$ 4.4%I-1 84$ 79$ 79$ 79$ 82$ 85$ 3.7%A-4 N / A N / A N / A N / A 77$ 80$ 3.9%A-3 70$ 70$ 70$ 70$ 72$ 75$ 4.2%Average % Change4.0%ENGINEERING ENTERPRISES, INC.STANDARD SCHEDULE(S) OF CHARGES Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Human Resources Community Development Police Public Works Parks and Recreation Agenda Item Number New Business #4 Tracking Number PW 2025-23 Discussion of Wyland National Mayor’s Challenge for Conservation Public Works Committee – March 18, 2025 Approval Majority Consideration of Support for the Wyland National Mayors Challenge for Conservation Erin Willrett Administration Name Department Summary Continue participation in a national program to challenge the residents to conserve water, energy, and other natural resources. Background Once again, the Wyland Foundation, in partnership with the National League of Cities and the U.S. Environmental Protection Agency, invited the United City of Yorkville to participate in the 11th annual National Mayor’s Challenge for Water Conservation. The commitment from the City to participate is as simple as drafting the statement of support below. There is no cost to the City. There were several items that were sent out to market this program in 2018, 2019, 2020, 2021, 2022 and 2023. Yorkville placed 5th in 2018, and in 2022 Yorkville placed 5th in the 5,000-29,999 population category nation-wide! Residents who are interested in conservation efforts and who would like to accept the challenge can go online (www.mywaterpledge.com) and make a pledge to conserve water, energy, and other natural resources over the next year by selecting from different pledge options. Some options are as easy as wasting less food and recycling. When the resident enters their location, the drop-down menu for pledges will contain our draft statement about water conservation. Our draft statement will read as: “A sustainable water source for the City’s future water supply is a main focus for our community and its residents. Yorkville currently obtains its water from the deep sandstone aquifer, which is being steadily drawn down as it is being pumped beyond its long-term sustainable yield due to increasing water demands and growth of the region. The City is committed to building strong, collaborative relationships regionally for sustainable water use. We hope to partner with our neighboring communities and our actual neighbors to promote water conservation efforts in the home. By taking the water pledge, you can help extend the capacity of the City’s water supply.” When a resident goes online to accept the challenge, they will search for “Yorkville, IL”, the website will then walk the resident through the process to pledge to make thoughtful conservation choices at home. There are several check boxes that the residents can choose from depending on the changes they are pledging to make. At the end of the “choices” portion of the pledge, an email address is required and the option for the resident to be entered into the prize drawing is made as a check box. After the resident enters their email address the pledge process is complete. Additionally, the website has several informational items for the resident to read through and learn about. City standings in the challenge are on the website and the residents can check back and see how their “choices” positively affect the community. This program is designed to get residents to think about how their choices impact the natural environment and if changes are made, no matter how small, benefits add up quickly. There Memorandum To: Public Works Committee From: Erin Willrett, Assistant City Administrator CC: Bart Olson, City Administrator Date: March 18, 2025 Subject: Wyland National Mayor’s Challenge for Conservation is no further commitment and no additional information that is needed from the residents other than those listed above. The City will also be posting several items on social media and on our website to promote this challenge. The City’s main goal by promoting this program is to help residents be aware of the importance of the natural resources that are used on a daily basis and the pressing need to protect those precious resources. Recommendation While not a requirement to participate in the program, staff recommends an acknowledgment by the City Council in the attached Resolution for support of the statement above and participation in marketing the program. Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, ILLINOIS IN SUPPORT OF THE “WYLAND MAYOR’S CHALLENGE FOR WATER CONSERVATION” WHEREAS, the United City of Yorkville (the “City”) is a duly organized and validly existing non home-rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and, WHEREAS, the City continue to explore ways to manage residential consumption of water and power, and to inspire its residents to care for our natural resources; and WHEREAS, cities can engage in efforts to inspire their own communities, as well as their neighboring cities, to become better environmental stewards; and WHEREAS, the eighth annual National Mayor’s Challenge for Water Conservation presented by the Wyland Foundation with support from the U.S EPA WaterSense, The Toro Company, and the National League of Cities, is a non-profit challenge to residents to encourage pollution reduction and smart water use; and WHEREAS, with the encouragement of their Mayors, residents may register their participation in their city's Challenge, online, by making simple pledges to decrease their water use and to reduce pollution for the period of one year, thereby assisting their cities to apply State and Federal water conservation strategies and to target mandated reductions; and WHEREAS, from April 1- 30, 2025, the City of Yorkville wishes to inspire its residents and its neighboring communities to take the "Wyland Mayor's Challenge for Water Conservation" by making a series of online pledges at mywaterpledge.com to reduce their impact on the environment and to see immediate savings in their water, trash, and electricity bills; Residents will further be provided with tools to take specific measurable actions throughout the year to improve the sustainable use of natural resources; NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. That the City agrees and supports the "Wyland Mayor's Challenge for Water Conservation" emphasis. Section 2. That the program is to be implemented from April 1- 30, 2025, through a series of communication and outreach strategies, whether new or existing, to encourage Yorkville residents to take the conservation "Challenge." Section 3. This Resolution shall be in full force and effect upon its passage and approval as provided by law. Resolution No. 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 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 2025-24 Public Works Purchase of Four Pickup Trucks Public Works Committee – March 18, 2025 Supermajority (6 out of 9) Approval Proposed purchase of 4 pickups in FY25 instead of FY26 Eric Dhuse Public Works Name Department Summary Staff is proposing the purchase of 3 pickup trucks from the general fund in the PW Capital budget and 1 pickup truck from the water department. Background Originally, there was a purchase of a tandem axle truck in the approved FY25 budget of $300,000. The truck has been delivered to the body builder, but it will not be assembled and delivered until after May 1st. The City paid $130,450 for the chassis which leaves a balance of $169,550 that will be unobligated until after May 1st. Staff had requested pickup trucks for the Director, Facilities Manager, and Water Dept. in FY26. With the hiring of the Assistant Director, backfilling the foreman’s position, and hiring within the water department, we find ourselves short on vehicles. I would like to basically move the pickups and add a pickup for the Assistant Director to this fiscal year (FY25) and move the tandem axle dump truck to FY26 when it will be delivered. There are a total of 4 trucks that staff is proposing to purchase. 2 trucks were budgeted in the PW Capital, Sewer, and Water budgets in FY26, 1 was budgeted from the Water budget in FY 26, and 1 is a new proposal that was not budgeted. Staff solicited bids from 5 local dealerships on trucks that were on the lot and available to purchase in January. This does mean that are not all exactly specified the same, but they are the same model with basically the same options except for the water department vehicle. The water department vehicle was specified with a different cab to accommodate water valve keys. Staff did try to keep them as close to the same as possible and tried to get quotes for 2024 models which receive the best discounts right now. The lowest total quote was from River View Ford of Oswego with a total price of $179,713 for all 4 trucks. This breaks down to $42,418 from the water fund pickup, which is less than the $65,000 that is budgeted in FY26 and $137,295 from a combination of the PW Capital, Water, and Sewer funds which is less than the $165,000 that was budgeted in FY26. In total, it will end up being a $50,000 savings from what was budgeted. Recommendation Staff recommends approving the purchase of 4 pickup trucks from River View Ford in an amount not to exceed $179,713. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: March 11, 2025 Subject: PW Purchase of Vehicles Dealer Stock Number Price Total Cost sf1383 $46,235 sf1645 $51,298 sf1469 $52,348 sf1668 $52,868 $202,749 h15745 $47,250 h16099 $53,815 h15994 $52,745 h15915 $54,085 $207,895 t24511 $44,552 t24496 $50,204 t24431 $50,524 t24517 $51,154 $196,433 45555 $46,607 45502 $45,308 45675 $42,418 45554 $45,380 $179,713 4842 $48,470 64447 $46,268 14049 $48,120 19154 $45,930 $188,788 Gjovik Ford Public Works Truck Purchase Worksheet Schaumburg Ford Currie Ford Rod Baker Ford River View Ford Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, ILLINOIS, AUTHORIZING THE PURCHASE OF FOUR FORD F-150 TRUCKS FROM RIVER VIEW FORD, IN AN AMOUNT NOT TO EXCEED $179,713 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’s Code of Ordinances provides that the City may approve contracts for supplies and equipment that have not been competitively bid by a two-thirds affirmative vote of the City Council; and WHEREAS, the City’s Public Works department and Water department are in need of four (4) Ford F-150 pickup trucks (the “Trucks”) due to increased staffing; and WHEREAS, the City solicited bids for the Trucks from five different local Ford dealerships; and WHEREAS, River View Ford of Oswego, Illinois (the “Supplier”) is a supplier of Ford vehicles, including trucks, and has provided the City with a quote for the purchase of four 2024 Ford F-150 trucks (the “Quote”), attached hereto and incorporated herein as Exhibit A; and WHEREAS, pursuant to the provisions of the Quote, the Supplier shall provide the City with four 2024 Ford F-150 trucks for an amount not to exceed $179,713; and WHEREAS, the Supplier quoted the price of the Trucks for less than the four other local dealerships; and WHEREAS, the Mayor and City Council have determined that it is in the best interests of the health and safety of the City and its residents to waive the competitive bidding requirement and to authorize and approve the purchase of the Trucks from the Supplier in accordance with the provisions of the Quote. 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 waive the bidding requirements, pursuant to the City’s Code of Ordinances, and the City Administrator is hereby authorized and directed to proceed with the purchase of four (4) 2024 Ford F-150 trucks, as described in the Quote, from River View Ford of Oswego, Illinois. Resolution No. 2025-____ Page 2 Section 3. This Resolution shall be in full force and effect upon 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. 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 New Business #6 Tracking Number PW 2025-25 2025 Water Main Replacement – Construction Engineering Agreement Public Works Committee – March 18, 2025 Majority Approval Please see the attached memo. Eric Dhuse Public Works Name Department Summary Approval of a proposed construction engineering agreement from EEI for the 2025 water main replacement program. Background This project was last discussed at the February 25th City Council meeting when the notice of intent to award a contract for this project was awarded to Winninger Excavating in the amount of $4,775,774.55. The proposed construction engineering agreement is an hourly rate agreement in the estimated amount of $420,291 with and additional $21,225 in direct costs for a total of $441,516. Although not approved at this time, this money is budgeted in the proposed FY26 budget. This project is generally located in the old section of town south of the river and west Rt. 47. Some of the streets include S. Main, Morgan, Madison, and Van Emmon. Recommendation Staff recommends approval of this contract with EEI in the amount of $441,516. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: February 28, 2025 Subject: 2025 Water Main Repl. Construction Engineering Agreement Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING AN ENGINEERING AGREEMENT WITH ENGINEERING ENTERPRISES, INC. WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a non- home rule municipality duly organized and validly existing in accordance with the Constitution of the State of Illinois and the laws of this State; and WHEREAS, the City’s Public Works Department plans to replace water mains located south of the river and west of Route 47, road way resurfacing, sidewalk, curb, and gutter improvements (the “Project”); and WHEREAS, completion of the Project will require engineering services conducted by an outside engineering firm; and WHEREAS, Engineering Enterprises, Inc., of Sugar Grove, Illinois (“EEI”), has prepared an agreement between EEI and the City for engineering services related to the Project (the “Agreement”), said Agreement being attached hereto as Exhibit A; and WHEREAS, EEI has provided engineering services for various projects completed by the City, and the City administration has found that EEI is a qualified and experienced engineering firm; and WHEREAS, the City administration recommends approval of the Agreement. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council (the “Corporate Authorities”) of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Mayor and City Clerk are hereby authorized to execute an Agreement Resolution No. 2025-____ Page 2 for Professional Services – 2025 Water Main Replacement, attached hereto as Exhibit A. Section 3. 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 UNITED CITY OF YORKVILLE, IL 2025 WATER MAIN REPLACEMENT PAGE 1 Agreement for Professional Services 2025 Water Main Replacement THIS AGREEMENT, by and between the United City of Yorkville hereinafter referred to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as the "Contractor" or “ENGINEER” agrees as follows: A. Services: The Engineer shall furnish the necessary personnel, materials, equipment and expertise to make the necessary investigations, analysis and calculations along with exhibits, cost estimates and narrative, to complete all necessary engineering services to the City as indicated on the included Attachment A. Construction engineering will be provided for approximately 8,930 linear feet of 8-inch and 75 linear feet of 12-inch ductile iron water main and related appurtenances, as well as road way resurfacing, sidewalk, and curb and gutter improvements along Hydraulic Avenue, Van Emmon Street, Madison Street, Ridge Street, Washington Street, Orange Street, Morgan Street, Adams Street, State Street, Main Street, Madison Court, and West Alley. (See Attachment E for project limits). Engineering will be in accordance with all City, Standard Specifications for Water and Sewer Construction in Illinois, Illinois Department of Transportation, and Illinois Environmental Protection Agency requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non-terminating party or upon completion of the Services. Upon termination the Contractor shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services performed to be performed herein, an amount based on the Estimate of Level of Effort and Associated Cost included in Attachment C. Construction Engineering will be paid for Hourly (HR) at the actual rates for services to be performed, currently estimated at $420,291. Direct expenses are estimated at $21,225. The hourly rates for this project are shown in the attached 2024 Standard Schedule of Charges (Attachment F). All payments will be made according to the Illinois State Prompt Payment Act and not less than once every 30 days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B hereof as an Ongoing Contract, ENGINEER, on or before February 1st of any given year, shall provide written notice of any change in the rates specified in Section C hereof (or on any attachments hereto) and said changes shall only be effective on and after May 1st of that same year. UNITED CITY OF YORKVILLE, IL 2025 WATER MAIN REPLACEMENT PAGE 2 E. Ownership of Records and Documents: Contractor agrees that all books and records and other recorded information developed specifically in connection with this agreement shall remain the property of the City. Contractor agrees to keep such information confidential and not to disclose or disseminate the information to third parties without the consent of the City. This confidentiality shall not apply to material or information, which would otherwise be subject to public disclosure through the Freedom of Information Act or if already previously disclosed by a third party. Upon termination of this agreement, Contractor agrees to return all such materials to the City. The City agrees not to modify any original documents produced by Contractor without contractors consent. Modifications of any signed duplicate original document not authorized by ENGINEER will be at OWNER’s sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned document will, likewise, be at the OWNER’s sole risk and without legal liability to the ENGINEER. F. Governing Law: This contract shall be governed and construed in accordance with the laws of the State of Illinois. Venue shall be in Kendall County, Illinois. G. Independent Contractor: Contractor shall have sole control over the manner and means of providing the work and services performed under this agreement. The City’s relationship to the Contractor under this agreement shall be that of an independent contractor. Contractor will not be considered an employee to the City for any purpose. H. Certifications: Employment Status: The Contractor certifies that if any of its personnel are an employee of the State of Illinois, they have permission from their employer to perform the service. Anti-Bribery: The Contractor certifies it is not barred under 30 Illinois Compiled Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of bribery or attempted bribery of an officer or employee of the State of Illinois or any other state. Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not in default for a period of six months or more in an amount of $600 or more on the repayment of any educational loan guaranteed by the Illinois State Scholarship Commission made by an Illinois institution of higher education or any other loan made from public funds for the purpose of financing higher education (5 ILCS 385/3). Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. UNITED CITY OF YORKVILLE, IL 2025 WATER MAIN REPLACEMENT PAGE 3 Barred from Contracting: The Contractor certifies that it has not been barred from contracting as a result of a conviction for bid -rigging or bid rotating under 720 Illinois Compiled Statutes 5/33E or similar law of another state. Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or more employees certify and agree to take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance program, of prohibited activities and of sanctions that will be imposed for violations; and that individuals with contracts certify that they will not engage in the manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of the contract. Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor agrees to comply with applicable provisions of the Illinois Human Rights Act (775 Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilitie s Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights Rules is specifically incorporated herein. The Contractor shall comply with Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 o r the regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS 582). Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20 -65 requires the Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of the date of completion of this Contract or the date of final payment under the Contract, all books and records relating to the performance of the Contract and necessary to support amounts charged to the City under the Contract. The Contract and all books and records related to the Contract shall be available for review and audit by the City and the Illinois Auditor General. If this Contract is funded from contract/grant funds provided by the U.S. Government, the Contract, books, and records shall be available for review and audit by the Comptroller General of the U.S. and/or the Inspector G eneral of the federal sponsoring agency. The Contractor agrees to cooperate fully with any audit and to provide full access to all relevant materials. United States Resident Certification: (This certification must be included in all contracts involving personal services by non-resident aliens and foreign entities in accordance with requirements imposed by the Internal Revenue Services for withholding and reporting federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen ___ Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that taxes UNITED CITY OF YORKVILLE, IL 2025 WATER MAIN REPLACEMENT PAGE 4 be withheld on payments made to non resident aliens for the performance of personal services at the rate of 30%. Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): ___ Individual ___ Real Estate Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. I. Indemnification: Contractor shall indemnify and hold harmless the City and City’s agents, servants, and employees against all loss, damage, and expense which it may sustain or for which it will become liable on account of injury to or death of persons, or on account of damage to or destruction of property resulting from the performan ce of work under this agreement by Contractor or its Subcontractors, or due to or arising in any manner from the wrongful act or negligence of Contractor or its Subcontractors of any employee of any of them. In the event that the either party shall bring any suit, cause of action or counterclaim against the other party, the non-prevailing party shall pay to the prevailing party the cost and expenses incurred to answer and/or defend such action, including reasonable attorney fees and court costs. In no event shall the either party indemnify any other party for the consequences of that party’s negligence, including failure to follow the ENGINEER’s recommendations. J. Insurance: The contractor agrees that it has either attached a copy of all required insurance certificates or that said insurance is not required due to the nature and extent of the types of services rendered hereunder. (Not applicable as having been previously supplied) K. Additional Terms or Modification: The terms of this agreement shall be further modified as provided on the attached Exhibits. Except for those terms included on the Exhibits, no additional terms are included as a part of this agreement. All prior understandings and agreements between the p arties are merged into this agreement, and this agreement may not be modified orally or in any manner other than by an agreement in writing signed by both parties. In the event that any provisions of this agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. The list of Attachments are as follows: Attachment A: Standard Terms and Conditions Attachment B: Scope of Services Attachment C: Estimated Level of Effort and Associated Cost Attachment D: Location Exhibit Attachment E: Anticipated Project Schedule Attachment F: Standard Schedule of Charges UNITED CITY OF YORKVILLE, IL 2025 WATER MAIN REPLACEMENT PAGE 5 Attachment G: EPA Certification of Debarment, Suspension, and Other Responsibility Matters Attachment H: IEPA Professional Services Contract Clauses Attachment I: WIFIA Professional Services Contract Clauses L. Notices: All notices required to be given under the terms of this agreement shall be given mail, addressed to the parties as follows: For the City: For the Contractor: City Administrator and City Clerk Engineering Enterprises, Inc. United City of Yorkville 52 Wheeler Road 651 Prairie Pointe Drive Sugar Grove Illinois 60554 Yorkville, IL 60560 Either of the parties may designate in writing from time to time substitute addresses or persons in connection with required notices. Agreed to this ___day of _________, 202 5. United City of Yorkville: Engineering Enterprises, Inc.: _________________________________ ________________________________ John Purcell Mayor Brad Sanderson, P.E. Chief Operating Officer / President _________________________________ ________________________________ Jori Behland Angie Smith City Clerk Executive Assistant ENGINEERING ENTERPRISES, INC. FEBRUARY 2024 PAGE 1 STANDARD TERMS AND CONDITIONS Agreement: These Standard Terms and Conditions, together with the Professional Services Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises, Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions between the Parties. These terms may be amended, but only if both parties consent in writing. However, to the extent that the Scope of Work differs from the Standard Terms and Conditions, the Scope of Work document controls. Standard of Care: In providing services under this Agreement, the ENGINEER will endeavor to perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under same circumstances in the same locality. ENGINEER makes no other warranties, express or implied, written or oral under this Agreement or otherwise, in connection with ENGINEER’S service. Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or have authority over any contractor work, nor have authority over or be responsible for the means, methods, techniques sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety of the site, nor for any failure of a contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing of its work. The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for contractor’s failure to furn ish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agen ts or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose o f assessing if upon installation or incorporation in the project work they are generally consistent with the construction docum ents.  OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents .  OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions.  The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope.  Through standard , reasonable means the ENGINEER will become generally familiar with observable completed work.  If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinio n of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of tex t, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in el ectronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at th e beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the t ermination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition . In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNE R: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. ENGINEER agrees to cooperate with the OWNER, as necessary, to remediate a Hazardous Condition, but same may result in additional costs to the OWNER. ENGINEERING ENTERPRISES, INC. FEBRUARY 2024 PAGE 2 Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors, partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential damages that either party may have i ncurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty . Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or per sons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ writte n notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Pr oject to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions b eing taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of in voices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement shall not constitute a waiver of th e provision, nor shall it affect the enforceability of that provision or of the remainder of this Agreement. Attorney’s Fees: In the event of any action or proceeding brought by either party against the other under this Agreement, the prevailing party shall be entitled to recover from the other all costs and expenses including without limitation the reasonab le fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. Fiduciary Duty: Nothing in this Agreement is intended to create, nor shall it be construed to create, a fiduciary duty owed to either party to the other party. EEI makes no warranty, express or implied, as to its professional services rendered. Headings: The headings used in this Agreement are inserted only as a matter of convenience only, and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect the construction or interpretation of this Agreement. UNITED CITY OF YORKVILLE, IL 2025 WATER MAIN REPLACEMENT PAGE 1 2025 Water Main Replacement United City of Yorkville, IL Professional Services Agreement - Construction Engineering Attachment B – Scope of Services The United City of Yorkville intends to install approximately 8,930 linear feet of 8-inch and 75 linear feet of 12-inch ductile iron water main and related appurtenances, as well as roadway resurfacing, sidewalk, and curb and gutter improvements along Hydraulic Avenue, Van Emmon Street, Madison Street, Ridge Street, Washington Street, Orange Street, Morgan Street, Adams Street, State Street, Main Street, Madison Court, and West Alley. CONSTRUCTION ENGINEERING – 2025 WATER MAIN REPLACEMENT 3.1 Construction Administration • Prepare for, Attend and Facilitate the Preconstruction Meeting with the Contractor Including Preparation of Meeting Minutes • Shop Drawing Review • Prepare and Handout Construction Notice Flyers to Residents Including Temporary Water Loss Notices • Coordinate with City Services (Garbage, Mail, Etc.) • Review Engineering Plans, Specifications and Prepare Field Book • Prepare Pay Estimates and Change Orders • Gather Invoices and Waivers of Lien • Provide Weekly Updates to City or as Required Based on Onsite Activities • Ensure Proper Documentation and Execution of WIFIA and SRF Loan Documents 3.2 Construction Layout and Record Drawings • Stake Proposed Water Main • Perform Post Construction Field Survey for Record Drawings • Prepare and Review Record Drawings 3.3 Construction Observation and Documentation • Review Staked Water Main • Take Pre-Construction Videos and Photos of Pre-Existing Conditions • Provide Resident Engineer Services for Construction • Coordinate Any Required Testing on Behalf of the City and Review Test Reports • Provide Quantity Tracking, Documentation and Daily Field Reports • Perform Punch Walks, Prepare Punch List Letters and Provide Follow Up Inspections and Recommend Acceptance When Appropriate (2 Each) • Prepare Project Closeout Paperwork The following scope of services will be provided by EEI’s Subconsultant when selected: • Material Testing for Quality Assurance The above scope for “2025 Water Main Replacement” summarizes the work items that will be completed for this contract. Additional work items, including additional meetings beyond the meetings defined in the above scope shall be considered outside the scope of the base contract and will be billed in accordance with the Standard Schedule of Charges. ATTACHMENT C: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST PROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBER United City of Yorkville YO2427-P PROJECT TITLE DATE PREPARED BY 2025 Water Main Improvements 2/18/25 ROLE PIC PM PE SPT2 PM SPT2 PE ADMIN RATE $246 $210 $168 $175 $210 $175 $168 $72 CONSTRUCTION ENGINEERING 3.1 Contract Administration 21 119 - 61 - - - 2 203 40,975$ 3.2 Construction Layout and Record Drawings - 4 - 8 15 92 50 - 169 29,890$ 3.3 Observation and Documentation 2 46 694 1,270 - - - 6 2,018 349,426$ Construction Engineering Subtotal:23 169 694 1,339 15 92 50 8 2,390 420,291$ 23 169 694 1,339 15 92 50 8 2,390 420,291 DIRECT EXPENSES Printing/Scanning = 250$ Vehicle = 13,975$ Material Testing = 7,000$ Environmental Assessment = -$ DIRECT EXPENSES =21,225$ LABOR SUMMARY EEI Labor Expenses = 392,641$ Surveying Expenses = 27,650$ Drafting Expenses = -$ TOTAL LABOR EXPENSES 420,291$ TOTAL COSTS 441,516$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com PROJECT TOTAL: KDW COSTTASK NO.TASK DESCRIPTION HOURS 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 ATTACHMENT E: ESTIMATED SCHEDULE CLIENT PROJECT NUMBER United City of Yorkville YO2427-P PROJECT TITLE DATE PREPARED BY 2025 Water Main Replacement KDW JUNE JULY AUG SEPT OCT NOV DEC JAN FEB MAR APRIL MAY DESIGN ENGINEERING 3.1 Contract Administration 3.2 Construction Layout and Record Drawings 3.3 Observation and Documentation 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com TASK NO.TASK DESCRIPTION 2/19/25 2025 2026 EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $246.00 Principal E-3 $241.00 Senior Project Manager E-2 $234.00 Project Manager E-1 $210.00 Senior Project Engineer/Surveyor II P-6 $200.00 Senior Project Engineer/Surveyor I P-5 $186.00 Project Engineer/Surveyor P-4 $168.00 Senior Engineer/Surveyor P-3 $155.00 Engineer/Surveyor P-2 $140.00 Associate Engineer/Surveyor P-1 $127.00 Senior Project Technician II T-6 $175.00 Senior Project Technician I T-5 $164.00 Project Technician T-4 $153.00 Senior Technician T-3 $140.00 Technician T-2 $127.00 Associate Technician T-1 $111.00 GIS Technician II G-2 $125.00 GIS Technician I G-1 $114.00 Engineering/Land Surveying Intern I-1 $ 82.00 Executive Administrative Assistant A-4 $ 77.00 Administrative Assistant A-3 $ 72.00 VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY Vehicle for Construction Observation $ 20.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $ 225.00 Expert Testimony $ 275.00 STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2024 ATTACHMENT F United States Environmental Protection Agency Washington, D.C. 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a)Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b)Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public: (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c)Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d)Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Typed Name and Title of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. May explanation is attached. EPA FORM 5700-49 (11-88) EPA Project Control Number ATTACHMENT H IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES Audit and Access to Records Clause: A.Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP loan work under this agreement shall be maintained in accordance with generally accepted Accounting Principles. The Agency or any of its authorized representatives shall have access to the books, records, documents and other evidence for the purpose of inspection, audit and copying. Facilities shall be provided for access and inspection. B.Audits conducted pursuant to this provision shall be in accordance with auditing standards generally accepted in the United States of America. C.All information and reports resulting from access to records pursuant to the above shall be disclosed to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report. D.The final audit report shall include the written comments, if any, of the audited parties. E.Records shall be maintained and made available during performance of project services under this agreement and for three years after the final loan closing. In addition, those records that relate to any dispute pursuant to the Loan Rules Section 365.650 or Section 662.650 (Disputes) or litigation or the settlement of claims arising out of project performance or costs or items to which an audit exception has been taken, shall be maintained and made available for three years after the resolution of the appeal, litigation, claim or exception. Covenant Against Contingent Fees: The professional services contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this warranty, the loan recipient shall have the right to annul this agreement without liability or in its discretion to deduct from the contract price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Certification Regarding Debarment, Suspension and Other Responsibility Matters: Form EPA 5700-49 is signed and attached as part of Attachment F-2. USEPA Nondiscrimination Clause: The contractor (engineer) shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. USEPA Fair Share Percentage Clause: The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are utilized when possible as sources of supplies, equipment, construction and services in accordance with the [WPC or PWS] Loan Program rules. As required by the award conditions of USEPA's Assistance Agreement with Illinois EPA, the engineer acknowledges that the fair share percentages are 5% for MBEs & 12% for WBEs”. ATTACHMENT I SUPPLEMENTARY USEPA / WIFIA PROFESSIONAL SERVICES CONTRACT CLAUSES ECONOMIC AND MISCELLANEOUS AUTHORITIES DEBARMENT AND SUSPENSION AND PROHIBITIONS RELATING TO VIOLATIONS OF CWA AND CAA WITH RESPECT TO FEDERAL CONTRACTS, GRANTS, OR LOANS Debarment and Suspension. Contractor certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 2 CFR part 180 and part 1532 (per Executive Order 12549, 51 FR 6370, February 21, 1986) or who is prohibited under Section 306 of the Clean Air Act or Section 508 of the Clean Water Act to participate in the [Project]. Suspension and debarment information can be accessed at http://www.sam.gov. Contractor represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its subcontracts under this Agreement. NEW RESTRICTIONS ON LOBBYING Federal Lobbying Restrictions (31 U.S.C 1352). Recipients of federal financial assistance may not pay any person for influencing or attempting to influence any officer or employee of a federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress with respect to the award, continuation, renewal, amendment, or modification of a federal grant, loan, or contract. These requirements are implemented for USEPA in 40 CFR Part 34, which also describes types of activities, such as legislative liaison activities and professional and technical services, which are not subject to this prohibition. Upon award of this contract, Contractor shall complete and submit to the City the certification and disclosure forms in Appendix A and Appendix B to 40 CFR Part 34. Contractor shall also require all subcontractors and suppliers of any tier awarded a subcontract over $100,000 to similarly complete and submit the certification and disclosure forms pursuant to the process set forth in 40 CFR 34.110. 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 2025-26 2025 Road to Better Roads Program – MFT Resolution and Cost Estimate Public Works Committee – March 18, 2025 Majority Consideration of Approval Please see the attached memo. Brad Sanderson Engineering Name Department In accordance with the planned FY26 budget and Road to Better Roads Program, we are proceeding with design of the 2025 MFT program and submitting the documents to IDOT for review and approval. The overall project is estimated at $1,300,000 with $1,300,000 coming from MFT funds. Note that adjustments will be made to the program as necessary after bids are received to match the budgeted funds. Since MFT funds are being utilized to fund the project, IDOT requires the passing of a Resolution to appropriate the funds. Accordingly, please see the attached Resolution for Maintenance Under the Illinois Highway Code in the amount of $1,300,000. Staff is seeking approval of the resolution from the City Council. 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 21, 2025 Subject: 2025 Road to Better Roads Program Resolution for Maintenance Under the Illinois Highway Code BLR 14220 (Rev. 12/13/22)Completed 02/21/2502/21/25 District 33 County KendallKendall Resolution Number Resolution Type OriginalOriginal Section Number 25-00000-00-GM BE IT RESOLVED, by the Governing Body Type CouncilCouncil of the Local Public Agency Type CityCity of Name of Local Public Agency Yorkville Illinois that there is hereby appropriated the sum of DollarsOne Million Three Hundred Thousand and 00/100-----------------------------------------()$1,300,000.00 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of Illinois Highway Code from Beginning Date 05/01/2505/01/25 to Ending Date 04/30/2604/30/26 . BE IT FURTHER RESOLVED, that only those operations as listed and described on the approved Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED, that Local Public Agency Type City of Name of Local Public Agency Yorkville shall submit within three months after the end of the maintenance period as stated above, to the Department of Transportation, on forms available from the Department, a certified statement showing expenditures and the balances remaining in the funds authorized for expenditure by the Department under this appropriation, and BE IT FURTHER RESOLVED, that the Clerk is hereby directed to transmit four (4) certified originals of this resolution to the district office of the Department of Transportation. I Name of Clerk Jori Behland Local Public Agency Type City Clerk in and for said Local Public Agency Type City of Name of Local Public Agency Yorkville in the State of Illinois, and keeper of the records and files thereof, as provided by statute, do hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the Governing Body Type Council of Name of Local Public Agency Yorkville at a meeting held on Date 03/11/2503/11/25 . IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this Day 11th day of Month, Year March, 2025 . (SEAL, if required by the LPA) Clerk Signature & Date APPROVED Regional Engineer Signature & Date Department of Transportation BLR 14222 (Rev. 05/26/23) Local Public Agency General Maintenance Page 1 of 2Completed02/21/2502/21/25 Submittal Type OriginalOriginal Estimate of Maintenance CostsEstimate of Maintenance Costs District 33 Estimate of Cost For MunicipalityMunicipality Maintenance Period Local Public Agency United City of Yorkville County KendallKendall Section Number 25-00000-00-GM Beginning 05/01/2505/01/25 Ending 04/30/2604/30/26 Maintenance Items Maintenance Operation Maint Eng Category Insp. Req. Material Categories/ Point of Delivery or Work Performed by an Outside Contractor Unit Quantity Unit Cost Cost Total Maintenance Operation Cost 1. Roadway Maintenance IVIV YesYes $1,300,000.00 Total Operation Cost $1,300,000.00 Estimate of Maintenance Costs Summary Maintenance MFT Funds RBI Funds Other Funds Estimated Costs Local Public Agency Labor Local Public Agency Equipment Materials/Contracts(Non Bid Items) Materials/Deliver & Install/Materials Quotations (Bid Items) Formal Contract (Bid Items)$1,300,000.00 $1,300,000.00 Maintenance Total $1,300,000.00 $1,300,000.00 Estimated Maintenance Eng Costs Summary Maintenance Engineering MFT Funds RBI Funds Other Funds Total Est Costs Preliminary Engineering Engineering Inspection Material Testing Advertising Bridge Inspection Engineering Maintenance Engineering Total Total Estimated Maintenance $1,300,000.00 $1,300,000.00 Remarks SUBMITTED Local Public Agency Official Signature & Date Title Mayor APPROVED Regional Engineer Signature & Date Department of Transportation County Engineer/Superintendent of Highways Signature & Date BLR 14222 (Rev. 05/26/23)Page 2 of 2 Estimate of Maintenance CostsEstimate of Maintenance Costs Submittal Type OriginalOriginal Local Public Agency United City of Yorkville County KendallKendall Section 25-00000-00-GM Maintenance Period Beginning 05/01/2505/01/25 Ending 04/30/2604/30/26 Completed 02/21/2502/21/25 IDOT Department Use Only Received Location Received Date Additional Location? WMFT Entry By Entry Date Contract Estimate of Cost Page 1 of 2 BLR 11510 (Rev. 10/25/21)Printed 02/14/2502/14/25 Local Public Agency United City of Yorkville County KendallKendall Section Number 25-00000-00-GM Route(s)/Street-Road Name Various Local Roads (See Location Map) Project Length 2.52 Miles Project Termini Various Local Roads (See Location Map) Item Number Item Unit of Measure Quantity Unit Price Total Estimated Cost 1 PARTIAL DEPTH PATCHING (SPECIAL)SQ YD 400 $30.00 $12,000.00 2 HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SQ YD 254 $20.00 $5,080.00 3 HOT-MIX ASPHALT SURFACE REMOVAL, 1.5"SQ YD 23,790 $1.75 $41,632.50 4 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH SQ YD 29,690 $2.50 $74,225.00 5 BITUMINOUS MATERIALS (TACK COAT)POUND 30,780 $0.10 $3,078.00 6 HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50 TON 2,515 $81.00 $203,715.00 7 HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N50 TON 4,520 $81.00 $366,120.00 8 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 2,284 $43.00 $98,212.00 9 SIDEWALK REMOVAL SQ FT 11,200 $2.00 $22,400.00 10 PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH SQ FT 11,250 $10.00 $112,500.00 11 DETECTABLE WARNINGS SQ FT 556 $40.00 $22,240.00 12 INLETS TO BE ADJUSTED EACH 50 $600.00 $30,000.00 13 MANHOLES TO BE ADJUSTED EACH 2 $800.00 $1,600.00 14 SANITARY MANHOLES TO BE ADJUSTED EACH 2 $1,250.00 $2,500.00 15 DOMESTIC WATER SERVICE BOXES TO BE ADJUSTED EACH 1 $400.00 $400.00 16 TYPE 1 FRAME, OPEN LID EACH 3 $600.00 $1,800.00 17 TYPE 1 FRAME, CLOSED LID EACH 1 $600.00 $600.00 18 TYPE 3 FRAME AND GRATE EACH 1 $650.00 $650.00 19 TYPE 11 FRAME AND GRATE EACH 1 $650.00 $650.00 20 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 286 $5.00 $1,430.00 21 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 4,422 $1.00 $4,422.00 22 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 1,634 $2.00 $3,268.00 23 THERMOPLASTIC PAVEMENT MARKING - LINE 12" FOOT 130 $4.00 $520.00 BLR 11510 (Rev. 10/25/21)Page 2 of 2Printed02/14/2502/14/25 Section Number 25-00000-00-GM County KendallKendall Local Public Agency United City of Yorkville 24 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 135 $5.00 $675.00 25 SHORT TERM PAVEMENT MARKING FOOT 900 $2.00 $1,800.00 26 SHORT TERM PAVEMENT MARKING REMOVAL SQ FT 300 $4.00 $1,200.00 27 REMOVE AND REINSTALL BRICK PAVERS SQ FT 20 $20.00 $400.00 28 HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 155 $45.00 $6,975.00 29 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 20 $85.00 $1,700.00 30 HOT-MIX ASPHALT BIKE PATH REMOVAL AND REPLACEMENT SQ YD 40 $40.00 $1,600.00 31 CLASS B PATCHES, 8 INCH SQ YD 300 $130.00 $39,000.00 32 CLASS B PATCHES, 9 INCH SQ YD 900 $140.00 $126,000.00 33 SODDING, SPECIAL SQ YD 1,200 $20.00 $24,000.00 34 SUPPLEMENTAL WATERING UNIT 25 $100.00 $2,500.00 35 DETECTOR LOOP REPLACEMENT FOOT 546 $25.00 $13,650.00 36 TRAFFIC CONTROL AND PROTECTION, (SPECIAL)UNIT 1 $23,469.00 $23,469.00 37 CRACK ROUTING FOOT 48,000 $0.01 $480.00 38 CRACK FILLING POUND 16,000 $1.65 $26,400.00 39 ROUTING AND SEALING CRACKS FOOT 30,155 $0.70 $21,108.50 Total Overall Estimated Cost:$1,300,000.00 Item Number Item Unit of Measure Quantity Unit Price Total Estimated Cost Prepared By Christopher Ott Date 02/14/2502/14/25 Signature Date Rob Roy CreekRob Roy CreekRob Roy CreekRob Roy CreekBlackberry CreekBlackberry CreekRob Roy CreekBlackberry C reek Blackb erry Cre e k Fox RiverBl a c k b e r r y C r e e k Morgan Creek GALENA CANNONBALLBEECHERCORNEILSBRIDGE FAXON KENNEDY MCHUGHDICKSONROUTE 34 TUM A VETERANS GORDONJOHN E M E R A L D ERICA PARKCEN T E R ALICE COUNTRYSIDE BRISTOL RIDG E EDWARDBRISTOL BAY ROUTE 47ALAN DA L E GAME FARMFOSTER OAK KEND A L L HAYDENCONCORD BERTRAM ELMSUMACBOOMBAH HEAR T L A N D OMAHABIG BEND L I L L I A NROSENWINKEL CRIMSONA U T UM N C R E E KORCHID WALNUT PECOS JULIE GILLESPIE RYANISABELWESTERN JACKSON LI L A C EXIT TERISUNSETFREEMONTCORALPATRONFAIRHAVEN RILE Y MARKETVIEWBLACKBERRY SHOR E KATE C A R L Y BRISTOLTAMPAELDENWACKERHOMESTEAD SPRINGROBERTPLUMLAURENBLUE STE M VENETIAN WESTWATERPARK MCMURTRIEHUNT HIGH RIDGENORTHLANDSYCAMOREPLEASURE TITUSTWINLEAF LEISURE RI V E R S I D E REDBUD SIENNALANDMARK THOMASTHUNDER GULCHC R E E KPRAIRIECANYONIROQUOISMONTER E Y SLATEO L I V E PURCELL BEARBISCAYNE WHIRLAWAY CROSSCLEAR W A T E R TAUSCONOVER ARTESIANHILLCREST MILLRACENORTH RUBY ASPENGARDINER WILD INDIGOLEXINGTON SPOKANE SA G ESARASOTAHUNTINGTON COMMERCIAL ARROW H E A D SECRETARIAT ROY A L O A K S SOUTH K I N G M O O R BARRETT DEERPATH PATTERSON YELLOWSTON E BURN E T T G O L D E N RO D FISHPRAIRIE GRASSHIL L T O PDIVISIONPINEWOODMIDNIGHTCALEDONIAEVERGREENINDEPENDENCEMARKETPLACEGEORGEANNAGROVE MONARCHOSCOT TONWOOD PRAIRIE ROSELONGVIEWCATALPADOVERGARRITANODIEHL FARM C H R I S T Y TIMBALIER RED T A I L MARQU E T T E TIMBERHICKORYBUCHAN A N STRAWBER R Y L A K E V I EW CIRCLECAMDENPORT A G E PRAIRIE POINTE ANDREA PATRIC IA NADEN VIOLET A M A N D A PALMERC O D Y SWIMMINGPIERPONT S O U T H R I V E R DENISE INDIAN CLIFFSMULHERN SILVER CIT Y NOR T O N F A RM S T EA D BLACK B E R R Y ALEXANDRAAPPLETREE COBALTMADDENWELLSCORNELLPLEASANTVETERANS BRIDGEOAKBRIDGEBEECHERPARKROUTE 47 BERTRAM ROUTE 3 4 VETERANS JOHN PARKBEECHERDICKS ON CRIMSONLOCATION MAP DATE: PROJECT NO.: FILE: BY: FEBRUARY 2025 YO2455 MJT 2025 MFT ROAD PROGRAM UNITED CITY OF YORKVILLE, ILLINOIS Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 www.eeiweb.com PATH:H:\GIS\PUBLIC\YORKVILLE\2022\YO2455 United City of Yorkville 651 Prairie Pointe Dr. Yorkville, IL 60560 N O R T H ° YO2455_2025 MFT Road Program RESURFACING CONCRETE PATCHING05,0002,500 US Feet 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 2025-27 2025 Local Road Program – Contract Award Public Works Committee – March 18, 2025 Majority Consideration of Contract Award Please see the attached memo. Brad Sanderson Engineering Name Department Bids were received, opened, and tabulated for work to be done on the 2025 Local Road Program at 10:00 a.m., February 25, 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. We recommend the acceptance of the bid and approval of award be made to the low bidder, Builders Paving, LLC 4401 Roosevelt Road Hillside, IL 60162 in the total amount of $3,337,338.00. 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 25, 2025 Subject: 2025 Local Road Program Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING A BID TO COMPLETE THE 2025 LOCAL ROADS REPAVING PROJECT 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 repair and resurface various subdivision roadways throughout the City, as illustrated on the 2025 Local Roads Program drawing, attached hereto as Exhibit A (the “Project”); and WHEREAS, in compliance with all applicable Illinois laws, bids were accepted to complete the Project and a public bid opening was held at 10:00 a.m. on February 25, 2025; and WHEREAS, the City’s engineers and staff find that the lowest responsible bidder is Builders Paving, LLC, 4401 Roosevelt Road Hillside, IL 60162 (“Builders Paving”), with a total bid amount of $3,337,338.00 (the “Project Cost”); and WHEREAS, sufficient funds are available and have been budgeted in the City’s Fiscal Year 2026 budget to complete the Project; and WHEREAS, it has been recommended to the Corporate Authorities that the bid by Builders Paving 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 Builders Resolution No. 2025-____ Page 2 Paving, LLC, 4401 Roosevelt Road Hillside, IL 60162 to complete the Project at a cost of $3,337,338.00 is the lowest responsible bid, and therefore accept the bid. 