Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Public Works Committee Packet 2026 01-20-26
AGENDA PUBLIC WORKS COMMITTEE MEETING Tuesday, January 20, 2026 6:00 p.m. East Conference Room #337 651 Prairie Pointe Drive, Yorkville, IL Citizen Comments: Minutes for Correction/Approval: December 16, 2025 New Business: 1. PW 2026-01 Snow Operations Report 2. PW 2026-02 Water Reports for October to December 2025 3. PW 2026-03 Capital Improvement Project Updates 4. PW 2026-04 Quarterly Bond and Letter of Credit Reduction Summary 5. PW 2026-05 Public Works Truck Purchase and Disposal a. Pre-Authorization of Truck Purchase b. Ordinance Authorizing the Fifth 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 c. Dump Truck Disposal 6. PW 2026-06 QuikTrip Gas Station Public Improvement Acceptance 7. PW 2026-07 2025 Road to Better Roads – Request for Change in Plans and Final Payment Estimate 8. PW 2026-08 2025 Local Road Program – Change Order No. 1 (Balancing) 9. PW 2026-09 Ordinance Authorizing the Grant of Certain Easements for the Construction of Improvements to the City’s Water System 10. PW 2026-10 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026-2027 Bridge Inspection Services) 11. PW 2026-11 2024 Sanitary Sewer Lining – Change Order No. 2 (Final Balancing) 12. PW 2026-12 Resolution Authorizing the Purchase of Replacement Pumps for the Raintree and Bruell Street Lift Stations, in an Amount not to Exceed $73,535 13. PW 2026-13 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Route 47 Utility Relocation – Caton Farm Road to Route 71) 14. PW 2026-14 Metronet Contract for New Public Works and Parks Facility 15. PW 2026-15 2026 Road to Better Roads – MFT Resolution and Cost Estimate United City of Yorkville 651 Prairie Pointe Drive Yorkville, Illinois 60560 Telephone: 630-553-4350 www.yorkville.il.us Public Works Committee Agenda January 20, 2026 Page 2 New Business (cont’d): 16. PW 2026-16 Grand Reserve Unit 7 – Acceptance 17. PW 2026-17 Land Acquisition Consulting Services – Supplement No. 2 – Lake Michigan Water System Improvement Project Old Business: Additional Business: UNITED CITY OF YORKVILLE WORKSHEET PUBLIC WORKS COMMITTEE Tuesday, January 20, 2026 6:00 PM CITY HALL CONFERENCE ROOM --------------------------------------------------------------------------------------------------------------------------------------- CITIZEN COMMENTS: --------------------------------------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------------------------------------- MINUTES FOR CORRECTION/APPROVAL: --------------------------------------------------------------------------------------------------------------------------------------- 1. December 16, 2025 □ Approved __________ □ As presented □ With corrections --------------------------------------------------------------------------------------------------------------------------------------- NEW BUSINESS: --------------------------------------------------------------------------------------------------------------------------------------- 1. PW 2026-01 Snow Operations Report □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 2. PW 2026-02 Water Reports for October to December 2025 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 3. PW 2026-03 Capital Improvement Project Updates □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 4. PW 2026-04 Quarterly Bond and Letter of Credit Reduction Summary □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 5. PW 2026-05 Public Works Truck Purchase and Disposal a. Pre-Authorization of Truck Purchase b. Ordinance Authorizing the Fifth 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 c. Dump Truck Disposal □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 6. PW 2026-06 QuikTrip Gas Station Public Improvement Acceptance □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 7. PW 2026-07 2025 Road to Better Roads – Request for Change in Plans and Final Payment Estimate □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 8. PW 2026-08 2025 Local Road Program – Change Order No. 1 (Balancing) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 9. PW 2026-09 Ordinance Authorizing the Grant of Certain Easements for the Construction of Improvements to the City’s Water System □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 10. PW 2026-10 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (2026-2027 Bridge Inspection Services) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 11. PW 2026-11 2024 Sanitary Sewer Lining – Change Order No. 2 (Final Balancing) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 12. PW 2026-12 Resolution Authorizing the Purchase of Replacement Pumps for the Raintree and Bruell Street Lift Stations, in an Amount not to Exceed $73,535 □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 13. PW 2026-13 Resolution Approving an Engineering Agreement with Engineering Enterprises, Inc. (Route 47 Utility Relocation – Caton Farm Road to Route 71) □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 14. PW 2026-14 Metronet Contract for New Public Works and Parks Facility □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 15. PW 2026-15 2026 Road to Better Roads – MFT Resolution and Cost Estimate □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 16. PW 2026-16 Grand Reserve Unit 7 – Acceptance □ Moved forward to CC __________ □ Approved by Committee __________ □ Bring back to Committee __________ □ Informational Item □ Notes ___________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ --------------------------------------------------------------------------------------------------------------------------------------- 17. PW 2026-17 Land Acquisition Consulting Services – Supplement No. 2 – Lake Michigan Water System Improvement Project □ 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 – December 16, 2025 Public Works Committee – January 20, 2026 Majority Committee Approval Minute Taker Name Department DRAFT Page 1 of 2 UNITED CITY OF YORKVILLE PUBLIC WORKS COMMITTEE Tuesday, December 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 Joe Plocher Alderman Rusty Corneils Absent: Alderman Dan Transier Other City Officials City Administrator Bart Olson Assistant City Administrator Erin Willrett, via Zoom Public Works Director Eric Dhuse Assistant Public Works Director John Sleezer Alderman Ken Koch Parks & Recreation Director Tim Evans Other Guests: None The meeting was called to order at 6:00pm by Chairman Craig Soling. Citizen Comments: None Previous Meeting Minutes: November 18, 2025 The minutes were approved as presented. New Business: 1. PW 2025-119 Sidewalk and Trail Plowing - Discussion The purpose of the meeting was to discuss citizen queries regarding plowing of sidewalks and trails. Chairman Soling said several Aldermen have received calls and emails regarding the lack of snowplowing on sidewalks and trails, particularly near schools. Mr. Olson said the schools inquired as to why the Grande Reserve area trails had not been plowed. He told the committee the trails are never plowed and the only sidewalks that are plowed are in the bridge area, Town Square Park and part of Riverfront. Mr. Dhuse added that parts of the area near the library and Beecher Center are plowed if a machine is used. If all trails were plowed, it would take about 3 days. Other towns also do not plow trails. Mr. Olson added that there is no liability if the trails are left untouched, but there is liability if they are plowed. Signage and communication would be needed for the public if only some trails are plowed. Mr. Sleezer noted that if the trail along Rt. 34 was plowed, the state would move the road snow onto the trail which hardens it greatly, making it more difficult to clear. Page 2 of 2 Alderman Koch said he explained to one caller that staff is already working 16 hour shifts to clear the snow and the trails can not be done in a timely fashion. Mr. Dhuse added that efforts were complicated by the 8 inch snowfall early in the season Mr. Evans asked if the city starts plowing for the schools, will they be required to plow for the Parkview Christian School? He also said the track teams ran in the snowy streets one day and in the future the city will likely gets calls about their safety. He said in South Elgin, some of the trails were plowed, then people asked for the bus stops to be plowed. He also noted that White Oak doesn't have a bus stop and the students stand in a field by the barn. Chairman Soling asked how many students actually walk in the snow and it was agreed that very few do, that parents provide transportation. He also asked if the city could invite the schools to a meeting for discussion. Mr. Olson will contact the schools and ask if they would plow, but he said the city will still be liable. If the city moves forward with plowing, Mr. Koch asked if it would be contracted. Mr. Dhuse replied that it would not since it would cost 2-3 times more than if the city does it. Contractors would use a truck and that is not good for the trails. Contractors would push it in the street, added Mr. Sleezer. Mr. Corneils asked if additional equipment would be needed if the city begins plowing of the trails and sidewalks. It would require extra equipment and would require the labor of 2 people. After discussion, the consensus of the committee was that the city will not plow the trails and sidewalks at this time, however, they asked that more information be gathered on costs, time involved, equipment etc. for future seasons Old Business: None Additional Business: None There was no further business and the meeting adjourned at 6:26pm. 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 2026-01 Snow Operations Report Public Works Committee – January 20, 2026 None Informational Overview of snow removal operations from November 28, 2025 to January 6, 2026. John Sleezer Public Works Name Department Summary January 6, 2026, first snow report for winter 25-26 Background This winter started early with a late November storm, the largest single snowfall since 2015. Crews had to make a quick equipment transition from leaf pickup on November 24th to snow removal on November 26th. This included hooking up all snowplows, spreaders, and removing all leaf collection equipment from the trucks. Although our salt and brine usage are already up from previous years due to the early storm. We are using more brine per ton (15gallons) this year will help us keep lower the salt usage totals. Our new trucks are also capable of pumping more brine at a consistent rate compared to our old trucks which aids in keeping the salt usage down. To date we have put down 1703 tons of rock salt and 8140 gallons of pre-wet brine so far this season. I have attached our current spreadsheet outlining documenting the salt and brine usage by our large dump trucks. This is a work in progress, our new trucks have a completely different recording system than our old ones and we are trying to find the best way to merge them that is easy to ready and understand. This spreadsheet will be changing throughout the season to try and make user friendly for us and easy to read and understand for all. The fleet now consists of 9 large new dump trucks and 2 older trucks that are proposed to be replaced in FY27. Having trucks that are reliable and can spread salt and brine efficiently has been a tremendous help and makes snow removal much easier, reliable, and efficient. Knowing that our trucks will not continuously break down is also a HUGE relief to everyone involved with snow removal. However, we still had 1 of our trucks out with major fuel leak for the first event. Luckily, it was only one truck, and we were able to cover the route with little service interruption. After the first snowstorm other weather events didn’t impact as much, and we were able to cover many of the events with salting only. Finally, I would like to take this opportunity to thank our entire staff who worked long hours to ensure our roads where as safe as possible for our residents. We received many compliments on how our roads looked compared to other towns around us, which is a testament to dedicated staff and reliable equipment. Recommendation This is an informational item. Memorandum To: Public Works Committee From: John Sleezer, Assistant Director of Public Works Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: January 13, 2026 Subject: Snow Report 1/7/2025 Recorder Matt S 500 15 GPT Total Miles Average Salt Lbs of Lbs of Brine Gallons of Gal Brine/ Tons of Truck ID Rte # Driven MPH Miles Salt Used Salt/Mi. Miles Brine Used Ton Salt Salt Used Y-11 out 70.1 25722 44.6 87 Y-18 7N 1057.3 576798 545.5 543.3 1658 5.7 288.40 Y-27 6N 850.7 434749 511.0 360.3 1258 5.8 217.37 Y-28 9S 392.6 196664 500.9 89.2 232 2.4 98.33 Y-30 5N 995.2 535968 538.6 483.2 1436 5.4 267.98 Sub-total 0 0.0 3365.9 1769901 524.0 1520.6 4671 5.4 872.09 Truck ID Weight App. Distance App Salt/per Mi. Gallons App Brine Dist. Gal/tons Total Miles Tons used Y-32 4N 267606.3 507.0 527.82 479.0 119 3.6 133.80 Y-36 1N 311931.3 527.4 591.45 753.0 214 4.8 155.97 Y-37 10S 202911 383.5 529.10 390.0 94 3.8 101.46 Y-38 2N 329479.7 587.0 561.29 433.2 118 2.6 164.74 Y-39 3N 247437.9 390.6 633.48 759.4 173 6.1 123.72 Y-40 8S 302449.3 448.8 673.91 655.3 190 4.3 151.22 sub-total 1661815.5 2844.3 586.18 3469.9 908 4.2 0 830.91 Total Miles Average Salt (on) Lbs of Lbs of Brine (on) Gallons of Gal Brine/ Tons of Driven MPH Miles Salt Used Salt/Mi. Miles Brine Used Ton Salt Salt Used Totals 0.0 0.0 6210.20 3431716.5 555 2428.1 8140.9 4.8 1703.00 ALL TRUCK DATA Snow Operations Salt and Brine Data Brine SettingSalt settingDate TRUCK ON NEW FORCE AMERICA CONTROLS TRUCKS ON OLD CIRRUS CONTROLS 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 2026-02 Water Reports for October to December 2025 Public Works Committee – January 20, 2026 Majority Approval Water reports must be approved by City Council as required by the IEPA. Eric Dhuse Public Works Name Department United City of Yorkville WATER DEPARTMENT REPORT October 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 402 18,281,000 7 1527 1125 513 16,273,300 8 1384 840 268 21,342,000 9 1368 861 349 8,875,000 TOTAL PUMPED 64,771,300 CURRENT MONTH’S PUMPAGE IS ____6,360,700 GALLONS LESS THAN LAST MONTH 425,300 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 2,089,397 GALLONS DAILY MAXIMUM PUMPED: __ 3,066,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 86.72 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1551 LBS. FED CALCULATED CONCENTRATION: ___3.01__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.73 __ MG/L POLYPHOSPHATE: 1787 _ 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: __147 NUMBER OF LEAKS OR BREAKS REPAIRED: __1 ___ MXU’S: _148 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __30 COMMERCIAL: __3__ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT November 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 383 12,814,000 7 1527 1125 506 15,437,500 8 1384 840 284 15,660,000 9 1368 861 358 10,412,000 TOTAL PUMPED 54,323,500 CURRENT MONTH’S PUMPAGE IS ____10,447,800 GALLONS LESS THAN LAST MONTH 1,423,000 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 1,810,783 GALLONS DAILY MAXIMUM PUMPED: __ 2,100,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 76,6 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1309 LBS. FED CALCULATED CONCENTRATION: ___2.97__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.76 __ MG/L POLYPHOSPHATE: 1456 _ LBS. FED CALCULATED CONCENTRATION: ___1.16___ 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: _58 NUMBER OF LEAKS OR BREAKS REPAIRED: __1 ___ MXU’S: _75 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __ 22 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: United City of Yorkville WATER DEPARTMENT REPORT December 2025 _ MONTH / YEAR WELLS NO WELL DEPTH (FEET) PUMP DEPTH (FEET) WATER ABOVE PUMP (FEET) THIS MONTH’S PUMPAGE (GALLONS) 4 1394 784 386 12,616,000 7 1527 1125 501 16,382,400 8 1384 840 275 17,365,000 9 1368 861 349 9,387,000 TOTAL PUMPED 55,750,400 CURRENT MONTH’S PUMPAGE IS ____1,426,900 GALLONS MORE THAN LAST MONTH 538,000 GALLONS MORE THAN LAST YEAR DAILY AVERAGE PUMPED: _ 1,798,400 GALLONS DAILY MAXIMUM PUMPED: __ 2,410,000 GALLONS DAILY AVERAGE PER CAPITA USE: ___ 74.77 __ GALLONS (Population 23,000) WATER TREATMENT: CHLORINE: 1309 LBS. FED CALCULATED CONCENTRATION: ___2.97__ MG/L FLUORIDE: _ 0 LBS. FED MEASURED CONCENTRATION: _____0.76 __ MG/L POLYPHOSPHATE: 1456 _ LBS. FED CALCULATED CONCENTRATION: ___1.16___ MG/L WATER QUALITY: BACTERIOLOGICAL SAMPLES ANALYZED BY ILLINOIS ENVIRONMENTAL PROTECTION AGENCY: __30 SATISFACTORY _____ UNSATISFACTORY (EXPLAIN) ___________________________________________________________________________________________ FLOURIDE: __ 3 __ SAMPLE(S) TAKEN CONCENTRATION: _ 0.70 MG/L MAINTENANCE: NUMBER OF METERS REPLACED: _17 NUMBER OF LEAKS OR BREAKS REPAIRED: __1 ___ MXU’S: _17 BATTERIES REPLACED: _ NEW CUSTOMERS: RESIDENTIAL: __ 20 COMMERCIAL: ____ INDUSTRIAL/GOVERNMENTAL: ___ ___ COMMENTS: 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 2026-03 Capital Project Update Public Works Committee – January 20, 2026 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. 2025 Water Main Replacement Construction is underway. Work is approximately 70% complete. Work will continue into spring 2026. East Alley Water Main Replacement This work is substantially complete. LM – North Receiving Station Construction has begun. LM – Northwest Elevated Water Storage Tank Construction has begun. The foundation work is complete. LM – Bluestem Water Main Improvements This work is substantially complete. LM – South Receiving Station Standpipe Initial site work has begun. LM – South Receiving Station The contract has been awarded. LM – Rt 126 Water Main Improvements The contract has been awarded. Work is expected to begin in January. Van Emmon Street STP This work is substantially complete. 