Loading...
Public Works Packet 2025 10-21-25 AGENDA PUBLIC WORKS COMMITTEE MEETING Tuesday, October 21, 2025 6:00 p.m. East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL Citizen Comments: Minutes for Correction/Approval: September 16, 2025 New Business: 1. PW 2025-94 Quarterly Bond and Letter of Credit Reduction Summary 2. PW 2025-95 Capital Improvement Projects Update 3. PW 2025-96 Water Reports for January 2025 – September 2025 4. PW 2025-97 BNSF Agreement (Quiet Zone) 5. PW 2025-98 South Receiving Station – Contract Award 6. PW 2025-99 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (South Receiving Station – Construction Engineering) 7. PW 2025-100 Resolution Approving an Agreement By and Between the United City of Yorkville and the State of Illinois Acting By and Through the Department of Transportation (IL Route 47/US Route 30 – Waterpark Way to Jericho Road) 8. PW 2025-101 2025 Water Main Replacement – Change Order No. 2 9. PW 2025-102 Water Meter Replacement – Phase II 10. PW 2025-103 Caledonia Phase 3 – Acceptance 11. PW 2025-104 Grande Reserve – Unit 12 Bond Release 12. PW 2025-105 Grande Reserve – Unit 15 Bond Release 13. PW 2025-106 Grande Reserve – Unit 22 Bond Release 14. PW 2025-107 Grande Reserve – Unit 28 Plat of Easement Grant 15. PW 2025-108 2024 Water Main Replacement – Contracts A and B – WIFIA Change Orders 16. PW 2025-109 Water Audit and Non-Revenue Water Reduction Consultation – Agreement for Professional Services 17. PW 2025-110 Meeting Schedule for 2026 18. PW 2025-111 Windett Ridge Road and Fairfax Way Traffic Control Study United City of Yorkville 651 Prairie Pointe Drive Yorkville, Illinois 60560 Telephone: 630-553-4350 www.yorkville.il.us Public Works Committee Agenda October 21, 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, October 21, 2025 6:00 PM CITY HALL CONFERENCE ROOM --------------------------------------------------------------------------------------------------------------------------------------- CITIZEN COMMENTS: --------------------------------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------------------------- MINUTES FOR CORRECTION/APPROVAL: --------------------------------------------------------------------------------------------------------------------------------------- 1. September 16, 2025 □ Approved __________ □ As presented □ With corrections --------------------------------------------------------------------------------------------------------------------------------------- NEW BUSINESS: --------------------------------------------------------------------------------------------------------------------------------------- 1. PW 2025-94 Quarterly Bond and Letter of Credit Reduction Summary □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 2. PW 2025-95 Capital Improvement Projects Update □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 3. PW 2025-96 Water Reports for January 2025 – September 2025 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 4. PW 2025-97 BNSF Agreement (Quiet Zone) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 5. PW 2025-98 South Receiving Station – Contract Award □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 6. PW 2025-99 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (South Receiving Station – Construction Engineering) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 7. PW 2025-100 Resolution Approving an Agreement By and Between the United City of Yorkville and the State of Illinois Acting By and Through the Department of Transportation (IL Route 47/US Route 30 – Waterpark Way to Jericho Road) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 8. PW 2025-101 2025 Water Main Replacement – Change Order No. 2 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 9. PW 2025-102 Water Meter Replacement – Phase II □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 10. PW 2025-103 Caledonia Phase 3 – Acceptance □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 11. PW 2025-104 Grande Reserve – Unit 12 Bond Release □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 12. PW 2025-105 Grande Reserve – Unit 15 Bond Release □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 13. PW 2025-106 Grande Reserve – Unit 22 Bond Release □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 14. PW 2025-107 Grande Reserve – Unit 28 Plat of Easement Grant □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 15. PW 2025-108 2024 Water Main Replacement – Contracts A and B – WIFIA Change Orders □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 16. PW 2025-109 Water Audit and Non-Revenue Water Reduction Consultation – Agreement for Professional Services □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 17. PW 2025-110 Meeting Schedule for 2026 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 18. PW 2025-111 Windett Ridge Road and Fairfax Way Traffic Control Study □ 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 – September 16, 2025 Public Works Committee – October 21, 2025 Majority Committee Approval Minute Taker Name Department DRAFT Page 1 of 4 UNITED CITY OF YORKVILLE PUBLIC WORKS COMMITTEE Tuesday, September 16, 2025, 6:00pm Yorkville City Hall, East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL IN ATTENDANCE: Committee Members Chairman Craig Soling Alderman Dan Transier Alderman Rusty Corneils Alderman Joe Plocher Other City Officials City Administrator Bart Olson Assistant City Administrator Erin Willrett Engineer Brad Sanderson, EEI Public Works Director Eric Dhuse Assistant Public Works Director John Sleezer Other Guests: Michele Piotrowski, EEI Mr. Chris Ott, EEI The meeting was called to order at 6:00pm by Chairman Craig Soling Citizen Comments: None Previous Meeting Minutes: July 15, 2025 The minutes were approved as presented. New Business: 1. PW 2025-81 Ordinance Amending the Yorkville City Code (Nuisance) Mr. Dhuse said this is an update of the ordinance regarding mowing of properties not being mowed by the owners. It has been reviewed by Attorney Orr. Letters to the violator will be sent over a shorter time period after non-compliance, fee structure will be adjusted and it also indicates who can write tickets. The committee approved the update and it will move forward to the City Council regular agenda. 2. PW 2025-82 Water Audit Update Presentation Mr. Sanderson said the water audit report will be needed annually when Lake Michigan water is connected and he introduced Ms. Piotrowski from EEI who presented this report. She said the report shows the progress on the water audit which is required for connection to Lake Michigan water and what can be done to reach the goal of less than 10% water loss. She said it also shows the amount of water taken from the water source compared to the amount being billed and all else is non-revenue water. She noted that in 2024 there is 14.2% of non-revenue water. When the application for Lake Michigan water was submitted, EEI had to compile a non-revenue water reduction schedule to achieve the 10% or less water loss. The audit form breaks the non-revenue water into 3 categories: unbilled authorized use, apparent losses and real losses. Unbilled includes usage in homes and construction uses. She said staff has been meeting regularly as a water loss team and is trying to convert non- billed to billed revenue and meter items previously not tracked such as flushing hydrants, fire department, etc. Page 2 of 4 Apparent losses are paper or economic losses/billing inconsistencies and meter inaccuracies. For apparent losses, the city will implement effluent meter testing, meter replacement, update or replace billing software and review policies of illegal water use. Ms. Piotrowski stressed the need for very accurate data and customer meter replacement. She said the focus moving forward is better data since water main replacement has not necessarily reduced the water losses. She also suggested a third party to examine billing data. She said the final water audit dates prior to connection are October 1, 2026 to September 30, 2027. She stressed the need for compliance by October 1st so that a full year of data is available. When meter replacement is finished, it will be all “radio- read”, said Mr. Dhuse. He will bring the second half of that project to the next meeting. Real losses are physical, water main breaks, etc. and are the largest component. As a result, water main replacement has been aggressive. The city will implement GIS tracking of water main breaks and annual leak detection. EEI met with IDNR this summer and the basic requirement they look for is to have less than 10% loss. DWC commissioning is slated for spring 2028 and water connection will be summer of 2028. Alderman Transier asked if achieving substantially below the 10% will accelerate the process and what is the repercussion if the rate rises to 10% after connection. There is no particular penalty, however, the rates could be raised or a water loss plan would be required. 3. PW 2025-83 Quiet Zone Update Presentation Mr. Chris Ott of EEI gave a presentation updating the railroad quiet zones proposal. It was noted that since 2005, train horns are required to sound for a specified time at most railroad crossings. The railroad does allow the opportunity to have quiet zones and two separate zones are being suggested. To have a quiet zone, traffic and accidents are considered along with a risk index. Also, certain physical barriers must be put in place including delineators, non-traverseable medians, one-way streets or quad gates. The barriers must prevent cars from swerving into the other lane to circumvent the gates. Each crossing also requires gates, flashing lights and detection system to help activate gates and lights. Any other crossing within a half mile is also included in the quiet zone. A meeting must also be held with the railroad and a notice of intent is required along with a 60-day calming period. He said the railroads in general do not support quiet zones for safety reasons. Mr. Ott said the 2 quiet zones are for the BNSF line and Omnitrax/Downtown. Cannonball Trail (in the county), is scheduled to be a a quiet zone effective in October. Kennedy Rd. has the correct equipment already, but the pedestrian crossing will need to be re-evaluated. Signage will likely be needed there to indicate quiet zone. Delineators for Kennedy Rd. would be needed at a cost of about $20,000 and an engineering agreement is also needed with the railroad, at a cost of over $28,000. Next steps for the BNSF agreement are City Council approval of the BNSF agreement, diagnostic meeting, notice of intent and notice of establishment. The Omnitrax Line/Downtown Quiet Zone includes the forest preserve and several other crossings. Most of the crossings downtown have no lights, gates or detection systems. Each crossing would need these items and would be a cost of $700,000 per crossing. It was noted most of the downtown trains move very slowly. Drainage must be completed in the downtown. Closing some of the crossings is also being researched and traffic counts were done for those crossings. Closures would save money, however, public input is required first. There are federal and railroad funding assistance opportunities. The city did qualify for an 80/20 split for phase 2 and phase 3 construction of an ITEP grant for Hydraulic to be 1-way between Rt. 47 and Mill St. and the city would have to pay 100% of the costs for the first phase. He said the next steps are to investigate interest, a public info meeting, investigate funding/grants and discuss agreements/implementation with the railroad. The project would stretch into 2029 due to the many aspects and requirements. Mr. Ott discussed the costs of doing each crossing at about $700,009 each. There are several crossings in the Downtown quiet zone area. Page 3 of 4 Alderman Transier asked where most of the horn complaints originate. Most are from White Oak, Mill Road and Grande Reserve. The staff recommendation is to move forward with the BNSF agreement at $30,000 and explore the southern crossings to determine if there is funding. The committee agreed with this recommendation and this matter will be brought back in October for further discussion. 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 Ms. Willrett said a $3 million grant had been received for the Hydraulic streetscape project. Phase I engineering is not covered by the grant, however Phases 2 and 3 will be a match. The engineering agreement amount is $263,354 and a budget amendment will be needed. The committee was OK with this. 5. PW 2025-85 Cannonball Trail Shared Use Path – Feasibility Study Presentation Mr. Ott shared the findings of the feasibility study. The scope of the study was construction of a path on Cannonball Trail from Rt. 47 to Rt. 34. There is a partial path from Rt. 34 to Blackberry Shore Lane already. Tree removal, excavation, right-of-way, drainage improvements, striping and restoration would be needed in some areas. Mr. Ott presented 4 options with costs ranging from $669,000 to $1,025,000. Mr. Olson said this is just a cost estimate and is not budgeted. There are potential grants, ITEP being one, but that would not be available until next August. Earliest construction would likely be in 2030. If this project is moved forward, a decision would be needed by September next year in order to apply for grants. Chairman Soling said he would like to have Aldermen Funkhouser and Marek included in future discussions. Alderman Corneils commented the project is a lot of money and only 1 household requested a path. He also suggested looking at grants and seeing how the proposal aligns with the Rt. 47 project. Alderman Transier said there may be more interest when Marker completes their senior community nearby. This will be brought back at the next grant cycle and Aldermen Marek and Funkhouser will be notified. 6. PW 2025-86 Kane-Kendall Council of Mayors (KKCOM) – Call for Projects Mr. Sanderson said the Mayors receive federal funds and distribute them for road projects every 2 years. They are accepting project suggestions for this fall. The only streets eligible are FAU routes. Staff has discussed some possible roads for re-surfacing: Cannonball Trail from 34 to 47, Game Farm Road and sections of Kennedy Road. Roads are scored based on various factors and the suggestions are reviewed by the Mayors. Mr. Sanderson feels these 3 roads will score very well. These projects will not be done until 2029/2030. The committee approved this and it will move forward to the City Council consent agenda. 7. PW 2025-87 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Road to Better Roads Program – Design Engineering) This is the MFT program for designs for next year, said Mr. Dhuse. The contract cost is $89,914 with direct expenses of $6,000 for a total of $95,914. The committee approved and it will move forward to the consent agenda. 8. PW 2025-88 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026 Local Road Program – Design Engineering) This is the larger of the road programs and for roads in subdivisions built in the early 2000's. It includes Raintree, Adrian, Dolph, Fox, Mill and older areas by Circle Center. The engineering fee is $914,732 for design work which is mostly within the budget and reduced work could bring it within the budget. This also moves to the consent agenda with committee approval. Page 4 of 4 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) This pertains to the standpipe on the southern connection point, said Mr. Sanderson. Staff is looking at ways to reduce costs since the bids were substantially higher than anticipated. For value engineering, he is suggesting to remove the underground work from this project and put it into the Rt. 126 water main work which is an underground contract. The reduction will be about $158,000+ with a net savings of at least $90,000. This moves forward to the consent agenda with committee approval. 10. PW 2025-90 Nexamp - Plat of Dedication and Grant of Easements Mr. Sanderson said these 2 Nexamp solar projects are moving forward and the developers have right-of-way to be dedicated along Corneils Road. There are also seeking some easements. They have submitted plats which were reviewed and he recommended the city accept the dedications and grants of easements. The committee approved and it moves forward to the consent agenda. 11. PW 2025-91 Faxon Road and Beecher Road Reconstruction – Rejection of Bids Bids were received in May for reconstruction of these roads, driven by and paid for by the Cyrus 1 project. It was hoped to have this work done by August, however, work has not begun yet since additional right-of way and land acquisition is needed. Mr. Sanderson recommended rejecting the bids since the project is not moving forward yet. He said they will work on getting right of-way in the winter and coordinate with Cyrus 1 on a new schedule. This moves to the consent agenda with committee recommendation. 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 Ms. Willrett said this is a grant program that the city hopes to apply for by October 15th in cooperation with the school district. The resolution is for funding and support and staff is waiting for a letter of support from the schools along with a parent survey. This project will help to complete the gap in Prairie Meadows sidewalk and will be of benefit to Autumn Creek School. The committee approved and moved it forward to the Council consent agenda. 13. PW 2025-93 Moda Homes – Call of Performance Bonds There has been a lack of progress on this project in Bristol Bay, said Mr. Olson. He said vandalism has occurred and no repairs have been made. The city UDO allows the developer 4 years to complete infrastructure with an update required each year. No infrastructure has been done for more than a year and four formal notices have been issued without response. Due to other lack of work, a bond call is being recommended and the city would then take over the infrastructure work. The bonds will be adequate to complete the necessary work. Mr. Ratos is also able to rescind permits for this property. Mr. Olson noted that 1 unit is done, one is partially done and 1 not built at all. This matter will proceed to City Council for consideration by the full Council. Old Business: 1. PW 2025-62 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2025 Stormwater Basin Inspections) Mr. Olson asked to move this item to next month to allow for further discussion with the Mayor. Additional Business: None There was no further business and the meeting adjourned at 7:19pm. 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 2025-94 Bond/LOC Reduction Summary Through September 30, 2025 Public Works Committee – October 21, 2025 None Informational Brad Sanderson Engineering Name Department Please see the attached reduction summary through September 30, 2025. If you have any questions, please let me know. Memorandum To: Bart Olson, City Administrator From: CC: Brad Sanderson, EEI Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Contrino, City Clerk Date: October 13, 2025 Subject: 2025 Bond/LOC Reduction Summary 30-Sep-252025 Bond and Letter of Credit Reduction ReportDate Development/ProjectEngineer ConcurrenceCity Administrator ConcurrenceMayor ConcurrenceReduction Final Release Reduction Value Remaining Balance2/10/2025 Grande Reserve Unit 4XXX 92,970.00$ 426,922.00$ 2/25/2025 Timber Ridge EstatesXXX 757,631.66$ 1,244,550.19$ 5/27/2025 Grande Reserve Unit 8XXX 142,665.00$ -$ 6/24/2025 Ashley PointeXXX 57,960.00$ -$ 8/26/2025 Grande Reserve Unit 4XXX 426,922.00$ -$ 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 2025-95 Capital Project Update Public Works Committee – October 21, 2025 None Informational Status Update Brad Sanderson Engineering Name Department The purpose of this memo is to update the Public Works Committee as to the status of several projects. A summary of the status of the projects is provided below: Construction Projects Well 10 The well construction portion of the project is complete. The site work is underway. All work is to be completed by May 2026. Well No. 7 Electrical Improvements All work is to be completed by May 2026. Eldamain Water Main Loop - North This work is substantially complete. Eldamain Water Main Loop - South This work is substantially complete. Southern Sanitary Sewer Connection This work is substantially complete. 2025 Water Main Replacement Construction is underway. Work is approximately 50% complete. Work will continue into November. East Alley Water Main Replacement Construction is underway. LM – North Receiving Station A preconstruction meeting has been held. Work is expected to begin this fall. LM – Northwest Elevated Water Storage Tank A preconstruction meeting has been held. Work is expected to begin later this month. LM – Bluestem Water Main Improvements This work is substantially complete. LM – South Receiving Station Standpipe A preconstruction meeting has been held. Work is expected to begin this fall. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Contrino, City Clerk Date: October 21, 2025 Subject: Capital Improvement Projects Update Van Emmon Street STP This work is substantially complete. 2025 Local Road Program This work is substantially complete. 2025 RTBR Construction is underway. Work is expected to be completed by the end of October. Sanitary Sewer Lining Construction is underway. Work is expected to be completed by the end of October. Planning/Design Projects WIFIA Loan Application We are targeting a winter closing date. LM – South Receiving Station Bids will be reviewed at the October PW Committee Meeting. LM – Rt 126 Water Main Improvements The project is scheduled for a November letting. 2026 Water Main Replacement Design engineering is underway. Rt 47 Water Main Replacement – Water Park Way to Jericho Design engineering is complete. The project will be bid as a part of the Rt 47 work. Rt 47 Water Main Replacement – Kennedy to Water Park Way Design engineering is on hold, pending receiving information from IDOT. 2026 Local Road Program and RTBR Program Design engineering is underway. E. Hydraulic Improvements (ITEP) – Phase I Design engineering is underway. Kennedy / Freedom Place Intersection Improvements Land acquisition is in process. Kennedy Road Improvements – Phase I Design engineering has commenced. Bertram Drive Improvements Design engineering has commenced. Quiet Zones Work is in progress. The BNSF agreement will be presented at the October PW Committee meeting. 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 2025-96 Water Reports for January 2025 – September 2025 Public Works Committee – October 21, 2025 Majority Approval IEPA water reports for January 2025 to September 2025. Reports need to be accepted by City Council. Eric Dhuse Public Works Name Department United City of Yorkville WATER DEPARTMENT REPORT January 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 795 393 15,566,000 7 1527 1125 522 17,271,500 8 1384 840 319 13,404,000 9 1368 861 377 11,748,000 TOTAL PUMPED 57,989,500 CURRENT MONTH’S PUMPAGE IS _____2,777,900 GALLONS MORE THAN LAST MONTH 777,000 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 1,870,629 GALLONS DAILY MAXIMUM PUMPED: __ 2,208,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 72.32 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1286 LBS. FED CALCULATED CONCENTRATION: ___2.82__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.61 __ MG/L POLYPHOSPHATE: 1365 _ LBS. FED CALCULATED CONCENTRATION: ___1.05___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.61 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __24 NUMBER OF LEAKS OR BREAKS REPAIRED: __ 2___ MXU’S: _0 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __7 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: __0_ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT February 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 795 395 17,203,000 7 1527 1125 480 15,375,800 8 1384 840 312 16,853,000 9 1368 861 370 11,748,000 TOTAL PUMPED 55,008,800 CURRENT MONTH’S PUMPAGE IS _____2,980,700 GALLONS LESS THAN LAST MONTH 4,196,800 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 1,964,600 GALLONS DAILY MAXIMUM PUMPED: __ 2,263,000GALLONS DAILY AVERAGE PER CAPITA USE: ___ 80.71 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1255 LBS. FED CALCULATED CONCENTRATION: ___2.90__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.76 __ MG/L POLYPHOSPHATE: 1268 _ LBS. FED CALCULATED CONCENTRATION: ___1.02___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.61 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __5 NUMBER OF LEAKS OR BREAKS REPAIRED: __ 1___ MXU’S: _0 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __8 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: __2_ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT March 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 388 17,203,000 7 1527 1125 501 15,375,800 8 1384 840 303 16,853,000 9 1368 861 *** 11,748,000 TOTAL PUMPED 55,008,800 CURRENT MONTH’S PUMPAGE IS _____4,861,600 GALLONS MORE THAN LAST MONTH 5,712,700 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 1,931,303 GALLONS DAILY MAXIMUM PUMPED: __ 2,372,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 79.26 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1358 LBS. FED CALCULATED CONCENTRATION: ___2.88__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.61 __ MG/L POLYPHOSPHATE: 1399 _ LBS. FED CALCULATED CONCENTRATION: ___1.04___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.61 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __24 NUMBER OF LEAKS OR BREAKS REPAIRED: __ 0___ MXU’S: _1 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __8 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT April 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 402 16,101,000 7 1527 1125 513 20,309,700 8 1384 840 300 18,820,000 9 1368 861 353 5,716,000 TOTAL PUMPED 60,946,700 CURRENT MONTH’S PUMPAGE IS _____1,076,300 GALLONS MORE THAN LAST MONTH 5,326,000 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 2,031,557 GALLONS DAILY MAXIMUM PUMPED: __ 2,372,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 83.57 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1349 LBS. FED CALCULATED CONCENTRATION: ___2.80__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.61 __ MG/L POLYPHOSPHATE: 1439 _ LBS. FED CALCULATED CONCENTRATION: ___1.05___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.61 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __45 NUMBER OF LEAKS OR BREAKS REPAIRED: __ 2___ MXU’S: _2 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __11 COMMERCIAL: ___2_ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT May 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 407 17,422,000 7 1527 1125 508 25,079,800 8 1384 840 286 17,968,000 9 1368 861 351 14,791,000 TOTAL PUMPED 75,260,800 CURRENT MONTH’S PUMPAGE IS _____14,314,100 GALLONS MORE THAN LAST MONTH 6,111,700 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 2,427,768 GALLONS DAILY MAXIMUM PUMPED: __ 3,106,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 99.58 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1720 LBS. FED CALCULATED CONCENTRATION: ___2.90__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.61 __ MG/L POLYPHOSPHATE: 1780 _ LBS. FED CALCULATED CONCENTRATION: ___1.05___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.61 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __35 NUMBER OF LEAKS OR BREAKS REPAIRED: __ 1___ MXU’S: _1 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __9 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: ___1 ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT June 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 379 19,971,000 7 1527 1125 501 22,777,000 8 1384 840 286 17,494,000 9 1368 861 358 17,471,000 TOTAL PUMPED 77,713,000 CURRENT MONTH’S PUMPAGE IS _____2,452,200 GALLONS MORE THAN LAST MONTH 3,938,900 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 2,590,433 GALLONS DAILY MAXIMUM PUMPED: __ 3,723,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 105.87 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1710 LBS. FED CALCULATED CONCENTRATION: ___2.81__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.81 __ MG/L POLYPHOSPHATE: 1866 _ LBS. FED CALCULATED CONCENTRATION: ___1.07___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.61 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __8 NUMBER OF LEAKS OR BREAKS REPAIRED: __ 2___ MXU’S: _10 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __39 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT July 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 386 23,770,000 7 1527 1125 524 17,453,700 8 1384 840 273 21,455,000 9 1368 861 351 13,742,000 TOTAL PUMPED 76,420,700 CURRENT MONTH’S PUMPAGE IS _____1,292,300 GALLONS LESS THAN LAST MONTH 8,417,700 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 2,465,184 GALLONS DAILY MAXIMUM PUMPED: __ 3,046,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 100.51 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1639 LBS. FED CALCULATED CONCENTRATION: ___2.74__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.69 __ MG/L POLYPHOSPHATE: 1866 _ LBS. FED CALCULATED CONCENTRATION: ___1.18___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.69 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __241 NUMBER OF LEAKS OR BREAKS REPAIRED: __ ___ MXU’S: _241 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __19 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT August 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 379 27,674,000 7 1527 1125 513 13,504,500 8 1384 840 268 21,548,0000 9 1368 861 353 12,474,000 TOTAL PUMPED 75,200,500 CURRENT MONTH’S PUMPAGE IS _____1,220,200 GALLONS LESS THAN LAST MONTH 5,610,400 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 2,425,823 GALLONS DAILY MAXIMUM PUMPED: __ 2,681,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 100.40 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1729 LBS. FED CALCULATED CONCENTRATION: ___2.90__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.73 __ MG/L POLYPHOSPHATE: 2047 _ LBS. FED CALCULATED CONCENTRATION: ___1.20___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.73 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __218 NUMBER OF LEAKS OR BREAKS REPAIRED: __2 ___ MXU’S: _218 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __14 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT September 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 379 23,312,000 7 1527 1125 513 18,005,000 8 1384 840 268 22,595,000 9 1368 861 353 7,220,000 TOTAL PUMPED 71,132,000 CURRENT MONTH’S PUMPAGE IS ____4,068,500 GALLONS LESS THAN LAST MONTH 2,909,000 GALLONS LESS THAN LAST YEAR DAILY AVERAGE PUMPED: _ 2,371,067 GALLONS DAILY MAXIMUM PUMPED: __ 3,057,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 99.48 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1719 LBS. FED CALCULATED CONCENTRATION: ___3.00__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.73 __ MG/L POLYPHOSPHATE: 1980 _ LBS. FED CALCULATED CONCENTRATION: ___1.21___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.73 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: __267 NUMBER OF LEAKS OR BREAKS REPAIRED: __1 ___ MXU’S: _270 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __27 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: Pumping Levels are the same as August : Unable to record this month 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 2025-97 BNSF Agreement (Quiet Zone) Public Works Committee – October 21, 2025 Majority Consideration of Approval Agreement Consideration Brad Sanderson Engineering Name Department This item was previously discussed at the September Public Works Committee meeting. The BNSF agreement is attached for the City’s consideration. The costs are estimated to be $28,099. As noted, approval of the BNSF agreement is the first step towards obtaining Quiet Zone approval for the BNSF line and will cover the following: • Desktop review ahead of diagnostic meeting • Diagnostic meeting travel and attendance • Budget for follow-up calls and coordination Let us know if you have any questions or need additional information. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Contrino, City Clerk Date: October 21, 2025 Subject: BNSF Agreement (Quiet Zone) Contract Number: BF-20561555 1 of 6 PRELIMINARY ENGINEERING SERVICES AGREEMENT Quiet Zone Project BNSF File No.: BF-20561555 Mile Post 44.512 Line Segment 1 U.S. DOT Number 079584S, 079578N, 079579V Subdivision This Agreement (“Agreement”) is executed to be effective as of ___________, 2025 (“Effective Date”), by and between BNSF RAILWAY COMPANY, a Delaware corporation (“BNSF”) and the Unified City of Yorkville, a political subdivision of the State of IL (“Agency”). RECITALS WHEREAS, BNSF owns and operates a line of railroad in and through Yorkville, State of IL; WHEREAS, Agency has stated its intention to proceed initially with a project to establish two quiet zones (the “Project”) that include the crossings as identified in Exhibit A (“Crossing” or “Crossings”); WHEREAS, Agency has requested that BNSF perform certain preliminary engineering review services and other Work (defined below) with respect to its railroad facilities located at or near the Project site to facilitate Agency’s evaluation of the feasibility of proceeding with the Project; and WHEREAS, BNSF is agreeable to performing the Work, subject to the terms and conditions of this Agreement; AGREEMENT NOW, THEREFORE, in consideration of the mutual covenants and agreements of the parties contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: Contract Number: BF-20561555 2 of 6 1) Scope of Work As used herein, the term “Work” includes all work performed by BNSF, its employees, contractors, consultants, or other agents (collectively, the “BNSF Parties”) pursuant to this Agreement, including, but not limited to: (a) conducting on-site visits including diagnostic evaluations; (b) performing preliminary engineering services; (c) developing cost estimates for construction of the Project; (d) preparing draft agreements including legal review; and (e) reviewing and/or providing comments on preliminary layouts or other designs, plans, and/or documents in connection with the Project. 2) Payment and Deposit for Work Agency authorizes BNSF to proceed with the Work relating to the Project. Agency shall pay and reimburse BNSF for all actual costs and expenses that BNSF incurs in performing the Work, including without limitation: (a) labor, supplies, and material; (b) direct and indirect labor and contractor charges including additives; (c) delivery charges; (d) BNSF’s additives and overhead, as such are in effect on the date BNSF prepares its final billing; and (e) all applicable taxes due, paid, or payable by BNSF on such products and services, including sales and use taxes, business and occupation taxes, and similar taxes (collectively, “Actual Costs”). BNSF’s estimated cost for Work on this Project is 28,099 (“Estimated Cost”). Any estimate provided by BNSF for the Work shall not be a limitation on the Work to be performed or the costs and expenses incurred, which Agency shall reimburse to BNSF in full. During its performance of the Work pursuant to this Agreement, BNSF will send Agency progressive invoices detailing the costs of the Work performed to date. Agency must reimburse BNSF for completed Work within thirty (30) days of the date of the invoice for such Work. Upon final completion of the Work, BNSF will send Agency a detailed invoice of final costs. Agency must pay the final invoice within ninety (90) days of the date of the final invoice. BNSF will assess a finance charge of .033% per day (12% per annum) on any unpaid sums or other charges due under this Agreement which are past such thirty (30) or ninety (90) day terms, as applicable. The finance charge continues to accrue daily until the date payment is received by BNSF, not the date payment is made or the date postmarked on the payment. Finance charges will be assessed on delinquent sums and other charges as of the end of the month and will be reduced by amounts in dispute and any unposted payments received by the month’s end. Finance charges will be noted on invoices sent to Agency under this section. Contract Number: BF-20561555 3 of 6 3) Scope and Limitations of Agreement The parties acknowledge that entering into this Agreement does not of itself obligate either BNSF or Agency to participate in the construction of the Project. If Agency elects to proceed with the Project after the Work is performed, then BNSF and Agency agree to enter into negotiations for appropriate agreements regarding the construction of the Project and other related activities. Nothing in this Agreement — including BNSF’s performance of the Work — shall obligate BNSF to enter into any subsequent agreement or otherwise permit the Project except and subject to any terms and conditions that BNSF may subsequently approve in its sole discretion. The Project is understood to be undertaken, in whole or in part, as part of Agency’s proposal to seek to establish and/or maintain a quiet zone in accordance with 49 CFR Part 222 (“Quiet Zone”). Agency acknowledges that BNSF does not recommend the establishment of a Quiet Zone and believes that, if not properly accounted for with appropriate safety enhancements, the elimination of the train horn can be detrimental to safety. The train horn is intended to alert the motoring and pedestrian public of train movement, and Agency is responsible for using the requirements provided at 49 CFR Part 222 as a minimum guideline in any approach to creating a situation where the train horn is eliminated. The Work to be performed by BNSF for the Project is not intended to be an endorsement or approval of the use of the Crossing or of any facilities or equipment to be installed by BNSF for the purposes of establishing or maintaining a Quiet Zone. Notwithstanding anything to the contrary in this Agreement, BNSF’s review, approval, and/or other participation in the Project or any element thereof, including the Work performed by the BNSF Parties hereunder, are expressly limited to — and are intended and understood by the parties to be in furtherance of — BNSF’s railroad purposes, and are not in furtherance of Agency’s purposes in undertaking the Project. BNSF is providing the Work — including without limitation the design, selection, or provision of signal equipment and other Crossing appurtenances or BNSF’s modifications under or subsequent to this Agreement, including the review or adequacy of any existing equipment or appurtenances — in consideration of BNSF’s subjective standards for its railroad purposes only. Consequently, the Work shall in no way be construed or deemed to be BNSF’s recommendation, condition, or direction to Agency, nor shall the Work be construed or deemed to be BNSF’s opinion or approval that the plans and specifications or any work intended or completed on the Project (a) is appropriate for any other purpose including Agency’s use of the Crossing for highway purposes; (b) is structurally sound; or (c) meets applicable standards, regulations, laws, statutes, local ordinances, and/or building codes. No benefits to Agency or any third party are provided, intended, or implied herein. Agency shall at all times be solely responsible for the adequacy and compliance of all design elements of the Project for highway and other public purposes. AGENCY Contract Number: BF-20561555 4 of 6 SHALL WAIVE ANY CLAIMS AGAINST BNSF FOR — AND SHALL RELEASE BNSF FROM — ANY AND ALL CLAIMS WHICH MAY OR COULD RESULT FROM THE WORK PERFORMED HEREUNDER, AND IF APPLICABLE TO THE FULLEST EXTENT PERMITTED BY LAW, AGENCY SHALL INDEMNIFY BNSF FOR AND HOLD IT HARMLESS FROM AND AGAINST ANY SUCH CLAIMS. Agency is solely responsible for obtaining regulatory approvals consistent with this Agreement. AGENCY is solely responsible for establishing, and if approved, maintaining compliance of any Quiet Zone authorized by the Federal Railroad Administration, at its sole expense. Any additional work or equipment required to be installed at the Crossing as the result of the establishment of a Quiet Zone shall be at no cost to BNSF. 4) No Right of Entry Nothing in this Agreement shall be construed as providing Agency or its contractors, consultants, or other agents any right of entry upon property owned or occupied by BNSF. Any preliminary engineering or other work required by Agency in connection with the Project necessitating entry upon BNSF’s railroad right-of-way shall only be conducted as authorized by a separate written permit obtained by Agency from BNSF for such entry (“Entry Permit”). The Entry Permit will provide that any on-site visits, including diagnostic evaluations, by Agency and its parties required for the Project shall be conducted only from adjoining properties, and Agency shall ensure that no attendees enter or remain on BNSF’s right- of-way, except when using an authorized highway-rail crossing designated for such purpose. Agency or its agents must contact BNSF’s Manager of Public Projects, Jacob Rzewnicki at 913-551-4275, or BNSF’s permitting agent Jones Lang LaSalle Brokerage, Inc. (“JLL”) at http://bnsf.railpermitting.com/ to obtain the required Entry Permit prior to any entry. 5) Disclaimer BNSF GIVES NO WARRANTY, EXPRESS OR IMPLIED, AS TO THE ACCURACY, QUALITY, MERCHANTABILITY, FITNESS FOR ANY PARTICULAR PURPOSE, OR ANY OTHER MATTER, OF OR FOR THE WORK PERFORMED PURSUANT TO THIS AGREEMENT OR ANY REPORT OR OTHER DELIVERABLE WHICH BNSF MAY FURNISH TO AGENCY PURSUANT TO THIS AGREEMENT. BNSF SHALL IN NO WAY BE RESPONSIBLE FOR AGENCY’S PROPER RELIANCE UPON, INTERPRETATION OF, OR OTHER USE OF THE WORK. BNSF IS NOT A CONTRACTOR, AGENT, PARTNER, OR JOINT VENTURER OF AGENCY BECAUSE OF THIS AGREEMENT OR BECAUSE OF BNSF’S PERFORMANCE OF THE WORK. Contract Number: BF-20561555 5 of 6 LIKEWISE, THE BNSF PARTIES WHO MAY ASSIST BNSF IN PERFORMING THE WORK ARE DOING SO FOR BNSF’S BENEFIT ONLY, AND ARE NOT — AND SHALL NOT BE DEEMED TO BE — CONTRACTORS, SUBCONTRACTORS, OR AGENTS OF AGENCY. Contract Number: BF-20561555 6 of 6 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed as of the day and year first written above. Unified City of Yorkville BNSF Railway Company By: _____________________________ By: _____________________________ Name: __________________________ Name: __________________________ Assistant Director Public Projects Accepted and effective this ___day of ______________, 2025. !!!!BNSF RRIllinois Railway RRGalenaBridgeMillEldamainCorneilsOrchardKennedyCannonballVeteransConcordSundownDicksonGr a n deTuscany BeecherUS Route 34MinklerBri st ol Ridge GordonClarkArborAliceRickardBertramEricaBristol BayEdwardMcLellan Al a n Da l e FaxonFosterCountrysideWillow BerrywoodSimonAldenManchesterKendallHaydenL illia nLewis RosenwinkelBoombah OrchidAutumn CreekCrimson Sumac McHughMatlockBig BendProvidenceBisonP a rkwa y RidgeJulieJeter CoralWestPattersonWesternIsabelOld GloryL ila cWillowwoodPleasant ViewRyanFairhavenOtterBlackberry ShoreMarketviewRileyB u c k t a ilJustice Elden NorthlandLaurenGrape VineMcMurtrieWaterparkBluestemBail ey RoodVenetianMayfieldBurrHuntCryderHighlandPecosLarkspurForestSeeley RedbudIroquoisF e r r e t Titus CanyonRiva RidgeSiennaHa n b u r y Mill BrookOliveCharlesStationBurr OakAsheLavenderAnna MariaBoomerWolverineNorthCe n t e rGardinerRoyal OaksEme r a ld LindenSouthSunsetSquireBentsonLexingtonBu e l l Timber RidgeAstorSpokaneNathanCranstonCommercialL e n o x HickoryRiver Wood ConstitutionCottonwoodNorway Pinewood HobbsLyncl i f f DivisionFreedomChri sty He r r e n BrooksideStrawberryRiverviewGillespieRed TailMainHillsboroPrairie PointeAndreaCa md e n NadenAmanda DoverGains MulhernBlackberryEvansCrookerKiwi NortonSilver CityVeteransMcHugh FaxonBeecherEmeraldLewisConcord Engineering Enterprises, Inc.52 Wheeler RoadSugar Grove, Illinois 60554(630) 466-6700 / www.eeiweb.conDATE:OCTOBER 2014United City of Yorkville800 Game Farm RoadYorkville, IL 60560(630) 553-4350http://www.yorkville.il.usQUIET ZONE INITIATIVEUNITED CITY OF YORKVILLEKENDALL COUNTY, ILLINOISCONSULTING ENGINEERSNO. DATE REVISIONSPROJECT NO.:YO1439PATH:H:/GIS/PUBLIC/YORKVILLE/2014/YO1439_LOCATION2.MXDFILE:hhhääNORTH0 2,000 4,000FeetCANNONBALL TRAILKENNEDY ROADMILL ROADBEECHER ROADBNSF RAILROADATTACHMENT ELOCATION MAP 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 Zone124Submit Notice of Intent3 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 Zone124Engage Railroad To Discuss Agreements and Project Implementation for Crossing Improvements3 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 #5 Tracking Number PW 2025-98 South Receiving Station Bid Results and Award Recommendation Public Works Committee – October 21, 2025 Majority Consideration of Approval Summary of Bid Results for the South Receiving Station and Award Recommendation Brad Sanderson Engineering Name Department Bids were received, opened, and tabulated for work to be done on the South Receiving Station on October 7, 2025. This project is for receiving the City’s future Lake Michigan Supply by DuPage Water Commission (DWC) and consists of a new pressure adjusting station building located on the recent City acquired property for the future Receiving Station, South Standpipe, and associated appurtenances. This contract includes construction of a new building that will house new pressure reducing components and booster pumps, chemical feed equipment, all piping components required by DWC, electrical including emergency generator, and associated appurtenances and site work. The improvements will connect to the new South Standpipe (separate contract) and will deliver water to the City’s South and South Central Pressure Zones once the Lake Michigan supply commences. The South Receiving Station is similar to the City’s North Receiving Station project recently bid and currently under contract. The bid results were under the Engineer’s Estimate and were consistent with the previous North Receiving Station bids. This project is included in the City’s Water Infrastructure Finance and Innovation Act (WIFIA) Loan which is in the final stages of loan closing, and is part of the WIFIA loan eligible project costs. The final requested loan amount and individual project costs are currently planned to be updated following the next DWC transmission main bid opening, and the actual South Receiving Station costs will be able to be updated and incorporated at that time. Per the terms of the City’s WIFIA loan, the loan can provide funds for up to 80% of all eligible project costs, and the City is responsible for the remaining 20%. Besides this project, the loan includes multiple other water infrastructure projects including the DWC supply transmission main. The WIFIA loan terms include a deferred payment schedule after all work on the eligible projects is completed. We recommend that award be made to the lowest responsible, responsive bidder, Whittaker Construction & Excavating, Inc., P.O. Box 21, Earlville, IL 60518 in the amount of $6,875,000. 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 Contrino, City Clerk Rob Fredrickson, Finance Director Date: October 28, 2025 Subject: South Receiving Station Bid Results and Award Recommendation NA-01 NOTICE OF AWARD TO: Whittaker Construction & Excavating, Inc. P.O. Box 21 105 E. Park Street Earlville, IL 60518 PROJECT Description: South Receiving Station, including all associated appurtenances, site work, and materials necessary to complete the project. The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for BIDS dated August 18, 2025, and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of $ Six Million, Eight Hundred Seventy-Five Thousand Dollars ($6,875,000.00). You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR’S Performance BOND, Payment BOND, and certificates of insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER’S acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 28th day of October , 2025 . United City of Yorkville Owner By Title Mayor ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by this day of , 20 . By Title NOTICE OF AWARD Page 2 NA-02 THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK. Page 1 of 3ENGINEER'S ESTIMATE Whittaker Construction Williams Brothers Vissering Construction IHC ConstructionBID TABULATION& Excavating, Inc. Construciton Company Companies, LLCBIDS RECEIVED 11:00 A.M. 10/07/25 52 Wheeler Road P.O. Box 21 P.O. Box 1366 175 Benchmark Industrial Dr. 385 Airport Rd, Ste 100Sugar Grove, IL 60554 Earlville, IL 60518 Peoria, IL 61654 Streator, IL 61364 Elgin, IL 60123TOTAL BASE BID$8,465,000.00 $6,875,000.00 $7,040,000.00 $7,041,000.00 $7,269,000.00ATTENDED MANDATORY PRE-BID MEETING X X X XADDENDUM NO. 1 ACKNOWLEDGED X X X XADDENDUM NO. 2 ACKNOWLEDGED X X X XADDENDUM NO. 3 ACKNOWLEDGED X X X XADDENDUM NO. 4 ACKNOWLEDGED X X X XCOMPLETED BID FORM & BID SCHEDULE X X X XMANDATORY ALTERNATE BID SCHEDULE X X X XMAJOR EQPT. ALTERNATIVE BID PRICES X X X XUNIT PRICE SCHEDULEXXXXBID BOND XXXXSIGNED BID XXXXBIDDER'S QUESTIONNAIRE X X X X% above/below Engineer's Estimate -18.78% -16.83% -16.82% -14.13%BID SUMMARYSOUTH RECEIVING STATION PROJECT - YO2416-PUNITED CITY OF YORKVILLE, ILENGINEERING ENTERPRISES, INC.52 WHEELER ROAD, SUGAR GROVE, ILLINOIS Page 2 of 3BID TABULATION - YORKVILLE SOUTH RECEIVING STATIONITEMUNIT UNIT UNIT UNIT UNITNO.ITEMUNITQTYPRICEAMOUNTPRICEAMOUNTPRICEAMOUNTPRICEAMOUNTPRICEAMOUNT1 MOBILIZATION, INCLUDING PERFORMANCE AND PAYMENT BONDS LS 1 350,000.00$ 350,000.00$ 300,000.00$ 300,000.00$ 400,000.00$ 400,000.00$ 500,000.00$ 500,000.00$ 450,000.00$ 450,000.00$ 2CONSTRUCTION OF THE NEW RECEIVING STATION BUILDING INCLUDING FURNISHING AND INSTALLING ALL BUILDING APPURTENANCES, INCLUDING HVAC, SHOWN IN THE CONTRACT DOCUMENTS AND NOT COVERED BY A SEPARATE PAY ITEM.LS 1 3,250,000.00$ 3,250,000.00$ 2,793,800.00$ 2,793,800.00$ 2,650,000.00$ 2,650,000.00$ 2,458,000.00$ 2,458,000.00$ 1,948,000.00$ 1,948,000.00$ 3 FURNISH AND INSTALL NEW PUMP BAY 1 HIGH SERVICE PUMPS EA 3 60,000.00$ 180,000.00$ 50,000.00$ 150,000.00$ 40,000.00$ 120,000.00$ 50,000.00$ 150,000.00$ 106,000.00$ 318,000.00$ 4 FUNISH AND INSTALL NEW PUMP BAY 2 HIGH SERVICE PUMPS EA 3 65,000.00$ 195,000.00$ 63,400.00$ 190,200.00$ 60,000.00$ 180,000.00$ 75,000.00$ 225,000.00$ 136,000.00$ 408,000.00$ 5FURNISH AND INSTALL INTERIOR MECHANICAL PROCESS PIPING COMPLETE, INCLUDING ALL VALVES AND APPURTENANCES LS 1 1,750,000.00$ 1,750,000.00$ 1,400,000.00$ 1,400,000.00$ 1,400,000.00$ 1,400,000.00$ 1,500,000.00$ 1,500,000.00$ 1,400,000.00$ 1,400,000.00$ 6FURNISH AND INSTALL NEW SODIUM HYPOCHLORITE CHEMICAL FEED SYSTEM COMPLETE, INCLUDING CHEMICAL FEED EQUIPMENT, TANKS AND ASSOCIATED APPURTENANCES AND PIPING LS 1 150,000.00$ 150,000.00$ 115,000.00$ 115,000.00$ 70,000.00$ 70,000.00$ 125,000.00$ 125,000.00$ 245,000.00$ 245,000.00$ 7FURNISH AND INSTALL NEW ORPTHPHOSPHATE CHEMICAL FEED SYSTEM COMPLETE, INCLUDING CHEMCIAL FEED EQUIPMENT, TANKS AND ASSOCIATED APPURTENANCES AND PIPING LS 1 150,000.00$ 150,000.00$ 115,000.00$ 115,000.00$ 210,000.00$ 210,000.00$ 100,000.00$ 100,000.00$ 215,000.00$ 215,000.00$ 8 FURNISH AND INSTALL SITE PIPING INLCUDING DIP WATERMAIN, WATER SERVICE ALS 1 175,000.00$ 175,000.00$ 148,000.00$ 148,000.00$ 100,000.00$ 100,000.00$ 150,000.00$ 150,000.00$ 180,000.00$ 180,000.00$ 9SITE ELECTRICAL WORK, INCLUDING FURNISHING ALL MATERIALS AND INSTALLING ALL DUCGT BANK (CONCRETE ENCASED), FEEDS, WIRING, SITE SECURITY AND LIGHTING, COORDINATION AND INSTALLATION OF NEW UTILITY TRANSFORMER LS 1 185,000.00$ 185,000.00$ 120,000.00$ 120,000.00$ 260,000.00$ 260,000.00$ 75,000.00$ 75,000.00$ 325,000.00$ 325,000.00$ 10BUILDING ELECTRICAL WORK, INCLUDING FURNISHING ALL MATERIALS AND INSTALLING ALL ELECTRICAL GEAR, CONDUIT, AND ASSOCIATED APPURTENANCES AND COMPONENETS AS SHOWN IN THE CONTRACT DOCUMENT LS 1 1,050,000.00$ 1,050,000.00$ 713,000.00$ 713,000.00$ 690,000.00$ 690,000.00$ 900,000.00$ 900,000.00$ 675,000.00$ 675,000.00$ 11 FURNISH AND INSTALL GENERATOR AND ATS LS 1 250,000.00$ 250,000.00$ 200,000.00$ 200,000.00$ 280,000.00$ 280,000.00$ 200,000.00$ 200,000.00$ 275,000.00$ 275,000.00$ 12FURNISH AND INSTALL CCTV SECURITY SYSTEM, 3-CAMERA, COMPLETE, INCLUDING NEW INTERNET SERVICE AND ASSOCIATED APPURTENANCES LS 1 75,000.00$ 75,000.00$ 35,000.00$ 35,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 13 SCADA INTEGRATIONLS 1 225,000.00$ 225,000.00$ 200,000.00$ 200,000.00$ 200,000.00$ 200,000.00$ 198,000.00$ 198,000.00$ 200,000.00$ 200,000.00$ 14COMPLETE SITE PAVEMENT TO LIMITS SHOWN IN RECEIVING STATION CONTRACT, IN ACCORDANCE WITH THE SPECIFICATIONS AND IDTO STANDARDS LS 1 120,000.00$ 120,000.00$ 90,000.00$ 90,000.00$ 100,000.00$ 100,000.00$ 90,000.00$ 90,000.00$ 210,000.00$ 210,000.00$ 15FENCE AND ELECTRICAL GATE ENTRY SYSTEM, COMPLETE WITH MATERIAL, INSTALLATION AND KEY PHOBE ACTIVATED ENTRY SYSTEM LS 1 90,000.00$ 90,000.00$ 80,000.00$ 80,000.00$ 80,000.00$ 80,000.00$ 70,000.00$ 70,000.00$ 75,000.00$ 75,000.00$ 16SITE RESTORATION INCLUDING NEW LANDSCAPING/TREES, TOPSOIL AND RESEEDING AREAS IMPACTED BY CONSTRUCTION. LS 1 170,000.00$ 170,000.00$ 125,000.00$ 125,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 145,000.00$ 145,000.00$ 17 ITEMS ORDERED BY ENGINEER EA 100,000 1.00$ 100,000.00$ 1.00$ 100,000.00$ 1.00$ 100,000.00$ 1.00$ 100,000.00$ 1.00$ 100,000.00$ TOTAL BASE BID8,465,000.00$ 6,875,000.00$ 7,040,000.00$ 7,041,000.00$ 7,269,000.00$ % above/below Engineer's Estimate-18.78% -16.83% -16.82% -14.13%MANDATORY ALTERNATE BID SCHEDULEAProvide Extended Warranty for an Additional Period of Two (2) Years on All Equipment Listed in Base Bid Schedule (e.g., additional two (2) years added to, not inclusive of, Manufacturers' Standard Warranty)75,000.00$ 5,000.00$ 50,000.00$ 10,000.00$ 30,000.00$ ENGINEER'S ESTIMATEWHITTAKER CONSTRUCTION & EXCAVATING, INC. WILLIAMS BROTHERS CONSTRUCTION IHC CONSTRUCTION COMPANY, LLCVISSERING CONSTRUCTION COMPANYENGINEERING ENTERPRISES, INC. 52 WHEELER ROAD, SUGAR GROVE, ILLINOIS Page 3 of 3SECTIONEQUIPMENT/ ACTIVITYMANUFACTURERBID PRICEMANUFACTURERBID PRICEMANUFACTURERBID PRICEMANUFACTURERBID PRICEMANUFACTURERBID PRICE11210 High Service Pumping Equipment Flowserve375,000.00$ X 365,000.00$ NO BID NO BID X 460,000.00$ GrundfosNO BID NO BID X 240,000.00$ 500,000.00$ GouldsNO BID X 250,000.00$ NO BID 500,000.00$ NO BID11266Chemical Feed Equipment(Sodium Hypochlorite System)Watson Marlow 100,000.00$ X 80,000.00$ NO BID X 50,000.00$ X 100,000.00$ Blue-WhiteNO BID X 65,000.00$ NO BID 125,000.00$ Albin PumpNO BID NO BID NO BID125,000.00$ 11265Chemical Storage Tanks (Sodium Hypochlorite System)Poly Processing45,000.00$ X 24,000.00$ NO BID X 25,000.00$ X 30,000.00$ AssmannNO BID X 25,000.00$ NO BID40,000.00$ 11266Chemical Feed Equipment(Orthophosphate System)Watson Marlow100,000.00$ X 80,000.00$ NO BID X 65,000.00$ X 100,000.00$ Blue-WhiteNO BID X 65,000.00$ NO BID 125,000.00$ Albin PumpNO BID NO BID NO BID125,000.00$ 11265Chemical Storage Tanks (Orthophosphate System)Poly Processing45,000.00$ X 24,000.00$ NO BID X 30,000.00$ X 30,000.00$ AssmannNO BID X 25,000.00$ NO BID40,000.00$ 11395 Flow Meters Endress + Hauser50,000.00$ NO BID NO BID NO BID 50,000.00$ Sparling-$ NO BID NO BID NO BID40,000.00$ ABB-$ X 26,940.00$ X 27,000.00$ X 27,000.00$ X 26,940.00$ 15420 Control Valves Cla-Val185,000.00$ X 175,000.00$ X 200,000.00$ X 120,000.00$ X 50,000.00$ NO BID NO BID NO BID16483 Variable Frequency Drives ABB120,000.00$ X 100,000.00$ X 75,000.00$ X 100,000.00$ X 100,000.00$ Rockwell Allen-BradleyNO BID NO BID NO BID200,000.00$ Square-DNO BID NO BID NO BID200,000.00$ General Electric NO BID NO BID NO BID 200,000.00$ Cutler Hammer NO BID NO BID NO BID200,000.00$ 16620Packaged Diesel Engine Generator SystemsCaterpillar 300,000.00$ X 196,995.00$ X 200,000.00$ X 195,000.00$ X 200,000.00$ 16900 Instrumentation SystemAdvanced Automation & Controls 225,000.00$ X 171,795.00$ X 172,000.00$ X 198,000.00$ X 171,795.00$ MAJOR EQUIPMENT ALTERNATIVE BID PRICES ENGINEER'S ESTIMATEWHITTAKER CONSTRUCTION & EXCAVATING, INC.WILLLIAMS BROTHERS CONSTRUCTIONIHC CONSTRUCTION COMPANYVISSERING CONSTRUCTION COMPANYENGINEERING 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 #6 Tracking Number PW 2025-99 South Receiving Station – Construction Engineering Agreement Public Works Committee – October 21, 2025 Majority Approval Proposed PSA for construction engineering for the south receiving station project. Eric Dhuse Public Works Name Department Summary A proposed PSA from EEI for construction engineering services for the south receiving station project in the amount of $360,866. This is a budgeted expense in the approved FY26 budget. Background The South Receiving Station is our second, and final receiving station that we need to construct to be able to receive water from DWC when it is available in 2028. We have already awarded the north receiving station, north water tower, south standpipe, and now we are awarding the south receiving station. All these projects are multi-year projects that need to get under construction now to be ready for water in 2028. EEI is proposing a construction engineering agreement for the south receiving station in the amount of $322,691 + $38,175 in direct expenses for a total of $360,866. This project is expected to take multiple years to construct. At this time, we have approved $105,000 in the FY26 budget and put placeholders in for $181,000 in FY27 and $76,000 in FY28 for a total of $362,000. As with the other EEI construction engineering contracts, the services for this proposed contract include project administration, prepare for, attend, and facilitation of meetings, construction coordination, review of shop drawings, review and response to RFI’s, review pay requests, coordinate with USEPA and WIFIA for loan progress reporting, construction observation, staking, record drawings, punch list creation and follow up inspections, and project close out. Recommendation Staff recommends approval of this PSA with EEI in the amount oof $360,866. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: October 10, 2025 Subject: South Receiving Station 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 construct the South Receiving Station for future delivery of Lake Michigan water from the DuPage Water Commission (the “Project”); and WHEREAS, completion of the Project will require engineering services conducted by an outside engineering firm; and WHEREAS, Engineering Enterprises, Inc., of Sugar Grove, Illinois (“EEI”), has prepared an agreement between EEI and the City for engineering services related to the Project (the “Agreement”), said Agreement being attached hereto as Exhibit A; and WHEREAS, EEI has provided engineering services for various projects completed by the City, and the City administration has found that EEI is a qualified and experienced engineering firm; and WHEREAS, the City administration recommends approval of the Agreement. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council (the “Corporate Authorities”) of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Mayor and City Clerk are hereby authorized to execute an Agreement Resolution No. 2025-____ Page 2 for Professional Services – South Receiving Station – Construction Engineering, attached hereto as Exhibit A. Section 3. This Resolution shall be in full force and effect from and after its passage and approval according to law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ 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 SOUTH RECEIVING STATION PAGE 1 Agreement for Professional Services South Receiving Station – Construction Engineering THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as the "Contractor" or “ENGINEER” agrees as follows: A. Services: The Engineer shall furnish the necessary personnel, materials, equipment and expertise to make the necessary investigations, analysis and calculations along with exhibits, cost estimates and narrative, to complete all necessary engineering services to the City as indicated on the included Attachment A. Construction Engineering services shall be provided as indicated on the Scope of Services on Attachment B. Engineering will be in accordance with all City, Standard Specifications for Water and Sewer Construction in Illinois, Illinois Environmental Protection Agency, and Illinois Department of Transportation requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days’ written notice to the non-terminating party or upon completion of the Services. Upon termination the ENGINEER shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to ENGINEER: ENGINEER shall receive as compensation for all work and services to be performed herein an amount based on the Estimated Level of Effort and Associated Cost included in Attachment C. Construction Engineering will be paid for Hourly (HR) at the actual rates for services to be performed, currently estimated at $322,691.00. Direct expenses are estimated at $38,175.00. The hourly rates for this project are shown in Attachment E. All payments will be made according to the Illinois State Prompt Payment Act and not less than once every thirty days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B 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 SOUTH RECEIVING STATION PAGE 2 E. Ownership of Records and Documents: ENGINEER agrees that all books and records and other recorded information developed specifically in connection with this agreement shall remain the property of the City. ENGINEER agrees to keep such information confidential and not to disclose or disseminate the information to third parties without the consent of the City. This confidentiality shall not apply to material or information, which would otherwise be subject to public disclosure through the freedom of information act or if already previously disclosed by a third party. Upon termination of this agreement, ENGINEER agrees to return all such materials to the City. The City agrees not to modify any original documents produced by ENGINEER without Contractor’s 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 ENGINEER: ENGINEER shall have sole control over the manner and means of providing the work and services performed under this agreement. The City’s relationship to the ENGINEER under this agreement shall be that of an independent ENGINEER. ENGINEER will not be considered an employee to the City for any purpose. H. Certifications: Employment Status: The ENGINEER 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 ENGINEER 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 ENGINEER is an individual, the ENGINEER 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 ENGINEER 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 SOUTH RECEIVING STATION PAGE 3 Barred from Contracting: The ENGINEER 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 ENGINEER 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 ENGINEER 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 ENGINEER 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 ENGINEER agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The ENGINEER 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 ENGINEER (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 ENGINEER 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 ENGINEER 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 SOUTH RECEIVING STATION 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 ENGINEER certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): ___ Individual ___ Real Estate Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. I. Indemnification: ENGINEER shall indemnify and hold harmless the City and City’s agents, servants, and employees against all loss, damage, and expense which it may sustain or for which it will become liable on account of injury to or death of persons, or on account of damage to or destruction of property resulting from the performance of work under this agreement by ENGINEER or its Subcontractors, or due to or arising in any manner from the wrongful act or negligence of ENGINEER or its Subcontractors of any employee of any of them. In the event that the either party shall bring any suit, cause of action or counterclaim against the other party, the non-prevailing party shall pay to the prevailing party the cost and expenses incurred to answer and/or defend such action, including reasonable attorney fees and court costs. In no event shall the either party indemnify any other party for the consequences of that party’s negligence, including failure to follow the ENGINEER’s recommendations. J. Insurance: The ENGINEER agrees that it has either attached a copy of all required insurance certificates or that said insurance is not required due to the nature and extent of the types of services rendered hereunder. (Not applicable as having been previously supplied) K. Additional Terms or Modification: The terms of this agreement shall be further modified as provided on the 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: 2025 Standard Schedule of Charges UNITED CITY OF YORKVILLE SOUTH RECEIVING STATION PAGE 5 Attachment F: USEPA Certification Regarding Debarment, Suspension, and Other Responsibility Matters Attachment G: IEPA/USEPA Professional Services Contract Clauses Attachment H: Supplemental USEPA/WIFIA Professional Services Contract Clauses L. Notices: All notices required to be given under the terms of this agreement shall be given mail, addressed to the parties as follows: For the City: For the 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, P.E. Mayor Chief Operating Officer /President _________________________________ ______________________________ Jori Contrino Angela R. Smith City Clerk Director of Marketing and Business Development ENGINEERING ENTERPRISES, INC. OCTOBER 2025 PAGE 1 ATTACHMENT A – 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. OCTOBER 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, IL SOUTH RECEIVING STATION PAGE 1 South Receiving Station United City of Yorkville, IL Professional Services Agreement - Construction Engineering Attachment B – Scope of Services The United City of Yorkville intends to construct the South Receiving Station for future delivery of Lake Michigan water from the DuPage Water Commission. Items include construction of a new building to house a new pressure adjusting station, including booster pumping and pressure reducing components with all process piping, chemical feed system including chlorine and phosphate, architectural components, electrical, connection to existing water main, associated water main piping modifications and valves, SCADA upgrades, and generator. The project is expected to receive WIFIA funding pending closing of the City’s loan application currently in process. The following list of work items summarizes the scope of engineering services for this project, for which a detailed breakdown and estimated level of effort for major items is included in Attachment C: CONSTRUCTION ENGINEERING Construction Administration  Project Administration and Supervision of Staff, Budget  Contracting Coordination with Contractor and the City  Preparation of Construction Issue Plans and Specifications  Prepare for, Attend, and Facilitate the Preconstruction and Construction Progress Meetings with the Contractor Including Preparation of Meeting Minutes (Assumes 12 Total Meetings Max.)  Construction Coordination with Contractor and the City  Review Shop Drawings, O&M Manuals, and Warranty Information  Review and Respond to Contractor Requests for Information (RFIs), Proposed Change Orders (PCOs), and Prepare Change Orders  Review Contractor Pay Requests, Gather Invoices, Waivers of Lien, Certified Payroll, and Material Certification, and Prepare Pay Estimates  Coordinate with USEPA for WIFIA Loan Progress Reporting Construction Layout and Record Drawings  Stake Proposed Structures  Perform Post Construction Field Survey for Record Drawings  Prepare Record Drawings Construction Observation and Documentation  Take Pre-Construction Videos and Photos of Pre-Existing Conditions  Provide Part-Time Construction Observation & Field Reports (Est. Avg. 16 Hours/Week For 44 Weeks)  Provide Weekly Construction Update Emails to City Staff During Construction Activity Onsite  Perform Punch Walks, Prepare Punch List, and Provide Follow Up Inspections and Recommend Acceptance  Prepare Project Closeout Paperwork UNITED CITY OF YORKVILLE, IL SOUTH RECEIVING STATION PAGE 2 NOTES AND EXCLUSIONS  The above scope of services does not include the following: o WIFIA Loan Application or Loan Processing/Coordination other than furnishing required compliance documentation to USEPA (provided by/responsibility of the Contractor to furnish) o WIFIA Loan Disbursement Requests – assumed to be completed under a separate project that will include WIFIA Loan disbursement requests for all projects included under City’s WIFIA Loan o Additional Progress Meetings or Construction Observation Beyond That Specified o Attendance/Presentations at City Meetings o No Shop Drawing Reviews Beyond One Resubmittal for Each Shop Drawing – There Are Provisions in the Project Manual for the Contractor to Reimburse the Engineer for Expenses Related to Each Additional Resubmittal The above scope summarizes the work items that will be completed for this contract. Additional work items, including additional meetings, construction observation, and coordination beyond that defined in the above scope and estimated in the fee estimate shall be considered outside the scope of the base contract and will be billed in accordance with EEI’s Standard Schedule of Charges (Attachment E) in effect at the time the extra work is performed. ATTACHMENT C: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COSTPROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBERUnited City of YorkvilleYO2416-PPROJECT TITLEDATE PREPARED BYSouth Receiving Station10/9/25ROLE PIC SPM PM PE CAD/GIS SUR-PM SURVEY ADMINRATE $256 $243 $218 $175 $182 $218 $182 $75CONSTRUCTION ENGINEERING3.01 Project Administration8 18 26 5,972$ 3.02 Contract Coordination8 8 4 20 3,444$ 3.03 Prepare Construction Issue Plans and Specifications 4 8 12 24 4,456$ 3.04 Weekly Project Update Emails to City Staff (During Construction) 40 40 7,000$ 3.05 Pre-Con Meeting and Monthly Construction Progress Meetings (12 Total Meetings Max.) 36 48 84 16,248$ 3.06 Review Pay Applications (15 Max.)18 52 70 13,024$ 3.07 Review Shop Drawings, O&M Manuals, and Warranty Info 40 160 200 36,720$ 3.08 Review RFI's and PCO's32 40 72 13,976$ 3.09 Construction Staking16 32 48 9,312$ 3.10 Coordination with the City and Contractor 6 9 75 150 240 46,323$ 3.11 Construction Observation & Field Reports (Est. Avg. 16 Hours/Week For 44 Weeks) 24 704 728 128,432$ 3.12 Punchwalks and Punchlists8 40 48 8,744$ 3.13 Prepare and Issue As-Built Drawings8 40 40 8 12 108 19,952$ 3.14 WIFIA Loan Program Construction Coordination16 32 48 9,088$ Construction Engineering Subtotal: 14 9 287 1,322 52 24 44 4 1,756 322,691$ 14 9 287 1,322 52 24 44 4 1,756 322,691 PIC Principal in ChargeDIRECT EXPENSESSPM Senior Project ManagerPrinting/Scanning/Mailing = 750$ PM Project ManagerVehicle = 6,375$ PE Project Engineer16,000$ CAD/GIS CAD/GIS TechnicianArchitectural = 8,250$ SUR-PM Survey Project ManagerGeotechnical Engineering = 4,000$ SURVEY Survey Technician2,800$ ADMIN Administrative AssistantDIRECT EXPENSES = 38,175$ LABOR SUMMARYEEI Labor Expenses = 322,691$ TOTAL LABOR EXPENSES322,691$ TOTAL COSTS 360,866$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comMEP Engineering =Structural Engineering =CRW / CEOTASK NO. TASK DESCRIPTIONHOURS COSTPROJECT TOTAL: ATTACHMENT D: ESTIMATED SCHEDULECLIENT PROJECT NUMBERUnited City of YorkvilleYO2416-PPROJECT TITLEDATE PREPARED BYSouth Receiving StationCRW / CEONOV DEC JAN FEB MAR APR MAYJUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAYJUNCONSTRUCTION ENGINEERING3.01 Project Administration3.02 Contract Coordination3.03 Prepare Construction Issue Plans and Specifications3.04 Weekly Project Update Emails to City Staff (During Construction)3.05 Pre-Con Meeting and Monthly Construction Progress Meetings (12 Total Meetings Max.)3.06 Review Pay Applications (15 Max.)3.07 Review Shop Drawings, O&M Manuals, and Warranty Info3.08 Review RFI's and PCO's3.09 Construction Staking3.10 Coordination with the City and Contractor3.11 Construction Observation & Field Reports (Est. Avg. 16 Hours/Week For 44 Weeks)3.12 Punchwalks and Punchlists3.13 Prepare and Issue As-Built Drawings3.14 WIFIA Loan Program Construction Coordination 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comTASK NO.TASK DESCRIPTION10/9/2520272025 2026 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 ATTACHMENT E: STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2025 United States Environmental Protection Agency Washington, D.C. 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public: (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Typed Name and Title of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. May explanation is attached. EPA FORM 5700-49 (11-88) EPA Project Control Number ATTACHMENT G IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES Audit and Access to Records Clause: A. Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP loan work under this agreement shall be maintained in accordance with generally accepted Accounting Principles. The Agency or any of its authorized representatives shall have access to the books, records, documents and other evidence for the purpose of inspection, audit and copying. Facilities shall be provided for access and inspection. B. Audits conducted pursuant to this provision shall be in accordance with auditing standards generally accepted in the United States of America. C. All information and reports resulting from access to records pursuant to the above shall be disclosed to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report. D. The final audit report shall include the written comments, if any, of the audited parties. E. Records shall be maintained and made available during performance of project services under this agreement and for three years after the final loan closing. In addition, those records that relate to any dispute pursuant to the Loan Rules Section 365.650 or Section 662.650 (Disputes) or litigation or the settlement of claims arising out of project performance or costs or items to which an audit exception has been taken, shall be maintained and made available for three years after the resolution of the appeal, litigation, claim or exception. Covenant Against Contingent Fees: The professional services contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this warranty, the loan recipient shall have the right to annul this agreement without liability or in its discretion to deduct from the contract price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Certification Regarding Debarment, Suspension and Other Responsibility Matters: Form EPA 5700-49 is signed and attached as part of Attachment F-2. USEPA Nondiscrimination Clause: The contractor (engineer) shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. USEPA Fair Share Percentage Clause: The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are utilized when possible as sources of supplies, equipment, construction and services in accordance with the [WPC or PWS] Loan Program rules. As required by the award conditions of USEPA's Assistance Agreement with Illinois EPA, the engineer acknowledges that the fair share percentages are 5% for MBEs & 12% for WBEs”. ATTACHMENT H SUPPLEMENTAL USEPA / WIFIA PROFESSIONAL SERVICES CONTRACT CLAUSES ECONOMIC AND MISCELLANEOUS AUTHORITIES DEBARMENT AND SUSPENSION AND PROHIBITIONS RELATING TO VIOLATIONS OF CWA AND CAA WITH RESPECT TO FEDERAL CONTRACTS, GRANTS, OR LOANS Debarment and Suspension. Contractor certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 2 CFR part 180 and part 1532 (per Executive Order 12549, 51 FR 6370, February 21, 1986) or who is prohibited under Section 306 of the Clean Air Act or Section 508 of the Clean Water Act to participate in the [Project]. Suspension and debarment information can be accessed at http://www.sam.gov. Contractor represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its subcontracts under this Agreement. NEW RESTRICTIONS ON LOBBYING Federal Lobbying Restrictions (31 U.S.C 1352). Recipients of federal financial assistance may not pay any person for influencing or attempting to influence any officer or employee of a federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress with respect to the award, continuation, renewal, amendment, or modification of a federal grant, loan, or contract. These requirements are implemented for USEPA in 40 CFR Part 34, which also describes types of activities, such as legislative liaison activities and professional and technical services, which are not subject to this prohibition. Upon award of this contract, Contractor shall complete and submit to the City the certification and disclosure forms in Appendix A and Appendix B to 40 CFR Part 34. Contractor shall also require all subcontractors and suppliers of any tier awarded a subcontract over $100,000 to similarly complete and submit the certification and disclosure forms pursuant to the process set forth in 40 CFR 34.110. Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #7 Tracking Number PW 2025-100 IDOT IGA – Rt 47 (IDOT Contract 62M71) Public Works Committee – October 21, 2025 Majority Consideration of Approval Please see the attached memo. Brad Sanderson Engineering Name Department This item is related to the reconstruction of Rt 47 from Waterpark Way to Jericho Road. The City previously approved an IGA on February 14, 2025 regarding the funding of the relocation of water main for this project. The state has agreed to pay 100% of the relocation costs. The agreement inadvertently excluded the design engineering costs. The covering of these costs was agreed to previously. Attached is an additional IGA that covers the cost of design engineering. Staff recommends approval of the IGA. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Rob Fredrickson, Finance Director Jori Contrino, City Clerk Date: October 15, 2025 Subject: IDOT IGA – Rt 47 (IDOT Contact 62M71) Resolution No. 2025-____ Page 1 Resolution No. 2025-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS, APPROVING AN AGREEMENT BY AND BETWEEN THE UNITED CITY OF YORKVILLE AND THE STATE OF ILLINOIS ACTING BY AND THROUGH THE DEPARTMENT OF TRANSPORTATION WHEREAS, the United City of Yorkville, Kendall County, Illinois (the “City”) is a duly organized and validly existing non home-rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and WHEREAS, the State of Illinois (the “State”) and the City, in order to facilitate the free flow of traffic and ensure safety to the motoring public, are desirous of improving the roadway pavement of Illinois Route 47/ US 30 from Waterpark Way to Jericho Road, hereinafter referred to as to as the (“Improvement”) or the Project; and WHEREAS, the Constitution of the State of Illinois of 1970, Article VII, Section 10, and the Intergovernmental Cooperation Act, 5 ILCS 220/1 et seq., (collectively, the “Authority”) authorize governmental units to contract or otherwise associate amongst themselves to obtain or share services and to exercise, combine, or transfer any power or function in any manner not prohibited by law; and WHEREAS, the State has requested and the City has agreed to participate in and perform the design engineering for relocation of the water main associated with the Improvement on mainline IL Route 47/ US Route 30 pursuant to the terms set forth in the Agreement by and between the City and the State in the form attached hereto, all as hereinafter set forth. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Resolution No. 2025-____ Page 2 Section 1. The foregoing recitals are incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Agreement, by and between the State of Illinois, acting by and through its Department of Transportation and the United City of Yorkville, in the form attached hereto, is hereby approved and the Mayor and City Clerk are authorized to execute. Section 3. This Resolution shall be in full force and effect upon its passage and approval as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2025. ______________________________ CITY CLERK KEN KOCH _________ DAN TRANSIER _________ ARDEN JOE PLOCHER _________ CRAIG SOLING _________ CHRIS FUNKHOUSER _________ MATT MAREK _________ 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 IL Route 47/ US Route 30 Waterpark Way to Jericho Road Kendall County Contract No.: 62M71 Job No.: C-91-396-20 Agreement No.: JN-126-002 PPS No.:1-77727-2401 AGREEMENT This agreement entered into this day of _________________, A.D., 2025, by and between the STATE OF ILLINOIS, acting by and through its DEPARTMENT OF TRANSPORTATION hereinafter called the STATE, and the UNITED CITY OF YORKVILLE, of the State of Illinois, hereinafter called the CITY. WITNESSETH: WHEREAS, the STATE and the CITY, in order to facilitate the free flow of traffic and ensure safety to the motoring public, are desirous of improving the roadway pavement of Illinois Route 47/ US 30 from Waterpark Way to Jericho Road, hereinafter referred to as the IMPROVEMENT or the Project; and WHEREAS, the STATE has agreed to act as the lead agency in performing the Phase II Engineering, plan preparation, and construction associated with the IMPROVEMENT; and WHEREAS, the CITY has agreed to participate in and perform the DESIGN ENGINEERING for relocation of the water main associated with the IMPROVEMENT on mainline IL Route 47/US Route 30; and WHEREAS, the Agreement is entered into under the authority of the Illinois Constitution and the Intergovernmental Cooperation Act of this State. NOW, THEREFORE, in consideration of the mutual covenants contained herein, the parties hereto agree as follows: -2- 1. The CITY was heretofore requested by the STATE, and has agreed, to perform the necessary DESIGN ENGINEERING services for the Project and authorized its treasurer to accrue reimbursable design engineering costs beginning on 09/25/2023. The CITY has further agreed, however, not to invoice the STATE for any such costs until this Agreement has been fully executed. 2. In order to perform the DESIGN ENGINEERING services described above, CITY agrees to retain and pay for a licensed professional engineering firm to perform and implement whatever DESIGN ENGINEERING services that may be required for relocation of the water main associated with the IMPROVEMENT, subject to reimbursement by the STATE. 3. The STATE agrees to reimburse the CITY for 100% of all costs associated with the DESIGN ENGINEERING services for the water main relocation that was outside the existing right-of- way, and within areas being acquired for the IMPROVEMENT. The CITY’s current cost participation for providing such services is estimated to be Eighty-Two Thousand Dollars ($82,000.00). 4. The STATE further agrees that, upon execution of this Agreement, and receipt of an invoice from the CITY listing the first and subsequent progress payments made to its consulting engineer, the STATE will pay the CITY 100% of all STATE approved costs as invoiced, which shall not exceed Eighty-Two Thousand Dollars ($82,000.00). 5. The construction costs for the physical relocation of the water main associated with the IMPROVEMENT, whether or not included in the DESIGN ENGINEERING services performed by CITY’s consulting engineer, will be paid for by the STATE and will be included in the STATE contract 62M71. 