Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Public Works Packet 2025 08-19-25
AGENDA PUBLIC WORKS COMMITTEE MEETING Tuesday, August 19, 2025 6:00 p.m. East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL Citizen Comments: Minutes for Correction/Approval: July 15, 2025 New Business: 1. PW 2025-70 Water Audit Update Presentation 2. PW 2025-71 Quiet Zone Update Presentation 3. PW 2025-72 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Road to Better Roads Program – Design Engineering) 4. PW 2025-73 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Local Road Program – Design Engineering) 5. PW 2025-74 2024 Water Main Replacement – Contract A – Change Order No. 1 6. PW 2025-75 YBSD Water Main Extension – Change Order No. 1 7. PW 2025-76 East Alley Water Main Replacement – Contract Award 8. PW 2025-77 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (East Alley Water Main Replacement) 9. PW 2025-78 Disposal of Various Public Works Department Vehicles 10. PW 2025-79 Grande Reserve Unit 4 – Performance Guarantee Release 11. PW 2025-80 South Receiving Station Standpipe – Change Order No. 2 Old Business: 1. PW 2025-62 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2025 Stormwater Basin Inspections) Additional Business: United City of Yorkville 651 Prairie Pointe Drive Yorkville, Illinois 60560 Telephone: 630-553-4350 www.yorkville.il.us UNITED CITY OF YORKVILLE WORKSHEET PUBLIC WORKS COMMITTEE Tuesday, August 19, 2025 6:00 PM CITY HALL CONFERENCE ROOM --------------------------------------------------------------------------------------------------------------------------------------- CITIZEN COMMENTS: --------------------------------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------------------------- MINUTES FOR CORRECTION/APPROVAL: --------------------------------------------------------------------------------------------------------------------------------------- 1. July 15, 2025 □ Approved __________ □ As presented □ With corrections --------------------------------------------------------------------------------------------------------------------------------------- NEW BUSINESS: --------------------------------------------------------------------------------------------------------------------------------------- 1. PW 2025-70 Water Audit Update Presentation □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 2. PW 2025-71 Quiet Zone Update Presentation □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 3. PW 2025-72 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Road to Better Roads Program – Design Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 4. PW 2025-73 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Local Road Program – Design Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 5. PW 2025-74 2024 Water Main Replacement – Contract A – Change Order No. 1 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 6. PW 2025-75 YBSD Water Main Extension – Change Order No. 1 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 7. PW 2025-76 East Alley Water Main Replacement – Contract Award □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 8. PW 2025-77 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (East Alley Water Main Replacement) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 9. PW 2025-78 Disposal of Various Public Works Department Vehicles □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 10. PW 2025-79 Grande Reserve Unit 4 – Performance Guarantee Release □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 11. PW 2025-80 South Receiving Station Standpipe – Change Order No. 2 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- OLD BUSINESS: --------------------------------------------------------------------------------------------------------------------------------------- 1. PW 2025-62 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2025 Stormwater Basin Inspections) □ 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 – July 15, 2025 Public Works Committee – August 19, 2025 Majority Committee Approval Minute Taker Name Department DRAFT Page 1 of 2 UNITED CITY OF YORKVILLE PUBLIC WORKS COMMITTEE Tuesday, July 15, 2025, 6:00pm Yorkville City Hall, East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL IN ATTENDANCE: Committee Members Chairman Craig Soling Alderman Joe Plocher Alderman Rusty Corneils Absent: Alderman Dan Transier Other City Officials City Administrator Bart Olson, via Zoom Public Works Director Eric Dhuse Assistant City Administrator Erin Willrett Assistant Public Works Director John Sleezer Engineer Brad Sanderson, EEI Alderman Chris Funkhouser, via Zoom Other Guests: None The meeting was called to order at 6:03pm by Chairman Craig Soling. Citizen Comments: None Previous Meeting Minutes: June 17, 2025 The minutes were approved as presented. New Business: 1. PW 2025-65 Resolution Approving a Change Order to a Contract to Construct a 1,500,000 Gallon Standpipe and Water Main Mr. Sanderson said last month the Council had approved the contract with CB&I to construct the standpipe for the south receiving area. A Change Order reduction of $384,400 has been submitted. This is due to the modification of the guarantee which involves putting the standpipe into operation sooner than anticipated and in addition, an alternative design that results in a reduction in thickness of the tank steel. Alderman Plocher asked if the pylons would still be needed, however, Mr. Sanderson said the company has not provided that information yet. Mr. Soling asked if there could be a problem 50 or 60 years down the road. Mr. Sanderson replied the steel is thick on its own and the 25-year coating provides extra protection. He added that these tanks are built to last over 100 years. This moves forward to the City Council. 2. PW 2025-66 Illinois Railway, LLC License Agreement – East Alley Water Main Replacement Project Engineer Sanderson said items 2 and 3 are similar. There are several water main replacement projects that will go out to bid next month. The projects will involve going under the railroad crossings and a license agreement is needed to do this. The agreement has been vetted by the City Attorney Orr and a one time license fee of $4,000 is required. The committee agreed with the recommendation to approve this agreement and will move it forward to the consent agenda. Page 2 of 2 3. PW 2025-67 Illinois Railway, LLC License Agreements – 2025 Water Main Replacement Project Mr. Sanderson said there are 4 separate license agreements for 4 crossings. The fee is slightly less at $3,700 per crossing based on casing pipe size and the total is $14,800. This will also move to the consent agenda. 4. PW 2025-68 Sewer Cleaning Truck Purchase Director Dhuse said they had examined 3 units. He said the current equipment has experienced some maintenance issues and mechanical breakdowns, both of which he felt were on the manufacturer's end. He asked for feedback from the employees who use the equipment and all preferred the Vactor brand which are manufactured in LaSalle-Peru. They are single-engine trucks with hydraulic pumps which are quieter than a double engine truck. He said this is a 10-year purchase. Alderman Corneils asked if 10 years is the lifespan. Mr. Dhuse said the equipment is subjected to nasty environments and after that time, they start needing repairs. Chairman Soling asked if this is in the budget. The truck is $35,000 over budget, but money was saved on the Blackberry Creek lift station generator replacement to apply to the purchase. This also includes the sludge pump and accessory lighting that was desired. This truck will be kept inside in the winter. This purchase moves forward to the City Council. 5. PW 2025-69 Cannonball Estates SSA Plan Mr. Olson said an HOA member had contacted him saying the HOA is defunct and would no longer be doing maintenance in the subdivision and would turn it over to the city. He said there is an SSA in place so a levy can be filed. He asked Mr. Dhuse to prepare a maintenance budget. The city is now in the process of notifying the residents that the HOA is defunct. The letter will show the residents what the cost will be for the city to perform the maintenance or give them a chance to re-establish the HOA to continue the maintenance. Mr. Olson wanted to insure the committee was OK with the budget and the process. The Mayor also wanted to insure the city was covered as far as staff time which is not reflected in the budget. That factor will be added and the budget updated. Chairman Soling asked if the SSA has an expiration date and if enough money is being budgeted. There is no expiration date and Mr. Dhuse said the figures were based on the pond maintenance costs in Sunflower. Alderman Funkhouser asked if the budget included the easement along Alyce and Cannonball which it does. He also questioned whether or not the residents should be given the option of maintaining their back yards instead of the HOA. Mr. Olson said the letter will give residents 30-45 days to respond and they will evaluate the back yard question from the responses. The committee will move this forward to City Council. Old Business: 1. PW 2025-62 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2025 Stormwater Basin Inspections) Mr. Olson said he would like to push this matter until next month to allow the Mayor time to fully review the agreement. Additional Business: None There was no further business and the meeting adjourned at 6:21pm. 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 2025-70 WY2024 Water Audit Results and Recommendations Public Works Committee – August 19, 2025 None Informational Please see the attached memo. Brad Sanderson Engineering Name Department To meet the Lake Michigan Allocation permit requirements, the United City of Yorkville is required to reduce Non-Revenue Water (NRW) to below 10% prior to connecting to DuPage Water Commission (DWC) with water from Lake Michigan in 2028. To track progress, the water audit for WY2024 has been prepared in accordance with the methodology found in AWWA Manual M36 – Water Audits and Loss Control and associated software. The City’s NRW for WY2024, the period from 10/1/23 through 9/30/24, is 14.2%, which is a slight decrease in percentage from 14.8% in WY2023. In Table No. 1 and Figure A found on Page 2 of this memo, a historical summary of water audit results is provided, including the water audit results for WY2024. The components of NRW are: 1) Unbilled Authorized Consumption (which includes both unbilled metered and unbilled unmetered water use), 2) Apparent Losses, and 3) Real Losses. Apparent losses consist of the following: unauthorized consumption, customer metering inaccuracies, and systematic data handling errors. The real losses include: 1) leakage on distribution/transmission water mains, 2) leakage and overflows at storage facilities, and 3) leakage at service connections. The City has been working through the Water System Improvement Plan submitted to Illinois Department of Natural Resources (IDNR) as part of the Lake Michigan Allocation permitting process for WY2021 which addressed all three (3) components. To reduce unbilled authorized water use, the City has implemented a bulk water filling station and means of billing for miscellaneous uses that were previously unbilled and unmetered. To address apparent water losses, the City is investing in replacing all customer meters and converting to Advanced Metering Infrastructure (AMI) technology. The City has budgeted for $2.8 million over the next two (2) fiscal years. In regard to real losses, the City began to perform annual leak detection. Further, while the City has periodically replaced water main at locations where water main breaks are most frequent, the City developed and is working through a five (5) year water main replacement program to replace 7.2 miles of water main installed prior to 1970. The City has currently replaced approximately 5.4 miles of water main to-date. 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: August 12, 2025 Subject: WY2024 Water Audit Results and Recommendations Table No. 1 Historical Water Audit Summary 2012 2013 2014 20152016 2017 2018 2019 2020 2021 2022 2023 2024WATER SUPPLIEDVolume From Own Sources MG/Yr 555.34 476.15 466.02 509.92 541.80 560.58 574.09 550.75 607.60 642.53 632.10 673.61 701.76Master Meter AdjustmentMG/Yr or % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4.53 4.83 -3.43 3.62Water Imported MG/Yr 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00Water Exported MG/Yr 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00WATER SUPPLIED - Total MG/Yr 555.34 476.15 466.02 509.92 541.80 560.58 574.09 550.75 607.60 638.00 627.27 677.05 698.14AUTHORIZED CONSUMPTIONBilled Authorized Use MG/Yr 498.39 382.80 440.82 456.20 485.81 505.21 516.29 484.84 533.76 557.11 575.15 576.76 598.67Unbilled Authorized Consumption MG/Yr 6.94 5.95 5.83 6.37 6.77 7.01 7.18 6.88 7.59 8.97 14.96 12.41 9.69AUTHORIZED CONSUMPTION - Total MG/Yr 505.33 388.75 446.65 462.57 492.58 512.22 523.47 491.72 541.35 566.08 590.11 589.17 608.37NON-REVENUE WATERWater Supplied - Total MG/Yr 555.34 476.15 466.02 509.92 541.80 560.58 574.09 550.75 607.60 638.00 627.27 677.05 698.14Less Billed and Unbilled Authorized Consumption - Total MG/Yr -505.33 -388.75 -446.65 -462.57 -492.58 -512.22 -523.47 -491.72 -541.35 -566.08 -590.11 -589.17 -608.37WATER LOSSES - Total MG/Yr 50.01 87.40 19.38 47.35 49.21 48.36 50.62 59.02 66.24 71.92 37.16 87.87 89.77Plus Unbilled Authorized Consumption (Unbilled Metered and Metered Water)MG/Yr 6.94 5.95 5.83 6.37 6.77 7.01 7.18 6.88 7.59 8.97 14.96 12.41 9.69NON-REVENUE WATER-Total MG/Yr 56.95 93.35 25.20 53.72 55.99 55.37 57.80 65.91 73.84 80.89 52.12 100.28 99.47NON-REVENUE WATER % % 10.3% 19.6% 5.4% 10.5% 10.3% 9.9% 10.1% 12.0% 12.2% 12.7% 8.3% 14.8% 14.2%Water Audit Line Item UnitCalendar Year Water Year Figure A. Historical Water Audit Summary 0%2%4%6%8%10%12%14%16%2021 2022 2023 2024 2025 2026 2027Water (MG)NRW %NRW Reduction Goal (%) However, the Water System Improvement Plan was intended to be a living document which