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: January 12, 2026 Subject: Capital Improvement Projects Update 2025 Local Road Program This work is substantially complete. 2025 RTBR This work is substantially complete. Sanitary Sewer Lining This work is substantially complete. Planning/Design Projects WIFIA Loan Application We are targeting a winter closing date. 2026 Water Main Replacement A letting has been scheduled for February. 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 underway. 2026 Local Road Program and RTBR Program Design engineering is underway. E. Hydraulic Improvements (ITEP) – Phase I Design engineering is underway. Kennedy Road Improvements – Phase I Design engineering is underway Bertram Drive Improvements Design engineering is underway. Kennedy / Freedom Place Intersection Improvements Land acquisition is in process. Quiet Zones Work is in progress. A diagnostic meeting is planned for January 29th. 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 2026-04 Bond/LOC Reduction Summary Through December 31, 2025 Public Works Committee – January 20, 2026 None Informational Brad Sanderson Engineering Name Department Please see the attached reduction summary through December 31, 2025. If you have any questions, please let me know. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Krysti Barksdale-Noble, Community Dev. Dir. Jori Contrino, City Clerk Date: December 31, 2025 Subject: 2025 Bond/LOC Reduction Summary 31-Dec-25 2025 Bond and Letter of Credit Reduction Report Date Development/Project Engineer Concurrence City Administrator Concurrence Mayor Concurrence Reduction Final Release Reduction Value Remaining Balance 2/10/2025 Grande Reserve Unit 4 X X X 92,970.00$ 426,922.00$ 2/25/2025 Timber Ridge Estates X X X 757,631.66$ 1,244,550.19$ 5/27/2025 Grande Reserve Unit 8 X X X 142,665.00$ -$ 6/24/2025 Ashley Pointe X X X 57,960.00$ -$ 8/26/2025 Grande Reserve Unit 4 X X X 426,922.00$ -$ 10/28/2025 Grande Reserve Unit 12 X X X 49,309.00$ -$ 10/28/2025 Grande Reserve Unit 15 X X X 97,889.00$ -$ 10/28/2025 Grande Reserve Unit 22 X X X 37,038.00$ -$ 10/28/2025 Caladonia - Unit 3 X X X 525,985.28$ 209,449.95$ 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 2026-05 FY27 Truck Purchase, Disposal of Property, and Budget Amendment Public Works Committee – January 20, 2026 Supermajority (6 out of 9) Approval Proposing to pre-order a truck, dispose of 2 trucks once new truck is built, and create a budget amendment for the purchase. Eric Dhuse Public Works Name Department Summary Staff is proposing the purchase of a new 2025 Peterbilt 567 tandem axle dump truck in FY27. If we commit to the order now, we will have the truck by next snow season. If we wait until after May 1st to order the truck, it will not be ready in time for the next snow season. Background Staff originally proposed this purchase in FY26, but due to other needs, this purchase was delayed until FY27. This would be the final purchase that would replace the last of our old fleet and put us back up to a full fleet of new, reliable trucks for snow removal and daily operations. We are proposing a tandem axle dump truck outfitted for full snow removal operations, at a cost of $338,577. I have attached the full quote for your review. This truck would replace 2 trucks in our current fleet, both of which are 2007 models with single axles. These trucks are almost 20 years old and are at the end of their useful life. Although these trucks are old, they have been refurbished and should bring between $14,000-$18,000 at auction. Details of the trucks are below. • Y 27 - 2007 International 7400 single axle dump truck. VIN# 1HTWDAAR37J429772. Mileage is 35,672 and engine hours are 3,584. The vehicle replacement guideline evaluation form is attached for reference. • Y 28 – 2007 International 7400 single axle dump truck. VIN# 1HTWDAAR37J429771. Mileage is 40,582 and the engine hours are 4347. The vehicle replacement guideline evaluation form is attached for reference. Although the miles are low, please remember that almost all the miles are snow plowing miles. These miles are not easy on vehicles, they are fully loaded, out in the worst conditions, and they are pushing thousands of pounds out in front, clearing the roads. Once this truck is purchased, our entire fleet of large dump trucks will have been replaced and we will be back on a normal replacement cycle where we are only trading or adding a truck per year instead of multiple trucks. This purchase will require a budget amendment since the contract will be signed before the applicable budget year. While there will be no impact on the FY26 budget, we do need to show the funds as budgeted at the time the contract is executed, even though the actual payment will not occur until the truck is delivered in FY27. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: January 5, 2026 Subject: FY27 Truck Purchase and Budget Amendment Recommendation Staff recommends the purchase of a 2025 Peterbilt in the amount of $338,577 as specified in quote number 250983I-SWL from Lindco Equipment of Merrillville, IN. Staff recommends the Disposal of 2, 2007 International 7400 single axle dump trucks as described above through sale at a Ritchie Bros. auction at a date to be determined. Staff recommends approval of the budget amendment as presented. Ordinance No. 2026-____ Page 1 Ordinance No. 2026-____ AN ORDINANCE AUTHORIZING THE FIFTH AMENDMENT TO THE ANNUAL BUDGET OF THE UNITED CITY OF YORKVILLE, FOR THE FISCAL YEAR COMMENCING ON MAY 1, 2025 AND ENDING ON APRIL 30, 2026 WHEREAS, the United City of Yorkville (the “City”) is a duly organized and validly existing non-home rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and, WHEREAS, pursuant to 65 ILCS 5/8-2-9.4, the City adopted Ordinance No. 2025-28 on April 8, 2025 adopting an annual budget for the fiscal year commencing on May 1, 2025 and ending on April 30, 2026; and, WHEREAS, pursuant to 65 ILCS 5/8-2-9.6, by a vote of two-thirds of the members of the corporate authorities then holding office, the annual budget of the United City of Yorkville may be revised by deleting, adding to, changing or creating sub-classes within object classes and object classes themselves. No revision of the budget shall be made increasing the budget in the event funds are not available to effectuate the purpose of the revision; and, WHEREAS, funds are available to effectuate the purpose of this revision. NOW THEREFORE, BE IT ORDAINED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1: That the amounts shown in Schedule A, attached hereto and made a part hereof by reference, increasing and/or decreasing certain object classes and decreasing certain fund balances in the Vehicle & Equipment fund with respect to the United City of Yorkville’s 2025-2026 Budget are hereby approved. Section 2: This ordinance shall be in full force and effect from and after its passage and approval according to law. Ordinance No. 2026-____ Page 2 Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2026. ______________________________ 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. 2026. ______________________________ MAYOR Attest: ______________________________ CITY CLERK FY 2026 FY 2026 FY 2023 FY 2024 FY 2025 Adopted Amended Actual Actual Actual Budget Budget Revenue Intergovernmental -$ 240,177$ -$-$-$ Licenses & Permits 155,950 263,473 140,250 112,500 112,500 Fines & Forfeits 11,585 13,150 10,060 10,750 10,750 Charges for Service 876,986 1,540,601 1,861,630 376,666 376,666 Reimbursements 44,512 97,467 17,988 - - Miscellaneous 3,189 4,118 5,760 1,000 1,000 Other Financing Sources 265,878 48,966 32,000 107,000 107,000 Total Revenue 1,358,100$ 2,207,952$ 2,067,688$ 607,916$ 607,916$ Expenditures Contractual Services 61,286$ 30,910$ 62,768$ 40,250$ 40,250$ Supplies 74,899 20,535 48,057 111,303 111,303 Capital Outlay 1,109,461 1,935,785 2,870,723 1,028,829 1,367,829 Debt Service 71,570 71,570 71,570 71,570 71,570 Total Expenditures 1,317,216$ 2,058,800$ 3,053,118$ 1,251,952$ 1,590,952$ Surplus (Deficit)40,884$ 149,152$ (985,430)$ (644,036)$ (983,036)$ Ending Fund Balance 1,432,503$ 1,581,655$ 596,223$ 1,692$ (386,813)$ VEHICLE & EQUIPMENT FUND (25) ($500) $0 $500 $1,000 $1,500 $2,000 ThousandsFund Balance 1 25 FY 2026 FY 2026 FY 2023 FY 2024 FY 2025 Adopted Amended Account Actual Actual Actual Budget Budget 25-000-41-00-4160 FEDERAL GRANTS -$ 240,177$ -$ -$ -$ 25-000-42-00-4208 PUBLIC WORKS RECAPTURE FEES -$ 10,673$ 4,600$ 2,500$ 2,500$ 25-000-42-00-4215 DEVELOPMENT FEES - POLICE CAPITAL 34,050 60,900 31,200 30,000 30,000 25-000-42-00-4217 WEATHER WARNING SIREN FEES - - - 500 500 25-000-42-00-4218 ENGINEERING CAPITAL FEES 28,100 33,200 21,100 10,000 10,000 25-000-42-00-4219 DEVELOPMENT FEES - PW CAPITAL 79,750 142,100 72,800 64,500 64,500 25-000-42-00-4220 DEVELOPMENT FEES - PARK CAPITAL 14,050 16,600 10,550 5,000 5,000 25-000-43-00-4315 DUI FINES 10,805$ 12,453$ 9,282$ 10,000$ 10,000$ 25-000-43-00-4316 ELECTRONIC CITATION FEES 780 697 778 750 750 25-000-44-00-4418 -$ 1,207$ 1,053$ 500$ 500$ 25-000-44-00-4420 47,825 129,173 155,714 80,000 80,000 25-000-44-00-4421 549,408 1,113,569 1,176,032 - - 25-000-44-00-4427 PARKS & RECREATION CHARGEBACK 204,854 276,117 480,774 185,863 185,863 25-000-44-00-4428 COMPUTER REPLACEMENT CHARGEBACK 74,899 20,535 48,057 110,303 110,303 25-000-46-00-4692 44,512$ 52,096$ -$ -$ -$ 25-000-46-00-4695 - 45,371 17,988 - - 25-000-48-00-4850 283$ 436$ -$ -$ -$ 25-000-48-00-4852 343 498 1,899 - - 25-000-48-00-4854 2,321 1,372 3,471 1,000 1,000 25-000-48-00-4855 242 1,812 390 - - -$ Licenses & Permits 112,500$ 10,750$ VEHICLE & EQUIPMENT FUND REVENUE Description Intergovermental Total:Licenses & Permits Total:Intergovernmental -$ 240,177$ -$ -$ 13,150$ 17,988$ -$ Total:Reimbursements 44,512$ 97,467$ MISCELLANEOUS REIMB - POLICE CAPITAL MISCELLANEOUS REIMB - PARK CAPITAL 376,666$ Reimbursements 10,060$ Charges for Service Total:Charges for Service 876,986$ MOWING INCOME 263,473$ 1,861,630$ 1,540,601$ 140,250$ POLICE CHARGEBACK PUBLIC WORKS CHARGEBACK Fines & Forfeits Fines & Forfeits 11,585$ 155,950$ Total: Miscellaneous MISCELLANEOUS INCOME - GEN GOV MISCELLANEOUS INCOME - PARK CAPITAL MISCELLANEOUS INCOME - POLICE CAPITAL MISCELLANEOUS INCOME - PW CAPITAL 4,118$ 5,760$ 1,000$ Total:Miscellaneous 3,189$ 1,000$ United City of Yorkville Vehicle & Equipment Fund 112,500$ 10,750$ 376,666$ -$ 2 25 FY 2026 FY 2026 FY 2023 FY 2024 FY 2025 Adopted Amended Account Actual Actual Actual Budget Budget VEHICLE & EQUIPMENT FUND REVENUE Description United City of Yorkville Vehicle & Equipment Fund 25-000-49-00-4920 10,156$ 6,491$ 5,000$ 2,000$ 2,000$ 25-000-49-00-4921 63,695 42,475 - 101,000 101,000 25-000-49-00-4922 27,000 - 27,000 4,000 4,000 25-000-49-00-4972 33,843 - - - - 25-000-49-00-4995 LEASE PROCEEDS 131,184 - - - - Other Financing Sources 2,067,688$ SALE OF CAPITAL ASSETS - POLICE CAPITAL Other Financing Sources 265,878$ 48,966$ SALE OF CAPITAL ASSETS - PW CAPITAL TRANSFER FROM LAND CASH SALE OF CAPITAL ASSETS - PARK CAPITAL 107,000$ 607,916$ 32,000$ 107,000$ Total: VEHICLE & EQUIP REVENUE 1,358,100$ 2,207,952$ 607,916$ Total: 3 215 FY 2026 FY 2026 FY 2023 FY 2024 FY 2025 Adopted Amended Account Actual Actual Actual Budget Budget 25-215-54-00-5448 FILING FEES 134$ 228$ 171$ 500$ 500$ 25-215-56-00-5620 OPERATING SUPPLIES -$ -$ -$ 1,000$ 1,000$ 25-215-60-00-6060 EQUIPMENT 305,803$ 180,368$ 282,973$ 118,000$ 118,000$ 25-215-60-00-6070 VEHICLES 136,318 775,377 1,823,198 269,929 608,929 25-215-92-00-8000 PRINCIPAL PAYMENT 55,511$ 57,543$ 59,709$ 61,927$ 61,927$ 25-215-92-00-8050 INTEREST PAYMENT 13,885 11,853 9,687 7,469 7,469 United City of Yorkville Vehicle & Equipment Fund PUBLIC WORKS CAPITAL EXPENDITURES Description Contractual Services 171$ 500$ Supplies Total:Supplies -$ -$ -$ 1,000$ Total:Contractual Services 134$ 228$ Debt Service - PW Building 69,396$ 69,396$ Capital Outlay Total:Capital Outlay 442,121$ 955,745$ Total: PW CAPITAL EXPENDITURES 511,651$ 1,025,369$ 2,175,738$ 500$ 1,000$ 726,929$ 69,396$ 797,825$ 458,825$ 69,396$ 69,396$ 2,106,171$ 387,929$ Debt Service - Public Works Building Total: 4 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 2026-06 QT Gas Station & Convenience Store Public Works Committee – January 20, 2026 Majority Consideration of Approval Public Improvement 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 (sanitary sewer only) as described in the attached Bill of Sale be accepted for ownership and maintenance by the City. In this situation, we recommend that the typical 1-year maintenance period and requirement for a maintenance bond be waived as this is a relatively small improvement. 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: December 18, 2025 Subject: QT Gas Station & Convenience Store 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 QuikTrip Gas Station & Convenience Store Public Improvements 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 EXHIBIT A QhIKTRIP - PUBLIC IMPROVEMENTS UNITED CITY OF YORKVILLE UNIT QUANTITIY FOOT 544 FOOT 138.5 EACH 4 UTILITIES SANITARY SEWER CONSTRUCTION 8" PVC SANITARY SEWER (SDR 26) 16" STEEL CASING PIPE 4' DIAMETER MANHOLE BMERGPUMPPROBEANNULARVENT/VAPORFILLBMERGPUMPBMERGPUMPBMERGPUMPPROBEANNULARVENT/VAPORFILLPROBEANNULARVENT/VAPORFILLPROBEANNULARVENT/VAPORFILLBMERGPUMPPROBEANNULARVENT/VAPORFILLIL STATE ROUTE 71STAGECOACH TRAILIL STATE ROUTE 47BRIDGE STREET7318107 E STAGECOACH TRAILYORKVILLE, KENDALL COUNTY, IL 6056089-731809-06-2024P-11389001DKHCSHAMGASHEET TITLE:SHEET NUMBER:DIVISION:DESIGNED BY:1© COPYRIGHT QUIKTRIP CORPORATION 2011ANY UNAUTHORIZED USE, REPRODUCTION,PUBLICATION, DISTRIBUTION, OR SALE INWHOLE OR IN PART, IS STRICTLY FORBIDDEN.ORIGINAL ISSUE DATE:PROTOTYPE:VERSION:PROJECT NO.:DRAWN BY:REVIEWED BY:REV DATE DESCRIPTIONBCDEFGHJKLMNPQABCDEFGHJKLMNPQ23456 7 8 9 10 111213 1415123456 7 8 9 10 111213 1415PROJECT NO.:NPQPROJECT NO.:PROJECT NO.:DŝĚǁĞƐƚĞƐŝŐŶ'ƌŽƵƉ<ĂŶƐĂƐŝƚLJWKŽdžϴϲϬϬϭϱ^ŚĂǁŶĞĞ͕<^ϲϲϮϴϲͲϬϬϭϱWϵϭϯ͘Ϯϰϴ͘ϵϯϴϱN3015 03060≤≥UTILITY LEGEND (NEW)UTILITY NOTES:UTILITY PLAN9/6/24PUBLIC SANITARY MAIN AND MANHOLES FOR ACCEPTANCE GASB QhIKTRIP - PUBLIC IMPROVEMENTS UNITED CITY OF YORKVILLE UNIT QUANTITIY UNIT PRICE COST FOOT 544 50.00$ 27,200.00$ FOOT 138.5 180.00$ 24,930.00$ EACH 4 6,000.00$ 24,000.00$ TOTAL COST 76,130.00$ UTILITIES SANITARY SEWER CONSTRUCTION 8" PVC SANITARY SEWER (SDR 26) 16" STEEL CASING PIPE 4' DIAMETER MANHOLE 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 2026-07 Public Works Committee – January 20, 2026 Majority Approval of Request for Change in Plans and Final Pay Estimate Recommendation to Approve Request for Change in Plans and Final Pay Estimate Brad Sanderson Engineering Name Department 2025 Road to Better Roads – Change in Plans and Final Pay Estimate The 2025 Road to Better Roads Program was awarded to D. Construction 1488 S. Broadway Coal City, IL 60416 at total awarded value of $1,080,472.57. The project is now completed and accepted. The project came in $9,310.23 under budget for a final construction value of $1,071,162.34. Due to the use of Motor Fuel Tax Funds, the Request for Change in Plans and Engineer’s Final Pay Estimate needs to be approved by IDOT before final payment can be made. We recommend that the City approve the Request for Change in Plans and Engineer’s Final Pay Estimate. 