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 Page 1 of 1 BID TABULATION ENGINEER'S ESTIMATE BUILDERS PAVING, LLC BIDS RECEIVED 10:00 A.M. 02/25/25 52 Wheeler Road 4401 Roosevelt Road Sugar Grove, IL 60554 Hillside, IL 60162 TOTAL BID $3,640,095.40 $3,337,338.00 BID BOND N/A X SIGNED BID N/A X D CONSTRUCTION GENEVA CONSTRUCTION COMPANY 1488 S. Broadway Street PO Box 998 Coal City, IL 60416 Aurora, IL 60507 TOTAL BID $3,492,330.89 $3,670,775.82 BID BOND X X SIGNED BID X X BID SUMMARY 2025 LOCAL ROAD PROGRAM UNITED CITY OF YORKVILLE ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS BID TABULATION BID TABULATION ENGINEER'S ESTIMATE BIDS RECD 2/25/2025 52 Wheeler Road Sugar Grove, IL 60554 ITEM NO.DESCRIPTION 1 PARTIAL DEPTH PATCHING (SPECIAL)SQ YD 500.0 39.50$ 19,750.00$ 30.00$ 15,000.00$ 40.00$ 20,000.00$ 30.00$ 15,000.00$ 2 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIALS CU YD 30.0 65.00$ 1,950.00$ 30.00$ 900.00$ 72.00$ 2,160.00$ 80.00$ 2,400.00$ 3 AGGREGATE FOR SUBGRADE IMPROVEMENT CU YD 30.0 55.00$ 1,650.00$ 50.00$ 1,500.00$ 85.00$ 2,550.00$ 80.00$ 2,400.00$ 4 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 90.0 1.00$ 90.00$ 10.00$ 900.00$ 5.00$ 450.00$ 5.00$ 450.00$ 5 HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SQ YD 293.0 35.00$ 10,255.00$ 0.01$ 2.93$ 20.00$ 5,860.00$ 20.00$ 5,860.00$ 6 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH TYPE 1 SQ YD 82,080.0 2.05$ 168,264.00$ 1.90$ 155,952.00$ 2.00$ 164,160.00$ 2.20$ 180,576.00$ 7 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH TYPE 2 SQ YD 44,740.0 2.10$ 93,954.00$ 2.30$ 102,902.00$ 2.50$ 111,850.00$ 2.50$ 111,850.00$ 8 HOT-MIX ASPHALT SURFACE REMOVAL, 3"SQ YD 2,295.0 3.20$ 7,344.00$ 3.00$ 6,885.00$ 6.00$ 13,770.00$ 3.00$ 6,885.00$ 9 BITUMINOUS MATERIALS (TACK COAT)POUND 87,170.0 0.01$ 871.70$ 0.01$ 871.70$ 0.01$ 871.70$ 0.10$ 8,717.00$ 10 HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50 TON 8,600.0 74.50$ 640,700.00$ 69.50$ 597,700.00$ 85.00$ 731,000.00$ 80.00$ 688,000.00$ 11 HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N50 TON 10,870.0 74.50$ 809,815.00$ 72.77$ 791,009.90$ 85.00$ 923,950.00$ 80.00$ 869,600.00$ 12 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 7,768.0 32.00$ 248,576.00$ 42.00$ 326,256.00$ 41.12$ 319,420.16$ 40.00$ 310,720.00$ 13 SIDEWALK REMOVAL SQ FT 60,145.0 0.90$ 54,130.50$ 2.05$ 123,297.25$ 2.00$ 120,290.00$ 1.50$ 90,217.50$ 14 PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH SQ FT 62,875.0 9.75$ 613,031.25$ 8.50$ 534,437.50$ 8.00$ 503,000.00$ 9.50$ 597,312.50$ 15 DETECTABLE WARNINGS SQ FT 3,508.0 15.00$ 52,620.00$ 30.00$ 105,240.00$ 30.00$ 105,240.00$ 35.00$ 122,780.00$ 16 INLETS TO BE ADJUSTED EACH 136.0 430.00$ 58,480.00$ 450.00$ 61,200.00$ 425.00$ 57,800.00$ 500.00$ 68,000.00$ 17 INLETS TO BE RECONSTRUCTED EACH 1.0 880.00$ 880.00$ 1,000.00$ 1,000.00$ 1,500.00$ 1,500.00$ 1,500.00$ 1,500.00$ 18 MANHOLES TO BE ADJUSTED EACH 2.0 780.00$ 1,560.00$ 800.00$ 1,600.00$ 600.00$ 1,200.00$ 800.00$ 1,600.00$ 19 MANHOLES TO BE RECONSTRUCTED EACH 1.0 1,450.00$ 1,450.00$ 1,000.00$ 1,000.00$ 1,500.00$ 1,500.00$ 2,000.00$ 2,000.00$ 20 SANITARY MANHOLES TO BE ADJUSTED EACH 6.0 1,650.00$ 9,900.00$ 1,400.00$ 8,400.00$ 1,500.00$ 9,000.00$ 1,500.00$ 9,000.00$ 21 DOMESTIC WATER SERVICE BOXES TO BE ADJUSTED EACH 5.0 150.00$ 750.00$ 400.00$ 2,000.00$ 250.00$ 1,250.00$ 400.00$ 2,000.00$ 22 VALVE BOXES TO BE ADJUSTED EACH 1.0 385.00$ 385.00$ 400.00$ 400.00$ 415.00$ 415.00$ 500.00$ 500.00$ 23 TYPE 1 FRAME AND GRATE, OPEN LID EACH 4.0 450.00$ 1,800.00$ 500.00$ 2,000.00$ 460.00$ 1,840.00$ 550.00$ 2,200.00$ Aurora, IL 60507 UNIT PRICE AMOUNT UNIT PRICE AMOUNT AMOUNTUNITQUANTITYUNIT PRICE AMOUNT UNIT 2025 LOCAL ROAD PROGRAM UNITED CITY OF YORKVILLE Hillside, IL 60162 BUILDERS PAVING, LLC 4401 Roosevelt Road 1488 S. Broadway Street D CONSTRUCTION Coal City, IL 60416 GENEVA CONSTRUCTION PO Box 998 ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS BID TABULATION BID TABULATION ENGINEER'S ESTIMATE BIDS RECD 2/25/2025 52 Wheeler Road Sugar Grove, IL 60554 ITEM NO.DESCRIPTION Aurora, IL 60507 UNIT PRICE AMOUNT UNIT PRICE AMOUNT AMOUNTUNITQUANTITYUNIT PRICE AMOUNT UNIT 2025 LOCAL ROAD PROGRAM UNITED CITY OF YORKVILLE Hillside, IL 60162 BUILDERS PAVING, LLC 4401 Roosevelt Road 1488 S. Broadway Street D CONSTRUCTION Coal City, IL 60416 GENEVA CONSTRUCTION PO Box 998 24 TYPE 1 FRAME AND GRATE, CLOSED LID EACH 1.0 450.00$ 450.00$ 500.00$ 500.00$ 460.00$ 460.00$ 550.00$ 550.00$ 25 TYPE 3 FRAME AND GRATE EACH 1.0 685.00$ 685.00$ 500.00$ 500.00$ 675.00$ 675.00$ 600.00$ 600.00$ 26 TYPE 11 FRAME AND GRATE EACH 1.0 685.00$ 685.00$ 500.00$ 500.00$ 737.51$ 737.51$ 700.00$ 700.00$ 27 THERMOPLASTIC PAVEMENT MARKINGS - LETTERS & SYMBOLS SQ FT 624.0 5.00$ 3,120.00$ 5.50$ 3,432.00$ 5.00$ 3,120.00$ 5.00$ 3,120.00$ 28 THERMOPLASTIC PAVEMENT MARKINGS - LINE 4"FOOT 22,285.0 0.72$ 16,045.20$ 0.79$ 17,605.15$ 0.72$ 16,045.20$ 0.75$ 16,713.75$ 29 THERMOPLASTIC PAVEMENT MARKINGS - LINE 6"FOOT 6,722.0 1.10$ 7,394.20$ 1.21$ 8,133.62$ 1.10$ 7,394.20$ 1.50$ 10,083.00$ 30 THERMOPLASTIC PAVEMENT MARKINGS - LINE 12"FOOT 2,691.0 2.40$ 6,458.40$ 2.64$ 7,104.24$ 2.40$ 6,458.40$ 3.00$ 8,073.00$ 31 THERMOPLASTIC PAVEMENT MARKINGS - LINE 24"FOOT 338.0 5.00$ 1,690.00$ 5.50$ 1,859.00$ 5.00$ 1,690.00$ 5.00$ 1,690.00$ 32 SHORT TERM PAVEMENT MARKING FOOT 600.0 0.50$ 300.00$ 0.01$ 6.00$ 1.49$ 894.00$ 1.00$ 600.00$ 33 SHORT TERM PAVEMENT MARKING REMOVAL SQ FT 200.0 6.50$ 1,300.00$ 0.01$ 2.00$ 1.30$ 260.00$ 5.00$ 1,000.00$ 34 BRICK PAVER REMOVAL AND RESET SQ FT 96.0 16.00$ 1,536.00$ 11.00$ 1,056.00$ 10.00$ 960.00$ 20.00$ 1,920.00$ 35 HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 957.0 38.00$ 36,366.00$ 29.00$ 27,753.00$ 38.00$ 36,366.00$ 40.00$ 38,280.00$ 36 BIKE PATH REMOVAL SQ FT 2,090.0 0.90$ 1,881.00$ 1.10$ 2,299.00$ 1.00$ 2,090.00$ 1.50$ 3,135.00$ 37 HOT-MIX ASPHALT BIKE PATH REMOVAL AND REPLACEMENT SQ YD 575.0 38.00$ 21,850.00$ 40.00$ 23,000.00$ 38.00$ 21,850.00$ 35.00$ 20,125.00$ 38 PCC DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 20.0 125.00$ 2,500.00$ 50.00$ 1,000.00$ 50.00$ 1,000.00$ 90.00$ 1,800.00$ 39 SODDING, SPECIAL SQ YD 6,525.0 17.25$ 112,556.25$ 23.70$ 154,642.50$ 20.95$ 136,698.75$ 17.00$ 110,925.00$ 40 SUPPLEMENTAL WATERING UNIT 100.0 1.00$ 100.00$ 0.01$ 1.00$ 0.01$ 1.00$ 10.00$ 1,000.00$ 41 TRAFFIC CONTROL AND PROTECTION, (SPECIAL)L SUM 1.0 30,700.80$ 30,700.80$ 71,188.00$ 71,188.00$ 40,000.00$ 40,000.00$ 35,000.00$ 35,000.00$ 42 ROUTING AND SEALING CRACKS FOOT 74,260.0 0.61$ 45,298.60$ 0.79$ 58,665.40$ 0.63$ 46,783.80$ 0.69$ 51,239.40$ 43 EMULSIFIED MALTENE-BASED REJUVENATOR SQ YD 203,455.0 1.22$ 248,215.10$ 1.34$ 272,629.70$ 1.22$ 248,215.10$ 1.15$ 233,973.25$ TOTAL (Items 1 - 43)3,337,338.00$ 3,492,330.89$ 3,670,775.82$ 3,640,095.40$ % BELOW/ABOVE ENGINEER'S ESTIMATE -8.32%-4.06%0.84% ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS Rob Roy CreekRob Roy CreekRob Roy CreekRob Roy CreekBlackberry CreekBlackberry CreekFox River Rob Roy CreekBlackbe rry C r eek Blackb erry Cre e k Fox RiverBlackberry Cr e e k Bl a c k b e r r y C r e e k Fox RiverMorga n Creek Fox Rive r Fox RiverGALENARIVER KENNEDY CANNONBALLBRIDGEBEECHER ROUTE 30 CORNEILS ROUTE 34 FAXON MCHUGHMAIN DICKSONSPRING BASELINE TUMA MILLGORDONCONCORD VETERANS GR AN D E B R I S T O L R I D G E ROUTE 71JOHN E M E R A L D ERICA E X I T PARK ADAM CENTERALICE VAN EM M O N COUNTRYSIDE TROON EDWARD BRISTOL BAY ROUTE 47OMAHAMCLELLANSIMONALAN DALETERISOMONAUKGAME FARMPRESCOTTFOSTER OAK KE N D A L L HAYDENALDENBERTRAMWILLOWELM KINGSUMACBOOMBAHFREEMONTHEAR T L A N D BIG BEND L I L L I ANROSENWINKEL CRIMSONA U T UM N C R E E K ORCHID SUNDOWNWALNUT MANCHESTER PECOS ENT R A N C E PARKWAYMATLOCKJULIE WACKERPROVIDENCE LIBERTYKI N G M O O R QUINSEY GILLESPIE JETERHARTFIELDRYANISABELRIVA RIDGEWESTERN JACKSON LI L A C PATTERSON CORALPATRONFAIRHAVEN RILE Y OLD GLORY MARKETVIEWCOLTONCR E E K JUSTICEBLACKBERRY SHOR E KATE LAKEWOOD CREEKRESERVATI O N SECRETARIAT C A R L Y SUNSETBRISTOLCOUNTRYTAMPAELDENWHITE ROSEHOMEST E A D BRUELLCHADROBERTPLUMLAURENBAILEYBLUESTE M CHURCHROODGRACEVENETIAN WESTWATERPARK MCMURTRIEHUNT REBECCAJACOB HIGH RIDGEMARGARET NORTHLANDDEERPOINTJASONLAKE SI D E HIGHLAND SYCAMOREPLEASURE TITUSTWINLEAF BRIAN LEISURE REDBUD CRYDERBASE LINE SIENNA BURRLANDMARK THOMASCYPRESSTHUNDER GULCHPRAIRIECANYON LARKSPURIROQUOISCREEK SIDE HEATHER MONTER E Y SLATEFOX O L I V E PURCELL BEARROY A L O A K S PONDEROSA BISCAYNE WHIRLAWAY CROSSL A V E N D E R LEHMANCLEAR W A T E R TAUS ACORNLINDENCONOVER L Y M A NARTESIAN HILLCREST MILLRACEBIRCHWOODNORTH RUBY ASPEN SAVOY RIVER BIRCH GARDINERBOOMERPLYMOUTH S Q U I R E WILD INDIGOLEXINGTONSPOKANE SAG EHUNTER A M E R I C A NSARASOTABISSELHUNTINGTON COMMERCIAL JUANITA FRANCES ARROWH E A D SOUTH COT TONWOOD GAYLORD TIMBER VIE W ASTORBARRETT D E E R P A T H CRANSTONPENSACOLA PRAIRIE CROSSINGTIMBER RIDGEELLSWORTHBURNETTHEN N I N G RIDGEYOR K V I L L E GAWNE FISH DOGWOOD BERRYW O O D PRAIRIE GRASSFERDINANDHIL L T O PDIVISION WI N D I N G C R E E K RI V E R S I D E CONSTITUTIONHOBBSPINEWOODMIDNIGHTOAKLAWNCALED O NI A INDEPENDENCE STACY MARKETPLACEGEORGEANNA FREEDOM AVALON GROVEMONARCHOSPRAIRIE ROSELONGVIEWCATALPADOVERGARRITANOCOUNTRYVI E WDIEHL FARM WINTERBERR Y HARRISONWESTGATEC H R I S T Y BROOKSIDETIMBALIER HONEYSUCK L E MARTIN MONTCLAIR RED T A I L MARQUETTEW H I T E S A N D S SUMMERWINDOVERHILLTIMBERHICKORYBUCHANAN STRAWBERR Y SIR BARTONANNA MA RI A L A K E V I EW CIR C L ECAMDEN IRON LEIGE PORTAGE PRAIRIE POINTE DEER WOODWORTHGALLANT FOX ANDREA AUBURNPATRIC IA BEHRENS NADEN AMOS VIOLET SILVER CHARM HALF MOONAMANDAMO R G A NTOWER SANDERSOVERLOOKFOX HILLCARDINALPALMERC O D Y SWIMMINGMENARD CENTRA L HELEN E R I E D E R NORTH R IVERDEAD ENDWORSLEYJOHNSONSO U T H R I V E R REHBEHNHATCHMAJESTIC PRINCECOLONY MILBROOKSANTA MONI C A INDIAN CLIFFSMULHERN CONEFLOWERMEADOWVIEW LE N O X SILVER CITY C T A BEAVERWINCHESTER GLEN NELSONPOWERSRI V E R O A K S NOR T O N F A RM S T E A D PATRIOTBLACK B E R R Y GLORIA ALEXANDRAAPPLETREE HALEY BIG ROCKCOBALTHIDDEN HOMES MADDENTR A I L S E N DWELLSCORNELLPLEASANTSAN D I E G O CHESHIR E HERITAG E VAN HORN WRIGLEY RIVERS IDE RIVERSID E BEECHER BEECHERROUTE 3 4 BRIDGEBERTRAM BRIDGEPARKROUTE 4 7 ROUTE 34CONCORD CENTER SOMONAUK VETERANSDICKSON SUNSETCALEDONIAVETERANS TROON CRIMSONDIVISIONJOHN PARK WESTPARKCANYONEXHIBIT 1 LOCATION MAP DATE: PROJECT NO.: FILE: BY: FEBRUARY 2025 YO2456 MJT 2025 LOCAL ROAD PROGRAM UNITED CITY OF YORKVILLE, ILLINOIS Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 www.eeiweb.com PATH:H:\GIS\PUBLIC\YORKVILLE\2022\YO2456 United City of Yorkville 651 Prairie Pointe Drive Yorkville, IL 60560 N O R T H ° YO2456_2025 Local Road Program RESURFACING 0 2,000 4,0001,000 US Feet CITYWIDE SIDEWALK REPAIR CITYWIDE SIDEWALK REPAIR CITYWIDE SIDEWALK REPAIR Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #9 Tracking Number PW 2025-28 2025 Local Road Program Construction Engineering Agreement Public Works Committee – March 18, 2025 Majority Approval Proposed hourly contract from EEI for the subdivision paving project for 2025 Eric Dhuse Public Works Name Department Summary Approval of a proposed Construction Engineering contract from EEI for the 2025 Local Road Program. Background This project was last discussed at the October 22, 2024, City Council meeting when the design engineering agreement was approved. Since that time, the project has been designed, bid, and is in the process of being awarded in another agenda item on the March 18th Public Works committee meeting. EEI is proposing a construction engineering contract structured as an hourly rate contract in the estimated amount of $249,820. This money is budgeted in the proposed FY26 budget but is not approved at this time. As a reminder, this project differs from the “Road to Better Roads” yearly project. This has been known as the subdivision paving or subdivision cluster as well as the Local Road Program. This is the extra paving of all the subdivisions that were constructed in the early 2000’s and were all coming due for new pavement at once. The paving this year is year 2 out of a 4-year program that, in conjunction with the RTBR program, will complete the subdivision paving. Recommendation Staff recommends approval of the contract with EEI. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: February 27, 2025 Subject: 2025 Local Road Program Construction Engineering Agreement Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING AN ENGINEERING AGREEMENT WITH ENGINEERING ENTERPRISES, INC. WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a non- home rule municipality duly organized and validly existing in accordance with the Constitution of the State of Illinois and the laws of this State; and WHEREAS, the City’s Public Works Department plans to perform subdivision paving and sidewalk repair (the “Project”); and WHEREAS, completion of the Project will require engineering services conducted by an outside engineering firm; and WHEREAS, Engineering Enterprises, Inc., of Sugar Grove, Illinois (“EEI”), has prepared an agreement between EEI and the City for engineering services related to the Project (the “Agreement”), said Agreement being attached hereto as Exhibit A; and WHEREAS, EEI has provided engineering services for various projects completed by the City, and the City administration has found that EEI is a qualified and experienced engineering firm; and WHEREAS, the City administration recommends approval of the Agreement. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council (the “Corporate Authorities”) of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Mayor and City Clerk are hereby authorized to execute a 2025 Local Road Program, United City of Yorkville, Professional Services Agreement – Construction Resolution No. 2025-____ Page 2 Engineering, attached hereto as Exhibit A. Section 3. 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 UNITED CITY OF YORKVILLE 2025 LOCAL ROAD PROGRAM PAGE 1 2025 Local Road Program United City of Yorkville Professional Services Agreement – Construction Engineering THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as the "Contractor" or “ENGINEER” agrees as follows: A. Services: ENGINEER agrees to furnish to the City the following services: The ENGINEER shall provide any and all necessary engineering services to the City as indicated on the Scope of Services (Attachment B). Construction Engineering for all roadways indicated on Attachment E will be provided. Engineering will be in accordance with all City and Illinois Department of Transportation requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non-terminating party or upon completion of the Services. Upon termination the Contractor shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services to be performed herein, an amount based on the Estimated Level of Effort and Associated Cost included in Attachment C. Construction Engineering will be paid for as an Hourly Rate in the amount of $249,820. The hourly rates for this project are shown in the attached 2024 Standard Schedule of Charges (Attachment E). All payments will be made according to the Illinois State Prompt Payment Act and not less than once every thirty days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B thereof as an Ongoing Contract, ENGINEER, on or before February 1st of any given year, shall provide written notice of any change in the rates specified in Section C hereof (or on any attachments hereto) and said changes shall only be effective on and after May 1st of that same year. E. Ownership of Records and Documents: Contractor agrees that all books and records and other recorded information developed specifically in connection with this agreement shall remain the property of the City. Contractor agrees to keep such information confidential and not to disclose or disseminate the information to third parties without the consent of the City. This confidentiality shall not apply UNITED CITY OF YORKVILLE 2025 LOCAL ROAD PROGRAM PAGE 2 to material or information, which would otherwise be subject to public disclosure through the freedom of information act or if already previously disclosed by a third party. Upon termination of this agreement, Contractor agrees to return all such materials to the City. The City agrees not to modify any original documents produced by Contractor without contractors consent. Modifications of any signed duplicate original document not authorized by ENGINEER will be at OWNER’s sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned document will, likewise, be at the OWNER’s sole risk and without legal liability to the ENGINEER. F. Governing Law: This contract shall be governed and construed in accordance with the laws of the State of Illinois. Venue shall be in Kendall County, Illinois. G. Independent Contractor: Contractor shall have sole control over the manner and means of providing the work and services performed under this agreement. The City’s relationship to the Contractor under this agreement shall be that of an independent contractor. Contractor will not be considered an employee to the City for any purpose. H. Certifications: Employment Status: The Contractor certifies that if any of its personnel are an employee of the State of Illinois, they have permission from their employer to perform the service. Anti-Bribery: The Contractor certifies it is not barred under 30 Illinois Compiled Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of bribery or attempted bribery of an officer or employee of the State of Illinois or any other state. Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not in default for a period of six months or more in an amount of $600 or more on the repayment of any educational loan guaranteed by the Illinois State Scholarship Commission made by an Illinois institution of higher education or any other loan made from public funds for the purpose of financing higher education (5 ILCS 385/3). Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. Barred from Contracting: The Contractor certifies that it has not been barred from contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois Compiled Statutes 5/33E or similar law of another state. Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this contract. UNITED CITY OF YORKVILLE 2025 LOCAL ROAD PROGRAM PAGE 3 The Drug Free Workplace Act requires, in part, that Contractors, with 25 or more employees certify and agree to take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance program, of prohibited activities and of sanctions that will be imposed for violations; and that individuals with contracts certify that they will not engage in the manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of the contract. Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor agrees to comply with applicable provisions of the Illinois Human Rights Act (775 Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights Rules is specifically incorporated herein. The Contractor shall comply with Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS 582). Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of the date of completion of this Contract or the date of final payment under the Contract, all books and records relating to the performance of the Contract and necessary to support amounts charged to the Village under the Contract. The Contract and all books and records related to the Contract shall be available for review and audit by the Village and the Illinois Auditor General. If this Contract is funded from contract/grant funds provided by the U.S. Government, the Contract, books, and records shall be available for review and audit by the Comptroller General of the U.S. and/or the Inspector General of the federal sponsoring agency. The Contractor agrees to cooperate fully with any audit and to provide full access to all relevant materials. United States Resident Certification: (This certification must be included in all contracts involving personal services by non-resident aliens and foreign entities in accordance with requirements imposed by the Internal Revenue Services for withholding and reporting federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen ___ Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that taxes be withheld on payments made to non resident aliens for the performance of personal services at the rate of 30%. Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): ___ Individual ___ Real Estate Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax Exempt Organization UNITED CITY OF YORKVILLE 2025 LOCAL ROAD PROGRAM PAGE 4 (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. I. Indemnification: Contractor shall indemnify and hold harmless the Village and Village’s agents, servants, and employees against all loss, damage, and expense which it may sustain or for which it will become liable on account of injury to or death of persons, or on account of damage to or destruction of property resulting from the performance of work under this agreement by Contractor or its Subcontractors, or due to or arising in any manner from the wrongful act or negligence of Contractor or its Subcontractors of any employee of any of them. In the event that the either party shall bring any suit, cause of action or counterclaim against the other party, the non-prevailing party shall pay to the prevailing party the cost and expenses incurred to answer and/or defend such action, including reasonable attorney fees and court costs. In no event shall the either party indemnify any other party for the consequences of that party’s negligence, including failure to follow the ENGINEER’s recommendations. J. Insurance: The Engineer agrees that it has either attached a copy of all required insurance certificates or that said insurance is not required due to the nature and extent of the types of services rendered hereunder. (Not applicable as having been previously supplied) K. Additional Terms or Modification: The terms of this agreement shall be further modified as provided on the attached Exhibits. Except for those terms included on the Exhibits, no additional terms are included as a part of this agreement. All prior understandings and agreements between the parties are merged into this agreement, and this agreement may not be modified orally or in any manner other than by an agreement in writing signed by both parties. In the event that any provisions of this agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. The list of attachments are as follows: Attachment A: Standard Terms and Conditions Attachment B: Scope of Services Attachment C: Estimated Level of Effort and Associated Cost Attachment D: Estimated Project Schedule Attachment E: Location Map Attachment F: 2024 Standard Schedule of Charges UNITED CITY OF YORKVILLE 2025 LOCAL ROAD PROGRAM PAGE 5 L. Notices: All notices required to be given under the terms of this agreement shall be given mail, addressed to the parties as follows: For the City: For the Contractor: City Administrator and City Clerk Engineering Enterprises, Inc. United City of Yorkville 52 Wheeler Road 651 Prairie Pointe Drive Sugar Grove Illinois 60554 Yorkville, IL 60560 Either of the parties may designate in writing from time to time substitute addresses or persons in connection with required notices. Agreed to this ___day of _________, 2025. United City of Yorkville: Engineering Enterprises, Inc.: _________________________________ ________________________________ John Purcell Bradley. P. Sanderson, PE Mayor Chief Operating Officer/President _________________________________ ________________________________ Jori Behland Christopher J. Ott, PE. City Clerk Project Manager ENGINEERING ENTERPRISES, INC. ATTACHMENT A - MARCH 2025 PAGE 1 STANDARD TERMS AND CONDITIONS Agreement: These Standard Terms and Conditions, together with the Professional Services Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises, Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions between the Parties. These terms may be amended, but only if both parties consent in writing. However, to the extent that the Scope of Work differs from the Standard Terms and Conditions, the Scope of Work document controls. Standard of Care: In providing services under this Agreement, the ENGINEER will endeavor to perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under same circumstances in the same locality. ENGINEER makes no other warranties, express or implied, written or oral under this Agreement or otherwise, in connection with ENGINEER’S service. Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or have authority over any contractor work, nor have authority over or be responsible for the means, methods, techniques sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety of the site, nor for any failure of a contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing of its work. The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for contractor’s failure to furn ish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agen ts or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose o f assessing if upon installation or incorporation in the project work they are generally consistent with the construction docum ents.  OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents .  OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions.  The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope.  Through standard , reasonable means the ENGINEER will become generally familiar with observable completed work.  If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinio n of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of tex t, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in el ectronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at th e beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the t ermination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition . In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNE R: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. ENGINEER agrees to cooperate with the OWNER, as necessary, to remediate a Hazardous Condition, but same may result in additional costs to the OWNER. ENGINEERING ENTERPRISES, INC. ATTACHMENT A - MARCH 2025 PAGE 2 Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors, partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential damages that either party may have i ncurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty . Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or per sons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ writte n notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Pr oject to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions b eing taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of in voices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement shall not constitute a waiver of th e provision, nor shall it affect the enforceability of that provision or of the remainder of this Agreement. Attorney’s Fees: In the event of any action or proceeding brought by either party against the other under this Agreement, the prevailing party shall be entitled to recover from the other all costs and expenses including without limitation the reasonab le fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. Fiduciary Duty: Nothing in this Agreement is intended to create, nor shall it be construed to create, a fiduciary duty owed to either party to the other party. EEI makes no warranty, express or implied, as to its professional services rendered. Headings: The headings used in this Agreement are inserted only as a matter of convenience only, and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect the construction or interpretation of this Agreement. UNITED CITY OF YORKVILLE, IL 2025 LOCAL ROAD PROGRAM PAGE 1 2025 Local Road Program United City of Yorkville, IL Professional Services Agreement – Construction Engineering Attachment B – Scope of Services Construction Engineering: • Attend the Pre-Construction Meeting with the Contractor and City Staff • Provide construction layout for the proposed improvements • Provide resident engineering for periodic on-site observation • Daily documentation of work tasks and calculation of installed pay items • Monitor adherence to specifications. • Monitor adherence to construction schedule and make recommendations when appropriate. • Monitor traffic control on a regular basis. • Gather material inspection and coordinate any required testing on behalf of the City. • Provide guidance to the contractor when questions arise during construction. • Prepare/verify pay estimates. • Gather and review waivers of lien. • Provide information to residents as required. • Perform punch list inspections, provide follow up inspections and recommend acceptance when appropriate • Communicate activities with City weekly, or as required based on onsite activities. • Prepare necessary IDOT closeout paperwork ATTACHMENT C: ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COST PROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBER United City of Yorkville YO2456-P PROJECT TITLE DATE PREPARED BY 2025 Local Road Program - Construction Engineering ROLE PIC PM SPE 1 PE SPT 1 ST ADMIN PERSON RATE $246 $210 $186 $168 $164 $140 $72 CONSTRUCTION ENGINEERING 3.1 4 28 8 8 4 52 9,984$ 3.2 8 36 36 80 14,424$ 3.3 4 24 550 600 4 1,182 209,412$ -$ Construction Engineering Subtotal:8 60 594 644 - - 8 1,314 233,820$ 8 60 594 644 - - 8 1,314 233,820 EEI STAFF DIRECT EXPENSES PIC Principal In Charge Printing/Scanning = -$ PM Project Manager Vehicle Charges ($65/Day) =7,800$ SPE 1 Senior Project Engineer I Rubino (Material Testing) =8,200$ PE Project Engineer DIRECT EXPENSES =16,000$ SPT 1 Senior Project Technician I ST Senior Technician LABOR SUMMARY ADMIN Adminstrative Assistant EEI Labor Expenses = 233,820$ TOTAL LABOR EXPENSES 233,820$ TOTAL COSTS 249,820$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com PROJECT TOTAL: CJO2/25/25 COSTTASK NO.TASK DESCRIPTION HOURS Construction Administration Construction Layout Observation and Documentation ATTACHMENT D: ESTIMATED SCHEDULE CLIENT PROJECT NUMBER United City of Yorkville YO2456-P PROJECT TITLE DATE PREPARED BY 2025 Local Road Program - Construction Engineering CJO APR MAY JUN JUL AUG SEP OCT CONSTRUCTION ENGINEERING 3.1 3.2 3.3 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com 2/25/25 Contract Administration Observation and Documentation Construction Layout TASK NO.TASK DESCRIPTION Rob Roy CreekRob Roy CreekRob Roy CreekRob Roy CreekBlackberry CreekBlackberry CreekFox River Rob Roy CreekBlackbe rry C r eek Blackb erry Cre e k Fox RiverBlackberry Cr e e k Bl a c k b e r r y C r e e k Fox RiverMorga n Creek Fox Rive r Fox RiverGALENARIVER KENNEDY CANNONBALLBRIDGEBEECHER ROUTE 30 CORNEILS ROUTE 34 FAXON MCHUGHMAIN DICKSONSPRING BASELINE TUMA MILLGORDONCONCORD VETERANS GR AN D E B R I S T O L R I D G E ROUTE 71JOHN E M E R A L D ERICA E X I T PARK ADAM CENTERALICE VAN EM M O N COUNTRYSIDE TROON EDWARD BRISTOL BAY ROUTE 47OMAHAMCLELLANSIMONALAN DALETERISOMONAUKGAME FARMPRESCOTTFOSTER OAK KE N D A L L HAYDENALDENBERTRAMWILLOWELM KINGSUMACBOOMBAHFREEMONTHEAR T L A N D BIG BEND L I L L I ANROSENWINKEL CRIMSONA U T UM N C R E E K ORCHID SUNDOWNWALNUT MANCHESTER PECOS ENT R A N C E PARKWAYMATLOCKJULIE WACKERPROVIDENCE LIBERTYKI N G M O O R QUINSEY GILLESPIE JETERHARTFIELDRYANISABELRIVA RIDGEWESTERN JACKSON LI L A C PATTERSON CORALPATRONFAIRHAVEN RILE Y OLD GLORY MARKETVIEWCOLTONCR E E K JUSTICEBLACKBERRY SHOR E KATE LAKEWOOD CREEKRESERVATI O N SECRETARIAT C A R L Y SUNSETBRISTOLCOUNTRYTAMPAELDENWHITE ROSEHOMEST E A D BRUELLCHADROBERTPLUMLAURENBAILEYBLUESTE M CHURCHROODGRACEVENETIAN WESTWATERPARK MCMURTRIEHUNT REBECCAJACOB HIGH RIDGEMARGARET NORTHLANDDEERPOINTJASONLAKE SI D E HIGHLAND SYCAMOREPLEASURE TITUSTWINLEAF BRIAN LEISURE REDBUD CRYDERBASE LINE SIENNA BURRLANDMARK THOMASCYPRESSTHUNDER GULCHPRAIRIECANYON LARKSPURIROQUOISCREEK SIDE HEATHER MONTER E Y SLATEFOX O L I V E PURCELL BEARROY A L O A K S PONDEROSA BISCAYNE WHIRLAWAY CROSSL A V E N D E R LEHMANCLEAR W A T E R TAUS ACORNLINDENCONOVER L Y M A NARTESIAN HILLCREST MILLRACEBIRCHWOODNORTH RUBY ASPEN SAVOY RIVER BIRCH GARDINERBOOMERPLYMOUTH S Q U I R E WILD INDIGOLEXINGTONSPOKANE SAG EHUNTER A M E R I C A NSARASOTABISSELHUNTINGTON COMMERCIAL JUANITA FRANCES ARROWH E A D SOUTH COT TONWOOD GAYLORD TIMBER VIE W ASTORBARRETT D E E R P A T H CRANSTONPENSACOLA PRAIRIE CROSSINGTIMBER RIDGEELLSWORTHBURNETTHEN N I N G RIDGEYOR K V I L L E GAWNE FISH DOGWOOD BERRYW O O D PRAIRIE GRASSFERDINANDHIL L T O PDIVISION WI N D I N G C R E E K RI V E R S I D E CONSTITUTIONHOBBSPINEWOODMIDNIGHTOAKLAWNCALED O NI A INDEPENDENCE STACY MARKETPLACEGEORGEANNA FREEDOM AVALON GROVEMONARCHOSPRAIRIE ROSELONGVIEWCATALPADOVERGARRITANOCOUNTRYVI E WDIEHL FARM WINTERBERR Y HARRISONWESTGATEC H R I S T Y BROOKSIDETIMBALIER HONEYSUCK L E MARTIN MONTCLAIR RED T A I L MARQUETTEW H I T E S A N D S SUMMERWINDOVERHILLTIMBERHICKORYBUCHANAN STRAWBERR Y SIR BARTONANNA MA RI A L A K E V I EW CIR C L ECAMDEN IRON LEIGE PORTAGE PRAIRIE POINTE DEER WOODWORTHGALLANT FOX ANDREA AUBURNPATRIC IA BEHRENS NADEN AMOS VIOLET SILVER CHARM HALF MOONAMANDAMO R G A NTOWER SANDERSOVERLOOKFOX HILLCARDINALPALMERC O D Y SWIMMINGMENARD CENTRA L HELEN E R I E D E R NORTH R IVERDEAD ENDWORSLEYJOHNSONSO U T H R I V E R REHBEHNHATCHMAJESTIC PRINCECOLONY MILBROOKSANTA MONI C A INDIAN CLIFFSMULHERN CONEFLOWERMEADOWVIEW LE N O X SILVER CITY C T A BEAVERWINCHESTER GLEN NELSONPOWERSRI V E R O A K S NOR T O N F A RM S T E A D PATRIOTBLACK B E R R Y GLORIA ALEXANDRAAPPLETREE HALEY BIG ROCKCOBALTHIDDEN HOMES MADDENTR A I L S E N DWELLSCORNELLPLEASANTSAN D I E G O CHESHIR E HERITAG E VAN HORN WRIGLEY RIVERS IDE RIVERSID E BEECHER BEECHERROUTE 3 4 BRIDGEBERTRAM BRIDGEPARKROUTE 4 7 ROUTE 34CONCORD CENTER SOMONAUK VETERANSDICKSON SUNSETCALEDONIAVETERANS TROON CRIMSONDIVISIONJOHN PARK WESTPARKCANYONATTACHMENT E LOCATION MAP DATE: PROJECT NO.: FILE: BY: FEBRUARY 2025 YO2456 MJT 2025 LOCAL ROAD PROGRAM UNITED CITY OF YORKVILLE, ILLINOIS Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 www.eeiweb.com PATH:H:\GIS\PUBLIC\YORKVILLE\2022\YO2456 United City of Yorkville 651 Prairie Pointe Drive Yorkville, IL 60560 N O R T H ° YO2456_2025 Local Road Program RESURFACING 0 2,000 4,0001,000 US Feet CITYWIDE SIDEWALK REPAIR CITYWIDE SIDEWALK REPAIR CITYWIDE SIDEWALK REPAIR EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $246.00 Principal E-3 $241.00 Senior Project Manager E-2 $234.00 Project Manager E-1 $210.00 Senior Project Engineer/Surveyor II P-6 $200.00 Senior Project Engineer/Surveyor I P-5 $186.00 Project Engineer/Surveyor P-4 $168.00 Senior Engineer/Surveyor P-3 $155.00 Engineer/Surveyor P-2 $140.00 Associate Engineer/Surveyor P-1 $127.00 Senior Project Technician II T-6 $175.00 Senior Project Technician I T-5 $164.00 Project Technician T-4 $153.00 Senior Technician T-3 $140.00 Technician T-2 $127.00 Associate Technician T-1 $111.00 GIS Technician II G-2 $125.00 GIS Technician I G-1 $114.00 Engineering/Land Surveying Intern I-1 $ 82.00 Executive Administrative Assistant A-4 $ 77.00 Administrative Assistant A-3 $ 72.00 VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY Vehicle for Construction Observation $ 20.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $ 225.00 Expert Testimony $ 275.00 STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2024 ATTACHMENT F Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #10 Tracking Number PW 2025-29 Public Works Committee – March 18, 2025 Majority Consideration of Contract Award Bluestem Water Main Improvements – Recommendation to Award Brad Sanderson Engineering Name Department Bluestem Water Main Replacement – Contract Award Bids were received, opened and tabulated for work to be done on the Bluestem Water Main Improvements at 11:00 a.m., March 4, 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 solely consists of water related work. The low bid was below our engineer’s estimate and within the FY2026 budget. We recommend the acceptance of the bid and approval of award be made to the low bidder, Winninger Excavating, Inc., 8845 Schoger Drive, Naperville, IL 60564, in the total amount of $465,646.09. 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: March 5, 2025 Subject: Bluestem Water Main Improvements Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING A BID TO COMPLETE THE BLUESTEM DRIVE WATER MAIN IMPROVEMENTS 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 make certain improvements to the water mains along Bluestem Drive within the City, as illustrated on the Bluestem Dr Water Main Improvements Map, attached hereto as Exhibit A (the “Project”); and WHEREAS, in compliance with all applicable Illinois laws, bids were accepted to complete the Project and a public bid opening was held at 11:00 a.m. on March 4, 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 $465,646.09 (the “Project Cost”); and WHEREAS, sufficient funds are available and have been budgeted in the City’s Fiscal Year 2026 budget to complete the Project; and WHEREAS, it has been recommended to the Corporate Authorities that the bid by Winninger 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 Winninger Resolution No. 2025-____ Page 2 Excavating, Inc., 8845 Schoger Drive, Naperville, IL 60564 to complete the Project at a cost of $465,646.09 is the lowest responsible bid, and therefore accept the bid. Section 3. That this resolution shall be in full force and effect from and after its passage and approval according to law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ SEAVER TARULIS _________ RUSTY CORNEILS _________ APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ MAYOR Attest: ______________________________ CITY CLERK BIDS RECD 3/4/2025 ITEM UNIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 WATER MAIN, CLASS 52, WITH POLYETHYLENE WRAP, 16-INCH LF 723 290.00$ 209,670.00$ 276.00$ 199,548.00$ 238.00$ 172,074.00$ 280.00$ 202,440.00$ 244.00$ 176,412.00$ 315.00$ 227,745.00$ 311.00$ 224,853.00$ 275.00$ 198,825.00$ 225.00$ 162,675.00$ 2 WATER MAIN, CLASS 52, WITH POLYETHYLENE WRAP, 8-INCH LF 46 200.00$ 9,200.00$ 210.00$ 9,660.00$ 145.00$ 6,670.00$ 248.50$ 11,431.00$ 142.00$ 6,532.00$ 215.00$ 9,890.00$ 218.00$ 10,028.00$ 185.00$ 8,510.00$ 135.00$ 6,210.00$ 3 CONNECTION TO EXISTING WATER MAIN, 16-INCH EACH 1 8,000.00$ 8,000.00$ 5,800.00$ 5,800.00$ 3,264.00$ 3,264.00$ 8,250.00$ 8,250.00$ 5,500.00$ 5,500.00$ 8,500.00$ 8,500.00$ 8,860.00$ 8,860.00$ 20,000.00$ 20,000.00$ 10,000.00$ 10,000.00$ 4 CONNECTION TO EXISTING WATER MAIN, 12-INCH EACH 1 7,100.00$ 7,100.00$ 5,400.00$ 5,400.00$ 3,264.00$ 3,264.00$ 16,850.00$ 16,850.00$ 8,600.00$ 8,600.00$ 6,500.00$ 6,500.00$ 16,260.00$ 16,260.00$ 10,000.00$ 10,000.00$ 8,000.00$ 8,000.00$ 5 CONNECTION TO EXISTING WATER MAIN, 8-INCH EACH 1 4,700.00$ 4,700.00$ 5,000.00$ 5,000.00$ 2,320.00$ 2,320.00$ 6,000.00$ 6,000.00$ 5,500.00$ 5,500.00$ 5,500.00$ 5,500.00$ 8,890.00$ 8,890.00$ 8,000.00$ 8,000.00$ 6,000.00$ 6,000.00$ 6 BUTTERFLY VALVE IN 60" VAULT, 16-INCH EACH 2 11,000.00$ 22,000.00$ 10,100.00$ 20,200.00$ 10,762.00$ 21,524.00$ 12,000.00$ 24,000.00$ 9,300.00$ 18,600.00$ 9,500.00$ 19,000.00$ 18,860.00$ 37,720.00$ 25,000.00$ 50,000.00$ 15,000.00$ 30,000.00$ 7 GATE VALVE IN 60" VAULT, 8-INCH EACH 1 7,000.00$ 7,000.00$ 6,100.00$ 6,100.00$ 6,540.00$ 6,540.00$ 9,500.00$ 9,500.00$ 6,600.00$ 6,600.00$ 6,000.00$ 6,000.00$ 9,890.00$ 9,890.00$ 7,800.00$ 7,800.00$ 7,000.00$ 7,000.00$ 8 VALVE VAULT TO BE ABANDONED EACH 1 750.00$ 750.00$ 1,300.00$ 1,300.00$ 600.00$ 600.00$ 550.00$ 550.00$ 550.00$ 550.00$ 550.00$ 550.00$ 680.00$ 680.00$ 500.00$ 500.00$ 900.00$ 900.00$ 9 VALVE VAULT TO BE REMOVED EACH 1 750.00$ 750.00$ 4,000.00$ 4,000.00$ 1,000.00$ 1,000.00$ 950.00$ 950.00$ 1,000.00$ 1,000.00$ 650.00$ 650.00$ 650.00$ 650.00$ 540.00$ 540.00$ 2,500.00$ 2,500.00$ 10 FIRE HYDRANT ASSEMBLY, WITH AUXILIARY VALVE, 6-INCH MJ EACH 2 12,000.00$ 24,000.00$ 10,900.00$ 21,800.00$ 8,680.00$ 17,360.00$ 9,000.00$ 18,000.00$ 7,100.00$ 14,200.00$ 7,800.00$ 15,600.00$ 11,680.00$ 23,360.00$ 10,000.00$ 20,000.00$ 9,500.00$ 19,000.00$ 11 FIRE HYDRANT TO BE REMOVED EACH 2 1,000.00$ 2,000.00$ 2,500.00$ 5,000.00$ 650.00$ 1,300.00$ 550.00$ 1,100.00$ 850.00$ 1,700.00$ 950.00$ 1,900.00$ 1,180.00$ 2,360.00$ 780.00$ 1,560.00$ 2,000.00$ 4,000.00$ 12 DUCTILE IRON FITTINGS LB 3,009 0.01$ 30.09$ 0.01$ 30.09$ 15.00$ 45,135.00$ 1.00$ 3,009.00$ 3.50$ 10,531.50$ 0.01$ 30.09$ 6.00$ 18,054.00$ 15.00$ 45,135.00$ 12.00$ 36,108.00$ 13 WATER MAIN PROTECTION, PVC C-900, 24-INCH LF 63 100.00$ 6,300.00$ 160.00$ 10,080.00$ 118.00$ 7,434.00$ 50.00$ 3,150.00$ 145.00$ 9,135.00$ 190.00$ 11,970.00$ 281.00$ 17,703.00$ 249.00$ 15,687.00$ 165.00$ 10,395.00$ 14 WATER SERVICE PIPE, PEX, 1-INCH LF 347 4.00$ 1,388.00$ 64.00$ 22,208.00$ 78.00$ 27,066.00$ 5.00$ 1,735.00$ 25.00$ 8,675.00$ 65.00$ 22,555.00$ 46.00$ 15,962.00$ 71.00$ 24,637.00$ 40.00$ 13,880.00$ 15 WATER SERVICE CONNECTION, 1-INCH EACH 15 2,500.00$ 37,500.00$ 1,530.00$ 22,950.00$ 1,915.00$ 28,725.00$ 4,500.00$ 67,500.00$ 2,500.00$ 37,500.00$ 3,250.00$ 48,750.00$ 3,880.00$ 58,200.00$ 2,000.00$ 30,000.00$ 2,700.00$ 40,500.00$ 16 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL TON 20 45.00$ 900.00$ 35.00$ 700.00$ 1.00$ 20.00$ 24.00$ 480.00$ 60.00$ 1,200.00$ 100.00$ 2,000.00$ 87.00$ 1,740.00$ 45.00$ 900.00$ 70.00$ 1,400.00$ 17 SANITARY SEWER SERVICE REPAIR, PVC SDR-26, D-2241, 6-INCH EACH 1 2,000.00$ 2,000.00$ 1,450.00$ 1,450.00$ 1,200.00$ 1,200.00$ 750.00$ 750.00$ 2,200.00$ 2,200.00$ 2,000.00$ 2,000.00$ 1,180.00$ 1,180.00$ 1,000.00$ 1,000.00$ 750.00$ 750.00$ 18 DISCONNECT AND ABANDON EXISTING WATER MAIN EACH 3 2,000.00$ 6,000.00$ 6,000.00$ 18,000.00$ 2,000.00$ 6,000.00$ 1,300.00$ 3,900.00$ 550.00$ 1,650.00$ 5,000.00$ 15,000.00$ 2,460.00$ 7,380.00$ 3,000.00$ 9,000.00$ 2,000.00$ 6,000.00$ 19 INLET PROTECTION EACH 8 100.00$ 800.00$ 190.00$ 1,520.00$ 290.00$ 2,320.00$ 220.00$ 1,760.00$ 200.00$ 1,600.00$ 150.00$ 1,200.00$ 300.00$ 2,400.00$ 5,000.00$ 40,000.00$ 150.00$ 1,200.00$ 20 WATER MAIN TESTING - PRESSURE AND DISINFECTION LS 1 2,500.00$ 2,500.00$ 1,850.00$ 1,850.00$ 3,100.00$ 3,100.00$ 6,000.00$ 6,000.00$ 14,500.00$ 14,500.00$ 4,500.00$ 4,500.00$ 3,500.00$ 3,500.00$ 1.00$ 1.00$ 25,000.00$ 25,000.00$ 21 FOUNDATION MATERIAL CY 30 10.00$ 300.00$ 35.00$ 1,050.00$ 40.00$ 1,200.00$ 30.00$ 900.00$ 50.00$ 1,500.00$ 500.00$ 15,000.00$ 88.00$ 2,640.00$ 42.00$ 1,260.00$ 60.00$ 1,800.00$ 22 EXPLORATORY EXCAVATION EACH 2 500.00$ 1,000.00$ 600.00$ 1,200.00$ 1,000.00$ 2,000.00$ 400.00$ 800.00$ 250.00$ 500.00$ 500.00$ 1,000.00$ 1,280.00$ 2,560.00$ 450.00$ 900.00$ 1,200.00$ 2,400.00$ 23 HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SY 28 100.00$ 2,800.00$ 50.00$ 1,400.00$ 170.00$ 4,760.00$ 50.00$ 1,400.00$ 75.00$ 2,100.00$ 65.00$ 1,820.00$ 82.00$ 2,296.00$ 100.00$ 2,800.00$ 40.00$ 1,120.00$ 24 HOT-MIX ASPHALT PAVEMENT REMOVAL, 4-INCH SY 653 4.00$ 2,612.00$ 7.00$ 4,571.00$ 5.00$ 3,265.00$ 6.25$ 4,081.25$ 11.50$ 7,509.50$ 6.00$ 3,918.00$ 26.00$ 16,978.00$ 5.00$ 3,265.00$ 75.00$ 48,975.00$ 25 HOT-MIX ASPHALT PAVEMENT REMOVAL, 6-INCH SY 52 13.00$ 676.00$ 7.00$ 364.00$ 8.00$ 416.00$ 6.25$ 325.00$ 15.00$ 780.00$ 7.00$ 364.00$ 33.00$ 1,716.00$ 10.00$ 520.00$ 85.00$ 4,420.00$ 26 HOT-MIX ASPHALT PAVEMENT PATCH, 4-INCH SY 653 40.00$ 26,120.00$ 40.00$ 26,120.00$ 66.00$ 43,098.00$ 40.00$ 26,120.00$ 145.00$ 94,685.00$ 45.00$ 29,385.00$ 70.00$ 45,710.00$ 55.00$ 35,915.00$ 45.00$ 29,385.00$ 27 HOT-MIX ASPHALT PAVEMENT PATCH, 6-INCH SY 52 125.00$ 6,500.00$ 75.00$ 3,900.00$ 70.00$ 3,640.00$ 75.00$ 3,900.00$ 190.00$ 9,880.00$ 85.00$ 4,420.00$ 108.00$ 5,616.00$ 71.00$ 3,692.00$ 55.00$ 2,860.00$ 28 PCC SIDEWALK REMOVAL AND REPLACEMENT SF 150 20.00$ 3,000.00$ 16.00$ 2,400.00$ 30.00$ 4,500.00$ 16.00$ 2,400.00$ 25.00$ 3,750.00$ 16.00$ 2,400.00$ 20.00$ 3,000.00$ 25.00$ 3,750.00$ 15.00$ 2,250.00$ 29 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT LF 180 65.00$ 11,700.00$ 65.00$ 11,700.00$ 42.00$ 7,560.00$ 65.00$ 11,700.00$ 52.00$ 9,360.00$ 70.00$ 12,600.00$ 70.00$ 12,600.00$ 68.00$ 12,240.00$ 75.00$ 13,500.00$ 30 MAILBOX TO BE REMOVED AND RESET EACH 6 200.00$ 1,200.00$ 200.00$ 1,200.00$ 150.00$ 900.00$ 300.00$ 1,800.00$ 450.00$ 2,700.00$ 175.00$ 1,050.00$ 225.00$ 1,350.00$ 200.00$ 1,200.00$ 150.00$ 900.00$ 31 RESTORATION SY 410 15.00$ 6,150.00$ 28.00$ 11,480.00$ 17.00$ 6,970.00$ 14.25$ 5,842.50$ 12.00$ 4,920.00$ 18.00$ 7,380.00$ 21.00$ 8,610.00$ 25.00$ 10,250.00$ 15.00$ 6,150.00$ 32 TRAFFIC CONTROL AND PROTECTION LS 1 26,000.00$ 26,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 50,163.25$ 50,163.25$ 30,000.00$ 30,000.00$ 25,000.00$ 25,000.00$ 30,000.00$ 30,000.00$ 50,000.00$ 50,000.00$ 15,000.00$ 15,000.00$ 33 ALLOWANCE - ITEMS ORDERED BY THE ENGINEER UNIT 25,000 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ 1.00$ 25,000.00$ BASE BID TOTAL (ITEMS 1-33)465,646.09$ 467,981.09$ 475,225.00$ 521,787.00$ 524,870.00$ 539,177.09$ 627,746.00$ 642,887.00$ 545,278.00$ ABOVE/BELOW ENGINEERS ESTIMATE -14.60%-14.18%-12.85%-4.31%-3.74%-1.12%15.12%17.90%- CORRECTED NUMBERS FROM BID Plano, IL 60545 722 E. South St., Unit D 52 Wheeler Road Sugar Grove, IL 60554Morris, IL 60450Yorkville, IL 60560 Oswego, IL-60543 Plano, IL-60545 Hampshire, IL-60140 Kankakee, IL-60901 Elgin, IL 60120 Martam Construction, Inc.H. Linden & Sons Sewer and Water ENGINEER'S ESTIMATE 1555 Gramercy Place1211 Deer Street P.O. Box 760 217 W. John Street PO Box 554 630 S 7000 W Rd 1200 Gasket Drive BID TABULATION Conley Excavating, Inc.Winninger Excavating, Inc.J & S Const Sewer & Water Inc Performance Const & Eng, LLC Kane County Excavating Scanlon Excavating & Concrete, Inc. BID TABULATION BLUESTEM WATER MAIN IMPROVEMENTS UNITED CITY OF YORKVILLE ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS Page 1 of 1 BID TABULATION ENGINEER'S ESTIMATE Winninger Excavating, Inc.J & S Const Sewer & Water Inc Conley Excavating, Inc. BIDS RECEIVED 11:00 A.M. 03/04/2025 52 Wheeler Road 1211 Deer Street P.O. Box 760 1555 Gramercy Place Sugar Grove, IL 60554 Yorkville, IL 60560 Oswego, IL-60543 Morris, IL 60450 BID TOTAL $545,278.00 $465,646.09 $467,981.09 $475,225.00 BID BOND X X X SIGNED BID X X X ADDENDUM NO. 1 X X X BID TABULATION Performance Const & Eng, LLC Kane County Excavating Scanlon Excavating & Concrete, Inc.Martam Construction, Inc. BIDS RECEIVED 11:00 A.M. 03/04/2025 217 W. John Street PO Box 554 630 S 7000 W Rd 1200 Gasket Drive Plano, IL-60545 Hampshire, IL-60140 Kankakee, IL-60901 Elgin, IL 60120 BID TOTAL $521,787.00 $524,870.00 $539,177.09 $627,746.00 BID BOND X X X X SIGNED BID X X X X ADDENDUM NO. 1 X X X X BID TABULATION H. Linden & Sons Sewer and Water BIDS RECEIVED 11:00 A.M. 03/04/2025 722 E. South St., Unit D Plano, IL 60545 BASE BID TOTAL $642,887.00 BID BOND X SIGNED BID X ADDENDNUM NO. 1 X BID SUMMARY BLUESTEM WATER MAIN IMPROVEMENTS 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 GFGF GF GF GF GF GF GF GF GFGF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GFGF GF GF GF GF GF GF !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( Ke n n e d y McHughB lu e ste m Wi ld IndigoFairhaven Prairie RoseChristy Hayden SwitchgrassLexingtonConeflowerPrairie M e a d o w s Prairie Clover Hayden Engineering Enterprises, Inc.52 Wheeler RoadSugar Grove, Illinois 60554(630) 466-6700 Le gend !(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 WATER IMPROVEMENT LIMITS BLUESTEM DRWATER MAIN IMPROVEMENTSLOCATION MAP www.eeiweb.com DATE: PROJECT NO.: FILE: PATH: BY: APRIL 2024 YO2420 YO2420_Bluestem Dr Water Main Replacement. MXD H:\GIS\PUBLIC\YORKVILLE\2024\ MJT ³ 800 0400 Feet 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 #11 Tracking Number PW 2025-30 Bluestem Water Main Replacement Construction Engineering Agreement Public Works Committee – March 18, 2025 Majority Approval Please see the attached memo. Eric Dhuse Public Works Name Department Summary Approval of a proposed construction engineering agreement from EEI for the Bluestem Watermain Replacement. Background The Bluestem water main replacement is part of the Lake Michigan water main improvements. A 2-block stretch of 8” water main is being replaced with 16” water main to remove a “pinch point” and allow water to flow more freely and efficiently. The area of replacement is on the west end of Bluestem near McHugh Rd. This project also ties into our Road to Better Roads (RTBR) project this year. The water main replacement has to be completed before the streets in the entire subdivision are repaved. This project was last discussed at the City Council meeting on 5/28/24 when the design engineering contract was approved. Since this time, the project has been designed and bid with the contract award as another agenda item at the Public Works committee meeting this month. The proposed contract is any hourly rate agreement that is estimated at $51,448 with an additional $3,940 in direct expenses for a total of $55,388. There is $65,000 budgeted for this contract in the proposed FY26 budget. Recommendation Staff recommends approval of this contract with EEI in the amount of $55,388 Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: March 10, 2025 Subject: Bluestem Water Main Replacement Const. Eng. Agreement Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING AN ENGINEERING AGREEMENT WITH ENGINEERING ENTERPRISES, INC. WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a non- home rule municipality duly organized and validly existing in accordance with the Constitution of the State of Illinois and the laws of this State; and WHEREAS, the City’s Public Works Department plans to replace water mains, part of the Lake Michigan water main improvements, on the west end of Bluestem and McHugh Road, curb and sidewalk removal and replacement, and paving improvements along Bluestem Drive from, McHugh Road to Prairie Rose Lane (the “Project”); and WHEREAS, completion of the Project will require engineering services conducted by an outside engineering firm; and WHEREAS, Engineering Enterprises, Inc., of Sugar Grove, Illinois (“EEI”), has prepared an agreement between EEI and the City for engineering services related to the Project (the “Agreement”), said Agreement being attached hereto as Exhibit A; and WHEREAS, EEI has provided engineering services for various projects completed by the City, and the City administration has found that EEI is a qualified and experienced engineering firm; and WHEREAS, the City administration recommends approval of the Agreement. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council (the “Corporate Authorities”) of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Resolution No. 2025-____ Page 2 Section 2. The Mayor and City Clerk are hereby authorized to execute a Bluestem Water Main Improvements, United City of Yorkville, Agreement for Professional Services – Construction Engineering, attached hereto as Exhibit A. Section 3. 