6. Obligations of the STATE and the CITY will cease immediately without penalty or further payment being required if, in any fiscal year, the Illinois General Assembly or Federal funding source fails to appropriate or otherwise make available funds for this DESIGN ENGINEERING undertaken by CITY. -3- 7. This Agreement shall be binding upon and enure to the benefit of the parties hereto, their respective successors and assigns and incorporates and supersedes all other prior or contemporaneous agreements, written or oral, between the parties on this subject. This agreement shall be binding upon and to the benefit of the parties hereto, their successors and assigns. UNITED CITY OF YORKVILLE Attest: _________________________ By: _____________________________ CITY Clerk (Signature) _________________________ By: ______________________________ (Print) Print or Type Title: ____________________________ Date: ____________________ Date: ____________________________ (SEAL) STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION ___________________________ By: Jack Elston, P.E. Date Gia Biagi Engineer of Design & Environment Secretary of Transportation Job Number: C-91-396-20 Agreement No.: JN-126-002 -4- TIN CERTIFICATION The CITY certifies that: 1. The number shown on this form is the CITY’s correct taxpayer identification number (or the CITY) is waiting for a number to be issued to them), and 2. The CITY is not subject to backup withholding because: (a)the CITY is exempt from backup withholding, or (b) the CITY has not been notified by the Internal Revenue Service (IRS) that the CITY is subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that the CITY no longer subject to back-up withholding , and 3. The CITY’s person with signatory authority for this AGREEMENT is a U. S. person (including a U.S. resident alien) Taxpayer Identification Number: ____36-6006169___ Legal Status ___ Individual _X_ Government ___ Sole Proprietor ___ Nonresident Alien ___ Partnership/Legal Corporation ___ Estate or Trust ___ Tax-exempt ___ Pharmacy (Non Corp.) ___ Corporation providing or billing medical and/or health care services ___ Pharmacy/Funeral home /Cemetery ___ Corporation NOT providing or billing medical and/or health care services ___ Limited Liability Company (select applicable tax classification) ___ Other ________________ □ D= Disregarded entity □ C= Corporation □ P= Partnership March 1, 2025 TOTAL Type of Work $%$%$%$%$%$ All roadway work excluding the following: $28,779,360 80% $7,194,840 20%$35,974,200 P&C Engineering (15%) $4,316,904 80% $1,079,226 20%$5,396,130 ROADWAY WORK Bristol Bay Extension $109,500 100% $109,500 P&C Engineering (15%)$16,425 100% $16,425 TRAFFIC SIGNALS IL 47 at Galena Road $336,960 80% $42,120 10% $42,120 10% $421,200 P&C Engineering (15%) $50,544 80% $6,318 10% $6,318 10% $63,180 Emergency Vehicle Pre-emption System Equipment $6,400 100% $6,400 P&C Engineering (15%)$960 100% $960 IL 47 at Jericho Road $341,360 80% $42,670 10% $42,670 10% $426,700 P&C Engineering (15%) $51,204 80% $6,401 10% $6,401 10% $64,005 IL 47 at Waterpark Way $269,760 80% $44,949 13.3% $22,491 6.7% $337,200 P&C Engineering (15%) $40,464 80% $6,742 13.3% $3,374 6.7% $50,580 Emergency Vehicle Pre-emption System Equipment $6,400 100% $6,400 P&C Engineering (15%)$960 100% $960 IL 47 at US30/Baseline Road $386,640 80% $96,660 20%$483,300 P&C Engineering (15%) $57,996 80% $14,499 20%$72,495 Emergency Vehicle Pre-emption System Equipment $8,600 100% $8,600 P&C Engineering (15%)$1,290 100% $1,290 STREET LIGHTING IL 47 at Galena Road - Combination Lighting $11,800 100% $11,800 P&C Engineering (15%)$1,770 100% $1,770 IL 47 at Waterpark Way - Combination Lighting $7,300 100% $7,300 P&C Engineering (15%)$1,095 100% $1,095 IL 47 at US 30/Baseline Road - Full Intersection Lighting $353,920 80% $88,480 20%$442,400 P&C Engineering (15%) $53,088 80% $13,272 20%$66,360 UTILITY ADJUSTMENTS Fire Hydrants to be Adjusted $2,000 100% $2,000 P&C Engineering (15%)$300 100% $300 Watermain $1,084,000 100%$1,084,000 P&C Engineering (15%) $162,600 100%$162,600 TOTAL 45,219,150$ EXHIBIT A ESTIMATE OF COST Contract 62M71 $35,038,200 $9,882,777 NOTE: Local participation shall be predicated upon the percentages shown above for the specified work. Local Agency cost shall be determined by multiplying the final quantities times contract unit price plus the percentage shown for construction and/or preliminary engineering unless otherwise noted. FEDERAL STATE KENDALL COUNTY $62,008 KANE COUNTY $49,071 CITY OF YORKVILLE $187,095 220 230 240 250 260 270 280 290 300 100 105 90 100 110 100 100 300 310 320 330 340 350 1000 1010 1020 1030 95 100 90 100 110"21122'-5 "81111'-2"43110'-4 92'-11" IL ROUTE 47 BERTRAM DRIVEGALENA ROADBRISTOL BAY DRIVEUS ROUTE 30BASELINE ROADJERICHO ROADSTAR LANER O B R O Y C REE K ROB ROY CREEKTEMP EASEPR ROWEX ROW12'12'10'12'12'10' 32' IL ROUTE 47 EX. IL ROUTE 47 12'12'12'12' 32' IL ROUTE 47 PR ROWTEMP EASEEX ROW3 1 2 2 1 3 54 2 1 2 2 1 2 54 66 6 6 1 PROPOSED PAVEMENT 2 3 PROPOSED SHOULDER 4 5 6 PROPOSED CURB AND GUTTER PROPOSED MEDIAN PROPOSED SHARED-USE PATH PROPOSED TOPSOIL AND SEEDING A A A A 2.0%4.0% 2.0%1.5% 1.5%2.0%4.0% 2.0% 4.0%4.0% 4.0%4.0%1:41:31:4 1:4 1:4B B TYPICAL SHOULDER SECTION A-A TYPICAL CURB SECTION B-B TYPICAL SECTION LEGEND SEE BELOWMATCH LINESEE ABOVEMATCH LINE0 1200 2400 3600 SCALE IN FEET 62M71 62G40 LEGEND EXTENSION BRISTOL BAY DRIVE AGENCY: YORKVILLE STA 348+53 TO 349+00 SHARED-USE PATH AGENCY: SUGAR GROVE STA 322+00 TO 348+53 SHARED-USE PATH AGENCY: KANE COUNTY EX. IL ROUTE 47225+00349+00UNITED CITY OF YORKVILLE (EVP) UNITED CITY OF YORKVILLE (COMBINATION LIGHTING) UNITED CITY OF YORKVILLE (SIGNAL MODERNIZATION, E LEG) AGENCY: STA 234+64 TO 322+00 SHARED-USE PATH UNITED CITY OF YORKVILLE AGENCY: STA 234+64 TO 322+00 SHARED-USE PATH UNITED CITY OF YORKVILLE AGENCY: 102+75 BOX CULVERT PROPOSED SN 047-3180 AGENCY: KENDALL COUNTY UNITED CITY OF YORKVILLE (EVP) UNITED CITY OF YORKVILLE (COMBINATION LIGHTING) UNITED CITY OF YORKVILLE (SIGNAL MODERNIZATION, E AND W LEGS) AGENCY: REIMBURSIBLE 100% IDOT COST STA 250+00 TO STA 278+00 (WATER MAIN RELOCATION) UNITED CITY OF YORKVILLE AGENCY: REIMBURSIBLE 100% IDOT COST STA 250+00 TO STA 278+00 (WATER MAIN RELOCATION) UNITED CITY OF YORKVILLE AGENCY:91+25108+90101+25 103+40 UNITED CITY OF YORKVILLE SUGAR GROVE TOWNSHIP VILLAGE OF SUGAR GROVE KANE COUNTY KENDALL COUNTY UNITED CITY OF YORKVILLE 998+75 1026+86 (EVP) UNITED CITY OF YORKVILLE (SIGNAL MODERNIZATION, W LEG) UNITED CITY OF YORKVILLE AGENCY: 91+00108+55KANE COUNTY (EVP) E AND W LEGS) (SIGNAL MODERNIZATION, KANE COUNTY AGENCY: 97+55 US ROUTE 30 IL ROUTE 47 / CORPORATE LIMITS STA 348+53 VILLAGE OF SUGAR GROVE BOX CULVERT SN 045-8305 PROPOSED AGENCY: IDOT TO STA 323+96 FROM STA 322+48 RETAINING WALL PROPOSED SN 045-9200 AGENCY: IDOTGALENA ROADI L ROUTE 47STEEL PLATE BEAM GUARDRAIL STRONG POST GUARDRAIL AND AGENCY: KENDALL COUNTY STEEL PLATE BEAM GUARDRAIL AGENCY: IDOT STEEL PLATE BEAM GUARDRAIL STRONG POST GUARDRAIL AND AGENCY: KENDALL COUNTY GUARDRAIL MAINTENANCE GALENA ROAD CULVERT GALENA ROAD TO US 30/BASELINE ROAD LANDSCAPED MEDIAN (TYP.) AGENCY: UNITED CITY OF YORKVILLE WAYWATERPARK SOUTH LIMIT TO GALENA ROAD LANDSCAPED MEDIAN (TYP.) AGENCY: UNITED CITY OF YORKVILLE 5' SIDEWALK OF YORKVILLE AGENCY: UNITED CITY EXHIBIT D - 62M71: IL ROUTE 47 FROM WATERPARK WAY TO JERICHO ROAD MAINTENANCE EXHIBIT PAGE 1 OF 2 GALENA ROAD TO US 30/BASELINE ROAD LANDSCAPED MEDIAN (TYP.) AGENCY: UNITED CITY OF YORKVILLE (LIMIT OF KENDALL COUNTY MAINTENANCE) STRONG POST GUARDRAIL ATTACHED TO CULVERT AND BARRIER WALL BOX CULVERT, GUARDRAIL PROPOSED SN 045-8306 UNITED CITY OF YORKVILLE AGENCY: 340 350 360 370 380 390 400 410 100 420 430 440 450 460 470 100 105 95 100 100 105 95 100 105IL ROUTE 47JERICHO ROADBNSF BRIDGE OVER IL 47 PROPOSED SN 045-8307 TEMP EASEPR ROWEX ROW12'12'10'12'12'10' 32' IL ROUTE 47 SHOOFLY PROPOSED RAILROAD 12'12'12'12' 32' IL ROUTE 47 PR ROWTEMP EASEEX ROW3 1 2 2 1 3 54 2 1 2 2 1 2 54 66 6 6 1 PROPOSED PAVEMENT 2 3 PROPOSED SHOULDER 4 5 6 PROPOSED CURB AND GUTTER PROPOSED MEDIAN PROPOSED SHARED-USE PATH PROPOSED TOPSOIL AND SEEDING A A 2.0%4.0% 2.0%1.5% 1.5%2.0%4.0% 2.0% 4.0%4.0% 4.0%4.0%1:41:31:4 1:4 1:4B B TYPICAL SHOULDER SECTION A-A TYPICAL CURB SECTION B-B TYPICAL SECTION LEGENDROADROLLING OAKS SEE BELOWMATCH LINESEE ABOVEMATCH LINE0 1200 2400 3600 SCALE IN FEET LEGEND STA 348+53 TO 467+52 SHARED-USE PATH AGENCY: SUGAR GROVE IL ROUTE 47 STA 348+53 TO 467+52 SHARED-USE PATH AGENCY: SUGAR GROVE MAIN STREETW P R AI RIE S T R E E T E PRAIRIE STREETCHELSEA AVENUECROSS STREETVILLAGE OF SUGAR GROVE KANE COUNTY STA 421+20 TO STA 463+70 SANITARY RELOCATION VILLAGE OF SUGAR GROVE STA 419+50 TO MAIN STREET WATER MAIN RELOCATION VILLAGE OF SUGAR GROVE STA 419+50 TO MAIN STREET WATER MAIN RELOCATION VILLAGE OF SUGAR GROVE STA 421+20 TO STA 463+70 SANITARY RELOCATION VILLAGE OF SUGAR GROVE 62M71 62G40349+00CORPORATE LIMITS STA 348+53 VILLAGE OF SUGAR GROVE 5' SIDEWALK VILLAGE OF SUGAR GROVE AGENCY: 93+60 103+00 105+32 92+70 BNSF CROSSING MAIN STREET AT VILLAGE OF SUGAR GROVE (EVP) E & W LEGS) (SIGNAL MODERNIZATION, VILLAGE OF SUGAR GROVE AGENCY: 5' SIDEWALK SUGAR GROVE VILLAGE OF AGENCY: 105+74 TO 460+00 STA 455+75 NOISE WALL PROPOSED 467+52EXHIBIT D - 62G40: IL ROUTE 47 FROM JERICHO ROAD TO CROSS STREET MAINTENANCE EXHIBIT PAGE 2 OF 2 JERICHO ROAD TO CROSS STREET LANDSCAPED MEDIAN (TYP.) AGENCY: VILLAGE OF SUGAR GROVE JERICHO ROAD TO CROSS STREET LANDSCAPED MEDIAN (TYP.) AGENCY: VILLAGE OF SUGAR GROVE Agreement for Professional Services Route 47 Water Main Relocation— Water Park Way to Bertram Drive THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred to as the "City" or"OWNER" and Engineering Enterprises, Inc. hereinafter referred to as the "Contractor" or "ENGINEER" agrees as follows: A. Services: The Engineer shall furnish the necessary personnel, materials, equipment and expertise to make the necessary investigations, analysis and calculations along with exhibits, cost estimates and narrative, to complete all necessary engineering services to the City as indicated on the included Attachment A. Design engineering will be provided for approximately 2,600 linear feet of water main improvements see Attachment E for project limits). Engineering will be in accordance with all City, Standard Specifications for Water and Sewer Construction in Illinois, Illinois Department of Transportation, and Illinois Environmental Protection Agency requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non- terminating party or upon completion of the Services. Upon termination the Contractor shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services to be performed herein, an amount based on the Estimate of Level of Effort and Associated Cost included in Attachment C. Design Engineering will be paid for as a Fixed Fee (FF) in the amount of$81,414, of which direct expenses are estimated at $8,250. The hourly rates for this project are shown in the attached 2023 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, Contractor, 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. PAGE 1 A r E3ERTRAM r 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 Kane 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). PAGE 2 N 7 E._1 - PK.`. .. ia _.R v Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. Barred from Contracting: The Contractor certifies that it has not been barred from contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois Compiled Statutes 5/33E or similar law of another state. Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or more employees certify and agree to take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance program, of prohibited activities and of sanctions that will be imposed for violations; and that individuals with contracts certify that they will not engage in the manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of the contract. Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor agrees to comply with applicable provisions of the Illinois Human Rights Act (775 Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights Rules is specifically incorporated herein. The Contractor shall comply with Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS 582). Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of the date of completion of this Contract or the date of final payment under the Contract, all books and records relating to the performance of the Contract and necessary to support amounts charged to the City under the Contract. The Contract and all books and records related to the Contract shall be available for review and audit by the City and the Illinois Auditor General. If this Contract is funded from contract/grant funds provided by the U.S. Government, the Contract, books, and records shall be available for review and audit by the Comptroller General of the U.S. and/or the Inspector General of the federal 00 PAGE 3 Pa={K b'JA' 1n .7TR'"."1 3 - sponsoring agency. The Contractor agrees to cooperate fully with any audit and to provide full access to all relevant materials. United States Resident Certification: (This certification must be included in all contracts involving personal services by non-resident aliens and foreign entities in accordance with requirements imposed by the Internal Revenue Services for withholding and reporting federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen Resident Alien Non-Resident Alien The Internal Revenue Service requires that taxes be withheld on payments made to non resident aliens for the performance of personal services at the rate of 30%. Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): Individual Real Estate Agent Sole Proprietorship Government Entity Partnership Tax Exempt Organization (IRC 501(a) only) x Corporation Not for Profit Corporation Trust or Estate Medical and Health Care Services Provider Corp. I. Indemnification: Contractor shall indemnify and hold harmless the City and City's agents, servants, and employees against all loss, damage, and expense which it may sustain or for which it will become liable on account of injury to or death of persons, or on account of damage to or destruction of property resulting from the performance of work under this agreement by Contractor or its Subcontractors, or due to or arising in any manner from the wrongful act or negligence of Contractor or its Subcontractors of any employee of any of them. In the event that the either party shall bring any suit, cause of action or counterclaim against the other party, the non-prevailing party shall pay to the prevailing party the cost and expenses incurred to answer and/or defend such action, including reasonable attorney fees and court costs. In no event shall the either party indemnify any other party for the consequences of that party's negligence, including failure to follow the ENGINEER's recommendations. J. Insurance: The contractor agrees that it has either attached a copy of all required insurance certificates or that said insurance is not required due to the nature and extent of the types of services rendered hereunder. (Not applicable as having been previously supplied) K. Additional Terms or Modification: The terms of this agreement shall be further modified as provided on the attached Exhibits. Except for those terms included on the Exhibits, no additional terms are PAGE 4 UNITED CITY OF YORKVILLE ROUTE 47 WATER MAIN RELOCATION-WATER PARK WAY TO BERTRAM DRIVE 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: 2023 Standard Schedule of Charges L. Notices: All notices required to be given under the terms of this agreement shall be given mail, addressed to the parties as follows: For the United City of Yorkville: For the Contractor: City Administrator and City Clerk Engineering Enterprises, Inc. United City of Yorkville 52 Wheeler Road 651 Prairie Pointe 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 OH 202,-(.q United City ofle: Engineering Enterprises, Inc.: John Purcell f Brad Sanderson, PE Mayor Chief Operating Officer/ President 9 Jori Be and Angie Smith City Clerk Executive Assistant PAGE 5 ENGINEERING ENTERPRISES iN,' jUNE 202-3 STANDARD TERMS AND CONDITIONS Agreement: These Standard Terms and Conditions, together with the Professional Services Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises, Inc. (EEI)(hereinafter"Agreement"),and take precedence over any other provisions between the Parties.These terms may be amended, but only if both parties consent in writing. Standard of Care: In providing services under this Agreement,the ENGINEER will endeavor to perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under same circumstances in the same locality. ENGINEER makes no other warranties,express or implied,written or oral under this Agreement or otherwise,in connection with ENGINEER'S service. Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or have authority over any contractor work, nor have authority over or be responsible for the means, methods, techniques sequences, or procedures of construction selected or used by any contractor,or the safety precautions and programs incident thereto,for security or safety of the site, nor for any failure of a contractor to comply with laws and regulations applicable to such contractor's furnishing and performing of its work. The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for contractor's failure to furnish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agents or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose of assessing if upon installation or incorporation in the project work they are generally consistent with the construction documents. OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents. OWNER further agrees that the ENGINEER'S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions. The ENGINEER'S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER'S site observation during construction shall be at the times agreed upon in the Project Scope. Through standard, reasonable means the ENGINEER will become generally familiar with observable completed work. If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER'S opinion of probable construction costs represents ENGINEER'S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor's methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals,bids or actual construction costs will not vary from ENGINEER'S opinion of probable construction costs. Copies of Documents &Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies(also known as hard copies)that are signed or sealed by the ENGINEER. Files in electronic media format of text,data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in electronic media format,ENGINEER makes no representations as to long term compatibility,usability,or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at the beginning of the project. Changed Conditions: If,during the term of this Agreement,circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks,or other material terms of this Agreement,the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation,and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to,the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the termination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions environmental or otherwise)exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition. In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNER: i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and(ii)warrants that the project site is in full compliance with applicable Laws and Regulations. Consequential Damages: Notwithstanding any other provision of this Agreement,and to the fullest extent permitted by law, neither the OWNER nor the ENGINEER,their respective officers,directors,partners,employees,contractors,or subcontractors shall be liable to the other or shall make any claim for any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or to this Agreement.This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of PAGE 1 ENGINEERING ENTERPRISES. INC jUNE 2023 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 asset 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. MCI PAGE 2 Rt 47 Water Main Relocation—Water Park Way to Bertram Drive United City of Yorkville, IL Professional Services Agreement - Design Engineering Attachment B— Scope of Services DESIGN ENGINEERING 2.1 Project Management and Administration Budget Tracking Management of Personnel and the Engineering Contract Coordination with the City and Other Regulatory Agencies(IEPA) 2.2 Project Meetings Project Kick-Off Meeting Between the City and EEI One(1) Design Progress Meeting Between the City and, EEI prior to Bidding One(1) Design Meeting Between the City, IDOT, and EEI prior to Bidding. 2.3 Topographic Survey Field Survey Drafting to Create Base File 2.4 Utility Coordination Design JULIE Plan Submission and Coordinate with Private Utilities 2.5 Final Plans, Specifications and Estimates Preparation of 60%, 90%, and 100% Engineering Plans Preparation of 90%and 100% Project Manual and Engineer's Opinion of Probable Construction Cost. Project Manual Shall Include Bidding and Contract Documents, General Conditions, and Special Provisions. 2.6 Permits Prepare IEPA Documentation for CCDD Management of Soils Prepare IEPA Construction Permit Application and Acquire Permit 2.7 Bidding and Contracting Prepare Bidders List and Ad for Bid Submit Ad for Bid to the Local Paper and Post Bidding Documents on QuestCDN Address Bid Questions and Prepare Addenda Attend Bid Opening Prepare Bid Tab, Bid Summary, and Recommendation of Award Execute Contract Documents The following scope of services will be provided by EEI's Subconsultant: Rubino Engineering—Environmental Assessment The above scope for "Rt 47 Water Main Relocation — Water Park Way to Bertram Drive" summarizes the work items that will be completed for this contract. Additional work items, including additional meetings beyond the meetings defined in the above scope shall be considered outside the scope of base contract and will be billed in accordance with the Standard Schedule of Charges. OF OF i' AND ASSOCIATE• COST PROFESSIONAL United City of Yorkville PROJECT BY Rt 47 Water Main Relocation-Water Park Way to Bertram Drive KDW TASK TASK DESCRIPTION HOURS COST NO. F Project Management and Administration 2 16 10 28 $ 5,662 Project Meetin s 5 6 10 21 $ 4,339 To o raphic Survey 15 12 12 39 $ 7,029 Utility Coordination 1 10 11 $ 2,124 Final Plans,Specifications,and Estimates 8 24 65 65 15 75 252 $ 44,023 2.6 IPermits 4 20 24 $ 4,656 2.7 Bidding and Contracting 1 1 10 1 9 7 33 $ 5,331 Insert Task Subtotal: 16 1 57 1 125 1 74 1 15 12 12 1 15 75 7 408 $ 73,164 PROJECT • 0: Mileage= $ - Printing= $ 250 Material Testing= $ - Environmental Assessment= $ 8,000 DIRECT EXPENSES= $ 8,250 EEI Labor Expenses= $ 73,164 TOTAL LABOR EXPENSES $ 73,164 TOTAL • ATTACHMENT D: ESTIMATED SCHEDULE CLIENT PROJECT NUMBER PROJECT TITLE DATE PREPARED BY JUNE JULY AUG SEPT OCT NOV DEC JAN FEB MAR APR MAY 52 Wheeler Road Sugar Grove, IL 60554 Tel: 630.466,6700 Fax: 630,466.6701 www.eeiweb.com I I I Legend Water Main Replacement Relocation VALVE HYDRANT Water Main UNKNOWN WATER MAIN Diameter 3"WATER MAIN AND SMALLER 4"WATER MAIN 6^WATER MAN 8"WATER MAIN V 10"WATER MAIN 12"WATER MAIN 16"WATER MAIN I. t i I ------t 3 w _ Bertram I i s I F Ge/ena I, 1,000 500 0 Feet 1: DATE: N I Engineering Enterprises, Inc. NOVEMBER2023 ROUTE 47 WATER MAINPROJECTNO.: Yo o3 j RELOCATION BY: MJT LOCATION MAP PATH: H.\G1SW UBLIG\Y0RKVILLEQ011\ I I I STANDARD SCHEDULE OF CHARGES—JANUARY'1, 2023 EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 239.00 Principal E-3 234.00 Senior Project Manager E-2 227.00 Project Manager E-1 204.00 Senior Project Engineer/Surveyor II P-6 192.00 Senior Project Engineer/Surveyor I P-5 179.00 Project Engineer/Surveyor P-4 162.00 Senior Engineer/Surveyor P-3 149.00 Engineer/Surveyor P-2 135.00 Associate Engineer/Surveyor P-1 122.00 Senior Project Technician II T-6 167.00 Senior Project Technician I T-5 156.00 Project Technician T-4 146.00 Senior Technician T-3 135.00 Technician T-2 122.00 Associate Technician T-1 107.00 GIS Technician II G-2 119.00 GIS Technician I G-1 110.00 Engineering/Land Surveying Intern I-1 79.00 Executive Administrative Assistant A-4 75.00 Administrative Assistant A-3 70.00 VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY Vehicle for Construction Observation 15.00 In-House Scanning and Reproduction 0.25/Sq. Ft. (Black & White) 1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone 216.00 Expert Testimony 271.00 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 #8 Tracking Number PW 2025-101 2025 Water Main Replacement – Change Order No. 2 Majority Consideration of Approval Consideration of Change Order No. 2 Brad Sanderson Engineering Name Department Public Works Committee – October 21, 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 entered into an agreement with Winninger Excavating, Inc. for the construction of the 2025 Water Main Replacement project for a value of $4,775,774.55 for the above- referenced project. The current completion date is November 19, 2025. Question Presented: Should the City approve Change Order No. 2 which would adjust the completion date to June 30, 2026? Discussion: The 2025 Water Main Replacement project started later than originally expected due to the late loan execution by the IEPA. Extending the completion date to the spring will allow for the paving to be completed in ideal weather conditions, resulting in a better finished product. We are recommending approval of the change order. Action Required: Consideration of approval of Change Order No. 2 to extend the completion date to June 30, 2026. 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 Contrino, City Clerk Date: October 14, 2025 Subject: 2025 Water Main Replacement CHANGE ORDER Order No. 2 Date: October 14, 2025 Agreement Date: July 7, 2025 NAME OF PROJECT: 2025 Water Main Improvements OWNER: United City of Yorkville CONTRACTOR: Winninger Excavating, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: The project completion date is extended 228 days to June 30, 2026. Change of CONTRACT PRICE: Original CONTRACT PRICE: $4,775,774.55 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $4,775,774.55 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $0.00 The new CONTRACT PRICE including this CHANGE ORDER will be: $4,775,774.55 Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by 228 calendar days. The date for substantial completion for all work except restoration June 30, 2026 The date for completion for all work will be June 30, 2026 Justification Due to a later than expected start caused by IEPA delays. Approvals Required Requested by: United City of Yorkville Recommended by: Engineering Enterprises, Inc. Accepted by: Winninger Excavating, Inc. Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #9 Tracking Number PW 2025-102 Water Meter Replacement – Phase 2 Public Works Committee – October 21, 2025 Supermajority (6 out of 9) Approval Proposal to replace 3,928 water meters to have all meters on AMR technology. Eric Dhuse Public Works Name Department Summary Proposal from Core and Main to complete the last phase of our water meter change out program at a cost of $1,830,389.10 Background Currently, we are in the middle of phase 1 of our water meter replacement program. The City Council approved the work in November of 2024 and installation began in June. At this time, we have replaced over 800 meters with 400 more to go. Staff would like to ask to approve the second phase of this project to be able to seamlessly end phase 1 and begin phase 2. Our staff is used to the process, the residents are used to the process, and the installers are already on site. It would provide great continuity to have phase 2 ready to go as soon as phase 1 is completed. The proposal for the second phase is for 3,928 meters compared to our current phase which was ~1,200. When the second phase is completed, all our meters will be radio read remotely. We will no longer have to walk or drive by to collect the data; it will be accessible as needed. This will improve our efficiency tremendously, and it will help us to better answer questions for residents. This is a much larger phase than our current one. Phase 2 will replace meters all over town based on age. Once completed, our only meter replacements will be due to battery life or malfunction. Staff has checked with the supplier and installer; they both believe that they can have the project completed by next October if we start right as we finish the other phase. Replacing our aging meters will also assist in bringing us into compliance with our mandate to have our non-revenue water loss under 10% by the time we receive Lake Michigan water. In order to prove we are under the 10%, we will need to have this project completed by October 1, 2026, to allow us to collect data for the entire “water” year which is October 1- September 30 of every year. This will give us a full water year to collect data and time to put together the annual water audit to be able to present it to IDNR in early 2028 to start receiving water in summer of 2028. This project was contemplated and approved in the FY26 budget at $1,800,000. Recommendation Staff recommends approval of the proposal from Core and Main in an amount not to exceed $1,830,389.10. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: October 13, 2025 Subject: Water Meter Replacement Phase 2 6829 Irene Road, Belvidere IL., 61008 Date:July 31, 2025 Village:Yorkville Attn:Jon Bauer Product Quantity Extension 5/8" Sensus iPERL Water Meter 0 $130.00 ea $0.00 3/4"S Sensus iPERL Water Meter 3372 $130.00 ea $438,360.00 3/4" Sensus iPERL Water Meter (9"LL)0 $152.00 ea $0.00 1" Sensus iPERL Water Meter 427 $205.00 ea $87,535.00 3/4"S Sensus Ally Water Meter (7 1/2"LL)0 $425.00 ea $0.00 1" Sensus Ally Water Meter (7 1/2"LL)0 $505.00 ea $0.00 Section Total:3799 $525,895.00 1 1/2" Sensus OMNI R2 Water Meter With Integral Strainer, AMR Output 0 $465.00 ea $0.00 2" Sensus OMNI R2 Water Meter With Integral Strainer, AMR Output 0 $650.00 ea $0.00 Section Total:0 $0.00 1 1/2" Sensus OMNI C2 Water Meter with Integral Strainer, AMR Output Pulse Output and Test Outlet 27 $1,250.00 ea $33,750.00 2" Sensus OMNI C2 Water Meter with Integral Strainer, AMR Output Pulse Output and Test Outlet 77 $1,440.00 ea $110,880.00 3" Sensus OMNI C2 Water Meter with Integral Strainer, AMR Output Pulse Output and Test Outlet 15 $1,825.00 ea $27,375.00 4" Sensus OMNI C2 Water Meter with Integral Strainer, AMR Output Pulse Output and Test Outlet 7 $2,840.00 ea $19,880.00 6" Sensus OMNI C2 Water Meter with Integral Strainer, AMR Output Pulse Output and Test Outlet 3 $4,910.00 ea $14,730.00 Section Total:129 $206,615.00 Labor Installation of 5/8" Meter 0 $170.00 ea $0.00 Installation of 3/4" Meter 3340 $170.00 ea $567,800.00 Installation of 1" Meter 427 $170.00 ea $72,590.00 Installation of 1-1/2" Meter 27 $395.00 ea $10,665.00 Installation of 2" Meter 77 $405.00 ea $31,185.00 Installation of 3" Meter 15 $900.00 ea $13,500.00 Installation of 4" Meter 7 $1,175.00 ea $8,225.00 Installation of 6" Meter 3 $4,200.00 ea $12,600.00 Installation of New Wire 0 $90.00 ea $0.00 Installation of Ground Strap 5/8"-1" 0 $55.00 ea $0.00 Correct Hard Plumbing 0 $265.00 ea $0.00 Smartpoint only (outside sets)0 $125.00 ea $0.00 Installation of 3/4" Ball Valve (includes valve) 0 $250.00 ea $0.00 Installation of 1" Ball valve (includes valve)0 $285.00 ea $0.00 Reprogram Meter and Smartpoint Only (Sensus Professional Services)1 $10,000.00 lump sum $10,000.00 Section Total: $726,565.00 Smartpoints 510M Single Port wired Smartpoints 3928 $130.00 ea $510,640.00 Section Total:3928 $510,640.00 Subject: Yorkville 2026 Phase 2 Quotation for Sensus Meters Unit Price New Water Meters New 1 1/2" - 6" OMNI C2 Water Meters New 1 1/2" - 2" OMNI R2 Water Meters # Internal Use Only Meter Accessories 22 Guage 3-Conductor Meter Wire (500' Spool)3 $60.00 ea $180.00 5/8"-1" Ground Clamps 7598 $4.25 ea $32,291.50 #4 Solid Copper Ground Wire (200' Spool)5 $325.00 ea $1,625.00 TouchPad 0 $8.00 ea $0.00 3/4" Meter Gaskets 6744 $0.12 ea $809.28 1" Meter Gaskets 854 $0.14 ea $119.56 1 1/2" Meter Gaskets 54 $1.25 ea $67.50 2" Meter Gaskets 154 $1.50 ea $231.00 3" Meter Gaskets w/ Bolts & Nuts 30 $15.54 ea $466.20 4" Meter Gaskets w/ Bolts & Nuts 14 $20.51 ea $287.14 6" Meter Gaskets w/ Bolts & nuts 6 $27.82 ea $166.92 A23-NL 5/8"X3/4" to 3/4" Adaptor 0 $20.00 ea $0.00 Section Total:$36,244.10 Annual Sensus Analytics SA/RNI Hosting Fee 6.5K Services Year '26 1 $26,645.00 annual $26,645.00 Annual Sensus Analytics SA/RNI Hosting Fee 9K Services Year '27 0 $32,595.00 annual $0.00 Annual Sensus Analytics SA/RNI Hosting Fee 9K Services Year '28 0 $33,573.00 annual $0.00 Annual Sensus Analytics SA/RNI Hosting Fee 9K Services Year '29 0 $34,580.00 annual $0.00 Section Total:$26,645.00 Annual Infrastructure Maintenance Agreement (Year 2 per M400 TGB)2 $2,200.00 annual $4,400.00 Section Total:$4,400.00 Subtotal: $1,830,389.10 NOTE: * Final project pricing shall be determined by actual meter quantities supplied and installed. * Final Pricing subject to volatile market conditions. * Pricing does not include Payment/Performance Bond. * Installation pricing are for 'Labor Only" to replace meter with same lay length meter. * Additional plumbing/pit set pricing determined case by case basis. * Labor assumes no responsibility on ground wire sizing Prices are good until December 31, 2026. Delivery can be made from stock to within twelve (12) weeks from receipt of your purchase order. Our terms of payment are net thirty (30) days. Sincerely, Steve Cooper Steve Cooper Territory Manager Extended Warranties, Training, Management Fee Sensus Analytics SaaS Integration and Hosting Fees # Internal Use Only 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 2025-103 Caledonia Phase 3 – Acceptance Public Works Committee – October 21, 2025 Majority Consideration of Approval Subdivision Acceptance Consideration Brad Sanderson Engineering Name Department The developer has requested that the City accept the public improvements for ownership and maintenance. All work related to the public improvements, including punch list work has been completed. We recommend that the public improvements (water main, sanitary sewer, storm sewer, paving, sidewalk, street lighting and parkway trees) as described in the attached Bill of Sale be accepted for ownership and maintenance by the City. As required by City Code, the developer will be responsible to provide a performance guarantee to cover the one-year maintenance period. This period starts after the City formally accepts the improvements. Original EOPC Value $2,094,499.49 10% of Original EOPC $209,449.95 Required Value (10% of Original) $209,449.95 Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Contrino, City Clerk Date: October 9, 2025 Subject: Caledonia – Phase 3 1 BILL OF SALE Seller, _______________, in consideration of One and 00/100th Dollar ($1.00), receipt hereby acknowledged, does hereby sell, assign, transfer and convey to the Buyer, the United City of Yorkville, an Illinois municipal corporation, at 651 Prairie Pointe Drive, Yorkville, Illinois 60560, the following personal property to wit described in Exhibit A attached hereto for the development know as Caledonia – Phase 3 and generally shown on Exhibit B. Seller hereby represents and warrants to Buyer that Seller is the absolute owner of said property, that said property is free and clear of all liens, charges and encumbrances, and that Seller has full right, power, and authority to sell said property and to make this Bill of Sale. IN WITNESS WHEREOF, Seller has signed and sealed this Bill of Sale at ___________________________________, this _____ day of _______________, 20__. _______________________ Signature of Seller Name: Title: Subscribed and Sworn to before me this _____ day of _____________, 20__. _______________________ Notary Public            UNIT QUANTITIY UNIT QUANTITY                   !                                               !!  !    ! "     # # $#  # %    &       &   &    ' (   &    '#  (     & )#  *+#    &,   #  ,* )  * *+)&&&  )  UTILITIES SANITARY SEWER CONSTRUCTION )  * )#  *+#   & *+    *+  ) -    #  #  )  )   #  )   #   ROADWAY      *  STREET LIGHTING      & MISCELLANEOUS )#  *+#   )  )    *# )   *+#-& )#  *+#   ) *+#-& )     ! )#  *+#   )      *+& )  )  )  SIDEWALK )   *+#-& )  )    ##         WATER MAIN CONSTRUCTION STORM SEWER CONSTRUCTION PinewoodDrNathan DrJonathan DrLongview Dr Caledonia DrCaledonia DrRyan CtBoomhah BlvdGabriel DrRyan DrRyan DrCorneils RdCorneils RdCorneils Rd&RS\ULJKWQHDUPDS.HQGDOO&RXQW\*,6Engineering Enterprises, Inc.:KHHOHU5RDG6XJDU*URYH,OOLQRLV  ZZZHHLZHEFRQLOCATION MAPDATE:SEPTEMBER 2025United City of Yorkville3UDLULH3RLQWH'ULYH<RUNYLOOH,/  KWWSZZZ\RUNYLOOHLOXVCALEDONIA PHASE 381,7('&,7<2)<25.9,//(.(1'$//&2817<,//,12,6CONSULTING ENGINEERS12'$7(5(9,6,216PROJECT NO.:YO2222PATH:H:/GIS/PUBLIC/YORKVILLE/2022/FILE:GGG¢¢NORTH/HJHQG3KDVH%RXQGDU\+?*,6?3XEOLF?<RUNYLOOH??<2?<2B&$/('21,$68%3+$6(DSU[   )HHW              UNIT QUANTITIY UNIT PRICE COST          !      "! ""  #     # !    ! !   ! !""  "    ! ! ! !    # "   " ! !        "" "  " #   "     !  ""!    ! "#  !     ## ##  #! " ! #  !#! "" $   !#"     %!! !! %  %  %!" !" TOTAL COST " #  &      '(  &  &   &  &  &  !&  &  "&  &      % %        '( )     '( ) &  *  )     %  %      +%  ,    )        " - '  &   ' '( &  UTILITIES SANITARY SEWER CONSTRUCTION STREET LIGHTING    -    %   '  *     MISCELLANEOUS SIDEWALK STORM SEWER CONSTRUCTION WATER MAIN CONSTRUCTION &    '( % *  &    '  & %     '( %        )    "&      %  "&      %       + !, &    ' %     &   '( % *  "&   '( % *   & %   '( %     "& %   '( %     !& %   '( %     #"& %   '( %                       UNIT QUANTITY UNIT PRICE COST    ! #    !   !! """  "! !"# TOTAL "TOTAL COST   "" ROADWAY      '   .        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 2025-104 Grande Reserve Unit 12 – Performance Guarantee Release Public Works Committee – October 21, 2025 Majority Consideration of Approval Release of Guarantee Brad Sanderson Engineering Name Department The developer has completed the remaining punch list items from the one-year warranty period. We are now recommending a full release of their remaining performance guarantee bond. The value of the guarantee to be released is $49,309.00. The public improvements were accepted on January 17, 2024. Please let us know if you have any questions. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Contrino, City Clerk Date: October 9, 2025 Subject: Grande Reserve Unit 12 BNSF RRMatlockDrBerrywood LnShoeger DrMill RdMill RdBailey RdBeresford DrBig RockBlvdKenned y Rd Kennedy R dShoeger CtLeh man CrossingTuscany TrlBissel Dr Galena RdEngineering Enterprises, Inc.52 Wheeler RoadSugar Grove, Illinois 60554(630) 466-6700 / www.eeiweb.conGRANDE RESERVELOCATION MAPDATE:DECEMBER 2023United City of Yorkville651 Prairie Pointe Dr.Yorkville, IL 60560(630) 553-4350http://www.yorkville.il.usUNIT 12UNITED CITY OF YORKVILLEKENDALL COUNTY, ILLINOISCONSULTING ENGINEERSNO. DATE REVISIONSPROJECT NO.:YO2034PATH:H:/GIS/PUBLIC/YORKVILLE/2034/FILE:fffääNORTHLegendUnit 12 BoundaryH:\GIS\Public\Yorkville\2020\YO2034\YO2034_ Grande Reserve Unit 12.mxd600 0 600300 Feet Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #12 Tracking Number PW 2025-105 Grande Reserve Unit 15 – Performance Guarantee Release Public Works Committee – October 21, 2025 Majority Consideration of Approval Release of Guarantee Brad Sanderson Engineering Name Department The developer has completed the remaining punch list items from the one-year warranty period. We are now recommending a full release of their remaining performance guarantee bond. The value of the guarantee to be released is $97,889.00. The public improvements were accepted on January 17, 2024. Please let us know if you have any questions. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Contrino, City Clerk Date: October 9, 2025 Subject: Grande Reserve Unit 15 BNSF RRMatlock Dr Mill RdMill RdPreston DrShoeger DrShoegerCtGalena RdB a i ley RdBeresford DrBig RockBlvdHavenhill CtBrady StKennedy Rd Kennedy RdTuscany TrlSeeley StLehman Crossing Bissel Dr Berrywood LnEngineering Enterprises, Inc.52 Wheeler RoadSugar Grove, Illinois 60554(630) 466-6700 / www.eeiweb.conGRANDE RESERVELOCATION MAPDATE:NOVEMBER 2023United City of Yorkville651 Prairie Pointe Dr.Yorkville, IL 60560(630) 553-4350http://www.yorkville.il.usUNIT 15UNITED CITY OF YORKVILLEKENDALL COUNTY, ILLINOISCONSULTING ENGINEERSNO. DATE REVISIONSPROJECT NO.:YO2034PATH:H:/GIS/PUBLIC/YORKVILLE/2034/FILE:fffääNORTHLegendUnit 15 BoundaryH:\GIS\Public\Yorkville\2020\YO2034\YO2034_ Grande Reserve Unit 15.mxd600 0 600300 Feet Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #13 Tracking Number PW 2025-106 Grande Reserve Unit 22 – Performance Guarantee Release Public Works Committee – October 21, 2025 Majority Consideration of Approval Release of Guarantee Brad Sanderson Engineering Name Department The developer has completed the remaining punch list items from the one-year warranty period. We are now recommending a full release of their remaining performance guarantee bond. The value of the guarantee to be released is $37,038.00. The public improvements were accepted on January 17, 2024. Please let us know if you have any questions. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Contrino, City Clerk Date: October 9, 2025 Subject: Grande Reserve Unit 22 BNSF RRM atlock DrBerrywood LnShoeger DrShoegerCtBail ey RdMill RdMill RdBeresford DrBig RockBlvdGalena RdTuscany TrlKenne dy Rd Kennedy R d Lehman Crossing Biss el Dr Engineering Enterprises, Inc.52 Wheeler RoadSugar Grove, Illinois 60554(630) 466-6700 / www.eeiweb.conGRANDE RESERVELOCATION MAPDATE:NOVEMBER 2023United City of Yorkville651 Prairie Pointe Dr.Yorkville, IL 60560(630) 553-4350http://www.yorkville.il.usUNIT 22UNITED CITY OF YORKVILLEKENDALL COUNTY, ILLINOISCONSULTING ENGINEERSNO. DATE REVISIONSPROJECT NO.:YO2034PATH:H:/GIS/PUBLIC/YORKVILLE/2034/FILE:fffääNORTHLegendUnit 22 BoundaryH:\GIS\Public\Yorkville\2020\YO2034\YO2034_ Grande Reserve Unit 22.mxd600 0 600300 Feet Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #14 Tracking Number PW 2025-107 Grande Reserve – Unit 28 Plat of Easement Grant Public Works Committee – October 21, 2025 Approval Consideration of Approval Please see the attached memo. Brad Sanderson Engineering Name Department The developer is proceeding with the construction of Unit 28 within the City. As part of the development, there are easements to be dedicated to the City for public utilities. 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: Date: Eric Dhuse, Director of Public Works Jori Contrino, City Clerk Rob Fredrickson, Finance Director October 15, 2025 Subject: Grande Reserve - Unit 28 Plat of Easement PROJ. MGR.:DRAWN BY:DATE:SCALE:OFSHEETPROJ. ASSOC.:DATE REVISIONS DRAWN BYTM700 Springer Drive, Lombard, IL 60148 ph:630.691.8500 fx: 630.691.8585 manhard.comCivil Engineers | Surveyors | Water Resource Engineers | Water & Waste Water EngineersConstruction Managers | Environmental Scientists | Landscape Architects | PlannersUNSUBDIVIDED (02-11-300-033)YORKVILLE, ILLINOISPLAT OF EASEMENT GRANTFebruary 13, 2025 - 13:09 Dwg Name: P:\Aplyvil03\dwg\Surv\Final Drawings\Plat of Easement\APLYVIL03-PE 02.dwg Updated By: tlemmer PROJ. MGR.:DRAWN BY:DATE:SCALE:OFSHEETPROJ. ASSOC.:DATE REVISIONS DRAWN BYTM700 Springer Drive, Lombard, IL 60148 ph:630.691.8500 fx: 630.691.8585 manhard.comCivil Engineers | Surveyors | Water Resource Engineers | Water & Waste Water EngineersConstruction Managers | Environmental Scientists | Landscape Architects | PlannersUNSUBDIVIDED (02-11-300-033)YORKVILLE, ILLINOISPLAT OF EASEMENT GRANTFebruary 13, 2025 - 13:09 Dwg Name: P:\Aplyvil03\dwg\Surv\Final Drawings\Plat of Easement\APLYVIL03-PE 02.dwg Updated By: tlemmer’“” 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 #15 Tracking Number PW 2025-108 2024 Water Main Replacement – Contracts A and B – WIFIA Change Orders Public Works Committee – October 21, 2025 Majority Consideration of Change Orders Change orders necessary to meet WIFIA requirements. Brad Sanderson Engineering Name Department Summary Approval of a series of change orders related to the 2024 Water Main Improvements – Contracts A and B. These changes are necessary to ensure the projects conform to the federal requirements associated with the City’s pending Water Infrastructure Finance and Innovation Act (WIFIA) loan program. Background The 2024 Water Main Improvements are part of the City’s broader water system renewal initiative, aimed at replacing aging infrastructure and improving reliability in preparation for the transition to Lake Michigan water. Contract A of the 2024 Water Main Replacement Program focused on the replacement of deteriorated water mains north of the Fox River, west of Route 47, and south of Route 34, including Center, West, Park, Spring, Colton, and River Streets. Contract B of the program concentrated on water main replacement within and around the Fox Industrial Park, encompassing Beaver, Deer, Badger and Wolf Streets. These areas were prioritized based on main age, leak history, and coordination with planned roadway resurfacing. The projects were originally designed and competitively bid prior to the City’s decision to incorporate them within the scope of the WIFIA loan program. Although construction has been fully completed, several contract amendments are now required to ensure compliance with WIFIA documentation standards and federal procurement requirements. These change orders do not modify the approved scope of work or alter the overall project cost but are necessary to align the completed project documentation with WIFIA funding, reporting and compliance standards. A summary of change orders for the 2024 Water Main Replacement Program, for both Contract A and Contract B are summarized below: x Contract A – Conley Excavating, Inc. o Change Order No. 1 – Construction Contract – Exhibit A o Change Order No. 1 – Design Engineering Agreement (EEI) – Exhibit B o Change Order No. 1 – Construction Engineering Agreement (EEI) – Exhibit C Memorandum To: Public Works Committee From: Rob Fredrickson, Finance Director Date: October 16, 2025 Subject: 2024A/B Water Main Replacement – WIFIA Change Orders x Contract B – Winninger Excavating, Inc. o Change Order No. 2 – Construction Contract – Exhibit D o Change Order No. 1 – Design Engineering Agreement (EEI) – Exhibit E o Change Order No. 1 – Construction Engineering Agreement (EEI) – Exhibit F Each of the above change orders has been reviewed by City staff and EEI to confirm compliance with WIFIA requirements. As noted on the preceding page, no additional appropriations are needed and the projects remain within previously approved budget allocations. By approving the proposed change orders, the City will secure access to federal funding that will assist in meeting Yorkville’s financial obligations under the deposit schedule established by the DuPage Water Commission (DWC) for construction of the regional transmission main serving the WaterLink communities. Incorporating these project costs under the WIFIA loan program will help ensure the timely fulfillment of the City’s financial commitments while supporting the continued progress of this critical regional water infrastructure initiative. Recommendation Staff recommends approval of the attached change orders for the 2024 Water Main Replacement Program. CHANGE ORDER Order No. 1 (Davis-Bacon Rates) Date: October 7, 2025 Agreement Date: April 23, 2024 NAME OF PROJECT: 2024 Water Main Improvements – Contract A OWNER: United City of Yorkville CONTRACTOR: Conley Excavating, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: The attached Davis-Bacon wage rates were included in the contract documents. Change of CONTRACT PRICE: Original CONTRACT PRICE: $2,312,286.15 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $2,312,286.15 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $0.00 The new CONTRACT PRICE including this CHANGE ORDER will be: $2,312,286.15 Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by 0 calendar days. The date for substantial completion for all work except restoration The date for completion for all work will be Justification The intent is to meet the WIFIA funding requirements. Approvals Required Requested by: United City of Yorkville Recommended by: Engineering Enterprises, Inc. Accepted by: Conley Excavating, Inc. Exhibit A OvertimeTrade Title RgType C Base Foreman M-F Sa Su Hol H/W PensionVac TrngOtherInsAdd OT 1.5x owedAdd OT 2.0x owedASBESTOS ABT-GENAllALL 48.90 49.90 1.5 1.5 2.0 2.0 15.28 18.00 0.00 0.91 0.00 0.00ASBESTOS ABT-MECAllBLD 40.59 43.84 1.5 1.5 2.0 2.0 15.22 15.16 0.00 0.88 2.80 5.60BOILERMAKERAllBLD 54.71 59.63 2.0 2.0 2.0 2.0 6.97 25.06 0.00 2.83 0.00 0.00BRICK MASONAllBLD 50.81 55.89 1.5 1.5 2.0 2.0 12.50 23.01 0.00 1.16 0.00 0.00 0.00CARPENTERAllALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.77 1.20 0.81 0.00 0.00CEMENT MASONAllALL 50.70 52.70 2.0 1.5 2.0 2.0 11.89 27.82 0.00 0.80 0.00 0.00 0.00CERAMIC TILE FINISHERAllBLD 45.62 45.62 1.5 1.5 2.0 2.0 12.75 15.64 0.00 1.04 0.00 0.00 0.00CERAMIC TILE LAYERAllBLD 53.14 58.14 1.5 1.5 2.0 2.0 12.75 19.41 0.00 1.12 0.00 0.00 0.00COMMUNICATION TECHNICIANAllBLD 44.15 46.95 1.5 1.5 2.0 2.0 17.30 16.36 0.00 1.54 0.00 0.00 0.00ELECTRIC PWR EQMT OPAllALL 49.22 67.16 1.5 1.5 2.0 2.0 7.00 13.79 0.00 1.47 1.48 0.00 0.00ELECTRIC PWR GRNDMANAllALL 37.81 67.16 1.5 1.5 2.0 2.0 7.00 10.58 0.00 1.14 1.13 0.00 0.00ELECTRIC PWR LINEMANAllALL 59.17 67.16 1.5 1.5 2.0 2.0 7.00 16.57 0.00 1.77 1.78 0.00 0.00ELECTRIC PWR TRK DRVAllALL 39.19 67.16 1.5 1.5 2.0 2.0 7.00 10.98 0.00 1.17 1.18 0.00 0.00ELECTRICIANAllBLD 53.32 57.57 1.5 1.5 2.0 2.0 18.05 19.93 0.00 1.87 0.00 0.00 0.00ELEVATOR CONSTRUCTORAllBLD 65.12 73.26 2.0 2.0 2.0 2.0 16.08 20.56 5.20 0.70 0.00 0.00GLAZIERAllBLD 49.75 51.25 1.5 2.0 2.0 2.0 15.44 25.36 0.00 2.07 0.00 0.00 0.00HEAT/FROST INSULATORAllBLD 54.12 57.37 1.5 1.5 2.0 2.0 15.22 17.86 0.00 0.88 4.15 8.30IRON WORKERNALL 51.00 56.10 2.0 2.0 2.0 2.0 13.81 28.79 0.00 1.00 0.00 0.00 0.00IRON WORKERSALL 49.00 53.90 2.0 2.0 2.0 2.0 13.81 29.18 0.00 1.00 0.00 0.00 0.00LABORERAllALL 48.90 49.65 1.5 1.5 2.0 2.0 15.28 18.00 0.00 0.91 0.00 0.00LATHERAllALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.77 1.20 0.81 0.00 0.00MACHINISTAllBLD 55.74 59.74 1.5 1.5 2.0 2.0 9.93 8.95 1.85 1.47 0.00 0.00MARBLE FINISHERAllALL 38.75 52.46 1.5 1.5 2.0 2.0 12.50 20.95 0.00 0.66 0.00 0.00 0.00MARBLE SETTERAllBLD 49.96 54.96 1.5 1.5 2.0 2.0 12.50 22.31 0.00 0.85 0.00 0.00 0.00MATERIAL TESTER IAllALL 38.90 1.5 1.5 2.0 2.0 15.28 18.00 0.00 0.91 0.00 0.00MATERIALS TESTER IIAllALL 43.90 1.5 1.5 2.0 2.0 15.28 18.00 0.00 0.91 0.00 0.00Kendall County Prevailing Wage Rates posted on 12/7/2023 MILLWRIGHTAllALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.77 1.20 0.81 0.00 0.00OPERATING ENGINEERAllBLD 1 56.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 2 55.30 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 3 52.75 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 4 51.00 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 5 60.35 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 6 57.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 7 59.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllFLT 41.00 41.00 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15 0.00 0.00OPERATING ENGINEERAllHWY 1 54.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 2 54.25 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 3 52.20 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 4 50.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 5 49.60 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 6 57.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 7 55.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00PAINTERAllALL 51.55 53.55 1.5 1.5 1.5 2.0 17.98 7.15 0.00 1.55 0.00 0.00 0.00PAINTER - SIGNSAllBLD 41.55 46.67 1.5 1.5 2.0 2.0 3.04 3.90 0.00 0.00 0.00 0.00 0.00PILEDRIVERAllALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.77 1.20 0.81 0.00 0.00PIPEFITTERAllBLD 55.00 58.00 1.5 1.5 2.0 2.0 12.65 22.85 0.00 3.12 0.00 0.00 0.00PLASTERERAllBLD 48.75 51.68 1.5 1.5 2.0 2.0 17.33 20.33 0.00 1.15 0.00 0.00 0.00PLUMBERAllBLD 56.80 60.20 1.5 1.5 2.0 2.0 17.00 17.29 0.00 1.73 0.00 0.00ROOFERAllBLD 49.25 54.25 1.5 1.5 2.0 2.0 11.83 16.14 0.00 1.11 0.00 0.00 0.00SHEETMETAL WORKERAllBLD 54.25 56.96 1.5 1.5 2.0 2.0 13.60 19.43 0.00 1.59 2.62 0.00 0.00SPRINKLER FITTERAllBLD 56.70 59.45 1.5 1.5 2.0 2.0 14.45 18.70 0.00 0.75 0.00 0.00 0.00STONE MASONAllBLD 50.81 55.89 1.5 1.5 2.0 2.0 12.50 23.01 0.00 1.16 0.00 0.00 0.00TERRAZZO FINISHERAllBLD 46.94 46.94 1.5 1.5 2.0 2.0 12.75 17.73 0.00 1.07 0.00 0.00 0.00TERRAZZO MECHANICAllBLD 50.85 54.35 1.5 1.5 2.0 2.0 12.75 19.12 0.00 1.10 0.00 0.00 0.00TRUCK DRIVERAllALL 1 43.70 44.25 1.5 1.5 2.0 2.0 11.15 13.26 0.00 0.15 0.00 0.00 0.00TRUCK DRIVERAllALL 2 43.85 44.25 1.5 1.5 2.0 2.0 11.15 13.26 0.00 0.15 0.00 0.00 0.00Kendall County Prevailing Wage Rates posted on 12/7/2023 TRUCK DRIVERAllALL 3 44.05 44.25 1.5 1.5 2.0 2.0 11.15 13.26 0.00 0.15 0.00 0.00 0.00TRUCK DRIVERAllALL 4 44.25 44.25 1.5 1.5 2.0 2.0 11.15 13.26 0.00 0.15 0.00 0.00 0.00TUCKPOINTERAllBLD 50.53 51.53 1.5 1.5 2.0 2.0 9.55 21.72 0.00 1.11 0.00 0.00 0.00LegendRg RegionType Trade Type - All,Highway,Building,Floating,Oil & Chip,RiversC ClassBase Base Wage RateOT M-F Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage.OT Sa Overtime pay required for every hour worked on SaturdaysOT Su Overtime pay required for every hour worked on SundaysOT Hol Overtime pay required for every hour worked on HolidaysH/W Health/Welfare benefitVac VacationTrng TrainingOther Ins Employer hourly cost for any other type(s) of insurance provided for benefit of worker.Explanations KENDALL COUNTYThe following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties.£ Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday.£ This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration.£ If in doubt, please check with IDOL.Iron Workers North - Starting from the Will County and Kendall County border at Rt. 126 and County Line Road.£ Follow Rt. 126 West to Grove Road. Grove Road South to Caton Farm Road.£ Caton Farm Road West to Lisbon Road.£ Lisbon Road South to Route 52.£ Rt. 52 West to County Line Road at the LaSalle / Kendall County Line.£ £EXPLANATION OF CLASSESASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed.£ This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date.ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to£ remain. CERAMIC TILE FINISHERKendall County Prevailing Wage Rates posted on 12/7/2023 The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior.£ The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials.£ Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work.£ Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile.£ The clean up and removal of all waste and materials.£ All demolition of existing tile floors and walls to be re-tiled.COMMUNICATIONS TECHNICIANConstruction, installation, maintenance and removal of telecommunication facilities (voice, sound, data and video), telephone, security, and data inside£ wire, interconnect, terminal equipment, central offices, PABX and equipment, micro waves, V-SAT, bypass, CATV, WAN (wide area network), LAN (local area£ networks), and ISDN (integrated system digital network), pulling of wire in raceways, but not the installation of raceways.MARBLE FINISHERLoading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner.MATERIAL TESTER I:£ Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt.MATERIAL TESTER II:£ Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures.Kendall County Prevailing Wage Rates posted on 12/7/2023 OPERATING ENGINEER - BUILDINGClass 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines.Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift.Class 5. Assistant Craft Foreman.Class 6. Gradall.Class 7. Mechanics; Welder.OPERATING ENGINEERS - HIGHWAY CONSTRUCTIONClass 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Kendall County Prevailing Wage Rates posted on 12/7/2023 Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine;£ Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO).Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats.Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven.Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers.Class 6. Field Mechanics and Field WeldersClass 7. Dowell Machine with Air Compressor; Gradall and machines of like nature.OPERATING ENGINEERS - FLOATINGDiver. Diver Wet Tender, Diver Tender, ROV Pilot, ROV TenderKendall County Prevailing Wage Rates posted on 12/7/2023 TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTIONClass 1.£ Two or three Axle Trucks.