Loading...
Public Works Packet 2025 09-16-25 AGENDA PUBLIC WORKS COMMITTEE MEETING Tuesday, September 16, 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 2025-81 Ordinance Amending the Yorkville City Code (Nuisance) 2. PW 2025-82 Water Audit Update Presentation 3. PW 2025-83 Quiet Zone Update Presentation 4. PW 2025-84 East Hydraulic District – ITEP Grant Phase I a. Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (E. Hydraulic Avenue Improvements – Phase I) b. Ordinance Authorizing the Fourth Amendment to the Annual Budget of the United City of Yorkville, for the Fiscal Year Commencing on May 1, 2025 and Ending on April 30, 2026 5. PW 2025-85 Cannonball Trail Shared Use Path – Feasibility Study Presentation 6. PW 2025-86 Kane-Kendall Council of Mayors (KKCOM) – Call for Projects 7. PW 2025-87 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Road to Better Roads Program – Design Engineering) 8. PW 2025-88 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Local Road Program – Design Engineering) 9. PW 2025-89 Resolution Approving a Change Order to a Contract to Construct a 1,500,000 Gallon Standpipe and Water Main (South Receiving Station Standpipe – Change Order No. 2) 10. PW 2025-90 Nexamp – Plat of Dedication and Grant of Easements 11. PW 2025-91 Faxon Road and Beecher Road Reconstruction – Rejection of Bids 12. PW 2025-92 Resolution Pledging Financial Commitment and Support of an Illinois Department of Transportation’s Safe Routes to School (SRTS) Grant Application for Yorkville Prairie Meadows Sidewalk Gap Project 13. PW 2025-93 Moda Homes – Call of Performance Bonds United City of Yorkville 651 Prairie Pointe Drive Yorkville, Illinois 60560 Telephone: 630-553-4350 www.yorkville.il.us Public Works Committee Agenda September 16, 2025 Page 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 WORKSHEET PUBLIC WORKS COMMITTEE Tuesday, September 16, 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 2025-81 Ordinance Amending the Yorkville City Code (Nuisance) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 2. PW 2025-82 Water Audit Update Presentation □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 3. PW 2025-83 Quiet Zone Update Presentation □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 4. PW 2025-84 East Hydraulic District – ITEP Grant Phase I a. Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (E. Hydraulic Avenue Improvements – Phase I) b. Ordinance Authorizing the Fourth Amendment to the Annual Budget of the United City of Yorkville, for the Fiscal Year Commencing on May 1, 2025 and Ending on April 30, 2026 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 5. PW 2025-85 Cannonball Trail Shared Use Path – Feasibility Study Presentation □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 6. PW 2025-86 Kane-Kendall Council of Mayors (KKCOM) – Call for Projects □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 7. PW 2025-87 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 ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 8. PW 2025-88 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 ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 9. PW 2025-89 Resolution Approving a Change Order to a Contract to Construct a 1,500,000 Gallon Standpipe and Water Main (South Receiving Station Standpipe – Change Order No. 2) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 10. PW 2025-90 Nexamp – Plat of Dedication and Grant of Easements □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 11. PW 2025-91 Faxon Road and Beecher Road Reconstruction – Rejection of Bids □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 12. PW 2025-92 Resolution Pledging Financial Commitment and Support of an Illinois Department of Transportation’s Safe Routes to School (SRTS) Grant Application for Yorkville Prairie Meadows Sidewalk Gap Project □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 13. PW 2025-93 Moda Homes – Call of Performance Bonds □ 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 – September 16, 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 2025-81 Ordinance Amending the Yorkville City Code (Nuisance) Public Works Committee – September 16, 2025 Majority Approval Please see the attached memo. Eric Dhuse Public Works Name Department Summary A proposed update to section 4, Public Health and Safety, of the City Code. Background From time to time, it is necessary to update codes to make them more efficient, update language, or update codes based on new standards. In this case, staff asked Attorney Orr the best way to increase the amount of money we charge for mowing vacant lots or homes that were found in violation of section 4-1-5 for weeds and grass over 8” in height. While reading through the code, it was decided that there needed to be some general cleanup as well as specific changes to the nuisance portion of the code. Below is a section by section description of the changes. 4-1-1 B Original Text B. Nuisance abatement: The City Attorney or any citizen of the City, when such a nuisance exists as set forth in subsection A of this section, may maintain a complaint in the name of the City perpetually, to enjoin all persons from maintaining or permitting such nuisance and to abate the same. In addition, the City Police, officers, Inspectors or employees, upon observing any violation of subsection A of this section, may enter upon private property and summarily abate any fires or burning that is in violation hereof. 4-1-1 B Proposed Text B. The City Police, officers, inspectors or authorized employees may enter upon private property and summarily abate any fire or burning deemed to be a health hazard and a public nuisance in violation of A.1 or A.4 above. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: August 13, 2025 Subject: City Code Section Update Section 4-1-5C and 4-1-5D streamline the process of billing and adjudication. Section 4-1-5C allows us to bill reasonable costs but removes the double 30 day notice. Section 4-1-5D gives clear direction as to a timeline in which the notices must be sent for billing and adjudication. 4-1-5C Original Text C. Liability for costs: The City shall have the authority to bill and collect from the property owner the reasonable cost of abating the nuisance. The City shall send a bill for the abatement costs to the same address where the tax bill for the general property taxes on the subject property for the preceding year was sent. If the abatement costs are not fully paid within thirty (30) days, a second billing notice will be sent. 4-1-5C Proposed Text C. Liability for costs: In the event of the failure of any person to abate a nuisance, the City shall have the authority to abate the nuisance and to bill and collect reasonable costs it shall incur to abate such nuisance. 4-1-5D Original Text D. Lien: If the abatement costs are not paid within fifteen (15) days of the second billing notice, the City shall place a lien upon the property affected. Notice of the lien shall be given to the property owner. Said notice shall consist of a sworn statement setting out: 1) a description of the property sufficient for identification thereof, 2) the amount of the abatement costs incurred or payable, and 3) the date(s) when such abatement costs were incurred by the City. Said lien shall be superior to all other liens and encumbrances, except tax liens, provided that within sixty (60) days after such abatement costs are incurred, the City, its agent, or authorized contractor files notice of lien in the office of the Recorder of Deeds of Kendall County, Illinois. However, said lien shall not be valid as to any purchaser whose rights in and to such property have arisen subsequent to the abatement of the nuisance, and the lien of the City shall not be valid as to any mortgagee, judgment creditor, or other lienor whose rights in and to such property arise prior to the filing of such notice. Upon payment of the abatement costs, the lien shall be released by the City and the release may be filed of record. 4-1-5D Proposed Text D. Notice of the costs incurred by the City to abate the nuisance shall be given to the violator and if not paid in full within five (5) business days from the date of an invoice for the amount due, the violator shall be provided with a notice of a hearing before a Hearing Officer pursuant to Section 1-14-5 of this code to determine whether the violator has failed to pay the expenses incurred by the City for the abatement of the violation of this code, which notice shall not be less than seven (7) days from the date the notice is served or deposited in the mail. The total amount due to the City may be enforced as provided in Section 1-14-5 of this code. Section 4-1-5H is being amended to be consistent with other sections of this code. Section 4-1-5H Original Text H. Nuisance abatement: The City Attorney or any citizen of the City, when such a nuisance exists as set forth in this section, may maintain a complaint in the name of the City, perpetually, to enjoin all persons from maintaining or permitting such nuisance and to abate the same. In addition, the City Police, officers, Inspectors, or employees, upon observing any violation of this section may enter upon private property and summarily abate any nuisance if the person served with the notice does not abate the nuisance within five (5) days. 4-1-5H Proposed Text H. Notice of Violation; Nuisance Abatement: The City Police, officers, Community Development Director or any member of this Department, or any authorized employee are authorized to issue a notice of a violation of this Chapter 1. In the event the violation of this Section 4-1-5 is deemed to be a public nuisance and an immediate health hazard, the City Police, officers, Community Development Director or any member of this Department or any authorized employee may enter upon private property and summarily abate the nuisance. Section 4-2A-2 Adds the Community Development Director to be able to notice property owners that have trees infected or infested with Dutch Elm disease or Emerald Ash Borers. This is done because this position oversees the property maintenance employees that actually provide the physical notices. 4-2B-2 removed registered mail. 4-2A-2 and 4-2B-2 Original Text A. The Director of Public Works or his representative shall give a written notice of the existence of a nuisance described in section 4-2A-1 of this article to the owner of property whereon the public nuisance is found. Such notice shall describe the nuisance, state the City ordinance which has been violated, identify the property by common description and the tree or trees affected, and require the removal of the nuisance within thirty (30) days. After notice has been given, it shall become the duty of the property owner to abate the nuisance. The removal and disposal of the nuisance shall be under the direction and supervision of the Director of Public Works or his representative. Said notice shall also notify the property owner that unless the nuisance is removed and disposed of in compliance with the terms of notice, the City will proceed with the removal and disposal of the nuisance and assess the property owner for one hundred percent (100%) of the cost of removal and disposal. B. Such notice shall be given by personal service or sent by registered mail to the person to whom the tax bill for the general taxes for the last precedent year on the property was sent. Section 4-2A-3 is a general cleanup to streamline the process and match other sections of this code. 4-2A-4 is removed to match other areas of this section of the code. 4-2A-3 and 4-2A-4 Original Text 4-2A-3: Abatement by City; costs: If the property owner shall neglect to abate the nuisance within thirty (30) days after notice is given and thereafter causes the removal of such nuisance by the City, then the City, by its agents, servants or independent contractors, shall have the authority to go upon such property to cut down, remove the nuisance, and spray (either before or after such removal) an area of one thousand (1,000) square feet surrounding the nuisance, and the property owner shall be assessed the sum of one hundred percent (100%) of the cost of such removal and disposal by the City. 4-2A-4: - Lien; notice of lien: A. Any cost incurred by the City to abate a nuisance described in this article shall be a lien upon the real estate affected, superior to all other liens and encumbrances, except tax liens; provided that notice of the lien has been given as hereinafter described, and that within sixty (60) days after such cost is incurred the City, or person performing the service by authority of the City, in its or his/her own name, files notice of the lien in the Kendall County Recorder's office. B. The notice of lien shall consist of a sworn statement setting out: 1) a description of the real estate sufficient for identification thereof, 2) the amount of money representing the cost incurred or payable for the service, and 3) the date or dates when such cost and expense was incurred by the City. C. The lien shall not be valid as to any purchaser whose rights in and to such real estate have arisen subsequent to the tree removal and prior to the filing of such notice, and the lien shall not be valid as to any mortgagee, judgment creditor or other lienor whose rights in and to such real estate arise prior to the filing of such notice. D. Upon payment of the cost by the owner of or persons interested in such property after notice of lien has been filed, the lien shall be released by the City or person in whose name the lien has been filed and the release may be filed of record as in the case of filing notice of the lien. E. The cost of such tree removal shall not be a lien upon the real estate affected unless notice is given pursuant to section 4-2A-2 of this article. Section 4-2A-3 Proposed Text 4-2A-3: - Abatement by City; costs: If the property owner shall neglect to abate the nuisance within thirty (30) days after notice is given and thereafter causes the removal of such nuisance by the City, then the City shall provide the property owner of a notice of a hearing before a Hearing Officer, in accordance with Section 1-14-5 of this code, which notice shall be served or deposited in the mail no less than seven (7) days prior to the date of the hearing ordering the abatement of the nuisance by the City and assessing the property owner with one hundred percent (100%) of all of the costs incurred by the City in the event the City abates the nuisance, which costs and all fines assessed shall be a debt due and owing to the City and if unpaid within five (5) business days shall be enforced as provided in Section 1-14-5 of this Code. Section 4-3-4 and 4-3-5 are a general cleanup to match the other sections. 4-3-5 is removed. 4-3-4 and 4-3-5 Original Text 4-3-4: - Failure to abate: In the event the owner or occupant of the property where such nuisance violation of section 4-3-2 of this chapter exists, has failed, within the prescribed time to abate such nuisance, then any City officer, Police officer, Inspector or employee who served such notice shall file a complaint charging violation of this chapter with the circuit court for the Sixteenth Judicial Circuit demanding that the owner of the property or the occupant thereof, or both, be held to answer to the court for the violation of this chapter. 4-3-5: - Violations and penalties: Any person who shall neglect, fail or refuse to abate or remove such nuisance after notice thereof shall, for each twenty-four (24) hours thereafter during which said nuisance continues, be subject to a like penalty as that originally incurred. 