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 UNITED CITY OF YORKVILLE BLUESTEM WATER MAIN IMPROVEMENTS PAGE 1 Bluestem Water Main Improvements United City of Yorkville Agreement for Professional Services – Construction Engineering THIS AGREEMENT, by and between the United City of Yorkville hereinafter referred to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as the "Contractor" or “ENGINEER” agrees as follows: A. Services: The Engineer shall furnish the necessary personnel, materials, equipment and expertise to make the necessary investigations, analysis and calculations along with exhibits, cost estimates and narrative, to complete all necessary engineering services to the City as indicated on the included Attachment A. Construction engineering will be provided for approximately 723 feet of 16-inch ductile iron water main, 46 feet of 8-inch ductile iron water main, curb and sidewalk removal and replacement, and paving improvements along Bluestem Drive from McHugh Road to Prairie Rose Lane. (See Attachment D for project limits). Engineering will be in accordance with all City, Standard Specifications for Water and Sewer Construction in Illinois, Illinois Department of Transportation, and Illinois Environmental Protection Agency requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non -terminating party or upon completion of the Services. Upon termination the Contractor sha ll be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services performed to be performed herein, an amount based on the Estimate of Level of Effort and Associated Cost included in Attachment C. Construction Engineering will be paid for Hourly (HR) at the actual rates for services to be performed, currently estimated at $51,448. Direct expenses are estimated at $3,940. The hourly rates for this project are shown in the attached 202 4 Standard Schedule of Charges (Attachment F). All payments will be ma de according to the Illinois State Prompt Payment Act and not less than once every 30 days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B hereof as an Ongoing Contract, ENGINEER, on or before February 1st of any given year, shall provide written notice of any change in the rates specified in Section C hereof (or on any attachments hereto) and said changes shall only be effective on and after May 1st of that same year. UNITED CITY OF YORKVILLE BLUESTEM WATER MAIN IMPROVEMENTS PAGE 2 E. Ownership of Records and Documents: Contractor agrees that all books and records and other recorded information developed specifically in connection with this agreement shall remain the property of the City. Contractor agrees to keep such information confidential and not to disclose or disseminate the information to third parties without the consent of the City. This confidentiality shall not apply to material or information, which would otherwise be subject to public disclosure through the Freedom of Information Act or if already previously disclosed by a third party. Upon termination of this agreement, Contractor agrees to return all such materials to the City. The City agrees not to modify any original documents produced by Contractor without contractors consent. Modifications of any signed duplicate original document not authorized by ENGINEER will be at OWNER’s sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned document will, likewise, be at the OWNER’s sole risk and without legal liability to the ENGINEER. F. Governing Law: This contract shall be governed and construed in accordance with the laws of the State of Illinois. Venue shall be in Kendall County, Illinois. G. Independent Contractor: Contractor shall have sole control over the manner and means of providing the work and services performed under this agreement. The City’s relationship to the Contractor under this agreement shall be that of an independent contractor. Contractor will not be considered an employee to the City for any purpose. H. Certifications: Employment Status: The Contractor certifies that if any of its personnel are an employee of the State of Illinois, they have permission from their employer to perform the service. Anti-Bribery: The Contractor certifies it is not barred under 30 Illinois Compiled Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of bribery or attempted bribery of an officer or employee of the State of Illinois or any other state. Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not in default for a period of six months or more in an amount of $600 or more on the repayment of any educational loan guaranteed by the Illinois State Scholarship Commission made by an Illinois institution of higher education or any other loan made from public funds for the purpose of financing higher education (5 ILCS 385/3). Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. UNITED CITY OF YORKVILLE BLUESTEM WATER MAIN IMPROVEMENTS PAGE 3 Barred from Contracting: The Contractor certifies that it has not been barred from contracting as a result of a conviction for bid -rigging or bid rotating under 720 Illinois Compiled Statutes 5/33E or similar law of another state. Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or more employees certify and agree to take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance program, of prohibited activities and of sanctions that will be imposed for violations; and that individuals with contracts certify that they will not engage in the manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of the contract. Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor agrees to comply with applicable provisions of the Illinois Human Rights Act (775 Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilitie s Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights Rules is specifically incorporated herein. The Contractor shall comply with Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 o r the regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS 582). Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20 -65 requires the Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of the date of completion of this Contract or the date of final payment under the Contract, all books and records relating to the performance of the Contract and necessary to support amounts charged to the City under the Contract. The Contract and all books and records related to the Contract shall be available for review and audit by the City and the Illinois Auditor General. If this Contract is funded from contract/grant funds provided by the U.S. Government, the Contract, books, and records shall be available for review and audit by the Comptroller General of the U.S. and/or the Inspector G eneral of the federal sponsoring agency. The Contractor agrees to cooperate fully with any audit and to provide full access to all relevant materials. United States Resident Certification: (This certification must be included in all contracts involving personal services by non-resident aliens and foreign entities in accordance with requirements imposed by the Internal Revenue Services for withholding and reporting federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen ___ Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that taxes UNITED CITY OF YORKVILLE BLUESTEM WATER MAIN IMPROVEMENTS PAGE 4 be withheld on payments made to non resident aliens for the performance of personal services at the rate of 30%. Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): ___ Individual ___ Real Estate Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. I. Indemnification: Contractor shall indemnify and hold harmless the City and City’s agents, servants, and employees against all loss, damage, and expense which it may sustain or for which it will become liable on account of injury to or death of persons, or on account of damage to or destruction of property resulting from the performan ce of work under this agreement by Contractor or its Subcontractors, or due to or arising in any manner from the wrongful act or negligence of Contractor or its Subcontractors of any employee of any of them. In the event that the either party shall bring any suit, cause of action or counterclaim against the other party, the non-prevailing party shall pay to the prevailing party the cost and expenses incurred to answer and/or defend such action, including reasonable attorney fees and court costs. In no event shall the either party indemnify any other party for the consequences of that party’s negligence, including failure to follow the ENGINEER’s recommendations. J. Insurance: The contractor agrees that it has either attached a copy of all required insurance certificates or that said insurance is not required due to the nature and extent of the types of services rendered hereunder. (Not applicable as having been previously supplied) K. Additional Terms or Modification: The terms of this agreement shall be further modified as provided on the attached Exhibits. Except for those terms included on the Exhibits, no additional terms are included as a part of this agreement. All prior understandings and agreements between the p arties are merged into this agreement, and this agreement may not be modified orally or in any manner other than by an agreement in writing signed by both parties. In the event that any provisions of this agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. The list of Attachments are as follows: Attachment A: Standard Terms and Conditions Attachment B: Scope of Services Attachment C: Estimated Level of Effort and Associated Cost Attachment D: Location Exhibit Attachment E: Anticipated Project Schedule Attachment F: Standard Schedule of Charges UNITED CITY OF YORKVILLE BLUESTEM WATER MAIN IMPROVEMENTS PAGE 5 L. Notices: All notices required to be given under the terms of this agreement shall be given mail, addressed to the parties as follows: For the City: For the Contractor: City Administrator and City Clerk Engineering Enterprises, Inc. United City of Yorkville 52 Wheeler Road 651 Prairie Pointe Drive Sugar Grove Illinois 60554 Yorkville, IL 60560 Either of the parties may designate in writing from time to time substitute addresses or persons in connection with required notices. Agreed to this ___day of _________, 202 5. United City of Yorkville: Engineering Enterprises, Inc.: _________________________________ ________________________________ John Purcell Brad Sanderson, P.E. Mayor Chief Operating Officer / President _________________________________ ________________________________ Jori Behland Angie Smith City Clerk Executive Assistant ENGINEERING ENTERPRISES, INC. MARCH 2024 PAGE 1 STANDARD TERMS AND CONDITIONS Agreement: These Standard Terms and Conditions, together with the Professional Services Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises, Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions between the Parties. These terms may be amended, but only if both parties consent in writing. However, to the extent that the Scope of Work differs from the Standard Terms and Conditions, the Scope of Work document controls. Standard of Care: In providing services under this Agreement, the ENGINEER will endeavor to perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under same circumstances in the same locality. ENGINEER makes no other warranties, express or implied, written or oral under this Agreement or otherwise, in connection with ENGINEER’S service. Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or have authority over any contractor work, nor have authority over or be responsible for the means, methods, techniques sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety of the site, nor for any failure of a contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing of its work. The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for contractor’s failure to furn ish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agen ts or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose o f assessing if upon installation or incorporation in the project work they are generally consistent with the construction docum ents.  OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents .  OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions.  The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope.  Through standard , reasonable means the ENGINEER will become generally familiar with observable completed work.  If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinio n of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of tex t, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in el ectronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at th e beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the t ermination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition . In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNE R: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. ENGINEER agrees to cooperate with the OWNER, as necessary, to remediate a Hazardous Condition, but same may result in additional costs to the OWNER. ENGINEERING ENTERPRISES, INC. MARCH 2024 PAGE 2 Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors, partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential damages that either party may have i ncurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty . Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or per sons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ writte n notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Pr oject to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions b eing taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of in voices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement shall not constitute a waiver of th e provision, nor shall it affect the enforceability of that provision or of the remainder of this Agreement. Attorney’s Fees: In the event of any action or proceeding brought by either party against the other under this Agreement, the prevailing party shall be entitled to recover from the other all costs and expenses including without limitation the reasonab le fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. Fiduciary Duty: Nothing in this Agreement is intended to create, nor shall it be construed to create, a fiduciary duty owed to either party to the other party. EEI makes no warranty, express or implied, as to its professional services rendered. Headings: The headings used in this Agreement are inserted only as a matter of convenience only, and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect the construction or interpretation of this Agreement. UNITED CITY OF YORKVILLE BLUESTEM WATER MAIN IMPROVEMENTS PAGE 1 Bluestem Water Main Improvements United City of Yorkville Agreement for Professional Services – Construction Engineering Attachment B – Scope of Services The United City of Yorkville intends to install approximately 723 feet of 16-inch ductile iron water main, 46 feet of 8-inch ductile iron water main, curb and sidewalk removal and replacement, and paving improvements along Bluestem Drive from McHugh Road to Prairie Rose Lane. CONSTRUCTION ENGINEERING – BLUESTEM WATER MAIN IMPROVEMENTS 3.1 Construction Administration • Prepare for, Attend and Facilitate the Preconstruction Meeting with the Contractor Including Preparation of Meeting Minutes • Shop Drawing Review • Prepare and Handout Construction Notice Flyers to Residents Including Temporary Water Loss Notices • Coordinate with City Services (Garbage, Mail, Etc.) • Review Engineering Plans, Specifications and Prepare Field Book • Prepare Pay Estimates and Change Orders • Gather Invoices and Waivers of Lien • Provide Weekly Updates to City or as Required Based on Onsite Activities 3.2 Construction Layout and Record Drawings • Stake Proposed Water Main • Perform Post Construction Field Survey for Record Drawings • Prepare and Review Record Drawings 3.3 Construction Observation and Documentation • Review Staked Water Main • Take Pre-Construction Videos and Photos of Pre-Existing Conditions • Provide Resident Engineer Services for Construction • Coordinate Any Required Testing on Behalf of the City and Review Test Reports • Provide Quantity Tracking, Documentation and Daily Field Reports • Perform Punch Walks, Prepare Punch List Letters and Provide Follow Up Inspections and Recommend Acceptance When Appropriate • Prepare Project Closeout Paperwork The following scope of services will be provided by EEI’s Subconsultant when selected: • Material Testing for Quality Assurance The above scope for “BLUESTEM WATER MAIN IMPROVEMENTS” summarizes the work items that will be completed for this contract. Additional work items, including additional meetings beyond the meetings defined in the above scope shall be considered outside the scope of the base contract and will be billed in accordance with the Standard Schedule of Charges. ATTACHMENT C: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST PROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBER PROJECT TITLE DATE PREPARED BY ROLE PIC PM PE PT PM SPT2 PE ADMIN RATE $246 $210 $168 $153 $210 $175 $168 $72 CONSTRUCTION ENGINEERING 3.1 Contract Administration 2 21 - 27 - - - - 50 9,033$ 3.2 Construction Layout and Record Drawings - - - 2 2 13 5 - 22 3,841$ 3.3 Observation and Documentation 2 4 - 242 - - - 3 251 38,574$ Construction Engineering Subtotal:4 25 - 271 2 13 5 3 323 51,448$ 4 25 - 271 2 13 5 3 323 51,448 DIRECT EXPENSES Printing/Postage = 250$ Vehicle = 1,690$ Material Testing = 2,000$ Environmental Assessment = -$ DIRECT EXPENSES =3,940$ LABOR SUMMARY EEI Labor Expenses = 47,913$ Surveying Expenses = 3,535$ Drafting Expenses = -$ TOTAL LABOR EXPENSES 51,448$ TOTAL COSTS 55,388$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com YO2420-P 3/7/25Bluestem Water Main Improvements United City of Yorkville PROJECT TOTAL: KDW COSTTASK NO.TASK DESCRIPTION HOURS GF GF GF GF GF GF GF GF GF GF GF GF GFGF GF GF GF GF GF GF GF GFGF GF GF GF GF GF GF GF GF GF GF GF GF GF GF GFGF GF GF GF GF GF GF !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( Ke n n e d y McHughB lu e ste m Wi ld IndigoFairhaven Prairie RoseChristy Hayden SwitchgrassLexingtonConeflowerPrairie M e a d o w s Prairie Clover Hayden Engineering Enterprises, Inc.52 Wheeler RoadSugar Grove, Illinois 60554(630) 466-6700 Le gend !(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 WATER IMPROVEMENT LIMITS BLUESTEM DRWATER MAIN IMPROVEMENTSLOCATION MAP www.eeiweb.com DATE: PROJECT NO.: FILE: PATH: BY: APRIL 2024 YO2420 YO2420_Bluestem Dr Water Main Replacement. MXD H:\GIS\PUBLIC\YORKVILLE\2024\ MJT ³ 800 0400 Feet ATTACHMENT E: ESTIMATED SCHEDULE CLIENT PROJECT NUMBER PROJECT TITLE DATE PREPARED BY APRIL MAY JUNE JULY AUG SEPT OCT NOV DEC JAN FEB MAR CONSTRUCTION ENGINEERING 3.1 Contract Administration 3.2 Construction Layout and Record Drawings 3.3 Observation and Documentation 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com KDW YO2420-P Bluestem Water Main Improvements United City of Yorkville TASK NO.TASK DESCRIPTION 3/7/25 2025 2026 EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $246.00 Principal E-3 $241.00 Senior Project Manager E-2 $234.00 Project Manager E-1 $210.00 Senior Project Engineer/Surveyor II P-6 $200.00 Senior Project Engineer/Surveyor I P-5 $186.00 Project Engineer/Surveyor P-4 $168.00 Senior Engineer/Surveyor P-3 $155.00 Engineer/Surveyor P-2 $140.00 Associate Engineer/Surveyor P-1 $127.00 Senior Project Technician II T-6 $175.00 Senior Project Technician I T-5 $164.00 Project Technician T-4 $153.00 Senior Technician T-3 $140.00 Technician T-2 $127.00 Associate Technician T-1 $111.00 GIS Technician II G-2 $125.00 GIS Technician I G-1 $114.00 Engineering/Land Surveying Intern I-1 $ 82.00 Executive Administrative Assistant A-4 $ 77.00 Administrative Assistant A-3 $ 72.00 VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY Vehicle for Construction Observation $ 20.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $ 225.00 Expert Testimony $ 275.00 STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2024 ATTACHMENT F Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #12 Tracking Number PW 2025-31 Bertram Drive Connection Design Engineering Agreement Public Works Committee – March 18, 2025 Majority Approval Please see the attached memo. Eric Dhuse Public Works Name Department Summary A proposed design engineering agreement from EEI for the Bertram Rd. extension to Rt. 47. Background As part of the Rt. 47 reconstruction from Waterpark Way to Baseline Rd., the City has planned on connecting Bertram Drive to Rt. 47. With construction immanent, we need to have Bertram Drive designed to be able to construct it as soon as we can. Currently, the entire Bristol Bay subdivision has only one access point on Galena Rd. The Bertram Drive connection would be a much needed second access to the subdivision. This will be a full access to Rt. 47 but will not be signalized. EEI is proposing a fixed fee Design Engineering PSA in the amount of $46,038 with an additional estimated $11,910 in direct expenses. This expenditure is contemplated in the proposed FY26 budget in the City-Wide Capital section in the amount of $52,000. The proposed PSA amount is ~$6,000 higher than what is currently budgeted. Staff is ok with this since the direct expenses are conservatively estimated. Recommendation Staff recommends approval of this PSA with EEI in the amount of $57,948. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: March 11, 2025 Subject: Bertram Drive Extension Design Engineering Agreement Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING AN ENGINEERING AGREEMENT WITH ENGINEERING ENTERPRISES, INC. WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a non- home rule municipality duly organized and validly existing in accordance with the Constitution of the State of Illinois and the laws of this State; and WHEREAS, the City’s Public Works Department plans to perform work connecting Bertram Drive to Route 47, as part of Route 47 reconstruction from Waterpark Way to Baseline Road (the “Project”); and WHEREAS, completion of the Project will require engineering services conducted by an outside engineering firm; and WHEREAS, Engineering Enterprises, Inc., of Sugar Grove, Illinois (“EEI”), has prepared an agreement between EEI and the City for engineering services related to the Project (the “Agreement”), said Agreement being attached hereto as Exhibit A; and WHEREAS, EEI has provided engineering services for various projects completed by the City, and the City administration has found that EEI is a qualified and experienced engineering firm; and WHEREAS, the City administration recommends approval of the Agreement. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council (the “Corporate Authorities”) of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Mayor and City Clerk are hereby authorized to execute a Bertram Resolution No. 2025-____ Page 2 Drive Connection, United City of Yorkville, Professional Services Agreement – Design Engineering, attached hereto as Exhibit A. Section 3. 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 UNITED CITY OF YORKVILLE BERTRAM DRIVE CONNECTION PAGE 1 Bertram Drive Connection United City of Yorkville Professional Services Agreement – Design Engineering THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as the "Contractor" or “ENGINEER” agrees as follows: A. Services: ENGINEER agrees to furnish to the City the following services: The ENGINEER shall provide any and all necessary engineering services to the City as indicated on the Scope of Services (Attachment B). Design Engineering for all roadways indicated on Attachment E will be provided. Construction Engineering services are not included and would be provided in a separate agreement. Engineering will be in accordance with all City and Illinois Department of Transportation requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non-terminating party or upon completion of the Services. Upon termination the Contractor shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services to be performed herein, an amount based on the Estimated Level of Effort and Associated Cost included in Attachment C. Design engineering will be paid for as a Fixed Fee (FF) in the amount of $46,038. Direct expenses are estimated at $11,910. The hourly rates for this project are shown in the attached 2024 Standard Schedule of Charges (Attachment E). All payments will be made according to the Illinois State Prompt Payment Act and not less than once every thirty days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B thereof as an Ongoing Contract, ENGINEER, on or before February 1st of any given year, shall provide written notice of any change in the rates specified in Section C hereof (or on any attachments hereto) and said changes shall only be effective on and after May 1st of that same year. E. Ownership of Records and Documents: UNITED CITY OF YORKVILLE BERTRAM DRIVE CONNECTION PAGE 2 Contractor agrees that all books and records and other recorded information developed specifically in connection with this agreement shall remain the property of the City. Contractor agrees to keep such information confidential and not to disclose or disseminate the information to third parties without the consent of the City. This confidentiality shall not apply to material or information, which would otherwise be subject to public disclosure through the freedom of information act or if already previously disclosed by a third party. Upon termination of this agreement, Contractor agrees to return all such materials to the City. The City agrees not to modify any original documents produced by Contractor without contractors consent. Modifications of any signed duplicate original document not authorized by ENGINEER will be at OWNER’s sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned document will, likewise, be at the OWNER’s sole risk and without legal liability to the ENGINEER. F. Governing Law: This contract shall be governed and construed in accordance with the laws of the State of Illinois. Venue shall be in Kendall County, Illinois. G. Independent Contractor: Contractor shall have sole control over the manner and means of providing the work and services performed under this agreement. The City’s relationship to the Contractor under this agreement shall be that of an independent contractor. Contractor will not be considered an employee to the City for any purpose. H. Certifications: Employment Status: The Contractor certifies that if any of its personnel are an employee of the State of Illinois, they have permission from their employer to perform the service. Anti-Bribery: The Contractor certifies it is not barred under 30 Illinois Compiled Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of bribery or attempted bribery of an officer or employee of the State of Illinois or any other state. Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not in default for a period of six months or more in an amount of $600 or more on the repayment of any educational loan guaranteed by the Illinois State Scholarship Commission made by an Illinois institution of higher education or any other loan made from public funds for the purpose of financing higher education (5 ILCS 385/3). Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. UNITED CITY OF YORKVILLE BERTRAM DRIVE CONNECTION PAGE 3 Barred from Contracting: The Contractor certifies that it has not been barred from contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois Compiled Statutes 5/33E or similar law of another state. Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or more employees certify and agree to take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance program, of prohibited activities and of sanctions that will be imposed for violations; and that individuals with contracts certify that they will not engage in the manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of the contract. Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor agrees to comply with applicable provisions of the Illinois Human Rights Act (775 Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights Rules is specifically incorporated herein. The Contractor shall comply with Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS 582). Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of the date of completion of this Contract or the date of final payment under the Contract, all books and records relating to the performance of the Contract and necessary to support amounts charged to the Village under the Contract. The Contract and all books and records related to the Contract shall be available for review and audit by the Village and the Illinois Auditor General. If this Contract is funded from contract/grant funds provided by the U.S. Government, the Contract, books, and records shall be available for review and audit by the Comptroller General of the U.S. and/or the Inspector General of the federal sponsoring agency. The Contractor agrees to cooperate fully with any audit and to provide full access to all relevant materials. United States Resident Certification: (This certification must be included in all contracts involving personal services by non-resident aliens and foreign entities in accordance with requirements imposed by the Internal Revenue Services for withholding and reporting federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen ___ Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that taxes UNITED CITY OF YORKVILLE BERTRAM DRIVE CONNECTION PAGE 4 be withheld on payments made to non resident aliens for the performance of personal services at the rate of 30%. Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): ___ Individual ___ Real Estate Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. I. Indemnification: Contractor shall indemnify and hold harmless the Village and Village’s agents, servants, and employees against all loss, damage, and expense which it may sustain or for which it will become liable on account of injury to or death of persons, or on account of damage to or destruction of property resulting from the performance of work under this agreement by Contractor or its Subcontractors, or due to or arising in any manner from the wrongful act or negligence of Contractor or its Subcontractors of any employee of any of them. In the event that the either party shall bring any suit, cause of action or counterclaim against the other party, the non-prevailing party shall pay to the prevailing party the cost and expenses incurred to answer and/or defend such action, including reasonable attorney fees and court costs. In no event shall the either party indemnify any other party for the consequences of that party’s negligence, including failure to follow the ENGINEER’s recommendations. J. Insurance: The Engineer agrees that it has either attached a copy of all required insurance certificates or that said insurance is not required due to the nature and extent of the types of services rendered hereunder. (Not applicable as having been previously supplied) K. Additional Terms or Modification: The terms of this agreement shall be further modified as provided on the attached Exhibits. Except for those terms included on the Exhibits, no additional terms are included as a part of this agreement. All prior understandings and agreements between the parties are merged into this agreement, and this agreement may not be modified orally or in any manner other than by an agreement in writing signed by both parties. In the event that any provisions of this agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. The list of attachments are as follows: Attachment A: Standard Terms and Conditions Attachment B: Scope of Services Attachment C: Estimated Level of Effort and Associated Cost Attachment D: Estimated Project Schedule Attachment E: Location Map Attachment F: 2024 Standard Schedule of Charges UNITED CITY OF YORKVILLE BERTRAM DRIVE CONNECTION PAGE 5 L. Notices: All notices required to be given under the terms of this agreement shall be given mail, addressed to the parties as follows: For the City: For the Contractor: City Administrator and City Clerk Engineering Enterprises, Inc. United City of Yorkville 52 Wheeler Road 651 Prairie Pointe Drive Sugar Grove Illinois 60554 Yorkville, IL 60560 Either of the parties may designate in writing from time to time substitute addresses or persons in connection with required notices. Agreed to this ___day of _________, 2025. United City of Yorkville: Engineering Enterprises, Inc.: _________________________________ ________________________________ John Purcell Bradley. P. Sanderson, PE Mayor Chief Operating Officer/President _________________________________ ________________________________ Jori Behland Christopher J. Ott, PE. City Clerk Project Manager ENGINEERING ENTERPRISES, INC. ATTACHMENT A - MARCH 2025 PAGE 1 STANDARD TERMS AND CONDITIONS Agreement: These Standard Terms and Conditions, together with the Professional Services Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises, Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions between the Parties. These terms may be amended, but only if both parties consent in writing. However, to the extent that the Scope of Work differs from the Standard Terms and Conditions, the Scope of Work document controls. Standard of Care: In providing services under this Agreement, the ENGINEER will endeavor to perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under same circumstances in the same locality. ENGINEER makes no other warranties, express or implied, written or oral under this Agreement or otherwise, in connection with ENGINEER’S service. Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or have authority over any contractor work, nor have authority over or be responsible for the means, methods, techniques sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety of the site, nor for any failure of a contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing of its work. The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for contractor’s failure to furn ish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agen ts or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose o f assessing if upon installation or incorporation in the project work they are generally consistent with the construction docum ents.  OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents .  OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions.  The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope.  Through standard , reasonable means the ENGINEER will become generally familiar with observable completed work.  If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinio n of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of tex t, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in el ectronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at th e beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the t ermination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition . In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNE R: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. ENGINEER agrees to cooperate with the OWNER, as necessary, to remediate a Hazardous Condition, but same may result in additional costs to the OWNER. ENGINEERING ENTERPRISES, INC. ATTACHMENT A - MARCH 2025 PAGE 2 Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors, partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential damages that either party may have i ncurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty . Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or per sons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ writte n notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Pr oject to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions b eing taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of in voices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement shall not constitute a waiver of th e provision, nor shall it affect the enforceability of that provision or of the remainder of this Agreement. Attorney’s Fees: In the event of any action or proceeding brought by either party against the other under this Agreement, the prevailing party shall be entitled to recover from the other all costs and expenses including without limitation the reasonab le fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. Fiduciary Duty: Nothing in this Agreement is intended to create, nor shall it be construed to create, a fiduciary duty owed to either party to the other party. EEI makes no warranty, express or implied, as to its professional services rendered. Headings: The headings used in this Agreement are inserted only as a matter of convenience only, and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect the construction or interpretation of this Agreement. UNITED CITY OF YORKVILLE, IL BERTRAM DRIVE CONNECTION PAGE 1 Bertram Drive Connection United City of Yorkville, IL Professional Services Agreement – Design Engineering Attachment B – Scope of Services DESIGN ENGINEERING • Project Management and Coordination o Project Management o Project Scheduling o Coordination with Sub-Consultants (Rubino Engineering, Inc.) o QC/QA of Final Plans, Specifications and Estimates • Project Meetings o Kick-Off Meeting with City Staff o 60% Submittal Meeting • Topographic Survey o Perform Topographic Survey o Review Topographic Survey • Boundary Survey & Plat of Dedication o Perform Boundary Survey o Obtain Title Commitments o Prepare Right-Of-Way Dedication Plats • Geotechnical Investigation and CCDD Coordination o Coordinate Locations and Work to Obtain Soil Boring/Pavement Cores o Perform Soil Borings for Pavement Design and Grading (Rubino Engineering, Inc.) o Prepare Geotechnical Report (Rubino Engineering, Inc.) o Perform EcoCAT Submittal o Prepare and Submit Illinois State Historic Preservation Office (SHPO) Approval o CCDD and LPC 662/663 Forms (Rubino Engineering, Inc.) • Utility Coordination o Perform Design JULIE o Review and Inventory Existing Utility Information to Identify Potential Conflicts o Coordination with Public Utilities • Prefinal Plans, Specifications and Estimates o Coordinate with City Staff the Final Scope of Improvements o Develop Prefinal Plans Including the Following: ▪ Title Sheet ▪ General Notes ▪ Summary of Quantities ▪ Existing and Proposed Typical Sections ▪ Plan and Profile (1”=20’) ▪ Erosion and Sediment Control Plan (1”=20’) ▪ Drainage and Utilities Plan (1”=20’) ▪ Pavement Marking and Signing Plan (1”=20’) ▪ Project Details ▪ City Details ▪ Cross Sections (@ 50 ft stations, 1”=10’ horizontal, 1”=5’ vertical) o Prepare Bid Package and Ancillary Documents including: ▪ BLR 12200 – Local Agency Formal Contract Proposal ▪ BLR 12201 – Schedule of Prices ▪ BLR 12230 – Bid Bond Form UNITED CITY OF YORKVILLE, IL BERTRAM DRIVE CONNECTION PAGE 2 ▪ BC 57 – Affidavit of Availability ▪ Index for Supplemental Specifications and Recurring Special Provisions ▪ BLR 11300 - Check Sheet for Recurring Special Provisions ▪ BLR 11310 – Special Provisions ▪ BDE Check Sheet/Special Provisions ▪ Prevailing Wage o Special Provisions in IDOT Format ▪ Local Roads Special Provisions ▪ City Special Provisions and Details ▪ Status of Utilities to Be Adjusted o Prepare Preliminary Cost Estimate o Submit Prefinal Plans to Utility Companies as Necessary o Submit Prefinal Plans, Special Provisions and Cost Estimate to City for Review • Final Plans, Specifications and Estimates o Update Plans Based on Comments Received on Pre-Final Plans o Update Summary of Quantities, Estimate of Cost for Final Submittal o Update Special Provisions for Final Submittal o Submit Final Plans, Specifications and Estimate of Cost to City and Utility Companies • Bidding, Letting and Contracting o Assist in Bidding and Contractor/Bid Evaluation o Contract Preparation o Additional Contract Administration as Required DIRECT EXPENSES: The following scope of services will be provided by EEI’s subconsultant: Geotechnical and CCDD (Rubino Engineering, Inc.) - Refer to scope items listed above EXCLUSIONS: • Phase III Engineering Services • Archeological Surveys • Traffic Signal Design The above scope for “Bertram Drive Connection” summarizes the work items that will be completed for this contract. Additional work items, including additional meetings beyond the meetings defined in the above scope shall be considered outside the scope of the base contract and will be billed in accordance with the Standard Schedule of Charges. ATTACHMENT C: ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COSTPROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBERUnited City of YorkvilleYO2505-CPROJECT TITLEDATE PREPARED BYBertram Drive Connection - Design EngineeringROLE PIC SPM PM SPE 2 SPT 2 ST ADMINPERSONRATE $246 $234 $210 $200 $175 $140 $72DESIGN ENGINEERING2.12 6 8 1,752$ 2.22 3 3 8 1,722$ 2.36 18 24 4,554$ 2.42 2 400$ 2.52 2 400$ 2.68 56 12 48 124 21,700$ 2.78 36 8 20 72 13,080$ 2.81 4 6 2 13 2,430$ Design Engineering Subtotal: 5 6 29 105 38 68 2 253 46,038$ 5 6 29 105 38 68 2 253 46,038 EEI STAFFDIRECT EXPENSESPIC Principal In ChargePrinting/Scanning = 150$ PM Project ManagerLegal Surveying = 6,000$ SPE 1 Senior Project Engineer IRubino (Soil Borings & CCDD) = 5,760$ PE Project EngineerDIRECT EXPENSES = 11,910$ SPT 1 Senior Project Technician IST Senior TechnicianLABOR SUMMARYADMIN Adminstrative AssistantEEI Labor Expenses = 46,038$ TOTAL LABOR EXPENSES46,038$ TOTAL COSTS 57,948$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comPROJECT TOTAL:CJO3/10/25COSTTASK NO.TASK DESCRIPTIONHOURSProject Management and CoordinationProject MeetingsFinal Plans, Specifications and EstimatesBidding, Letting and ContractingTopographic SurveyGeotechnical Investigation and CCDD CoordinationPrefinal Plans, Specifications and EstimatesUtility Coordination ATTACHMENT D: ESTIMATED SCHEDULE CLIENT PROJECT NUMBER United City of Yorkville YO2505-C PROJECT TITLE DATE PREPARED BY Bertram Drive Connection - Design Engineering CJO MAR APR MAY JUN JUL AUG SEP DESIGN ENGINEERING 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com 3/10/25 Project Management and Coordination Bidding, Letting and Contracting Final Plans, Specifications and Estimates Utility Coordination Prefinal Plans, Specifications and Estimates Boundary Survey & Plat of Dedication TASK NO.TASK DESCRIPTION Project Meetings Topographic Survey Geotechnical Investigation and CCDD Coordination RobRoyCreekRobRoyCreek47StateRoute47 47 B e r t r a m D r Bertra m D r StateRoute47WinchesterLnGarritano St B e r t r a m D r BertramDrWinchesterLnHalf Moon Dr Garritano St Bertram DrN Bridge StWinchester LnEngineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 BERTRAM DRIVE EXTENSIONwww.eeiweb.com DATE DATE: PROJECT NO.: FILE: PATH: BY: FEBRUARY 2025 YO2500 YO2500_Bertram Dr Extension H:\GIS\PUBLIC\YORKVILLE\2025\ MJT NO.REVISIONS United City of Yorkville 651 Prairie Pointe Dr Yorkville, IL 60560 630-553-4350www.yorkville.il.us 200 0100 Feet ¯ Legend Bertram Dr Extension ATTACHMENT E EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $246.00 Principal E-3 $241.00 Senior Project Manager E-2 $234.00 Project Manager E-1 $210.00 Senior Project Engineer/Surveyor II P-6 $200.00 Senior Project Engineer/Surveyor I P-5 $186.00 Project Engineer/Surveyor P-4 $168.00 Senior Engineer/Surveyor P-3 $155.00 Engineer/Surveyor P-2 $140.00 Associate Engineer/Surveyor P-1 $127.00 Senior Project Technician II T-6 $175.00 Senior Project Technician I T-5 $164.00 Project Technician T-4 $153.00 Senior Technician T-3 $140.00 Technician T-2 $127.00 Associate Technician T-1 $111.00 GIS Technician II G-2 $125.00 GIS Technician I G-1 $114.00 Engineering/Land Surveying Intern I-1 $ 82.00 Executive Administrative Assistant A-4 $ 77.00 Administrative Assistant A-3 $ 72.00 VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY Vehicle for Construction Observation $ 20.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $ 225.00 Expert Testimony $ 275.00 STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2024 ATTACHMENT F Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #13 Tracking Number PW 2025-32 2026 Water Main Improvements Design Engineering Agreement Public Works Committee – March 18, 2025 Majority Approval Please see the attached memo. Eric Dhuse Public Works Name Department Summary A proposed design engineering agreement from EEI for the 2026 Water Main Replacement Program. Background In an ongoing effort to reduce our non-revenue water loss to under 10% as required by our Lake Michigan water allocation, we are continuing to replace older, cast iron water main that is prone to water main breaks and leaks. This will be the third year of aggressively replacing water main throughout town. The proposed areas of replacement include Adrian, Blaine, Illini, Walter, Olsen, and E. Ridge. In addition, we will be replacing the rear yard mains in Countryside and replacing a main that runs from Rt. 47 to the Penny Lane Apartments. The Penny Lane water main will also be tied into Colonial Parkway instead of being a very long dead end, which it is now. EEI is proposing a fixed fee proposal of $308,803. For this, EEI will coordinate meetings, assist in budgeting, perform all field work, complete the plans, permit the plans, and bid the project. Originally we budgeted $220,000 for this project. Since that time, we have increased the scope to hopefully take advantage of an increase in funding from the IEPA low interest loan. Finance Director Fredrickson is revising the amount to $250,000 in FY26 and $60,000 in FY25 to accurately reflect the changes to the scope. By increasing the scope this year and taking advantage of the low interest rates, we will replace less main in subsequent years when the interest rates may not be as low. Recommendation Staff recommends approval of this contract. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: March 11, 2025 Subject: 2026 Water Main Repl. Design Engineering Proposal Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING AN ENGINEERING AGREEMENT WITH ENGINEERING ENTERPRISES, INC. WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a non- home rule municipality duly organized and validly existing in accordance with the Constitution of the State of Illinois and the laws of this State; and WHEREAS, the City’s Public Works Department plans to replace water mains throughout the City (the “Project”); and WHEREAS, completion of the Project will require engineering services conducted by an outside engineering firm; and WHEREAS, Engineering Enterprises, Inc., of Sugar Grove, Illinois (“EEI”), has prepared an agreement between EEI and the City for engineering services related to the Project (the “Agreement”), said Agreement being attached hereto as Exhibit A; and WHEREAS, EEI has provided engineering services for various projects completed by the City, and the City administration has found that EEI is a qualified and experienced engineering firm; and WHEREAS, the City administration recommends approval of the Agreement. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council (the “Corporate Authorities”) of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Mayor and City Clerk are hereby authorized to execute an Agreement for Professional Services – Design Engineering – United City of Yorkville – 2026 Water Main Resolution No. 2025-____ Page 2 Improvements, attached hereto as Exhibit A. Section 3. 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 UNITED CITY OF YORKVILLE 2026 WATER MAIN IMPROVEMENTS PAGE 1 Agreement for Professional Services – Design Engineering United City of Yorkville 2026 Water Main Improvements THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as the "Contractor" or “ENGINEER” agrees as follows: A. Services: The Engineer shall furnish the necessary personnel, materials, equipment and expertise to make the necessary investigations, analysis and calculations along with exhibits, cost estimates and narrative, to complete all necessary engineering services to the City as indicated on the included Attachment A. Design Engineering services shall be provided as indicated on the Scope of Services on Attachment B. The Engineer shall work with the City to develop a contracting and bidding schedule consistent with available funding. All Engineering will be in accordance with all City, Standard Specifications for Water and Sewer Construction in Illinois, Illinois Environmental Protection Agency, and Illinois Department of Transportation requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non-terminating party or upon completion of the Services. Upon termination the Contractor shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services to be performed herein an amount based on the Estimated Level of Effort and Associated Cost included in Attachment C. Design Engineering will be paid for monthly based on the percentage of th e project that is complete. The Fixed Fee amount for the Design Engineering is $308,803.00. The hourly rates for this project are shown in Attachment F. All payments will be made according to the Illinois State Prompt Payment Act and not less than once every thirty days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B hereof as an Ongoing Contract, ENGINEER, on or before February 1st of any given year, shall provide written notice of any change in the rates specified in Section C hereof (or on any attachments hereto) and said changes shall only be effective on and after May 1st of that same year. UNITED CITY OF YORKVILLE 2026 WATER MAIN IMPROVEMENTS PAGE 2 E. Ownership of Records and Documents: Contractor agrees that all books and records and other recorded information developed specifically in connection with this agreement shall remain the property of the City. Contractor agrees to keep such information confidential and not to disclose or disseminate the information to third parties without the consent of the City. This confidentiality shall not apply to material or information, which would otherwise be subject to public disclosure through the freedom of information act or if already previously disclosed by a third party. Upon termination of this agreement, Contractor agrees to return all such materials to the City. The City agrees not to modify any original documents produced by Contractor without Contractors consent. Modifications of any signed duplicate original document not authorized by ENGINEER will be at OWNER’s sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned document will, likewise, be at the OWNER’s sole risk and without legal liability to the ENGINEER. F. Governing Law: This contract shall be governed and construed in accordance with the laws of the State of Illinois. Venue shall be in Kendall County, Illinois. G. Independent Contractor: Contractor shall have sole control over the manner and means of providing the work and services performed under this agreement. The City’s relationship to the Contractor under this agreement shall be that of an independent contractor. Contractor will not be considered an employee to the City for any purpose. H. Certifications: Employment Status: The Contractor certifies that if any of its personnel are an employee of the State of Illinois, they have permission from their employer to perform the service. Anti-Bribery: The Contractor certifies it is not barred under 30 Illinois Compiled Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of bribery or attempted bribery of an officer or employee of the State of Illinois or any other state. Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not in default for a period of six months or more in an amount of $600 or more on the repayment of any educational loan guaranteed by the Illinois State Scholarship Commission made by an Illinois institution of higher education or any other loan made from public funds for the purpose of financing higher education (5 ILCS 385/3). Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. UNITED CITY OF YORKVILLE 2026 WATER MAIN IMPROVEMENTS PAGE 3 Barred from Contracting: The Contractor certifies that it has not been barred from contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois Compiled Statutes 5/33E or similar law of another state. Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or more employees certify and agree to take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance program, of prohibited activities and of sanctions that will be imposed for violations; and that individuals with contracts certify that they will not engage in the manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of the contract. Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor agrees to comply with applicable provisions of the Illinois Human Rights Act (775 Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights Rules is specifically incorporated herein. The Contractor shall comply with Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS 582). Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of the date of completion of this Contract or the date of final payment under the Contract, all books and records relating to the performance of the Contract and necessary to support amounts charged to the City under the Contract. The Contract and all books and records related to the Contract shall be available for review and audit by the City and the Illinois Auditor General. If this Contract is funded from contract/grant funds provided by the U.S. Government, the Contract, books, and records shall be available for review and audit by the Comptroller General of the U.S. and/or the Inspector General of the federal sponsoring agency. The Contractor agrees to cooperate fully with any audit and to provide full access to all relevant materials. United States Resident Certification: (This certification must be included in all contracts involving personal services by non-resident aliens and foreign entities in accordance with requirements imposed by the Internal Revenue Services for withholding and reporting federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen ___ Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that taxes UNITED CITY OF YORKVILLE 2026 WATER MAIN IMPROVEMENTS PAGE 4 be withheld on payments made to non resident aliens for the performance of personal services at the rate of 30%. Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): ___ Individual ___ Real Estate Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. I. Indemnification: Contractor shall indemnify and hold harmless the City and City’s agents, servants, and employees against all loss, damage, and expense which it may sustain or for which it will become liable on account of injury to or death of persons, or on account of damage to or destruction of property resulting from the performance of work under this agreement by Contractor or its Subcontractors, or due to or arising in any manner from the wrongful act or negligence of Contractor or its Subcontractors of any employee of any of them. In the event that the either party shall bring any suit, cause of action or counterclaim against the other party, the non-prevailing party shall pay to the prevailing party the cost and expenses incurred to answer and/or defend such action, including reasonable attorney fees and court costs. In no event shall the either party indemnify any other party for the consequences of that party’s negligence, including failure to follow the ENGINEER’s recommendations. J. Insurance: The ENGINEER agrees that it has either attached a copy of all required insurance certificates or that said insurance is not required due to the nature and extent of the types of services rendered hereunder. (Not applicable as having been previously supplied). K. Additional Terms or Modification: The terms of this agreement shall be further modified as provided on the attached Exhibits. Except for those terms included on the Exhibits, no additional terms are included as a part of this agreement. All prior understandings and agreements between the parties are merged into this agreement, and this agreement may not be modified orally or in any manner other than by an agreement in writing signed by both parties. In the event that any provisions of this agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. The list of Attachments are as follows: The list of Attachments are as follows: Attachment A: Standard Terms and Conditions Attachment B: Scope of Services Attachment C: Estimated Level of Effort and Associated Cost Attachment D: Location Map Attachment E: Anticipated Project Schedule UNITED CITY OF YORKVILLE 2026 WATER MAIN IMPROVEMENTS PAGE 5 Attachment F: 2024 Standard Schedule of Charges Attachment G: IEPA Professional Services Contract Clauses Attachment H: USEPA / WIFIA Professional Services Contract Clauses Attachment I: EPA Certification of Debarment, Suspension, and Other Responsibility Matters L. Notices: All notices required to be given under the terms of this agreement shall be given mail, addressed to the parties as follows: For the City: For the Contractor: City Administrator and City Clerk Engineering Enterprises, Inc. United City of Yorkville 52 Wheeler Road 651 Prairie Pointe Drive Sugar Grove Illinois 60554 Yorkville, IL 60560 Either of the parties may designate in writing from time to time substitute addresses or persons in connection with required notices. Agreed to this ___day of _________, 2025. United City of Yorkville Engineering Enterprises, Inc.: _________________________________ ________________________________ John Purcell Brad Sanderson, P.E. Mayor Chief Operating Officer / President _________________________________ ________________________________ Jori Behland Angela R. Smith City Clerk Director of Marketing and Business Development ENGINEERING ENTERPRISES, INC. MARCH 2024 PAGE 1 STANDARD TERMS AND CONDITIONS Agreement: These Standard Terms and Conditions, together with the Professional Services Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises, Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions between the Parties. These terms may be amended, but only if both parties consent in writing. However, to the extent that the Scope of Work differs from the Standard Terms and Conditions, the Scope of Work document controls. Standard of Care: In providing services under this Agreement, the ENGINEER will endeavor to perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under same circumstances in the same locality. ENGINEER makes no other warranties, express or implied, written or oral under this Agreement or otherwise, in connection with ENGINEER’S service. Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or have authority over any contractor work, nor have authority over or be responsible for the means, methods, techniques sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety of the site, nor for any failure of a contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing of its work. The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for contractor’s failure to furn ish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agents or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose of assessing if upon installation or incorporation in the project work they are generally consistent with the construction docum ents.  OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents.  OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provisio n of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions.  The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope.  Through standard, reasonable means the ENGINEER will become generally familiar with observable completed work.  If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinio n of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of text, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in el ectronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at th e beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the termination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition. In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNER: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. ENGINEER agrees to cooperate with the OWNER, as necessary, to remediate a Hazardous Condition, but same may result in additional costs to the OWNER. ENGINEERING ENTERPRISES, INC. MARCH 2024 PAGE 2 Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors, partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for any incidental, indirect, or consequential damages arising out of or connected in an y way to the Project or to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, lo ss of profit, loss of business, loss of income, loss of reputation, or any other consequential damages that either party may have i ncurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty . Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or per sons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ written notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGIN EER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Project to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions b eing taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting su ch force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of in voices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement shall not constitute a waiver of th e provision, nor shall it affect the enforceability of that provision or of the remainder of this Agreement. Attorney’s Fees: In the event of any action or proceeding brought by either party against the other under this Agreement, the prevailing party shall be entitled to recover from the other all costs and expenses including without limitation the reasonab le fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. Fiduciary Duty: Nothing in this Agreement is intended to create, nor shall it be construed to create, a fiduciary duty owed to either party to the other party. EEI makes no warranty, express or implied, as to its professional services rendered. Headings: The headings used in this Agreement are inserted only as a matter of convenience only, and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect the construction or interpretation of this Agreement. UNITED CITY OF YORKVILLE 2026 WATER MAIN IMPROVEMENTS PAGE 1 Agreement for Professional Services - Design Engineering United City of Yorkville 2026 Water Main Improvements Attachment B – Scope of Services The United City of Yorkville requires Design Engineering services to replace approximately 8,842 feet of existing 4”, 6”, 8”, and 12” water main along Dickson Court, Blackberry Lane, Naden Court, Palmer Court, Countryside Parkway, East Ridge Street, Olsen Street, Walter Street, Illini Drive, Colonial Parkway, Blaine Street, and Adrian Street. A map of the project location can be found in Attachment D of this proposal. The following list of work items establishes the scope of engineering services for this project: DESIGN ENGINEERING: 2.1 Project Management and Administration • Management of Personnel and the Engineering Contract • Budget Tracking • Coordination with the City and Subconsultants (Rubino Engineering) 2.2 Project Meetings • Project Kick-Off Meeting Between the City and EEI • One (1) Design Progress Meeting Between the City and EEI prior to Bidding 2.3 Topographic Survey & Easements • Field Survey • Drafting to Create Base File 2.4 Utility Coordination • Design JULIE • Plan Submission and Coordinate with Private Utilities 2.5 Final Plans, Specifications and Estimates • Preparation of 60%, 90%, and 100% Engineering Plans • Preparation of 90% and 100% Project Manual and Engineer’s Opinion of Probable Construction Cost. Project Manual Shall Include Bidding and Contract Documents, General Conditions, and Special Provisions. • Internal QA/QC 2.6 Regulatory Agency Coordination and Permitting • Prepare IEPA Construction Permit Application and Acquire Permit • Coordination with Other Regulatory Agencies as Required (IDOT) 2.7 Bidding and Contracting Services • Prepare Bidders List and Ad for Bid UNITED CITY OF YORKVILLE 2026 WATER MAIN IMPROVEMENTS PAGE 2 • Submit Ad for Bid to the Local Paper and Post Bidding Documents on QuestCDN • Address Bid Questions and Prepare Addenda • Attend Bid Opening • Prepare Bid Tab, Bid Summary, and Recommendation of Award • Execute Contract Documents DIRECT EXPENSES The following scope of services will be provided by EEI’s subconsultant: Geotechnical and CCDD (Rubino Engineering, Inc.) • Fifteen (15) Soil Boring 10’ in depth • Prepare Geotechnical Report and CCDD Analysis • Prepare LPC 662/663 Permit • Legal Surveying Services (4 Easements) EXCLUSIONS The above scope of services does not include the following: • Property Negotiations • Environmental Surveys • Sewer Televising The above scope summarizes the work items that will be completed for this contract. Additional work items, including additional meetings beyond the meetings defined in the above scope shall be considered outside the scope of the base contract and will be billed in accordance with EEI’s Standard Schedule of Charges (Attachment F) in affect at the time the extra work is performed. ATTACHMENT C: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST PROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBER United City of Yorkville YO2509-P PROJECT TITLE DATE PREPARED BY 2026 Water Main Improvements ROLE PIC SPM PM SPE 1 SPM SPT2 ST CM SPT1 ADMIN RATE $246 $234 $210 $200 $234 $175 $168 $175 $164 $72 INSERT TASK 2.1 Project Management and Administration 22 - 120 8 - - - - - - 150 32,212$ 2.2 Project Meetings 2 - 4 6 - - - - - - 12 2,532$ 2.3 Topographic Survey & Easements - - 8 20 82 165 36 - - - 311 59,791$ 2.4 Utility Coordination - - 3 12 - - - - - - 15 3,030$ 2.5 Final Plans, Specifications, and Estimates 7 - 131 310 - - - 130 280 - 858 159,902$ 2.6 Regulatory Agency Coordination and Permitting - - 24 24 - - - - - - 48 9,840$ 2.7 Bidding and Contracting 1 - 19 32 - - - - - 5 57 10,996$ Insert Task Subtotal:32 - 309 412 82 165 36 130 280 5 1,451 278,303$ 32 - 309 412 82 165 36 130 280 5 1,451 278,303 EEI STAFF DIRECT EXPENSES PIC Principal In Charge 500$ SPM Senior Project Manager 15,000$ PM Project Manager Printing/Postage = Legal Surveying = Geotechnical/CCDD =15,000$ SPE 1 Senior Project Engineer I DIRECT EXPENSES =30,500$ SPT 2 Senior Project Technician II SPT 1 Senior Project Technician I LABOR SUMMARY ST Senior Technician EEI Labor Expenses = 278,303$ ADMIN Adminstrative Assistant TOTAL LABOR EXPENSES 278,303$ TOTAL COSTS 308,803$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com PROJECT TOTAL: KDW3/10/25 COSTTASK NO.TASK DESCRIPTION HOURS BridgeV e te ra n sSpring F o x Main MillTuma River Van EmmonCenterCannonball M c H u g h Park Somonauk Countryside Benjamin OrangeState OmahaTeriKendall Game FarmHeartland FreemontHayden Walnut John Elm KingEdwardLibertyWackerSchoolhouseHeustisWashington JacksonSunset BristolMarketviewBruellBeaver Qu i n s e y MorganChurchHomesteadAdrianK a te Ken n e d y GracePleasure Colonial Madison ColtonLeisure Wh i t e Oa k LandmarkPrairie Blaine WalshClearwater DeerHillcrest Conover Elizabeth BirchwoodC rim so n N o rw a y Erica TausArrowhead Wild IndigoGawne Ri ver si deDeerpathNorthlandGeorgeannaMarketplaceW K e n d a l l D r Ridge Illini Olsen BarberryIndependence Walter Strawberry HickoryWoodworthDolph D ic k so n Prairie Pointe WorsleyHydraulic WoodlandAuburnOakwoodTowerSprucePal merCody BellK e n d a ll C irJohnsonMulhern B la c k b e rry TomasikBluejayPowers Beecher Far m stead Appletree WellsRodakJeffersonHydraulicMcHu ghMcHughRidge MainFox P a rk Center ParkStateMainDolph 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 MAIN2026 Water Main Replacement 2026 WATER MAIN REPLACEMENT ATTACHME NT D www.eeiweb.com DATE: PROJECT NO.: FILE: PATH: BY: MARCH 2025 YO2427 YO2427_2025 Water Main Replacement Attachment D. MXD H:\GIS\PUBLIC\YORKVILLE\2024\ MJT ³ 3,000 01,500 Feet ATTACHMENT E: ESTIMATED SCHEDULE CLIENT PROJECT NUMBER PROJECT TITLE DATE PREPARED BY APR MAY JUN JUL AUG SEPT OCT NOV DEC JAN FEB MAR DESIGN ENGINEERING 2.1 2.2 2.3 2.4 2.5 2.6 2.7 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com AMN YO2509-P 2026 Water Main Improvements United City of Yorkville TASK NO.TASK DESCRIPTION 3/10/25 2025 2026 Regulatory Agency Coordination and Permitting Bidding and Contracting Project Management and Administration Project Meetings Topographic Survey Utility Coordination Final Plans, Specifications, and Estimates EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $246.00 Principal E-3 $241.00 Senior Project Manager E-2 $234.00 Project Manager E-1 $210.00 Senior Project Engineer/Surveyor II P-6 $200.00 Senior Project Engineer/Surveyor I P-5 $186.00 Project Engineer/Surveyor P-4 $168.00 Senior Engineer/Surveyor P-3 $155.00 Engineer/Surveyor P-2 $140.00 Associate Engineer/Surveyor P-1 $127.00 Senior Project Technician II T-6 $175.00 Senior Project Technician I T-5 $164.00 Project Technician T-4 $153.00 Senior Technician T-3 $140.00 Technician T-2 $127.00 Associate Technician T-1 $111.00 GIS Technician II G-2 $125.00 GIS Technician I G-1 $114.00 Engineering/Land Surveying Intern I-1 $ 82.00 Executive Administrative Assistant A-4 $ 77.00 Administrative Assistant A-3 $ 72.00 VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY Vehicle for Construction Observation $ 20.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $ 225.00 Expert Testimony $ 275.00 STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2024 ATTACHMENT F ATTACHMENT G IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES Audit and Access to Records Clause: A. Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP loan work under this agreement shall be maintained in accordance with generally accepted Accounting Principles. The Agency or any of its authorized representatives shall have access to the books, records, documents and other evidence for the purpose of inspection, audit and copying. Facilities shall be provided for access and inspection. B. Audits conducted pursuant to this provision shall be in accordance with auditing standards generally accepted in the United States of America. C. All information and reports resulting from access to records pursuant to the above shall be disclosed to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report. D. The final audit report shall include the written comments, if any, of the audited parties. E. Records shall be maintained and made available during performance of project services under this agreement and for three years after the final loan closing. In addition, those records that relate to any dispute pursuant to the Loan Rules Section 365.650 or Section 662.650 (Disputes) or litigation or the settlement of claims arising out of project performance or costs or items to which an audit exception has been taken, shall be maintained and made available for three years after the resolution of the appeal, litigation, claim or exception. Covenant Against Contingent Fees: The professional services contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this warranty, the loan recipient shall have the right to annul this agreement without liability or in its discretion to deduct from the contract price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Certification Regarding Debarment, Suspension and Other Responsibility Matters: Form EPA 5700-49 is signed and attached as part of Attachment G. USEPA Nondiscrimination Clause: The contractor (engineer) shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. USEPA Fair Share Percentage Clause: The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are utilized when possible as sources of supplies, equipment, construction and services in accordance with the [WPC or PWS] Loan Program rules. As required by the award conditions of USEPA's Assistance Agreement with Illinois EPA, the engineer acknowledges that the fair share percentages are 5% for MBEs & 12% for WBEs”. ATTACHMENT H SUPPLEMENTARY USEPA / WIFIA PROFESSIONAL SERVICES CONTRACT CLAUSES ECONOMIC AND MISCELLANEOUS AUTHORITIES DEBARMENT AND SUSPENSION AND PROHIBITIONS RELATING TO VIOLATIONS OF CWA AND CAA WITH RESPECT TO FEDERAL CONTRACTS, GRANTS, OR LOANS Debarment and Suspension. Contractor certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 2 CFR part 180 and part 1532 (per Executive Order 12549, 51 FR 6370, February 21, 1986) or who is prohibited under Section 306 of the Clean Air Act or Section 508 of the Clean Water Act to participate in the 2026 Water Main Improvements. Suspension and debarment information can be accessed at http://www.sam.gov. Contractor represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its subcontracts under this Agreement. NEW RESTRICTIONS ON LOBBYING Federal Lobbying Restrictions (31 U.S.C 1352). Recipients of federal financial assistance may not pay any person for influencing or attempting to influence any officer or employee of a federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress with respect to the award, continuation, renewal, amendment, or modification of a federal grant, loan, or contract. These requirements are implemented for USEPA in 40 CFR Part 34, which also describes types of activities, such as legislative liaison activities and professional and technical services, which are not subject to this prohibition. Upon award of this contract, Contractor shall complete and submit to the City the certification and disclosure forms in Appendix A and Appendix B to 40 CFR Part 34. Contractor shall also require all subcontractors and suppliers of any tier awarded a subcontract over $100,000 to similarly complete and submit the certification and disclosure forms pursuant to the process set forth in 40 CFR 34.110. United States Environmental Protection Agency Washington, D.C. 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public: (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Typed Name and Title of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. May explanation is attached. EPA FORM 5700-49 (11-88) EPA Project Control Number 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 #14 Tracking Number PW 2025-33 Pavement Management Study – Review of Results and Scenarios Public Works Committee – March 18, 2025 None Informational Please see the attached presentation. Brad Sanderson Engineering Name Department Pavement Management System Public Works Presentation March 18, 2025Presented By: Chris Ott, PE 1. Project Goals2. Inventory and Database3. Paving History Review4. 2025 Inspection Results5. 2018 & 2025 Comparison6. Budget Analysis7. Next Steps8. QuestionsAgenda Project Goals•Develop Pavement Management Program for the City•Assign Rating to Each Roadway•Inventory Each Street in the City•Develop Maintenance Strategies and Costs•Review Budget Needs and Impacts•Apply Budget and Develop 5-Year Plan Project Goals•What is a Pavement Management Program?•It is a decision-making process that helps municipalities make cost-effective decisions concerning the maintenance and rehabilitation of their jurisdiction’s pavements ProjectGoalsYears$50.00 –$140.00 /SY$1.00 –$10.00 /SY$15.00 –$40.00 /SYPreventative Preventative MaintenanceRehabilitationReconstruction0-10 YRS10 - 25 YRSVERY POORPOORFAIRGOODVERY GOODEXCELLENT10090806550250 PAVEMENT MANAGEMENT PROGRAMSHelp Us to Decide:WHAT?WHERE?WHEN?HOW MUCH?ProjectGoals Inventory and Database•••••••••••• Inventory and Database•Analysis–Software Develops Rating (6 Typical Categories)•Excellent (90-100)•Very Good (80-89)•Good (65-79)•Fair (50-64)•Poor (26-49)•Very Poor (0-25) Inventory and DatabaseExcellent – Walsh DriveVery Good – Walsh DriveGood – Lyman LoopExcellent – Walsh DriveGood –Lyman DriveFair – Lavender WayPoor –Emerald LaneVery Poor –Windham Drive Paving History Review (2019-2025)YEARWATER FUND RTBR FEDERAL FUNDSRTBR SUPPLEMENTALREBUILD ILLINOISTOTAL MILES2019 2.10 2.102020 2.37 2.372021 0.32 3.80 3.75 7.872022 1.80 3.07 0.58 5.452023 1.19 2.22 1.37 4.782024 1.97 3.67 6.29 11.932025 1.74 2.52 0.44 7.20 11.907.02 19.75 1.02 14.86 3.75 46.40TOTALPAVEMENT MANAGEMENT UPDATE - 2025UNITED CITY OF YORKVILLE, ILHISTORICAL RESURFACING BY FUNDING SOURCEMILES Avg. Expenditure$2.67MMiles Resurfaced39.4Prev.Maintenance$105K/YRCity Streets34.4%Paving History Review (2019-2025)•––––– Paving History Review (2014-2025) Paving History Review (2014-2025) 2025 Inspection Results•114.4 Miles of Roadway In the City were Tested•Current Overall Rating of 81• 82.2% of Roadways “Good or Better”, 17.8% “Fair or Worse” 2025 Inspection ResultsFuture Overall Condition (Assuming 2025 Streets Are Completed) 2025 Inspection ResultsFuture Overall Condition (Assuming 2025 Streets Are Completed) 2018 & 2025 Comparison* 2018 Previous Pavement Condition Ranking = 76 Budget AnalysisFunding ScenariosYear 1 Year 2 Year 3 Year 4 Year 5Total SpentAverage SpentCurrent Rank (2025)Future Rank (2030)Miles Per YearResurfacing Cycle1 Maintain Current Rank of 813.200 3.200 3.200 3.200 3.200 16.000 3.200 81 81 6.10 192 Proposed CIP Budget4.987 3.995 1.630 1.630 1.630 13.872 2.774 81 79 5.28 223 15-Year Resurfacing Cycle4.060 4.060 4.060 4.060 4.060 20.300 4.060 81 83 7.73 154 20-Year Resurfacing Cycle3.000 3.000 3.000 3.000 3.000 15.000 3.000 81 80 5.71 205 CIP RTBR Budget Only1.630 1.630 1.630 1.630 1.630 8.150 1.630 81 76 3.10 37PAVEMENT MANAGEMENT SYSTEMUNITED CITY OF YORKVILLE, ILMARCH 2025Scenario No.Scenario DescriptionCost (millions) Budget Analysis•Factors affecting future costs•Previous concrete work will reduce future costs per square yard•ADA compliant ramps do not need to be reconstructed•As the City approaches the start of the new paving cycle, roads may require thinner HMA overlays Identify Target BudgetDevelop 5-Year Plan for Committee ReviewBegin 2026 DesignNext Steps124Council Approval of 5-Year Plan3 Questions or Comments? ,OOLQRLV5 DLO Z D \ 55 %16)5 5 5RE5R\&UHHN5RE5R\&UHHN)R[5LYHU 5RE5R\&UHHN5RE5R\&UHHN5RE5R\&UHHN%ODFNEHUU\&UHHN%ODFNEHUU\&UHHN)R[5LYHU 0 L G G O H  $ X [  6 D E O H  & U H H N 5RE5R\&UHHN%ODFNE HUU\&UHHN %ODFNEHUU\ &U HH N )R[5LYHU%ODFNEHUU\&UH H N %O D F N E H U U \  & U H H N )R[5LYHU%LJ5RFN&UHHN%ODFNEHUU\&UHHN0RUJD Q &UHH N 0LGGOH$X[6DEOH&UHHN )R[5LYH U )R[5LYHUFOX GALEN A AMENT RIVER ROUTE 71ROUTE 30 ROUTE 34 MILL CORNEILS MINKLERKENNEDYCANNONBALLBRIDGE ASHLEYROUTE 126 LEGION ROUTE 47VAN EMMON MCHUGHORCHARDMAIN BASELINE HIGHPOINTDICKSONSPRING ELDAMAINBLOCKTUMAVETERANS FIELDS IMMANUELGORDONFAXON POPLARPAVILL ION STATIONSUNDO W NASHEGR A N D E B R I S T O L R I D G E TUSCANY JOHNBEECHER COUNTRY STAGECO A C H RESE R V A T I O N GATES FOLI E M E R A L D ERICA PENMANE X I T PARK ADAM FAIRFAXCENTERPRIV A T E D R I V E HILLT O P ALICE AUDREYRICKARDCOUNTRYSIDEKRISTEN TROON EDWARDBRISTOL BAY SCH O O L H O U S E OMAHAWRENMCLELLANSIMONSTATEALAN DA LE PARKSIDETERIMORGANORANGE SOMONAUKGAME FARMPRESCOTTKATE KLATT LISBONFOSTER OAK KEND A L L DEERHAYDE N BERRYWOOD WIN D E T T R I D G E ALDENTIMBER OAKBERTRAM ELM KINGSUMACBOOMBAHFREEMONTCONCORDMAYFIELDOAK CREEK HAMPT O N HOFFMAN MAPLEHEAR T L A N D BIG BEND LI L L I A NROSENWINKEL CRIMSONA U T U M N C R E E K LAKEWOOD CREEKSCHAEFER ORCHI D LEWIS WALNUT MANCHESTER PECOS DRIVEWAY ENT R A N C E AVALON PARKWA Y HEUSTISFORDPROVIDENCE SUT T O N HIL L S I D E MATLOCKJULIE WACKERLIBERTYRAVINEKI N G M O O R QUINSEYMAYGILLESPIE WASHINGTON JETERCOACHWING RAINTREE HARTFIELDRYANISABELRIVA RIDGEWINDING CREEK BARBERRYFAI R F I E L D WESTERN KELLY C O U N T R Y H I L L S JACKSON LI L A C PATTERSON CORALRONHILLPATRONFAIRHAVEN BEAVER RILE Y OLD GLORY MARKETVIEWCOLTONMILLER MADISON CREEKHIGHVIE W JUSTICEBLACKBERRY SHORE ST A C YREBECCA OSBRONGRAPE VINESECRETARIAT C A R L Y FOXTAILSUNSET KINGS MI L LBRISTOL JASONTAM PA ELDENWHITE ROSEDOBBINS CALIE N D O PRAIRIE CROSSING HOMEST E A D BRUELLNAWAKWAPINERIDGECHADROBERT PLUMLAURENMADELINEBAILEYBLUESTEM ADRIANWALSH CHURCHROODGRACEGREENBRIAR VENETIAN WESTSAVOY TIMBERCREEKWATERPARK MCMURTRIEHUNT IDE N T A JACOB HIGH RIDGEMARGARET SEELEYNORTHLANDDEERPOINTLAKE SIDE HOLLY E M I L Y PENNMANEMMATALLGRASS HIGHLAND SYCAMOREDANIELLEPLEASURE MILLBR O O K WHITE OAKTITUSTWINLEAF BRIAN LEISURE COLONIAL REDBUD WHITEKIRKDILLON CRYDERFA R M S HA U N A BASE LINE JENNA SIENNA SCHMIDTRICHMOND CAREY BURRLANDMARKALEXIS THOMASCYPRESS BLAINE THUNDER GULCHPRAIRIECANYON LARKSPURIROQUOISGRIFFENCREEK SI D E HEATHER WESTONMONTER E Y SLATE OAK M O