would be reviewed, reevaluated, and modified as appropriate on an annual basis in conjunction with the completion of the annual Water Audit. That being said, the two (2) key parameters to determining the amount of NRW include the water supplied from water treatment plants and the amount of water being billed. City staff has made great efforts in ensuring accurate information is obtained for the water supplied to the distribution system; however, we observed significant fluctuations in the billing data depending on assumptions within the queries. The current billing system is outdated and has limited functionality to query the data with confidence for any given Water Year. Therefore, given the City is not meeting the NRW reduction schedule as of WY2023 and based on our observations and discussions with City staff while preparing the water audits, we recommend the following work items be expedited such that they are complete by September 30, 2026: 1. Completing the Customer Meter Change-out Program 2. Contracting to have a third-party billing data audit 3. Reviewing and considering implementation of a new billing software and then completing another third-party billing audit once the billing software is in place. These work items will improve the billing data integrity used in the water audit. The City intends to connect to Lake Michigan in 2028, and therefore it is imperative that the City demonstrate it has reached this goal in the water audit prior to connecting which is the water audit for WY2027, the period from October 1, 2026, through September 30, 2027. Therefore, to meet the NRW goal of less than 10% before connection to DWC, any critical NRW reduction strategies should be implemented by no later than September 30, 2026, such that the impacts can be observed in the WY2027 Water Audit. If you have any questions or require additional information, please let us know. WATER AUDIT AND NON-REVENUE WATER REDUCTION UPDATEAugust 19, 2025United City of Yorkville 1. Water Audit Background / Progress2. Non-Revenue Water Reduction Plan Initiatives3. Lake Michigan Allocation Permit Status4. Q&AAgenda WATER AUDIT BACKGROUND/PROGRESS Water TreatedWater Billed Millions of Gallons of Water Being Pumped into the Distribution System Exceeds the Gallons Being Sold AWWA M36 Manual and Water Audit Software HISTORICAL WATER AUDITSVolume versus % of VolumeIDNR Submittal No. 1 - WY2024:99.5 MG NRW14.2% NRWBilling data read dates assumptions impact NRW0%10%20%01002003004005006007008002012 2013 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024Non-Revenue Water %Water (MG)Volume From Own SourcesBilled, Metered Water UseNRW Volume (MG)NRW % NRW Reduction Schedule0%2%4%6%8%10%12%14%16%2021 2022 2023 2024 2025 2026 2027Water (MG)NRW %NRW Reduction Goal (%)Water YearNRW % Goal Per IDNR SubmittalActual NRW %WY2021 12.7% 12.7%WY2022 12.6% 8.3%WY2023 12.5% 14.8%WY2024 11.9% 14.2%WY2025 10.9%WY2026 9.9%WY2027 9.9% UNBILLED AUTHORIZED USE“Free Water”• Hydrant Flushing• Fire Use (Fire Use (Fighting, Training, Hydrant Maintenance• Auto-Flushers• Construction Uses• Treatment LossesNon-Revenue Water Components (“Buckets”)APPARENT LOSSES“Paper or Economic Losses”• Systematic Data Handling Error• Customer Meter Inaccuracies• TheftREAL LOSSES“Physical Losses”• Water Main Breaks/Leaks• Service Line Leakage up to Customer Meter• Storage Tank Overflows NON-REVENUE WATER –COMPONENTS BY VOLUMEWY2024 Water Audit:99.5 MG NRW14.2% NRWUnbilled Metered ConsumptionUnbilled UnmeteredConsumptionUnauthorized ConsumptionCustomer Meter InaccuraciesSystematic Data HandlingErrorsReal LossesReal Losses77.4 MG77.4 %Apparent Losses12.4 MG12.4 %Unbilled Authorized Consumption9.7 MG9.7 % NRW REDUCTION PLAN INITIATIVES WATER SYSTEM IMPROVEMENT PLAN (FEBRUARY 2023)Water Year 2021 Non-Revenue Water Reduction StrategiesUnited City of Yorkville, Kendall County, IllinoisRevised February 9, 2023GeneralShort-TermAnticipated DeadlineG-1Annual water loss audit completion On-goingG-2Establish a Water Loss Champion and Water Loss Task Force - Meet on a quarterly basis 2023G-3Initiate an education and outreach Program to City staff regarding water efficiency and water loss reduction strategies for operationsOn-goingG-4Monitor NRW annually and pivot with NRW reduction initiatives as appropriate On-goingG-5Continue to educate and encourage residents to conserve waterOn-goingUnbilled Water UseShort-TermAnticipated DeadlineU-1Review unbilled (unmetered and metered)(Including, but not limited to Fire Protection Districts, ball fields, Bridge Park, lift stations, hydrant flushing, filling water mains during construction, Hometown Days, etc.)2025U-2Amend policies as necessary to meter and charge for unbilled water as appropriate 2025U-3Develop a tracking/estimating system for all unmetered water2025Apparent LossesShort-TermAnticipated DeadlineA-1Implement annual master meter testing of effluent meters2022A-2Continue with implementation of a customer (AMI) meter change-out program (replace 6000 to 6500 meters)2026A-3Review billing software and potentially replace it 2025A-4Review and update enforcement efforts related to illegal water use policies/ordinances 2023Long-TermA-5Convert fully to AMI technology TBDA-6Implement improvements based on discovered AMI capabilities TBDA-7Develop a benchmark testing program for customer meters for accuracy and implement the planTBDReal LossesShort-TermAnticipated DeadlineR-1Continue to implement the water main replacement program based on NRW desired goals. These goals are consistent with the current CIP in place which targets replacement of all pre-1970 water main as well as high water main break areasOn-goingR-2Implement leak detection (100% of the system annually)2022R-3Develop water main replacement plan for beyond the current 5-year CIP program. The plan will be based on water main age, condition, material, and break frequencies which may include water main condition analysis via modeling if needed at that time.2028R-4Implement better tracking of water main breaks, including actual date of the water main break.2023Long-TermR-5Monitor water main replacement rate and water reduction to determine impact on NRW and adjust accordinglyOn-goingR-6Install bi-directional flow meters at booster pump and pressure reducing valve stations that separate the five different pressure zones. These meters will allow real-time comparison between treated water and billed water within each pressure zone, essentially acting as district metered areas.TBDG:\Public\Yorkville\Water Loss Audits (NRW)\NRW Reduction Plan\2024\[Tables-Graphs-YO-Read 1st day of the monthExcept2024-Final_MLP25-07-23.xlsx]NRWStrategies NRW REDUCTION PLAN INITIATIVESGENERAL PLAN ITEMS• Complete Annual Water Audit• Establish a Water Loss Team and Champion – Meets regularly• Initiate an education program within the City• Monitor Impact of NRW Initiatives NRW REDUCTION PLAN INITIATIVESUNBILLED AUTHORIZED WATER USE• Convert Unbilled Water Use to Billed Water Use• Improve the Tracking of Unbilled, Unmetered Water:• Fire Protection Districts Use• Flushing Hydrants• Construction Use NRW REDUCTION PLAN INITIATIVESAPPARENT LOSSES• Master and Effluent Meter Testing and Calibrating, Annually• Customer Meter Replacement Program (AMI Technology) – City Budgeted $2.8M combined in FY2026 and FY2027• Review Billing Software and Replace/Update it if Necessary• Review policies and enforcement efforts of illegal water use NRW REDUCTION PLAN INITIATIVESREAL LOSSES• Implemented GIS tracking of water main breaks• Annual Leak Detection on 100% of Distribution System – Continue IDNR SUBMITTAL (JANUARY 2023)Replace all Pre-1970s Water Main Including High Main Break Locations• Replaced 5.4 miles of water main from 2023-2025 out of 7.2 miles through 2027 • Developed an on-going water main replacement program through 2030 and passed rates to fund the additional water main replacementWATER MAIN REPLACEMENTPROGRESS WATER MAIN REPLACEMENT PROGRAM - UPDATED DOES THE VOLUME OF REAL LOSSES MAKE SENSE?• Annual Leak Detection on 100% of Distribution System (Minimal leaks found) • Replaced 5.4 Miles of Water Main Since WY2021 Audit• # of Water Main Breaks is acceptable0.05.010.015.020.025.030.02013 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024 2025 2026Number of Breaks/100 Miles of Water MainCalendar YearWater Main BreaksUnited City of Yorkville, IL15 Breaks / 100 miles = Fully Optimized Distribution System Break Ceiling**25-27 Breaks / 100 miles = Minimum Break Ceiling Goal**Resource: AwwaRF Report 91165, "Main Break Prediction, Prevention and Control," Neil S. Grigg, 2007.*Resource: AWWA Partnership for Safe Water, 2011. HOW WATER LOSSES ARE CALCULATED IN THE WATER AUDIT1. Calculate the NRW VolumeNRW = Water Supplied – Billed Authorized Consumption2. Identify the NRW BucketsNRW = Unbilled Authorized Consumption + Apparent Losses + Real Losses3. Calculate/Estimate Unbilled Authorized UseUnbilled Authorized Use = Unbilled Metered Water + Unbilled Unmetered Water4. Calculate/Estimate Apparent LossesApparent Losses = Unauthorized Consumption + Customer Metering Inaccuracies + Systematic Data Handling Error5. Calculate/Estimate Real Losses Real Losses = NRW - Unbilled Authorized Consumption - Apparent Losses6. Do the “Buckets” Make Sense?Review the results to determine if the volumes seem feasible given your knowledge of the system NON-REVENUE WATER REDUCTION PLAN FOCUS• Unbilled Authorized Use9Review Billing Software and Replace/Update, if Necessary9Contract to have a third-party billing data audit (Anticipate Sept. 2025 ÆÆ Included in current budget and funding available given new rate structure)• Apparent Losses9Customer Meter Replacement Program9Continue Annual Master and Effluent Meter Testing and Calibrating• Real Losses9Annual Leak Detection on 100% of Distribution System9Continue with Annual Water Main Replacement Program NON-REVENUE WATER REDUCTION PLAN FOCUS• Recommend expediting the following to complete by September 30, 2026:9Customer Meter Replacement Program9Review Billing Software and Replace/Update, if Necessary9Contract to have a third-party billing data audit (Anticipate City Council approval Sept. 2025. This is included in current budget and funding available given new rate structure.) LAKE MICHIGAN ALLOCATION PERMIT STATUS (LMO-22-06) IDNR PERMIT SCHEDULE/STATUS• Final Order from IDNR• Met with IDNR for Water Audit Update• IDNR Permit Issued• Submit Last Water Audit Prior to Lake Michigan Connection• DWC Commissioning• Connection to DWC/Lake Michigan Water10/14/237/29/25_______January 2027(10/1/26-9/30/27)Spring 2028Summer 2028 QUESTIONS ORCOMMENTS?We’re here to help any way we can! 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 2025-71 Quiet Zone Update Presentation Public Works Committee – August 19, 2025 None Informational A presentation will take place. Brad Sanderson Engineering Name Department QUIET ZONE PRESENTATIONUnited City of Yorkville 1. Train Horn Rule2. Quiet Zone Requirements3. BNSF Quiet Zone4. Downtown Quiet Zone5. ITEP Grant6. QuestionsAgenda TRAIN HORN RULE• Law that Regulates Train Horns• Established in 2005 by the Federal Railroad Administration (FRA)• Requires Trains Blow Their Horns in Advance of Public Highway-Rail Crossings• Must blow their horns a minimum of 15 seconds and a maximum of 20 seconds in advance• Provided Local Communities the Option of Silencing Them with a Quiet Zone QUIET ZONE REQUIREMENTS• Quiet Zone Risk Index Must Be Less Than or Equal to Risk Index with Horns• Requires Additional Safety Measures Such As:• Delineators• Non-Traversable Medians• One-Way Streets• Crossing Closures• Quad Gates QUIET ZONE REQUIREMENTS (continued)• Minimum Length is ½ Mile• Any Crossings Within a ½ Mile Must Be Included in the Proposed Quiet Zone Even if They Are Outside Your Jurisdiction• Each Crossing Must Have at Minimum the Following Warning Systems:• Flashing Lights• Gates• Constant Warning Time Detection (CWT)• On-Site Diagnostic Meeting Review with FRA, Railroad, ICC and IDOT• Provide Notice of Intent (NOI) To FRA, Railroad, ICC & IDOT• Installation of Proposed Safety Measures• Notice of Establishment (NOE) BNSF Quiet Zone BNSF Quiet Zone• Beecher Road • Constant Warning Time, Gates & Lights• Cannonball Trail • Not Included, Kendall County Completing Separately• Kennedy Road • Constant Warning Time, Gates & Lights• Pedestrian Crossing To Be Reviewed By Diagnostic Team• Mill Road • Constant Warning Time, Gates & Lights BNSF Quiet Zone• Proposed Improvements• Kennedy Road – 100’ of Delineators at Each Side of the Crossing• Mill Road – 100’ of Delineators at Each Side of the Crossing• Beecher Road – 100’ of Delineators at Each Side of the Crossing• Estimated Cost = $20K/crossing BNSF Quiet Zone• BNSF Requires Preliminary Engineering Agreement Prior To Diagnostic Meeting Attendance• Covers Desktop Review Ahead of Diagnostic Meeting• Covers Diagnostic Meeting Travel and Attendance• Includes Budget for Follow Up Conference Calls & Other Coordination• Estimated at $28,099 but City Will Be Billed Based On Actual Costs• Proposed Project Schedule• Approval of BNSF Agreement – August • Diagnostic Meeting – September/October• NOI – October (Requires 60 Day Comment Period)• NOE - January• Quiet Zone Establishment – February City Council Approval of BNSF AgreementSchedule Diagnostic MeetingSubmit Notice of Establishment of Quiet ZoneNext Steps – BNSF Quiet Zone112244Submit Notice of Intent33 Downtown Quiet Zone Downtown Quiet Zone• Hoover Forest Preserve• CWT, Gates & Lights• Poplar Drive• CWT, Gates & Lights• River Birch Lane• Lights, No Gates or CWT• Morgan Street• No Warning Devices• Adams Street• No Warning Devices• State Street• No Warning Devices• Main Street• No Warning Devices• West Alley• No Warning Devices• IL Route 47• CWT, Gates & Lights• East Alley• No Warning Devices• Heustis Street• No Warning Devices• Mill Street• No Warning Devices Downtown Quiet Zone• Warning Device Costs• $700K for New Crossing Surface, Gates, Lights and CWT• CWT Will Require Drainage Improvement To Function Correctly• Hydraulic Avenue Considerations• Edge of Pavement Must Be Shifted 10’ North To Allow Room for Gate Mechanisms• Schedule• Requires Agreement Between Railroad and City ~ 12 Months• 90 Days for Material Procurement• 3 Weeks of Construction Per Crossing Downtown Quiet Zone• Funding Possibilities• Grade Crossing Inventory Fund• Pays for Crossing Updates Such as Gates, Signals & CWT• Gives Credit for Crossing Closures• Other Federal Opportunities• Currently None Available, Typically Come Out in October• Railroad Willing To Partner With City• Other State Opportunities• ITEP Project Public Information Meeting To Discuss Preliminary Quiet Zone Options and Possible Road ClosuresPreliminary Meeting with FRA To Discuss Quiet Zone OptionsInvestigate Grants and Funding OpportunitiesNext Steps – Downtown Quiet Zone112244Engage Railroad To Discuss Agreements and Project Implementation for Crossing Improvements33 ITEP Project ITEP Project• City was Selected for ITEP Grant (2.994M)• 80/20 Split for Phase II, Phase III and Construction• 50/50 Split for Street Lighting• Phase I Engineering 100% Locally Funded• Project Must Be Start Within 4 Years• Proposed Schedule• Start Phase I Engineering October 2025 ~ 18-24 Months• Start Phase II Engineering Early 2027• November 2028 Letting QUESTIONS ORCOMMENTS? 