£ A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by£ cars, pick-up trucks and tractors; Ambulances Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers;£ Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling£ warning lights, barricades, and portable toilets on the job site.Class 2.£ Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling£ other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards; Ready-mix Plant Hopper Operator, and Winch Trucks,£ 2 Axles.Class 3.£ Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when£ pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over;£ Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter.Class 4.£ Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment£ like P.B. and trucks with scoops on the front.TERRAZZO FINISHERThe handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics.Other Classifications of Work:For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will£ upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this£ document.£ If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination£ being then deemed to have existed under this determination.£ If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for£ wage rates or clarifications.LANDSCAPINGLandscaping work falls under the existing classifications for laborer, operating engineer and truck driver.£ The work performed by landscape plantsman and£ landscape laborer is covered by the existing classification of laborer.£ The work performed by landscape operators (regardless of equipment used or its size) is£ covered by the classifications of operating engineer.£ The work Kendall County Prevailing Wage Rates posted on 12/7/2023 performed by landscape truck drivers (regardless of size of truck driven) is covered by the£ classifications of truck driver.MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND IINotwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II".Kendall County Prevailing Wage Rates posted on 12/7/2023 To: Bart Olson Change Order Number: 1 City Administrator Change Order Date: 10/9/25 United City of Yorkville 651 Prairie Pointe Drive Project Name: 2024 Water Main Improvements - Contract A Project Number: YO2314 Description of Work / Scope Change / Reason for Change The 2024 Water Main Improvements projects were not originally intended to be funded by WIFIA. The attached documents are being included in the Design Engineering Agreement in order to meet WIFIA requirements. This change order does not affect the contract price for the project. Authorized by: Authorized by Owner/Client/Agent: Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, IL 60554 By:_____________________________ By:____________________________ Date:___________________________ Date:___________________________ CHANGE ORDER Exhibit B ATTACHMENT G IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES Audit and Access to Records Clause: A. Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP loan work under this agreement shall be maintained in accordance with generally accepted Accounting Principles. The Agency or any of its authorized representatives shall have access to the books, records, documents and other evidence for the purpose of inspection, audit and copying. Facilities shall be provided for access and inspection. B. Audits conducted pursuant to this provision shall be in accordance with auditing standards generally accepted in the United States of America. C. All information and reports resulting from access to records pursuant to the above shall be disclosed to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report. D. The final audit report shall include the written comments, if any, of the audited parties. E. Records shall be maintained and made available during performance of project services under this agreement and for three years after the final loan closing. In addition, those records that relate to any dispute pursuant to the Loan Rules Section 365.650 or Section 662.650 (Disputes) or litigation or the settlement of claims arising out of project performance or costs or items to which an audit exception has been taken, shall be maintained and made available for three years after the resolution of the appeal, litigation, claim or exception. Covenant Against Contingent Fees: The professional services contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this warranty, the loan recipient shall have the right to annul this agreement without liability or in its discretion to deduct from the contract price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Certification Regarding Debarment, Suspension and Other Responsibility Matters: Form EPA 5700-49 is signed and attached as part of Attachment F-2. USEPA Nondiscrimination Clause: The contractor (engineer) shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. USEPA Fair Share Percentage Clause: The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are utilized when possible as sources of supplies, equipment, construction and services in accordance with the [WPC or PWS] Loan Program rules. As required by the award conditions of USEPA's Assistance Agreement with Illinois EPA, the engineer acknowledges that the fair share percentages are 5% for MBEs & 12% for WBEs”. ATTACHMENT H SUPPLEMENTAL USEPA / WIFIA PROFESSIONAL SERVICES CONTRACT CLAUSES ECONOMIC AND MISCELLANEOUS AUTHORITIES DEBARMENT AND SUSPENSION AND PROHIBITIONS RELATING TO VIOLATIONS OF CWA AND CAA WITH RESPECT TO FEDERAL CONTRACTS, GRANTS, OR LOANS Debarment and Suspension. Contractor certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 2 CFR part 180 and part 1532 (per Executive Order 12549, 51 FR 6370, February 21, 1986) or who is prohibited under Section 306 of the Clean Air Act or Section 508 of the Clean Water Act to participate in the [Project]. Suspension and debarment information can be accessed at http://www.sam.gov. Contractor represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its subcontracts under this Agreement. NEW RESTRICTIONS ON LOBBYING Federal Lobbying Restrictions (31 U.S.C 1352). Recipients of federal financial assistance may not pay any person for influencing or attempting to influence any officer or employee of a federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress with respect to the award, continuation, renewal, amendment, or modification of a federal grant, loan, or contract. These requirements are implemented for USEPA in 40 CFR Part 34, which also describes types of activities, such as legislative liaison activities and professional and technical services, which are not subject to this prohibition. Upon award of this contract, Contractor shall complete and submit to the City the certification and disclosure forms in Appendix A and Appendix B to 40 CFR Part 34. Contractor shall also require all subcontractors and suppliers of any tier awarded a subcontract over $100,000 to similarly complete and submit the certification and disclosure forms pursuant to the process set forth in 40 CFR 34.110. To: Bart Olson Change Order Number: 1 City Administrator Change Order Date: 10/9/25 United City of Yorkville 651 Prairie Pointe Drive Project Name: 2024 Water Main Improvements - Contract A Project Number: YO2314 Description of Work / Scope Change / Reason for Change The 2024 Water Main Improvements projects were not originally intended to be funded by WIFIA. The attached documents are being included in the Construction Engineering Agreement in order to meet WIFIA requirements. This change order does not affect the contract price for the project. Authorized by: Authorized by Owner/Client/Agent: Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, IL 60554 By:_____________________________ By:____________________________ Date:___________________________ Date:___________________________ CHANGE ORDER Exhibit C ATTACHMENT G IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES Audit and Access to Records Clause: A. Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP loan work under this agreement shall be maintained in accordance with generally accepted Accounting Principles. The Agency or any of its authorized representatives shall have access to the books, records, documents and other evidence for the purpose of inspection, audit and copying. Facilities shall be provided for access and inspection. B. Audits conducted pursuant to this provision shall be in accordance with auditing standards generally accepted in the United States of America. C. All information and reports resulting from access to records pursuant to the above shall be disclosed to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report. D. The final audit report shall include the written comments, if any, of the audited parties. E. Records shall be maintained and made available during performance of project services under this agreement and for three years after the final loan closing. In addition, those records that relate to any dispute pursuant to the Loan Rules Section 365.650 or Section 662.650 (Disputes) or litigation or the settlement of claims arising out of project performance or costs or items to which an audit exception has been taken, shall be maintained and made available for three years after the resolution of the appeal, litigation, claim or exception. Covenant Against Contingent Fees: The professional services contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this warranty, the loan recipient shall have the right to annul this agreement without liability or in its discretion to deduct from the contract price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Certification Regarding Debarment, Suspension and Other Responsibility Matters: Form EPA 5700-49 is signed and attached as part of Attachment F-2. USEPA Nondiscrimination Clause: The contractor (engineer) shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. USEPA Fair Share Percentage Clause: The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are utilized when possible as sources of supplies, equipment, construction and services in accordance with the [WPC or PWS] Loan Program rules. As required by the award conditions of USEPA's Assistance Agreement with Illinois EPA, the engineer acknowledges that the fair share percentages are 5% for MBEs & 12% for WBEs”. ATTACHMENT H SUPPLEMENTAL USEPA / WIFIA PROFESSIONAL SERVICES CONTRACT CLAUSES ECONOMIC AND MISCELLANEOUS AUTHORITIES DEBARMENT AND SUSPENSION AND PROHIBITIONS RELATING TO VIOLATIONS OF CWA AND CAA WITH RESPECT TO FEDERAL CONTRACTS, GRANTS, OR LOANS Debarment and Suspension. Contractor certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 2 CFR part 180 and part 1532 (per Executive Order 12549, 51 FR 6370, February 21, 1986) or who is prohibited under Section 306 of the Clean Air Act or Section 508 of the Clean Water Act to participate in the [Project]. Suspension and debarment information can be accessed at http://www.sam.gov. Contractor represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its subcontracts under this Agreement. NEW RESTRICTIONS ON LOBBYING Federal Lobbying Restrictions (31 U.S.C 1352). Recipients of federal financial assistance may not pay any person for influencing or attempting to influence any officer or employee of a federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress with respect to the award, continuation, renewal, amendment, or modification of a federal grant, loan, or contract. These requirements are implemented for USEPA in 40 CFR Part 34, which also describes types of activities, such as legislative liaison activities and professional and technical services, which are not subject to this prohibition. Upon award of this contract, Contractor shall complete and submit to the City the certification and disclosure forms in Appendix A and Appendix B to 40 CFR Part 34. Contractor shall also require all subcontractors and suppliers of any tier awarded a subcontract over $100,000 to similarly complete and submit the certification and disclosure forms pursuant to the process set forth in 40 CFR 34.110. CHANGE ORDER Order No. 2 (Davis-Bacon Rates) Date: October 7, 2025 Agreement Date: February 15, 2024 NAME OF PROJECT: 2024 Water Main Improvements – Contract B OWNER: United City of Yorkville CONTRACTOR: Winninger Excavating, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: The attached Davis-Bacon wage rates were included in the contract documents. Change of CONTRACT PRICE: Original CONTRACT PRICE: $2,719,454.25 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $2,573,812.40 The CONTRACT PRICE due to this CHANGE ORDER will be (increased) (decreased) by: $0.00 The new CONTRACT PRICE including this CHANGE ORDER will be: $2,573,812.40 Change to CONTRACT TIME: The CONTRACT TIME will be (increased) (decreased) by 0 calendar days. The date for substantial completion for all work except restoration The date for completion for all work will be Justification The intent is to meet the WIFIA funding requirements. Approvals Required Requested by: United City of Yorkville Recommended by: Engineering Enterprises, Inc. Accepted by: Winninger Excavating, Inc. Exhibit D OvertimeTrade Title RgType C Base Foreman M-F Sa Su Hol H/W PensionVac TrngOtherInsAdd OT 1.5x owedAdd OT 2.0x owedASBESTOS ABT-GENAllALL 48.90 49.90 1.5 1.5 2.0 2.0 15.28 18.00 0.00 0.91 0.00 0.00ASBESTOS ABT-MECAllBLD 40.59 43.84 1.5 1.5 2.0 2.0 15.22 15.16 0.00 0.88 2.80 5.60BOILERMAKERAllBLD 54.71 59.63 2.0 2.0 2.0 2.0 6.97 25.06 0.00 2.83 0.00 0.00BRICK MASONAllBLD 50.81 55.89 1.5 1.5 2.0 2.0 12.50 23.01 0.00 1.16 0.00 0.00 0.00CARPENTERAllALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.77 1.20 0.81 0.00 0.00CEMENT MASONAllALL 50.70 52.70 2.0 1.5 2.0 2.0 11.89 27.82 0.00 0.80 0.00 0.00 0.00CERAMIC TILE FINISHERAllBLD 45.62 45.62 1.5 1.5 2.0 2.0 12.75 15.64 0.00 1.04 0.00 0.00 0.00CERAMIC TILE LAYERAllBLD 53.14 58.14 1.5 1.5 2.0 2.0 12.75 19.41 0.00 1.12 0.00 0.00 0.00COMMUNICATION TECHNICIANAllBLD 44.15 46.95 1.5 1.5 2.0 2.0 17.30 16.36 0.00 1.54 0.00 0.00 0.00ELECTRIC PWR EQMT OPAllALL 49.22 67.16 1.5 1.5 2.0 2.0 7.00 13.79 0.00 1.47 1.48 0.00 0.00ELECTRIC PWR GRNDMANAllALL 37.81 67.16 1.5 1.5 2.0 2.0 7.00 10.58 0.00 1.14 1.13 0.00 0.00ELECTRIC PWR LINEMANAllALL 59.17 67.16 1.5 1.5 2.0 2.0 7.00 16.57 0.00 1.77 1.78 0.00 0.00ELECTRIC PWR TRK DRVAllALL 39.19 67.16 1.5 1.5 2.0 2.0 7.00 10.98 0.00 1.17 1.18 0.00 0.00ELECTRICIANAllBLD 53.32 57.57 1.5 1.5 2.0 2.0 18.05 19.93 0.00 1.87 0.00 0.00 0.00ELEVATOR CONSTRUCTORAllBLD 65.12 73.26 2.0 2.0 2.0 2.0 16.08 20.56 5.20 0.70 0.00 0.00GLAZIERAllBLD 49.75 51.25 1.5 2.0 2.0 2.0 15.44 25.36 0.00 2.07 0.00 0.00 0.00HEAT/FROST INSULATORAllBLD 54.12 57.37 1.5 1.5 2.0 2.0 15.22 17.86 0.00 0.88 4.15 8.30IRON WORKERNALL 51.00 56.10 2.0 2.0 2.0 2.0 13.81 28.79 0.00 1.00 0.00 0.00 0.00IRON WORKERSALL 49.00 53.90 2.0 2.0 2.0 2.0 13.81 29.18 0.00 1.00 0.00 0.00 0.00LABORERAllALL 48.90 49.65 1.5 1.5 2.0 2.0 15.28 18.00 0.00 0.91 0.00 0.00LATHERAllALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.77 1.20 0.81 0.00 0.00MACHINISTAllBLD 55.74 59.74 1.5 1.5 2.0 2.0 9.93 8.95 1.85 1.47 0.00 0.00MARBLE FINISHERAllALL 38.75 52.46 1.5 1.5 2.0 2.0 12.50 20.95 0.00 0.66 0.00 0.00 0.00MARBLE SETTERAllBLD 49.96 54.96 1.5 1.5 2.0 2.0 12.50 22.31 0.00 0.85 0.00 0.00 0.00MATERIAL TESTER IAllALL 38.90 1.5 1.5 2.0 2.0 15.28 18.00 0.00 0.91 0.00 0.00MATERIALS TESTER IIAllALL 43.90 1.5 1.5 2.0 2.0 15.28 18.00 0.00 0.91 0.00 0.00Kendall County Prevailing Wage Rates posted on 12/7/2023 MILLWRIGHTAllALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.77 1.20 0.81 0.00 0.00OPERATING ENGINEERAllBLD 1 56.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 2 55.30 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 3 52.75 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 4 51.00 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 5 60.35 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 6 57.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllBLD 7 59.60 60.60 2.0 2.0 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllFLT 41.00 41.00 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15 0.00 0.00OPERATING ENGINEERAllHWY 1 54.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 2 54.25 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 3 52.20 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 4 50.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 5 49.60 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 6 57.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00OPERATING ENGINEERAllHWY 7 55.80 58.80 1.5 1.5 2.0 2.0 22.95 20.05 2.00 2.70 0.00 0.00PAINTERAllALL 51.55 53.55 1.5 1.5 1.5 2.0 17.98 7.15 0.00 1.55 0.00 0.00 0.00PAINTER - SIGNSAllBLD 41.55 46.67 1.5 1.5 2.0 2.0 3.04 3.90 0.00 0.00 0.00 0.00 0.00PILEDRIVERAllALL 53.51 55.51 1.5 1.5 2.0 2.0 12.29 25.77 1.20 0.81 0.00 0.00PIPEFITTERAllBLD 55.00 58.00 1.5 1.5 2.0 2.0 12.65 22.85 0.00 3.12 0.00 0.00 0.00PLASTERERAllBLD 48.75 51.68 1.5 1.5 2.0 2.0 17.33 20.33 0.00 1.15 0.00 0.00 0.00PLUMBERAllBLD 56.80 60.20 1.5 1.5 2.0 2.0 17.00 17.29 0.00 1.73 0.00 0.00ROOFERAllBLD 49.25 54.25 1.5 1.5 2.0 2.0 11.83 16.14 0.00 1.11 0.00 0.00 0.00SHEETMETAL WORKERAllBLD 54.25 56.96 1.5 1.5 2.0 2.0 13.60 19.43 0.00 1.59 2.62 0.00 0.00SPRINKLER FITTERAllBLD 56.70 59.45 1.5 1.5 2.0 2.0 14.45 18.70 0.00 0.75 0.00 0.00 0.00STONE MASONAllBLD 50.81 55.89 1.5 1.5 2.0 2.0 12.50 23.01 0.00 1.16 0.00 0.00 0.00TERRAZZO FINISHERAllBLD 46.94 46.94 1.5 1.5 2.0 2.0 12.75 17.73 0.00 1.07 0.00 0.00 0.00TERRAZZO MECHANICAllBLD 50.85 54.35 1.5 1.5 2.0 2.0 12.75 19.12 0.00 1.10 0.00 0.00 0.00TRUCK DRIVERAllALL 1 43.70 44.25 1.5 1.5 2.0 2.0 11.15 13.26 0.00 0.15 0.00 0.00 0.00TRUCK DRIVERAllALL 2 43.85 44.25 1.5 1.5 2.0 2.0 11.15 13.26 0.00 0.15 0.00 0.00 0.00Kendall County Prevailing Wage Rates posted on 12/7/2023 TRUCK DRIVERAllALL 3 44.05 44.25 1.5 1.5 2.0 2.0 11.15 13.26 0.00 0.15 0.00 0.00 0.00TRUCK DRIVERAllALL 4 44.25 44.25 1.5 1.5 2.0 2.0 11.15 13.26 0.00 0.15 0.00 0.00 0.00TUCKPOINTERAllBLD 50.53 51.53 1.5 1.5 2.0 2.0 9.55 21.72 0.00 1.11 0.00 0.00 0.00LegendRg RegionType Trade Type - All,Highway,Building,Floating,Oil & Chip,RiversC ClassBase Base Wage RateOT M-F Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage.OT Sa Overtime pay required for every hour worked on SaturdaysOT Su Overtime pay required for every hour worked on SundaysOT Hol Overtime pay required for every hour worked on HolidaysH/W Health/Welfare benefitVac VacationTrng TrainingOther Ins Employer hourly cost for any other type(s) of insurance provided for benefit of worker.Explanations KENDALL COUNTYThe following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties.£ Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday.£ This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration.£ If in doubt, please check with IDOL.Iron Workers North - Starting from the Will County and Kendall County border at Rt. 126 and County Line Road.£ Follow Rt. 126 West to Grove Road. Grove Road South to Caton Farm Road.£ Caton Farm Road West to Lisbon Road.£ Lisbon Road South to Route 52.£ Rt. 52 West to County Line Road at the LaSalle / Kendall County Line.£ £EXPLANATION OF CLASSESASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed.£ This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date.ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to£ remain. CERAMIC TILE FINISHERKendall County Prevailing Wage Rates posted on 12/7/2023 The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior.£ The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials.£ Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work.£ Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile.£ The clean up and removal of all waste and materials.£ All demolition of existing tile floors and walls to be re-tiled.COMMUNICATIONS TECHNICIANConstruction, installation, maintenance and removal of telecommunication facilities (voice, sound, data and video), telephone, security, and data inside£ wire, interconnect, terminal equipment, central offices, PABX and equipment, micro waves, V-SAT, bypass, CATV, WAN (wide area network), LAN (local area£ networks), and ISDN (integrated system digital network), pulling of wire in raceways, but not the installation of raceways.MARBLE FINISHERLoading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner.MATERIAL TESTER I:£ Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt.MATERIAL TESTER II:£ Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures.Kendall County Prevailing Wage Rates posted on 12/7/2023 OPERATING ENGINEER - BUILDINGClass 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines.Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift.Class 5. Assistant Craft Foreman.Class 6. Gradall.Class 7. Mechanics; Welder.OPERATING ENGINEERS - HIGHWAY CONSTRUCTIONClass 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Kendall County Prevailing Wage Rates posted on 12/7/2023 Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine;£ Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO).Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats.Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven.Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers.Class 6. Field Mechanics and Field WeldersClass 7. Dowell Machine with Air Compressor; Gradall and machines of like nature.OPERATING ENGINEERS - FLOATINGDiver. Diver Wet Tender, Diver Tender, ROV Pilot, ROV TenderKendall County Prevailing Wage Rates posted on 12/7/2023 TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTIONClass 1.£ Two or three Axle Trucks.£ A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by£ cars, pick-up trucks and tractors; Ambulances Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers;£ Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling£ warning lights, barricades, and portable toilets on the job site.Class 2.£ Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling£ other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards; Ready-mix Plant Hopper Operator, and Winch Trucks,£ 2 Axles.Class 3.£ Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when£ pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over;£ Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter.Class 4.£ Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment£ like P.B. and trucks with scoops on the front.TERRAZZO FINISHERThe handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics.Other Classifications of Work:For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will£ upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this£ document.£ If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination£ being then deemed to have existed under this determination.£ If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for£ wage rates or clarifications.LANDSCAPINGLandscaping work falls under the existing classifications for laborer, operating engineer and truck driver.£ The work performed by landscape plantsman and£ landscape laborer is covered by the existing classification of laborer.£ The work performed by landscape operators (regardless of equipment used or its size) is£ covered by the classifications of operating engineer.£ The work Kendall County Prevailing Wage Rates posted on 12/7/2023 performed by landscape truck drivers (regardless of size of truck driven) is covered by the£ classifications of truck driver.MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND IINotwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II".Kendall County Prevailing Wage Rates posted on 12/7/2023 To: Bart Olson Change Order Number: 1 City Administrator Change Order Date: 10/9/25 United City of Yorkville 651 Prairie Pointe Drive Project Name: 2024 Water Main Improvements - Contract B Project Number: YO2315 Description of Work / Scope Change / Reason for Change The 2024 Water Main Improvements projects were not originally intended to be funded by WIFIA. The attached documents are being included in the Design Engineering Agreement in order to meet WIFIA requirements. This change order does not affect the contract price for the project. Authorized by: Authorized by Owner/Client/Agent: Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, IL 60554 By:_____________________________ By:____________________________ Date:___________________________ Date:___________________________ CHANGE ORDER Exhibit E ATTACHMENT G IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES Audit and Access to Records Clause: A. Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP loan work under this agreement shall be maintained in accordance with generally accepted Accounting Principles. The Agency or any of its authorized representatives shall have access to the books, records, documents and other evidence for the purpose of inspection, audit and copying. Facilities shall be provided for access and inspection. B. Audits conducted pursuant to this provision shall be in accordance with auditing standards generally accepted in the United States of America. C. All information and reports resulting from access to records pursuant to the above shall be disclosed to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report. D. The final audit report shall include the written comments, if any, of the audited parties. E. Records shall be maintained and made available during performance of project services under this agreement and for three years after the final loan closing. In addition, those records that relate to any dispute pursuant to the Loan Rules Section 365.650 or Section 662.650 (Disputes) or litigation or the settlement of claims arising out of project performance or costs or items to which an audit exception has been taken, shall be maintained and made available for three years after the resolution of the appeal, litigation, claim or exception. Covenant Against Contingent Fees: The professional services contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this warranty, the loan recipient shall have the right to annul this agreement without liability or in its discretion to deduct from the contract price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Certification Regarding Debarment, Suspension and Other Responsibility Matters: Form EPA 5700-49 is signed and attached as part of Attachment F-2. USEPA Nondiscrimination Clause: The contractor (engineer) shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. USEPA Fair Share Percentage Clause: The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are utilized when possible as sources of supplies, equipment, construction and services in accordance with the [WPC or PWS] Loan Program rules. As required by the award conditions of USEPA's Assistance Agreement with Illinois EPA, the engineer acknowledges that the fair share percentages are 5% for MBEs & 12% for WBEs”. ATTACHMENT H SUPPLEMENTAL USEPA / WIFIA PROFESSIONAL SERVICES CONTRACT CLAUSES ECONOMIC AND MISCELLANEOUS AUTHORITIES DEBARMENT AND SUSPENSION AND PROHIBITIONS RELATING TO VIOLATIONS OF CWA AND CAA WITH RESPECT TO FEDERAL CONTRACTS, GRANTS, OR LOANS Debarment and Suspension. Contractor certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 2 CFR part 180 and part 1532 (per Executive Order 12549, 51 FR 6370, February 21, 1986) or who is prohibited under Section 306 of the Clean Air Act or Section 508 of the Clean Water Act to participate in the [Project]. Suspension and debarment information can be accessed at http://www.sam.gov. Contractor represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its subcontracts under this Agreement. NEW RESTRICTIONS ON LOBBYING Federal Lobbying Restrictions (31 U.S.C 1352). Recipients of federal financial assistance may not pay any person for influencing or attempting to influence any officer or employee of a federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress with respect to the award, continuation, renewal, amendment, or modification of a federal grant, loan, or contract. These requirements are implemented for USEPA in 40 CFR Part 34, which also describes types of activities, such as legislative liaison activities and professional and technical services, which are not subject to this prohibition. Upon award of this contract, Contractor shall complete and submit to the City the certification and disclosure forms in Appendix A and Appendix B to 40 CFR Part 34. Contractor shall also require all subcontractors and suppliers of any tier awarded a subcontract over $100,000 to similarly complete and submit the certification and disclosure forms pursuant to the process set forth in 40 CFR 34.110. To: Bart Olson Change Order Number: 1 City Administrator Change Order Date: 10/9/25 United City of Yorkville 651 Prairie Pointe Drive Project Name: 2024 Water Main Improvements - Contract B Project Number: YO2315 Description of Work / Scope Change / Reason for Change The 2024 Water Main Improvements projects were not originally intended to be funded by WIFIA. The attached documents are being included in the Construction Engineering Agreement in order to meet WIFIA requirements. This change order does not affect the contract price for the project. Authorized by: Authorized by Owner/Client/Agent: Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, IL 60554 By:_____________________________ By:____________________________ Date:___________________________ Date:___________________________ CHANGE ORDER Exhibit F ATTACHMENT G IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES Audit and Access to Records Clause: A. Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP loan work under this agreement shall be maintained in accordance with generally accepted Accounting Principles. The Agency or any of its authorized representatives shall have access to the books, records, documents and other evidence for the purpose of inspection, audit and copying. Facilities shall be provided for access and inspection. B. Audits conducted pursuant to this provision shall be in accordance with auditing standards generally accepted in the United States of America. C. All information and reports resulting from access to records pursuant to the above shall be disclosed to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit conference and an opportunity to comment on the pertinent portions of the draft audit report. D. The final audit report shall include the written comments, if any, of the audited parties. E. Records shall be maintained and made available during performance of project services under this agreement and for three years after the final loan closing. In addition, those records that relate to any dispute pursuant to the Loan Rules Section 365.650 or Section 662.650 (Disputes) or litigation or the settlement of claims arising out of project performance or costs or items to which an audit exception has been taken, shall be maintained and made available for three years after the resolution of the appeal, litigation, claim or exception. Covenant Against Contingent Fees: The professional services contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this warranty, the loan recipient shall have the right to annul this agreement without liability or in its discretion to deduct from the contract price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Certification Regarding Debarment, Suspension and Other Responsibility Matters: Form EPA 5700-49 is signed and attached as part of Attachment F-2. USEPA Nondiscrimination Clause: The contractor (engineer) shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. USEPA Fair Share Percentage Clause: The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are utilized when possible as sources of supplies, equipment, construction and services in accordance with the [WPC or PWS] Loan Program rules. As required by the award conditions of USEPA's Assistance Agreement with Illinois EPA, the engineer acknowledges that the fair share percentages are 5% for MBEs & 12% for WBEs”. ATTACHMENT H SUPPLEMENTAL USEPA / WIFIA PROFESSIONAL SERVICES CONTRACT CLAUSES ECONOMIC AND MISCELLANEOUS AUTHORITIES DEBARMENT AND SUSPENSION AND PROHIBITIONS RELATING TO VIOLATIONS OF CWA AND CAA WITH RESPECT TO FEDERAL CONTRACTS, GRANTS, OR LOANS Debarment and Suspension. Contractor certifies that it will not knowingly enter into a contract with anyone who is ineligible under the 2 CFR part 180 and part 1532 (per Executive Order 12549, 51 FR 6370, February 21, 1986) or who is prohibited under Section 306 of the Clean Air Act or Section 508 of the Clean Water Act to participate in the [Project]. Suspension and debarment information can be accessed at http://www.sam.gov. Contractor represents and warrants that it has or will include a term or conditions requiring compliance with this provision in all of its subcontracts under this Agreement. NEW RESTRICTIONS ON LOBBYING Federal Lobbying Restrictions (31 U.S.C 1352). Recipients of federal financial assistance may not pay any person for influencing or attempting to influence any officer or employee of a federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress with respect to the award, continuation, renewal, amendment, or modification of a federal grant, loan, or contract. These requirements are implemented for USEPA in 40 CFR Part 34, which also describes types of activities, such as legislative liaison activities and professional and technical services, which are not subject to this prohibition. Upon award of this contract, Contractor shall complete and submit to the City the certification and disclosure forms in Appendix A and Appendix B to 40 CFR Part 34. Contractor shall also require all subcontractors and suppliers of any tier awarded a subcontract over $100,000 to similarly complete and submit the certification and disclosure forms pursuant to the process set forth in 40 CFR 34.110. Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #16 Tracking Number PW 2025-109 Water Audit and Non-Revenue Water Reduction Consultation – PSA Public Works Committee – October 21, 2025 Majority Approval Please see the attached memo. Bart Olson Administration Name Department Summary Consideration of an engineering agreement with EEI for some cleanup of the 2024 water audit (covering October 2023 through September 2024) and completion of the 2025 water audit (covering October 2024 through September 2025). Background This item was last discussed by the City Council in August 2025, when the Public Works Committee reviewed the 2024 Water Year Audit. Since then, the City staff have prepared the final paperwork to IDNR and have provided follow up on resident and elected officials’ questions on the water audit. With the 2025 Water Audit ready to begin, EEI has prepared an engineering agreement that covers the additional work on the 2024 audit and the full 2025 audit. The EEI proposal for engineering services on the 2025 Water Audit is for a total estimated amount of $49,800, to be paid out based on hourly work. These costs are included in the FY 26 and FY 27 budget. Recommendation Staff recommends approval of an engineering agreement with EEI for some cleanup of the 2024 water audit (covering October 2023 through September 2024) and completion of the 2025 water audit (covering October 2024 through September 2025). Memorandum To: City Council From: Bart Olson, City Administrator CC: Date: October 16, 2025 Subject: Water Audit 2024 and 2025 –Engineering Agreement UNITED CITY OF YORKVILLE WATER AUDIT AND NON-REVENUE WATER REDUCTION CONSULTATION PAGE 1 Agreement for Professional Services Water Audit and Non-Revenue Water Reduction Consultation 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. Services to be provided include professional engineering services for the preparation of the Water Audit (WY2024 and WY2025), preparation of a Water System Improvement Plan, and on-going Non-Revenue Water reduction efforts. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non-terminating party or upon completion of the Services. Upon termination the Contractor shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services to be performed herein, an amount based on the Estimate of Level of Effort and Associated Cost included in Attachment C. Design Engineering will be paid for on an hourly basis in an estimated amount of $49,800.00. The hourly rates for this project are shown in the attached 2025 Standard Schedule of Charges (Attachment E). All payments will be made according to the Illinois State Prompt Payment Act and not less than once every thirty days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B hereof as an Ongoing Contract, ENGINEER, on or before February 1st of any given year, shall provide written notice of any change in the rates specified in Section C hereof (or on any attachments hereto) and said changes shall only be effective on and after May 1st of that same year. E. Ownership of Records and Documents: Contractor agrees that all books and records and other recorded information developed specifically in connection with this agreement shall remain the property of the City. Contractor agrees to keep such information confidential and not to disclose or disseminate the information to third parties without the consent of the City. This confidentiality shall not apply UNITED CITY OF YORKVILLE WATER AUDIT AND NON-REVENUE WATER REDUCTION CONSULTATION PAGE 2 to material or information, which would otherwise be subject to public disclosure through the freedom of information act or if already previously disclosed by a third party. Upon termination of this agreement, Contractor agrees to return all such materials to the City. The City agrees not to modify any original documents produced by Contractor without contractors consent. Modifications of any signed duplicate original document not authorized by ENGINEER will be at OWNER’s sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned document will, likewise, be at the OWNER’s sole risk and without legal liability to the ENGINEER. F. Governing Law: This contract shall be governed and construed in accordance with the laws of the State of Illinois. Venue shall be in Kendall County, Illinois. G. Independent Contractor: Contractor shall have sole control over the manner and means of providing the work and services performed under this agreement. The City’s relationship to the Contractor under this agreement shall be that of an independent contractor. Contractor will not be considered an employee to the City for any purpose. H. Certifications: Employment Status: The Contractor certifies that if any of its personnel are an employee of the State of Illinois, they have permission from their employer to perform the service. Anti-Bribery: The Contractor certifies it is not barred under 30 Illinois Compiled Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of bribery or attempted bribery of an officer or employee of the State of Illinois or any other state. Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not in default for a period of six months or more in an amount of $600 or more on the repayment of any educational loan guaranteed by the Illinois State Scholarship Commission made by an Illinois institution of higher education or any other loan made from public funds for the purpose of financing higher education (5 ILCS 385/3). Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. Barred from Contracting: The Contractor certifies that it has not been barred from contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois Compiled Statutes 5/33E or similar law of another state. Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this contract. UNITED CITY OF YORKVILLE WATER AUDIT AND NON-REVENUE WATER REDUCTION CONSULTATION PAGE 3 The Drug Free Workplace Act requires, in part, that Contractors, with 25 or more employees certify and agree to take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance program, of prohibited activities and of sanctions that will be imposed for violations; and that individuals with contracts certify that they will not engage in the manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of the contract. Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor agrees to comply with applicable provisions of the Illinois Human Rights Act (775 Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights Rules is specifically incorporated herein. The Contractor shall comply with Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS 582). Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of the date of completion of this Contract or the date of final payment under the Contract, all books and records relating to the performance of the Contract and necessary to support amounts charged to the 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 on payments made to non resident aliens for the performance of personal services at the rate of 30%. Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): ___ Individual ___ Real Estate Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax Exempt Organization UNITED CITY OF YORKVILLE WATER AUDIT AND NON-REVENUE WATER REDUCTION CONSULTATION PAGE 4 (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. I. Indemnification: Contractor shall indemnify and hold harmless the 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: Anticipated Project Schedule Attachment E: 2025 Standard Schedule of Charges UNITED CITY OF YORKVILLE WATER AUDIT AND NON-REVENUE WATER REDUCTION CONSULTATION 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 Contrino Michele Piotrowski, PE, LEED AP City Clerk Vice President ____________________________________ ENGINEERING ENTERPRISES, INC. FEBRUARY 2024 PAGE 1 ATTACHMENT A - 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. FEBRUARY 2024 PAGE 2 Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors, partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential damages that either party may have 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, IL WATER AUDIT AND NON-REVENUE WATER REDUCTION CONSULTATION PAGE1 Water Audit and Non-Revenue Water Reduction Consultation United City of Yorkville, IL Professional Services Agreement - Design Engineering Attachment B – Scope of Services BACKGROUND The United City of Yorkville is seeking a Lake Michigan Water Allocation Permit. As part of the future permit requirements, the City will need to prepare and submit to the Illinois Department of Natural Resources (IDNR) an annual water audit based on the American Water Works Association (AWWA) M36 Manual and the associated Free Water Audit Software (FWAS). Furthermore, given the City’s Non-Revenue Water (NRW) is anticipated to be greater than 10%, the City will also likely need to submit to IDNR an updated Water System Improvement Plan indicating the City’s progress and any need to pivot from the previous submittal. Furthermore, one of the NRW reduction strategies identified in the previous WSIP submittal to IDNR, the City agreed to complete a billing data analysis/forensic audit by a third-party consultant as well as meet regularly with City staff to better track progress and challenges regarding the NRW reduction plan throughout the year. SCOPE OF SERVICES Engineering Enterprises, Inc. (EEI) will provide the necessary professional consulting and engineering services prepare the water audit based on the AWWA M36 Manual and FWAS for both WY2024 and WY2025, prepare the updated WSIP, and then perform on-going NRW reduction tasks as needed. Below outlines the professional consulting and engineering services to assist the City in completing these work items: WY2024 & WY2025 WATER AUDIT AND LMO2 PREPARATION 1 Prepare and coordinate the RFI 2 Meet with the City to review data questions 3 Perform lag-time corrections for Volume from Own Sources 4 Perform lag-time corrections for Billed Metered water 5 Complete AWWA based water audit form with comments 6 Prepare summary graphs for NRW components 7 Update historical table/graph to view trends 8 On-going coordination with City to refine data 9 Meet with City to review the completed water audit 10 Complete LMO-2 for WY2024 & WY2025 WATER SYSTEM IMPROVEMENT PLAN 11 Prepare Water Main Replacement Tables 12 Prepare Water Main Replacement Exhibits 13 Prepare trending tables/graphs 14 Coordination with City to refine NRW reduction plan 15 Prepare WSIP 16 Meet with City to review the completed WSIP 17 Submittal to IDNR for the Lake Michigan Allocation ON-GOING NON-REVENUE WATER REDUCTION EFFORTS 18 Research/Review viability of new technologies for NRW Reduction 19 Water Loss Task Force Meeting (As Necessary) 20 On-going NRW reduction monitoring/analysis/response to questions UNITED CITY OF YORKVILLE, IL WATER AUDIT AND NON-REVENUE WATER REDUCTION CONSULTATION PAGE2 Exclusions Items specifically excluded from the base scope of services are: - Resubmittals to IDNR for the WSIP - Additional meetings beyond the meetings identified within the base scope of services - Meter testing and/or analysis The above scope summarizes the work items that will be completed for this contract. All work items are not known at this time and will only be completed upon direction from City staff when necessary. Additional work items, shall be considered outside the scope of the base contract and will be billed in accordance with the Standard Schedule of Charges (Attachment D). ATTACHMENT C: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST PROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBER United City of Yorkville YO2521-P PROJECT TITLE DATE PREPARED BY Water Audit and Non-Revenue Water Reduction Consultation ROLE PIC PM PE SPM SPS II ST ADMIN PERSON BPS MLP TBD MJT RATE $256 $251 $175 $243 $208 $146 $75 WY2024 & WY2025 WATER AUDIT AND LMO2 PREPARATION 1 2 6 8 1,552$ 2 2 6 6 14 3,068$ 3 2 12 14 2,602$ 4 Perform lag-time corrections for Billed Metered water 2 12 14 2,602$ 5 Complete AWWA based water audit form with comments 2 8 10 1,902$ 6 Prepare summary graphs for NRW components 2 8 10 1,902$ 7 Update historical table/graph to view trends 2 8 10 1,902$ 8 On-going coordination with City to refine data 2 8 10 1,902$ 9 Meet with City to review the completed water audit 2 6 8 16 3,418$ 10 2 6 8 1,552$ WY2025 Water Audit and LMO2 Preparation Subtotal: 4 28 82 - - - - 114 22,402$ WATER SYSTEM IMPROVEMENT PLAN PREPARATION 11 2 12 14 2,602$ 12 2 12 6 20 3,478$ 13 2 4 6 1,202$ 14 2 8 10 1,902$ 15 2 8 10 1,902$ 16 2 4 6 12 2,566$ 17 1 4 8 13 2,660$ Water System Improvement Plan Preparation Subtotal: 3 18 58 - - 6 - 85 16,312$ ON-GOING NON-REVENUE WATER REDUCTION CONSULTATION 18 Research/Review viability of new technologies for NRW Reduction 2 2 2 6 1,364$ 19 Water Loss Task Force Meeting (Quarterly) 2 8 8 18 3,920$ 20 On-going NRW reduction monitoring/analysis/response to questions 12 12 4 28 5,696$ On-Going NRW Reduction Consultation Subtotal: 4 22 22 - - 4 - 52 10,980$ 11 68 162 - - 10 - 251 49,694 EEI STAFF DIRECT EXPENSES BPS Bradley P. Sanderson, PE Printing/Scanning = 50$ MLP Michele L. Piotrowski, PE, LEED AP Mileage = 50$ MJT Matthew J. Taylor DRA Deborah R. Anderson DIRECT EXPENSES = 100$ TBD To Be Determined LABOR SUMMARY EEI Labor Expenses = 49,694$ TOTAL LABOR EXPENSES 49,694$ TOTAL COSTS 49,794$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com Meet with City to review the completed WSIP Submittal to IDNR for the Lake Michigan Allocation PROJECT TOTAL: MLP10/10/25 COST Perform lag-time corrections for Volume from Own Sources Complete LMO-2 for WY2024 & WY2025 Prepare Water Main Replacement Tables Prepare Water Main Replacement Exhibits Prepare trending tables/graphs On-going coordination with City to refine NRW reduction plan Prepare WSIP TASK NO.TASK DESCRIPTION HOURS Prepare and coordinate the RFI Meet with the City to review data questions ATTACHMENT D: ESTIMATED SCHEDULECLIENT PROJECT NUMBERUnited City of YorkvilleYO2521-PPROJECT TITLEDATE PREPARED BYWater Audit and Non-Reveue Water Reduction ConsultationMLPOCTNOVDECJANFEBMARAPRMAYJUNJULAUGSEPWY2024 & WY2025 WATER AUDIT AND LMO2 PREPARATION1Prepare and coordinate the RFI2Meet with the City to review data questions3Perform lag-time corrections for Volume from Own Sources4Perform lag-time corrections for Billed Metered water5Complete AWWA based water audit form with comments6Prepare summary graphs for NRW components7Update historical table/graph to view trends8On-going coordination with City to refine data9Meet with City to review the completed water audit10Complete LMO-2 for WY2024 & WY2025WATER SYSTEM IMPROVEMENT PLAN PREPARATION11Prepare Water Main Replacement Tables12Prepare Water Main Replacement Exhibits13Prepare trending tables/graphs14Coordination with City to refine NRW reduction plan15Prepare WSIP 16Meet with City to review the completed WSIP17Submittal to IDNR for the Lake Michigan AllocationON-GOING NON-REVENUE WATER REDUCTION CONSULTATION18Research/Review viability of new technologies for NRW Reduction19Water Loss Task Force Meeting (As Necessary)20On-going NRW reduction monitoring/analysis/response to questions 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comTASK NO.TASK DESCRIPTION10/10/252025 2026 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 ATTACHMENT E - STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2025 Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Human Resources Community Development Police Public Works Parks and Recreation Agenda Item Number New Business #17 Tracking Number PW 2025-110 Meeting Schedule for 2026 Public Works Committee – October 21, 2025 Majority Approval Proposed meeting schedule for 2026. Jori Contrino Administration Name Department Summary Proposed 2026 meeting schedule for the Public Works Committee. Meeting Schedule for 2026 Listed below are the proposed meeting dates for the Public Works Committee meeting for 2026. The proposed schedule has the committee continuing to meet on the third Tuesday of the month at 6:00 p.m.  January 20, 2026  February 17, 2026  March 17, 2026  April 21, 2026  May 19, 2026  June 16, 2026  July 21, 2026  August 18, 2026  September 15, 2026  October 20, 2026  November 17, 2026  December 15, 2026 Recommendation Staff recommends review of the proposed meeting dates and time so that a meeting schedule can be finalized for 2026. Memorandum To: Public Works Committee From: Jori Contrino, City Clerk CC: Bart Olson, City Administrator Date: October 13, 2025 Subject: Public Works Committee Meeting Schedule for 2026 2026 January February March S M T W T F S S M T W T F S S M T W T F S 1 2 3 1 2 3 4 5 6 7 1 2 3 4 5 6 7 4 5 6 7 8 9 10 8 9 10 11 12 13 14 8 9 10 11 12 13 14 11 12 13 14 15 16 17 15 16 17 18 19 20 21 15 16 17 18 19 20 21 18 19 20 21 22 23 24 22 23 24 25 26 27 28 22 23 24 25 26 27 28 25 26 27 28 29 30 31 29 30 31 April May June S M T W T F S S M T W T F S S M T W T F S 1 2 3 4 1 2 1 2 3 4 5 6 5 6 7 8 9 10 11 3 4 5 6 7 8 9 7 8 9 10 11 12 13 12 13 14 15 16 17 18 10 11 12 13 14 15 16 14 15 16 17 18 19 20 19 20 21 22 23 24 25 17 18 19 20 21 22 23 21 22 23 24 25 26 27 26 27 28 29 30 24 25 26 27 28 29 30 28 29 30 31 July August September S M T W T F S S M T W T F S S M T W T F S 1 2 3 4 1 1 2 3 4 5 5 6 7 8 9 10 11 2 3 4 5 6 7 8 6 7 8 9 10 11 12 12 13 14 15 16 17 18 9 10 11 12 13 14 15 13 14 15 16 17 18 19 19 20 21 22 23 24 25 16 17 18 19 20 21 22 20 21 22 23 24 25 26 26 27 28 29 30 31 23 24 25 26 27 28 29 27 28 29 30 30 31 October November December S M T W T F S S M T W T F S S M T W T F S 1 2 3 1 2 3 4 5 6 7 1 2 3 4 5 4 5 6 7 8 9 10 8 9 10 11 12 13 14 6 7 8 9 10 11 12 11 12 13 14 15 16 17 15 16 17 18 19 20 21 13 14 15 16 17 18 19 18 19 20 21 22 23 24 22 23 24 25 26 27 28 20 21 22 23 24 25 26 25 26 27 28 29 30 31 29 30 27 28 29 30 31 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 #18 Tracking Number PW 2025-111 Windett Ridge Road and Fairfax Way Traffic Control Study Public Works Committee – October 21, 2025 Majority Approval Please see the attached memo. Brad Sanderson Engineering Name Department As requested, we investigated the need for a multi-way STOP at Windett Ridge Road and Fairfax Way. Our findings for this intersection were as follows: o Both streets examined are designated as local roads. o Fairfax Way has STOP signs on both approaches; Windett Ridge Road is uncontrolled. o The neighborhood posted speed limit is 30 mph. o No parking is permitted on the north side of Windett Ridge Road or on the west side of Fairfax Way. o The United City of Yorkville Police Department reported one accident within the last 36 months, and two within the last five years at this intersection. Only one of the accidents was of a type susceptible to correction by the installation of all-way stop control. x The current edition of the MUTCD requires five or more reported crashes in a 12- month period, or six or more reported crashes in a 36-month period. o Sight distance on the northbound approach of Fairfax Way, which is controlled by a STOP sign, is slightly restricted by a tree at the southeast corner of the intersection. x Northbound Fairfax Way vehicles turning onto or crossing Windett Ridge Road may not see westbound Windett Road traffic approaching the intersection. o The observed bi-directional vehicle, bicycle, and pedestrian volume entering both intersections was less than that required for the 8-hour, multi-way stop warrant. At this time, the sight distance for northbound vehicles on Fairfax Way, at Windett Ridge Road, is restricted by a tree at the southeast corner. If the tree cannot be trimmed or removed to provide adequate sight distance, a multi-way stop would be warranted. The pages attached to this memorandum include an existing control exhibit, preliminary engineering study forms for a multi-way STOP, intersection traffic counts, intersection sight distance photos, the correspondence with the United City of Yorkville’s Police Department regarding relevant crash data, and the 2021 study that was conducted at this intersection. Additionally attached is the methodology outlined in the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) for traffic control devices. Memorandum To: From: CC: Bart Olson, City Administrator Brad Sanderson, EEI Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev.'LU -oUL&RQWULQR, City Clerk James Jensen, Chief of Police Date: September 18, 2025 Subject: Windett Ridge Road and Fairfax Way Traffic Control Study INTERSECTION EXHIBIT Page 2 © Engineering Enterprises, Inc.11EXISTING TRAFFIC CONTROLFAIRFAX WAY & WINDETT RIDGE ROADTRAFFIC CONTROLSTUDYUNITED CITY OF YORKVILLEFAIRFAX WAYWINDETT RIDGE RDFAIRFIELD AVESUTTON ST111 SIGN LEGEND SYMBOL LEGEND P2221122Page 3 INTERSECTION #1ONE (1) HIT AND RUN - 2021ONE (1) FAILURE TO YIELD - 2024TREE IMPACTINGSIGHT DISTANCE INTERSECTION #1 Page 4 WINDETT RIDGE ROAD AND FAIRFAX WAY Location:Windett Ridge Road and Fairfax Way (#1) Guidance: The type of traffic control used at an unsignalized intersection should be the least restrictive that provides appropriate levels of safety and efficiency for all road users. Guidance: The decision to establish all-way stop control at an unsignalized intersection should be based on an engineering study. Standard: YIELD or STOP signs shall not be used for speed control. Standard: The satisfaction of an all-way stop control warrant or warrants shall not in itself require the installation of all-way stop control at an unsignalized intersection. Criteria Met Criteria** Yes Additional Study Required No A. Crash Experience: 1. 2. B. Sight Distance: 1. C. Transition to Signal Control or Transition to Yield Control at a Circular Intersection: 1. D. 8-Hour Volume: (Any Major-Street Speed) 1. 2. (85th Percentile Major-Street Speed > 40 mph) 1. 2. E. Other Factors: 1. 2. 