N T O L I V E PURCELL EDYTHE KELLERBEARHANBU R Y SEARLGEN E VA WINDHAM B E R N A D E T T E BANBURYROY A L O A K S PONDEROSA ANDREWROXBURYWOODVIEW ANNA MARIA ROSE HILLELIZABETH BISCAYNE CLUB H O U S E KENTSHIREWHIRLAWAY CROSSLA V E N D E R LEHMANCHARL E S CROOKED CREEKCLEAR W A T E R TAU S LYNNHEATHERWOODACORNWOLF GARDEN LINDENCONOVER LY M A N ADAMSARTESIANWILLIAM ILLINI HILLCREST MILLRACEBADGERNORW A Y BIRCHWOODNORTH RUBY ASPEN C LA R ID GE GILDARIVER BIRCHMITCHELL JA M E S T O W N GARDINERBOOMERPLYMOUTH ASTERSQUIRE WILD INDIGODOEDEER E C R O S S I N G BONNIELEXINGTONSPOKANE SAG E EVERGREENHUNTERA M E R I C A NSARASOTABISSELHUNTINGTON COMMERCIAL JUANITA ASHFRANCES ARROWHE A D BRADYTANGLEWOOD TRAILSSOUTH GAYLORD LONG GROVETIMBE R VIE W ASTOR RIVERWOOD WILLOWKATHLEEN BARRETT D E E R P A T H LEGNER CRANSTONBUDD PENSACOLA TIMBER RIDGEELLSWORTHYELLOWSTONE HEARTHSTONERENA BURNETTRIDGE HEN N I N G CUMMINS G O L D E N RO D MUI R F I E L D YOR K V I L L E GAWNE FISH WARBLERDOGWOOD CHALLYFOXBOR O LOTUS RIDGETREMONTMON T C L A I R CANARYPRAIRIE GRASSFERDINANDWY T H E DIVISIONRI V E R S I D E GOLDFINCHCONSTITUTIONHOBBSPINEWOODMIDNIGHTOAKLAWN CALED O NI A WINDSO R ING EMU N SONREDHORSEDEAMES OLSEN INDEPENDENCETURNER MARKETPLACEGEORGEANNA FREEDOM MILBROOKKENDALL FARMS MONARCHOSR A C O O NCOT TONWOOD PRAIR IE ROSECOLUMBIAMATTHEWASHWORTHT H O R N H I L L CO L ECATALPADOVERGARRITANOCOUNTRYVIE WDIEHL FARM CLOVER WINTERBERR Y HARRISONCEDAR C H R I S T Y BROOKSIDE TIMBALIER HONEYSUCKLE WOOD SAGEPRES T O N HAWK HOLLOWSHETLANDMARTIN GREENFIELD TURN RED T A I L WALTER PINE VILLAGE V IEW BIRCH SUNNY D E L L DAKOTAS A R A V A N O S WILSONOVERHILL LYNCLIFFTIMBERHICKORYMAPLE R IDGE BUCHANAN STRAWBERR Y SIR BARTONCALLANDERCOTSWOLDLAKEVIEW HIGH POINT CIRC L E DOLPH CAMDENPRAIRIE POINTE WOODWORTHGALLANT FOX ANDREA LAKESIDEAUBURNPATRIC IA JENNIFERBEHRENS NADEN HYDRAULIC VIOLETHALF MOONCHERRYHILLSBOROWOODLANDAMANDAKYLAHOOVERSANDERSOVERLOOKBELLFOX HILLGAINS CARDINALPALMERWESTWIND C O D Y JULIUS SWIMMINGSHADOW CREEK FIR MENARD CENTRA L CORNER S T O N E ETHELHELEN E R I E D E R NORTH R I VER CLAREMONT HATCH BURNING B U S H JOHNSONPIERPONT OBRIENREHB EHN DUNKINSPRUCECOLONY MEADO WL A R K DENISE SANTA MONI C A ALDER SAVANNAINDIAN CLIFFSMULHERN CONEFLOWERMEADOWVIEW NEOLA B L U E J A Y JEREMY SILVER CITY LAUREL C T A GLEN NELSONGOULD POWERSRIV E R O A K S NORT O N F A RM S T E AD OWEN D A V I D PATRIOTBLACK B E R R Y R O Y A L DRA Y T O N WATERMAN REGAL OA K GLORIA CONSER V A TI O NPHELPS POSSUM ALEXANDRASHOEGERWINTERTHUR APPLETREE DUNBARHALEY BIG ROCKNICKERSON COBALTALLEGIANCECANDLEBERRYMADDENQUANTOCKWELLSST A N N E S JUNIPERCORNELL BUCKTHOR N SAN D I E G O CHESHIRE SUNFLOWER MONTROSE HERITAG E TY LER CREEKJEFFERSONSHARON WILTONREBECCA DRIVEWAY MAINDRIVEWAYDRIVEWAY PRIVATE DRIVEDRIVEWAY PRIVATE DRIVEROUTE 47PARK DRIVEWAYDRIVEWAYDRIVEWAY PRIVATE DRIVEDRIVEWAYCOLE PRIVAT E D R I V E DRIVEWAY DRIVEWAYPRIVATE DRIVEBRIDGEPRIVATE DRIVE DRIVEWAY PR I V A T E D R I V EWESTDRIVEWAY DRIVEWAY PRIVATE D RI V EPRIVATE DRIVEDRIVEWAY DRIVEWAY DRIVEWAYANDREWPRIVATE DR IVE PR I V A T E D R I V E VETERANS PRIVATE DRIVE DRIVEWAYDRIVEWAY DRIV EWAY HARTFIELDDRIVEWAY PRIVATE DRIVE ELDAMAINM O R G A N BEECHER PRIVATE D RI V E DRIVEWAY HYDRAU L I C BUDD PARKDRIVEWAYDRIVEWAYVETERANS DRIVE W A Y TIMBERDRIVEWAYDRIVEW A Y DRIVEWAY DRIVEWAY DRIVEWAYDRIVEWAYDRIVEWAYTROON DRIVEWAY PRIVATE DRIVEPRIVATE DRIVE FAXON ROUTE 47 DRI V E W A Y DRIVEWAYDRIVEWAY DRIVE W A Y DRIVEWAYDRIVE W A Y DRIVEWAY DIVISIONCANYONDRIVE W A Y DRIVEWAY RIDGE P R I V A T E D R I V E PRIVATE DRIVEBEECHERPRIVATE DRIVEP R I V A T E D R I V EPRIVATE DRIVEDRIVEWAY STAGECO A C H WALNUT PRIVAT E D R I V E DEERDRIVEWAYBRIDGEDRIVEWAY BUDD P R I V A T E D R I V E PRIVATE DRIVEDRIVEWAYMAPLE RIVERS IDEDRIVEWAY PRIVATE DRIVE PRIVATE DRIV E DRIVEWAYPRIVATE DRIVE DRIVEWAYROUTE 71 DRIVEWAYMILLSCHMIDTDRIVEWAY PRIVATE DRIVE DRIVEWAY DRIVEWAYPRIVATE DRIVE ROU T E 1 2 6 PRIVATE DRIVE DRIVEWAY PR I V A T E D R I V E DRIVEWAY PRIVAT E D R I V E DRIVEWAYPR I V A T E DR I V E LEWIS SUNSETBEECHER HYDRAULICDRIVEWAYASHLEY DRIVEWAY PRIVATE DRIVE PRIVATE DRIVEPRIVATE DRIVEROUTE 4 7 MAPLE LISBONDRIVEWAYPRIVATE DRIVEDRIVEWAYPRIV A T E D R I V E PRIVATE DRIVEDRIVEWAY D E E R PO I N T PRIVA T E D R I V E PRIVATE DRIVE DRIVEWAY DRIVEWAY FOX PRIVATE DRIVE DRIVEWAY PRIVATE DRIVE RIVERSI D E PINEWILLOWDRIVEWAY CENTER WASHIN G T O N CONCORDDRIVEWAYPRIVATE DRIVEPRIVATE DRIVEPARKROUTE 34 DRIVEWAYPRIV A T E D R I V E PRIV A T E D R I V EPRIVATE DR IVE DRIVEWAY DRIVEW A Y PRIVATE DR IVE BERTRAM FOX DRIVEWAYDRIVEWAYSOMONAUK P R I V A T E D R I V E STATEPRIVATE DRIVEPRIVATE DRIVEPRIVATE DRIVEDRIVEWAY PRIVATE DRIVEDRIVEWAYBRIDGECALEDONIAWESTDRIVEWAYDOLPH DRIVEWAY P R I V A T E D R I V EPRIVATE DRIVEPRIVATE DRIVE B R I D G E PRIV A T E D R I V E STAGECOA C H ROUTE 71KATEJOHNDRIVEWAYDRIVEWAY PRIV A T E D R I V ECRIMSON DRIVEWAYPRIVATE DRI V E PRAIRIE CROSSINGPAVING HISTORY 2014-2025 DATE: PROJECT NO.: FILE: BY: MARCH 2025 YO2413 MJT PAVEMENT MANAGEMENT SYSTEM UPDATE 2025 81,7('&,7<2)<25.9,//(,//,12,6 Engineering Enterprises, Inc. :KHHOHU5RDG 6XJDU*URYH,OOLQRLV   ZZZHHLZHEFRP PATH:H:\GIS\PUBLIC\YORKVILLE\2022\YO2338 United City of Yorkville 3UDLULH3RLQWH'ULYH <RUNYLOOH,/ NORTH l /HJHQG <HDURI,PSURYHPHQW             <23DYLQJ+LVWRU\ ,OOLQRLV5 DLO Z D \ 55 %16)5 5 5RE5R\&UHHN5RE5R\&UHHN)R[5LYHU 5RE5R\&UHHN5RE5R\&UHHN5RE5R\&UHHN%ODFNEHUU\&UHHN%ODFNEHUU\&UHHN)R[5LYHU 0 L G G O H  $ X [  6 D E O H  & U H H N 5RE5R\&UHHN%ODFNE HUU\&UHHN %ODFNEHUU\ &U HH N )R[5LYHU%ODFNEHUU\&UH H N %O D F N E H U U \  & U H H N )R[5LYHU%LJ5RFN&UHHN%ODFNEHUU\&UHHN0RUJD Q &UHH N 0LGGOH$X[6DEOH&UHHN )R[5LYH U )R[5LYHUFOX GALEN A AMENT RIVER ROUTE 71ROUTE 30 ROUTE 34 MILL CORNEILS MINKLERKENNEDYCANNONBALLBRIDGE ASHLEYROUTE 126 LEGION ROUTE 47VAN EMMON MCHUGHORCHARDMAIN BASELINE HIGHPOINTDICKSONSPRING ELDAMAINBLOCKTUMAVETERANS FIELDS IMMANUELGORDONFAXON POPLARPAVILL ION STATIONSUNDO W NASHEGRAN D E B R I S T O L R I D G E TUSCANY JOHNBEECHER COUNTRY STAGECO A C H RES E R V A T I O N GATES FOLI E M E R A L D ERICA PENMANE X I T PARK ADAM FAIRFAXCENTERPRI V A T E D R I V E HILLT O P ALICE AUDREYRICKARDCOUNTRYSIDEKRISTEN TROON EDWARDBRISTOL BAY SCH O O L H O U S E OMAHAWRENMCLELLANSIMONSTATEALA N DA LE PARKSIDETERIMORGANORANGE SOMONAUKGAME FARMPRESCOTTKATE KLATT LISBONFOSTER OAK KEND A L L DEERHAYDE N BERRYWOOD WIN D E T T R I D G E ALDENTIMBER OAKBERTRAM ELM KINGSUMACBOOMBAHFREEMONTCONCORDMAYFIELDOAK CREEK HAMPT O N HOFFMAN MAPLEHEAR T L A N D BIG BEND LI L L I A NROSENWINKEL CRIMSONA U T UM N C R E E K LAKEWOOD CREEKSCHAEFER ORCHI D LEWIS WALNUT MANCHESTER PECOS DRIVEWAY ENT R A N C E AVALON PARKWAY HEUSTISFORDPROVIDENCE SUT T O N HIL L S I D E MATLOCKJULIE WACKERLIBERTYRAVINEKI N G M O O R QUINSEYMAYGILLESPIE WASHINGTON JETERCOACHWING RAINTREE HARTFIELDRYANISABELRIVA RIDGEWINDING CREEK BARBERRYFAI R F I E L D WESTERN KELLY C O U N T R Y H I L L S JACKSON LI L A C PATTERSON CORALRONHILLPATRONFAIRHAVEN BEAVER RILE Y OLD GLORY MARKETVIEWCOLTONMILLER MADISON CREEKHIGHVIE W JUSTICEBLACKBERRY SHORE ST A C YREBECCA OSBRONGRAPE VINESECRETARIAT C A R L Y FOXTAI LSUNSET KINGS MI L LBRISTOL JASONTAMPA ELDENWHITE ROSEDOBBINS CALIEN D O PRAIRIE CROSSING HOMEST E A D BRUELLNAWAKWAPINERIDGECHADROBERT PLUMLAURENMADELINEBAILEYBLUESTE M ADRIANWALSH CHURCHROODGRACEGREENBRIAR VENETIAN WESTSAVOY TIMBERCREEKWATERPARK MCMURTRIE HUNT IDE N T A JACOB HIGH RIDGEMARGARET SEELEYNORTHLANDDEERPOINTLAKE SIDE HOLLY E M I L Y PENNMANEMMATALLGRASS HIGHLAND SYCAMOREDANIELLEPLEASURE MILLBR O O K WHITE OAKTITUSTWINLEAF BRIAN LEISURE COLONIAL REDBUD WHITEKIRKDILLON CRYDERFA R M S H A UN A BASE LINE JENNA SIENNA SCHMIDTCAREY RICHMOND BURRLANDMARKALEXIS THOMASCYPRESS BLAINE THUNDER GULCHPRAIRIECANYON LARKSPURIROQUOISGRIFFENCREEK SIDE HEATHER WESTONMONTER E Y SLATE OAK M O N T O L I V E KELLERPURCELL EDYTHE BEARHAN BURY SEARLG EN E V A WINDHAM B E R N A D E T T E BANBURYROY A L O A K S PONDEROSA ANDREWROXBURYWOODVIEW ANNA MARIA ROSE HILLELIZABETH BISCAYNE CLUB H O U S E KENTSHIREWHIRLAWAY CROSSL A V E N D E R LEHMANCHARL ES CROOKED CREEKCLEAR W A T E R TAU S LYNNHEATHERWOODACORNWOLF GARDEN LINDENCONOVER LY M A N ADAMSARTESIANWILLIAM ILLINI HILLCREST MILLRACEBADGERNORW A Y BIRCHWOODNORTH RUBY ASPEN CLA R IDG E GILDARIVER BIRCHMITCHELL JA M E S T O W N GARDINERBOOMERPLYMOUTH ASTERSQUIRE WILD INDIGO DOEDEER E C R O S S I N G BONNIELEXINGTONSPOKANE SAG E EVERGREENHUNTERA M E R I C A NSARASOTABISSELHUNTINGTON COMMERCIAL JUANITA ASHFRANCES ARROWH E A D BRADYTANGLEWOOD TRAILSSOUTH GAYLORD LONG GROVETIMBER VIE W ASTOR RIVERWOOD WILLOWKATHLEEN BARRETT LEGNER D E E R PA T H BUDD CRANSTONPENSACOLA TIMBER RIDGEELLSWORTHYELLOWSTONE HEARTHSTONERENA BURNETTRIDGE HEN N I N G CUMMINS GO L D E N R O D MUI R F I E L D YOR K V I L L E GAWNE FISH WARBLERDOGWOOD CHALLYFOXBOR O LOTUS RIDGETREMONTMON T C L A IR CANARYPRAIRIE GRASSFERDINANDWY T H E DIVISIONRI V E R S I D E GOLDFINCHCONSTITUTIONHOBBSPINEWOODMIDNIGHTOAKLAWN CALED O NI A WINDSO R ING EMU NS ONREDHORSEDEAMES OLSEN INDEPENDENCETURNER MARKETPLACEGEORGEANNA FREEDOM MILBROOKKENDALL FARMS MONARCHOSR A C O O NCOT TONWOOD PRAIR IE ROSECOLUMBIAMATTHEWASHWORTHT H O R N H I L L CO L ECATALPADOVERGARRITANOCOUNTRYVI E WDIEHL FARM CLOVER WINTERBERR Y HARRISONCEDAR C H R I S T Y BROOKSI DE TIMBALIER HONEYSUCKLE WOOD SAGEPRES T O N HAWK HOLLOWSHETLANDMARTIN GREENFIELD TURN RED T A I L WALTER PINE VILLAGE V IEW BIRCH SUNNY D E L L DAKOTAS A R A V A N O S WILSONOVERHILL LYNCLIFFTIMBERHICKORYMAPLE R IDGE BUCHANAN STRAWBERR Y SIR BARTONCALLANDERCOTSWOLDLAKEVIEW HIGH POINT CIRC L E DOLPH CAMDENPRAIRIE POINTE WOODWORTHGALLANT FOX ANDREA LAKESIDEAUBURNPATRIC IA JENNIFERBEHRENS NADEN HYDRAULIC VIOLETHALF MOONCHERRYHILLSBOROWOODLANDAMANDAKYLAHOOVERSANDERSOVERLOOKBELLFOX HILLGAINS CARDINALPALMERWESTWIND C O D Y JULIUS SWIMMINGSHADOW CREEK FIR MENARD CENTRA L CORNER S T O N E ETHELHELENE R I E D E R NORTH R IVER CLAREMONT HATCH BURNING B U S H JOHNSONPIERPONT OBRIENREH BEHN DUNKINSPRUCECOLONY MEADO WL A R K DENISE SANTA MONIC A ALDER SAVANNAINDIAN CLIFFSMULHERN CONEFLOWERMEADOWVIEW NEOLA B L U E J A Y JEREMY SILVER CITY LAUREL C T A GLEN NELSONGOULD POWERSRI V E R O A K S NOR T O N F A RM S T E A D OWEN D A V I D PATRIOTBLACK B E R R Y R O Y A L DRA Y TO N WATERMAN REGAL O A K GLORIA CONSER V A TI O NPHELPS POSSUM ALEXANDRASHOEGERWINTERTHUR APPLETREE DUNBARHALEY BIG ROCKNICKERSON COBALTALLEGIANCECANDLEBERRYMADDENQUANTOCKWELLSST A N N E S JUNIPERCORNELL BUCKTHO R N SAN D I E G O CHESHIRE SUNFLOWER MONTROSE HERITAGE T Y LER CREEKJEFFERSONSHARON WILTONREBECCA DRIVEWAY MAINDRIVEWAYDRIVEWAY PRIVATE DRIVE PRIVATE DR IVE DRIVEWAYROUTE 47PARK DRIVEWAYDRIVEWAYDRIVEWAY PRIVATE DRIVEDRIV E W A YCOLE PRIVAT E D R I V E DRIVEWAY PRIVATE DRIVE PRIVATE DRIVEBRIDGEPRIVATE DRIVE PR I V A T E D R I V EWESTDRIVEWAY DRIVEWAY PRIVATE D RI V EPRIVATE DRIVEDRIVEWAY DRIVEWAY DRIVEWAYDRIVEWAYANDREWPRIVATE DRIVE PR I V A T E D R I V E VETERANS PRIVATE DRIVE DRIVEW A YDRIVEWAYDRIVEWAYDRI V EWA Y HARTFIELDDRIVEWAY DRIVEWAY DICKSON PRIVATE DRIVE ELDAMAINM O R G A N BEECHER PRIVATE D RI V E DRIVEWAY HYDRAU L I C BUDD PARKDRIVEWAYDRIVEWAYDRIVE W A Y TIMBERDRIVEWAYDRIVEWAYDRIVEWAYDRIVEWAYTROON DRIVEWAY PRIVATE DRIVEPRIVATE DRIVEFAXON ROUTE 47DRIVEWAYDRIVEWAY DRIVEWAY DRIVEWAY DRIVEWAY DIVISIONCANYONDRIVEWAY RIDGE P R I V A T E D R I V E PRIVATE DRIVEBEECHERPRIVATE DRIVEP R I V A T E D R I V EPRIVATE DRIVESTAGECOA C H WALNUT PRIVAT E D R I V E DEERDRIVEWAYBRIDGE BUDD DRIVEWAYP R I V A T E D R I V E PRIVATE DRIVEDRIVEWAYDRIVEWAY MAPLE RIVERS IDE PRIVATE DRIVE DRIVE W A Y PRIVATE DRIV E DRIVEWAYPRIVATE DRIVE DRIVEWAY ROUTE 71 DRIVEWAYMILLSCHMIDTDRIVEWAY PRIVATE DR IVE PRIVATE DRIVE ROU T E 1 2 6 PRIVATE DRIVE DRIVEWAY PR I V A T E D R I V E DRIVEWAY PRIVAT E D R I V E DRIVEWAYPR I VA T E DR I V E LEWIS SUNSETBEECHER HYDRAULIC DRIVEW A Y ASHLEYDRIVEWAY PRIVATE DRIVE PRIVATE DRIVE DRIVE W A Y PRIVATE DRIVEMAIN ROUTE 4 7 MAPLE DRIVEWAY LISBONDRIVEWAYPRIVATE DRIVEDRIVEWAYPRIV A T E D R I V E PRIVATE DRIVEDRIVEWAY DRIVEWAY D E E R PO I N T PRIVA T E D R I V E PRIVATE DRIVE DRIVEWAYDRIVEWAY FOX DRIVEWAYPRIVATE DRIVE DRIVEWAY PRIVATE DRIVE RIVERSI D E PINEWILLOWDRIVEWAY DRIVEWAYCENTER WASHIN G T O N CONCORDROUTE 34 DRIVEWAYPRIVATE DRIVEDRIVEWAYPRIVATE DRIVEDRIVEWAYPARKROUTE 34 PRIV A T E D R I V E PRIV A T E D R I V EPRIVATE DR IVE PRIVATE DR IVE BERTRAM DRIVEWAYFOX DRIVEWAYSOMONAUK P R I V A T E D R I V E STATEPRIVATE DRIVEPRIVATE DRIVE PRIVATE DRIVEDRIVEWAY PRIVATE DRIVEDRIVEWAYBRIDGECALEDONIAWESTDRIVEWAYDOLPH DRIVEWAY P R I V A T E D R I V EPRIVATE DRIVEPRIVATE DRIVE B R I D G E DRIVEWAYPRIV A T E D R I V E STAGECOA C H ROUTE 71KATEJOHNDRIVEWAYDRIVEWAY PRIV A T E D R I V E DRIVEWAY CRIMSONPRIVATE DRI V E PRAIRIE CROSSINGCURRENT PAVEMENT RANK DATE: PROJECT NO.: FILE: BY: MARCH 2025 YO2413 MJT PAVEMENT MANAGEMENT SYSTEM UPDATE 2025 81,7('&,7<2)<25.9,//(,//,12,6 Engineering Enterprises, Inc. :KHHOHU5RDG 6XJDU*URYH,OOLQRLV   ZZZHHLZHEFRP PATH:H:\GIS\PUBLIC\YORKVILLE\2024\YO2413 United City of Yorkville 3UDLULH3RLQWH'ULYH <RUNYLOOH,/ NORTH l <2B3&,2YHUDOO &XUUHQW3DYHPHQW,QGH[ 3&, 9(5<3225 3225 )$,5 *22' 9(5<*22' (;&(//(17 *UDYHO5RDG +R O O H Q E D F N  & U H H N +RO OHQEDFN &UHHN WALKER ROUTE 71MILLBROOKSLEEPY HOLLOWHOLLENBACKHELMARPRIVATE DRIVE WALKER PRIVATE DRIV E PRIVATE DRI V E PRIVATE D RI V E PRIVATE DRIVEPRIVATE DRIVE 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: The presentation material was not complete at the time of packet creation. If it becomes available prior to the Public Works meeting, it will be distributed via a supplemental packet, or distributed at the meeting. Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #15 Tracking Number PW 2025-34 Water Revenue Study Public Works Committee – March 18, 2025 None Informational A presentation will take place. Bart Olson Administration Name Department Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/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 Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #16 Tracking Number PW 2025-35 Southern Sanitary Sewer Connection – Change Order No. 1 Majority Consideration of Approval Consideration of Change Order No. 1 Brad Sanderson Engineering Name Department Public Works Committee – March 18, 2025 The purpose of this memo is to present Change Order No. 1 (Remove Creek Crossing) for the above referenced project. A Change Order, as defined by in the General Conditions of the Contract Documents, is a written order to the Contractor authorizing an addition, deletion or revision in the work within the general scope of the Contract Documents, or authorizing an adjustment in the Contract Price or Contract Time. Background: The United City of Yorkville and Fischer Excavating, Inc. entered into an agreement for a Contract value of $826,384.00 for the above-referenced project. Per Ordinance 2024-31, the project's funding is by C1 Yorkville, LLC. Question Presented: Should the City approve Change Order No. 1 (Remove Creek Crossing) which would increase the contract amount by $88,682.00. Discussion: The IDNR now considers Rob Roy Creek biologically significant, and it would require extensive permitting that would require multiple months and add significant cost in order to cross the creek as originally intended. The original intention was via the open-cut method. The Contractor now requires additional dewatering to bore and jack across Rob Roy Creek per the change order. We are recommending approval of the change order. Action Required: Consideration of approval of Change Order No. 1 (Remove Creek Crossing) in the amount of ($88,682.00). Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Erin Willrett, Assistant City Administrator Rob Fredrickson, Finance Director Jori Behland, City Clerk Date: March 12, 2025 Subject: Southern Sanitary Sewer Connection L:\Agendas - Packets\Packets\2025 Packets\Public Works\03-18-25\Southern Sanitary Sewer - Change Order\3. Change Order 1 - Remove Creek Crossing.doc CHANGE ORDER Order No. 1 Date: March 12, 2025 Agreement Date: January 17, 2025 NAME OF PROJECT: Southern Sanitary Sewer Connection OWNER: United City of Yorkville CONTRACTOR: Fischer Excavating, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: 1) Removal of the Rob Roy Creek Crossing / Addition of the Bore and Jack at the creek and additional dewatering $88,682.00 Change of CONTRACT PRICE: Original CONTRACT PRICE: $ 826,384.00 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S) $ 826,384.00 The CONTRACT PRICE due to this CHANGE ORDER will be (increased)(decreased) by: $ _88,682.00 The new CONTRACT PRICE including this CHANGE ORDER will be $ 915,066.00 Justification: 1) IDNR considers Rob Roy Creek biologically significant and it would require extensive permitting that would require multiple months and add significant cost in order to cross the creek as originally intended. The Contractor requires additional dewatering to bore and jack across Rob Roy Creek per the change order. Change to CONTRACT TIME: The contract time is increased/decreased by 0 days. Requested by: _ __Fischer Excavating, Inc. Recommended by: Engineering Enterprises, Inc. Accepted by: United City of Yorkville_ 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 Old Business #1 Tracking Number PW 2025-18 Northland Lane Parking Restrictions – Discussion Public Works Committee – March 18, 2025 None Informational Please see the attached memo. Brad Sanderson Engineering Name Department As requested, we investigated the possible adjustment of parking restrictions on Northland Lane adjacent to Cannonball Ridge Park from the west side of the street to the east side of the street. According to the Illinois Department of Transportation’s (IDOT) Bureau of Local Roads and Streets (BLRS) Manual, parking restrictions are established by the Illinois Vehicle Code (625 ILCS 5/11-1303). Parking is prohibited in the following locations: • in front of a public or private driveway; • within an intersection; • on the curb immediately opposite the ends of a safety zone, unless a different length is indicated by signs or markings; • within 15 ft (4.6 m) of a fire hydrant; • within 20 ft (6.1 m) of any crosswalk; • within 30 ft (9.1 m) on the approach leg to any intersection with a flashing signal, stop sign, yield sign, or traffic control signal located at the side of the roadway; • within 20 ft (6.1 m) of the driveway entrance to any fire station and on the side of a street opposite the entrance to any fire station within 75 ft (22.9 m) of this type of entrance (when properly signed); • within 50 ft (15.2 m) of the nearest rail of a highway/railroad crossing on bridges or within a highway tunnel; and • in areas designated by local traffic and enforcement regulations (e.g., near school zones, loading zones, bus stops). See local ordinances for additional information on parking restrictions. • between a safety zone and adjacent curb or within 30 ft (9.1 m) of points According to Chapter 28 of IDOT’s BLRS Manual, the available sight distance for vertical curves, horizontal curves, and intersections should all be considered in setting parking restrictions. The existing parking restrictions on the west side of Northland Lane from Black berry Shore Lane to Western Lane were implemented in 2014 (Ord. 2014-39, 8-26-2014). These restrictions, which are displayed in Exhibit 1, include several No Parking Signs bearing the text “THIS SIDE OF STREET.” The signs are located between the curb and sidewalk facing southbound Northland Lane traffic. Several fire hydrants located on the west side would restrict parking if not already restricted by City Ordinance. 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 James Jensen, Chief of Police Date: March 11, 2025 Subject: Northland Lane Parking Restrictions The existing parking restrictions on the east side of Northland Lane from Western Lane to Blackberry Shore Lane include six residential driveways, the unmarked crosswalk at Western Lane, and the unmarked crosswalk at Blackberry Shore Lane. The amount of usable parking on the east side of Northland Lane currently totals approximately 720 feet. This can accommodate roughly 30 passenger vehicles, assuming a 20-foot vehicle length and a 4-foot spacing between vehicles per the BLRS Manual. Keeping the no parking zone on the west side of Northland Lane and introducing the development of Heartland Meadows West is displayed in Exhibit 2. The proposed development creates new parking restrictions on the east side of Northland Lane that include three additional residential driveways and sight restrictions at the new T-intersection. Sight triangles for westbound vehicles exiting the Heartland Meadows West development would impact the amount of usable parking for vehicles northbound on Northland Lane. The amount of usable parking space from Western Lane to Blackberry Shore Lane would decrease to approximately 168 feet. This would accommodate roughly 7 passenger vehicles, assuming a 20-foot vehicle length and a 4-foot spacing between vehicles per the BLRS Manual. The proposed Heartland Meadows West development and the adjustment of the no parking zone from the west side to the east side of Northland Lane is shown in Exhibit 3. Sight triangles for eastbound vehicles turning onto Northland Lane from Western Lane would impact the amount of usable parking for vehicles southbound on Northland Lane. Horizontal sight distance for vehicles travelling southbound around the curve on Northland Lane would also decrease the amount of usable parking on the west side. Considering these changes, the amount of usable parking on the west side of Northland Lane would total approximately 480 feet. This would accommodate roughly 20 passenger vehicles, assuming a 20-foot vehicle length and a 4-foot spacing between vehicles per the BLRS Manual. The analysis is summarized in the table below: Existing No Parking Conditions Existing No Parking Conditions with Heartland Meadows West Development Proposed No Parking Conditions with Heartland Meadows West Development Usable Parking Length 720 Feet 168 Feet 480 Feet Usable Parking Spots (24’ Space) 30 Passenger Vehicles 7 Passenger Vehicles 20 Passenger Vehicles No Parking Exhibits © Engineering Enterprises, Inc. 1 3 EXHIBIT 1 EXISTING NO PARKING CONDITIONS NORTHLAND LANE PARKING RESTRICTIONS UNITED CITY OF YORKVILLE CANNONBALL TRAILBLACKBERRY SHORE LANENORTHLAND LANEWESTE R N L A N E P THIS SIDE OF STREET LEGEND © Engineering Enterprises, Inc. 2 3 EXHIBIT 2 - EXISTING NO PARKING CONDITIONS WITH HEARTLAND MEADOWS WEST DEVELOPMENT NORTHLAND LANE PARKING RESTRICTIONS UNITED CITY OF YORKVILLE CANNONBALL TRAILBLACKBERRY SHORE LANENORTHLAND LANEWESTER N L A N E LEGEND P THIS SIDE OF STREET © Engineering Enterprises, Inc. 3 3 EXHIBIT 3 - PROPOSED NO PARKING CONDITIONS WITH HEARTLAND MEADOWS WEST DEVELOPMENT NORTHLAND LANE PARKING RESTRICTIONS UNITED CITY OF YORKVILLE CANNONBALL TRAILBLACKBERRY SHORE LANENORTHLAND LANEWESTER N L A N E LEGEND P THIS SIDE OF STREET 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 Old Business #2 Tracking Number PW 2025-19 Cannonball Trail Share Use Path Feasibility Study – Preliminary Engineering Public Works Committee – March 18, 2025 Majority Approval Please see the attached memo. Bart Olson Administration Name Department Summary Consideration of a feasibility study with EEI for a Cannonball Trail Shared Use Path. Background This item was discussed by the Public Works Committee at the February 2025 meeting. At that meeting, the Committee asked the staff to prepare an engineering or feasibility study to better refine a ~$1m back-of-napkin cost estimate for a Cannonball Trail shared use path between Kendall Marketplace and Route 47. Since that meeting, EEI has prepared the attached preliminary engineering agreement. The agreement is for a $19,984 estimate to be based on hourly rates and time spent on the project. While this dollar value is within staff authority, we are seeking feedback from the Committee about proceeding with the study given the comments at last month’s meeting, the relative priority of this project to other trails/paths, and our ability to fund the project in the near term. The agreement is not a traditional design engineering contract, as we will not be able to take the end products straight to bid; the deliverables at the end of the study will be some conceptual drawings and preliminary cost estimates. Recommendation Staff is requesting direction on proceeding with the feasibility study. Memorandum To: City Council From: Bart Olson, City Administrator CC: Date: March 13, 2025 Subject: Cannonball Trail Shared Use Path – Feasibility Study Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS APPROVING AN ENGINEERING AGREEMENT WITH ENGINEERING ENTERPRISES, INC. WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a non- home rule municipality duly organized and validly existing in accordance with the Constitution of the State of Illinois and the laws of this State; and WHEREAS, the City’s Public Works Department plans provide preliminary engineering for the feasibility of providing a shared use path to connect Cannonball Trail to Route 47 (the “Project”); and WHEREAS, completion of the Project will require engineering services conducted by an outside engineering firm; and WHEREAS, Engineering Enterprises, Inc., of Sugar Grove, Illinois (“EEI”), has prepared an agreement between EEI and the City for engineering services related to the Project (the “Agreement”), said Agreement being attached hereto as Exhibit A; and WHEREAS, EEI has provided engineering services for various projects completed by the City, and the City administration has found that EEI is a qualified and experienced engineering firm; and WHEREAS, the City administration recommends approval of the Agreement. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council (the “Corporate Authorities”) of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Mayor and City Clerk are hereby authorized to execute a Cannonball Resolution No. 2025-____ Page 2 Trail Shared Use Path – Feasibility Study – United City of Yorkville, Professional Services Agreement – Preliminary Engineering, attached hereto as Exhibit A. Section 3. 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