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 2025-72 2026 Road to Better Roads MFT Project Design Engineering Services Proposal Public Works Committee – August 19, 2025 Majority Approval Proposed design engineering agreement from EEI for the MFT portion of the yearly Road to Better Roads program. Eric Dhuse Public Works Name Department Summary A proposed design engineering agreement from EEI for the MFT portion of our Road to Better Roads program. Background This is our yearly pavement replacement program that we have been performing for over a decade. This program is approximately $1.6M per year on average and was our only road program until 2 years ago when the supplemental program was approved to assist with paving additional areas each year. For the upcoming year, the proposed areas are River’s Edge, Briarwood, and continuing to patch and repair the concrete pavement around the Menard’s area. EEI is proposing a fixed fee of $89,914 and direct expenses to be $6,000 for a total of $95,914. For this amount, EEI proposed to provide project management, geotechnical investigations and reports, preparing pre-final plans with EOPC, submitting plans to IDOT and gaining approval, and bidding and contracting. There is currently $92,000 budgeted in the approved FY26 budget for this expense. Although EEI’s proposed fee is slightly higher, staff believes we can keep this project under budget. Recommendation Staff recommends approval of this proposed agreement with EEI in the amount of $95,914. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: August 12, 2025 Subject: RTBR MFT Project Design 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 perform patching and concrete pavement repairs in various areas around River’s Edge, Briarwood, and the Menards area (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 2026 Road Resolution No. 2025-____ Page 2 to Better Roads Program, 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 _________ RUSTY CORNEILS _________ RUSTY HYETT _________ 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 ROAD TO BETTER ROADS PROGRAM PAGE 1 2026 Road to Better Roads Program 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 include 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 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 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 $89,914, of which direct expenses are estimated at $6,000. The hourly rates for this project are shown in the attached 2025 Standard Schedule of Charges (Attachment F). All payments will be made according to the Illinois State Prompt Payment Act and no t 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 he reto) and said changes shall only be effective on and after May 1st of that same year. UNITED CITY OF YORKVILLE 2026 ROAD TO BETTER ROADS PROGRAM 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 ROAD TO BETTER ROADS PROGRAM 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 be withheld UNITED CITY OF YORKVILLE 2026 ROAD TO BETTER ROADS PROGRAM PAGE 4 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 supplie d) 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: Estimated Schedule Attachment E: Location Map Attachment F: 2025 Standard Schedule of Charges UNITED CITY OF YORKVILLE 2026 ROAD TO BETTER ROADS 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 ENGINEER: 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, PE Mayor Chief Operating Officer / President ___________________________ __________________________ Jori Behland Angie Smith City Clerk Director of Marketing & Business Development ENGINEERING ENTERPRISES, INC. ATTACHMENT A – AUGUST 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 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. ATTACHMENT A – AUGUST 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 u se, 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 warran ty. Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ written notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Project to car ry 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, IL 2026 ROAD TO BETTER ROADS PROGRAM PAGE 1 2026 Road to Better Roads Program United City of Yorkville, IL Professional Services Agreement - Design Engineering Attachment B – Scope of Services DESIGN ENGINEERING • Process required documents with the Illinois Department of Transportation for Motor Fuel Tax Projects including: o BLR 14220 - Resolution o BLR 14222 - Municipal Estimate of Maintenance Costs o BLR 11510 - Preliminary Estimate of Cost • Conduct site visit(s) to assess condition of existing pavement, curb and gutter, sidewalk, drainage, structures and identify non-compliant sidewalk curb ramps. • Conduct site visit(s) to assess condition of existing concrete pavement on Carpenter Street, Countryside Parkway, Marketview Drive and Menard Drive. • Obtain, review and inventory existing utility, roadway, right-of-way, ownership, soil data, etc. • Obtain utility information to identify potential conflicts, as necessary. • Obtain geotechnical site data, consisting of pavement cores taken every 1000-1500 feet, as necessary. • Coordinate documentation for CCDD Management of soils, as necessary. • Coordinate and develop with City Staff the final scope of improvements • Coordinate City wide striping program • Coordinate City wide crack sealing program • Confirm pavement design and rehabilitation methodology. • Prepare MFT General Maintenance Section bid package, and ancillary documents, including: o BLR 12200 – Local Public Agency Formal Contract Proposal o BLR 12201 – Schedule of Prices o BLR 12230 – Local Agency Proposal Bid Bond o BLR 12325 - Apprenticeship Certification o BLR 12326 – Affidavit of Illinois Business Office o BC 57 - Affidavit of Availability o Index for Supplemental Specifications and Recurring Special Provisions o Check Sheet for Recurring Special Provisions o BLR 11310 - Special Provisions o Bureau of Design and Environment Special Provisions/Check sheets o Local Roads Special Provisions o Location Map o Existing/Proposed Typical Sections o Summary of Quantities o Proposed Plan Sheets o Prevailing Wage o Highway Standards o City Standards/Details o Core Report (Provided by Rubino Engineering) o CCDD Documents (Provided by Rubino Engineering) • Coordinate IDOT and City review, including revisions and approval • Prepare preliminary and final cost estimates • Assist in bidding, contractor/bid evaluations, contract preparation and additional contract administration as required; facilitate IDOT approval of Contract UNITED CITY OF YORKVILLE, IL 2026 ROAD TO BETTER ROADS PROGRAM PAGE 2 • Attend public meetings with Staff to review design progress • Provide all bid packages in 8 ½” x 11½” format • Provide planning/design/construction schedule and frequent updates regarding any potential items affecting the schedule ATTACHMENT C: ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COST PROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBER United City of Yorkville YO2523-P PROJECT TITLE DATE PREPARED BY 2026 Road To Better Roads Program - Design Engineering ROLE PIC PM SPE 1 PE SPT 1 ST ADMIN PERSON RATE $246 $218 $193 $175 $171 $146 $75 DESIGN ENGINEERING 2.1 4 14 10 4 32 6,666$ 2.2 4 4 4 6 18 3,678$ 2.3 4 6 10 1,922$ 2.4 2 10 12 2,186$ 2.5 8 24 80 112 20,376$ 2.6 12 48 120 6 12 4 202 35,958$ 2.7 2 2 8 12 2,328$ 2.8 2 4 8 14 2,608$ 2.9 2 4 4 2 4 2 18 2,984$ 2.10 2 6 6 12 2 28 5,208$ Design Engineering Subtotal:12 56 100 258 8 16 8 458 83,914$ 12 56 100 258 8 16 8 458 83,914 EEI STAFF DIRECT EXPENSES PIC Principal In Charge Printing/Scanning = 300$ PM Project Manager Rubino (Cores & CCDD) =5,700$ SPE 1 Senior Project Engineer I PE Project Engineer DIRECT EXPENSES =6,000$ SPT 1 Senior Project Technician I ST Senior Technician LABOR SUMMARY ADMIN Adminstrative Assistant EEI Labor Expenses = 83,914$ TOTAL LABOR EXPENSES 83,914$ TOTAL COSTS 89,914$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com Prepare Engineer's Opinion of Probable Construction Cost - 90% PROJECT TOTAL: CJO8/7/25 COSTTASK NO.TASK DESCRIPTION HOURS Project Management and Coordination Submit Bid Package for IDOT Review Revise and Resubmit Bid Package for IDOT Approval/Advertisement Bidding and Contracting Project Meetings Geotechnical Investigation (Coordination, Field Work, Review Report) Analyze/Finalize Roadway Rehabilitation Methods Site Review, Identification of Required Improvements Prepare Pre-Final Bid Package/Exhibits - 90% ATTACHMENT D: ESTIMATED SCHEDULE CLIENT PROJECT NUMBER United City of Yorkville YO2523 PROJECT TITLE DATE PREPARED BY 2026 Road to Better Roads Program - Design Engineering CJO SEP OCT NOV DEC JAN FEB MAR APR MAY JUN DESIGN ENGINEERING 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10 * A separate construction engineering agreement will be provided. 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com Construction* Geotechnical Investigation (Coordination, Field Work, Review Report) Analyze/Finalize Roadway Rehabilitation Methods Site Review, Identification of Required Improvements Prepare Pre-Final Bid Package/Exhibits - 90% Bidding and Contracting Prepare Engineer's Opinion of Probable Construction Cost - 90% Submit Bid Package for IDOT Review; IDOT Review Revise and Resubmit Bid Package for IDOT Approval/Advertisement TASK NO.TASK DESCRIPTION Project Meetings 2025 8/8/25 Project Management and Coordination 2026 Blackberry CreekBlackberry CreekFox River Fox RiverFox Rive r FOX RIVER MCHUGHMAIN SPRING TUMAVAN EMMON MILLPOPLARJOHN VETERANS CANNONBALLBRIDGEERICA STAGEC O A C H PARK ROUTE 34CENTERKENNEDY COUNTRYSIDE BEECHEREDWARDSC H O O L H O U S E OMAHASTATEPARKSIDETERIMORGANORANGE SOMONAUKGAME FARMKEND A L L DEERHAYDENTIMBER OAKELM KINGFREEMONTHAMPT O N HEA R T L A N D WALNUT ROUTE 71 HEUSTISFORDWACKERLIBERTYQUINSEY GILLESPIE WASHINGTON WING RAINTREEISABEL ROUTE 1 2 6BARBERRYWESTERN KELLY C O U N T R Y H I L L S JACKSON MAPLESUNSETBEAVER MARKETVIEWCOLTONMADISON BLACKBERRY SHOR E KATE C A R L Y KINGS MILLBRISTOL HOMES T E A D BRUELLPRAIRIE CROSSINGBLUESTEMADRIANWALSHCHURCHGRACEGREENBRIAR IDE N T ASYCAMOREPLEASUREWHITE OAK LEISURE COLONIAL LANDMARKNORTHLAND BLAINE PRAIRIERI V E R S I D E CANYON WESTONPURCELL WINDHAM BANBURYHAZELTIN E ELIZABETH CROOKED CREEKCLEAR W A T E R TA U S ACORNWOLF GARDEN CONOVER ADAMSILLINI HILLCREST BADGERNORW A Y BIRCHWOODCOACH O L I V E RIVER BIRCH J A M E S T O W N ASTERWILD INDIGOLEXINGTONROUTE 47HIGH RIDGEASHARROWH E A D D E E R P A T HCHESTNUT RIDGE MU I R F I E L D GAWNE WARBLERFOXBO R O LOTUS RIDGETREMONTCANARYWESTWINDSO R INGEMUNSON HEARTHSTONEREDHORSEOLSEN INDEPENDENCE DE ER PO IN TWOODEN BRIDGEMARKETPLACEGEORGEANNA GOLDFINCHOAKPRAIRIE GRASSB L U E B I R DPRAIR IE ROSE CLOVER CEDAR WOOD SAGEMARTIN GREENFIELD TURNRED T A I L WALTER PINE VILLAGE V IEW WHITE PLAINS BIRCH SUNNY D E L L DAKOTAS AR A VANO SHICKORYMEADOWVIEW DICKSON STRAWBER R Y DOLPH PRAIRIE POINTE WOODWORTHYOR K V I L L EALAN DALEAUBURNBEHRENS NADEN HYDRAULIC CHERRYWOODLANDHOOVERSANDERSBELLCRIMSONHAWK HOLLOWPALMERWESTWIND C O D Y FIR MENARD CORNE R S T O N E BURNING B U S H JOHNSONDUNKINSPRUCEMEAD O WL A R K ALDER FAWN RIDGE MULHERN CONEFLOWERCONCORDB L U E J A Y GLEN NELSONPOWERSF A RM S T E AD BLACK B E R R Y ALEXANDRAAPPLETREE HALEY CANDLEBERRYWELLSJUNIPERCORNELL BUCKTHO R N SUNFLOWER HERITAG E TYLER CREEKJEFFERSONSHARON ROUTE 7 1 FOX PINEWESTCENTER JOHN HYDRAU L I C VETERANS MAINSCH O O L H O U S E RO U T E 1 2 6 HYDRAULIC ROUTE 3 4 WASHIN G T O N PARKSOMONAUK ROUTE 47STAGECOACH PARK BRIDGEMAINSTATEROUTE 71 VETERANS MAPLE BEECHER WALNUTRIDGE B R I D G E DOLPH ATTACHMENT ELOCATION MAP DATE: PROJECT NO.: FILE: BY: AUGUST 2025 YO2523 MJT 2026 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\YO2523 United City of Yorkville 651 Prairie Pointe Dr. Yorkville, IL 60560 N O R T H ° YO2523_2026 MFT Road Program RESURFACING CONCRETE PATCHING04,0002,000 US Feet 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 Engineering/Land Surveying Intern I-1 $ 85.00 Director of Marketing and Business Development M-4 $135.00 Marketing Coordinator M-2 $100.00 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 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 #4 Tracking Number PW 2025-73 2026 RTBR Supplemental Paving Project Design Engineering Services Proposal Public Works Committee – August 19, 2025 Majority Approval Proposed design engineering agreement from EEI for the supplemental portion of the yearly Road to Better Roads program. Eric Dhuse Public Works Name Department Summary A proposed design engineering agreement from EEI for the 2026 Supplemental Paving project. Background This program was started a few years ago to assist our MFT program in paving all the streets that need it. The City has many streets in subdivisions that were paved in the early 2000’s that were all coming due for repaving at approximately the same time along with our normal paving and paving areas of water main replacement instead of just patching the water main trench. This year, the areas of focus are Fox Highlands, portions of Raintree Village, and areas in the older part of town on the south side where it is in conjunction with the water main replacement program. EEI is proposing a fixed fee of $179,992 and direct expenses to be $14,740 for a total of $194,732. For this amount, EEI proposed to provide project management, geotechnical investigations, and reports, preparing pre-final plans with EOPC, submitting plans to IDOT and gaining approval, and bidding and contracting. There is currently $180,000 budgeted in the approved FY26 budget for this expense. Although EEI’s proposed fee is slightly higher, staff believes we can keep this project under budget. Recommendation Staff recommends approval of this proposed agreement with EEI in the amount of $194,732. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: August 12, 2025 Subject: RTBR Supplemental Paving Design 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 perform repaving to various streets within the Fox Highlands and Raintree Subdivisions, and areas on the south side in conjunction with the water main replacement program (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 2026 Local Resolution No. 2025-____ Page 2 Road Program, 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 _________ RUSTY CORNEILS _________ RUSTY HYETT _________ 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 LOCAL ROAD PROGRAM PAGE 1 2026 Local Road Program 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 include 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 $179,992, of which direct expenses are estimated at $14,740. The hourly rates for this project are shown in the attached 2025 Standard Schedule of Charges (Attachment F). All payments will be made according to the Illinois State Prompt Payment Act and not less than once every thirty days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B hereof as an Ongoing Contract, ENGINEER, on or before February 1st of any given year, shall provide written notice of any change in the rates specified in Section C hereof (or on any attachments hereto) and said changes shall only be effective on and after May 1st of that same year. UNITED CITY OF YORKVILLE 2026 LOCAL ROAD PROGRAM 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 LOCAL ROAD PROGRAM 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 be withheld UNITED CITY OF YORKVILLE 2026 LOCAL ROAD PROGRAM PAGE 4 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: Attachment A: Standard Terms and Conditions Attachment B: Scope of Services Attachment C: Estimated Level of Effort and Associated Cost Attachment D: Estimated Schedule Attachment E: Location Map Attachment F: 2025 Standard Schedule of Charges UNITED CITY OF YORKVILLE 2026 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 ENGINEER: 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, PE Mayor Chief Operating Officer / President ___________________________ __________________________ Jori Behland Angie Smith City Clerk Director of Marketing & Business Development ENGINEERING ENTERPRISES, INC. ATTACHMENT A – AUGUST 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 furnish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agents or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose of assessing if upon installation or incorporation in the project work they are generally consistent with the construction documents. OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents. OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions. The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope. Through standard, reasonable means the ENGINEER will become generally familiar with observable completed work. If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinion of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of text, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in electronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at the beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the termination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition. In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNER: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. 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 – AUGUST 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 incurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty. Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ written notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Project to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions being taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of invoices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. 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 reasonable fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. 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 2026 LOCAL ROAD PROGRAM PAGE 1 2026 Local Road Program United City of Yorkville, IL Professional Services Agreement - Design Engineering Attachment B – Scope of Services DESIGN ENGINEERING x Obtain, review and inventory existing utility, roadway, right-of-way, ownership, soil data, etc. x Obtain utility information to identify potential conflicts, as necessary x Obtain geotechnical site data, consisting of pavement cores taken every 1000-1500 feet, as necessary x Coordinate documentation for CCDD management of soils, as necessary x Coordinate and develop with City staff the final scope of improvements x Conduct site visits to assess condition of existing pavement, curb and gutter, sidewalk, ADA compliance, drainage and structures x Conduct site visit for City Wide Sidewalk Rehabilitation Program x Confirm pavement design and rehabilitation methodology x Prepare construction specifications, consisting of, but not limited to the following: o All required bidding and letting information and contractual forms o City special provisions and contracting information o Project specific specifications and special provisions o State specifications and provisions o Prevailing Wages o Bureau of Design and Environmental special provisions o Local Roads special provisions o Location Map o IDOT Highway Standards o Pavement Core Reports (Provided by Rubino Engineering) o CCDD Documents (Provided by Rubino Engineering) o Summary of Quantities o Aerial Exhibits showing improvement limits o Existing and Proposed typical sections o Proposed Plan Sheets x Coordinate City Asphalt Rejuvenation Program for streets that were resurfaced in 2025 x Coordinate City Wide Sidewalk Replacement Program x Coordinate City review, including revisions as needed x Prepare preliminary and final cost estimates x Assist in bidding, contractor/bid evaluations, contract preparation and additional contract administration as required x Attend public meetings with staff to review design progress x Provide all bid packages in 8 ½” x 11 ½” format x Provide planning/design/construction schedule and frequent updates regarding any potential items affecting the schedule ATTACHMENT C: ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COSTPROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBERUnited City of YorkvilleYO2523-PPROJECT TITLEDATE PREPARED BY2026 Road To Better Roads Program - Design EngineeringROLE PIC PM SPE 1 PE SPT 1 ST ADMINPERSONRATE $246 $218 $193 $175 $171 $146 $75DESIGN ENGINEERING2.16 32 16 8 62 12,940$ 2.24 6 6 8 24 4,850$ 2.34 8 12 2,272$ 2.44 4 8 16 3,044$ 2.512 72 160 244 44,512$ 2.612 96 180 64 120 4 476 81,408$ 2.72 6 8 12 28 5,444$ 2.818 6 24 5,082$ 2.94 6 6 12 2 30 5,700$ Design Engineering Subtotal: 16 100 214 396 64 120 6 916 165,252$ 16 100 214 396 64 120 6 916 165,252 EEI STAFFDIRECT EXPENSESPIC Principal In ChargePrinting/Scanning = 500$ PM Project ManagerRubino (Cores & CCDD) = 14,240$ SPE 1 Senior Project Engineer IPE Project EngineerDIRECT EXPENSES = 14,740$ SPT 1 Senior Project Technician IST Senior TechnicianLABOR SUMMARYADMIN Adminstrative AssistantEEI Labor Expenses = 165,252$ TOTAL LABOR EXPENSES165,252$ TOTAL COSTS 179,992$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comTASK NO.TASK DESCRIPTIONHOURSProject Management and CoordinationQC/QA of Bid PackageProject MeetingsGeotechnical Investigation (Coordination, Field Work, Review Report)Analyze/Finalize Roadway Rehabilitation MethodsSite Review, Identification of Required ImprovementsFinal Exhibits, Plans, Specifications and EstimatesPrepare Engineer's Opinion of Probable Construction CostPROJECT TOTAL:CJO8/7/25COSTBidding and Contracting ATTACHMENT D: ESTIMATED SCHEDULECLIENT PROJECT NUMBERUnited City of YorkvilleYO2523PROJECT TITLEDATE PREPARED BY2026 Local Road Program - Design EngineeringCJOSEP OCT NOV DEC JAN FEB MAR APR MAYJUNDESIGN ENGINEERING2.12.22.32.42.52.62.72.82.9* A separate construction engineering agreement will be provided. 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comTASK NO.TASK DESCRIPTIONProject Meetings20258/8/25Project Management and Coordination2026Construction*Geotechnical Investigation (Coordination, Field Work, Review Report)Analyze/Finalize Roadway Rehabilitation MethodsSite Review, Identification of Required ImprovementsFinal Exhibits, Plans, Specifications and EstimatesPrepare Engineer's Opinion of Probable Construction CostQC/QA of Bid PackageBidding and Contracting )R[5LYHU )R[5LY H U )R[5LYHUFOX MAIN SPRING VAN EMMON MILLSTAGECO A C H RIVER BRIDGEPARK TUMARO U T E 1 2 6 CENTER MCHUGHSC H O O L H O U S E WRENSTATEPARKSIDETERIMORGANORANGE SOMONAUK DEERR O U T E 4 7 TI M B E R O A K ELM KINGFAIRFAXOMAHAHAMPT O N WI N D E T T R I D G EHEUSTISSU T T O NLIBERTY QUINSEY WASHINGTON COACHWING RAINTREE WACKERFAI R F I E L D C O U N T R Y H I L L S JACKSON BEAVER FREEMONTMAPLECOLTONMADISON KATE LEGIONKINGS MIL L PRAIRIE CROSSINGBRUELLADRIANWALSHCHURCHGRACEGREENBRIAR IDE N T ABRISTOLCOLONIAL RICHMOND PENNMANBLAINE WESTONWHITE OAKBANBURYHAZELTIN E ELIZABETH CROOKED CREEKTA U S ACORNWOLF GARDENGAME FARMADAMSILLINI BADGERBIRCHWOODASTERBONNIEASHBARB E R R Y NAWAKWA DEERPATH HEARTHSTONERIDGE MUIRF IELD HARTFIELDYOR K V I L L E GAWNE WARBLERLOTUS RIDGETREMONTCANARYWY T H E RI V E R S I D E GOLDFINCHMANCHESTERCOLUM BI N E CLEA R W A T E R WESTING EMUN SON OLSEN D E E R PO IN TWOODEN BRIDGEOAK BLUEB IRD ASHWORTHWALNUTCLOVER HI L L T O P WOOD SAGEHAWK HOLLOWMARTIN GREENFIELD TURNWALTER VILLAGE V IEW SUNNY D E L L SA RA VA NO S ROUTE 71 DOLPH WOODWORTHAUBURNPINEBEHRENS BRAEMORE HYDRAULIC CHERRYWO O D L A N D OAKWOODREDWOOD TOWERSANDERSBELLWESTWIND CENTR A L CORNER S T O N E CLAREMONTWINDSORWORSLEYJOHNSONS O U T H R I V E R DUNKINFOXBORO MEAD O WLARK ALDER TOMM Y H UG H E S FAWN RIDGENORTH R IVER B L U E J A Y ST JOSEPHSFOUNTAINVIEW BEECHER DRAYTONALEXANDRAWINTERTHUR APPLETREE CANDLEBERRYWAVERLYJUNIPER BUCKTHO R N SUNFLOWER MONTROSEJEFFERSONMEADOW R O S E HAWTHO R N E TR I L L I U M SPICEBUSH STAGECO A C HSTATESOMONAUK FOX ROUTE 47ROUTE 7 1 HYDRAULIC B R I D G E RIDGE RIDGERIVERSID E WESTRO U T E 1 2 6 DOLPH SC H O O L H O U S EMAINMAINBRIDGE HYDRAULIC ATTACHMENT E LOCATION MAP DATE: PROJECT NO.: FILE: BY: AUGUST 2025 YO2522 MJT 2026 LOCAL ROAD PROGRAM 81,7('&,7<2)<25.9,//(,//,12,6 Engineering Enterprises, Inc. :KHHOHU5RDG 6XJDU*URYH,OOLQRLV ZZZHHLZHEFRP PATH:H:\GIS\PUBLIC\YORKVILLE\2025\YO2522 United City of Yorkville 3UDLULH3RLQWH'U <RUNYLOOH,/ NORTH l <2B/2&$/52$'352*5$0 5(685)$&,1* 86)HHW 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 Engineering/Land Surveying Intern I-1 $ 85.00 Director of Marketing and Business Development M-4 $135.00 Marketing Coordinator M-2 $100.00 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 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/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 #5 Tracking Number PW 2025-74 2024 Water Main Replacement (Contract A) – Change Order No. 1 (Final) Majority Consideration of Approval Consideration of Change Order No. 1 – Final Brad Sanderson Engineering Name Department Public Works Committee – August 19, 2025 The purpose of this memo is to present Change Order No. 1 (Final Balancing) for the above referenced project. A Change Order, as defined by 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 Conley Excavating, Inc. entered into an agreement for a Contract value of $2,312,286.15 for the above referenced project. Questions Presented: Should the City approve Change Order No. 1 (Final Balancing) which would decrease the contract amount by $250,129.84. Discussion: Please see the attached summary spreadsheet. We are recommending approval of the change order. Action Required: Consideration of approval of Change Order No. (Final Balancing) in the amount of ($250,129.84). 