4-3-4 Proposed Text 4-3-4: - Failure to abate: In the event the owner or occupant of the property where a nuisance violation of Section 4-3-2 of this chapter exists, has failed, within the prescribed time to abate such nuisance after notice pursuant to Section 4-3-3, shall be subject to a fine for each day the nuisance continues. Section 1-14-3 subsection A.1. is general cleanup to match what was changed in Title 4. 1-14-3 Subsection A.1. Original Text A. Issuance of violation notices: 1. Violation notice of any ordinance violation shall be issued by the Mayor or Administrator and such persons authorized under this Code. 1-14-3 Subsection A.1. Proposed Text 1. Violation notices if any ordinance violation shall be issued by the Mayor, Administrator, City Attorney, officers, City Police, Department Directors and any such person as authorized by any of them. Recommendation Staff recommends accepting all proposed changes. Ordinance No. 2025-____ Page 1 Ordinance No. 2025-_____ AN ORDINANCE OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS AMENDING THE YORKVILLE CITY CODE Be It Ordained by the Mayor and City Council to amend the Yorkville City Code as follows: Section 1. Title 4, Chapter 1, Section 4-1-1 is hereby amended by deleting Subsection B in its entirety and replacing it with the following: B. The City Police, officers, inspectors or authorized employees may enter upon private property and summarily abate any fire or burning deemed to be a health hazard and a public nuisance in violation of A.1 or A.4 above. Section 2. Title 4, Chapter 1, Section 4-1-5, Subsections C and D are hereby amended by deleting said Subsections C and D in their entirety and replacing with the following: C. Liability for costs: In the event of the failure of any person to abate a nuisance, the City shall have the authority to abate the nuisance and to bill and collect reasonable costs it shall incur to abate such nuisance. D. Notice of the costs incurred by the City to abate the nuisance shall be given to the violator and if not paid in full within five (5) business days from the date of an invoice for the amount due, the violator shall be provided with a notice of a hearing before a Hearing Officer pursuant to Section 1-14-5 of this code to determine whether the violator has failed to pay the expenses incurred by the City for the abatement of the violation of this code, which notice shall not be less than seven (7) days from the date the notice is served or deposited in the mail. The total amount due to the City may be enforced as provided in Section 1-14-5 of this code. Section 3. Title 4, Chapter 1, Section 4-1-5, Subsection H is hereby amended by deleting said Subsection H in its entirety and replacing with the following: Notice of Violation; Nuisance Abatement: Ordinance No. 2025-____ Page 2 The City Police, officers, Community Development Director or any member of this Department, or any authorized employee are authorized to issue a notice of a violation of this Chapter 1. In the event the violation of this Section 4-1-5 is deemed to be a public nuisance and an immediate health hazard, the City Police, officers, Community Development Director or any member of this Department or any authorized employee may enter upon private property and summarily abate the nuisance. Section 4. Title 4, Article A, Section 4-2A-2 is hereby amended by deleting said section in the entirety and replacing it with the following: 4-2A-2: - Notice to abate; duty of owners to remove: A. The Community Development Director or his or her representative, or the Director of Public Works or his or her representative shall give a written notice of the existence of a nuisance described in section 4-2A-1 of this article to the owner of property whereon the public nuisance is found. Such notice shall describe the nuisance, state the City ordinance which has been violated, identify the property by common description and the tree or trees affected, and require the removal of the nuisance within thirty (30) days. After notice has been given, it shall become the duty of the property owner to abate the nuisance. The removal and disposal of the nuisance shall be under the direction and supervision of the Community Development Director or his or her representative, or the Director of Public Works or his or her representative. Said notice shall also notify the property owner that unless the nuisance is removed and disposed of in compliance with the terms of notice, the City shall issue an ordinance violation citation and request that the Hearing Officer direct the removal and disposal of the nuisance. B. Such notice shall be given by personal service or sent by registered mail to the person to whom the tax bill for the general taxes for the last precedent year on the property was sent. Ordinance No. 2025-____ Page 3 Section 5. Title 4, Article A, Section 4-2A-3 and Section 4-2A-4 are hereby deleted in their entirety and replaced with the following: 4-2A-3: - Abatement by City; costs: If the property owner shall neglect to abate the nuisance within thirty (30) days after notice is given and thereafter causes the removal of such nuisance by the City, then the City shall provide the property owner of a notice of a hearing before a Hearing Officer, in accordance with Section 1-14-5 of this code, which notice shall be served or deposited in the mail no less than seven (7) days prior to the date of the hearing ordering the abatement of the nuisance by the City and assessing the property owner with one hundred percent (100%) of all of the costs incurred by the City in the event the City abates the nuisance, which costs and all fines assessed shall be a debt due and owing to the City and if unpaid within five (5) business days shall be enforced as provided in Section 1-14-5 of this Code. Section 6. Title 4, Chapter 3, Section 4-3-4 and 4-3-5 are hereby deleted in their entirety and replaced with the following: 4-3-4: - Failure to abate: In the event the owner or occupant of the property where a nuisance violation of Section 4-3-2 of this chapter exists, has failed, within the prescribed time to abate such nuisance after notice pursuant to Section 4-3-3, shall be subject to a fine for each day the nuisance continues. Section 7. Title 1, Chapter 14, Section 1-14-3, subsection A.1. is hereby amended by deleting Section 1-14-3, subsection A.1. in its entirety and replacing it with the following: 1. Violation notices if any ordinance violation shall be issued by the Mayor, Administrator, City Attorney, officers, City Police,Department Directors and any such person as authorized by any of them. Ordinance No. 2025-____ Page 4 Section 8. This Ordinance shall be in full force and effect upon its passage, approval and publication as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, 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 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 2025-82 WY2024 Water Audit Results and Recommendations Public Works Committee – September 16, 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 #3 Tracking Number PW 2025-83 Quiet Zone Update Presentation Public Works Committee – September 16, 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 #4 Tracking Number PW 2025-84 East Hydraulic District – ITEP Grant Phase I Public Works Committee – September 16, 2025 Supermajority (6 out of 9) Approval Please see the attached memo. Erin Willrett Administration Name Department Summary Staff would like to request approval on the Phase I engineering agreement with EEI for the East Hydraulic Avenue Streetscape Project, in the amount of $263,354. A budget amendment is needed to account for this amount. The budget amendment is attached. At the time of the adoption of the FY26 budget, this grant had not yet been awarded. Overview In May 2025, the City was awarded a $2,999,400 grant from the Illinois Transportation Enhancement Program (ITEP) for the East Hydraulic Streetscape Project. The City committed to pay up to 20% of the required local match for the projects construction and construction engineering. All design engineering costs (Phase I) will be fully covered by the City. The below project is estimated to be $4,310,300, as you can see in the included detailed budget. The City would be investing approximately $1,310,300 in matching funds. In the original grant budget, Phase I engineering was estimated at $270,000, the attached Phase I Engineering Agreement with EEI is in the amount of $263,354. This is a fixed fee proposal, of which direct expenses are estimated at $20,562. Since this cost was not included in the original budget—given that the grant was awarded to the City after the budget process had concluded—a proposed FY 2026 budget amendment has been prepared for your consideration. Under this amendment, the Project Costs line item in the Downtown TIF Fund would be increased from $5,000 to $270,000 to cover the additional engineering expenses associated with the grant project. The Kick-Off meeting was held with IDOT District 3 officials on July 30th. It was encouraged that the City begin the Phase I process as soon as possible. Because this grant uses Federal funds, the City must use the Quality Based Selection (QBS) process for Phase II Engineering and Construction Engineering. This does lengthen the project timeline. The QBS process is mandated in Illinois for non- home rule municipalities for projects involving architects, engineers, and land surveyors that meet a certain financial threshold. Previously, the City used the QBS process for consultants during the East Van Emmon Resurfacing project through Kane/Kendall Council of Mayors Surface Transportation Program using Federal Funds. Those agreements will be forthcoming in future years as the project progresses. This is going to be a multi-year project with the estimated letting anticipated in November 2028. There are several items that still need to be coordinated as part of this project. The City is actively working with the Railroad as well as IDOT for the IL 47 area. All funds need to be obligated, via letting, by June 9, 2029. Memorandum To: Public Works Committee From: Erin Willrett, Assistant City Administrator CC: Bart Olson, City Administrator Date: September 16, 2026 Subject: ITEP Grant Phase I Engineering Agreement The Kick-Off meeting in July was the formal Notice to Proceed from IDOT. It is anticipated that EEI will coordinate a Public Information Meeting about the project in July 2026, this will be separate from a Council Meeting. East Hydraulic Avenue Streetscape Project Creation of a one-way street with the development of a multi-use path along East Hydraulic and a sidewalk along Mill Street and Heustis Street from East Hydraulic south to East Van Emmon Street. Project Perimeters (Logical Termini): Beginning at the corner of IL Route 47 east approximately 500 feet to the connection of the current multi-use path. An addition of sidewalk along Mill Street and Heustis Street from East Hydraulic Avenue south to East Van Emmon Street. Brief Description: The streetscape in the downtown beautifies and improves the visual character of the corridor and downtown, simplifies maintenance and contributes to an overall sense of place for Yorkville. Creating a one-way street will aid in traffic flow and will allow increased use of the river front area when events take place. The one-way street will include a pedestrian/bike component, a multi-use path will be built on the north side of East Hydraulic Avenue. This will increase safety by drawing pedestrians/bicyclists away from the train tracks. Staff is proposing hardscape between East Hydraulic Avenue and the railroad tracks by installing a fence barrier with landscaping elements. The grant includes funds for bike racks, in the nearby park and potential future festival area. Staff is proposing removable bollards to prohibit traffic during festival times. This will create a safe atmosphere by allowing pedestrian and bicyclists to enjoy the area and flow through without the worry of vehicular traffic. Recommendation Staff would like to request approval on the Phase I engineering agreement with EEI for the East Hydraulic Avenue Streetscape Project, in the amount of $263,354 along with a corresponding budget amendment. 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 various improvements to E. Hydraulic Avenue, being converting E. Hydraulic Avenue into a one-way street, drainage improvements, pedestrian improvements on E. Hydraulic Avenue, Mill Street and Heustis Street, railway crossing improvements, and safety improvements on E. Hydraulic Avenue from Route 47 to Mill Street (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 Resolution No. 2025-____ Page 2 findings of the Corporate Authorities. Section 2. The Mayor and City Clerk are hereby authorized to execute a E. Hydraulic Avenue Improvements – Phase I, United City of Yorkville, Professional Services Agreement, 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 E. HYDRAULIC AVENUE IMPROVEMENTS – PHASE I PAGE 1 E. Hydraulic Avenue Improvements – Phase I United City of Yorkville Professional Services Agreement 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 Phase I engineering services to the City as indicated on the Scope of Services (Attachment B). Phase I Engineering for all roadways indicated on Attachment E will be provided. Phase II and Phase III Engineering services are not included and would be provided in a separate agreement. Engineering will be in accordance with all City and Illinois Department of Transportation requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non-terminating party or upon completion of the Services. Upon termination the Contractor shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services to be performed herein, an amount based on the Estimated Level of Effort and Associated Cost included in Attachment C. Phase I Engineering will be paid for as a Fixed Fee (FF) in the amount of $263,354, of which direct expenses are estimated at $20,562. 