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 Erin Willrett, Assistant City Administrator Rob Fredrickson, Finance Director Jori Contrino, City Clerk Date: December 11, 2025 Subject: 2025 Road to Better Roads - MFT Request for Approval of Change of Plans BLR 13210 (Rev. 10/20/23)Page 1 of 3Completed12/11/2512/11/25 Local Public Agency United City of Yorkville County KendallKendall Route Various Local Roads Section Number 25-00000-00-GM Request Number 1 Final Contractor D. Construction Inc. Address 1488 S. Broadway City Coal City State ILIL Zip Code 60416 Date 12/09/2512/09/25 I recommend that this DeductionDeduction be made The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the unit prices. fromfrom the above contract. Item Description Unit of Measure Quantity Unit Price Addition (A) or Deduction (D) Total Addition Total Deduction -PARTIAL DEPTH PATCHING (SPECIAL)SQ YD 400 $30.0000 DD $0.0000 $12,000.0000 -HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SQ YD 56 $0.0100 AA $0.5600 $0.0000 -HOT-MIX ASPHALT SURFACE REMOVAL, 1.5" SQ YD 1645 $1.4700 AA $2,418.1500 $0.0000 -HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH SQ YD 422 $2.3200 DD $0.0000 $979.0400 -BITUMINOUS MATERIALS (TACK COAT)LB 18856 $0.0100 DD $0.0000 $188.5600 -HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50 TON 246 $63.3000 DD $0.0000 $15,571.8000 -HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N50 TON 365 $69.6400 AA $25,418.6000 $0.0000 - COMBINATION CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 1 $35.0000 AA $35.0000 $0.0000 -SIDEWALK REMOVAL SQ FT 671 $1.5000 DD $0.0000 $1,006.5000 -PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH SQ FT 1647 $8.0000 DD $0.0000 $13,176.0000 -DETECTABLE WARNINGS SQ FT 82 $30.0000 DD $0.0000 $2,460.0000 -INLETS TO BE ADJUSTED EACH 13 $400.0000 DD $0.0000 $5,200.0000 -MANHOLES TO BE ADJUSTED EACH 2 $800.0000 DD $0.0000 $1,600.0000 -DOMESTIC WATER SERVICE BOX TO BE ADJUSTED EACH 1 $150.0000 DD $0.0000 $150.0000 -TYPE 1 FRAME, OPEN LID EACH 3 $450.0000 DD $0.0000 $1,350.0000 -TYPE 1 FRAME, CLOSED LID EACH 1 $600.0000 DD $0.0000 $600.0000 -TYPE 3 FRAME AND GRATE EACH 1 $600.0000 AA $600.0000 $0.0000 -TYPE 11 FRAME AND GRATE EACH 1 $450.0000 DD $0.0000 $450.0000 - THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 16 $6.3200 AA $101.1200 $0.0000 BLR 13210 (Rev. 10/20/23)Page 2 of 3Completed12/11/2512/11/25 -THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 392 $0.9000 AA $352.8000 $0.0000 -THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 656 $1.5400 AA $1,010.2400 $0.0000 -THERMOPLASTIC PAVEMENT MARKING - LINE 12" FOOT 8 $3.0800 DD $0.0000 $24.6400 -THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 16 $6.3300 DD $0.0000 $101.2800 -SHORT TERM PAVEMENT MARKING FOOT 900 $0.0100 DD $0.0000 $9.0000 -SHORT TERM PAVEMENT MARKING REMOVAL SQ FT 300 $0.0100 DD $0.0000 $3.0000 -REMOVE AND REINSTALL BRICK PAVERS SQ FT 20 $110.0000 DD $0.0000 $2,200.0000 -HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 16 $30.0000 DD $0.0000 $480.0000 - PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 20 $50.0000 DD $0.0000 $1,000.0000 -HOT-MIX ASPHALT BIKE PATH REMOVAL AND REPLACEMENT SQ YD 40 $35.0000 DD $0.0000 $1,400.0000 -CLASS B PATCHES, 8 INCH SQ YD 33 $80.0000 DD $0.0000 $2,640.0000 -CLASS B PATCHES, 9 INCH SQ YD 257 $90.0000 AA $23,130.0000 $0.0000 -SUPPLEMENTAL WATERING UNIT 25 $0.0100 DD $0.0000 $0.2500 -DETECTOR LOOP REPLACEMENT FOOT 87 $33.0000 AA $2,871.0000 $0.0000 -CRACK ROUTING FOOT 100 $0.0100 AA $1.0000 $0.0000 -CRACK FILLING LB 1360 $2.0800 DD $0.0000 $2,828.8000 -ROUTING AND SEALING CRACKS FOOT 2229 $0.6900 AA $1,538.0100 $0.0000 -709 BLUESTEM SPRINKLER REPAIR L SUM 1 $1,270.0000 DD $0.0000 $1,270.0000 -2047 SWITCHGRASS MAILBOX REPAIR L SUM 1 $97.8400 DD $0.0000 $97.8400 Total Changes $57,476.48 $66,786.71 Item Description Unit of Measure Quantity Unit Price Addition (A) or Deduction (D) Total Addition Total Deduction Add Row Total net deductiondeduction ($9,310.23)-0.86%of the contract price.which isto date Total Net Change ($9,310.23) Amount of Original Contract $1,080,472.57 Amount of Previous Change Orders $0.00 Amount of adjusted/final contract $1,071,162.34 State fully the nature and reason for the change Explanation attached. BLR 13210 (Rev. 10/20/23)Page 3 of 3Completed12/11/2512/11/25 When the net increase or decrease in the cost of the contract is $10,000.00 or more, or the time of completion is increased or decreased by 30 days or more, one of the following statements must be checked: The Local Public Agency has determined that the circumstances which necessitate this change were not reasonably foreseeable at the time the contract was signed. The Local Public Agency has determined that the change is germane to the original contract as signed. The Local Public Agency has determined that this change is in the best interest of the Local Public Agency and is authorized by law. Prepared By Colton Isham Title of Preparer Senior Project Engineer I Submitted/Approved BY: Local Public Agency Signature & Date Title:Mayor Approved: Illinois Department of Transportation For a Road District project County Engineer signature required. County Engineer/Superintendent of HighwaysSignature & Date Regional Engineer Signature & Date IDOT Department Use Only Received Location Received Date Additional Location? WMFT Entry By Entry Date UNITED CITY OF YORKVILLE 2025 MFT ROAD PROGRAM SECTION 25-00000-00-GM BLR 13210 SUPPLEMENT EXPLANATION OF PAY ITEM CHANGES IN EXCESS OF $10,000 PARTIAL DEPTH PATCHING (SPECIAL) (400 SQ YD DEDUCTED AT $30.00/SQ YD = $12,000.00) This item was reduced in quantity due to less patching being needed after milling was completed. HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50 (246 TONS DEDUCTED AT $63.30/TON = $15,571.80) This item was reduced in quantity due to less cross slope correction needed and reflects actual delivered tonnages. HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX “D”, N50 (365 TONS ADDED AT $69.64/TON = $25,418.60) This item was increased in quantity due to cross slope correction and existing field conditions on Waterpark Way and Beecher Road. This quantity reflects actual delivered tonnages. PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH (1647 SQ FT DEDUCTED AT $8.00/SQ FT = $13,176.00) This item was reduced in quantity due to existing field conditions and reflects as-built quantities. CLASS B PATCHES, 9 INCH (257 SQ YD ADDED AT $90.00/SQ YD = $23,130.00) This item was increased in quantity due to existing field conditions requiring additional patching on Countryside Avenue. Engineer's Payment Estimate BLR 13230 (Rev. 11/14/25)Page 1 of 5 Local Public Agency United City of Yorkville County KendallKendall Route(s) (Street/Road) Various Local Roads Section Number 25-00000-00-GM Estimate 3 Final Payable to Name D. Construction Inc. Address 1488 S. Broadway, Coal City, IL, 60416 Date From 11/26/2511/26/25 Date To 12/09/2512/09/25 Unit of Awarded Approved Change in Plans Completed to Date Pay Items Meas.Quantity Values Added Deducted Quantity Unit Price Value PARTIAL DEPTH PATCHING (SPECIAL) SQ YD 400 $12,000.00 400 0 $30.0000 HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SQ YD 254 $2.54 56 310 $0.0100 $3.1000 HOT-MIX ASPHALT SURFACE REMOVAL, 1.5" SQ YD 23790 $34,971.30 1645 25435 $1.4700 $37,389.4500 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH SQ YD 29690 $68,880.80 422 29268 $2.3200 $67,901.7600 BITUMINOUS MATERIALS (TACK COAT) POUND 30780 $307.80 18856 11924 $0.0100 $119.2400 HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50 TON 2515 $159,199.50 246 2269 $63.3000 $143,627.7000 HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N50 TON 4520 $314,772.80 365 4885 $69.6400 $340,191.4000 COMBINATION CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 2284 $79,940.00 1 2285 $35.0000 $79,975.0000 SIDEWALK REMOVAL SQ FT 11200 $16,800.00 671 10529 $1.5000 $15,793.5000 PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH SQ FT 11250 $90,000.00 1647 9603 $8.0000 $76,824.0000 DETECTABLE WARNINGS SQ FT 556 $16,680.00 82 474 $30.0000 $14,220.0000 BLR 13230 (Rev. 11/14/25)Page 2 of 5 Local Public Agency United City of Yorkville County KendallKendall Route(s) (Street/Road) Various Local Roads Section Number 25-00000-00-GM INLETS TO BE ADJUSTED EACH 50 $20,000.00 13 37 $400.0000 $14,800.0000 MANHOLES TO BE ADJUSTED EACH 2 $1,600.00 2 0 $800.0000 SANITARY MANHOLES TO BE ADJUSTED EACH 2 $2,800.00 2 $1,400.0000 $2,800.0000 DOMESTIC WATER SERVICE BOXES TO BE ADJUSTED EACH 1 $150.00 1 0 $150.0000 TYPE 1 FRAME, OPEN LID EACH 3 $1,350.00 3 0 $450.0000 TYPE 1 FRAME, CLOSED LID EACH 1 $600.00 1 0 $600.0000 TYPE 3 FRAME AND GRATE EACH 1 $600.00 1 2 $600.0000 $1,200.0000 TYPE 11 FRAME AND GRATE EACH 1 $450.00 1 0 $450.0000 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 286 $1,807.52 16 302 $6.3200 $1,908.6400 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 4422 $3,979.80 392 4814 $0.9000 $4,332.6000 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 1634 $2,516.36 656 2290 $1.5400 $3,526.6000 THERMOPLASTIC PAVEMENT MARKING - LINE 12" FOOT 130 $400.40 8 122 $3.0800 $375.7600 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 135 $854.55 16 119 $6.3300 $753.2700 SHORT TERM PAVEMENT MARKING FOOT 900 $9.00 900 0 $0.0100 SHORT TERM PAVEMENT MARKING REMOVAL SQ FT 300 $3.00 300 0 $0.0100 REMOVE AND REINSTALL BRICK PAVERS SQ FT 20 $2,200.00 20 0 $110.0000 Pay Items Meas.Quantity Values Added Deducted Quantity Unit Price Value BLR 13230 (Rev. 11/14/25)Page 3 of 5 Local Public Agency United City of Yorkville County KendallKendall Route(s) (Street/Road) Various Local Roads Section Number 25-00000-00-GM HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 155 $4,650.00 16 139 $30.0000 $4,170.0000 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 20 $1,000.00 20 0 $50.0000 HOT-MIX ASPHALT BIKE PATH REMOVAL SQ YD 40 $1,400.00 40 0 $35.0000 CLASS B PATCHES, 8 INCH SQ YD 300 $24,000.00 33 267 $80.0000 $21,360.0000 CLASS B PATCHES, 9 INCH SQ YD 900 $81,000.00 257 1157 $90.0000 $104,130.0000 SODDING, SPECIAL SQ YD 1200 $12.00 1200 $0.0100 $12.0000 SUPPLEMENTAL WATERING UNIT 25 $0.25 25 0 $0.0100 DETECTOR LOOP REPLACEMENT FOOT 546 $18,018.00 87 633 $33.0000 $20,889.0000 TRAFFIC CONTROL AND PROTECTION (SPECIAL) L SUM 1 $62,950.00 1 $62,950.0000 $62,950.0000 CRACK ROUTING FOOT 48000 $480.00 100 48100 $0.0100 $481.0000 CRACK FILLING POUND 16000 $33,280.00 1360 14640 $2.0800 $30,451.2000 ROUTING AND SEALING CRACKS FOOT 30155 $20,806.95 2229 32384 $0.6900 $22,344.9600 Total $1,080,472.57 Total $1,072,530.18 Miscellaneous Extras and Credits Values 709 BLUESTEM SPRINKLER REPAIR ($1,270.00) 2047 SWITCHGRASS MAILBOX REPAIR ($97.84) Total Miscellaneous Extras and Credits ($1,367.84) Total Value of Completed Work $1,071,162.34 Deduct Retainage $0.00 Balance Due of Completed Work $1,071,162.34 Miscellaneous Debits Values BLR 13230 (Rev. 11/14/25)Page 4 of 5 Local Public Agency United City of Yorkville County KendallKendall Route(s) (Street/Road) Various Local Roads Section Number 25-00000-00-GM Total Miscellaneous Debits Net Cost of Section $1,071,162.34 Previous Payments $1,017,604.22 Net Amount Due $53,558.12 The LPA is under agreements of understanding and has completed the required paperwork and documentation, with submissions made per the agreement. The Local Public Agency (LPA) certifies that the above pay estimate quantities do not require submission to the Department of Transportation of a Change in Plans (BLR 13210). The LPA certifies that a Change in Plans (BLR 13210) has been submitted to, and approved by the Department of Transportation as required for the above quantities. BLR 13230 (Rev. 11/14/25)Page 5 of 5 Local Public Agency United City of Yorkville County KendallKendall Route(s) (Street/Road) Various Local Roads Section Number 25-00000-00-GM Resident Engineer Signature & Date Local Agency Signature & Date Prepared by Colton T. Isham Title Senior Project Engineer Received Location Received Date Additional Location? WMFT Entry By Entry Date IDOT Department Use Only Regional Engineer Signature & Date Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #8 Tracking Number PW 2026-08 Majority Approval of Change Order No. 1 Brad Sanderson Engineering Name Department Public Works Committee – January 20, 2026 Recommendation to Approve Request for Change in Plans and Final Pay Estimate 2025 Local Road Program – Change Order No. 1 (Balancing) The purpose of this memo is to present a Balancing Change Order No. 1 and Final for the above referenced project. A Change Order, as defined by in the General Conditions of the Contract Documents, is a written order to the Contractor authorizing an addition, deletion or revision in the work within the general scope of the Contract Documents or authorizing an adjustment in the Contract Price or Contract Time. Background: The City awarded the work for the 2025 Local Road Program to Builders Paving, LLC in the amount of $3,337,338.00. Question Presented: Should the City approve Change Order No. 1 and Final which would increase the contract value by $4,039.24? Discussion: The change order would increase the contract value to $3,341,377.24. We are recommending approval of the change order. Action Required: Consideration of approval of Change Order No. 1 and Final. 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: December 11, 2025 Subject: 2025 Local Road Program – Change Order No. 1 (Balancing) Request for Approval of Change of Plans BLR 13210 (Rev. 10/20/23)Page 1 of 3Completed12/11/2512/11/25 Local Public Agency United City of Yorkville County KendallKendall Route Various Local Roads Section Number N/A Request Number 1 Final Contractor Builder's Paving, LLC Address 4401 Roosevelt Road City Hillside State ILIL Zip Code 60162 Date 12/10/2512/10/25 I recommend that this AdditionAddition be made The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the unit prices. toto the above contract. Item Description Unit of Measure Quantity Unit Price Addition (A) or Deduction (D) Total Addition Total Deduction -PARTIAL DEPTH PATCHING (SPECIAL)SQ YD 70 $39.5000 DD $0.0000 $2,765.0000 -REMOVAL AND DISPOSAL OF UNSUITABLE MATERIALS CU YD 15 $65.0000 DD $0.0000 $975.0000 -AGGREGATE FOR SUBGRAGE IMPROVEMENTS CU YD 15 $55.0000 DD $0.0000 $825.0000 -GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 45 $1.0000 DD $0.0000 $45.0000 -HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SQ YD 61 $35.0000 DD $0.0000 $2,135.0000 -BITUMINOUS MATERIALS (TACK COAT)LBS 374 $0.0100 AA $3.7400 $0.0000 -HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50 TON 1061 $74.5000 DD $0.0000 $79,044.5000 -HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N50 TON 307 $74.5000 AA $22,871.5000 $0.0000 - COMBINATION CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 1632 $32.0000 AA $52,224.0000 $0.0000 -SIDEWALK REMOVAL SQ FT 2211 $0.9000 AA $1,989.9000 $0.0000 -PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH SQ FT 643 $9.7500 AA $6,269.2500 $0.0000 -DETECTABLE WARNINGS SQ FT 118 $15.0000 DD $0.0000 $1,770.0000 -INLETS TO BE ADJUSTED EACH 36 $430.0000 AA $15,480.0000 $0.0000 -INLETS TO BE RECONSTRUCTED EACH 1 $880.0000 DD $0.0000 $880.0000 -MANHOLES TO BE RECONSTRUCTED EACH 1 $1,450.0000 DD $0.0000 $1,450.0000 -SANITATY MANHOLES TO BE ADJUSTED EACH 5 $1,650.0000 DD $0.0000 $8,250.0000 -DOMESTIC WATER SERVICE BOXES TO BE ADJUSTED EACH 5 $150.0000 DD $0.0000 $750.0000 BLR 13210 (Rev. 10/20/23)Page 2 of 3Completed12/11/2512/11/25 -VALVE BOXES TO BE ADJUSTED EACH 1 $385.0000 DD $0.0000 $385.0000 -TYPE 1 FRAME, OPEN LID EACH 4 $450.0000 DD $0.0000 $1,800.0000 -TYPE 3 FRAME AND GRATE EACH 2 $685.0000 AA $1,370.0000 $0.0000 -TYPE 11 FRAME AND GRATE EACH 3 $685.0000 AA $2,055.0000 $0.0000 -THERMOPLASTIC PAVEMENT MARKINGS - LINE 4" FOOT 865 $0.7200 DD $0.0000 $622.8000 -THERMOPLASTIC PAVEMENT MARKINGS - LINE 6" FOOT 207 $1.1000 AA $227.7000 $0.0000 -THERMOPLASTIC PAVEMENT MARKINGS - LINE 12" FOOT 577 $2.4000 AA $1,384.8000 $0.0000 -THERMOPLASTIC PAVEMENT MARKINGS - LINE 24" FOOT 206 $5.0000 AA $1,030.0000 $0.0000 -SHORT TERM PAVEMENT MARKING FOOT 600 $0.5000 DD $0.0000 $300.0000 -SHORT TERM PAVEMENT MARKING REMOVAL SQ FT 200 $6.5000 DD $0.0000 $1,300.0000 -BRICK PAVER REMOVAL AND REPLACEMENT SQ FT 6 $16.0000 DD $0.0000 $96.0000 -HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 342 $38.0000 AA $12,996.0000 $0.0000 -BIKE PATH REMOVAL SQ FT 1295 $0.9000 DD $0.0000 $1,165.5000 -HOT-MIX ASPHALT BIKE PATH REMOVAL AND REPLACEMENT SQ YD 340 $38.0000 AA $12,920.0000 $0.0000 -PCC DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 4 $125.0000 AA $500.0000 $0.0000 -SODDING, SPECIAL SQ YD 1071 $17.2500 DD $0.0000 $18,474.7500 -ROUTING AND SEALING CRACKS FOOT 860 $0.6100 DD $0.0000 $524.6000 -EMULSIFIED MALTENE-BASED REJUVINATOR SQ YD 1475 $1.2200 DD $0.0000 $1,799.5000 -UNAUTHORIZED USE OF FIRE HYDRANT L SUM 1 $500.0000 DD $0.0000 $500.0000 -LIQUIDATED DAMAGES EACH 1 $1,425.0000 DD $0.0000 $1,425.0000 Total Changes $131,321.89 $127,282.65 Item Description Unit of Measure Quantity Unit Price Addition (A) or Deduction (D) Total Addition Total Deduction Add Row Total net additionaddition $4,039.24 0.12%of the contract price.which isto date Total Net Change $4,039.24 Amount of Original Contract $3,337,338.00 Amount of Previous Change Orders $0.00 Amount of adjusted/final contract $3,341,377.24 State fully the nature and reason for the change As completed per field measurements. BLR 13210 (Rev. 10/20/23)Page 3 of 3Completed12/11/2512/11/25 When the net increase or decrease in the cost of the contract is $10,000.00 or more, or the time of completion is increased or decreased by 30 days or more, one of the following statements must be checked: The Local Public Agency has determined that the circumstances which necessitate this change were not reasonably foreseeable at the time the contract was signed. The Local Public Agency has determined that the change is germane to the original contract as signed. The Local Public Agency has determined that this change is in the best interest of the Local Public Agency and is authorized by law. Prepared By Christian Correa Title of Preparer Project Engineer Submitted/Approved BY: Local Public Agency Signature & Date Title:Mayor Approved: Illinois Department of Transportation For a Road District project County Engineer signature required. County Engineer/Superintendent of HighwaysSignature & Date Regional Engineer Signature & Date IDOT Department Use Only Received Location Received Date Additional Location? WMFT Entry By Entry Date 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 2026-09 DuPage Water Commission Site Easements – South and North Receiving Stations Public Works Committee – January 20, 2026 Majority Consideration of Approval Please see the attached memo. Brad Sanderson Engineering Name Department DWC will be constructing metering stations at both receiving station sites as part of the Lake Michigan improvements. Accordingly, easements are necessary to provide DWC the ability to construct and maintain. The documents have been reviewed by the City Attorney and we are recommending approval and execution. If you have any questions or require additional information, please let us know. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Jori Behland, City Clerk Rob Fredrickson, Finance Director Date: December 23, 2025 Subject: DWC Site Easements Ordinance No. 2026-____ Page 1 Ordinance No. 2026-_____ AN ORDINANCE OF THE UNITED CITY OF YORKVILLE, KENDALL COUNTY, ILLINOIS AUTHORIZING THE GRANT OF CERTAIN EASEMENTS FOR THE CONSTRUCTION OF IMPROVEMENTS TO THE CITY’S WATER SYSTEM WHEREAS, the United City of Yorkville, Kendall County, Illinois (the “City”) is a duly organized and validly existing non-home-rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and WHEREAS, the City owns and operates a water supply system under and pursuant to the Illinois Municipal Code, Division 129 of Article II (65 ILCS 5/11-129-1 et. seq.); and WHEREAS, the Mayor and City Council (the “Corporate Authorities”) have determined that it is necessary and in the best interest of the City to undertake major improvements to the City’s water supply system including repair and replacement of existing water mains (the “Water Main Project”); and WHEREAS, the Corporate Authorities have also determined it is necessary and in the best interest of the City to provide a new water source for its water supply system through a connection to the DuPage Water Commission and the construction of certain water system additions including a new water tower and supply line (the “Water Source Project”); and WHEREAS, The DuPage Water Commission will need to construct and will require continuous access to metering stations at two receiving station sites being constructed by the City (the “Metering Stations”); and WHEREAS, in order to proceed, it is necessary to grant easements to the DuPage Water Commission for the construction of and access to the Metering Stations as hereinafter provided. NOW, THEREFORE, BE IT ORDAINED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. All of the Preambles hereinabove set forth are incorporated herein as if restated. Section 2. The following easements conveyed by the City to the DuPage Water Commission are hereby approved and accepted: A. A perpetual, non-exclusive permanent easement at the property identified by PIN No. 05-03-300-043 and commonly known as 8621 IL Route 126, Yorkville, IL 60560 for the purpose of laying, installing, maintaining, operating, renewing, Ordinance No. 2026-____ Page 2 repairing, replacing and removing water mains, manholes and manhole structures, metering stations and other facilities and equipment related thereto; and B. A perpetual, non-exclusive permanent easement at the property identified by PIN No. 02-11-300-015 and commonly known as 3299 Lehman Crossing, Yorkville, IL 60560 for the purpose of laying, installing, maintaining, operating, renewing, repairing, replacing and removing water mains, manholes and manhole structures, metering stations and other facilities and equipment related thereto. Section 3. The City Council hereby authorizes payments as stated above for each of the acquisitions as necessary for the construction of the Water Main Project and the Water Source Project. Section 4. This Ordinance shall be in full force and effect after its passage, publication, and approval as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2026. ______________________________ 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. 2026. ______________________________ MAYOR Attest: ______________________________ CITY CLERK GRANT OF PERMANENT EASEMENT TO DUPAGE WATER COMMISSION The United City of Yorkville, Illinois, a local municipal corporation, its successors, assigns, heirs, administrators and executors (hereinafter collectively referred to as “Grantor”), for and in consideration of the sum of Ten and No/100 Dollars ($10.00), and other good and valuable consideration, in hand paid by DuPAGE WATER COMMISSION, a County Water Commission and Public Corporation under 65 ILCS 5/11-135-1, et seq. and 70 ILCS 3720/1, et seq. (hereinafter “Grantee”), the sufficiency and receipt of which is hereby acknowledged, does hereby give and grant unto said Grantee, its successors and assigns, a perpetual, non-exclusive easement for the purpose of laying, installing, maintaining, operating, renewing, repairing, replacing and removing water mains, manholes and manhole structures, metering stations and other facilities and equipment related thereto (hereinafter “Grantee’s Facilities”), in, upon, under, along and across the following described property (hereinafter “Easement Premises”), whether below grade or above grade: SEE EXHIBITS “A” AND “B” ATTACHED HERETO AND INCORPORATED HEREIN together with reasonable right of access thereto for said purposes. Grantor and Grantee understand and agree that Grantor shall also construct, lay, install, maintain, operate, renew, repair, replace and remove Grantor’s facilities and equipment (hereinafter “Grantor’s Facilities”), in, upon, under, along and across the Easement Premises and its adjacent property below grade, at grade or above grade. The parties agree to cooperate in determining where Grantee’s Facilities shall be located so as to not interfere with Grantor’s Facilities now or in the future and shall document their agreement in writing. Grantee shall not use or place, or cause or permit to be used or placed, within the Easement Premises any structure, equipment or item whose weight or load will cause damage to Grantor’s Facilities or which will in any manner interfere with, disturb, damage, destroy, injure, obstruct or permit to be obstructed Grantor’s Facilities, whether below grade or above grade, or the Easement Premises, shall not interfere with Grantor’s access to the Easement Premises or Grantor’s Facilities, and shall not connect or permit the connection of Grantor’s Facilities to any of Grantee’s Facilities at any time whatsoever without the prior written consent of Grantor. Grantor shall not use or place, or cause or permit to be used or placed, within the Easement Premises any structure, equipment or item whose weight or load will cause damage to Grantee’s Facilities or which will in any manner interfere with, disturb, damage, destroy, injure, obstruct or permit to be obstructed Grantee’s Facilities, whether below grade or above grade, or the Easement Premises, shall not interfere with Grantee’s access to the Easement Premises or Grantee’s Facilities, and shall not connect or permit the connection of Grantee’s Facilities to any of Grantor’s Facilities at any time whatsoever without the prior written consent of Grantee. Grantee agrees to rough grade and place an erosion control blanket on any portion of the Easement Premises damaged and/or disturbed by Grantee during the original installation of Grantee’s Facilities on the Easement Premises. Grantee shall also be responsible for restoring that portion of the Easement Premises damaged 2 and/or disturbed by Grantee during any subsequent maintenance, repair, replacement or removal of Grantee’s Facilities on the Easement Premises to a condition as good as, or better than, that which existed immediately prior to Grantee entering the Easement Premises for such purposes. Regarding such restoration, Grantor acknowledges that property restoration is dependent upon weather; therefore, weather permitting, Grantee agrees that it shall perform all such restoration in a timely manner. Grantee agrees that other than the Easement Premises, no portion of Grantor’s property shall be used, damaged, or disturbed. To the fullest extent permitted by law, the Grantee agrees to indemnify, defend and hold Grantor, its officers, directors, employees and tenants harmless from and against all liability, claims, damages, losses and reasonable expenses arising out of or resulting from this Grant of Permanent Easement, excepting, however, any such matters which arise out of the acts or omissions of Grantor or their agents, employees, successors, assigns, heirs, administrators, executors or affiliates. Grantee shall use commercially reasonable efforts to not disrupt or interfere with Grantor’s access, as currently existing, to the Easement Premises or any other part of Grantor’s property in exercising its rights granted herein. Grantee shall access the Easement Premises and Grantee’s Facilities utilizing the Easement Premises or public rights-of-way, provided that if Grantee requires temporary access to its Easement and facilities through Grantor’s Property, Grantee shall provide notice thereto to Grantor and Grantor will provide such temporary access. Grantor represents and warrants to the Grantee that the Grantor (i) is the true and lawful owner of the Easement Premises described herein and has full right and power to grant and convey the rights granted and conveyed herein, and (ii) has not granted any other permanent rights to, through, across or along the Easement Premises that would prevent Grantee from utilizing the Easement Premises for the intended purposes. By recording this Grant of Permanent Easement, Grantee acknowledges its acceptance hereof and its obligations hereunder and agrees to be bound by the terms hereof. IN WITNESS WHEREOF, the Grantor has hereunto set their hands and seals this ______ day of __________________________, A.D., . UNITED CITY OF YORKVILLE ___________________________________ By: MAYOR ATTEST: ___________________________________ By: CITY CLERK 3 This document prepared by Property Address: and returned to: Phillip A. Luetkehans, Esq. 8621 IL Route 126 Luetkehans, Brady, Garner & Armstrong, LLC Yorkville, IL 60560_______ 2700 International Drive PIN: 05-03-300-043 Suite 305 West Chicago, IL 60185 4 STATE OF ILLINOIS ) ) SS COUNTY OF __________ ) I, the undersigned, a Notary Public in and for said County, in the State aforesaid, DO HEREBY CERTIFY that __________________, as _________ of Grantor, personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person and acknowledged that they signed, sealed and delivered the said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal on this ______ day of _______________, ______. ___________________________________________ Notary Public STATE OF ILLINOIS ) ) SS COUNTY OF __________ ) I, the undersigned, a Notary Public in and for said County, in the State aforesaid, DO HEREBY CERTIFY that _____________________, as General Manager of the DuPage Water Commission, personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person and acknowledged that she signed, sealed and delivered the said instrument as her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal on this ______ day of _______________, ______. ___________________________________________ Notary Public 5 EXHIBIT A Legal Description THAT PART OF THE SOUTHWEST QUARTER OF SECTION 3, TOWNSHIP 36 NORTH, RANGE 7 EASE OF THE THIRD PRINCIPAL MERIDIAN DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHEAST CORNER OF SAID SOUTHWEST QUARTER; THENCE SOUTH 01 DEGREES 17 MINUTES 31 SECONDS EAST, ALONG THE EAST LINE OF SAID SOUTHWEST QUARTER, 1275.36 FEET TO THE SOUTH LINE OF PARCEL 1 DESCRIBED IN DOCUMENT 201800000918 RECORDED IN THE KENDALL COUNTY RECORDERS OFFICE; THENCE SOUTH 88 DEGREES 50 MINUTES 42 SECONDS WEST, ALONG SAID SOUTH LINE, 281.95 FEET TO THE SOUTHEAST CORNER OF A PARCEL DESCRIBED IN DOCUMENT 202500008078, RECORDED IN THE KENDALL COUNTY RECORDERS OFFICE FOR THE POINT OF BEGINNING; THENCE SOUTH 88 DEGREES 50 MINUTES 42 SECONDS WEST, ALONG THE SOUTH LINE OF SAID PARCEL, 333.12 FEET TO THE NORTHEAST CORNER OF A PARCEL DESCRIBED IN DOCUMENT 202500004340, RECORDED IN THE KENDALL COUNTY RECORDERS OFFICE; THENCE SOUTH 38 DEGREES 10 MINUTES 32 SECONDS WEST, 83.36 FEET TO THE CENTER LINE OF STATE ROUTE 126; THENCE NORTHWESTERLY 98.67 FEET, ALONG SAID CENTERLINE, BEING A CURVE TO THE LEFT HAVING A RADIUS OF 2292.01 FEET, CHORD BEARING NORTH 57 DEGREES 56 MINUTES 31 SECONDS WEST AND CHORD LENGTH OF 98.66 FEET TO THE SOUTH LINE OF PARCEL 1 DESCRIBED IN DOCUMENT 202200012732; THENCE NORTH 88 DEGREES 45 MINUTES 58 SECONDS EAST, ALONG SAID SOUTH LINE, 70.30 FEET TO THE EAST LINE OF SAID PARCEL 1 DESCRIBED IN SAID DOCUMENT 202200012732; THENCE NORTH 11 DEGREES 02 MINUTES 42 SECONDS WEST, ALONG THE EAST LINE OF SAID PARCEL 1, A DISTANCE OF 455.50 FEET; THENCE NORTH 88 DEGREES 50 MINUTES 42 SECONDS EAST, A DISTANCE OF 400.00 FEET; THENCE SOUTH 11 DEGREES 02 MINUTES 42 SECONDS EAST, A DISTANCE OF 445.00 FEET TO THE POINT OF BEGINNING. ALL IN KENDALL COUNTY, ILLINOIS. 6 EXHIBIT B Depiction of Easement Premises 3333ROUTE 126331010EXHIBIT Engineering Enterprises, Inc. GRANT OF PERMANENT EASEMENT TO DUPAGE WATER COMMISSION The United City of Yorkville, Illinois, a local municipal corporation, its successors, assigns, heirs, administrators and executors (hereinafter collectively referred to as “Grantor”), for and in consideration of the sum of Ten and No/100 Dollars ($10.00), and other good and valuable consideration, in hand paid by DuPAGE WATER COMMISSION, a County Water Commission and Public Corporation under 65 ILCS 5/11-135-1, et seq. and 70 ILCS 3720/1, et seq. (hereinafter “Grantee”), the sufficiency and receipt of which is hereby acknowledged, does hereby give and grant unto said Grantee, its successors and assigns, a perpetual, non-exclusive easement for the purpose of laying, installing, maintaining, operating, renewing, repairing, replacing and removing water mains, manholes and manhole structures, metering stations and other facilities and equipment related thereto (hereinafter “Grantee’s Facilities”), in, upon, under, along and across the following described property (hereinafter “Easement Premises”), whether below grade or above grade: SEE EXHIBITS “A” AND “B” ATTACHED HERETO AND INCORPORATED HEREIN together with reasonable right of access thereto for said purposes. Grantor and Grantee understand and agree that Grantor shall also construct, lay, install, maintain, operate, renew, repair, replace and remove Grantor’s facilities and equipment (hereinafter “Grantor’s Facilities”), in, upon, under, along and across the Easement Premises and its adjacent property below grade, at grade or above grade. The parties agree to cooperate in determining where Grantee’s Facilities shall be located so as to not interfere with Grantor’s Facilities now or in the future and shall document their agreement in writing. Grantee shall not use or place, or cause or permit to be used or placed, within the Easement Premises any structure, equipment or item whose weight or load will cause damage to Grantor’s Facilities or which will in any manner interfere with, disturb, damage, destroy, injure, obstruct or permit to be obstructed Grantor’s Facilities, whether below grade or above grade, or the Easement Premises, shall not interfere with Grantor’s access to the Easement Premises or Grantor’s Facilities, and shall not connect or permit the connection of Grantor’s Facilities to any of Grantee’s Facilities at any time whatsoever without the prior written consent of Grantor. Grantor shall not use or place, or cause or permit to be used or placed, within the Easement Premises any structure, equipment or item whose weight or load will cause damage to Grantee’s Facilities or which will in any manner interfere with, disturb, damage, destroy, injure, obstruct or permit to be obstructed Grantee’s Facilities, whether below grade or above grade, or the Easement Premises, shall not interfere with Grantee’s access to the Easement Premises or Grantee’s Facilities, and shall not connect or permit the connection of Grantee’s Facilities to any of Grantor’s Facilities at any time whatsoever without the prior written consent of Grantee. Grantee agrees to rough grade and place an erosion control blanket on any portion of the Easement Premises damaged and/or disturbed by Grantee during the original installation of Grantee’s Facilities on the Easement Premises. Grantee shall also be responsible for restoring that portion of the Easement Premises damaged 2 and/or disturbed by Grantee during any subsequent maintenance, repair, replacement or removal of Grantee’s Facilities on the Easement Premises to a condition as good as, or better than, that which existed immediately prior to Grantee entering the Easement Premises for such purposes. Regarding such restoration, Grantor acknowledges that property restoration is dependent upon weather; therefore, weather permitting, Grantee agrees that it shall perform all such restoration in a timely manner. Grantee agrees that other than the Easement Premises, no portion of Grantor’s property shall be used, damaged, or disturbed. To the fullest extent permitted by law, the Grantee agrees to indemnify, defend and hold Grantor, its officers, directors, employees and tenants harmless from and against all liability, claims, damages, losses and reasonable expenses arising out of or resulting from this Grant of Permanent Easement, excepting, however, any such matters which arise out of the acts or omissions of Grantor or their agents, employees, successors, assigns, heirs, administrators, executors or affiliates. Grantee shall use commercially reasonable efforts to not disrupt or interfere with Grantor’s access, as currently existing, to the Easement Premises or any other part of Grantor’s property in exercising its rights granted herein. Grantee shall access the Easement Premises and Grantee’s Facilities utilizing the Easement Premises or public rights-of-way, provided that if Grantee requires temporary access to its Easement and facilities through Grantor’s Property, Grantee shall provide notice thereto to Grantor and Grantor will provide such temporary access. Grantor represents and warrants to the Grantee that the Grantor (i) is the true and lawful owner of the Easement Premises described herein and has full right and power to grant and convey the rights granted and conveyed herein, and (ii) has not granted any other permanent rights to, through, across or along the Easement Premises that would prevent Grantee from utilizing the Easement Premises for the intended purposes. By recording this Grant of Permanent Easement, Grantee acknowledges its acceptance hereof and its obligations hereunder and agrees to be bound by the terms hereof. IN WITNESS WHEREOF, the Grantor has hereunto set their hands and seals this ______ day of __________________________, A.D., . UNITED CITY OF YORKVILLE ___________________________________ By: MAYOR ATTEST: ___________________________________ By: CITY CLERK 3 This document prepared by Property Address: and returned to: Phillip A. Luetkehans, Esq. 3299 Lehman Crossing____ Luetkehans, Brady, Garner & Armstrong, LLC Yorkville, IL 60560_______ 2700 International Drive PIN: 02-11-300-015______ Suite 305 West Chicago, IL 60185 4 STATE OF ILLINOIS ) ) SS COUNTY OF __________ ) I, the undersigned, a Notary Public in and for said County, in the State aforesaid, DO HEREBY CERTIFY that __________________, as _________ of Grantor, personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person and acknowledged that they signed, sealed and delivered the said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal on this ______ day of _______________, ______. ___________________________________________ Notary Public STATE OF ILLINOIS ) ) SS COUNTY OF __________ ) I, the undersigned, a Notary Public in and for said County, in the State aforesaid, DO HEREBY CERTIFY that _____________________, as General Manager of the DuPage Water Commission, personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person and acknowledged that she signed, sealed and delivered the said instrument as her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal on this ______ day of _______________, ______. ___________________________________________ Notary Public 5 EXHIBIT A Legal Description LOT 3013 IN THE FINAL PLAT OF GRANDE RESERVE UNIT 8, PER DOCUMENT 200400023009, UNITED CITY OF YORKVILLE, IN KENDALL COUNTY, ILLINOIS. 