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: August 19, 2025 Subject: 2024 Water Main Improvements – Contract A CHANGE ORDER Order No. 1 (Final Balancing) Date: August 19, 2025 Agreement Date: April 23, 2024 NAME OF PROJECT: 2024 Water Main Improvements – Contract A OWNER: United City of Yorkville CONTRACTOR: Conley Excavating, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: Change of CONTRACT PRICE: Original CONTRACT PRICE: $2,312,286.15 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $2,312,286.15 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $250,129.84 The new CONTRACT PRICE including this CHANGE ORDER will be: $2,062,156.31 Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by 0 calendar days. The date for substantial completion for all work except restoration The date for completion for all work will be Justification Please see attached spreadsheet. Quantities based on final measurement in the field. Approvals Required Requested by: United City of Yorkville Recommended by: Engineering Enterprises, Inc. Accepted by: Conley Excavating, Inc. PAYABLE TO: CONLEY EXCAVATING, INC. ADDRESS:1555 GRAMERCY PL FROM:10/31/2024 TO:6/18/2024 MORRIS, IL 60450 COMPLETED COMPLETED TOTAL TOTAL ITEM AWARDED ADDED DEDUCTED UNIT QUANTITY THIS VALUE THIS COMPLETED COMPLETED NO.ITEMS UNIT QUANTITY VALUE QUANTITY QUANTITY PRICE PAY PERIOD PAY PERIOD QUANTITY VALUE 1 TREE REMOVAL UNIT 46 4,646.00$ 31.0 101.00$ 0.0 -$ 77.0 7,777.00$ 2 TREE ROOT PRUNING EACH 15 2,250.00$ 15 150.00$ 0.0 -$ 0.0 -$ 3 CONNECTION TO EXISTING WATER MAIN, 16-INCH EACH 3 17,160.00$ 1 5,720.00$ 0.0 -$ 2.0 11,440.00$ 4 CONNECTION TO EXISTING WATER MAIN, 12-INCH EACH 1 4,700.00$ 2.0 4,700.00$ 0.0 -$ 3.0 14,100.00$ 5 CONNECTION TO EXISTING WATER MAIN, 8-INCH EACH 13 41,925.00$ 3,225.00$ 0.0 -$ 13.0 41,925.00$ 6 DISCONNECT AND ABANDON EXISTING WATER MAIN EACH 16 26,080.00$ 1,630.00$ 0.0 -$ 16.0 26,080.00$ 7 WATER MAIN, D.I.P, CLASS 52, WITH POLYETHYLENE WRAP, 12-INCH LF 865 146,185.00$ 169.00$ 0.0 -$ 865.0 146,185.00$ 8 WATER MAIN, D.I.P, CLASS 52, WITH POLYETHYLENE WRAP, 8-INCH LF 3865 452,205.00$ 339 117.00$ 0.0 -$ 3526.0 412,542.00$ 9 DUCTILE IRON FITTINGS LBS 4220 50,640.00$ 1995.0 12.00$ 0.0 -$ 6215.0 74,580.00$ 10 WATER SERVICE CONNECTION, 1-INCH EACH 40 100,200.00$ 17.0 2,505.00$ 0.0 -$ 57.0 142,785.00$ 11 WATER SERVICE PIPE, PEX, 1-INCH LF 780 61,620.00$ 545.0 79.00$ 0.0 -$ 1325.0 104,675.00$ 12 WATER SERVICE PIPE, PEX, 1-INCH (SPECIAL)LF 730 23,542.50$ 19.0 32.25$ 0.0 -$ 749.0 24,155.25$ 13 GATE VALVE (RESILIENT SEAT) IN 60" VAULT, 12-INCH EACH 4 32,920.00$ 1 8,230.00$ 0.0 -$ 3.0 24,690.00$ 14 GATE VALVE (RESILIENT SEAT) IN 60" VAULT, 8-INCH EACH 13 79,820.00$ 2 6,140.00$ 0.0 -$ 11.0 67,540.00$ 15 FIRE HYDRANT ASSEMBLY, WITH AUXILIARY VALVE, 6-INCH MJ EACH 10 79,200.00$ 7,920.00$ 0.0 -$ 10.0 79,200.00$ 16 FIRE HYDRANT TO BE REMOVED EACH 5 5,000.00$ 1,000.00$ 0.0 -$ 5.0 5,000.00$ 17 VALVE VAULT TO BE ABANDONED EACH 11 8,800.00$ 2 800.00$ 0.0 -$ 9.0 7,200.00$ 18 VALVE BOX TO BE ABANDONED EACH 6 1,800.00$ 300.00$ 0.0 -$ 6.0 1,800.00$ 19 WATER MAIN PROTECTION, 16-INCH PVC LF 66 7,260.00$ 44 110.00$ 0.0 -$ 22.0 2,420.00$ 20 WATER MAIN PROTECTION, 18-INCH PVC LF 21 2,688.00$ 21 128.00$ 0.0 -$ 0.0 -$ 21 STORM SEWER REMOVAL AND REPLACEMENT, 12-INCH, RCP LF 280 35,140.00$ 280 125.50$ 0.0 -$ 0.0 -$ 22 SANITARY SEWER SERVICE REPAIR, PVC SDR-26, D-2241, 6-INCH EACH 20 14,500.00$ 14 725.00$ 0.0 -$ 6.0 4,350.00$ 23 SERVICE BOX COVER (SPECIAL)EACH 6 2,400.00$ 400.00$ 0.0 -$ 6.0 2,400.00$ 24 SANITARY MANHOLE TO BE ADJUSTED EACH 16 25,600.00$ 5 1,600.00$ 0.0 -$ 11.0 17,600.00$ 25 MANHOLE TO BE ADJUSTED EACH 25 15,000.00$ 12 600.00$ 0.0 -$ 13.0 7,800.00$ 26 INLET TO BE ADJUSTED EACH 5 3,000.00$ 5 600.00$ 0.0 -$ 0.0 -$ 27 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL - TYPE 1 TON 50 1,500.00$ 50 30.00$ 0.0 -$ 0.0 -$ 28 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL - TYPE 2 CY 50 1,500.00$ 50 30.00$ 0.0 -$ 0.0 -$ 29 FOUNDATION MATERIAL CY 150 6,000.00$ 150 40.00$ 0.0 -$ 0.0 -$ 30 EXPLORATORY EXCAVATION EACH 5 3,750.00$ 750.00$ 0.0 -$ 5.0 3,750.00$ 31 GRADING AND SHAPING DITCHES LF 400 12,500.00$ 31.25$ 0.0 -$ 400.0 12,500.00$ 32 PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL SF 8760 21,900.00$ 15 2.50$ 0.0 -$ 8744.6 21,861.50$ 33 PORTLAND CEMENT CONCRETE SIDEWALK, 5"SF 11030 115,815.00$ 725 10.50$ 0.0 -$ 10304.6 108,198.30$ 34 DETECTABLE WARNING SF 258 12,900.00$ 128 50.00$ 0.0 -$ 130.0 6,500.00$ 35 PORTLAND CEMENT CONCRETE PAVEMENT REMOVAL AND REPLACEMENT SY 28 4,508.00$ 10 161.00$ 0.0 -$ 18.0 2,898.00$ 36 PORTLAND CEMENT CONCRETE SIDE CURB LF 12 552.00$ 8.0 46.00$ 0.0 -$ 20.0 920.00$ 37 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT LF 308 18,480.00$ 100 60.00$ 0.0 -$ 208.0 12,480.00$ 38 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SY 767 2,301.00$ 767 3.00$ 0.0 -$ 0.0 -$ 39 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIALS CY 790 31,600.00$ 790 40.00$ 0.0 -$ 0.0 -$ 40 AGGREGATE SUBGRADE IMPROVEMENT CY 790 39,500.00$ 790 50.00$ 0.0 -$ 0.0 -$ 41 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL SY 253 6,325.00$ 21 25.00$ 0.0 -$ 232.0 5,800.00$ 42 PORTLAND CEMENT CONCRETE DRIVEWAY, 6"SY 253 29,601.00$ 21 117.00$ 0.0 -$ 232.0 27,144.00$ 43 HOT-MIX ASPHALT DRIVEWAY REMOVAL SY 380 5,700.00$ 13 15.00$ 0.0 -$ 366.8 5,502.00$ 44 HOT-MIX ASPHALT DRIVEWAY, 3"SY 380 17,100.00$ 13 45.00$ 0.0 -$ 366.8 16,506.00$ 45 AGGREGATE DRIVEWAY REMOVAL AND REPLACEMENT SY 180 6,300.00$ 35.00$ 0.0 -$ 180.0 6,300.00$ 46 HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SY 520 5,720.00$ 11.00$ 0.0 -$ 520.0 5,720.00$ 47 HOT-MIX ASPHALT PAVEMENT REMOVAL - FULL DEPTH WATER MAIN TRENCH SY 3720 29,760.00$ 8.00$ 0.0 -$ 3720.0 29,760.00$ 48 HOT-MIX ASPHALT SURFACE REMOVAL - 1.5"SY 5173 15,519.00$ 3.00$ 0.0 -$ 5173.0 15,519.00$ 49 HOT-MIX ASPHALT SURFACE REMOVAL - 3.0"SY 6380 25,520.00$ 4.00$ 0.0 -$ 6380.0 25,520.00$ 50 HOT-MIX ASPHALT SURFACE REMOVAL - 4.0"SY 3780 17,010.00$ 4.50$ 0.0 -$ 3780.0 17,010.00$ 51 ROADWAY EDGE SEALING LF 3845 5,767.50$ 1572 1.50$ 2273.0 3,409.50$ 2273.0 3,409.50$ 52 BITUMINOUS MATERIALS (TACK COAT)LBS 10615 106.15$ 10615 0.01$ 0.0 -$ 0.0 -$ 53 HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50, 1.5"TON 580 62,640.00$ 580 108.00$ 0.0 -$ 0.0 -$ 54 HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50, 2.5"TON 560 58,520.00$ 805.3 104.50$ 0.0 -$ 1365.3 142,673.85$ ENGINEERS PAYMENT ESTIMATE NO. 4 PAY PERIOD 2024 WATER MAIN REPLACEMENT - CONTRACT A CITY OF YORKVILLE COMPLETED COMPLETED TOTAL TOTAL ITEM AWARDED ADDED DEDUCTED UNIT QUANTITY THIS VALUE THIS COMPLETED COMPLETED NO.ITEMS UNIT QUANTITY VALUE QUANTITY QUANTITY PRICE PAY PERIOD PAY PERIOD QUANTITY VALUE 55 HOT-MIX ASPHALT SURFACE COURSE, MIX 'D', N50, 1.5"TON 1450 151,525.00$ 85 104.50$ 0.0 -$ 1365.3 142,673.85$ 56 TEMPORARY HMA PATCHING, 2"SY 3700 114,700.00$ 3655 31.00$ 0.0 -$ 45.0 1,395.00$ 57 PARTIAL DEPTH PATCHING (SPECIAL), 4"SY 767 42,185.00$ 447 55.00$ 0.0 -$ 320.0 17,600.00$ 58 MAILBOX TO BE REMOVED AND RESET EACH 12 4,200.00$ 3.0 350.00$ 0.0 -$ 15.0 5,250.00$ 59 SIGN TO BE REMOVED AND RESET EACH 4 1,600.00$ 400.00$ 0.0 -$ 4.0 1,600.00$ 60 INLET PROTECTION EACH 25 5,000.00$ 200.00$ 0.0 -$ 25.0 5,000.00$ 61 RESTORATION SY 8700 95,700.00$ 1452 11.00$ 0.0 -$ 7248.0 79,728.00$ 62 WATER MAIN TESTING - PRESSURE AND DISINFECTION LS 1 14,200.00$ 14,200.00$ 0.00 -$ 1.0 14,200.00$ 63 TRAFFIC CONTROL AND PROTECTION LS 1 50,500.00$ 50,500.00$ 0.00 -$ 1.0 50,500.00$ 64 ALLOWANCE - ITEMS ORDERED BY THE ENGINEER UNIT 30000 30,000.00$ 1.00$ 0.0 -$ 0.0 -$ 2,312,286.15$ 3,409.50$ - TO DATE:2,014,163.25$ MISCELLANEOUS ADDITIONS QUANTITY UNIT PRICE VALUES SUMMARY 1 8" Valve Replacement in Existing Vault - 5/21/2024 1 2,980.00$ 2,980.00$ TOTAL MISCELLANEOUS EXTRAS AND CREDITS 47,993.06$ 2 Tree Removal (54 Unit Diameter) at 407 Colton St - 6/7/2024 1 8,500.00$ 8,500.00$ TOTAL COMPLETED CONSTRUCTION COSTS 2,062,156.31$ 3 6-Inch Water Main Connection 1 3,056.00$ 3,056.00$ DEDUCT RETAINAGE ($0)-$ 4 6-Inch Ductile Iron Pipe 76 110.00$ 8,360.00$ TOTAL AMOUNT DUE TO CONTRACTOR 2,062,156.31$ 5 12-Inch Valve Replacement in Existing Vault 7/25/2024 1 5,986.00$ 5,986.00$ TOTAL DEBITS 2,048,746.81$ 6 King Street Demolition 1 11,001.50$ 11,001.50$ NET AMOUNT DUE - THIS PAYMENT 13,409.50$ 7 King Street Regrading 1 4,109.56$ 4,109.56$ 8 Changeable Message Boards for River Street 1 4,000.00$ 4,000.00$ DEBITS VALUES PREPARED BY: 1 PAY ESTIMATE 1 394,875.00$ 2 PAY ESTIMATE 2 583,236.45$ 3 PAY ESTIMATE 3 1,070,635.36$ 4 APPROVED BY: 5 ENGINEERING ENTERPRISES, INC.\\Milkyway\EEI_Storage\Docs\Public\Yorkville\2023\YO2314-P 2024 Water Main Replacement-Contract A\CIP\Construction\Pay Estimates and Quantities\[Quantity Tracking Master Spreadsheet YO2314.xlsx]Pay No. 4 52 WHEELER ROAD SUGAR GROVE, ILLINOIS 60554 BID VALUE AWARDED:VALUE COMPLETED - THIS REQUEST: 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 #6 Tracking Number PW 2025-75 YBSD Water Main Extension – Change Order No. 1 (Final) Majority Consideration of Approval Consideration of Change Order No. 1 – Final Brad Sanderson Engineering Name Department Public Works Committee – August 19, 2025 The purpose of this memo is to present Change Order No. 1 (Final Balancing) for the above referenced project. A Change Order, as defined by 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 Winninger Excavating, Inc. entered into an agreement for a Contract value of $517,247.46 for the above referenced project. Questions Presented: Should the City approve Change Order No. 1 (Final Balancing) which would decrease the contract amount by $5,410.16. Discussion: Please see the attached summary spreadsheet. We are recommending approval of the change order. Action Required: Consideration of approval of Change Order No. (Final Balancing) in the amount of ($5,410.16). 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: August 19, 2025 Subject: YBSD Water Main Extension CHANGE ORDER Order No. 1 (Final Balancing) Date: August 19, 2025 Agreement Date: September 30, 2024 NAME OF PROJECT: YBSD Water Main Extension OWNER: United City of Yorkville CONTRACTOR: Winninger Excavating, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: Change of CONTRACT PRICE: Original CONTRACT PRICE: $517,247.46 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $517,247.46 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $5,410.16 The new CONTRACT PRICE including this CHANGE ORDER will be: $511,837.30 Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by 0 calendar days. The date for substantial completion for all work except restoration The date for completion for all work will be Justification Please see attached spreadsheet. Quantities based on final measurement in the field. Approvals Required Requested by: United City of Yorkville Recommended by: Engineering Enterprises, Inc. Accepted by: Winninger Excavating, Inc. PAYABLE TO: WINNINGER EXCAVATING, INC. ADDRESS: 1211 DEER STREET, YORKVILLE IL 60560 FROM:3/8/2025 TO:6/1/2025 COMPLETED COMPLETED TOTAL TOTAL ITEM AWARDED ADDED DEDUCTED UNIT QUANTITY THIS VALUE THIS COMPLETED COMPLETED NO.ITEMS UNIT QUANTITY VALUE QUANTITY QUANTITY PRICE PAY PERIOD PAY PERIOD QUANTITY VALUE 1 TREE REMOVAL AC 0.3 9,600.00$ 32,000.00 -$ 0.3 9,600.00$ 2 TREE ROOT PRUNING EACH 1 150.00$ 1.0 150.00 -$ 2.0 300.00$ 3 CONNECTION TO EXISTING WATER MAIN, 12-INCH EACH 1 10,000.00$ 1.0 10,000.00 -$ 2.0 20,000.00$ 4 WATER MAIN, CLASS 52, WITH POLYETHYLENE WRAP, 12-INCH LF 780 237,900.00$ 70.5 305.00 -$ 850.5 259,402.50$ 5 GATE VALVE (RESILIENT SEAT) IN 60" VAULT, 12-INCH EACH 3 36,000.00$ 12,000.00 -$ 3.0 36,000.00$ 6 FIRE HYDRANT ASSEMBLY, WITH AUXILLARY VALVE, 6-INCH MJ EACH 1 12,000.00$ 12,000.00 -$ 1.0 12,000.00$ 7 DUCTILE IRON FITTINGS LB 1946 19.46$ 251.0 0.01 -$ 1695.0 16.95$ 8 WATER MAIN PROTECTION, PVC C-900, 18-INCH LF 57 8,550.00$ 3.0 150.00 -$ 60.0 9,000.00$ 9 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL - TYPE 1 TON 50 2,000.00$ 50.0 40.00 -$ 0.0 -$ 10 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL - TYPE 2 TON 50 2,000.00$ 50.0 40.00 -$ 0.0 -$ 11 ROCK EXCAVATION CY 30 4,500.00$ 150.00 -$ 67.0 10,050.00$ 12 FOUNDATION MATERIAL CY 100 2,500.00$ 100.0 25.00 -$ 0.0 -$ 13 EXPLORATORY EXCAVATION EACH 2 1,000.00$ 1.0 500.00 -$ 3.0 1,500.00$ 14 STONE RIPRAP, CLASS A3 SY 100 8,500.00$ 52.9 85.00 38.0 3,230.00$ 47.1 4,003.50$ 15 DISCONNECT AND ABANDON EXISTING WATER MAIN EACH 1 500.00$ 1.0 500.00 -$ 0.0 -$ 16 INLET PROTECTION EACH 2 600.00$ 2.0 300.00 -$ 0.0 -$ 17 WATER MAIN TESTING - PRESSURE AND DISINFECTION LS 1 3,500.00$ 3,500.00 1.0 3,500.00$ 1.0 3,500.00$ 18 HOT-MIX ASPHALT PAVEMENT REMOVAL SY 23 1,380.00$ 9.9 60.00 -$ 13.1 786.00$ 19 HOT-MIX ASPHALT PAVEMENT PATCH, 8"SY 23 4,600.00$ 22.0 200.00 45.0 9,000.00$ 45.0 9,000.00$ 20 AGGREGATE DRIVEWAY REMOVAL AND REPLACEMENT SY 90 1,260.00$ 80.0 14.00 -$ 10.0 140.00$ 21 FLOW DIVERSION OF BLACKBERRY CREEK LS 1 48,000.00$ 48,000.00 -$ 1.0 48,000.00$ 22 RESTORATION SY 3711 29,688.00$ 448.0 8.00 4159.0 33,272.00$ 4159.0 33,272.00$ 23 WETLAND RESTORATION AC 1 33,000.00$ 1.0 33,000.00 0.01 443.85$ 0.01 443.85$ 24 TRAFFIC CONTROL AND PROTECTION LS 1 30,000.00$ 30,000.00 -$ 1.0 30,000.00$ 25 ALLOWANCE - ITEMS ORDERED BY THE ENGINEER UNIT 30,000 30,000.00$ 1.00 -$ 0.0 -$ 517,247.46$ 49,445.85$ - TO DATE:487,014.80$ MISCELLANEOUS ADDITIONS TO THE PROJECT AT THE CITY'S DISCRETION (PAY ITEM 62)QUANTITY UNIT PRICE VALUES SUMMARY 1 CONCRETE PATCH ACROSS RIVER ROAD 3,435.56$ TOTAL MISCELLANEOUS EXTRAS AND CREDITS 24,822.50$ 2 REMOVAL OF CONCRETE PATCH ACROSS RIVER ROAD 1,150.60$ TOTAL COMPLETED CONSTRUCTION COSTS 511,837.30$ 3 ADDITIONAL CREEK CROSSING PUMPING 20,236.34$ DEDUCT RETAINAGE (10,000)10,000.00$ 4 TOTAL AMOUNT DUE TO CONTRACTOR 501,837.30$ 5 TOTAL DEBITS 396,904.06$ NET AMOUNT DUE - THIS PAYMENT 104,933.24$ DEBITS VALUES 1 PAY ESTIMATE NO. 1 8,640.00$ 2 PAY ESTIMATE NO. 2 182,663.45$ 3 PAY ESTIMATE NO. 3 205,600.61$ PREPARED BY:TONY RADOMSKI 4 5 ENGINEERING ENTERPRISES, INC.APPROVED BY: 52 WHEELER ROAD SUGAR GROVE, ILLINOIS 60554 \\Milkyway\EEI_Storage\Docs\Public\Yorkville\2023\YO2327-P Center Street Water Main Extension\CIP\Construction\Pay Estimates and Quantities\[Pay Estimates YO2327.xlsx]Pay Est No. 4 BID VALUE AWARDED:VALUE COMPLETED - THIS REQUEST: ENGINEERS PAYMENT ESTIMATE NO. 4 PAY PERIOD YBSD WATER MAIN EXTENSION 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 New Business #7 Tracking Number PW 2025-76 East Alley Water Main Replacement – Contract Award Public Works Committee – August 19, 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 East Alley Water Main Improvements at 11:00 a.m., August 6, 2025. Representatives of contractors bidding the project and our firm were in attendance. A tabulation of the bids and the engineer’s estimate is attached for your information and record. The low bid was below our engineer’s estimate. This project is a combination of water, sewer, and roadway-related work. A breakdown of the work is as follows: Roadway: $44,876.65 (6%) Water: $537,005.00 (74%) Sewer: $146,600.00 (20%) We recommend the acceptance of the bid and approval of the Notice of Award be made to the low bidder, Winninger Excavating, Inc., 8845 Schoger Drive, Naperville, IL 60564, in the total amount of $728,481.65. If you have any questions or require additional information, please let us know. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Jori Behland, City Clerk Rob Fredrickson, Finance Director Date: August 8, 2025 Subject: East Alley Water Main Improvements BIDS RECD 8/6/2025ITEM UNIT UNIT UNITNO.DESCRIPTIONUNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT1 WATER MAIN, D.I.P., CLASS 52, WITH POLYETHYLENE WRAP, 6-INCH FOOT 55230.00$ 12,650.00$ 175.00$ 9,625.00$ 245.00$ 13,475.00$ 2 WATER MAIN, D.I.P., CLASS 52, WITH POLYETHYLENE WRAP, 8-INCH FOOT 300250.00$ 75,000.00$ 225.00$ 67,500.00$ 260.00$ 78,000.00$ 3 WATER MAIN, D.I.P., CLASS 52, WITH POLYETHYLENE WRAP, 8-INCH, HDSS RESTRAINED FOOT 6590.00$ 5,850.00$ 350.00$ 22,750.00$ 255.00$ 16,575.00$ 4 24" STEEL CASING PIPE, BORE AND JACKED FOOT 652,000.00$ 130,000.00$ 2,500.00$ 162,500.00$ 1,000.00$ 65,000.00$ 5 CONNECTION TO EXISTING WATER MAIN, 8-INCH EACH 15,000.00$ 5,000.00$ 7,500.00$ 7,500.00$ 6,000.00$ 6,000.00$ 6 DISCONNECT AND ABANDON EXISTING WATER MAIN EACH 13,500.00$ 3,500.00$ 750.00$ 750.00$ 4,500.00$ 4,500.00$ 7 GATE VALVE (RESILIENT SEAT) IN 48" VAULT, 6-INCH EACH 16,500.00$ 6,500.00$ 7,500.00$ 7,500.00$ 6,750.00$ 6,750.00$ 8 GATE VALVE (RESILIENT SEAT) IN 60" VAULT, 8-INCH EACH 18,500.00$ 8,500.00$ 8,500.00$ 8,500.00$ 8,000.00$ 8,000.00$ 9 PRESSURE CONNECTION WITH TAPPING SLEEVE, 8" TAPPING VALVE IN 60" VALVE VAULT EACH 115,000.00$ 15,000.00$ 12,000.00$ 12,000.00$ 12,000.00$ 12,000.00$ 10 VALVE VAULT TO BE ABANDONED EACH 11,000.00$ 1,000.00$ 750.00$ 750.00$ 1,000.00$ 1,000.00$ 11 DUCTILE IRON FITTINGS POUND 5008.00$ 4,000.00$ 1.00$ 500.00$ 5.00$ 2,500.00$ 12 FIELD LOK GASKET, 8" EACH 4150.00$ 600.00$ 155.00$ 620.00$ 300.00$ 1,200.00$ 13 FIELD LOK GASKET, 6" EACH 2120.00$ 240.00$ 115.00$ 230.00$ 250.00$ 500.00$ 14 WATER MAIN PROTECTION, 16" PVC FOOT 21200.00$ 4,200.00$ 111.00$ 2,331.00$ 150.00$ 3,150.00$ 15 WATER SERVICE PIPE, PEX, 1-INCH FOOT 2503.00$ 750.00$ 1.00$ 250.00$ 30.00$ 7,500.00$ 16 WATER SERVICE CONNECTION, 1-INCH EACH 133,000.00$ 39,000.00$ 2,800.00$ 36,400.00$ 3,000.00$ 39,000.00$ 17 SERVICE BOX COVER (SPECIAL) EACH 27200.00$ 5,400.00$ 175.00$ 4,725.00$ 250.00$ 6,750.00$ 18 CONCRETE RETAINING WALL REMOVAL FOOT 61,000.00$ 6,000.00$ 320.00$ 1,920.00$ 1,000.00$ 6,000.00$ 19 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL TONS 27560.00$ 16,500.00$ 25.00$ 6,875.00$ 65.00$ 17,875.00$ 52 Wheeler RoadSugar Grove, IL 60554Naperville, IL 60564 Plano, IL 60545ENGINEER'S ESTIMATE8845 Schoger Drive 217 W. John StreetBID TABULATIONWINNINGER EXCAVATING PERFORMANCE CONST & ENGBID TABULATION EAST ALLEY WATER MAIN IMPROVEMENTSUNITED CITY OF YORKVILLEENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS BIDS RECD 8/6/2025ITEM UNIT UNIT UNITNO.DESCRIPTIONUNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 52 Wheeler RoadSugar Grove, IL 60554Naperville, IL 60564 Plano, IL 60545ENGINEER'S ESTIMATE8845 Schoger Drive 217 W. John StreetBID TABULATIONWINNINGER EXCAVATING PERFORMANCE CONST & ENGBID TABULATION EAST ALLEY WATER MAIN IMPROVEMENTSUNITED CITY OF YORKVILLE20 ROCK EXCAVATION CUYD 100225.00$ 22,500.00$ 150.00$ 15,000.00$ 200.00$ 20,000.00$ 21 SANITARY SEWER SERVICE REPAIR, PVC SDR-26, D-2241, 6-INCH EACH 3750.00$ 2,250.00$ 1,500.00$ 4,500.00$ 1,000.00$ 3,000.00$ 22 SANITARY SEWER SERVICE PIPE, PVC SDR 26 FOOT 150150.00$ 22,500.00$ 100.00$ 15,000.00$ 200.00$ 30,000.00$ 23 TYPE A SANITARY MANHOLE, 4' DIA, TYPE 1 FRAME AND CLOSED LID EACH 110,000.00$ 10,000.00$ 9,500.00$ 9,500.00$ 12,000.00$ 12,000.00$ 24 SANITARY MANHOLE VACUUM TESTING EACH 1250.00$ 250.00$ 500.00$ 500.00$ 700.00$ 700.00$ 25 ADDITIONAL DEPTH OF MANHOLE FOOT 51,200.00$ 6,000.00$ 150.00$ 750.00$ 200.00$ 1,000.00$ 26 LATERAL LAUNCH SANITARY SERVICE EACH 14250.00$ 3,500.00$ 275.00$ 3,850.00$ 350.00$ 4,900.00$ 27 INSTALL SANITARY SEWER SERVICE CLEANOUT EACH 141,700.00$ 23,800.00$ 1,900.00$ 26,600.00$ 1,000.00$ 14,000.00$ 28 CURED-IN-PLACE HEAT CURED PIPE LINING, 4 OR 6-INCH FOOT 580135.00$ 78,300.00$ 119.50$ 69,310.00$ 450.00$ 261,000.00$ 29 INLET PROTECTION EACH 3250.00$ 750.00$ 225.00$ 675.00$ 250.00$ 750.00$ 30 WATER MAIN TESTING - PRESSURE AND DISINFECTION LSUM 18,500.00$ 8,500.00$ 4,500.00$ 4,500.00$ 7,000.00$ 7,000.00$ 31 FOUNDATION MATERIAL CUYD 3520.00$ 700.00$ 25.00$ 875.00$ 40.00$ 1,400.00$ 32 EXPLORATORY EXCAVATION EACH 5650.00$ 3,250.00$ 400.00$ 2,000.00$ 750.00$ 3,750.00$ 33 HOT-MIX ASPHALT PAVEMENT REMOVAL SQYD 55015.00$ 8,250.00$ 33.12$ 18,216.00$ 6.00$ 3,300.00$ 34 PARTIAL DEPTH PAVEMENT PATCHING, 4" SQYD 55042.50$ 23,375.00$ 42.50$ 23,375.00$ 55.00$ 30,250.00$ 35 HOT-MIX ASPHALT SURFACE COURSE, MIX 'D', N50 TONS 300130.00$ 39,000.00$ 130.00$ 39,000.00$ 100.00$ 30,000.00$ 36 PREPARATION OF BASE SQYD 7504.50$ 3,375.00$ 3.75$ 2,812.50$ 10.00$ 7,500.00$ 37 BITUMINOUS MATERIALS (TACK COAT) POUND 1650.01$ 1.65$ 0.01$ 1.65$ 0.10$ 16.50$ 38 AGGREGATE WEDGE SHOUDLER, TYPE B TONS 20125.00$ 2,500.00$ 100.00$ 2,000.00$ 30.00$ 600.00$ ENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS BIDS RECD 8/6/2025ITEM UNIT UNIT UNITNO.DESCRIPTIONUNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 52 Wheeler RoadSugar Grove, IL 60554Naperville, IL 60564 Plano, IL 60545ENGINEER'S ESTIMATE8845 Schoger Drive 217 W. John StreetBID TABULATIONWINNINGER EXCAVATING PERFORMANCE CONST & ENGBID TABULATION EAST ALLEY WATER MAIN IMPROVEMENTSUNITED CITY OF YORKVILLE39 PORTLAND CEMENT CONCRETE PAVEMENT REMOVAL AND REPLACEMENT SQYD 15500.00$ 7,500.00$ 165.00$ 2,475.00$ 180.00$ 2,700.00$ 40 PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT SQFT 20022.00$ 4,400.00$ 17.00$ 3,400.00$ 20.00$ 4,000.00$ 41 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 15140.00$ 2,100.00$ 66.00$ 990.00$ 50.00$ 750.00$ 42 PAINT PAVEMENT MARKING - LETTERS AND SYMBOLS SQFT 5035.00$ 1,750.00$ 10.00$ 500.00$ 5.00$ 250.00$ 43 PAINT PAVEMENT MARKING - LINE 4" FOOT 2604.00$ 1,040.00$ 2.50$ 650.00$ 4.00$ 1,040.00$ 44 RAILROAD FLAGGERS ALLOWANCE UNIT 7,2001.00$ 7,200.00$ 1.00$ 7,200.00$ 1.00$ 7,200.00$ 45 RAILROAD INSURANCE LSUM 19,000.00$ 9,000.00$ 7,000.00$ 7,000.00$ 9,500.00$ 9,500.00$ 46 RAILROAD RIGHT OF ENTRY PERMIT FEE UNIT 5,0001.00$ 5,000.00$ 1.00$ 5,000.00$ 1.00$ 5,000.00$ 47 RESTORATION SQYD 10100.00$ 1,000.00$ 50.00$ 500.00$ 15.00$ 150.00$ 48 TRAFFIC CONTROL AND PROTECTION LSUM 161,000.00$ 61,000.00$ 109,639.90$ 109,639.90$ 30,000.00$ 30,000.00$ 49 ALLOWANCE - ITEMS ORDERED BY THE ENGINEER UNIT 30,0001.00$ 30,000.00$ 1.00$ 30,000.00$ 1.00$ 30,000.00$ BID TOTAL 728,481.65$ 759,046.05$ 817,531.50$ ABOVE/BELOW ENGINEERS ESTIMATE-10.89% -7.15% -CORRECTED NUMBERS FROM BIDENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS Page 1 of 1BID TABULATIONENGINEER'S ESTIMATEWINNINGER EXCAVATINGPERFORMANCE CONST & ENGBIDS RECEIVED 11:00 A.M. 08/06/2025 52 Wheeler Road 8845 Schoger Drive 217 W. John StreetSugar Grove, IL 60554 Naperville, IL 60564 Plano, IL 60545BID TOTAL$817,531.50 $728,481.65 $759,046.05BID BOND X XSIGNED BID X XBID SUMMARYEAST ALLEY WATER MAIN IMPROVEMENTSUNITED CITY OF YORKVILLEENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS GFGFGFS Bridge St E Hydraulic AveE Van Emmon St8" 10"42"8"6"6" 6"12"12"Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 EAST ALLEY WATER MAIN IMPROVEMENTSwww.eeiweb.com DATE DATE: PROJECT NO.: FILE: PATH: BY: OCTOBER 2024 YO2430 YO2430_East Alley Improvements H:\GIS\PUBLIC\YORKVILLE\2024\ MJT NO.REVISIONS United City of Yorkville 651 Prairie Pointe Dr Yorkville, IL 60560 630-553-4350www.yorkville.il.us 60 030 Feet ¯Proposed Cleanouts Proposed Water Main Service Proposed Water Main Existing Sanitary Service Existing Sanitary Existing Water Main GF Existing Hydrants Existing Sanitary Manholes Existing Water Main Valves Proposed 8" Water Main Proposed Water Service (TYP) Proposed Cleanout Locations (TYP) Existing Water Main To Be Abandoned 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 2025-77 East Alley Water Main Replacement Construction Agreement Public Works Committee – August 19, 2025 Majority Approval Proposed PSA with EEI for construction engineering services for the East Alley water main project. Eric Dhuse Public Works Name Department Summary Approval of a proposed construction engineering agreement from EEI for the East Alley Watermain Replacement. Background The East Alley water main replacement is part of the Lake Michigan water main improvements. This project was bid separate from the larger water main replacement project that is taking place on the south side to ensure that we started as late as possible in the year to not interfere with the outdoor dining in the east alley. This project was last discussed at the City Council meeting on 10/22/24 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 $88,125 with an additional $3,960 in direct expenses for a total of $92,085. Although this is $17,085 more than budgeted, the construction of the project came in ~$21,500 under our budgeted amount, so we will be under budget in total. Recommendation Staff recommends approval of this contract with EEI in the amount of $92,085. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: August 12, 2025 Subject: East Alley Water Main 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 install approximately 365 linear feet of 8-inch ductile iron water main and related appurtenances, a bore and jack under OmniTRAX railroad, sanitary sewer service lining, roadway patching improvements, and related work items along East Alley (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 an Agreement for Professional Services – East Alley 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 _________ RUSTY CORNEILS _________ RUSTY HYETT _________ 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 EAST ALLEY WATER MAIN IMPROVEMENTS PAGE 1 Agreement for Professional Services East Alley 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 365 linear feet of 8-inch ductile iron water main and related appurtenances and sanitary sewer service lining along the East 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 $88,125. Direct expenses are estimated at $3,960. 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 EAST ALLEY 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, IL EAST ALLEY 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, IL EAST ALLEY 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 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 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: Location Exhibit Attachment E: Anticipated Project Schedule Attachment F: Standard Schedule of Charges UNITED CITY OF YORKVILLE, IL EAST ALLEY 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 _________, 2025. United City of Yorkville: Engineering Enterprises, Inc.: _________________________________ ________________________________ John Purcell Brad Sanderson, P.E. Mayor Chief Operating Officer / President _________________________________ ________________________________ Jori Behland Angie Smith City Clerk Dir. of Marketing & Bus. Development 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 furnish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agents or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose of assessing if upon installation or incorporation in the project work they are generally consistent with the construction documents. OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents. OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions. The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope. Through standard, reasonable means the ENGINEER will become generally familiar with observable completed work. If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinion of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of text, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in electronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at the beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the termination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition. In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNER: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. ENGINEER agrees to cooperate with the OWNER, as necessary, to remediate a Hazardous Condition, but same may result in additional costs to the OWNER. 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 ENGINEERING ENTERPRISES, INC. FEBRUARY 2024 PAGE 2 the Project or to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential damages that either party may have incurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty. Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ written notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Project to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions being taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of invoices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. 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 reasonable fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. 