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 E. HYDRAULIC AVENUE IMPROVEMENTS – PHASE I 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 E. HYDRAULIC AVENUE IMPROVEMENTS – PHASE I 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 E. HYDRAULIC AVENUE IMPROVEMENTS – PHASE I 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 E. HYDRAULIC AVENUE IMPROVEMENTS – PHASE I PAGE 5 Attachment G: Huff & Huff Proposal Attachment H: Rubino Engineering Proposal 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 – SEPTEMBER 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 – SEPTEMBER 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 E. HYDRAULIC AVENUE IMPROVEMENTS – PHASE I PAGE 1 E. Hydraulic Avenue Improvements – Phase I United City of Yorkville, IL Professional Services Agreement Attachment B – Scope of Services The United City of Yorkville requires Phase I Engineering services for the E. Hydraulic Avenue Improvement project. This project will be funded through the Illinois Department of Transportation and will utilize Illinois Transportation Enhancement Program (ITEP) funding. A location map of the proposed improvements can be found in Attachment E of this proposal. The scope of the project includes converting E. Hydraulic Avenue into a one-way street, drainage improvements, pedestrian improvements on E. Hydraulic Avenue, Mill Street and Heustis Street, railroad crossing improvements and safety improvements on E. Hydraulic Avenue from IL Route 47 to Mill Street. In order to successfully complete this project, various items will need to be addressed during Phase I engineering. Our proposed scope of services will include the following: 1.1 Project Management, Coordination and Administration x Project Management and Coordination x Subconsultant Coordination and Review x Coordination with the City x Monitoring project schedule, staffing and budget 1.2 FHWA and IDOT Coordination and Meetings x Kick-off Meeting with City Staff x Review Meetings with City Staff (3 meetings) x IDOT and FHWA Project Meetings (2 meetings) x IDOT Project Development Report (PDR) Review Meetings (2 meetings) 1.3 Railroad (Omnitrax) Coordination x Kick-Off Meeting with Railroad x On-Going Progress Meetings with Railroad (3 meetings) x Railroad Coordination x Revisions Based on Railroad Comments x Create Preliminary Cross Sections 1.4 Data Collection and Analysis of Existing Conditions x Perform Design JULIE to obtain atlases from utility companies in the area x Obtain information from the City regarding existing and proposed plans and any other pertinent information available to assist in the Phase I design x Analysis of Existing Traffic Data x Analysis of Existing Crash Data x Analysis of Existing Railroad Data 1.5 Boundary and Topographic Survey and Field Inspection x Boundary Survey to Determine ROW and Easement Needs x Title Commitments UNITED CITY OF YORKVILLE, IL E. HYDRAULIC AVENUE IMPROVEMENTS – PHASE I PAGE 2 x Topographic Survey of the Proposed Limits along E. Hydraulic Avenue, Heustis Street and Mill Street will be Completed Including Structure Inventory Sheets that Shall Provide Invert Elevations, Top of Pipe Elevations, Sewer and Pipe Sizes for all Utilities and Sewers within the Project Limits x Field Visit to Inspect the Existing Conditions 1.6 Geotechnical Coordination and Review x Coordinate the Completion of Soil Borings by Rubino Engineering x Coordinate Geotechnical Report with Rubino Engineering x Review Geotechnical Report 1.7 Environmental Studies and Documentation x Submit Environmental Survey Request (ESR) o Submit the ESR Prescreen Forms to IDOT o IDOT PESA Response o Biological Clearances o Cultural Clearances o Wetland Delineation and Report (Huff and Huff) o Waterway/Surface Waters Delineation and Report (Huff and Huff) o Special Lands and Section 4(f) Evaluation o Preliminary Environmental Site Assessment (PESA) (Huff and Huff) o Prepare Photo Log of Project Limits 1.8 Drainage Studies x Identify and Evaluate the Existing Drainage Conditions and Address any Deficiencies x Complete any Necessary Drainage Calculations x Preliminary Storm Sewer and Ditch Sizing x Drainage Technical Memorandum x Identify Permits Required to be Obtained in Phase II x QC/QA of Drainage Technical Memorandum 1.9 Proposed Improvement Plans, Typical Sections and Cost Estimates x Create Proposed Improvement Plans x ROW/Easement Needs Analysis x Create Preliminary Typical Sections x Preliminary Cost Estimate x QC/QA 1.10 Traffic Maintenance x Investigate Preliminary Maintenance of Traffic Schemes x Maintenance of Traffic Typical Sections 1.11 Public Involvement x Put Together Announcements, Brochures and Exhibits for Public Meeting x Set up Public Meeting at Location of City’s Choice x Attend Public Meeting x Respond to Comments Received During the Public Meeting and Send Out Meeting Minutes x Any Additional Public Involvement Required by the FHWA UNITED CITY OF YORKVILLE, IL E. HYDRAULIC AVENUE IMPROVEMENTS – PHASE I PAGE 3 1.12 Preliminary Project Development Report (PDR) x Prepare Draft PDR Report x Prepare all Exhibits and Attachments Required for the PDR x QC/QA x Submit PDR to the City and IDOT for Review 1.13 Final Project Development Report (PDR) x Make any Revisions to the PDR Report Based on Comments Received from IDOT and the City x Prepare Final PDR Report for Design Approval x QC/QA x Prepare Disposition of IDOT and City Comments Exclusions: x No allowance has been made for any ROW appraisals or negotiations x No allowance has been made for Phase II Design Engineering x No allowance has been made for Phase III Construction Engineering x No allowance has been made for the preparation of construction documents, as a result, no bidding and letting services will be provided x No allowance has been made for a Preliminary Site Investigation (PSI) x No allowance has been made to prepare permit applications or obtaining permits for the project. The project development report will only identify the permits that are to be acquired during Phase II engineering The following program guidelines for the E. Hydraulic Avenue Improvements will be employed to ensure the best possible end result for the City: x Employ Quality Control/Quality Assurance procedures and implement and monitor the procedures for the duration of the project. x Communicate with all parties relative to the status of the project through meetings, correspondence, and telephone conversations. x Provide the required coordination between the City and other regulatory agencies. x Provide early identification of issues or potential problem areas related to technical scheduling or budgetary goals. ATTACHMENT C: ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COSTPROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBERUnited City of YorkvilleYO2527-PPROJECT TITLEDATE PREPARED BYE. Hydraulic Avenue Improvements - Phase IROLE PIC SPM PM SPE 2 PE SPT 2 SPT ADMINPERSONRATE $256 $243 $218 $208 $175 $182 $171 $75PRELIMINARY ENGINEERING1.16 24 92 6 128 27,874$ 1.24 8 16 16 6 4 16 70 14,298$ 1.36 8 12 16 16 8 24 90 17,784$ 1.44 20 24 4 12 64 12,012$ 1.540 18 10 32 50 150 30,424$ 1.64 4 8 16 3,508$ 1.76 12 20 16 4 16 74 14,498$ 1.86 12 16 16 6 12 4 72 13,646$ 1.96 6 16 32 48 8 48 164 31,202$ 1.102 8 20 24 6 16 76 14,418$ 1.116 6 12 16 8 8 16 4 76 14,830$ 1.122 6 20 32 60 8 32 4 164 30,714$ 1.132 4 8 24 32 4 16 4 94 17,584$ Design Engineering Subtotal: 32 120 234 230 282 110 208 22 1,238 242,792$ 32 120 234 230 282 110 208 22 1,238 242,792 EEI STAFFDIRECT EXPENSESPIC Principal In ChargePrinting/Scanning = 750$ SPM Senior Project ManagerRubino (Soil Borings) = 8,875$ PM Project ManagerHuff & Huff (PESA) = 10,937$ SPE 2 Senior Project Engineer IIDIRECT EXPENSES = 20,562$ PE Project EngineerSPT 2 Senior Project Technician IILABOR SUMMARYSPT 1 Senior Project Technician IEEI Labor Expenses = 242,792$ ADMIN Adminstrative AssistantTOTAL LABOR EXPENSES242,792$ TOTAL COSTS 263,354$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comTASK NO.TASK DESCRIPTIONHOURSProject Management, Coordination and AdministrationPreliminary Project Development Report (PDR)FHWA and IDOT Coordination MeetingsRailroad (Omnitrax) CoordinationDrainage StudiesProposed Improvement Plans, Typical Sections and Cost EstimatesTraffic MaintenancePublic InvolvementPROJECT TOTAL:CJO9/4/25COSTFinal Project Development Report (PDR)Data Collection and Analysis of Existing ConditionsBoundary and Topographic Survey and Field InspectionGeotechnical Coordination and ReviewEnvironmental Studies and Documentation ATTACHMENT D: ESTIMATED SCHEDULECLIENT PROJECT NUMBERUnited City of YorkvilleYO2527-PPROJECT TITLEDATE PREPARED BYE. Hydraulic Avenue Improvements - Phase I EngineeringCJOOCT NOV DEC JAN FEB MAR APR MAYJUN JUL AUG SEP OCT NOV DEC JAN FEB MARPHASE I ENGINEERING1.11.21.31.41.51.61.71.81.91.101.111.121.13 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comFinal Project Development Report (PDR)Railroad (Omnitrax) CoordinationData Collection and Analysis of Existing ConditionsDrainage StudiesProposed Improvement Plans, Typical Sections and Cost EstimatesTraffic MaintenancePublic InvolvementPreliminary Project Development Report (PDR)TASK NO.TASK DESCRIPTIONFHWA and IDOT Coordination and Meetings9/3/25Project Management, Coordination and Administration202520272026Boundary and Topographic Survey and Field InspectionGeotechnical Coordination and ReviewEnvironmental Studies and Documentation MillBridgeHeustisHydraulic Van Emmon &RS\ULJKWQHDUPDS Engineering Enterprises, Inc. :KHHOHU5RDG 6XJDU*URYH,OOLQRLV   (+<'5$8/,&$9(18(,03529(0(176 /2&$7,210$3ZZZHHLZHEFRP '$7( 352-(&712 ),/( 3$7+ %< 6(37(0%(5 <2 <2B1R%OXHVWHP:DWHU0DLQ&KDQJH2UGHU +?*,6?38%/,&?<25.9,//(?? 0-7 o   )HHW /HJHQG 3URMHFW/LPLWV ATTACHMENT E 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 Rubino Engineering, Inc. ● 425 Shepard Drive ● Elgin, IL 60123 ● 847-931-1555 ● 847-931-1560 (Fax) September 4, 2025 To: Christopher J. Ott, PE. CPII Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 P: 630.466.6757 Re: Proposal - Geotechnical Exploration Proposed Hydraulic Avenue Improvements in Yorkville, Illinois Proposal No. Q25.474g Via email: cott@eeiweb.com Dear Mr. Ott, Rubino Engineering, Inc. (Rubino) is pleased to submit the following proposal to provide geotechnical engineering services for the above referenced project. Rubino received a request for proposal from Christopher J. Ott, PE. CPII of Engineering Enterprises, Inc. (EEI) via email on August 29th, 2025. PROJECT UNDERSTANDING Rubino understands that EEI is planning to aid the City of Yorkville in the improvements to Hydraulic Avenue in Yorkville, Illinois. Information received: x RFP email from Christopher J. Ott, PE. CPII of Engineering Enterprises, Inc. on August 29th, 2025. x Project Location Drawing – “061e0423-e46f-409c-86d7-2f50ecd75421” (Shown Below) ATTACHMENT H Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 2 of 10 Rubino Engineering, Inc. Field Services Scope of Services Summary Additional Scope discussion can be found in subsequent pages of this proposal Client Notification Needed prior to mobilization Please notify Rubino if this is needed upon project authorization Site Access Open site Field Equipment Proposed Track-mounted Geoprobe Drill Rig Traffic Control Needs Flaggers Boring Location Plan See below for aerial / KMZ Soil Sampling Intervals SPT – 2 ½ ft to 10 feet Backfill Needs Cuttings, excess spoils remain on site Patching Cold Patch Groundwater Readings During drilling and upon auger removal Boring Depths To obtain data to evaluate subsurface conditions within the proposed development/construction areas. Rubino proposes the drilling scope of work as detailed below: NUMBER OF BORINGS WITH DEPTH (FEET BEG*) LOCATION ON SITE SPT SAMPLING INTERVALS SOIL CLASSIFICATION METHOD 3 10 E Hydraulic Avenue (B-01, B-02, B-03) 2 ½ ft to 10 ft USCS 1 10 Heustis Avenue (B-04) 1 10 Mill Street (B-05) 5 Total Borings 50 Total Lineal Feet Should any of the information on which this proposal has been based, including as described above, be inconsistent with the planned construction, Rubino requests to be contacted immediately in order to make any necessary changes to this proposal and scope of work. SCOPE OF SERVICES DISCUSSION The following sections outline the scope of services developed based on the information provided by the client and the information listed above in order to provide a geotechnical exploration the planned project. The exploration will be performed in general accordance with both the requested proposal information and Rubino’s current understanding of the project. Site Access Based on current site topography, surface conditions, and project discussions, Rubino anticipates that the project site will be accessible to track-mounted Geoprobe drilling equipment. Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 3 of 10 Rubino Engineering, Inc. Traffic Control Rubino anticipates that traffic control will be necessary along Hydraulic Avenue. Rubino will subcontract a traffic control company to provide flaggers. Boring Locations The approximate proposed boring locations are shown below. Rubino recommends that the borings be located and surveyed for elevation by others prior to drilling. If the borings cannot be surveyed, Rubino will locate the borings in the field by measuring distances from known, fixed site features. SPT - Soil Sampling Soil sampling will include split-barrel samples (ASTM D 1586) or thin-walled tube samples on cohesive soils (ASTM D 1587) at 2 ½ - foot intervals to a depth of 10 feet. Geotechnical Laboratory Testing The soil samples obtained during the field exploration program will be transported to the laboratory for classification and a limited number of laboratory tests. The nature and extent of the laboratory testing program is at the discretion of Rubino Engineering, Inc. and will depend upon the subsurface conditions encountered during drilling. Laboratory testing will be performed in accordance with ASTM procedures and may include examination of selected samples to evaluate the soils’ index properties and relative strength characteristics. Based on the proposed quantity of soil borings, anticipated depths, and project type, a list of the anticipated laboratory tests are summarized below. Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 4 of 10 Rubino Engineering, Inc. Laboratory Test Estimated Quantity Sample Type Natural Moisture Content 20 Split spoon Atterberg Limits 1 Split spoon GEO REPORT Upon completion of field and laboratory work, Rubino will prepare a geotechnical engineering report using the collected data. The geo report will include the following: x Summary of client-provided project information and report basis x Overview of encountered subsurface conditions x Overview of field and laboratory tests performed including results x Geotechnical recommendations pertaining to: x Subgrade preparation x Subgrade Stability x Estimated IBV value at each boring location x Construction considerations, including temporary excavation and construction control of water An electronic copy of the report will be provided. The report will be addressed to Engineering Enterprises, Inc.. PROJECT SCHEDULE Rubino proposes to initiate work on this project within 5 working days after receiving written authorization to proceed and we will follow the schedule below in order to complete the project: Task Number of Working Days Utility clearance and rig mobilization 5 – 10 Field work including site layout and drilling 2 Geo Laboratory Testing 5 – 10 CCDD Lab Testing 8 – 12 CCDD and Geo Reporting 5 - 10 Project schedules can be affected by weather conditions and changes in scope. If the report needs to be delivered by a specific day, please notify us as soon as possible. Preliminary verbal recommendations can be made to appropriate parties upon completion of the field investigation and laboratory testing. Rubino will need to receive a signed copy of this proposal intact prior to mobilizing the drill rig. UTILITY LOCATE AND OUTSIDE SERVICES Rubino will coordinate contacting the Utility “One-Call” for public utility clearance prior to the start of drilling activities. It is Rubino’s experience that this service does not mark the locations of Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 5 of 10 Rubino Engineering, Inc. privately owned utilities. This proposal is based on privately owned utility locates being coordinated by the owner prior to drill rig mobilization. FEES Rubino proposes to charge the fee for performance of the outlined scope of services on a lump- sum basis. Based on the scope of services outlined above, the lump-sum fee will be: Subsurface Exploration Boring Layout / Utility / PM $ 850.00 Lump sum Drill Rig Mobilization and Drilling $ 3,800.00 Lump sum Traffic Control – Flaggers $ 2,100.00 Per day Lab Geotechnical Lab Tests as described above $ 275.00 Lump sum Reporting Preparation of the Geotechnical Report $ 1,850.00 Lump sum $8,875.00 Grand Total Please see the attached fee schedule for additional unit rates for services requested after issuing the geotechnical report (drawing / spec review, scope or site layout change, etc.). Scope Limitations Project services do not include a site evaluation to determine the presence or absence of wetlands, hazardous substances, or toxic materials. Rock coring is not included in the scope of this exploration, therefore, the character and continuity of refusal materials, if encountered, can be determined only with a more comprehensive scope of services. Therefore, the borings will be advanced to the depths referenced above, or to refusal, whichever is shallower. Boring, sampling and testing requirements are a function of the subsurface conditions encountered. The proposed lump-sum fee is based on the existence of adequate bearing materials being encountered within the proposed boring depths. Should conditions be encountered which require