6 EXHIBIT B Depiction of Easement Premises LEHMAN CROSSING LOT 3013EXHIBIT Engineering Enterprises, 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 #10 Tracking Number PW 2026-10 2026-2027 Bridge Inspection Services – Professional Services Agreement Public Works Committee – January 20, 2026 Majority Approval Please see the attached memo. Eric Dhuse Public Works Name Department Summary A proposed PSA from EEI for bridge inspection services for 2026 and 2027. Alfred Benesch and Co. would subcontract from EEI to perform the work. Background The FHWA requires bridge inspections every 24 months. For the past several cycles, Alfred Benesch and Co. has provided these inspections, subcontracting through EEI. In the past, this has been done through the general engineering agreement that EEI has with the City. However, moving forward, staff is proposing to break out contracts like this to stand alone instead of taking away hours from the general engineering contract. In theory, we will be able to spend more hours on general engineering work under the base contract without increasing the price while at the same time, having individual contracts for stand alone projects such as the bridge inspection and stormwater basin inspections. For this PSA, EEI is proposing to provide bridge inspections for 2026 and 2027 at a fixed fee of $40,228 of which $39,000 is a direct expense to Alfred Benesch & Co. This will be a budgeted expense in the FY27 budget. 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: January 15, 2026 Subject: 2026-2027 Bridge Inspection Services PSA Resolution No. 2026-____ Page 1 Resolution No. 2026-_____ 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, along with the City’s Engineer and Alfred Benesch & Company, plans to provide bridge inspection services for five bridges located in the City of Yorkville (the “Project”); and WHEREAS, completion of the Project will require engineering services conducted by an outside engineering firm; and WHEREAS, Engineering Enterprises, Inc., of Sugar Grove, Illinois (“EEI”), has prepared an agreement between EEI and the City for engineering services related to the Project (the “Agreement”), said Agreement being attached hereto as Exhibit A; and WHEREAS, EEI has provided engineering services for various projects completed by the City, and the City administration has found that EEI is a qualified and experienced engineering firm; and WHEREAS, the City administration recommends approval of the Agreement. NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council (the “Corporate Authorities”) of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Resolution No. 2026-____ Page 2 Section 2. The Mayor and City Clerk are hereby authorized to execute a 2026-2027 Bridge Inspection Services, Professional Services Agreement, attached hereto as Exhibit A. Section 3. This Resolution shall be in full force and effect from and after its passage and approval according to law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this ____ day of __________________, A.D. 2026. ______________________________ 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. 2026. ______________________________ MAYOR Attest: ___________________________________ City Clerk UNITED CITY OF YORKVILLE 2026-2027 BRIDGE INSPECTION SERVICES PAGE 1 2026-2027 Bridge Inspection Services United City of Yorkville Professional Services Agreement THIS AGREEMENT, by and between the United City of Yorkville, hereinafter referred to as the "City" or “OWNER” and Engineering Enterprises, Inc. hereinafter referred to as the "Contractor" or “ENGINEER” agrees as follows: A. Services: ENGINEER and Alfred Benesch & Company agree to furnish to the City the following services: Alfred Benesch & Company shall provide any and all necessary bridge inspection services to the City as indicated on the Scope of Services in Attachment E. Bridge Inspection Services for all bridges indicated on Attachment C will be provided. ENGINEER will provide project administration services. Bridge inspections will be in accordance with all City and Illinois Department of Transportation requirements. B. Term: Services will be provided beginning on the date of execution of this agreement and continuing, until terminated by either party upon 7 days written notice to the non-terminating party or upon completion of the Services. Upon termination the Contractor shall be compensated for all work performed for the City prior to termination. C. Compensation and maximum amounts due to Contractor: ENGINEER shall receive as compensation for all work and services to be performed herein, an amount based on the Estimated Level of Effort and Associated Cost included in Attachment B. Bridge Inspection Services will be paid as a Fixed Fee (FF) in the amount of $40,228, of which direct expenses are estimated at $39,000. The hourly rates for this project are shown in the attached 2025 Standard Schedule of Charges (Attachment D). All payments will be made according to the Illinois State Prompt Payment Act and not less than once every thirty days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B hereof as an Ongoing Contract, ENGINEER, on or before February 1st of any given year, shall provide written notice of any change in the rates specified in Section C hereof (or on any attachments hereto) and said changes shall only be effective on and after May 1st of that same year. UNITED CITY OF YORKVILLE 2026-2027 BRIDGE INSPECTION SERVICES PAGE 2 E. Ownership of Records and Documents: Contractor agrees that all books and records and other recorded information developed specifically in connection with this agreement shall remain the property of the City. Contractor agrees to keep such information confidential and not to disclose or disseminate the information to third parties without the consent of the City. This confidentiality shall not apply to material or information, which would otherwise be subject to public disclosure through the freedom of information act or if already previously disclosed by a third party. Upon termination of this agreement, Contractor agrees to return all such materials to the City. The City agrees not to modify any original documents produced by Contractor without contractors consent. Modifications of any signed duplicate original document not authorized by ENGINEER will be at OWNER’s sole risk and without legal liability to the ENGINEER. Use of any incomplete, unsigned document will, likewise, be at the OWNER’s sole risk and without legal liability to the ENGINEER. F. Governing Law: This contract shall be governed and construed in accordance with the laws of the State of Illinois. Venue shall be in Kendall County, Illinois. G. Independent Contractor: Contractor shall have sole control over the manner and means of providing the work and services performed under this agreement. The City’s relationship to the Contractor under this agreement shall be that of an independent contractor. Contractor will not be considered an employee to the City for any purpose. H. Certifications: Employment Status: The Contractor certifies that if any of its personnel are an employee of the State of Illinois, they have permission from their employer to perform the service. Anti-Bribery: The Contractor certifies it is not barred under 30 Illinois Compiled Statutes 500/50-5(a) - (d) from contracting as a result of a conviction for or admission of bribery or attempted bribery of an officer or employee of the State of Illinois or any other state. Loan Default: If the Contractor is an individual, the Contractor certifies that he/she is not in default for a period of six months or more in an amount of $600 or more on the repayment of any educational loan guaranteed by the Illinois State Scholarship Commission made by an Illinois institution of higher education or any other loan made from public funds for the purpose of financing higher education (5 ILCS 385/3). Felony Certification: The Contractor certifies that it is not barred pursuant to 30 Illinois Compiled Statutes 500/50-10 from conducting business with the State of Illinois or any agency as a result of being convicted of a felony. UNITED CITY OF YORKVILLE 2026-2027 BRIDGE INSPECTION SERVICES PAGE 3 Barred from Contracting: The Contractor certifies that it has not been barred from contracting as a result of a conviction for bid-rigging or bid rotating under 720 Illinois Compiled Statutes 5/33E or similar law of another state. Drug Free Workplace: The Contractor certifies that it is in compliance with the Drug Free Workplace Act (30 Illinois Compiled Statutes 580) as of the effective date of this contract. The Drug Free Workplace Act requires, in part, that Contractors, with 25 or more employees certify and agree to take steps to ensure a drug free workplace by informing employees of the dangers of drug abuse, of the availability of any treatment or assistance program, of prohibited activities and of sanctions that will be imposed for violations; and that individuals with contracts certify that they will not engage in the manufacture, distribution, dispensation, possession, or use of a controlled substance in the performance of the contract. Non-Discrimination, Certification, and Equal Employment Opportunity: The Contractor agrees to comply with applicable provisions of the Illinois Human Rights Act (775 Illinois Compiled Statutes 5), the U.S. Civil Rights Act, the Americans with Disabilities Act, Section 504 of the U.S. Rehabilitation Act and the rules applicable to each. The equal opportunity clause of Section 750.10 of the Illinois Department of Human Rights Rules is specifically incorporated herein. The Contractor shall comply with Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented by U.S. Department of Labor regulations (41 C.F.R. Chapter 60). The Contractor agrees to incorporate this clause into all subcontracts under this Contract. International Boycott: The Contractor certifies that neither it nor any substantially owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the U.S. Export Administration Act of 1979 or the regulations of the U.S. Department of Commerce promulgated under that Act (30 ILCS 582). Record Retention and Audits: If 30 Illinois Compiled Statutes 500/20-65 requires the Contractor (and any subcontractors) to maintain, for a period of 3 years after the later of the date of completion of this Contract or the date of final payment under the Contract, all books and records relating to the performance of the Contract and necessary to support amounts charged to the City under the Contract. The Contract and all books and records related to the Contract shall be available for review and audit by the City and the Illinois Auditor General. If this Contract is funded from contract/grant funds provided by the U.S. Government, the Contract, books, and records shall be available for review and audit by the Comptroller General of the U.S. and/or the Inspector General of the federal sponsoring agency. The Contractor agrees to cooperate fully with any audit and to provide full access to all relevant materials. United States Resident Certification: (This certification must be included in all contracts involving personal services by non-resident aliens and foreign entities in accordance with requirements imposed by the Internal Revenue Services for withholding and reporting federal income taxes.) The Contractor certifies that he/she is a: x United States Citizen __Resident Alien ___ Non-Resident Alien The Internal Revenue Service requires that taxes be withheld UNITED CITY OF YORKVILLE 2026-2027 BRIDGE INSPECTION SERVICES PAGE 4 on payments made to non-resident aliens for the performance of personal services at the rate of 30%. Tax Payer Certification : Under penalties of perjury, the Contractor certifies that its Federal Tax Payer Identification Number or Social Security Number is (provided separately) and is doing business as a (check one): ___ Individual ___ Real Estate Agent ___ Sole Proprietorship ___ Government Entity ___ Partnership ___ Tax Exempt Organization (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. I. Indemnification: Contractor shall indemnify and hold harmless the City and City’s agents, servants, and employees against all loss, damage, and expense which it may sustain or for which it will become liable on account of injury to or death of persons, or on account of damage to or destruction of property resulting from the performance of work under this agreement by Contractor or its Subcontractors, or due to or arising in any manner from the wrongful act or negligence of Contractor or its Subcontractors of any employee of any of them. In the event that the either party shall bring any suit, cause of action or counterclaim against the other party, the non-prevailing party shall pay to the prevailing party the cost and expenses incurred to answer and/or defend such action, including reasonable attorney fees and court costs. In no event shall the either party indemnify any other party for the consequences of that party’s negligence, including failure to follow the ENGINEER’s recommendations. J. Insurance: The ENGINEER agrees that it has either attached a copy of all required insurance certificates or that said insurance is not required due to the nature and extent of the types of services rendered hereunder. (Not applicable as having been previously supplied) K. Additional Terms or Modification: The terms of this agreement shall be further modified as provided on the attached Exhibits. Except for those terms included on the Exhibits, no additional terms are included as a part of this agreement. All prior understandings and agreements between the parties are merged into this agreement, and this agreement may not be modified orally or in any manner other than by an agreement in writing signed by both parties. In the event that any provisions of this agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. The list of Attachments are as follows: Attachment A: Standard Terms and Conditions Attachment B: Estimated Level of Effort and Associated Cost Attachment C: Location Map Attachment D: 2025 Standard Schedule of Charges Attachment E: Alfred Benesch & Company Proposal UNITED CITY OF YORKVILLE 2026-2027 BRIDGE INSPECTION SERVICES 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 __________________, 2026. United City of Yorkville: Engineering Enterprises, Inc.: ___________________________ __________________________ John Purcell Brad Sanderson, PE Mayor Chief Operating Officer / President ___________________________ __________________________ Jori Contrino Angie Smith City Clerk Director of Marketing & Business Development ENGINEERING ENTERPRISES, INC. ATTACHMENT A PAGE 1 STANDARD TERMS AND CONDITIONS Agreement: These Standard Terms and Conditions, together with the Professional Services Agreement, constitute the entire integrated agreement between the OWNER and Engineering Enterprises, Inc. (EEI) (hereinafter “Agreement”), and take precedence over any other provisions between the Parties. These terms may be amended, but only if both parties consent in writing. However, to the extent that the Scope of Work differs from the Standard Terms and Conditions, the Scope of Work document controls. Standard of Care: In providing services under this Agreement, the ENGINEER will endeavor to perform in a matter consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under same circumstances in the same locality. ENGINEER makes no other warranties, express or implied, written or oral under this Agreement or otherwise, in connection with ENGINEER’S service. Construction Engineering and Inspection: The ENGINEER shall not supervise, direct, control, or have authority over any contractor work, nor have authority over or be responsible for the means, methods, techniques sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety of the site, nor for any failure of a contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing of its work. The ENGINEER neither guarantees the performance of any contractor nor assumes responsibility for contractor’s failure to furnish and perform the work in accordance with the contract documents. The ENGINEER is not responsible for the acts or omissions of any contractor, subcontractor, or supplies, or any of their agents or employees or any other person at the site or otherwise furnishing or performing any work. Shop drawing and submittal review by the ENGINEER shall apply to only the items in the submissions and only for the purpose of assessing if upon installation or incorporation in the project work they are generally consistent with the construction documents. OWNER agrees that the contractor is solely responsible for the submissions and for compliance with the construction documents. OWNER further agrees that the ENGINEER’S review and action in relation to these submissions shall not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend or safety programs or precautions. The ENGINEER’S consideration of a component does not constitute acceptance of the assembled items. The ENGINEER’S site observation during construction shall be at the times agreed upon in the Project Scope. Through standard, reasonable means the ENGINEER will become generally familiar with observable completed work. If the ENGINEER observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER for them to address. Opinion of Probable Construction Costs: ENGINEER’S opinion of probable construction costs represents ENGINEER’S best and reasonable judgment as a professional engineer. OWNER acknowledges that ENGINEER has no control over construction costs of contractor’s methods of determining pricing, or over competitive bidding by contractors, or of market conditions or changes thereto. ENGINEER cannot and does not guarantee that proposals, bids or actual construction costs will not vary from ENGINEER’S opinion of probable construction costs. Copies of Documents & Electronic Compatibility: Copies of Documents that may be relied upon by OWNER are limited to the printed copies (also known as hard copies) that are signed or sealed by the ENGINEER. Files in electronic media format of text, data, graphics, or of other types that are furnished by ENGINEER to OWNER are only for convenience of OWNER. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. When transferring documents in electronic media format, ENGINEER makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by ENGINEER at the beginning of the project. Changed Conditions: If, during the term of this Agreement, circumstances or conditions that were not originally contemplated by or known to the ENGINEER are revealed, to the extent that they affect the scope of services, compensation, schedule, allocation of risks, or other material terms of this Agreement, the ENGINEER may call for renegotiation of appropriate portions of this Agreement. The ENGINEER shall notify the OWNER of the changed conditions necessitating renegotiation, and the ENGINEER and the OWNER shall promptly and in good faith enter into renegotiation of this Agreement to address the changed conditions. If terms cannot be agreed to, the parties agree that either party has the absolute right to terminate this Agreement, in accordance with the termination provision hereof. Hazardous Conditions: OWNER represents to ENGINEER that to the best of its knowledge no Hazardous Conditions (environmental or otherwise) exist on the project site. If a Hazardous Condition is encountered or alleged, ENGINEER shall have the obligation to notify OWNER and, to the extent of applicable Laws and Regulations, appropriate governmental officials. It is acknowledged by both parties that ENGINEER's scope of services does not include any services related to a Hazardous Condition. In the event ENGINEER or any other party encounters a Hazardous Condition, ENGINEER may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the project affected thereby until OWNER: (i) retains appropriate specialist consultant(s) or contractor(s) to identify and, as appropriate, abate, remediate, or remove the Hazardous Condition; and (ii) warrants that the project site is in full compliance with applicable Laws and Regulations. ENGINEER agrees to cooperate with the OWNER, as necessary, to remediate a Hazardous Condition, but same may result in additional costs to the OWNER. ENGINEERING ENTERPRISES, INC. ATTACHMENT A 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. ATTACHMENT B: ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COST PROFESSIONAL ENGINEERING SERVICES CLIENT PROJECT NUMBER United City of Yorkville YO2602 PROJECT TITLE DATE PREPARED BY 2026-2027 Bridge Inspection Services ROLE PIC SPM RATE $256 $243 ENGINEERING 2.1 1 4 5 1,228$ Engineering Subtotal: 1 4 - - - - 5 1,228$ 1 4 - - - - - 5 1,228 EEI STAFF DIRECT EXPENSES PIC Principal In Charge Benesch (Bridge Inspect.) = 39,000$ SPM Senior Project Manager DIRECT EXPENSES = 39,000$ LABOR SUMMARY EEI Labor Expenses = 1,228$ TOTAL LABOR EXPENSES 1,228$ TOTAL COSTS 40,228$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.com JWC1/9/26 COSTTASK NO.TASK DESCRIPTION HOURS Project Administration and Coordination PROJECT TOTAL: !( !( !( !( !(CANNONBALLBRIDGEBEECHERTIM B E R R I D G E BERTRAM BRISTOL BAY ROUTE 47ROUTE 47 TUM A ROUTE 30 ROUTE 34 GALENA ROUTE 34 GALENA FOX OVERLOOKHYDRAULIC CANNONBALLBRIDGEKENNEDYROUTE 47 ORANGE ROUTE 34BEECHERCENTER MAIN SPRING HUNT KENDALL ROUTE 34 CARDINALCENTERPARK BRIDGEROUTE 71GALENA BASELINE GALE N A HIG H L A N DASHE VAN EM M O N BRIDGEBRIDGEROUTE 30 VETERANS VETERANS VETERANS FAXON ROUTE 47CO U N T R Y S I D E CANNONBALLPONDEROSA BASE LINE BRIDGEVETERANS ROUTE 34WATERPAR K RIVERBEECHER 045-3044 - Baseline Rd Over Rob Roy Creek 047-3106- Faxon Rd (MS 3210) Over Rob Roy Creek 047-6500- River Rd Over Blackberry Creek 047-3160 Bristol Ridge Over Blackberry Creek 047-3155- Corneils Rd (MS 320) Over Rob Roy Creek 2026-2027 BRIDGE INSPECTION SERVICES ATTACHMENT C - LOCATION MAP DATE: PROJECT NO.: FILE: BY: JANUARY 2026 YO2500 MJT UNITED CITY OF YORKVILLE, ILLINOIS Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 www.eeiweb.com PATH:H:\GIS\PUBLIC\YORKVILLE\2024\YO2500 United City of Yorkville 651 Prairie Pointe Drive Yorkville, IL 60560 N O R T H ° YO2602_Bridge Inspection Services/Eldamain Corridor Study Legend !(Bridge Inspection Locations 0 4,500 9,0002,250 Feet EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $256.00 Principal E-3 $251.00 Senior Project Manager E-2 $243.00 Project Manager E-1 $218.00 Senior Project Engineer/Surveyor II P-6 $208.00 Senior Project Engineer/Surveyor I P-5 $193.00 Project Engineer/Surveyor P-4 $175.00 Senior Engineer/Surveyor P-3 $161.00 Engineer/Surveyor P-2 $146.00 Associate Engineer/Surveyor P-1 $132.00 Senior Project Technician II T-6 $182.00 Senior Project Technician I T-5 $171.00 Project Technician T-4 $159.00 Senior Technician T-3 $146.00 Technician T-2 $132.00 Associate Technician T-1 $115.00 Engineering/Land Surveying Intern I-1 $ 85.00 Director of Marketing and Business Development M-4 $135.00 Marketing Coordinator M-2 $100.00 Executive Administrative Assistant A-4 $ 80.00 Administrative Assistant A-3 $ 75.00 VEHICLES. DRONE, EXPERT TESTIMONY, REPROGRAPHICS AND DIRECT COSTS* Vehicle for Construction Observation $ 20.00 Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $235.00 Expert Testimony $290.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% * unless specified otherwise in agreement STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2025 ATTACHMENT D Alfred Benesch & Company 1230 East Diehl Road, Suite 109 Naperville, IL 60563 www.benesch.com P 630-577-9100 F 630-577-9199 November 18, 2025 Mr. Brad Sanderson, PE President & COO Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, IL 60554 Subject: 2026-2027 NBIS Bridge Inspection Services Dear Mr. Sanderson: Benesch is pleased to submit this proposal to provide NBIS Bridge Inspection services as Agency Program Manager for the City of Yorkville (City), Illinois. Attached you will find the Scope of Services and Fee Estimate (Attachment A) required to successfully complete the project, as well as Benesch’s General Terms and Conditions (Attachment B). We understand that the City is requesting NBIS Inspection services for five (5) of their bridges that are due for inspection in 2026 and 2027. The inspections will be performed in accordance with the National Bridge Inspection Standards (NBIS), Structure Information and Procedure Manual (IDOT), Manual of Bridge Evaluation (AASHTO) and as further detailed in Attachment A. If this proposed scope, schedule, fee estimate and the general terms and conditions are acceptable, Benesch will send a final contract for execution through IntelAgree, our electronic contract management system. This scope and fee proposal will be included as an attachment to the contract. We thank you for the opportunity to work with Engineering Enterprises, Inc. (EEI) and the City on this assignment. If you have any questions or we can be of further assistance, please do not hesitate to call. Sincerely, Adrew Keaschall, PE, SE, VMA Senior Vice President AJK:mrb Attachment A: Scope of Services and Fee Estimate Attachment B: General Terms and Conditions Attachment A 2026-2027 NBIS Bridge Inspection Services for the City of Yorkville, IL Page | 1 Scope of Services and Fee Estimate The following outlines the scope of work to perform the NBIS Bridge Inspection services as Bridge Program Manager: 1.0 Bridge Inspection 1.1 Field Work Benesch will perform the NBIS Routine Inspection on the following Structure Numbers: 1. 045-3044 2. 047-3106 3. 047-3155 4. 047-3160 5. 047-6500 One field day is anticipated in 2026 and another field day in 2027. For a more detailed timeline, see “Inspection Schedule” section of this proposal. The field inspection will involve a close visual inspection of the entire bridges and include digital photographs of both sound and deteriorated areas. Underside inspection of bridges over waterways will be performed from the banks and using waders or a Benesch owned raft, if necessary. Substructure elements submerged in water will be probed for scour. The required channel cross-sections will be performed on all five (5) bridges. All inspections will be performed in the daytime. No night inspections, lane/shoulder closures, or special equipment rentals are anticipated nor included in this proposal. Benesch will communicate any critical finding to EEI immediately while in the field and follow up on other serious findings within 24 hours of inspection completion. 1.2 Forms & Reports Benesch will prepare and submit all applicable inspection forms to IDOT via their online Bridge Inspection System (BIS), and via email in PDF format, if applicable. These forms include the new BBS-3400 (NBIS Routine Inspection Report), the new BBS-3320 (Bridge Inventory Report), and the BBS-2425/2426 (Channel Cross-Sections). Benesch will also prepare and submit to EEI via email in PDF format a detailed Bridge Inspection Report including color photographs, findings, exhibits, a summary of repair and maintenance recommendations (up to five years) for each bridge and corresponding planning level cost estimates. Once all forms are accepted and uploaded to the SIMS database by IDOT, Benesch will electronically update each bridge file as required by IDOT’s Bridge File Checklist. 2.0 On-Call Program Manager Services Benesch can provide on-call engineering services for the bridges on an as needed basis. The scope for these services is unknown at this time and thus not included in this proposal but can be provided and negotiated upon request. 3.0 Quality Control • Benesch will adhere to their Quality Control Plan developed specifically for bridge inspection projects. • Inspection forms and reports will be reviewed for quality prior to submittal. Attachment A 2026-2027 NBIS Bridge Inspection Services for the City of Yorkville, IL Page | 2 4.0 Administration and Coordination • Coordination and discussions will be held via conference calls and e-mails as required. • Meeting and meeting minutes are not anticipated nor are they included in this proposal. • Normal accounting and reporting procedures will be conducted. 5.0 General Assumptions and Understanding • We understand from the City that Identa Rd/Old IL 126 (SN 047-2534 - W. of New Jct. IL 71/126) does not need to be inspected since it is less than 20 feet in length and thus does not meet the length requirements to be considered an NBIS bridge. • Detailed measurements of distressed areas of the deck, superstructure or substructure required for the development of contract documents (PS&E) are not included in the scope of this proposal. • None of the City bridges are on the National Highway System (NHS); therefore, Element Level Inspection is not required nor included in this proposal. • FHWA released the NBIS changes that will affect the City’s inspection program. The new coding guide titled: Specifications for the National Bridge Inventory (SNBI) went into effect in Illinois on 1/1/2025; therefore, the required inspection and inventory updates have been included in this proposal. Inspection Schedule The following is a summary table of the upcoming NBIS inspections of the City bridges: Structure No. Last Inspected Inspection Interval Next Inspection Due No. of Inspections Included in this Proposal Inspection Type 045-3044 08/13/2024 24-month August 2026 1 R, CCS 047-3106 08/13/2024 24-month August 2026 1 R, CCS 047-3155 08/13/2024 24-month August 2026 1 R, CCS 047-3160 08/02/2023 48-month August 2027 1 In-Depth R, CCS 047-6500 08/02/2023 48-month August 2027 1 In-Depth R, CCS Table Legend: R: Routine; CCS: Channel Cross Sections Benesch can begin work on this project immediately upon authorization to proceed and make sure each bridge is inspected before its due date. Per IDOT requirement, Benesch will submit the forms to IDOT within 30 days after the inspection completion date. The narrative inspection reports will be electronically submitted in PDF format to EEI once the submitted forms have been approved by IDOT. The duration of this contract will be until December 31, 2027. Cost Benesch shall be compensated with the lump sum amount of $39,000 for the bridge inspection task which includes in-house direct costs, inspection equipment, and vehicle usage. Outside direct costs are not anticipated for this project but would be billed separately at actual cost, if required. Additional services or modifications to the agreement, including associated costs, shall be in writing and signed by both parties prior to beginning the work. GENERAL TERMS AND CONDITIONS Std Client Consulting Services Agreement July 2025 SECTION 1 – Services by Consultant 1.1 Scope of Services and Fees The Services to be performed by Consultant and the associated fee are set forth on the signature page or in Attachment A, Scope of Services and Fee Estimate, attached hereto, or, if applicable, by using serially numbered Work Authorizations. The Scope of Services and Fee Estimate is valid for sixty (60) days, after which Consultant reserves the right to revise the Scope of Services and Fee Estimate. It is mutually understood that Consultant’s fee is not a firm contractual amount, except the total fee by Consultant shall not be exceeded unless authorized in writing by Client. The intent of the Scope of Services is to identify the Services to be provided by Consultant; provided, however, it is specifically understood that by written notice to Consultant, Client can decrease or, with concurrence of Consultant, increase the Scope of Services. SECTION 2 – Payments to Consultant 2.1 Method of Payment Payment for the Services and direct expenses shall be based on the Method of Payment identified on the signature page to this Agreement or serially numbered Work Authorizations attached hereto and made a part of this Agreement. 2.2 Payment for Consultant’s Services 2.2.1 Payment Payment for the Services rendered by Consultant shall be based on the hours of chargeable time and in accordance with Consultant's Schedule of Unit Rates, Attachment B, attached hereto. 2.2.2 Chargeable Time Chargeable time for the Services is that portion of time devoted by Consultant’s personnel to provide the Services. Chargeable time for field personnel located away from Consultant's office for more than one week is a minimum of eight (8) hours per day and five (5) days per calendar week, except for Consultant observed legal holidays or during an employee's sick leave or vacation time. Travel time from Consultant's office to an assigned Project site, and return to Consultant's office, is chargeable time; or, if more economical for Client, Consultant shall lodge its personnel overnight near the Project site in lieu of traveling back to Consultant's office at the end of each work day. 2.2.3 Overtime Rates The basis for payment to Consultant for each hour worked in excess of forty (40) hours in any calendar week shall be the applicable hourly rate as specified in the Schedule of Unit Rates. 2.3 Payment for Direct Expenses 2.3.1 Payment For Direct Expenses incurred by Consultant, payment to Consultant by Client shall be in accordance with Consultant's Schedule of Unit Rates. 2.3.2 Direct Expenses For the purposes of this Agreement, Direct Expenses to be contracted and managed by Consultant and payable by Client to Consultant shall include: Outside Services including the services and reimbursable expenses for firms other than Consultant which are necessary for the Services Consultant is to perform; Laboratory Tests and related reports necessary for the Services Consultant is to perform, either by Consultant or by an outside service for Consultant; Special Equipment expenses including the costs of Consultant locating, acquiring, leasing, or renting any equipment or facilities not currently owned, leased, or rented by Consultant at the time of the request for services which are necessary to enable Consultant to provide the Services; vehicles furnished by Consultant for Consultant's authorized travels and for Consultant's field personnel; Per Diem expense or actual costs of maintaining Consultant's field personnel on or near the Project site, for each day of field assignment away from Consultant's office; and Other Direct Expenses associated with all Services provided hereunder and identified in the Schedule of Unit Rates. 