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 EAST ALLEY WATER MAIN IMPROVEMENTS PAGE 1 East Alley Water Main Improvements United City of Yorkville, IL Professional Services Agreement - Construction Engineering Attachment B – Scope of Services The United City of Yorkville intends to install approximately 365 linear feet of 8-inch ductile iron water main and related appurtenances, including a bore and jack under OmniTRAX railroad, as well as sanitary sewer service lining, roadway patching improvements and related work items along East Alley. CONSTRUCTION ENGINEERING 3.1 Construction Administration x Prepare for, Attend and Facilitate the Preconstruction Meeting with the Contractor Including Preparation of Meeting Minutes x Shop Drawing Review x Prepare and Handout Construction Notice Flyers to Businesses Including Temporary Water Loss Notices x Coordinate with City Services (Garbage, Mail, Etc.) x Coordinate with Railroad x Review Engineering Plans, Specifications and Prepare Field Book x Prepare Pay Estimates and Change Orders x Gather Invoices and Waivers of Lien x Provide Weekly Updates to City or as Required Based on Onsite Activities 3.2 Construction Layout and Record Drawings x Stake Proposed Water Main x Perform Post Construction Field Survey for Record Drawings x Prepare and Review Record Drawings 3.3 Construction Observation and Documentation x Review Staked Water Main x Take Pre-Construction Videos and Photos of Pre-Existing Conditions x Provide Resident Engineer Services for Construction x Coordinate Any Required Testing on Behalf of the City and Review Test Reports x Provide Quantity Tracking, Documentation and Daily Field Reports x Perform Punch Walks, Prepare Punch List Letters and Provide Follow Up Inspections and Recommend Acceptance When Appropriate (2 Each) x Prepare Project Closeout Paperwork The following scope of services will be provided by EEI’s Subconsultant when selected: x Material Testing for Quality Assurance (as needed) The above scope for “East Alley 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 COSTPROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBERUnited City of YorkvilleYO2457-PPROJECT TITLEDATE PREPARED BYEast Alley Water Main Improvements 8/7/25ROLE PIC PM PE SPT2 PM SPT2 PE ADMINRATE $246 $210 $168 $175 $210 $175 $168 $72CONSTRUCTION ENGINEERING3.1 Contract Administration - 25 - 25 - - - - 50 9,625$ 3.2 Construction Layout and Record Drawings - 1 - 2 4 17 6 - 30 5,383$ 3.3 Observation and Documentation 2 15 - 397 - - - - 414 73,117$ Construction Engineering Subtotal: 2 41 - 424 4 17 6 - 494 88,125$ 2 41 - 424 4 17 6 - 494 88,125 DIRECT EXPENSESPrinting/Scanning = 250$ Vehicle = 2,210$ Material Testing = 1,500$ Environmental Assessment = -$ DIRECT EXPENSES = 3,960$ LABOR SUMMARYEEI Labor Expenses = 83,302$ Surveying Expenses = 4,823$ Drafting Expenses = -$ TOTAL LABOR EXPENSES88,125$ TOTAL COSTS 92,085$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comPROJECT TOTAL:KDWCOSTTASK NO.TASK DESCRIPTIONHOURS (' (' ('S Bridge StE Hydraulic AveE Van Emmon StEngineering Enterprises, Inc.:KHHOHU5RDG6XJDU*URYH,OOLQRLV($67$//(<:$7(50$,1,03529(0(176ZZZHHLZHEFRPDATE'$7(352-(&712),/(3$7+%<2&72%(5<2<2B(DVW$OOH\,PSURYHPHQWV+?*,6?38%/,&?<25.9,//(??0-7NO.REVISIONSUnited City of Yorkville3UDLULH3RLQWH'U<RUNYLOOH,/ZZZ\RUNYLOOHLOXV )HHW k 3URSRVHG&OHDQRXWV3URSRVHG:DWHU0DLQ6HUYLFH3URSRVHG:DWHU0DLQ([LVWLQJ6DQLWDU\6HUYLFH([LVWLQJ6DQLWDU\([LVWLQJ:DWHU0DLQ('([LVWLQJ+\GUDQWV([LVWLQJ6DQLWDU\0DQKROHV([LVWLQJ:DWHU0DLQ9DOYHV3URSRVHG:DWHU0DLQ3URSRVHG:DWHU6HUYLFH7<33URSRVHG&OHDQRXW/RFDWLRQV7<3([LVWLQJ:DWHU0DLQ7R%H$EDQGRQHG ATTACHMENT D: ESTIMATED SCHEDULECLIENT PROJECT NUMBERUnited City of YorkvilleYO2457-PPROJECT TITLEDATE PREPARED BYEast Alley Water Main ImprovementsKDWAPRIL MAYJUNE JULYAUG SEPT OCT NOV DEC JAN FEB MARAPRIL MAYCONSTRUCTION ENGINEERING3.1 Contract Administration3.2 Construction Layout and Record Drawings3.3 Observation and Documentation 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comTASK NO.TASK DESCRIPTION8/7/252025 2026 ENGINEERING ENTERPRISES, INC. 52 Wheeler Road, Sugar Grove, IL 60554 Ph: 630.466.6700 • Fx: 630.466.6701 www.eeiweb.com OUTSTANDING SERVICE • EVERY CLIENT • EVERY DAY 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 ATTACHMENT F Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #9 Tracking Number PW 2025-78 Disposal of Various Public Works Department Vehicles Public Works Committee – August 19, 2025 Majority Approval Staff is proposing the disposal of surplus trucks. Eric Dhuse Public Works Name Department Summary Staff is proposing the sale of various vehicles that are surplus property. Background The Mayor and City Council have made it a priority to replace vehicles in the PW department to get us back on a replacement schedule. We now have all but one truck in hand, and we now need to sell our surplus vehicles. Below is a list of surplus vehicles and staff recommendation of the method of sale. 1. 2003 Ford F350 vin # 1FTEX1LP0RKF60103 with 107,666 miles. At 22 years old, this truck has certainly seen better days. This truck has served us well, but it is now time to dispose of it. Staff recommends selling this truck at auction through Ritchie Brother Auctions. From looking at past auction pricing, I would expect $500-$1,000 for this vehicle 2. 2003 International 7400 single axle dump truck vin # 1HTWDAAR74J083169. This truck is not in working condition, the transmission is out, the floorboards are rusted through, the box is rusted through in spots, and in general, the truck is worn out. Although the mileage on this truck is extremely low at ~35,000 (estimate from 2024) the miles that were put on it were all snow plowing which punishes every piece of the truck each time its used. We have an offer from a scrap company of $500 for the truck. Although we may be able to get more from the right buyer, finding the right buyer would be tough, and trying to store it any longer would be tougher. 3. 2008 International 7400 single axle dump truck vin # 1HTWDAAN48J648495. This truck is not in working condition, the engine was removed and placed in one of our other trucks that is in much better shape. In addition, the transmission is out in this truck and the floorboards and box are rusted through in areas. This truck had incredibly low miles but was basically used for snow plowing only. When the transmission on this unit went out and the engine in the other unit went out, it was decided to make this truck the engine donor for the other truck to keep it on the road since it was one of the tandem axle trucks we used almost every day and was a much better snowplow truck. We have an offer from a scrap company of $500 for the truck. Although we may be able to get more from the right buyer, finding the right buyer would be tough, and trying to store it any longer would be tougher. 4. 2006 International 7400 single axle dump truck vin # 1HTWDANN46J18804. This is one of the first trucks that we rehabbed to try to get extra life out of back in 2020. It Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: August 7, 2025 Subject: Disposal of Vehicles worked, but we have now replaced this truck in the fleet and the truck is at an age where the major components such as the engine and transmission may become problematic as in a few of our other trucks that we are getting rid of. In addition, the snowplow controls in the truck are no longer produced or serviced, so parts are becoming scarce. Staff recommends selling this truck at auction through Ritchie Brother Auctions. From looking at past auction pricing, I would expect $5,000-$8,000 for this vehicle. 5. 2006 International 7400 Tandem Axle Dump Truck vin# 1HTWHAAR36J218803. This truck was our first rehab truck in 2019. We were able to get an additional 6 years of service, but we now have a replacement truck, so it is time to sell this one before anything major goes wrong with it. Staff recommends selling this truck at auction through Ritchie Brother Auctions. Looking at past auction prices, I would expect $10,000-$15,000 for this vehicle. 6. 2008 International 7400 Tandem Axle Dump Truck vin# 1HTWHAAR78J648496. This truck was the receiver of the donor motor from truck number 3 above. This truck was rehabbed in 2020 and has given everything it had, including its motor. This truck has performed well for us over the years, but we do have a replacement truck and we should sell it before anything else major goes wrong. Staff recommends selling this truck through Ritchie Brother Auctions. Looking at past auction prices, I would expect $10,000-$15,000 for this vehicle. Selling pickups and equipment through an auction company is something that we have only done one time in the past, but we have never sold large dump trucks through an auction. I believe that the Ritchie Brothers Auctions are a great way to get our trucks the best advertising and bring the highest amount possible. Ritchie Brothers auctions are a worldwide company that happens to have a permanent sale yard 20 miles away in Morris, which is a great break for us. We are targeting the September 25-26 Great Lakes Regional Auction to sell the equipment. Ritchie Brothers has stated that their commission for these trucks would be 10%, a title fee of $115 to transfer titles, and $195 lot fee per truck. Even with these fees, I feel that selling through this avenue would generate the most advertisement and interest in our vehicles. Recommendation Staff recommends the sale of 2003 International 7400 single axle dump truck vin # 1HTWDAAR74J083169 and 2008 International 7400 single axle dump truck vin # 1HTWDAAN48J648495to Whittaker Auto Salvage in the amount of $500 each vehicle. Staff recommends selling the following trucks through Ritchie Brother Auction. 1. 2003 Ford F350 vin # 1FTEX1LP0RKF60103 with 107,666 miles 2. 2006 International 7400 single axle dump truck vin # 1HTWDANN46J18804 3. 2006 International 7400 Tandem Axle Dump Truck vin# 1HTWHAAR36J218803 4. 2008 International 7400 Tandem Axle Dump Truck vin# 1HTWHAAR78J648496 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 2025-79 Grande Reserve Unit 4 – Performance Guarantee Release Public Works Committee – August 19, 2025 Majority Consideration of Approval Release of Guarantee Brad Sanderson Engineering Name Department The developer has completed the remaining punch list items from the one-year warranty period. We are now recommending a full release of their remaining performance guarantee bond. The value of the guarantee to be released is $426,922.00. The public improvements were accepted on January 17, 2024. The developer will provide a separate guarantee to cover the costs of the remaining sidewalk (151,704.00) within the undeveloped fourteen lots. That guarantee will be released after the completion of the sidewalk. The full guarantee of $426,922.00 should not be released until the sidewalk security is in place. Please let us know if you have any questions. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Behland, City Clerk Date: August 11, 2025 Subject: Grande Reserve Unit 4 Cryder WayHollenbackCtHobbs CtOldGlory Ct CryderCtCranstonCirPatriotCtAmer i canWayGrandeTrail Ct ThereasAve SquireCirEllsworthDrJusticeDr Alden AveBurr StSquire CirBristol Rid g e R d B ristol Rid g e R d Constitution Way McLel lan Bl vdMcLellan BlvdAmos Ave Hobbs LnJeter StHenning Ln C r a n s t o n C ir Cranston Cir E lls w o r t h D r Sunset AveG r a n d e T r l GrandeTrlG r a n d e T rl Rood StOld Glory DrOld Glory DrKennedy RdKennedy RdEngineering Enterprises, Inc. 52 Wheeler RoadSugar Grove, Illinois 60554(630) 466-6700 / www.eeiweb.con GRANDE RESERVELOCATION MAP DATE:NOVEMBER 2023United City of Yorkville651 Prairie Pointe Dr.Yorkville, IL 60560(630) 553-4350http://www.yorkville.il.us UNIT 4 UNITED CITY OF YORKVILLEKENDALL COUNTY, ILLINOIS CONSULTING ENGINEERS NO.DATE REVISIONS PROJECT NO.:YO2228 PATH:H:/GIS/PUBLIC/YORKVILLE/2022/FILE: fffää N O R T H Legend Unit 4 Boundary H:\GIS\Public\Yorkville\2022\YO2228\YO2228_ Grande Reserve Unit 4.mxd 600 0 600300 Feet ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST DESIGNED: PROJECT TITLE: ITEM UNIT NO.UNIT QUANTITY PRICE AMOUNT 1 SQFT 1,200 15.00$ 18,000.00$ 2 SQFT 20 60.00$ 1,200.00$ 3 SQYD 230 15.00$ 3,450.00$ 4 SQYD 2 1,000.00$ 2,000.00$ 24,650.00$ 4,930.00$ 29,580.00$ 5 SQFT 450 15.00$ 6,750.00$ 6 SQYD 90 15.00$ 1,350.00$ 7 SQYD 1 1,000.00$ 1,000.00$ 9,100.00$ 1,820.00$ 10,920.00$ 8 SQFT 435 15.00$ 6,525.00$ 9 SQYD 87 15.00$ 1,305.00$ 10 SQYD 1 1,000.00$ 1,000.00$ 8,830.00$ 1,766.00$ 10,596.00$ 11 SQFT 450 15.00$ 6,750.00$ 12 SQYD 90 15.00$ 1,350.00$ 13 SQYD 1 1,000.00$ 1,000.00$ 9,100.00$ 1,820.00$ 10,920.00$ 14 SQFT 450 15.00$ 6,750.00$ 15 SQYD 90 15.00$ 1,350.00$ 16 SQYD 1 1,000.00$ 1,000.00$ 9,100.00$ 1,820.00$ 10,920.00$ 17 SQYD 90 15.00$ 1,350.00$ 18 SQYD 1 1,000.00$ 1,000.00$ 2,350.00$ 470.00$ 2,820.00$ 8/8/2025 GRANDE RESERVE - UNIT 4 JOB NO: DATE: YO2228-DR EMW DETECTABLE WARNING PARKWAY TREE PORTLAND CEMENT CONCRETE SIDEWALK, 5" PARKWAY LANDSCAPING PARKWAY TREE PARKWAY LANDSCAPING PORTLAND CEMENT CONCRETE SIDEWALK, 5" PARKWAY LANDSCAPING PARKWAY TREE SUBTOTAL PORTLAND CEMENT CONCRETE SIDEWALK, 5" PARKWAY TREE ITEM LOT 261 - 2976 OLD GLORY DRIVE LOT 264 - 2962 OLD GLORY DRIVE SUBTOTAL CONTINGENCY (20%) LOT TOTAL PARKWAY LANDSCAPING PORTLAND CEMENT CONCRETE SIDEWALK, 5" LOT 306 - 2872 ROOD STREET SUBTOTAL CONTINGENCY (20%) CONTINGENCY (20%) LOT TOTAL LOT 270 - 2920 OLD GLORY DRIVE LOT TOTAL SUBTOTAL CONTINGENCY (20%) LOT TOTAL PARKWAY TREE SUBTOTAL CONTINGENCY (20%) LOT TOTAL LOT 307 - 2864 ROOD STREET PORTLAND CEMENT CONCRETE SIDEWALK, 5" PARKWAY LANDSCAPING PARKWAY TREE SUBTOTAL CONTINGENCY (20%) LOT TOTAL LOT 308 - 2852 ROOD STREET PARKWAY LANDSCAPING 19 SQYD 90 15.00$ 1,350.00$ 20 SQYD 1 1,000.00$ 1,000.00$ 2,350.00$ 470.00$ 2,820.00$ 21 SQFT 450 15.00$ 6,750.00$ 22 SQYD 90 15.00$ 1,350.00$ 23 SQYD 1 1,000.00$ 1,000.00$ 9,100.00$ 1,820.00$ 10,920.00$ 24 SQFT 495 15.00$ 7,425.00$ 25 SQYD 99 15.00$ 1,485.00$ 26 SQYD 1 1,000.00$ 1,000.00$ 9,910.00$ 1,982.00$ 11,892.00$ 27 SQFT 460 15.00$ 6,900.00$ 28 SQYD 92 15.00$ 1,380.00$ 29 SQYD 1 1,000.00$ 1,000.00$ 9,280.00$ 1,856.00$ 11,136.00$ 30 SQYD 90 15.00$ 1,350.00$ 31 SQYD 1 1,000.00$ 1,000.00$ 2,350.00$ 470.00$ 2,820.00$ 32 SQYD 90 15.00$ 1,350.00$ 1,350.00$ 270.00$ 1,620.00$ 33 SQYD 90 15.00$ 1,350.00$ 34 SQYD 1 1,000.00$ 1,000.00$ 2,350.00$ 470.00$ 2,820.00$ LOT 309 - 2844 ROOD STREET PARKWAY LANDSCAPING PARKWAY TREE SUBTOTAL CONTINGENCY (20%) PARKWAY TREE SUBTOTAL CONTINGENCY (20%) LOT TOTAL LOT 310 - 2832 ROOD STREET PORTLAND CEMENT CONCRETE SIDEWALK, 5" PARKWAY LANDSCAPING PARKWAY TREE SUBTOTAL CONTINGENCY (20%) LOT TOTAL LOT 315 - 2831 ROOD STREET PORTLAND CEMENT CONCRETE SIDEWALK, 5" PARKWAY LANDSCAPING PARKWAY TREE SUBTOTAL CONTINGENCY (20%) LOT TOTAL LOT 337 - 2162 HENNING LANE PORTLAND CEMENT CONCRETE SIDEWALK, 5" PARKWAY LANDSCAPING SUBTOTAL CONTINGENCY (20%) LOT TOTAL LOT 339 - 2172 HENNING LANE PARKWAY LANDSCAPING PARKWAY TREE SUBTOTAL CONTINGENCY (20%) LOT TOTAL LOT 340 - 2176 HENNING LANE PARKWAY LANDSCAPING PARKWAY TREE SUBTOTAL CONTINGENCY (20%) LOT TOTAL LOT 342 - 2186 HENNING LANE PARKWAY LANDSCAPING LOT TOTAL 35 SQFT 1,300 15.00$ 19,500.00$ 36 SQFT 20 60.00$ 1,200.00$ 37 SQYD 260 15.00$ 3,900.00$ 38 SQYD 2 1,000.00$ 2,000.00$ 26,600.00$ 5,320.00$ 31,920.00$ 151,704.00$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com TOTAL ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST PARKWAY LANDSCAPING PARKWAY TREE SUBTOTAL LOT 343 - 2192 HENNING LANE PORTLAND CEMENT CONCRETE SIDEWALK, 5" DETECTABLE WARNING CONTINGENCY (20%) LOT TOTAL 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 #11 Tracking Number PW 2025-80 South Receiving Station Standpipe – Change Order No. 2 Majority Consideration of Approval Consideration of Change Order No. 2 Brad Sanderson Engineering Name Department Public Works Committee – August 19, 2025 The purpose of this memo is to present Change Order No. 2 for the above-referenced project. A Change Order, as defined by 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 CB&I Storage Solutions, LLC. have entered into an agreement for a Contract value of $6,578,339.60 for the above-referenced project. Change Order No. 1 was approved which reduces the Contract value to $6,193,939.60. Question Presented: Should the City approve Change Order No. 2 which would decrease the contract amount by $158,202.90. Discussion: The United City of Yorkville is constructing a new standpipe water storage tank near the intersection of Rt. 126 and Rt. 71. This Contract currently has a relatively small quantity of water main installation around the standpipe to join the three projects water distribution projects in this area together. However, the prices for the associated water main items in the standpipe contract were significantly higher than the trends EEI is seeing for other projects that typically include much larger water main quantities. This increase in price has prompted EEI to move some of the Standpipe water main quantity items to the Rt. 126 Water Main Contract that has yet to go out to bid. The intention of this is to get prices for the water main work that are more comparable to the recent trends that EEI is seeing that benefit more from economies of scale. It is estimated that by removing these items from the standpipe contract the City will save approximately $90,000. Action Required: Consideration of approval of Change Order No. 1 in the amount of $158,202.90. 