a deepening of borings or additional investigation, Rubino will notify you to discuss modifying the outlined scope of services. Additional work beyond the lump-sum fee will not be performed without your prior authorization. AUTHORIZATION If this proposal is acceptable to you, Rubino will perform the work in accordance with the attached General Conditions that are incorporated into and made a part of this proposal. Please sign below as notice to proceed and return one copy of this proposal intact to our office. Rubino will proceed with the work upon receipt of authorization. Rubino appreciates the opportunity to offer our services for this project and we look forward to working with your company. Please contact Rubino with questions pertaining to this proposal or requests for additional services. Respectfully submitted, Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 6 of 10 Rubino Engineering, Inc. RUBINO ENGINEERING,INC. Michelle A. Lipinski, PE Anthony T. Tomaras, PG President Project Manager michelle.lipinski@rubinoeng.com anthony@rubinoeng.com Prepared By: Jonathan Ignarski, jonathan@rubinoeng.com MAL/file Attachments: Proposal Acceptance and Data Sheet Schedule of Services and Fees General Conditions **This is an electronic copy. Hard Copies of this proposal are available upon request. RUBINO ENGINEERING,INC.IS: AN AASHTO-ACCREDITED LABORATORY IDOT PREQUALIFIED IDOT DBE-CERTIFIED (100% WOMAN-OWNED) Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 7 of 10 Rubino Engineering, Inc. PROPOSAL ACCEPTANCE: AGREED TO, THIS _________ DAY OF _____________________ , 202__. BY (please print): ___________________________________________________ TITLE: ___________________________________________________ COMPANY: ___________________________________________________ SIGNATURE: ___________________________________________________ PROJECT INFORMATION: 1. Project Name: _____________________________________________________________ 2. Project Location: ___________________________________________________________ 3. Your Job No: _____________________ Purchase Order No.: _____________________ 4. Project Manager: _______________________ Telephone No.:_____________________ 5. Site Contact:___________________________ Telephone No.:_____________________ 6. Number and Distribution of Reports: ( ) Copies To: _________________________ ( ) Copies To: _____________________ _____________________________________ ________________________________ _____________________________________ ________________________________ Attn: _________________________________ Attn: _____________________________ Email: _______________________________ Email: ___________________________ ( ) Copies To: _________________________ ( ) Copies To: _____________________ _____________________________________ ________________________________ _____________________________________ ________________________________ Attn: _________________________________ Attn: _____________________________ Email: _______________________________ Email: ___________________________ 7. Invoicing Address: __________________________________________________________ _________________________________________________________ _________________________________________________________ Attn: _____________________________________________________ Email: ___________________________________________________ 8. Other Pertinent Information Or Previous Subsurface Information Available: _________________________________________________________________________ _________________________________________________________________________ Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 8 of 10 Rubino Engineering, Inc. Rubino Engineering, Inc. 2025 Schedule of Geotechnical Services & Fees ENGINEERING Professional and Technical Services for site evaluation, field supervision, analysis of test data and engineering recommendations and consultation: Principal Engineer Per Hour $ 185.00 Project Engineer/Manager Per Hour $ 135.00 Engineering Field Technician / Field Engineer / Field Geologist Per Hour $ 115.00 SUBSURFACE EXPLORATION Mobilization and moving of truck-mounted drilling equipment and crew (50-mile radius) Per Trip $ 650.00 Hourly Rate Drilling Per Hour $ 475.00 Thin Wall Tubes (ASTM D-1587) Each $ 50.00 LABORATORY TESTING Moisture Content Test / Visual Classification Each $ 8.90 Atterberg Limits Determination (LL, PL) Each $ 65.00 FEE REMARKS 1) All fees and services are provided in accordance with the attached Rubino General Conditions. 2) Unit prices/rates are in effect for 12 months from the date of this proposal and are subject to change without notice thereafter. 3) Overtime rates are applicable for services performed in excess of 8 hours per day Monday through Friday, before 8:00 AM or after 5:00 PM, and for all hours worked on Saturdays, Sundays and holidays. The overtime rate is 1.5 times the applicable hourly rate. 4) All rates are billed on a portal-to-portal basis. 5) Standby time due to delays beyond Rubino's control will be charged at the applicable hourly rate. 6) Transportation and per diem are charged at the applicable rates. 7) Rates involving mileage (including transportation, mobilization, vehicle and trip charges) are subject to change based upon increases in the national average gasoline price. 8) A minimum charge of 4 hours applies to field testing and observation services. 9) Scheduling or cancellation of field testing and observation services is required no less than the working day prior to the date the services are to be performed. Services cancelled without advance and/or inadequate notice will be assessed a minimum charge of 4 hours. 10) For all Rubino services, a project management/engineering review charge will be billed for all reports issued for the scheduling/supervision of personnel and the evaluation/review of data and reports. 11) The minimum billing increment for time is a half hour. 12) A project set-up charge of a minimum of two hours applies to all projects. 13) Professional services rates are exclusive of expert deposition or testimony time. 14) Drilling and field service rates are based on OSHA Level D personnel protection. 15) For sites where drilling is to occur that are not readily accessible to a truck mounted drill rig, rates for rig mobility, site clearing, crew stand-by time, etc. will be charged as applicable. 16) If applicable the prevailing wage fees charged under this agreement will be adjusted if there is any change in the applicable prevailing wage rate established by the Illinois Department of Labor. 17) Services and fees not listed on this schedule may be quoted on request. Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 9 of 10 Rubino Engineering, Inc. Proposed Hydraulic Avenue Improvements in Yorkville, Illinois September 4, 2025 Rubino Proposal No. Q25.474g Page 10 of 10 Rubino Engineering, Inc. GENERAL CONDITIONS 1. PARTIES AND SCOPE OF SERVICES: Rubino Engineering, Inc. shall include said company or its particular division, subsidiary or affiliate performing the services. “Services” means the specific geotechnical, analytical, testing or other service to be performed by Rubino Engineering, Inc. as set forth in Rubino Engineering, Inc.’s proposal, Client’s acceptance thereof and these General Conditions. Additional services ordered by Client shall also be subject to these General Conditions. “Client” refers to the person or business entity ordering the services to be done by Rubino Engineering, Inc. If Client is ordering the services on behalf of another, Client represents and warrants that it is the duly authorized agent of said party for the purpose of ordering and directing said services. Unless otherwise stated in writing, Client assumes sole responsibility for determining whether the quantity and the nature of the services ordered by the client is adequate and sufficient for Client’s intended purpose. Client shall communicate these General Conditions to each and every third party to whom Client transmits any part of Rubino Engineering, Inc.’s services. Rubino Engineering, Inc. shall have no duty or obligation to any third party greater than that set forth in Rubino Engineering, Inc.’s proposal, Client’s acceptance thereof and these General Conditions. The ordering of services from Rubino Engineering, Inc., or the reliance on any of Rubino Engineering, Inc.’s work, shall constitute acceptance of the terms of Rubino Engineering, Inc.’s proposal and these General Conditions, regardless of the terms of any subsequently issued document. 2. TESTS AND INSPECTIONS: Client shall cause all tests and inspection of the site, materials and work performed by Rubino Engineering, Inc. or others to be timely and properly performed in accordance with the plans, specifications and contract documents and Rubino Engineering, Inc.’s recommendations. No claims for loss, damage or injury shall by brought against Rubino Engineering, Inc. by Client or any third party unless all tests and inspections have been so performed and unless Rubino Engineering, Inc.’s recommendations have been followed. Client agrees to indemnify, defend and hold Rubino Engineering, Inc., its officers, employees and agents harmless from any and all claims, suits, losses, costs and expenses, including, but not limited to, court costs and reasonable attorney’s fees in the event that all such tests and inspections are not so performed or Rubino Engineering, Inc.’s recommendations are not so followed except to the extent that such failure is the result of the negligence, willful or wanton act of omission of Rubino Engineering, Inc., its officers, agents or employees, subject to the limitation contained in paragraph 9. 3. SCHEDULING OF SERVICES: The services set forth in Rubino Engineering, Inc.’s proposal and Client’s acceptance will be accomplished in a timely, workm anlike and professional manner by RUBINO ENGINEERING, INC. personnel at the prices quoted. If Rubino Engineering, Inc. is required to delay commencement of the services or if, upon embarking upon its services, Rubino Engineering, Inc. is required to stop or interrupt the progress of its services as a result of changes in the scope of the services requested by Client, to fulfill the requirements of third parties, interruptions in the progress of construction, or other causes beyond the direct reasonable control of Rubino Engineering, Inc., additional charges will be applicable and payable by Client. 4. ACCESS TO SITE: Client will arrange and provide such access to the site as is necessary for Rubino Engineering, Inc. to perform the services. Rubino Engineering, Inc. shall take reasonable measures and precautions to minimize damage to the site and any improvements located thereon as the result of its services or the use of its equipment; however, Rubino Engineering, Inc. has not included in its fee the cost of restoration of damage which may occur. If Client desires or requires Rubino Engineering, Inc. to restore the site to its former condition, upon written request Rubino Engineering, Inc. will perform such additional services as is necessary to do so and Client agrees to pay Rubino Engineering, Inc. for the cost. 5. CLIENT’S DUTY TO NOTIFY ENGINEER: Client represents and warrants that it has advised Rubino Engineering, Inc. of any known or suspected hazardous materials, utility lines and pollutants at any site at which Rubino Engineering, Inc. is to perform services hereunder, and unless Rubino Engineering, Inc. has assumed in writing the responsibility of locating subsurface objects, structures, lines or conduits. Rubino Engineering, Inc. may use such information in performing its services and is entitled to rely upon the accuracy and completeness thereof. Client agrees to defend, indemnify and save Rubino Engineering, Inc. harmless from all claims, suits, loses costs and expenses, including reasonable attorney’s fees as a result of personal injury, death or property damage occurring with respect to Rubino Engineering, Inc.’s performance of its work and resulting to or caused by contact with subsurface of latent objects, structures, lines or conduits where the actual or potential presence and location thereof were not revealed to Rubino Engineering, Inc. by Client and/or by any of Client’s subcontractors or sub consultants 6. RESPONSIBILITY: Rubino Engineering, Inc.’s services shall not include determining, supervising or implementing the means, methods, techniques, sequences or procedures of construction. Rubino Engineering, Inc. shall not be responsible for evaluating, reporting or affecting job conditions concerning health, safety or welfare. Rubino Engineering, Inc.’s services or failure to perform same shall not in any way excuse any contractor, subcontractor or supplier from performance of its work in accordance with the contract documents. Rubino Engineering, Inc. has no right or duty to stop the contractor’s work. 7. SAMPLE DISPOSAL: Unless otherwise agreed in writing, test specimens or samples will be disposed immediately upon completion of the test. All drilling samples or specimens will be disposed sixty (60) days after submission of Rubino Engineering, Inc.’s report. 8. PAYMENT: Client shall be invoiced once each month for services performed during the preceding period. Client agrees to pay each invoi ce within thirty (30) days of its receipt. Client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause in writing with said thirty (30) day period at the rate of eighteen (18) percent per annum (or the maximum interest rate permitted under applicable law), until paid. Client agrees to pay Rubino Engineering, Inc.’s cost of collection of all amounts due and unpaid after sixty (60) days, including court costs and reasonable attorney’s fees. Rubino Engineering, Inc. shall not be bound by any provision or agreement requiring or providing for arbitration or disputes or controversies arising out of this agreement, any provision wherein Rubino Engineering, Inc. waives any rights to a mechanics’ lien, or any provision conditioning Rubino Engineering, Inc.’s right to receive payment for its services upon payment to Client by any third party. These General Conditions are notice, where required, that Rubino Engineering, Inc. shall file a lien whenever necessary to collect past due amounts. Release of such lien shall be given only when payment in full has been received for services duly rendered. Failure to make payment within thirty (30) days of invoice shall constitute a release of Rubino Engineering, Inc. from any and all claims which Client may have, whether in tort, contract or otherwise and whether known or unknown at the time. 9. STANDARD OF CARE: RUBINO ENGINEERING, INC.’S SERVICES WILL BE PERFORMED, ITS FINDINGS OBTAINED AND ITS REPORTS PREPARED IN ACCORDANCE WITH ITS PROPOSAL, CLIENT’S ACCEPTANCE THEREOF, THESE GENERAL CONDITIONS AND WITH GENERALLY ACCEPTED PRINCIPLES AND PRACTICES. IN PERFORMING ITS PROFESSIONAL SERVICES, RUBINO ENGINEERING, INC. WILL USE THAT DEGREE OF CARE AND SKILL ORDINARILY EXERCISED UNDER SIMILAR CIRCUMSTANCES BY MEMBERS OF ITS PROFESSION. RUBINO ENGINEERING, INC. MAKES NO WARRANTIES, EITHER EXPRESS OR IMPLIED, IN CONNECTION WITH ITS SERVICES PROVIDED AS SET FORTH IN ITS PROPOSAL, CLIENT’S ACCEPTANCE THEREOF, AND THESE GENERAL CONDITIONS. STATEMENTS MADE IN RUBINO ENGINEERING, INC. REPORTS ARE OPINIONS BASED UPON ENGINEERING JUDGMENT AND ARE NOT TO BE CONSTRUED AS REPRESENTATIONS OF FACT. SHOULD RUBINO ENGINEERING, INC. OR ANY OF ITS PROFESSIONAL EMPLOYEES BE FOUND TO HAVE BEEN NEGLIGENT IN THE PERFORMANCE OF ITS WORK, OR TO HAVE MADE AND BREACHED ANY EXPRESSED OR IMPLIED WARRANTY, REPRESENTATION OR CONTRACT, CLIENT, ALL PARTIES CLAIMING THROUGH CLIENT AND ALL PARTIES CLAIMING TO HAVE IN ANY WAY RELIED UPON RUBINO ENGINEERING, INC.’S WORK, AGREE THAT THE MAXIMUM AGGREGATE AMOUNT OF THE LIABILITY OF RUBINO ENGINEERING, INC., ITS OFFICERS, EMPLOYEES AND AGENTS SHALL BE LIMITED TO $10,000.00 OR THE TOTAL AMOUNT OF THE FEE PAID TO RUBINO ENGINEERING, INC. FOR ITS WORK PERFORMED WITH RESPECT TO THE PROJECT, WHICHEVER AMOUNT IS GREATER. NO ACTION OR CLAIM, WHETHER IN TORT, CONTRACT OR OTHERWISE, MAY BE BROUGHT AGAINST RUBINO ENGINEERING, INC., ARISING FROM OR RELATED TO RUBINO ENGINEERING, INC.’S WORK, MORE THAN TWO (2) YEARS AFTER THE CESSATION OF RUBINO ENGINEERING, INC.’S WORK HEREUNDER. 