2.4 Payment Conditions 2.4.1 Consultant shall submit monthly invoices for all Services rendered and Direct Expenses under this Agreement and a final invoice upon completion of the Services. 2.4.2 Invoices are due and payable upon receipt by Client. Interest at a rate of 1.5% per month, or the maximum allowed by law, will be charged on all past due amounts starting thirty (30) days after the date of invoice. Payments will first be credited to interest and then to principal. 2.4.3 In the event of a disputed or contested invoice, Client must provide written notice to Consultant within ten (10) days of the date of any invoice, otherwise the invoice will be considered to be correct. In the event Client timely submits in writing a dispute on a particular invoice, only that portion so contested will be withheld from payment and Client will pay the undisputed portion. No interest will accrue on any reasonably contested portion of the invoice until mutually resolved. ATTACHMENT B - Std Client Consulting Services Agreement July 2025 2.4.4 If Client fails to make payment in full to Consultant of amounts owed pursuant to this Section 2 within forty-five (45) days of the date of the invoice, Consultant may, after giving seven (7) days' written notice to Client, suspend the Services under this Agreement until paid in full, including interest. Consultant shall have no liability to Client for delays or damages caused by such suspension of the Services. Client agrees to pay all costs of collection, including reasonable attorney’s fees, incurred by Consultant as a result of Client’s failure to make payments in accordance with this Agreement. No final plans, documents or reports will be released for any purpose until Consultant has been paid in full. 2.4.5 The hourly rates specified in the Schedule of Unit Rates for subsequent years shall be adjusted annually in accordance with Consultant's costs of doing business, subject to Client's review and concurrence. SECTION 3 - Term of Agreement 3.1 Term The Parties obligations to perform under this Agreement shall extend from the Effective Date set forth on the signature page until terminated by either Party. 3.2 Abandonment of Services Client shall have the absolute right to abandon any Services in Attachment A, or any Work Authorization attached hereto, or to change the general scope of the Services at any time, and such action on its part shall in no event be deemed a breach of contract. 3.3 Termination of Agreement 3.3.1 Termination for Cause Either Party may terminate this Agreement for cause upon written notice to the defaulting Party stating the basis for the termination; provided, however, the defaulting Party shall have seven (7) days to cure the default. The termination will be effective seven (7) days after delivery of the written notice if the basis for the termination has not been cured. In the event of termination by Consultant caused by Client’s default, Client shall pay for all Services performed by Consultant prior to the effective date of the termination, including all Project termination expenses, collection fees, and legal expenses. Consultant shall prepare a progress report, including information as to all the Services performed by Consultant and the status of the Services as of the date of the termination, and provide information and documents developed under the terms of this Agreement to Client upon receipt of final payment. In the event of termination by Client caused by Consultant’s default, Consultant shall prepare a progress report, including information as to all the Services performed by Consultant and the status of the Services as of the date of the termination and provide information and documents developed under the terms of this Agreement to Client. Upon receipt of all other information and documents, Client shall pay Consultant for all Services performed prior to the effective date of the termination. 3.3.2 Termination for Convenience Either Party may, in its sole discretion, terminate this Agreement for convenience at any time. In the event of such termination, the terminating Party will promptly notify and confirm the termination in writing to the other Party. The termination will be effective seven (7) days after delivery of written notice thereof. Upon termination, Consultant shall prepare a progress report, including information as to all the Services performed by Consultant and the status of the Services as of the date of the termination, and provide information and documents developed under the terms of this Agreement to Client upon receipt of final payment from Client. 3.4 Payment for Services Upon Abandonment or Agreement Termination If Client abandons any of the Services in Attachment A or any Work Authorization attached hereto, or terminates this Agreement, Consultant shall be paid on the basis of Services completed to the date of abandonment or effective date of termination. Consultant shall perform no activities other than reasonable wrap-up activities after receipt of notice of abandonment or termination. Payment for the Services completed shall be made in accordance with Section 2. 3.5 Liability for Incomplete Documents Neither Consultant nor its subconsultants shall be responsible for any errors or omissions in documents which are incomplete as the result of an early termination under this Agreement. SECTION 4 - General Considerations 4.1 Assignment and Responsibility for Personnel 4.1.1 The assignment of personnel and all phases of the Services provided by Consultant hereunder shall be subject to the oversight and general guidance of Client. 4.1.2 While upon the premises of Client or property under Client’s control, all employees, agents, and subconsultants of Consultant shall be subject to Client's rules and regulations respecting Client’s property and the conduct of its employees thereon. 4.1.3 Consultant understands and agrees that in the performance of the Services and obligations hereunder, Consultant shall be and remain an independent Consultant and that the employees, agents and subconsultants of Consultant shall not be considered employees of or subject to the direction and control of Client. Consultant shall be responsible Std Client Consulting Services Agreement July 2025 for the supervision and performance of all subconsultants which are to perform hereunder. 4.2 Insurance 4.2.1 Consultant shall furnish Client a certificate of insurance upon request showing amounts and types of insurance carried by Consultant, which certificate shall contain a commitment by Consultant’s insurance provider that during the time any Services are being performed by Consultant under this Agreement it will give Client notice of cancellation or non-renewal of any insurance coverage shown on such certificate in accordance with policy provisions. 4.2.2 Any construction contracts relative to Consultant’s Services shall require Client and Consultant be included as additional insureds on the contractor’s and contractor’s subcontractors’ commercial general liability and commercial automobile liability insurance policies and that the coverage afforded Client and Consultant is primary to any insurance maintained by Client or Consultant and that Client and Consultant’s insurance is non- contributory with any coverage afforded by contractor and subcontractors. Client will also require contractor and all subcontractors to purchase and maintain workers’ compensation and employer’s liability insurance. Consultant will name Client as an additional insured on Consultant’s commercial general liability insurance policy. 4.3 Successors and Assigns 4.3.1 Client and Consultant each binds itself and its partners, successors, executors, administrators, assigns, and legal representatives to the other Party to this Agreement and to the partners, successors, executors, administrators, assigns, and legal representatives of such other Party, in respect to all covenants, agreements, and obligations of this Agreement. 4.3.2 Neither Consultant nor Client shall assign or transfer any rights under or interest in (including, but without limitation, moneys that may become due or moneys that are due) this Agreement without the written consent of the other Party, except as stated in paragraph 4.3.1 and except to the extent that the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. Nothing contained in this paragraph shall prevent Consultant from employing such independent consultants, associates, and subconsultants as it may deem appropriate to assist in the performance of the Services hereunder. 4.3.3 Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than Client and Consultant except as otherwise provided herein. 4.4 Compliance with Law 4.4.1 Consultant shall exercise the professional Standard of Care as defined herein to comply with, and shall cause its subconsultants to comply with, applicable and non-conflicting federal, state, and local laws, orders, rules, and regulations in effect at the time the Services are rendered and relating to Consultant’s performance of the Services hereunder. If any discrepancy or inconsistency should be discovered between the specifications established for the Services and any law, order, rule, regulation, ordinance, or decree applicable to the Services, Consultant will immediately report such discrepancy or inconsistency to Client and will conform the Services to any orders or instructions issued by Client. If the Scope of Services requires Consultant to prepare an application for a permit, Consultant does not represent or warrant that said permit or approval will be issued by any governmental body. 4.4.2 Consultant hereby affirms its support of anti-discrimination and that it is an equal opportunity employer and complies with Title VII of the Civil Rights Act of 1964, and the provisions of Section 503 of the Rehabilitation Act of 1973; Section 4212 of the Vietnam Era Veterans Readjustment Act of 1974; 41 CFR Part 60, specifically subparts 60-1.4, 60-250.5, 60-300.5, 60-741.2, and 60-741.5; and other applicable regulations and orders of the Department of Labor relating thereto. All such regulations are incorporated herein by reference and made a part of this Agreement as if set forth in their entirety. Consultant further affirms that it and its subconsultants shall abide by the requirements of 41 CFR 60-1.4(a), 60-300.5(a) and 60-741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities and prohibit discrimination against all individuals based on their race, age, height, weight, color, religion, sex, sexual preference/orientation, marital status, citizen status, ancestry, or national origin. Moreover, these regulations require that covered consultants and subconsultants when making decisions regarding employment of qualified individuals and without regard to race, color, religion, sex, national origin, protected veteran status, or disability. Additionally, Consultant affirms it is its policy to treat employees equally with respect to compensation, advancement, promotions, transfers, and all other terms and conditions of employment and that minorities will be afforded full opportunity to submit a proposal and will not be discriminated against on the basis of race, color, or national origin in consideration for an award. Consultant further affirms completion of applicable governmental employer information reports, including Std Client Consulting Services Agreement July 2025 EEO-1 and VETS-100 reports. 4.4.3 Consultant certifies that it agrees to use the E-Verify Program, operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), to verify that all persons it hires during the term of this Agreement are legally present and authorized to work in the United States. Consultant further acknowledges that failure to comply with the laws referenced herein shall constitute a material breach of this Agreement and Client shall have the discretion to unilaterally terminate said Agreement immediately. In the event any Services are sublet, Consultant shall obtain similar certifications from each subconsultant. 4.4.4 Consultant shall maintain a drug-free workplace in accordance with the provisions of the Drug Free Workplace Act of 1988. 4.5 Ownership and Reuse of Documents 4.5.1 All drawings, specifications, test reports, and other materials and work products which have been prepared or furnished by Client prior to this Agreement shall remain Client's property. Consultant shall be permitted to rely on Client furnished documents and Client shall make available to Consultant copies of these materials as necessary for Consultant to perform the Services. 4.5.2 All drawings, specifications, test reports, and other materials and work products, including computer aided drawings, designs, and other data filed on electronic media which will be prepared or furnished by Consultant (and Consultant's independent professional associates and subconsultants) under this Agreement, are instruments of service in respect to the Project. Ownership of the instruments of service shall transfer to Client upon Consultant’s receipt of payment in full for all Services completed under this Agreement. Notwithstanding the foregoing, all Consultant pre- existing materials, including pre-existing details, specifications, software, inventions, copyrights, patents, trade secrets, trademarks and other proprietary rights, including ideas, concepts and knowhow of Consultant that existed before the commencement of the Services and which are included in any instruments of service generated by Consultant under this Agreement (collectively, the “Pre-Existing Materials”), shall remain the property of Consultant. Consultant grants to Client (as an exception to the transfer and assignment provided in this Agreement) a non-exclusive, world-wide, royalty- free right and license to use the Pre-Existing Materials for completion of the Project. 4.5.3 Any instruments of service are not intended or represented to be suitable for reuse by Client or others acting on behalf of Client on extensions of the Project or on any other project. Any reuse without written verification or adaptation by Consultant for the specific purpose intended will be at Client's sole risk and without liability or legal exposure to Consultant or to Consultant's independent professional associates or subconsultants, and Client shall indemnify and hold harmless Consultant and Consultant's independent professional associates and subconsultants from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting therefrom. Any verification or adaptation by Consultant will entitle Consultant to further compensation at rates to be agreed upon by Client and Consultant. 4.5.4 Consultant makes no warranty as to the compatibility of computer data files with computer software and software releases other than that used by Consultant in performing the Services, and to the condition or availability of the computer data after an acceptance period of thirty (30) days from delivery to Client. 4.6 Consultant's Personnel at Project Site 4.6.1 The presence or duties of Consultant personnel at a Project site, whether as onsite representatives or otherwise, do not make Consultant or its personnel in any way responsible for those duties that belong to Client and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Project documents and any health or safety precautions required by such construction work. Consultant and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the construction contractor or other entity or any other persons at the site except Consultant's own personnel. 4.6.2 To the extent Consultant’s Scope of Services includes construction observation, Consultant shall keep Client reasonably informed about the progress and quality of the portion of the construction work completed, and report to Client (1) known deviations from the Project documents and from the most recent construction schedule submitted by the contractor, and (2) defects and deficiencies observed in the construction work. Consultant neither guarantees the performance of the contractor(s) nor assumes responsibility for contractor(s)' failure to perform their work in accordance with the Project documents. Std Client Consulting Services Agreement July 2025 4.7 Opinions of Costs, Financial Considerations, and Schedules In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the Project, Consultant has no control over the cost of labor, materials, equipment, or services furnished by others, or over the contractor(s)’ methods of determining prices, or over competitive bidding or market conditions. Consultant's opinions of probable Total Project Costs and Construction Costs provided for herein, as appropriate, are made on the basis of Consultant's experience and qualifications and represent Consultant's judgments as an experienced and qualified professional consultant familiar with the construction industry. Consultant makes no warranty, express or implied, that Client's actual Total Project or Construction Costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's opinions, analyses, projections, or estimates. If Client wishes greater assurance as to any element of the Total Project or Construction Costs, feasibility, or schedule, Client will employ an independent cost estimator, contractor, or other appropriate advisor. 