3. Criteria are clearly met recommending installation of multi-way STOP signs. Criteria are not clearly met at this time - no further action recommended. Criteria may or may not be met. Tree trimming is suggested to improve Sight Distance at the southeast corner. By: Gabriel Braboy, P.E. Date: 9/15/2025 Senior Project Engineer I Title By: Date: Title Based on a preliminary review of the criteria for a multi-way STOP sign, the following action is recommended: For a four-leg intersection, there are five or more reported crashes in a 12-month period or six or more reported crashes in a 36-month period that were of a type susceptible to correction by the installation of all-way stop control. At locations where all-way stop control is an interim measure that can be installed to control traffic while arrangements are being made for the installation of a traffic control signal at the intersection or for the installation of yield control at a circular intersection. The combined motor vehicle, bicycle, and pedestrian volume entering the intersection from the major-street approaches is at least 300 units per hour for each of any 8 hours of a typical day; and The combined motor vehicle, bicycle, and pedestrian volume entering the intersection from the minor-street approaches is at least 200 units per hour for each of any of the same 8 hours. The need to control left-turn conflicts. For a three-leg intersection, there are four or more reported crashes in a 12-month period or five or more reported crashes in a 36-month period that were of a type susceptible to correction by the installation of all-way stop control. An engineering study indicates that sight distance on the minor-road approaches controlled by a STOP sign is not adequate for a vehicle to turn onto or cross the major (uncontrolled) road. At such a location, the road user, after stopping, cannot see conflicting traffic and is not able to negotiate the intersection unless conflicting cross traffic is also required to stop. An intersection of two residential neighborhood collector (through) streets of similar design and operating characteristics where all-way stop control would improve traffic operational characteristics of the intersection. Where pedestrian and/or bicyclist movements support the installation of all-way stop control. PRELIMINARY ENGINEERING EVALUATION* MULTI-WAY STOP UNITED CITY OF YORKVILLE The combined motor vehicle, bicycle, and pedestrian volume entering the intersection from the minor-street approaches is at least 140 units per hour for each of any of the same 8 hours. The combined motor vehicle, bicycle, and pedestrian volume entering the intersection from the major-street approaches is at least 210 units per hour for each of any 8 hours of a typical day; and * Based upon Professional Engineer's Review ** Manual on Uniform Traffic Control Devices (MUTCD) 11th Edition Section 2B.12-2B.17 Updated 10/11/2024 Page 5 Page 6 52 Wheeler Road, Sugar Grove, IL 60554 Ph: 630.466.6700 • Fx: 630.466.6701 www.eeiweb.com INTERSECTION SIGHT ANALYSIS – WINDETT RIDGE ROAD AND FAIRFAX WAY WINDETT RIDGE ROAD EASTBOUND APPROACH FACING EAST WINDETT RIDGE ROAD EASTBOUND APPROACH FACING NORTH Page 7 52 Wheeler Road, Sugar Grove, IL 60554 Ph: 630.466.6700 • Fx: 630.466.6701 www.eeiweb.com INTERSECTION SIGHT ANALYSIS – WINDETT RIDGE ROAD AND FAIRFAX WAY WINDETT RIDGE ROAD EASTBOUND APPROACH FACING SOUTH FAIRFAX WAY NORTHBOUND APPROACH FACING NORTH Page 8 52 Wheeler Road, Sugar Grove, IL 60554 Ph: 630.466.6700 • Fx: 630.466.6701 www.eeiweb.com INTERSECTION SIGHT ANALYSIS – WINDETT RIDGE ROAD AND FAIRFAX WAY FAIRFAX WAY NORTHBOUND APPROACH FACING WEST FAIRFAX WAY NORTHBOUND APPROACH FACING EAST Page 9 TREE IMPACTING SIGHT DISTANCE 52 Wheeler Road, Sugar Grove, IL 60554 Ph: 630.466.6700 • Fx: 630.466.6701 www.eeiweb.com INTERSECTION SIGHT ANALYSIS – WINDETT RIDGE ROAD AND FAIRFAX WAY WINDETT RIDGE ROAD WESTBOUND APPROACH FACING WEST WINDETT RIDGE ROAD WESTBOUND APPROACH FACING NORTH Page 10 TREE IMPACTING SIGHT DISTANCE 52 Wheeler Road, Sugar Grove, IL 60554 Ph: 630.466.6700 • Fx: 630.466.6701 www.eeiweb.com INTERSECTION SIGHT ANALYSIS – WINDETT RIDGE ROAD AND FAIRFAX WAY WINDETT RIDGE ROAD WESTBOUND APPROACH FACING SOUTH FAIRFAX WAY SOUTHBOUND APPROACH FACING SOUTH Page 11 52 Wheeler Road, Sugar Grove, IL 60554 Ph: 630.466.6700 • Fx: 630.466.6701 www.eeiweb.com INTERSECTION SIGHT ANALYSIS – WINDETT RIDGE ROAD AND FAIRFAX WAY FAIRFAX WAY SOUTHBOUND APPROACH FACING EAST FAIRFAX WAY SOUTHBOUND APPROACH FACING WEST Page 12 UNITED CITY OF YORKVILLE CRASH REPORT CORRESPONDENCE Page 13 1 Gabe Braboy From:Brad Sanderson Sent:Tuesday, September 9, 2025 4:45 PM To:Gabe Braboy Subject:FW: Fairfax and Windett Ridge Intersection - Accident Data Attachments:21-0752_crash original.pdf; 24-2182_crash original.pdf fyi BRAD Chief Operating Officer /President D:630.466.6720 C:630.816.0957 From: James Jensen <JJensen@yorkville.il.us> Sent: Tuesday, September 9, 2025 4:37 PM To: Bart Olson <BOlson@yorkville.il.us>; Eric Dhuse <edhuse@yorkville.il.us>; Brad Sanderson <bsanderson@eeiweb.com> Subject: FW: Fairfax and Windett Ridge Intersection - Accident Data EXTERNAL SENDER: This email originated outside of EEI. Do not click links, open attachments, or respond if it appears to be suspicious. Here is the crash data for Fairfax and Windett Ridge From: Kendall Harris <kharris@yorkville.il.us> Sent: Tuesday, September 9, 2025 4:22 PM To: James Jensen <JJensen@yorkville.il.us>; Kirsten Balog <kbalog@yorkville.il.us> Subject: RE: Fairfax and Windett Ridge Intersection - Accident Data Hello, There were only 2 reported crashes for that intersection from 2020 to 2025. 21-0752: Improper lane usage 24-2182: Failing to yield the right of way Earlier today EEI requested the same intersection but for 2022 through 2025, so they were forwarded the information and crash report for 24-2182 only. Let me know if you need anything else. Page 14 2 Thank you, Kendall Harris Records Clerk/FOIA Officer Yorkville Police Dept. 651 Prairie Pointe Drive Yorkville, IL 60560 630-553-4340 From: James Jensen <JJensen@yorkville.il.us> Sent: Tuesday, September 9, 2025 3:24 PM To: Kirsten Balog <kbalog@yorkville.il.us>; Kendall Harris <kharris@yorkville.il.us> Subject: Fairfax and Windett Ridge Intersection - Accident Data Good Afternoon, Can one of you get me the following for the intersection of Fairfax and Windett Ridge 1. Years: 2020-2025 2. Crash Data: Please include ALL crashes 3. Cause: Please include the cause of the crash if available Thanks JJ Page 15 Page 16 Page 17 There were no injuries reported in either vehicle. The unit 1 driver was cited for failing to yield to oncoming traffic. Both vehicleswere able to be driven off scene.NarrativePage 18 IY003* X002218612 *18119111;†††;†4/23/20217:02112018††††221Luke SwansonJohn Hunter, 204UNIT 1UNIT1UNIT 2118;1818120†2††††3†111†119;2John Hunter, 204Luke Swanson221†3(EVNO)(MOST)(EVNT)(LOC)DAMAGED PROPERTY OWNER NAMEDAMAGED PROPERTYTIMETIMEPOLICE NOTIFIEDPROPERTY OWNERS ADDRESS: STREET, CITY, STATE, ZIPSECONDARYSECONDARYSECONNDARYECONSENDARYECONPRIMARYEMS NOTIFIEDTIMEARREST NAME††CITATIONS ISSUEDPENDINGSECTIONCITATION NO.TIMETIMEEMS ARRIVEDARREST NAME†††CITATIONS ISSUEDPENDINGSECTIONCITATION NO.ROAD CLEARANCETIMEOFFICER ID.SIGNATUREBEAT / DIST.SUPERVISOR ID.COURT DATETIME4/23/20217:02;†††††4/23/20217:02;†††AMPMAMPMAMPMAMPMAMPM(UNIT)(SEAT)(DOB)(SEX)(SAFT)(AIR)(INJ)(EJCT)(EPTH)PASSENGERS & WITNESSES ONLY (NAME) / (ADDR) / (TEL)(HOSP)(EMS)UNIT 2UNIT 1HOSPITAL (TAKEN TO)EMS AGENCYOWNER ADDRESS (STREET, CITY, STATE, ZIP)PHONE NUMBERPOLICY NO.PHONE NUMBERDRIVER LICENSE NO.VEHICLE OWNER (LAST, FIRST, M.I.)INSURANCE CO.EXPIREDYNCITYSTATEZIPVINSTREET ADDRESSPLATE NO.STATEYEARNAME (LAST, FIRST, M)DATE OF BIRTHmo / day / yrMAKEMODELYEARAUTOMATIONSYSTEMY NO UNKLEVELINVEH.LEVELENGAGEDAT CRASH†;†ENGAGEDAT CRASHAT CRASH00CIRCLE NUMBER(S)FOR DAMAGED AREA(S)00 - NONE13 - UNDER CARRIAGE14 - TOTAL (ALL)15 - OTHER99 - UNKNOWNPOINT OFFIRST CONTACTTOWEDDUE TO CRASHFIREDISTRACTEDDistraction ValueDistractioDistractioDistractioDistractionnnnVaVa VaValuelueluelue*COM VEHYNIF YES SEE SIDEBARIF YES SEE SIDEBAR*HOSPITAL (TAKEN TO)EMS AGENCYOWNER STREET, CITY, STATE, ZIPPHONE NUMBERPOLICY NO.PHONE NUMBERDRIVER LICENSE NO.VEHICLE OWNER (LAST, FIRST, M.I.)INSURANCE CO.EXPIREDYNCITYSTATEZIPVINSTREET ADDRESSPLATE NO.STATEYEARNAME (LAST, FIRST, M)DATE OF BIRTHmo / day / yrMAKEMODELYEARAUTOMATIONSYSTEMY NO UNKLEVELINVEH.LEVELENGAGEDAT CRASH††;ENGAGEDAT CRASHAT CRASHCIRCLE NUMBER(S)FOR DAMAGED AREA(S)00 - NONE13 - UNDER CARRIAGE14 - TOTAL (ALL)15 - OTHER99 - UNKNOWNPOINT OFFIRST CONTACTTOWEDDUE TO CRASHFIREDISTRACTEDDistraction ValueDistractioDistractioDistractioDistractionnnnVa VaVaValuelueluelue*COM VEHYNIF YES SEE SIDEBARIF YES SEE SIDEBARIF YES SEE SIDEBAR*ADDRESS NO.HIGHWAY OR STREET NAMECOUNTYCityTownship(CIRCLE)COUNTY(CIRCLE)........................ FT / MI N S E WAT INTERSECTION WITH______________________________________________________________(NAME OF INTERSECTION OR ROAD FEATURE)DATE OF CRASHDOORINGWITHPEDALCYCLIST?DATE OF CRAINTERSECTIONRELATEDY7:024/23/2021NPRIVATEPROPERTYYDOORINGNHIT & RUNYPEDALCYCLISTPEDALCYCLISTPEDALCYCLISTPEDALCYCLIST????NTIME# OF MOTORVEHICLES INVLDAMPMSECONDARY CRASH†;;;YESNOFLOW CONDITIONSLOWSTOPPEDFREE FLOW††;;††ON SCENENOT ON SCENE (DESK REPORT)AMENDED;†A No Injury / Drive AwayB Injury and / or Tow Due to Crash††;$500 OR LESS$501 - $1,500†jy†AMENDEDOVER $1,500;;AANo INo Injunjury / Driry / DriveveA AwwAAayay;ON SCENEDAMAGE TO ANY†;†ON SCENENOT ON SCENE (DESK REPORT)$501 - $1,500ONE PERSON'S††BIjd/ TDCh†NOT ON SCENE (DESK REPORT);†BInjury and / or Tow Due to Crash†AMENDEDOVER$1500VEHICLE / PROPERTY†$500ORLESS†$500 OR LESSDAMAGE TO ANYINVESTIGATING AGENCY;ANo Injury / DriveAwAayTYPE OF REPORTAGENCY CRASH REPORT NO.Y CRASH REPORT NOY CRASH REPORT NOY CRASH REPORT NO.AGENCYAGENCYAGENCYYR9111199199899159121DRACU1U2TRFDTRFCWEATDRVAU2VISU1U2VEHDU1U2LGHTCOLL* X002218612 ** X002218612MANVU1U211ILLINOIS TRAFFIC CRASH REPORTILLINOIS TRAFFIC CRASH REPORTLLI11Sheet ____ of ____ SheetsTRFWVEHTU1U2# LNSU1U2ALIGNU1U2TRFWTRFW1U1U199U2U23###LNSLNS LNS22U11U21RSURVEHUU1U2SPDRU1U2RDEFBACU1U21991U19U201U1996U2996# OCCSU1U2DIRPU1U2SLMTU1U2# OCCSU11U2U037SLMT3030Yorkville Police DepartmentASHTIME21NDARY CRASHVEHT11VEHTVEHT9999ECOSE2121212121-0752WINDETT RIDGE RDYORKVILLE†;YN______________________________________________________________FAIRFAX WAYNITHS(CE{C)W{{..ECTIOCFT{)/MIONWO{{(CIRC{{500VEHICLES IN2KENDALLNAME (LAST FIRST M)NAMUNKNOWNT99PHONE NUMBERPHODRIVER LICENSE NO.93O10†;SEXSAFTAUTOMATIONLEVELLEVELCARRIAGE UNDER CALL)TOTAL (AU2U2U2U2AIRINJEJCTCOM VEHCCOM VEHCU11PLATE NO.STATEYEARPOINT OFEPTHSTATECLASSINSURANCE COEXPIREDVIN1CDL IDPEDVPPAPOLICY NOVEHICLE OWNER (LAST FIRST M I )RSURRSUR1PPLINCIDENTVEHUVEHUVEHUVEHU†INCIDENTRESPONDER99;;YNIF "Y"UNKNOWNUNKNOWNVINVEHICLE OWNER (LAST, FIRST, M.I.)UNKNOWNPOLICY NO.INSURANCE CO.††S,C,S,OOWNER STREET CITY STATE ZIPOWNEER STREET, CITY, STATE, ZIPOWNEPHONE NUMBERPHONE NUMBERHOSPITAL (TAKEN TO)HOSEMS AGENCYEMSHOSPITAL (TAKEN TO)HOSHOSPITAL (TAKEN TO)HOSEMS AGENCYEMSHOSPITAL (TAKEN TO)HOSNAME (LAST FIRST M)NAMT11PHONE NUMBERPHODRIVER LICENSE NO.††SEXSAFTDISTRACTEDDU2U2U2U2CARRIAGE UNDER CALL)ALL)TOTAL (ATOTAL (AAUTOMATIONLEVELLEVELAIRINJEJCTU1U1U19COM VEHCCOM VEHCOM VEHCPLATE NO.STATEYEARPOINT OFPOINT OFEPTHSTATECLASSINSURANCE COEXPIREDVIN0CDL IDPEDVPPAPOLICY NOVEHICLE OWNER (LAST FIRST M I )RDEFRDEF1PPLINCIDENTBACBACBAC††INCIDENTRESPONDER996†YNIF "Y"FORDTRANSIT T-2502019461172DIL2022VINVEHICLE OWNER (LAST FIRST M I )1FTYR1YG6KKA38050VEHICLE OWNER (LAST, FIRST, M.I.)TRANE TECHNOLOGIES CO LLCPOLICY NO.CA6890217INSURANCE COINSURANCE CO.NATIONAL UNION FIRE INSURANCE CO-P†;SS(S ,C ,S , )OOWNER ADDRESS (STREET CITY STATE ZIP)OWNEER ADDRESS (STREET, CITY, STATE, ZIP)OWNE651 WINDETT RDG YORKVILLE, IL 60560PHONE NUMBERPHONE NUMBER(630) 433-7946†;DIRPDid crash occurDIRPDIRPDIRPin a Work Zone?U2UY3DIRP3N†;U1U1U1U13If YES check one below:7ConstructionU2U2U2U2MaintenanceSLMT30UtilityU1U13030Unknown work zone type††††30Workers present?30303030YU2U23030N†;FOR00000000 -1313 -13 141313141414 -15141499 -1515 -9999151515{{{{{{{{{{{{{{{{{{FOR00000000 -131313 -1313 1413141414 -1514141499 -99 1515 -9999151515;††;†;;††††;;;†DRIVERPARKEDDRIVERLESSPEDPEDALEQUESNMVNCV2YYNNU1U1U1U1U1U1WEDWEDTOWEDTOWTOWTOWDATE OF BIRTHMAKEMODELYEARCIRCLE NUMBER(S)DATE OF BIRTHDV;†††††††††;†;†;ALIGNALIGNALIGNALIGNALIGN111111111††††;;;;†;DRIVERPARKEDDRIVERLESSPEDPEDALEQUESNMVNCV9999YYNNU1U1U1U1U199TOWEDWEDWEDTOWTOWTOWDATE OF BIRTHMAKEMODELYEAR()CIRCLE NUMBER(S)DATE OF BIRTH{{{DV†;††††††††;†;††SPDRSPDRSPDRSPDRSPDRSPDR99999999999†††††††;9999999999111111111111Page 19 UNIT ____IF MORE THAN ONE CMV IS INVOLVED, USE SR 1050AADDITIONAL UNITS FORMS.A CMV is defined as any motor vehicle used to transport passengers orproperty and:1. Has a weight rating of more than 10,000 pounds (example: truck ortruck/trailer combination): or2. Is used or designed to transport more than 15 passengers includingthe driver (example: shuttle or charter bus): or3. Is designed to carry 15 or fewer passengers and operated by acontract carrier transporting employees in the course of their employment(example: employee transporter - usually a van type vehicle or passengercar): or4. Is used or designed to transport between 9 and 15 passengers,including the driver, for direct compensation (example: large van usedfor specific purpose): or5. Is any vehicle used to transport any hazardous material (HAZMAT) thatrequires placarding (example: placards will be displayed on the vehicle).CARRIER NAME _________________________________________________ADDRESS ______________________________________________________________________________________________________________CITY/STATE/ZIP ___________________________________________________MOTOR CARR. IDUSDOT NO. _________________________ILLCC NO. __________________InterstateIntrastateNot In Comm./Govt.Not In Comm./OtherSource of aboveSide of TruckPapersDriverLog BookGVWR/GCWR<10,00010,000 - 26,000>26,000Were HAZMAT placards on vehicle?YesNoIf yes, name on placard _______________________________________4 digit UN NO. ___________________1 digit Hazard Class NO. _______Did HAZMAT Spill from vehicle (do NOT consider FUEL from vehicle's owntank)?YesNoUnknownDid HAZMAT Regulations violation contribute to the crash?YesNoUnknownDid Motor Carrier Safety Regulations (MCS) violation contribute tothe crash?YesNoUnknownWas a Driver/Vehicle Examination Report form completed?HAZMATYesNoUnknownOut of ServiceYesNoMCSYesNoUnknownOut of ServiceYesNoForm Number _____________________________________________IDOT PERMIT NO. ________________WIDELOAD?YNTRAILER VIN 1 ___________________________________________TRAILER VIN 2 ___________________________________________TRAILER WIDTH(S)0 - 96"97 - 102"> 102"TRAILER 1TRAILER 2TRAILER LENGTH(S) 1 __________ ft2 __________ ftTOTAL VEHICLE LENGTH __________ ftNO. OF AXLES __________SELECT CODES FROM BACK OF CRASH BOOKLETVEHICLE CONFIG. ______CARGO BODY TYPE ______LOAD TYPE ______CITY/STATE/ZIP_____________________NARRATIVE (refer to vehicle by unit #)TRAILERVIN2______________________LOCAL USE ONLYADiagramandNarrativeare required on allType Bcrashes,even ifIF MORE THAN ONE CMV IS INVOLVED USE SR 1050Aunits have been moved prior to the officer's arrival.U1 COLORU1 TOWED BY / TO :U2 COLORU2 TOWED BY / TO :U1 Drug 1U1 Drug 2U2 Drug 1U2 Drug 2TOTALVEHICLELENGTHftfU1 TOWEDSELECTCODESFROMBACKOFCRASHDUE TO†DISABLING DAMAGE†NOT DISABLING DAMAGE____________________/U1 TOWED/U1 TOWED/U1 TOWEDDAMAGE EXTENT:TOTALVEHICLELENGTHftffNOOFAXLES/U2 TOWED BU2 TOWEDVEHICLECONFIG. ______CARGO BODY TDUE TO†DISABLING DAMAGE†NOT DISABLING DAMAGELOAD TYPELOAD TYPETYPETYPEVEHICLECONFIGCARGO BODY T/U2 TOWED BVEHICLECONFIGCARGO BODY TVEHICLECONFIGCARGO BODY TVEHICLECONFIGCARGO BODY T/U2 TOWED BDAMAGE EXTENT:SELECTCODESFROMLARGE TRUCK, BUS, OR HM VEHICLENARRATIVE(refertovehiclebyunit#)On 04/23/2021, I, Officer Swanson #221 was dispatched to the area of 561 Windett RidgeRd. for a hit and run accident that had already occurred. Charles F. Tiberi (M/H DOB01/19/1980) advised unit 2 belongs to the company he works for - Trane TechnologiesCompany LLC. Charles advised unit 2 was parked unoccupied facing Westbound on thesouth side of the 500 block of Windett Ridge Rd. between the hours of 2200 hours on04/22/2021 and 0600 hours on 04/23/2021. During this time, unit 1, an unknown vehicledriving Eastbound on Windett Ridge Rd struck the passenger side of unit 2 with thepassenger side of unit 1. This caused the passenger side mirror of unit 2 to be broken anddamage to occur along the entire passenger side of unit 2. Charles advised he had nosuspect information regarding unit 1. No injuries occurred, no citations issued, no towsneeded.†††††††††††††YesNoard________________________________________†††††††††††††††††††NoUnknownOutofServriceYesNo††††††________________WIDELOAD?YN††___________________________________________†††††††††ROMBACKOFCRASHBOOKLETOKLETU2 COLORMulticolorU1 Drug 1WhiteU1 Drug 2000U2 Drug 1000U2 Drug 2000ftfftff_________ftfTRAILERLENGTH(S)1ftf22TRAILERLENGTH(S)1ftff2_____________ftf000BYBYBYTO :TO :TO :BY/BY/BY/TOTO :TO :U1 Race:TRAILER1†††U2 Race:ADiagramandNarrativearerequired on allTypeBcrashes,LARGETRUCK,BUS,OX002218612Page 20 MUTCD Intersection Control Guidelines Page 21 The governing entity on traffic control signage and right-of-way intersection control is the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD). The 11th Edition of the Manual, updated in December 2023, provides the following guidance when considering intersection control at unsignalized intersections: Guidance: The type of traffic control used at an unsignalized intersection should be the least restrictive that provides appropriate levels of safety and efficiency for all road users. Guidance: A. When selecting a form of intersection control, the following factors should be considered: a. Motor vehicle, bicycle, and pedestrian traffic volumes on all approaches; where the term units/day or units/hour is indicated, it should be the total of motor vehicle, bicycle, and pedestrian volume; B. Driver yielding behavior with regard to all modes of conflicting traffic, including bicyclists and pedestrians; C. Number and angle of approaches; D. Approach speeds; E. Sight distance available on each approach; F. Reported crash experience; and G. The presence of a grade crossing near the intersection. Standard: YIELD or STOP signs shall not be used for speed control. Section 2B.10 of the MUTCD details the following for the installation of yield control at an intersection: Guidance: At intersections where a full stop is not necessary at all times, consideration should first be given to using less restrictive measures such as YIELD signs. Yield control should be considered when engineering judgment indicates that all of the following conditions exist: A. Intersection sight distance is adequate on the approaches to be controlled by YIELD signs. B. All approaches to the intersection are a single lane and there are no separate turn lanes. C. One of the following crash-related criteria applies: D. For changing from no intersection control to yield control, there have been two or more reported crashes in the previous 12 months that are susceptible to correction by the installation of a YIELD sign. E. For changing from minor road stop control to yield control, there have been two or fewer reported crashes in the previous 12 months. F. The combined motor vehicle, bicycle, and pedestrian volume entering the intersection averages less than 1,800 units per day or 140 units in the peak hour. G. The angle of intersection is between 90 and 75 degrees. H. The functional classification of the intersecting streets is either the intersection of two local streets or the intersection of a local street with a collector street. Page 22 Option: YIELD signs may be installed at an intersection when any of the following conditions apply: A. At the second intersection of a divided highway crossing or median break functioning as two separate intersections (see Figure 2B-19). In this case, a YIELD sign may be installed at the entrance to the second intersection. B. For a channelized turn lane that is separated from the adjacent travel lanes by an island, even if the adjacent lanes at the intersection are controlled by a highway traffic control signal or by a STOP sign. C. At an intersection where a special problem exists and where engineering judgment indicates the problem to be susceptible to correction by the use of the YIELD sign. D. Facing the entering roadway for a merge-type movement if engineering judgment indicates that control is needed because acceleration geometry and/or sight distance is not adequate for merging traffic operation. E. On low-volume rural roads if engineering judgment indicates that a YIELD sign would provide adequate control. F. On an approach to an intersection where the only permissible movement is a right- turn movement with an intersection geometry similar to a channelized right-turn lane or an approach to a roundabout. Section 2B.11 of the MUTCD details the following for the installation of minor road stop control at an intersection: Guidance: Stop control on the minor-road approach or approaches to an intersection should be considered when engineering judgment indicates that one or more of the following conditions exist: A. A restricted view exists that requires road users to stop in order to adequately observe conflicting traffic on the through street or highway. B. Crash records indicate that: 1. For a four-leg intersection, there are three or more reported crashes in a 12- month period or six or more reported crashes in a 36-month period. The crashes should be susceptible to correction by installation of minor-road stop control. 2. For a three-leg intersection, there are three or more reported crashes in a 12- month period or five or more reported crashes in a 36-month period. The crashes should be susceptible to correction by installation of minor-road stop control. C. The intersection is of a lower functional classification road with a higher functional classification road. D. Conditions that previously supported the installation of all-way stop control no longer exist. On low-volume rural roads, a STOP sign should be considered at an intersection where engineering judgment indicates that Item C in Paragraph 1 of this Section is applicable or where the intersection has inadequate sight distance for the operating vehicle speeds. Section 2B.12 of the MUTCD details the following for the installation of an All-Way Stop Control intersection: Page 23 Support: The provisions in the following sections describe warrants for the recommended engineering study to determine all-way stop control. Warrants are not a substitute for engineering judgment. The fact that a warrant for a particular traffic control device is met is not conclusive justification to install or not install all-way stop control. Because each intersection will have unique characteristics that affect its operational performance or safety, it is the engineering study for a given intersection that is ultimately the basis for a decision to install or not install all-way stop control. All-way stop controls at intersections with substantially differing approach volumes can reduce the effectiveness of these devices for all roadway users. Guidance: The decision to establish all-way stop control at an unsignalized intersection should be based on an engineering study. The engineering study for all-way stop control should include an analysis of factors related to the existing operation and safety at the intersection, the potential to improve these conditions, and the applicable factors contained in the following all-way stop control warrants: A. All-Way Stop Control Warrant A: Crash Experience (see Section 2B.13) B. All-Way Stop Control Warrant B: Sight Distance (see Section 2B.14) C. All-Way Stop Control Warrant C: Transition to Signal Control or Transition to Yield Control at a Circular Intersection (see Section 2B.15) D. All-Way Stop Control Warrant D: 8-Hour Volume (Vehicles, Pedestrians, Bicycles) (see Section 2B.16) E. All-Way Stop Control Warrant E: Other Factors (see Section 2B.17) Option: The decision to install all-way stop control on site roadways open to public travel may be based on engineering judgment. Standard: The satisfaction of an all-way stop control warrant or warrants shall not in itself require the installation of all-way stop control at an unsignalized intersection. Page 24 2021 INTERSECTION STUDY Page 25 As requested, we investigated the possible installation of stop signs at the following intersections: x Fairfax Way and Windett Ridge Road (multi-stop sign analysis) x Windett Ridge Road and Coach Road EEI collected 24-hour traffic counts via on-road tube collectors for the intersection of Fairfax Way and Windett Ridge Road on Thursday, April 8, 2021. We also collected seven-day speed data from Thursday, April 8, 2021 to Thursday, April 15, 2021 via bi-directional traffic collector radar detection along Windett Ridge Road at the intersection with Coach Road. The governing entity on traffic control signage is the Manual on Uniform Traffic Control Devices (MUTCD). The manual states as follows in regard to stop sign installation: Guidance: Engineering judgment should be used to establish intersection control. The following factors should be considered: A. Vehicular, bicycle, and pedestrian traffic volumes on all approaches; B. Number and angle of approaches; C. Approach speeds; D. Sight distance available on each approach; and E. Reported crash experience. YIELD or STOP signs should be used at an intersection if one or more of the following conditions exist: A. An intersection of a less important road with a main road where application of the normal right-of-way rule would not be expected to provide reasonable compliance with the law; B. A street entering a designated through highway or street; and/or C. An unsignalized intersection in a signalized area. In addition, the use of YIELD or STOP signs should be considered at the intersection of two minor streets or local roads where the intersection has more than three approaches and where one or more of the following conditions exist: A. The combined vehicular, bicycle, and pedestrian volume entering the intersection from all approaches averages more than 2,000 units per day; B. The ability to see conflicting traffic on an approach is not sufficient to allow a road user to stop or yield in compliance with the normal right-of-way rule if such stopping or yielding is necessary; and/or Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Lisa Pickering, City Clerk Date: May 3, 2021 Subject: Fairfax Way and Windett Ridge Road – Multi-way Stop Sign Analysis Windett Ridge Road and Coach Road – Stop Sign Analysis Page 26 C. Crash records indicate that five or more crashes that involve the failure to yield the right-of- way at the intersection under the normal right-of-way rule have been reported within a 3-year period, or that three or more such crashes have been reported within a 2-year period. Yield or Stop signs should not be used for speed control. At unsigned intersections, the application of the normal right-of-way rules would apply. Figure D taken from the Illinois Drivers Manual shows that the minor roadway should yield to traffic on the major roadway at uncontrolled intersections. Our findings were as follows: x Fairfax Way and Windett Ridge Road o The traffic volume appears to be below 2,000 units per day. o There are no sight distance constraints. o The vehicular volumes entering the intersection from the major street approaches (Windett Ridge Road) appears to be below 300 vehicles per hour for any 8 hours of an average day. o The combined vehicular, pedestrian, and bicycle volume entering the intersection from the minor street (Fairfax Way) appears to be below 200 units per hour for the same 8 hours. o The accident history is below the threshold warranting stop signs. o This intersection does not appear to be a good candidate for a multi-way stop sign based on the above criteria. o Since Windett Ridge Road is considered the main road of the two, EEI has found that the existing two-way stop control is sufficient since Fairfax Way is subject to stop control Page 27 x Windett Ridge Road and Coach Road o The accident history is below the threshold warranting stop signs. o There are no sight distance constraints. o Posted speed: 30 MPH o Average speed: 27.9 MPH o 85th percentile speed: 33 MPH o Stop signs are not meant to control vehicular speed. o This segment of roadway does not appear to be a good candidate for a stop sign based on the above criteria. Crash History Reports (provided by the City) No crash data was reported Traffic On-Road Tube Collector Locations Fairfax Way Windett Ridge Road Page 28 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 – October 21, 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 _________________________________ ________________________________ Angela R. Smith Jori Contrino 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