10. INDEMNITY: To the fullest extent permitted by law, Client and Rubino Engineering, Inc. each agree to indemnify the other party and the o ther party’s officers, directors, partners, employees, and representatives, from and against losses, damages, and judgments arising from claims by third parties, including reasonable attorneys’ fees and expenses recoverable under applicable law, but only to the extent they are found to be caused by a negligent act, error, or omission of the indemnifying party or any of the indemnifying party’s officers, directors, members, partners, agents, employees, subcontractors, or subconsultants in the performance of services under this Agreement. If claims, losses, damages, and judgments are found to be caused by the joint or concurrent negligence of Client and Rubino Engineering, Inc., they shall be borne by each party in proportion to its negligence. 11. TERMINATION: This Agreement may be terminated by either party upon seven (7) days’ prior written notice. In the event of termination, Rubino Engineering, Inc. shall be compensated by Client for all services performed up to and including the termination date, including reimbursable expenses and for the completion of such services and records as are necessary to place Rubino Engineering, Inc.’s files in order and/or protect its professional reputation. Failure of Client to make payments when due shall be cause for suspension of services or, ultimately, termination, unless and until Rubino Engineering Inc. has been paid in full all amounts due for services, expenses and other related changes. 12. DISPUTE RESOLUTION: In the event of a dispute arising out of or relating to this Agreement or the services to be rendered hereunder, the Client and Rubino Engineering, Inc. agree to attempt to resolve such disputes in the following manner: 1) The parties agree to attempt to resolve any and all unsettled claims, counterclaims, disputes and other matters in question through direct negotiations between the appropriate representatives of each party; 2) If such negotiations are not fully successful, the parties agree to submit any and all remaining unsettled claims, counterclaims, disputes and other matters in question to mediation in accordance with the Construction Industry Mediation Rules of the American Arbitration Association, effective as of the date of this Agreement. 13. WITNESS FEES: Rubino Engineering, Inc.’s employees shall not be retained as expert witnesses except by separate written agreement. Client agrees to pay Rubino Engineering, Inc.’s legal expenses, administrative costs and fees pursuant to Rubino Engineering, Inc.’s then current fee schedule for Rubino Engineering, Inc. to respond to any subpoena. 14. NO HIRE: Client agrees not to hire Rubino Engineering, Inc.’s employees except through Rubino Engineering, Inc. In the event Client hires a Rubino Engineering, Inc. employee, Client shall pay Rubino Engineering, Inc. an amount equal to one-half of the employee’s annualized salary, with Rubino Engineering, Inc. waiving other remedies it may have. 15. HAZARDOUS MATERIALS: Nothing contained within this agreement shall be construed or interpreted as requiring Rubino Engineering, Inc. to assume the status of an owner, operator, generator, storer, transporter, treater or disposal facility as those terms appear within RCRA, CERCLA, or within any Federal or State statute or regulation governing the generation, transportation, treatment, storage and disposal of pollutants. Client assumes full responsibility for compliance with the provisions of RCRA, CERCLA, and any other Federal or State statute or regulation governing the handling, treatment, storage and disposal of pollutants. 16. PROVISIONS SEVERABLE: The parties have entered into this agreement in good faith and it is the specific intent of the parties that the terms of the General Conditions be enforced as written. In the event any of the provisions of these General Conditions should be found to be unenforceable, it shall be stricken and the remaining provisions shall be enforceable. 17. ENTIRE AGREEMENT: This agreement constitutes the entire understanding of the parties, and there are no representations, warranties or undertaki ngs made other than as set forth herein. This agreement may be amended, modified or terminated only in writing, signed by each of the parties hereto. PRELIMINARY COST ESTIMATE JOB NO: DESIGNED: DATE: PROJECT TITLE: ITEM UNIT NO.UNIT QUANTITY PRICE AMOUNT 1 CU YD 1,500 45.00$ 67,500.00$ 2 FOOT 1,830 4.00$ 7,320.00$ 3 EACH 18 200.00$ 3,600.00$ 4 SQ YD 3,040 25.00$ 76,000.00$ 5 SQ YD 1,170 15.00$ 17,550.00$ 6 SQ YD 290 20.00$ 5,800.00$ 7 POUND 5,940 0.25$ 1,485.00$ 8 POUND 600 0.10$ 60.00$ 9 TON 610 95.00$ 57,950.00$ 10 TON 310 110.00$ 34,100.00$ 11 SQ YD 190 125.00$ 23,750.00$ 12 SQ FT 9,550 10.00$ 95,500.00$ 13 SQ FT 200 40.00$ 8,000.00$ 14 SQ YD 3,900 12.00$ 46,800.00$ 15 FOOT 657 6.00$ 3,942.00$ 16 SQ FT 6,450 2.00$ 12,900.00$ 17 L SUM 1 50,000.00$ 50,000.00$ 18 EACH 9 1,500.00$ 13,500.00$ 19 EACH 9 1,000.00$ 9,000.00$ 20 EACH 2 2,500.00$ 5,000.00$ 21 EACH 1 500.00$ 500.00$ 22 FOOT 1,367 40.00$ 54,680.00$ 23 FOOT 720 35.00$ 25,200.00$ 24 CU YD 750 100.00$ 75,000.00$ 25 EACH 1 3,000.00$ 3,000.00$ 26 EACH 2 1,500.00$ 3,000.00$ 27 CAL DAY 20 1,000.00$ 20,000.00$ 28 EACH 1 2,000.00$ 2,000.00$ 29 L SUM 1 100,000.00$ 100,000.00$ 30 L SUM 1 50,000.00$ 50,000.00$ 31 CAL DAY 120 75.00$ 9,000.00$ 32 L SUM 1 7,500.00$ 7,500.00$ 33 L SUM 1 7,500.00$ 7,500.00$ 34 EACH 10 21,000.00$ 210,000.00$ 35 EACH 1 25,000.00$ 25,000.00$ 36 TON 50 200.00$ 10,000.00$ 37 SQ YD 210 40.00$ 8,400.00$ 38 L SUM 1 5,000.00$ 5,000.00$ 39 CAL DAY 25 1,500.00$ 37,500.00$ 40 EACH 3 300,000.00$ 900,000.00$ 41 SQ YD 1,920 15.00$ 28,800.00$ 42 L SUM 1 50,000.00$ 50,000.00$ 43 L SUM 1 25,000.00$ 25,000.00$ 44 L SUM 1 80,000.00$ 80,000.00$ 45 L SUM 1 7,500.00$ 7,500.00$ 46 FOOT 695 100.00$ 69,500.00$ SUBTOTAL 2,353,837.00$ CONTINGENCY (25%)589,000.00$ PRELIMINARY TOTAL W/ CONTINGENCY 2,942,837.00$ PRELIMINARY TOTAL W/ CONTINGENCY & INFLATION (4%) (2028)3,310,300.00$ PHASE I ENGINEERING 270,000.00$ PHASE II ENGINEERING 330,000.00$ PHASE III ENGINEERING 400,000.00$ 4,310,300.00$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com ART INSTALLATION CONCRETE INSERTS REMOVABLE BOLLARS RAILROAD PROTECTIVE LIABILITY INSURANCE RAILROAD FLAGGERS RESTORATION LANDSCAPE IMPROVEMENTS TRAFFIC CONTROL AND PROTECTION, (SPECIAL) CHANGEABLE MESSAGE SIGN ROADWAY SIGNAGE HOT-MIX ASPHALT SHARED USE PATH HOT-MIX ASPHALT DRIVEWAY, 3" YO2447-C CJO September 4, 2024 Hydraulic Avenue Improvements - ITEP Application AGGREGATE BASE COURSE, TYPE B, 8" PERIMETER EROSION BARRIER INLET FILTERS ITEM EARTH EXCAVATION AGGREGATE BASE COURSE, TYPE B, 4" AGGREGATE SUBGRADE IMPROVEMENT 12" TOTAL PRELIMINARY COST ESTIMATE REGULATED SUBSTANCE FINAL CONSTRUCTION REPORT DECORATIVE FENCE INSTALLATION INLETS TO BE ADJUSTED WITH NEW FRAME AND GRATE COMBINATION CURB AND GUTTER REMOVAL PAVEMENT STRIPING SIDEWALK REMOVAL DECORATIVE STREET LIGHTS (INCLUDES FOUNDATION, CONDUIT AND WIRE) LIGHTING CONTROLLER, COMPLETE RAILROAD CROSSING IMPROVEMENTS (INCLUDES GATES AND PCC CROSSING) COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.12 CONCRETE RIBBON CURB NON-SPECIAL WASTE DISPOSAL REGULATED SUBSTANCE PRE-CONSTRUCTION PLAN SOIL DISPOSAL ANALYSIS MOBILIZATION REGULATED SUBSTANCES MONITORING MANHOLES TO BE ADJUSTED WITH NEW FRAME AND LID DRAINAGE IMPROVEMENTS PAVEMENT REMOVAL VALVE BOXES TO BE ADJUSTED BITUMINOUS MATERIALS (PRIME COAT) BITUMINOUS MATERIALS (TACK COAT) HOT-MIX ASPHALT SURFACE COURSE, MIX "D", IL-9.5, N50 PORTLAND CEMENT CONCRETE PAVEMENT, 8" SANITARY MANHOLES TO BE ADJUSTED WITH NEW FRAME AND LID PORTLAND CEMENT CONCRETE SIDEWALK, 6" DETECTABLE WARNINGS HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50 G:\Public\Yorkville\2024\YO2447-C ITEP Application\ITEP Application - Preliminary Cost Estimate Ordinance No. 2025-____ Page 1 Ordinance No. 2025-____ AN ORDINANCE AUTHORIZING THE FOURTH AMENDMENT TO THE ANNUAL BUDGET OF THE UNITED CITY OF YORKVILLE, FOR THE FISCAL YEAR COMMENCING ON MAY 1, 2025 AND ENDING ON APRIL 30, 2026 WHEREAS, the United City of Yorkville (the “City”) is a duly organized and validly existing non-home rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and, WHEREAS, pursuant to 65 ILCS 5/8-2-9.4, the City adopted Ordinance No. 2025-28 on April 8, 2025 adopting an annual budget for the fiscal year commencing on May 1, 2025 and ending on April 30, 2026; and, WHEREAS, pursuant to 65 ILCS 5/8-2-9.6, by a vote of two-thirds of the members of the corporate authorities then holding office, the annual budget of the United City of Yorkville may be revised by deleting, adding to, changing or creating sub-classes within object classes and object classes themselves. No revision of the budget shall be made increasing the budget in the event funds are not available to effectuate the purpose of the revision; and, WHEREAS, funds are available to effectuate the purpose of this revision. NOW THEREFORE, BE IT ORDAINED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. That the amounts shown in Schedule A, attached hereto and made a part hereof by reference, increasing and/or decreasing certain object classes and decreasing certain fund balances in the Downtown TIF fund with respect to the United City of Yorkville’s 2025- 2026 Budget are hereby approved. Section 2. This ordinance shall be in full force and effect from and after its passage and approval according to law. Ordinance No. 2025-____ Page 2 Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ 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 Unaudited FY 2026 FY 2026 FY 2023 FY 2024 FY 2025 Adopted Amended Actual Actual Budget Budget Budget Revenue Taxes 100,932$ 121,458$ 224,315$ 396,672$ 396,672$ Miscellaneous - - 175,604 - - Total Revenue 100,932$ 121,458$ 399,919$ 396,672$ 396,672$ Expenditures Contractual Services 72,810$ 77,041$ 109,957$ 83,822$ 83,822$ Capital Outlay 3,120 - 34,856 5,000 270,000 Total Expenditures 75,930$ 77,041$ 144,813$ 88,822$ 353,822$ Surplus (Deficit)25,002$ 44,417$ 255,106$ 307,850$ 42,850$ Ending Fund Balance (1,614,928)$ (1,570,512)$ (1,315,406)$ (1,008,841)$ (1,272,556)$ DOWNTOWN TIF FUND (88) ($2,000) ($1,500) ($1,000) ($500) $0 Thousands1 88 Unaudited FY 2026 FY 2026 FY 2023 FY 2024 FY 2025 Adopted Amended Account Actual Actual Budget Budget Budget 88-000-40-00-4000 PROPERTY TAXES 100,932$ 121,458$ 224,315$ 396,672$ 396,672$ 88-000-49-00-4910 SALE OF CAPITAL ASSETS -$ -$ 175,604$ -$ -$ Total: DOWNTOWN TIF REVENUE 100,932$ 121,458$ 224,315$ 396,672$ 121,458$ 399,919$ 396,672$ 396,672$ 175,604$ -$ -$ Other Financing Sources Total:Other Financing Sources -$ -$ United City of Yorkville Downtown TIF Fund 100,932$ Total:Taxes DOWNTOWN TIF FUND REVENUE Taxes 396,672$ 2 880 Unaudited FY 2026 FY 2026 FY 2023 FY 2024 FY 2025 Adopted Amended Account Actual Actual Budget Budget Budget 88-880-54-00-5401 ADMINISTRATIVE CHARGEBACK 31,102$ 32,129$ 32,046$ 12,258$ 12,258$ 88-880-54-00-5425 TIF INCENTIVE PAYOUT 37,835 41,812 66,772 69,064 69,064 88-880-54-00-5462 PROFESSIONAL SERVICES 3,873 3,100 11,139 2,500 2,500 88-880-60-00-6000 PROJECT COSTS -$ -$ 34,856$ 5,000$ 270,000$ 88-880-60-00-6079 ROUTE 47 EXPANSION 3,120 - - - - United City of Yorkville Downtown TIF Fund DOWNTOWN TIF FUND EXPENDITURES Total:Contractual Services Contractual Services 72,810$ 83,822$ Total: DOWNTOWN TIF EXPENDITURES 75,930$ Capital Outlay Total:Capital Outlay 3,120$ 353,822$ 83,822$ 270,000$ 77,041$ 109,957$ 88,822$ -$ 34,856$ 77,041$ 144,813$ 5,000$ 3 Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #5 Tracking Number PW 2025-85 Cannonball Trail Shared Use Path – Feasibility Study Presentation Public Works Committee – September 16, 2025 None Informational A presentation will take place. Brad Sanderson Engineering Name Department CANNONBALL TRAIL SHARED USE PATH – FEASIBILITY STUDYUnited City of Yorkville 1. Review of Project Scope2. Review of Options• Option 1• Option 2• Option 3/3A• Option 43. Cost Summary4. QuestionsAgenda REVIEW OF PROJECT SCOPE PROJECT SCOPE• Provide Connection from Blackberry Shore Lane to IL Route 47• 10’ Wide Shared Use Path• 8” Aggregate Base• 3” Hot-Mix Asphalt• Tree Removal • Earth Excavation• Drainage Improvements• Striping and Signage• Restoration REVIEW OF PROJECT OPTIONS OPTION 1 OPTION 1•Total Estimated Cost = $795,000•Pros• Provides Direct Connection to US Route 34 and IL Route 47• Limited Utility Conflicts• Only Requires 5 Parcels of ROW•Cons• Culvert Crossing Near Blackberry Shore Lane• Disturbs Existing Landscaping at 3193 Cannonball Trail• No Direct Connection to Amanda and Patricia Lane OPTION 2 OPTION 2• Total Estimated Cost = $1,025,000• Pros• Provides Direct Connection to US Route 34 and IL Route 47• Provides Connection to Amanda and Patricia Lane•Cons• Most Expensive Option• Utility Conflicts• Affects 15 Parcels for ROW• Culvert Crossing Near Blackberry Shore Lane OPTION 3 OPTION 3•Total Estimated Cost = $766,000•Pros• Cheapest Cannonball Trail Option• Avoids Landscaping at 3193 Cannonball Trail• Provides Connection to Amanda and Patricia Lane•Cons• 2 Unsignalized Crossings of Cannonball Trail• Utility Conflicts Near Amanda Lane• Culvert Crossing Near Blackberry Shore Lane OPTION 3A•Total Estimated Cost = $798,000•Pros• Only Has One Unsignalized Crossing of Cannonball Trail Instead of 2•Cons• Additional Cost versus Option 3• Doesn’t Connect to Existing Path On Cannonball Trail Near IL Route 47 OPTION 4 OPTION 4• Total Estimated Cost = $669,000• Pros• Cheapest Option• Only Requires ROW from 4 Parcels• No Utility Conflicts Anticipated•Cons• Not a Direct Route from IL Route 47 to US Route 34• Does Not Provide Connection to Amanda and Patricia Lane• Provides for a Bike Lane vs. Bike Path COST SUMMARY COST SUMMARY•OPTION 1• Total Cost = $795,000• Land Acquisition = $70,000•OPTION 2• Total Cost = $1,025,000• Land Acquisition = $241,000• OPTION 3/3A• Total Cost = $766,000/$798,000• Land Acquisition = $70,000• • OPTION 4• Total Cost = $669,000• Land Acquisition = $59,000 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 #6 Tracking Number PW 2025-86 KKCOM Call for Projects – Application Public Works Committee – September 16, 2025 Majority Consideration of Approval Application Consideration Brad Sanderson Engineering Name Department Background: The Kane-Kendall Council of Mayors (KKCOM) will be announcing a call for projects in early October. Generally, KKCOM funds three types of projects, Reconstruction, Minor Rehabilitation and Preservation (Resurfacing). In recent times, the City has taken advantage of the program and has received funding for Bristol Ridge Road (Resurfacing), E Van Emmon Street (Resurfacing), Kennedy Road (Reconstruction). Question Presented: Should the City submit an application for the 2025 Call for Projects? Discussion: In order to be eligible for federal funding, a roadway must have a FAU Route designation. An exhibit indicating the FAU routes in the City is attached. Staff has reviewed the City’s eligible roadways and are recommending the following: Cannonball Trail – US Route 34 to IL Route 47 Game Farm Road/Somonauk Road – US Route 34 to IL Route 47 Kennedy Road – IL Route 47 to Bristol Ridge Road Action Required: Consideration of authorization to submit application for 2025 Call for Projects. 