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: August 11, 2025 Subject: South Receiving Station Standpipe Change Order No. 2 (continued) CO-01 CHANGE ORDER Order No. 2 Date: 8/19/2025 Agreement Date: 7/30/25 NAME OF PROJECT: South Receiving Station Standpipe OWNER: United City of Yorkville CONTRACTOR: CB&I Storage Solutions, LLC The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Reduce the WATER MAIN, D.I.P., CLASS 54, WITH POLYETHYLENE WRAP, 16-INCH quantity by 30 FEET -$9,501.00 2. Reduce the WATER MAIN, D.I.P., CLASS 52, WITH POLYETHYLENE WRAP, 16-INCH quantity by 150 FEET -$43,500.00 3. Reduce the DUCTILE IRON FITTINGS quantity by 755 pounds -14,118.50 4. Reduce the FIELD LOK GASKET, 16” quantity by 8 EACH -5,422.40 5. Reduce the BUTTERFLY VALVE AND VALVE VAULT, 16” VALVE IN 60” VAULT quantity by 1 EACH -$38,472.20 6. Reduce the FIRE HYDRANT ASSEMBLY, WITH AUXILIARY VALVE, 6-INCH MJ by 2 EACH -$47,188.80 Justification: There are several small quantity water main related items on the standpipe contract that have unit prices which are significantly higher than current trends EEI is seeing on larger water main projects. Removing some of these items from the standpipe contract and putting them on the Rt. 126 Water Main Contract is estimated to save the City approximately $90,000. CHANGE ORDER NO. C- 1 Page 2 CO-02 Change of CONTRACT PRICE: Original CONTRACT PRICE: $ 6,578,339.60 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S) $ 6,193,939.60 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $ 158,202.90 The new CONTRACT PRICE including this CHANGE ORDER will be $ 6,035,736.70 Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by 0 calendar days. The date for completion of all work will be 11/27/2026 (Date.) Approvals Required: To be effective this order must be approved by the agency if it changes the scope or objective of the PROJECT, or as may otherwise be required by the SUPPLEMENTAL GENERAL CONDITIONS. Requested by: CB&I Storage Solutions, LLC Recommended by: Engineering Enterprises, Inc. Accepted by: United City of Yorkville ITEM NO. ITEM UNIT TOTAL QUANTITY 1 TREE REMOVAL (6 TO 15 UNITS DIAMETER) UNIT 100 2 TREE REMOVAL (OVER 15 UNITS DIAMETER) UNIT 100 3 TEMPORARY FENCE FOOT 1730 4 PERIMETER EROSION BARRIER FOOT 3450 5 AGGREGATE DITCH CHECKS TONS 70 6 STABILIZED CONSTRUCTION ENTRANCE SQYD 120 7 EROSION CONTROL BLANKET SQYD 19510 8 TEMPORARY SEEDING ACRE 4.04 9 TOPSOIL EXCAVATION CUYD 3300 10 EARTH EXCAVATION (SITEWORK ONLY) CUYD 5010 11 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIALS CUYD 100 12 AGGREGATE SUBGRADE IMPROVEMENT CUYD 100 13 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL - TYPE 1 TONS 300 14 NON-SPECIAL, NON-HAZARDOUS SOIL WASTE DISPOSAL - TYPE 2 TONS 300 15 GEOTEXTILE FABRIC SQYD 2600 16 AGGREGATE SUBGRADE IMPROVEMENT 12-INCH SQYD 2300 17 FOUNDATION MATERIAL CUYD 150 18 WATER MAIN, D.I.P., CLASS 54, WITH POLYETHYLENE WRAP, 16-INCH FOOT 150 19 WATER MAIN, D.I.P., CLASS 52, WITH POLYETHYLENE WRAP, 16-INCH FOOT 0 20 DUCTILE IRON FITTINGS POUND 845 21 FIELD LOK GASKET, 16" EACH 4 22 BUTTERFLY VALVE AND VALVE VAULT, 16" VALVE IN 60" VAULT EACH 1 23 FIRE HYDRANT ASSEMBLY, WITH AUXILIARY VALVE, 6-INCH MJ EACH 1 24 WATER MAIN TESTING - PRESSURE AND DISINFECTION LSUM 1 25 SPLASH PAD EACH 1 26 STONE RIPRAP, CLASS A3 SQYD 15 27 PORTLAND CEMENT CONCRETE SIDEWALK 6-INCH SQFT 350 28 QUAZITE HANDHOLE EACH 3 29 RIGID CONDUIT, 2" DIA. GALVANIZED FOOT 145 30 HIGH SPEED SCADA ANTENNA INSTALLATION COMPLETE EACH 1 31 CCTV COMMUNICATIONS ANTENNA INSTALLATION COMPLETE EACH 1 32 STANDPIPE WATER STORAGE TANK - 1,500,000 GALLON CYLINDRICAL WITH ARCHITECTURAL PILASTERS AND ROOF INCLUDING DESIGN AND CONSTRUCTION LSUM 1 33 TESTING AND DISINFECTION FOR FINAL COMPLETION LSUM 1 34 EXTERIOR PAINTING, COMPLETE LSUM 1 35 INTERIOR PAINTING, COMPLETE (WET AREA) LSUM 1 36 INTERIOR PAINTING, COMPLETE (DRY AREA) LSUM 1 37 LETTERING AND LOGO LSUM 1 38 ALLOWANCE - ITEMS ORDERED BY THE ENGINEER UNIT 100,000 © Engineering Enterprises, Inc.11SITE PLANSOUTH RECEIVINGSTATION STANDPIPEUNITED CITY OF YORKVILLEILLINOIS ROUTE 126 WATER MAIN STRUCTURES112LEGEND2 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 2025-62 2025 Stormwater Basin Inspections Engineering Agreement Public Works Committee – August 19, 2025 CC – 6/24/25 This agenda item was tabled to the 7/15/25 Public Works meeting, and then tabled to 8/19/25. PW 2025-62 Majority Approval Please see the attached memo. Eric Dhuse Public Works Name Department Summary A proposed PSA from EEI to perform engineering inspections on certain stormwater basins in the city and provide an inspection report to the owner(s) of the basin. Background This has been an ongoing program in the City for many years now. Each year we rotate a quadrant of the city for investigation of basins and follow up inspections with last year’s inspections as well. The inspection entails walking the entirety of each site and identifying any areas of concern such as clogged pipes or outfalls, invasive plants such as cattails, willows, and phragmites, erosion along the shoreline, illegal outfalls, evidence of animals such as beavers and muskrats, and trash or excessive debris in the pond. In essence, we look for anything that would cause the basin to not function correctly. Depending on the basin, they may look at other factors such as overland release water ways, retaining walls, naturalized plantings, and landscaping around the basin to make sure everything is healthy and functioning as it should. These inspections are important to all residents to ensure that the stormwater basins are functioning properly and will be able to handle and process storm water properly when needed. For this PSA, EEI is proposing to inspect 24 basins and follow up on 40 basins that were inspected last year to mark the progress or lack thereof with the owners. For this service a fixed fee of $19,764 is proposed. Since this is not linked to a specific project or ongoing development, this would be funded out of the Engineering Services budget in the Administrative Services section. 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: June 11, 2025 Subject: 2025 Stormwater Basin Inspection PSA 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 conduct inspection on certain stormwater basins 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 – Engineering – 2025 Stormwater Basin Inspections, attached hereto as Resolution No. 2025-____ Page 2 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 _________ RUSTY CORNEILS _________ RUSTY HYETT _________ 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 STORMWATER BASIN INSPECTIONS PAGE 1 Agreement for Professional Services – Engineering United City of Yorkville 2025 Stormwater Basin Inspections 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. Engineering services shall be provided as indicated on the Scope of Services on Attachment B. The Engineer shall work with the City to develop an inspection schedule consistent with available funding. All Engineering will be in accordance with the City’s Stormwater Management Plan and NPDES MS4 Permit 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. Engineering Services will be paid for monthly based on the hours worked on the project. The Estimated Hourly and Direct Costs for the Engineering Services is $19,764.00. 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 2025 STORMWATER BASIN INSPECTIONS 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 2025 STORMWATER BASIN INSPECTIONS 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 2025 STORMWATER BASIN INSPECTIONS 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: 2025 Standard Schedule of Charges UNITED CITY OF YORKVILLE 2025 STORMWATER BASIN INSPECTIONS 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 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. JANUARY 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 furnish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agents or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose of assessing if upon installation or incorporation in the project work they are generally consistent with the construction documents. OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents. OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions. The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope. Through standard, reasonable means the ENGINEER will become generally familiar with observable completed work. If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinion of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of text, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in electronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at the beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the termination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition. In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNER: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. 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. JANUARY 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 incurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty. Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ written notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Project to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions being taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of invoices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement shall not constitute a waiver of the provision, nor shall it affect the enforceability of that provision or of the remainder of this Agreement. Attorney’s Fees: In the event of any action or proceeding brought by either party against the other under this Agreement, the prevailing party shall be entitled to recover from the other all costs and expenses including without limitation the reasonable fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. 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 2025 STORMWATER BASIN INSPECTIONS PAGE 1 Agreement for Professional Services - Engineering United City of Yorkville 2025 Stormwater Basin Inspections Attachment B – Scope of Services The United City of Yorkville requests inspection services for their Stormwater Basin Inspection Program required by the City’s Stormwater Management Plan under the City’s NPDES MS4 permit with IEPA. The 2025 Inspections are in the Southwest Quadrant of the City. The following list of work items establishes the scope of engineering services for this project: ENGINEERING SERVICES: 2.1 Project Management and Administration • Management of Personnel and the Engineering Contract • Inspection and Compliance Tracking • Coordination with the City 2.2 2025 Basin Inspections (SW Quadrant – 24 Sites) • On-Site Field Inspection • Inspection Report Preparation 2.3 2024 Basin Inspection Follow Up (40 Sites) • On-Site Field Inspections • Correspondence/Update Report 2.4 Property Owner Coordination • Respond to Questions • Field Meetings as Requested EXCLUSIONS The above scope of services does not include the following: • Preparation of Maintenance Plans • Wetland Services • Construction Services • Land Surveying Services 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 D) in affect at the time the extra work is performed. ATTACHMENT C: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COSTPROFESSIONAL ENGINEERING SERVICES CLIENT UNITED CITY OF YORKVILLE PROJECT TITLE DATE PREPARED BY 2025 STORMWATER BASIN INSPECTIONS RATE $256 $243 $218 $159 $159 $75 ENGINEERING SERVICES 2.1 Project Management and Administration 1 2 8 11 2,014$ 2.2 2025 Basin Inspection 1 4 36 41 6,952$ 2.3 2024 Basin Inspection Follow Up 1 4 40 45 7,588$ 2.4 Property Owner Coordination 1 4 8 13 2,500$ Design Engineering Subtotal:4 14 - 92 - - 110 19,054$ 4 14 - 92 - - 110 19,054 DIRECT EXPENSES Notes: Printing/Scanning = 150$ 1. See Detailed Scope and Exclusions on Attachment B - Scope of Services Mileage = 560$ DIRECT EXPENSES =710$ LABOR SUMMARY EEI Labor Expenses = 19,054$ TOTAL LABOR EXPENSES 19,054$ TOTAL COSTS 19,764$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com 6/9/2025 SENIOR PE II PROJECT TECH CAD ADMIN SENIOR PM PROJECT TOTAL: TNP COSTTASK NO.WORK ITEM1 HOURSROLEPRINCIPAL 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 Attachment D