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 22, 2025 Subject: KKCOM – Call for Projects ()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()- ()-()-()-()-()-()- ( )-()-()-(()-()-()-()-()- ()-()-()-()-()-( ) - ( ) -()-()- ()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-( )-()-()-()-( )- ()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-() -()-()-()-()-()-()-()-()-()-()-()-()-()-( ) -()-()-()-()-()-()-()-()-()-()-()-()-()-()-()- ()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()- ()- ()- ()- ()-()-()-()- ( )-()-()-()- ()-()-()-()-()-( ) -()-()-()-()-()-()-()-()-()-( )-()-()-()-()-()- ()-()-()-()-()-()-()-()-()- ()-()-()-Beecher RdMcHugh RdCorneils Rd E Spring St Ridge St FairfaxWayJohn StRi ve r Rd Prairie Cr o ssing D rBertram Dr Brist ol R id g e R d Galen a R d Green Bri ar RdDiehlFarm RdHighRidge LnUS Hig h way 34 McLellanBlvdSch oolh ouse RdMill StE Van Emmon St W F ox St Co u n t r y Hill s DrRosenwinkelSt Gr a n d e T r l Game Farm RdW River St Bristol Bay Dr Hunt St Rain t reeRd SunsetA veCent er PkwyE Countryside Pkwy Mill Rd Van Emm o n R d Baseline Rd Tuscany TrlC a nnonball T rlAshe RdE Highpoint RdFaxon Rd Alan Dale LnLegion Rd S Bridge StAme r i c anWa y MarketviewDrKe nn e d y Rd Fox R d E V eterans Pk wy Alice Ave N Bridge StW Highpoint RdW ate rpa r k Way W Veterans PkwyEldamain RdSta gec oach T rail Wheeler Rd Illinois Route #47Gates Ln Lisbon RdImmanuel RdAshley RdRe s e r v a t i o n RdE Beecher RdBlock RdW Beecher RdPenman RdAment Rd Walker Rd Stageco ach TrlMinkler RdIllino i s R o u t e #12 6Illinois Route #71US Route 30 Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 www.eeiweb.com DATE: PROJECT NO.: FILE: PATH: BY: YO2300 YO2300 FAU ROUTE MAP YORKVILLE OWNERSHIP.MXD H:/GIS/PUBLIC/YORKVILLE/2023/YO2300 MJT CITY OF YORKVILLE Kendall County, IL FAU ROUTE MAP CITY OF YORKVILLE -LOCATION MAP YORKVILLE'S JURISDICTION SEPTEMBER 2023 3,900 0 3,9001,950 Feet Legend Minor Arterial Major Collector Minor Collector ()-()-Yorkville Corporate Limits Concord Dr.Dickson RdGordon RdLakewood Creek Dr.Bertran RdJerich o R d ()-()-()- ()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()- ()- ()- ()- (()-)D[RQ5G &HQWH U 3NZ \$ODQ 'D OH /Q&DQQRQEDOO7UO:&RXQWU\VLG H  3 N Z \ :9HWHUD Q V  3 N Z \1%ULGJH6W$OLFH$YH Engineering Enterprises, Inc. :KHHOHU5RDG 6XJDU*URYH,OOLQRLV   ZZZHHLZHEFRP DATE: PROJECT NO.: FILE: PATH: BY: YO2500 YO2500_ROADWORK LOCATION MAPS H:/GIS/PUBLIC/YORKVILLE/2025/YO2500 MJT LOCATION MAP AUGUST 2025 /HJHQG 3URMHFW/LPLWV  )HHW CANNONBALL TRL United City of Yorkville 3UDLULH3RLQWH'ULYH <RUNYLOOH,/ ( )- ( ()-()-()-()-(-()(()-()-()-()-()-()-()-()-()-(()-()-()-()-()- ()- ()- ()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()- ()-()-:6RPRQDXN6W 5LYHU5G 6%ULGJH6W-RKQ6W *DPH)DUP5G:5LY H U  6 W (6SULQJ6W&HQWHU3NZ\1%ULGJH6W:9HWH U D Q V  3 N Z \ Engineering Enterprises, Inc. :KHHOHU5RDG 6XJDU*URYH,OOLQRLV   ZZZHHLZHEFRP DATE: PROJECT NO.: FILE: PATH: BY: YO2500 YO2500_ROADWORK LOCATION MAPS H:/GIS/PUBLIC/YORKVILLE/2025/YO2500 MJT LOCATION MAP AUGUST 2025 /HJHQG 3URMHFW/LPLWV  )HHW GAME FARM RD & W SOMONAUK ST United City of Yorkville 3UDLULH3RLQWH'ULYH <RUNYLOOH,/ ()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-)()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()- ()- ()- ()-()-()- ()- ()-()- ()-()-()- ()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()-()- ()- ()-()-()-()-()-()-()-()-()-()-()-()-6XQVHW$YH0F+XJK5G&RUQHLOV5G 5LGJH6W .HQQH G\ 5 G +XQW6W 0HQDUG 'U :HVW6W(&RXQWU\VLGH3NZ\ % U L V W R O  5 L G J H  5 G 0DUNHWYLHZ'U(9HWHUD QV 3N Z\1%ULGJH6W&DQQRQEDOO7UOEngineering Enterprises, Inc. :KHHOHU5RDG 6XJDU*URYH,OOLQRLV   ZZZHHLZHEFRP DATE: PROJECT NO.: FILE: PATH: BY: YO2500 YO2500_ROADWORK LOCATION MAPS H:/GIS/PUBLIC/YORKVILLE/2025/YO2500 MJT LOCATION MAP AUGUST 2025 /HJHQG 3URMHFW/LPLWV  )HHW KENNEDY RD United City of Yorkville 3UDLULH3RLQWH'ULYH <RUNYLOOH,/ 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 2025-87 2026 Road to Better Roads MFT Project Design Engineering Services Proposal Public Works Committee – September 16, 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 #8 Tracking Number PW 2025-88 2026 RTBR Supplemental Paving Project Design Engineering Services Proposal Public Works Committee – September 16, 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 #9 Tracking Number PW 2025-89 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 – September 16, 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 Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION APPROVING A CHANGE ORDER TO A CONTRACT TO CONSTRUCT A 1,500,000 GALLON STANDPIPE AND WATER MAIN WHEREAS, the United City of Yorkville (the “City”) is a duly organized and validly existing non home-rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and WHEREAS, the City has approved a contract in the amount of $6,578,339.60 with CB&I Storage Tank Solutions LLC of Plainfield, Illinois (“CB&I”), to construct a 1,500,000 gallon standpipe and 330 feet of water main in connection with the City’s procurement of a new source water supply form the DuPage Water Commission (the “Contract”); and WHEREAS, the City had previously approved a Change Order reducing the value of this Project by $384,400.00, to $6,193,939.60; and WHEREAS, the price of the Project has since decreased in the amount of $158,202.90 (the “Change Order”) as the City Engineer has eliminated some of the planned work under the Contract; and WHEREAS, all change orders increasing or decreasing the cost of a public contract by at least $25,000 must meet the required findings that circumstances necessitating the change were not reasonably foreseeable at the time the contract was signed; or the change is germane to the original contract as signed; or the Change Order is in the best interest of the City as required by Section 33E-9 of the Illinois Criminal Code (720 ILCS 5/33E-9); and WHEREAS, it has been recommended to the Mayor and City Council (the “Corporate Authorities”) that a Change Order decreasing the total contract price to the amount of $6,035,736.70 was not reasonably foreseeable at the time the contract was signed, as set forth in the proposal from CB&I. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Resolution No. 2025-____ Page 2 Section 2. The Corporate Authorities hereby find and declare that Change Order No. 2 to the Contract with CB&I, which results in a total decrease of $158,202.90, is hereby approved, and the City Administrator is authorized to execute the Change Order as hereinabove identified. Section 3. That this resolution shall be in full force and effect from and after its passage and approval according to law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ 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 (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 ,7(012 ,7(0 81,7 727$/ 48$17,7<  75((5(029$/ 7281,76',$0(7(5 81,7   75((5(029$/ 29(581,76',$0(7(5 81,7   7(0325$5<)(1&()227   3(5,0(7(5(526,21%$55,(5 )227   $**5(*$7(',7&+&+(&.6 7216   67$%,/,=('&216758&7,21(175$1&( 64<'   (526,21&21752/%/$1.(7 64<'   7(0325$5<6((',1*$&5(   72362,/(;&$9$7,21 &8<'   ($57+(;&$9$7,21 6,7(:25.21/< &8<'   5(029$/$1'',6326$/2)8168,7$%/(0$7(5,$/6 &8<'   $**5(*$7(68%*5$'(,03529(0(17 &8<'   12163(&,$/121+$=$5'28662,/:$67(',6326$/7<3( 7216   12163(&,$/121+$=$5'28662,/:$67(',6326$/7<3( 7216   *(27(;7,/()$%5,&64<'   $**5(*$7(68%*5$'(,03529(0(17,1&+ 64<'   )281'$7,210$7(5,$/&8<'   :$7(50$,1',3&/$66:,7+32/<(7+</(1(:5$3,1&+)227   :$7(50$,1',3&/$66:,7+32/<(7+</(1(:5$3,1&+)227   '8&7,/(,521),77,1*6 3281'   ),(/'/2.*$6.(7($&+   %877(5)/<9$/9($1'9$/9(9$8/79$/9(,19$8/7 ($&+   ),5(+<'5$17$66(0%/<:,7+$8;,/,$5<9$/9(,1&+0- ($&+   :$7(50$,17(67,1*35(6685($1'',6,1)(&7,21 /680   63/$6+3$'($&+   6721(5,35$3&/$66$64<'   3257/$1'&(0(17&21&5(7(6,'(:$/.,1&+ 64)7   48$=,7(+$1'+2/(($&+   5,*,'&21'8,7',$*$/9$1,=(' )227   +,*+63(('6&$'$$17(11$,167$//$7,21&203/(7( ($&+   &&79&20081,&$7,216$17(11$,167$//$7,21&203/(7( ($&+  67$1'3,3(:$7(56725$*(7$1.*$//21&</,1'5,&$/:,7+ $5&+,7(&785$/3,/$67(56$1'522),1&/8',1*'(6,*1$1'&216758&7,21 /680   7(67,1*$1'',6,1)(&7,21)25),1$/&203/(7,21 /680   (;7(5,253$,17,1*&203/(7( /680   ,17(5,253$,17,1*&203/(7( :(7$5($ /680   ,17(5,253$,17,1*&203/(7( '5<$5($ /680   /(77(5,1*$1'/2*2 /680   $//2:$1&(,7(0625'(5('%<7+((1*,1((5 81,7  Yorkville Standpipe Updated SOQ per Change Order #2 • •••Engineering Enterprises, Inc.11SITE PLANSOUTH RECEIVINGSTATION STANDPIPEUNITED CITY OF YORKVILLEILLINOIS ROUTE 126WATER MAIN STRUCTURESLEGEND 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 2025-90 Nexamp – Plat of Dedication and Grant of Easements Public Works Committee – September 16, 2025 Majority Consideration of Approval Plat of Dedication and Grant of Easements for Development Brad Sanderson Engineering Name Department Nexamp is proceeding with the development of both the Corneils Solar and Yorkville Solar projects within the City. As part of the developments, there is right-of-way to be dedicated along Corniels Road as well as easements to be granted to the City. Please refer to the attached documents. We have reviewed the documents for compliance with City requirements and are recommending approval and execution. 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: September 2, 2025 Subject: Nexamp – Plat of Dedication and Grant of Easements Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #11 Tracking Number PW 2025-91 Faxon Road and Beecher Road Reconstruction – Rejection of Bids Public Works Committee – September 16, 2025 Majority Consideration of Bid Rejection Please see the attached memo. Brad Sanderson Engineering Name Department Bids were received, opened, and tabulated for work to be done on the above-referenced project at 10:00 a.m., May 9, 2025. Representatives from the contractors bidding the project and our firm were in attendance. Since the bids were opened the City has been working to obtain the required right-of-way along Faxon and Beecher Roads but has not been successful. Due to not obtaining the right-of-way and the remaining time left in this construction season, we recommend rejecting the bids and bidding this project out again after the right-of-way has been secured. 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: September 16, 2025 Subject: Faxon Road and Beecher Road Reconstruction September 16, 2025 Contractors Re: Faxon Road and Beecher Road Reconstruction United City of Yorkville Kendall County, IL Contractors: Bids were received, opened, and tabulated for work to be done on the above-referenced project at 10:00 a.m., May 9, 2025. Representatives from the contractors bidding the project and our firm were in attendance. Since the bids were opened the City has been working to obtain the required right-of-way from adjacent property owners but has not been successful. Due to not obtaining the right-of-way and the remaining time left in this construction season, the bids are hereby rejected. The City plans to re-bid this project after the right-of-way has been secured. If you have any questions or need additional information, please call. Respectfully submitted, ENGINEERING ENTERPRISES, INC. Bradley P. Sanderson, P.E. Chief Operating Officer/President Enclosures pc: Mr. Bart Olson, City Administrator (via email) Ms. Erin Willrett, Assistant City Administrator (via email) Mr. Eric Dhuse, Director of Public Works (via email) Ms. Jori Behland, City Clerk (via email) TAW, CJO, JHS - EEI (via email) Page 1 of 1 BID TABULATION ENGINEER'S ESTIMATE ABBEY CONSTRUCTION COMPANY ALLIANCE CONTRACTORS, INC.BUILDERS PAVING, LLC BIDS RECEIVED 10:00 A.M. 05/09/25 52 Wheeler Road 1949 County Line Road 1166 Lake Avenue 4401 Roosevelt Road Sugar Grove, IL 60554 Aurora, IL 60502 Woodstock, IL 60098 Hillside, IL 60162 TOTAL BID $2,100,000.00 No Bid No Bid $1,678,088.00 BID BOND N/A X SIGNED BID N/A X CURRAN CONTRACTING COMPANY D. CONSTRUCTION, INC. GENEVA CONSTRUCTION COMPANY MARTAM CONSTRUCTION, INC. 286 Memorial Court 1488 S Broadway PO Box 998 1200 Gasket Drive Crystal Lake, IL 60014 Coal City, IL 60416 Aurora, IL 60507 Elgin, IL 60120 TOTAL BID $1,731,938.75 $1,383,588.94 No Bid $2,099,948.89 BID BOND X X X SIGNED BID X X X MURPHY CONSTRUCTION, LLC WINNINGER EXCAVATING, INC. 16W273 83rd St 8845 Schoger Dr. Burr Ridge, IL 60527 Naperville, IL 60564 TOTAL BID No Bid $2,151,925.00 BID BOND X SIGNED BID X BID SUMMARY FAXON ROAD AND BEECHER ROAD RECONSTRUCTION UNITED CITY OF YORKVILLE ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS BID TABULATION BID TABULATION ENGINEER'S ESTIMATE BIDS RECD 5/9/2025 52 Wheeler Road Sugar Grove, IL 60554 ITEM NO. DESCRIPTION 1 TREE REMOVAL (6 TO 15 UNITS DIAMETER) UNIT 102.0 26.40$ 2,692.80$ 18.50$ 1,887.00$ 22.00$ 2,244.00$ 35.00$ 3,570.00$ 40.00$ 4,080.00$ 32.00$ 3,264.00$ 2 TREE REMOVAL (OVER 15 UNITS DIAMETER) UNIT 62.0 31.90$ 1,977.80$ 20.50$ 1,271.00$ 40.00$ 2,480.00$ 44.00$ 2,728.00$ 45.00$ 2,790.00$ 45.00$ 2,790.00$ 3 EARTH EXCAVATION (SPECIAL) CU YD 6020.0 15.00$ 90,300.00$ 35.00$ 210,700.00$ 27.50$ 165,550.00$ 51.00$ 307,020.00$ 45.00$ 270,900.00$ 30.00$ 180,600.00$ 4 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIALS CU YD 4580.0 25.00$ 114,500.00$ 35.00$ 160,300.00$ 37.50$ 171,750.00$ 51.00$ 233,580.00$ 30.00$ 137,400.00$ 50.00$ 229,000.00$ 5 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 13325.0 3.00$ 39,975.00$ 1.70$ 22,652.50$ 1.50$ 19,987.50$ 2.50$ 33,312.50$ 2.00$ 26,650.00$ 1.50$ 19,987.50$ 6 TOPSOIL EXCAVATION AND PLACEMENT CU YD 2008.0 18.00$ 36,144.00$ 55.00$ 110,440.00$ 12.50$ 25,100.00$ 30.00$ 60,240.00$ 35.00$ 70,280.00$ 30.00$ 60,240.00$ 7 TEMPORARY DITCH CHECKS FOOT 555.0 11.00$ 6,105.00$ 8.00$ 4,440.00$ 13.00$ 7,215.00$ 15.00$ 8,325.00$ 15.00$ 8,325.00$ 20.00$ 11,100.00$ 8 PERIMETER EROSION BARRIER FOOT 7705.0 2.75$ 21,188.75$ 2.00$ 15,410.00$ 3.40$ 26,197.00$ 3.50$ 26,967.50$ 4.00$ 30,820.00$ 4.00$ 30,820.00$ 9 INLET AND PIPE PROTECTION EACH 13.0 200.00$ 2,600.00$ 200.00$ 2,600.00$ 250.00$ 3,250.00$ 310.00$ 4,030.00$ 200.00$ 2,600.00$ 250.00$ 3,250.00$ 10 RESTORATION, TYPE 1 SQ YD 18000.0 1.65$ 29,700.00$ 2.50$ 45,000.00$ 3.70$ 66,600.00$ 3.60$ 64,800.00$ 6.00$ 108,000.00$ 10.00$ 180,000.00$ 11 RESTORATION, TYPE 2 SQ YD 900.0 2.20$ 1,980.00$ 3.00$ 2,700.00$ 4.85$ 4,365.00$ 5.00$ 4,500.00$ 10.00$ 9,000.00$ 15.00$ 13,500.00$ 12 AGGREGATE SUBGRADE IMPROVEMENT CU YD 1350.0 44.00$ 59,400.00$ 52.00$ 70,200.00$ 45.00$ 60,750.00$ 116.00$ 156,600.00$ 65.00$ 87,750.00$ 45.00$ 60,750.00$ 13 AGGREGATE SUBGRADE IMPROVEMENT, 12" SQ YD 13450.0 14.70$ 197,715.00$ 17.00$ 228,650.00$ 15.00$ 201,750.00$ 14.00$ 188,300.00$ 24.00$ 322,800.00$ 25.00$ 336,250.00$ 14 HOT-MIX ASPHALT BASE COURSE, 5" SQ YD 10600.0 18.60$ 197,160.00$ 22.50$ 238,500.00$ 20.50$ 217,300.00$ 25.00$ 265,000.00$ 25.00$ 265,000.00$ 25.00$ 265,000.00$ 15 AGGREGATE SURFACE COURSE, TYPE B TON 73.0 30.00$ 2,190.00$ 70.00$ 5,110.00$ 50.00$ 3,650.00$ 58.00$ 4,234.00$ 100.00$ 7,300.00$ 35.00$ 2,555.00$ 16 BITUMINOUS MATERIALS (TACK COAT) POUND 6770.0 0.01$ 67.70$ 0.01$ 67.70$ 0.01$ 67.70$ 0.01$ 67.70$ 0.01$ 67.70$ 0.10$ 677.00$ 17 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50 TON 1540.0 67.00$ 103,180.00$ 86.00$ 132,440.00$ 70.00$ 107,800.00$ 81.00$ 124,740.00$ 92.00$ 141,680.00$ 89.00$ 137,060.00$ 18 HOT-MIX ASPHALT SURFACE COURSE, IL9.5, MIX "D", N50 TON 930.0 73.00$ 67,890.00$ 88.00$ 81,840.00$ 80.00$ 74,400.00$ 90.00$ 83,700.00$ 101.00$ 93,930.00$ 95.00$ 88,350.00$ 19 DRIVEWAY PAVEMENT REMOVAL SQ YD 300.0 14.00$ 4,200.00$ 12.50$ 3,750.00$ 8.25$ 2,475.00$ 18.00$ 5,400.00$ 5.00$ 1,500.00$ 12.00$ 3,600.00$ 20 HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3" SQ YD 300.0 30.00$ 9,000.00$ 42.50$ 12,750.00$ 30.00$ 9,000.00$ 51.00$ 15,300.00$ 38.00$ 11,400.00$ 50.00$ 15,000.00$ 21 AGGREGATE SHOULDERS, TYPE B, 9" SQ YD 1570.0 18.40$ 28,888.00$ 15.00$ 23,550.00$ 15.50$ 24,335.00$ 24.00$ 37,680.00$ 25.00$ 39,250.00$ 20.00$ 31,400.00$ 22 HOT-MIX ASPHALT SHOULDERS, 9" SQ YD 1570.0 43.00$ 67,510.00$ 50.00$ 78,500.00$ 50.00$ 78,500.00$ 55.00$ 86,350.00$ 60.00$ 94,200.00$ 45.00$ 70,650.00$ 23 PIPE CULVERT REMOVAL FOOT 163.0 20.00$ 3,260.00$ 15.00$ 2,445.00$ 20.00$ 3,260.00$ 11.00$ 1,793.00$ 31.00$ 5,053.00$ 15.00$ 2,445.00$ 24 PIPE CULVERT, RCP, TYPE 1, 12" FOOT 64.0 83.00$ 5,312.00$ 68.60$ 4,390.40$ 70.00$ 4,480.00$ 166.00$ 10,624.00$ 80.00$ 5,120.00$ 90.00$ 5,760.00$ 25 PIPE CULVERT, RCP, TYPE 1, 21" FOOT 21.0 100.00$ 2,100.00$ 85.75$ 1,800.75$ 95.00$ 1,995.00$ 233.00$ 4,893.00$ 110.00$ 2,310.00$ 150.00$ 3,150.00$ 26 PIPE CULVERT, D.I.P., TYPE 1, 12" FOOT 174.0 160.00$ 27,840.00$ 123.30$ 21,454.20$ 140.00$ 24,360.00$ 196.00$ 34,104.00$ 200.00$ 34,800.00$ 125.00$ 21,750.00$ 27 PIPE CULVERT, D.I.P., TYPE 1, 15" FOOT 58.0 192.00$ 11,136.00$ 161.75$ 9,381.50$ 185.00$ 10,730.00$ 341.00$ 19,778.00$ 220.00$ 12,760.00$ 170.00$ 9,860.00$ 28 METAL FLARED END SECTIONS 12" EACH 8.0 400.00$ 3,200.00$ 186.00$ 1,488.00$ 1,300.00$ 10,400.00$ 480.00$ 3,840.00$ 1,000.00$ 8,000.00$ 800.00$ 6,400.00$ 29 METAL FLARED END SECTIONS 15" EACH 4.0 500.00$ 2,000.00$ 217.00$ 868.00$ 1,400.00$ 5,600.00$ 580.00$ 2,320.00$ 1,100.00$ 4,400.00$ 1,000.00$ 4,000.00$ 30 PRECAST REINFORCED CONCRETE FLARED END SECTIONS 12" EACH 2.0 1,000.00$ 2,000.00$ 905.00$ 1,810.00$ 2,000.00$ 4,000.00$ 1,260.00$ 2,520.00$ 1,600.00$ 3,200.00$ 2,000.00$ 4,000.00$ 31 PRECAST REINFORCED CONCRETE FLARED END SECTIONS 21" EACH 1.0 1,500.00$ 1,500.00$ 1,475.00$ 1,475.00$ 2,100.00$ 2,100.00$ 2,480.00$ 2,480.00$ 1,800.00$ 1,800.00$ 3,000.00$ 3,000.00$ 32 STORM SEWERS, RUBBER GASKET, CLASS A, TYPE 2 15" FOOT 102.0 90.00$ 9,180.00$ 83.30$ 8,496.60$ 80.00$ 8,160.00$ 241.00$ 24,582.00$ 130.00$ 13,260.00$ 150.00$ 15,300.00$ 33 CATCH BASINS, TYPE A, 4' DIAMETER, TYPE 8 GRATE EACH 2.0 4,250.00$ 8,500.00$ 2,725.00$ 5,450.00$ 3,000.00$ 6,000.00$ 4,460.00$ 8,920.00$ 2,800.00$ 5,600.00$ 4,200.00$ 8,400.00$ 34 INLETS, TYPE B, TYPE 8 GRATE EACH 2.0 2,600.00$ 5,200.00$ 2,100.00$ 4,200.00$ 2,700.00$ 5,400.00$ 3,120.00$ 6,240.00$ 2,400.00$ 4,800.00$ 3,500.00$ 7,000.00$ 35 MANHOLES TO BE RECONSTRUCTED WITH NEW TYPE 8 GRATE EACH 1.0 1,600.00$ 1,600.00$ 1,475.00$ 1,475.00$ 5,800.00$ 5,800.00$ 1,960.00$ 1,960.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 36 INFILTRATION TRENCH FOOT 570.0 110.50$ 62,985.00$ 100.00$ 57,000.00$ 185.00$ 105,450.00$ 119.00$ 67,830.00$ 150.00$ 85,500.00$ 140.00$ 79,800.00$ 37 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 108.0 6.33$ 683.64$ 6.00$ 648.00$ 6.00$ 648.00$ 4.88$ 527.04$ 5.00$ 540.00$ 6.00$ 648.00$ 38 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 10947.0 0.97$ 10,618.59$ 0.95$ 10,399.65$ 0.95$ 10,399.65$ 1.25$ 13,683.75$ 1.50$ 16,420.50$ 1.00$ 10,947.00$ 39 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 233.0 1.65$ 384.45$ 1.25$ 291.25$ 1.25$ 291.25$ 2.00$ 466.00$ 2.00$ 466.00$ 2.00$ 466.00$ Elgin, IL 60120 UNIT PRICE AMOUNT WINNINGER EXCAVATING, INC. 8845 Schoger Dr. Naperville, IL 60564 UNIT PRICE AMOUNT FAXON ROAD AND BEECHER ROAD RECONSTRUCTION Hillside, IL 60162 Crystal Lake, IL 60014 BUILDERS PAVING, LLC CURRAN CONTRACTING CO. 4401 Roosevelt Road 286 Memorial Court D CONSTRUCTION, INC. 1488 S. Broadway Coal City, IL 60416 UNITED CITY OF YORKVILLE MARTAM CONSTRUCTION, INC. 1200 Gasket Drive UNIT PRICEUNIT QUANTITY AMOUNT UNIT PRICE AMOUNT AMOUNT AMOUNTUNIT PRICE UNIT PRICE ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS BID TABULATION BID TABULATION ENGINEER'S ESTIMATE BIDS RECD 5/9/2025 52 Wheeler Road Sugar Grove, IL 60554 ITEM NO. DESCRIPTION Elgin, IL 60120 UNIT PRICE AMOUNT WINNINGER EXCAVATING, INC. 8845 Schoger Dr. Naperville, IL 60564 UNIT PRICE AMOUNT FAXON ROAD AND BEECHER ROAD RECONSTRUCTION Hillside, IL 60162 Crystal Lake, IL 60014 BUILDERS PAVING, LLC CURRAN CONTRACTING CO. 4401 Roosevelt Road 286 Memorial Court D CONSTRUCTION, INC. 1488 S. Broadway Coal City, IL 60416 UNITED CITY OF YORKVILLE MARTAM CONSTRUCTION, INC. 1200 Gasket Drive UNIT PRICEUNIT QUANTITY AMOUNT UNIT PRICE AMOUNT AMOUNT AMOUNTUNIT PRICE UNIT PRICE 40 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 54.0 6.33$ 341.82$ 6.00$ 324.00$ 6.00$ 324.00$ 8.00$ 432.00$ 9.00$ 486.00$ 5.00$ 270.00$ 41 MODIFIED URETHANE PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 47.0 22.00$ 1,034.00$ 10.00$ 470.00$ 10.00$ 470.00$ 25.00$ 1,175.00$ 25.00$ 1,175.00$ 6.00$ 282.00$ 42 MODIFIED URETHANE PAVEMENT MARKING - LINE 4" FOOT 1350.0 2.92$ 3,942.00$ 4.00$ 5,400.00$ 4.00$ 5,400.00$ 4.00$ 5,400.00$ 4.50$ 6,075.00$ 1.00$ 1,350.00$ 43 MODIFIED URETHANE PAVEMENT MARKING - LINE 6' FOOT 243.0 5.50$ 1,336.50$ 5.00$ 1,215.00$ 5.00$ 1,215.00$ 6.40$ 1,555.20$ 7.00$ 1,701.00$ 2.00$ 486.00$ 44 MODIFIED URETHANE PAVEMENT MARKING - LINE 24" FOOT 50.0 11.00$ 550.00$ 10.00$ 500.00$ 9.00$ 450.00$ 13.00$ 650.00$ 14.00$ 700.00$ 5.00$ 250.00$ 45 GROOVING FOR RECESSED PAVEMENT MARKING, LETTERS AND SYMBOLS SQ FT 192.0 9.35$ 1,795.20$ 14.05$ 2,697.60$ 14.05$ 2,697.60$ 5.00$ 960.00$ 5.00$ 960.00$ 5.00$ 960.00$ 46 GROOVING FOR RECESSED PAVEMENT MARKING 5" FOOT 1350.0 1.87$ 2,524.50$ 0.70$ 945.00$ 0.70$ 945.00$ 1.25$ 1,687.50$ 2.00$ 2,700.00$ 1.25$ 1,687.50$ 47 GROOVING FOR RECESSED PAVEMENT MARKING 7" FOOT 243.0 2.33$ 566.19$ 1.84$ 447.12$ 1.85$ 449.55$ 1.90$ 461.70$ 2.50$ 607.50$ 1.50$ 364.50$ 48 GROOVING FOR RECESSED PAVEMENT MARKING 13" FOOT 50.0 4.68$ 234.00$ 9.00$ 450.00$ 9.00$ 450.00$ 3.80$ 190.00$ 4.00$ 200.00$ 2.00$ 100.00$ 49 PAVEMENT MARKING REMOVAL - WATER BLASTING SQ FT 425.0 7.42$ 3,153.50$ 5.00$ 2,125.00$ 5.00$ 2,125.00$ 13.00$ 5,525.00$ 15.00$ 6,375.00$ 12.00$ 5,100.00$ 50 RELOCATE EXISTING MAILBOX EACH 2.0 500.00$ 1,000.00$ 500.00$ 1,000.00$ 575.00$ 1,150.00$ 300.00$ 600.00$ 350.00$ 700.00$ 400.00$ 800.00$ 51 RELOCATE EXISTING MAILBOX (SPECIAL) EACH 1.0 2,000.00$ 2,000.00$ 1,500.00$ 1,500.00$ 8,500.00$ 8,500.00$ 1,250.00$ 1,250.00$ 5,500.00$ 5,500.00$ 2,000.00$ 2,000.00$ 52 SIGN PANEL - TYPE 1 SQ FT 44.0 33.00$ 1,452.00$ 26.00$ 1,144.00$ 30.00$ 1,320.00$ 38.00$ 1,672.00$ 38.00$ 1,672.00$ 40.00$ 1,760.00$ 53 REMOVE SIGN PANEL ASSEMBLY - TYPE A EACH 4.0 99.00$ 396.00$ 25.00$ 100.00$ 90.00$ 360.00$ 180.00$ 720.00$ 115.00$ 460.00$ 150.00$ 600.00$ 54 RELOCATE SIGN PANEL ASSEMBLY - TYPE A EACH 4.0 330.00$ 1,320.00$ 211.00$ 844.00$ 300.00$ 1,200.00$ 300.00$ 1,200.00$ 400.00$ 1,600.00$ 400.00$ 1,600.00$ 55 TELESCOPING STEEL SIGN SUPPORT FOOT 165.0 16.50$ 2,722.50$ 14.00$ 2,310.00$ 15.00$ 2,475.00$ 23.00$ 3,795.00$ 20.00$ 3,300.00$ 20.00$ 3,300.00$ 56 TRAFFIC CONTROL AND PROTECTION (SPECIAL) L SUM 1.0 63,540.00$ 63,540.00$ 24,664.73$ 24,664.73$ 163,500.00$ 163,500.00$ 100,000.00$ 100,000.00$ 122,000.00$ 122,000.00$ 102,170.50$ 102,170.50$ 57 WOOD FENCE TO BE REMOVED AND RE-ERECTED FOOT 410.0 33.70$ 13,817.00$ 32.00$ 13,120.00$ 36.75$ 15,067.50$ 37.00$ 15,170.00$ 38.93$ 15,961.30$ 15.00$ 6,150.00$ 58 RAILROAD PROTECTIVE LIABILITY INSURANCE L SUM 1.0 10,000.00$ 10,000.00$ 3,000.00$ 3,000.00$ 10,000.00$ 10,000.00$ 4,500.00$ 4,500.00$ 8,000.00$ 8,000.00$ 10,000.00$ 10,000.00$ 59 ITEMS ORDERED BY THE ENGINEER UNIT 30000.0 1.00$ 30,000.00$ 1.00$ 30,000.00$ 1.00$ 30,000.00$ 1.00$ 30,000.00$ 1.00$ 30,000.00$ 1.00$ 30,000.00$ TOTAL (Items 1 - 59) 1,383,588.94$ 1,678,088.00$ 1,731,938.75$ 2,099,948.89$ 2,151,925.00$ 2,100,000.00$ % BELOW/ABOVE ENGINEER'S ESTIMATE -34.1% -20.1% -17.5% 0.0% 2.5% The highlighted cell contained an error that has been changed to the correct value. ENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #12 Tracking Number PW 2025-92 2025 Safe Routes to School Resolution of Funding and Support Public Works Committee – September 16, 2025 Majority Approval Please see the attached memo. Erin Willrett Administration Name Department Overview The Illinois Safe Routes to School Program (SRTS) is a competitive grant program. IDOT’s next SRTS application period began on August 1, 2025 and ends on October 15, 2025. The announcement of selected projects should occur in Spring 2026. The Resolution of Financial Commitment and Support is attached. Also attached is a detailed drawing of the project and an itemized cost estimate for your review. This grant would fund $250,000 of the construction costs of the project. The City is responsible for funding the remainder of the costs above that amount. For the below project, the additional amount the City would be funding is $128,000. Funding Applicants may apply for up to $250,000 maximum per project in Federal SRTS funds. Federal funds will provide reimbursement up to that amount for infrastructure and non-infrastructure projects. The remainder is the responsibility of the applicant. The below project is estimated to be $481,000, as you can see in the included detailed budget. The City would be investing approximately $128,000 in funds, if the grant was awarded. Per the Finance Director, the General Fund currently has enough in reserve to provide the match. If the grant is awarded, staff would recommend a budget amendment, at time of implementation. Prairie Meadows Sidewalk Gap Project The City of Yorkville proposes a targeted infrastructure improvement project to address critical sidewalk gaps that hinder pedestrian mobility, safety, and accessibility. This initiative will construct approximately 3,500 linear feet of new sidewalk to connect existing segments within the Prairie Meadows Subdivision, a high-traffic area near Autumn Creek Elementary School. These sidewalks would be installed by a builder, whenever a permit is pulled for new housing stars on the empty lots. However, only 7 permits have been issued in the past 5 years. Currently, there is no bonds or security in place for sidewalk construction in this subdivision. Because of the slow pace of permits in this subdivision and the proximity of the school, staff feels this is the ideal project for this grant application. Project Perimeters (Logical Termini): Prairie Meadows Subdivision Sidewalk Gaps impacting the subdivision surrounding Autumn Creek Elementary School. The construction of pedestrian sidewalk improvements that includes 3,500 linear feet of new sidewalk to connect existing segments within the subdivision. Memorandum To: Public Works Committee From: Erin Willrett, Assistant City Administrator CC: Bart Olson, City Administrator Date: September 16, 2025 Subject: 2025 Safe Routes to School Resolution of Funding and Support Brief Description: The City of Yorkville proposes a targeted infrastructure improvement project to address critical sidewalk gaps that hinder pedestrian mobility, safety, and accessibility. This initiative will construct approximately 3,500 linear feet of new sidewalk to connect existing segments within the Prairie Meadows Subdivision, a high-traffic area near Autumn Creek Elementary School. Staff is currently procuring letters of support of this project from the school district, education foundation and parent/teacher organizations. The City is also working with the school district on obtaining survey results regarding walking and biking to school within the district. Timeline: The resolution, survey results and letters of support will be necessary to include in the application documents that are due on October 15, 2025. Recommendation Staff would like to request City Council approval on the Resolution of Financial Commitment and Support for the Yorkville Prairie Meadows Sidewalk Gap Project. Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, ILLINOIS PLEDGING FINANCIAL COMMITMENT AND SUPPORT OF AN ILLINOIS DEPARTMENT OF TRANSPORTATION’S SAFE ROUTES TO SCHOOL (SRTS) GRANT APPLICATION FOR YORKVILLE PRAIRIE MEADOWS SIDEWALK GAP PROJECT WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City"), is a duly organized unit of government of the State of Illinois within the meaning of Article VII, Section 10 of the 1970 Illinois Constitution; and WHEREAS, the desires to participate in the construction of pedestrian sidewalk improvements including construction of 3,500 linear feet of new sidewalk to connect existing segments within the Prairie Meadows Subdivision and Autumn Creek Elementary School; and WHEREAS, the Illinois Department of Transportation (IDOT) is accepting applications for their Safe Routes to School Program, as part of the Grant Application to IDOT it is necessary to provide pledging financial commitment and support for projects increasing the accessibility to schools; and WHEREAS, this grant would fund $250,000 of the construction costs for the addition of sidewalks connecting from Prairie Meadows Subdivision and Autumn Creek Elementary School; and WHEREAS, the ability to provide safe and accessible sidewalks to school for students in the neighborhoods, this would also help to encourage route usage for the community to walk as a healthy opportunity NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The recitals set forth above are incorporated into this Resolution as if fully restated herein. Section 2. The City does hereby commit to paying up to the remainder $128,000 of the project to complete the design, construction, and construction engineering, and all eligible costs associated with the Project. Resolution No. 2025-____ Page 2 Section 3. That this Resolution shall be in full force and effect from and after its passage and approval as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 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 1 Uniform Grant Application State Agency Completed Section 1. Type of Submission Pre-application Application Changed / Corrected Application 2. Type of Application New Continuation (i.e. multiple year grant) Revision (modification to initial application) 3. Date / Time Received by State Completed by State Agency upon Receipt of Application 4. Name of the Awarding State Agency Transportation 5. Catalog of State Financial Assistance (CSFA) Number 494-00-1002 6. CSFA Title Safe Routes to School (SRTS) Catalog of Federal Domestic Assistance (CFDA) Not applicable (No federal funding) 7. CFDA Number 8. CFDA Title 9. CFDA Number 10. CFDA Title Funding Opportunity Information 11. Funding Opportunity Number 494-00-1002 12. Funding Opportunity Title Safe Routes to School Program Competition Identification Not Applicable 13. Competition Identification Number 14. Competition Identification Title 2 Applicant Completed Section Applicant Information 15. Legal Name United City of Yorkville 16. Common Name (DBA) City of Yorkville 17. Employer / Taxpayer Identification Number (EIN, TIN) 36-6006-169 18. Organizational DUNS number and/or UEI Number (SAM.GOV) 112382973 19. GATA ID Assigned through the Grantee Portal 20. SAM Cage Code 7VUG5 21. Business Address Street address: 651 Prairie Pointe Drive City: Yorkville State: IL County: Kendall Zip + 4: 60560 + 1133 Applicant’s Organizational Unit 22. Department Name Administration 23. Division Name Applicant’s Name and Contact Information for Person to be Contacted for Program Matters involving this Application 24. First Name Erin 25. Last Name Willrett 26. Suffix 27. Title Assistant City Administrator 28. Organizational Affiliation 29. Telephone Number 630-553-4350 30. Fax Number 630-553-7575 31. Email address Ewillrett@gmail.com Applicant’s Name and Contact Information for Person to be Contacted for Business/Administrative Office Matters involving this Application 32. First Name Bart 33. Last Name Olson 34. Suffix 35. Title City Administrator 36. Organizational Affiliation 37. Telephone Number 630-553-4350 38. Fax Number 630-553-7575 3 Applicant Completed Section 39. Email address bolson@yorkville.il.us Areas Affected 40. Areas Affected by the Project (cities, counties, state-wide) Add Attachments (e.g., maps) City of Yorkville 41. Legislative and Congressional Districts of Applicant US Congressional District #14, Illinois Senate District #25, Illinois Representative District #50 42. Legislative and Congressional Districts of Program / Project US Congressional District #14, Illinois Senate District #25, Illinois Representative District #50 Applicant’s Project 43. Description Title of Applicant’s Project Yorkville Prairie Meadows Sidewalk Project 44. Proposed Project Term Start Date: Spring 2026 End Date: Fall 2026 45. Estimated Funding (include all that apply) Amount Requested from the State: 250,000 Applicant Contribution (e.g., in kind, matching): 231,000 Local Contribution: Other Source of Contribution: Program Income: Total Amount 481,000 Applicant Certification: By signing this application, I certify (1) to the statements contained in the list of certifications* and (2) that the statements herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances* and agree to comply with any resulting terms if I accept an award. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil or administrative penalties. (U.S. Code, Title 18, Section 1001) (*) The list of certification and assurances, or an internet site where you may obtain this list is contained in the Notice of Funding Opportunity. If a NOFO was not required for the award, the state agency will specify required assurances and certifications as an addendum to the application. I agree Authorized Representative 46. First Name John 47. Last Name Purcell 48. Suffix 49. Title Mayor 50. Telephone Number 630-553-4350 51. Fax Number 630-553-7575 52. Email Address jpurcell@yorkville.il.us 53. Signature of Authorized Representative 4 Applicant Completed Section 54. Date Signed Project Route Section County For a total distance of Shoulders $19,800.00 $35,125.00 $540.00 $540.00 $540.00 $14,050.00 $6,000.00 $4,500.00 $21,200.00 $156,015.00 $35,000.00 $5,850.00 $2,687.50 $800.00 $780.00 $3,000.00 $7,500.00 $7,000.00 $15,000.00 $9,000.00 $4,500.00 $349,427.50 $378,000.00 $35,000.00 $30,000.00 $38,000.00 $481,000.00 Made by , Checked by Regional Engineer PHASE III ENGINEERING: PHASE II ENGINEERING: PRELIMINARY TOTAL W/ INFLATION (4%) (CONSTRUCTION YEAR 2027): PRELIMINARY CONSTRUCTION SUBTOTAL: PHASE I ENGINEERING Estimate of Cost Quantity Unit Price Code Number Unit of Measure 11 12 SQYD POUND POUND Location of Improvement: Safe Routes to School Kendall Net improvement of Type Width Thickness CJO $45.00 Maximum Grade % 13 14 17 6 7 8 9 10 440CUYDEARTH EXCAVATION Average Haul 1 2 3 4 5 MOBILIZATION EACH TON SQFT SQFT SQFT SQFT SQYD ACRE POUND TOPSOIL FURNISH AND PLACE, 6" NITROGEN FERTILIZER NUTRIENT 20 21 TRAFFIC CONTROL AND PROTECTION COMB. CONC. C&G R & R 7025 135 135 135 7025 1.5 30 530 17335 3500 130 PHOSPHORUS FERTILIZER NUTRIENT POTASSIUM FERTILIZER NUTRIENT EROSION CONTROL BLANKET SEEDING, CLASS 2A INLET FILTERS Item SIDEWALK REMOVAL CLASS D PATCHES, TYPE I, 2 INCH MANHOLES TO BE ADJUSTED SANITARY MANHOLES TO BE ADJUSTED AGGREGATE BASE COURSE, TYPE B PCC SIDEWALK, 5" PCC SIDEWALK, 6" DETECTABLE WARNINGS SQYD LSUM LSUM FOOT EACH 18 19 EACH 15 16 CLASS D PATCHES, TYPE II, 2 INCH DOM. WATER SERV. BOXES TO BE ADJUSTED SQYD EACH 20 20 $39.00 $150.00 Date Date 8/26/2025 TOTAL PRELIMINARY COST ESTIMATE: $150.00 $40.00 United City of Yorkville - Safe Routes to School 20 10 5 $15,000.00 $9,000.00 $45.00 $9.00 1075 $10.00 $45.00 Examined Total Cost $2.50 $40.00 $750.00 $1,400.00 100 1 1 $5.00 $4.00 $4.00 $4.00 $2.00 $4,000.00 Printed 8/26/2025 BDE 213 (Rev. 04/01/10) Pr a i r i e Cl o v e r D rMcH u g h RdCrimson LnP r a i r i eMe a d ow s D r B luest e m Dr Hayden Dr C h r i s t y L n Cone fl o w e r C t Autumn Creek Blvd OliveLn MidightP lTitusDrK e nn e d y R d S w it c h g r a s s L n Pr a i rie R o se L n WildIndigoLnPraire G r a s s LnEngineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 2025 SAFE ROUTES TO SCHOOL SIDEWALK PLAN www.eeiweb.com DATE DATE: PROJECT NO.: FILE: PATH: BY: AUGUST 2025 YO2500 YO2500_2025 SAFE ROUTES TO SCHOOL PLAN H:\GIS\PUBLIC\YORKVILLE\2025\ MJT NO.REVISIONS United City of Yorkville 651 Prairie Pointe Drive Yorkville, IL 60560 630-553-4350www.yorkville.il.us 600 0300 Feet ¯ Sidewalk Legend Existing Proposed PRAIRIE MEADOWS LOCATION MAP Autumn Creek Elementary School Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #13 Tracking Number PW 2025-93 Moda Homes – Call of Performance Bonds Public Works Committee – September 16, 2025 Majority Approval Please see the attached memo. Krysti J. Barksdale-Noble, AICP Community Development Name Department Summary Staff is seeking authorization from the City Council to call performance guarantee bonds held by the City for the completion of certain public improvements within Units 10, 12 and 13 of the Bristol Bay subdivision. The City currently has the following three (3) bonds: United States Fire Insurance Company Bond No. 6213020364 (Unit 10) in the amount of $486,992.50; United States Fire Insurance Company Bond No. 6213020373 (Unit 12) in the amount of $217,452.00; and United States Fire Insurance Company Bond No. 6213017205 in the amount of $1,053,328.16, collectively totaling $1,757,772.66. The City has previously approved partial bond reductions within these units of the Bristol Bay subdivision reducing the original bond totals from approximately $5.5 million to its current collective total value. However, no infrastructure has been accepted by the City. Background As the committee may recall, the developer for Bristol Bay Unis 10, 12 and 13, is Troy Mertz of Moda Homes. In 2019, Moda Homes took over ownership from national home builder, Pulte Homes, to complete the approved master planned residential subdivision consisting of townhomes, condominiums (multi-family), and single-family dwelling units. While construction began in 2022 within each of these units, multiple homesites remain unfinished/undeveloped and public infrastructure remains incomplete. The United City of Yorkville, through its City Attorney and consulting engineer (Engineering Enterprises, Inc. – EEI), has issued multiple notices to Moda Homes regarding the completion of required public infrastructure improvements which is secured by a subdivision bond to ensure timely and proper completion of improvements. Despite repeated requests for updates and completion schedules, the developer has not responded to EEI or the City. The lack of response constitutes noncompliance with the Unified Development Ordinance (UDO) and places each subdivision in default, thereby triggering the City’s right to call the bonds. Subdivision Status Below is a summary of each unit’s status within the subdivision which correlates to the attached packet materials: Bristol Bay Unit 10 •Bond: Subdivision Bond No. 6213020364 Memorandum To: Public Works Committee From: Krysti J. Barksdale-Noble, Director of Community Development CC: Bart Olson, City Administrator Brad Sanderson, EEI Date: September 11, 2025 Subject: Bristol Bay – Units 10, 12 and 13 Call of Performance Bonds • Obligations: Completion of all public infrastructure improvements required by the approved plans. • Deadline: On July 21, 2025, EEI requested a status report and updated completion schedule by July 30, 2025. • Formal Notice: On August 22, 2025, the City Attorney provided notice to developer that failure to comply with EEI’s request for a status report may result in a call of the subdivision bond. • Status: No response received from developer as of September 11, 2025. Bristol Bay Unit 12 • Bond: Subdivision Bond No. 6213020373 • Obligations: Completion of all public infrastructure improvements required by the approved plans. • Deadline: On July 21, 2025, EEI requested a status report and updated completion schedule by July 30, 2025. • Formal Notice: On August 22, 2025, the City Attorney provided notice to developer that failure to comply with EEI’s request for a status report may result in a call of the subdivision bond. • Status: No response received from developer as of September 11, 2025. Bristol Bay Unit 13 • Bond: Subdivision Bond No. 6213017205 • Obligations: Completion of all public infrastructure improvements identified in EEI’s punch list. • Deadline: On July 10, 2025, EEI issued a punch list letter requiring a completion schedule by August 1, 2025. • Formal Notice: On August 22, 2025, the City Attorney provided notice to developer that failure to comply with EEI’s request for a status report may result in a call of the subdivision bond. • Status: No response received from developer as of September 11, 2025. Staff Recommendation The City has determined that the public improvements or other improvements covered by the bonds have not been or are not likely to be completed by the developer, Moda Homes. Therefore, it is the recommendation of staff and the City Attorney to call the subdivision bonds and initiate completion of the outstanding infrastructure. Should the City Council authorize Staff to call the bonds, a notification letter to the respective surety companies will be drafted and sent via certified mail immediately. Attachments 1. Bristol Bay Unit 10 Packet 2. Bristol Bay Unit 12 Packet 3. Bristol Bay Unit 13 Packet 2441 Warrenville Road, Suite 310, Lisle, IL 60532 Phone 630.682.0085  Fax 630.682.0788  www.ottosenlaw.com via USPS First Class Mail and Email August 22, 2025 Mr. Troy Mertz President, Moda Homes 1834 Walden Square, Unit 300 Schaumburg, IL 60173 Re: Bristol Bay Unit 10 Public Infrastructure Improvements Dear Mr. Mertz, I serve as City Attorney for the United City of Yorkville. It is my understanding that on Monday, July 21, 2025, the City’s Engineering firm, Engineering Enterprises, Inc. (“EEI”), sent your firm a letter pursuant to Section 10-8-7 of the City’s Unified Development Ordinance (the “UDO”), requesting a status report on the ongoing public improvements at Bristol Bay Unit 10 subdivision, and an updated public improvement completion schedule. EEI requested a response from your firm by July 30, 2025. A copy of EEI’s letter is attached hereto for your reference. As of the date of this letter, neither the City nor EEI have received a response to EEI’s inquiry. Pursuant to the requirements of the City’s UDO, your firm is required to respond in full to EEI’s letter. Public improvements related to subdivision development projects within the City’s boundaries must be completed in a timely manner and must be completed properly and safely. Failure to comply with the UDO and provide the City and EEI with detailed information on your plans to complete the required public improvements at Bristol Bay Unit 10 will result in our determination that you are unable to complete the required public improvements, therefore resulting in an event of default pursuant to the terms of Subdivision Bond No. 6213020364 (the “Bond”). The City would then have the right to call the Bond for the purpose of completing the required public infrastructure improvements at Bristol Bay Unit 10. Please do not hesitate to contact me should you have any questions. Sincerely, Ottosen, DiNolfo, Hasenbalg & Castaldo, Ltd. /s/ Megan A. Lamb______________________ Megan A. Lamb cc: Bart Olson, City Administrator, United City of Yorkville Krysti Barksdale-Noble, Community Development Director, United City of Yorkville Peter Ratos, Building Code Official, United City of Yorkville Brad Sanderson, President, Engineering Enterprises Inc. Emilio Barbieri, Moda Homes encl. Direct 331.212.8709 mlamb@ottosenlaw.com Megan Lamb Attorney 2441 Warrenville Road, Suite 310, Lisle, IL 60532 Phone 630.682.0085  Fax 630.682.0788  www.ottosenlaw.com via USPS First Class Mail and Email August 22, 2025 Mr. Troy Mertz President, Moda Homes 1834 Walden Square, Unit 300 Schaumburg, IL 60173 Re: Bristol Bay Unit 12 Public Infrastructure Improvements Dear Mr. Mertz, I serve as City Attorney for the United City of Yorkville. It is my understanding that on Monday, July 21, 2025, the City’s Engineering firm, Engineering Enterprises, Inc. (“EEI”), sent your firm a letter pursuant to Section 10-8-7 of the City’s Unified Development Ordinance (the “UDO”), requesting a status report on the ongoing public improvements at Bristol Bay Unit 12 subdivision, and an updated public improvement completion schedule. EEI requested a response from your firm by July 30, 2025. A copy of EEI’s letter is attached hereto for your reference. As of the date of this letter, neither the City nor EEI have received a response to EEI’s inquiry. Pursuant to the requirements of the City’s UDO, your firm is required to respond in full to EEI’s letter. Public improvements related to subdivision development projects within the City’s boundaries must be completed in a timely manner and must be completed properly and safely. Failure to comply with the UDO and provide the City and EEI with detailed information on your plans to complete the required public improvements at Bristol Bay Unit 12 will result in our determination that you are unable to complete the required public improvements, therefore resulting in an event of default pursuant to the terms of Subdivision Bond No. 6213020373 (the “Bond”). The City would then have the right to call the Bond for the purpose of completing the required public infrastructure improvements at Bristol Bay Unit 12. Please do not hesitate to contact me should you have any questions. Sincerely, Ottosen, DiNolfo, Hasenbalg & Castaldo, Ltd. /s/ Megan A. Lamb______________________ Megan A. Lamb cc: Bart Olson, City Administrator, United City of Yorkville Krysti Barksdale-Noble, Community Development Director, United City of Yorkville Peter Ratos, Building Code Official, United City of Yorkville Brad Sanderson, President, Engineering Enterprises Inc. Emilio Barbieri, Moda Homes encl. Direct 331.212.8709 mlamb@ottosenlaw.com Megan Lamb Attorney 2441 Warrenville Road, Suite 310, Lisle, IL 60532 Phone 630.682.0085  Fax 630.682.0788  www.ottosenlaw.com via USPS First Class Mail and Email August 22, 2025 Mr. Troy Mertz President, Moda Homes 1834 Walden Square, Unit 300 Schaumburg, IL 60173 Re: Bristol Bay Unit 13 Public Infrastructure Improvements Dear Mr. Mertz, I serve as City Attorney for the United City of Yorkville. It is my understanding that on Thursday, July 10, 2025, the City’s Engineering firm, Engineering Enterprises, Inc. (“EEI”), sent your firm a punch list letter related to the the ongoing public improvements at Bristol Bay Unit 13 subdivision. This letter requested a schedule for the completion of public improvements at Bristol Bay Unit 13 by August 1, 2025. A copy of EEI’s letter is attached hereto for your reference. As of the date of this letter, neither the City nor EEI have received a response to EEI’s inquiry. Pursuant to the requirements of the City’s Unified Development Ordinance (the “UDO”), your firm is required to respond in full to EEI’s letter. Public improvements related to subdivision development projects within the City’s boundaries must be completed in a timely manner and must be completed properly and safely. Failure to comply with the UDO and provide the City and EEI with detailed information on your plans to complete the required public improvements at Bristol Bay Unit 13 will result in our determination that you are unable to complete the required public improvements, therefore resulting in an event of default pursuant to the terms of Subdivision Bond No. 6213017205 (the “Bond”). The City would then have the right to call the Bond for the purpose of completing the required public infrastructure improvements at Bristol Bay Unit 13. Please do not hesitate to contact me should you have any questions. Sincerely, Ottosen, DiNolfo, Hasenbalg & Castaldo, Ltd. /s/ Megan A. Lamb______________________ Megan A. Lamb cc: Bart Olson, City Administrator, United City of Yorkville Krysti Barksdale-Noble, Community Development Director, United City of Yorkville Peter Ratos, Building Code Official, United City of Yorkville Brad Sanderson, President, Engineering Enterprises Inc. Emilio Barbieri, Moda Homes encl. Direct 331.212.8709 mlamb@ottosenlaw.com Megan Lamb Attorney 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 – September 16, 2025 CC – 6/24/25 This agenda item was tabled. 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