4.8 Discovery of Unanticipated Pollutant and Hazardous Substance Risks 4.8.1 If Consultant, while performing the Services, discovers pollutants and/or hazardous substances that pose unanticipated risks, it is hereby agreed that the scope of services, schedule, and the estimated cost of Consultant's Services will be reconsidered and that this Agreement shall immediately become subject to renegotiation or termination. 4.8.2 In the event this Agreement is terminated because of the discovery of pollutants and/or hazardous substances posing unanticipated risks, it is agreed that Consultant shall be paid for its total charges for labor performed and reimbursable charges incurred to the date of termination of this Agreement, including, if necessary, any additional labor or reimbursable charges incurred in demobilizing. 4.8.3 Client also agrees that the discovery of unanticipated pollutants and/or hazardous substances may make it necessary for Consultant to take immediate measures to protect health and safety. Consultant agrees to notify Client as soon as practically possible should unanticipated pollutants and/or hazardous substances be suspected or encountered. Client authorizes Consultant to take measures that, in Consultant's sole judgment, are justified to preserve and protect the health and safety of Consultant's personnel and the public. Client agrees to compensate Consultant for any additional costs for taking such additional precautionary measures to protect employees' and the public's health and safety. This section is not intended to impose upon Consultant any duties or obligations other than those imposed by law. SECTION 5 - Professional Responsibility 5.1 Performance of Services Consultant shall perform the Services consistent with the professional skill and care ordinarily provided by firms practicing in the same or similar locality under the same or similar circumstances (hereinafter the “Standard of Care”). Consultant expressly disclaims all express or implied warranties and guarantees with respect to the performance of the Services, and it is agreed that the quality of the Services shall be judged solely as to whether the Services were performed consistent with the Standard of Care. Consultant owes Client only that level of performance defined in this Section 5.1, and nothing herein shall be construed as creating a fiduciary relationship. If at any time prior to construction Client believes the Services are deficient due to not meeting the Standard of Care, Client must immediately inform Consultant in writing and shall afford Consultant the opportunity to correct such deficiency. If, upon review by Consultant, it is determined there is a deficiency that fails to meet the Standard of Care and it is attributable to Consultant, the deficiency shall be corrected at no additional cost to Client. 5.2 Limitation of Liability Client and Consultant agree to allocate certain of the risks so that, to the fullest extent permitted by law, Consultant's total liability to Client is limited to the amount paid under the contract or $50,000, whichever is greater, this being the Client's sole and exclusive remedy for any and all injuries, damages, claims, losses, expenses, or claim expenses (including attorney's fees) arising out of this Agreement from any cause or causes. Such causes include, but are not limited to, Consultant's negligence, errors, omissions, strict liability, breach of contract, or breach of warranty. 5.3 No Special or Consequential Damages Client and Consultant agree that, to the fullest extent permitted by law, neither Party shall be liable to the other Party for any special, indirect, or consequential damages whatsoever, whether caused by either Party’s negligence, errors, omissions, strict liability, breach of contract, breach of warranty, or other cause or causes. 5.4 Indemnification 5.4.1 Professional Liability Consultant shall indemnify and hold harmless Client, its officers, directors, and employees, from and against all judgments, losses, damages, costs, and expenses (including reasonable Std Client Consulting Services Agreement July 2025 attorney’s fees) (hereinafter collectively referred to as “Liabilities”), to the extent caused by any Negligent Acts, Errors, or Omissions by Consultant or any person or organization for whom Consultant is legally liable in the performance of Professional Services under this Agreement. For purposes of this professional liability indemnification obligation, (a) Professional Services in this subsection 5.4.1 shall mean those services performed by a licensed professional employed by Consultant or any person or organization for whom Consultant is legally liable, and (b) Negligent Acts, Errors, or Omissions shall mean any negligent acts, errors, or omissions in the performance of Professional Services by Consultant or any person or organization for whom Consultant is legally liable that causes Liabilities and fails to meet the Standard of Care. 5.4.2 General Liability Consultant shall indemnify, defend, and hold harmless Client, its officers, directors, and employees, from and against all demands, claims, losses, damages, costs, and expenses (including reasonable attorney’s fees), due to bodily injury (including death) or property damage to the extent caused by any negligent acts, errors, or omissions by Consultant or any person or organization for whom Consultant is legally liable. 5.4.3 Limitation of Liability Consultant’s Professional Liability and General Liability indemnification obligations shall be subject to any limitations of liability contained in this Agreement and shall survive any termination of this Agreement. 5.5 No Third Party Beneficiaries Client and Consultant expressly agree that this Agreement does not confer upon any third party any rights as beneficiary to this Agreement. Consultant accepts no responsibility for damages, if any, suffered by any third party as the result of a third party's use of the work product, including reliance, decisions, or any other action taken based upon it. Client agrees that Consultant's Services and work products are for the exclusive present use of Client. Client agrees that Consultant's compliance with any request by Client to address or otherwise release any portion of the work product to a third party shall not modify, rescind, waive, or otherwise alter provisions of this Agreement nor does it create or confer any third party beneficiary rights on any third party. SECTION 6 - Miscellaneous Provisions 6.1 Notices Any notice to either Party herein shall be in writing and shall be served either personally or by registered or certified mail addressed to the signing Party shown on the signature page. 6.2 Joint Preparation For purposes of contract interpretation and for the purpose of resolving any ambiguity in this Agreement, the Parties agree that this Agreement was prepared jointly by them and/or their respective attorneys. 6.3 Headings Headings used in this Agreement are for the convenience of reference only and shall not affect the construction of this Agreement. 6.4 Severability If any of the provisions contained in this Agreement are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. 6.5 Dispute Resolution If negotiation in good faith fails to resolve a dispute within thirty (30) days of written notice of the dispute by either Party, then the Parties agree that, with the exception of claims that are subject to the applicable venue’s small claims court jurisdiction, each dispute, claim or controversy arising from or related to this Agreement or the relationships which result from this Agreement shall be subject to mediation as a condition precedent to initiating legal or equitable actions by either Party. Unless the Parties agree otherwise, the mediation shall be in accordance with the Commercial Mediation Procedures of the American Arbitration Association then currently in effect. A request for mediation shall be filed in writing with the American Arbitration Association and the other Party. No legal or equitable action may be instituted for a period of ninety (90) days from the filing of the request for mediation unless a longer period of time is provided by agreement of the Parties. Cost of mediation shall be shared equally between the Parties and shall be held in a location mutually agreed upon by the Parties. The Parties shall memorialize any agreement resulting from the mediation in a mediated settlement agreement, which agreement shall be enforceable as a settlement in any court having jurisdiction thereof. During the pendency of any dispute, the Parties shall continue diligently to fulfill their respective obligations hereunder. Any dispute not resolved through mediation shall be subject to litigation in a court of competent jurisdiction in the state in which the Project is located. Std Client Consulting Services Agreement July 2025 6.6 Governing Law This Agreement is to be governed by the laws of the jurisdiction in which the Project is located. For locations outside of the United States, this Agreement shall be governed by the laws of the State of Illinois. 6.7 Entire Agreement This Agreement, along with those documents specified, attached, or hereby cited together, and serially numbered Work Authorizations if used, constitute the entire Agreement between the Parties and no changes, modifications, extensions, terminations, or waivers of this Agreement, or other documents, or any of the provisions herein, or therein contained, shall be valid unless made in writing and signed by duly authorized representatives of both Parties. Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/gov_officials.php Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #11 Tracking Number PW 2026-11 2024 Sanitary Sewer Lining Improvements – Change Order No. 2 – Final Balancing Public Works Committee – January 20, 2026 Majority Consideration of Approval Consideration of final balancing Change Order No. 2 Brad Sanderson Engineering Name Department The purpose of this memo is to present Change Order No. 2 (Final) 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 Insituform Technologies USA, LLC for the construction of sanitary sewer lining improvements for an original contract value of $522,036.76. Change Order #1 was issued shortly after the original contract was awarded and it reduced the overall project scope. Change Order #1 reduced the value of the contract to $387,475.36. Throughout the course of construction video inspections were performed of each sewer segment. A small number of sewer segments needed to be removed from the project due to the conditions that were found. In an effort to maximize benefits from the project, additional sewer segments that weren’t originally included were added to the project. The added segments were all known to have infiltration concerns or structural deficiencies. Change Order #2 accounts for all final additions and subtractions made to the contract. Question Presented: Should the City approve Change Order No. 2 (Final) which will decrease the previously amended Contract Value by $6,692.57? The final value of the contract will be $380,782.79, which is below the City’s budget line item. Discussion: The original value of the contract was higher than the City’s budget. An initial change order was executed shortly after contract award to lower the contract value. Further additions and deductions were made throughout the course of construction. The final contract value was reduced further and is below the City’s budget. Action Required: Consideration of approval of Change Order No. 2 (Final) to decrease the contract by $6,692.57 to a final value of $380,782.79. 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: January 7, 2026 Subject: 2024 Sanitary Sewer Lining Improvements – Change Order #2(Final) C:\Users\gholm\Downloads\3. YO2450 Change Order 2 - Final Balancing.doc CHANGE ORDER Order No. 2 – Final Balancing Date: Agreement Date: 12/10/2024 NAME OF PROJECT: 2024 Sanitary Sewer Lining Improvements OWNER: United City of Yorkville CONTRACTOR: Insituform Technologies USA, LLC The following changes are hereby made to the CONTRACT DOCUMENTS: Change of CONTRACT PRICE: Original CONTRACT PRICE: $ 522,036.76 Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $ 387,475.36 The CONTRACT PRICE due to this CHANGE ORDER will be (increased)(decreased) by: $ (6,692.57) The new CONTRACT PRICE including this CHANGE ORDER will be: $ 380,782.79 Justification: Change Order #1 was issued following the original award of the contract. The purpose of Change Order #1 was to reduce the overall project scope to meet budgetary requirements. During the course of construction video inspections were performed of each sewer segment. A small number of sewer segments needed to be removed from the project due to conditions found during the video inspections. This resulted in a decrease in project cost. In an effort to maximize benefits from the project, some additional sewer segments were added that weren’t originally included. The added segments were known to have infiltration concerns or structural deficiencies. Change to CONTRACT TIME: The contract time is increased/decreased by 0 days. Requested by: _ Insituform Technologies USA, LLC Recommended by: Engineering Enterprises, Inc. Accepted by: United City of Yorkville_ Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #12 Tracking Number PW 2026-12 Lift Station Pump Motor Replacement – Raintree and Bruell Street Public Works Committee – January 20, 2026 Majority Approval Proposing to purchase 4 pump motors for 2 lift stations. Eric Dhuse Public Works Name Department Summary Staff is proposing to replace one lift station pumps at the Raintree lift station and two at the Bruell St. lift station at a cost of $73,535. Background Raintree lift station was put into service in 2005. The pumps are original to the lift station and have outlived their useful life. We have found that we are pulling the pumps out for service more often and servicing them is becoming more expensive each year. With lift station pumps being a critical infrastructure component, we would like to replace 2 of the 3 motors this year and replace the other one next year. We already had to order one separately because we had original motor go completely down and is not worth repairing. We have a spare that is original but has low hours because we only used it as the spare. We will retain that motor to use if one of the new motors has to be pulled and use the two new motors for everyday use. Bruell St. lift station was put into service in 2007, but the pumps for this lift station were taken from the Heartland Circle lift station when it was decommissioned to use in the Bruell St. station. Two of the motors were new in 2005 and are the original units, one motor has been replaced in 2022 and will be kept as a spare. Replacing both remaining original motors will help us ensure smooth, problem free operation for years to come. This is a budgeted expense within the sanitary sewer operations budget as part of the lift station rehab line item. This will require a supermajority vote as there is only one quotation since specify all lift stations be Metropolitan Pump Company lift stations. Metropolitan has proven quality, service, and is local enough (Romeoville) to get parts and service the same day. Recommendation I recommend approving the quote to purchase three (3) lift station pump motors from Metropolitan Pump Company at a cost not to exceed $73,535. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: January 6, 2026 Subject: Lift Station Pump Replacement Resolution No. 2026-____ Page 1 Resolution No. 2026-_____ A RESOLUTION OF THE UNITED CITY OF YORKVILLE, ILLINOIS, AUTHORIZING THE PURCHASE OF REPLACEMENT PUMPS FOR THE RAINTREE AND BRUELL STREET LIFT STATIONS, IN AN AMOUNT NOT TO EXCEED $73,535 WHEREAS, the United City of Yorkville (the “City”) is a duly organized and validly existing non home-rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and WHEREAS, the City’s Code of Ordinances provides that the City may approve contracts for supplies and equipment in excess of $25,000 that have not been competitively bid by a two- thirds affirmative vote of the City Council; and WHEREAS, the Raintree lift station was first put into service in 2005 and the three existing pumps therein are original to the lift station and have outlived their useful life (the “Raintree Pumps”); and WHEREAS, the pumps at the Raintree lift station are becoming increasingly more expensive to service and repair, and the City’s Public Works department would like to replace one of the three Raintree Pumps (the “Raintree Pump”); and WHEREAS, the Bruell Street lift station was first put into service in 2007 and two of the three existing pumps therein are original to the lift station and have outlived their useful life; and WHEREAS, the two pumps that were put into service at the Bruell Street lift station in 2007 are becoming increasingly more expensive to service and repair, and the City’s Public Works department would like to replace these two pumps (the “Bruell Pumps”); and WHEREAS, the City received a quote from Metropolitan Pump Company (“Metropolitan”) to replace the Raintree Pump and Bruell Pumps for a combined cost of $73,535 (the “Quote”); and WHEREAS, all City lift station pumps must be serviced by Metropolitan, and therefore no other quotes were obtained; and WHEREAS, the City’s Public Works department has found that Metropolitan has previously provided the City quality service, and is located in Romeoville, Illinois, close enough for the City to receive same day parts and service when needed; and WHEREAS, the Mayor and City Council have determined that it is in the best interests of the health and safety of the City and its residents to waive the competitive bidding requirement and to authorize and approve the purchase of the Bruell Pumps and Raintree Pump from Metropolitan in accordance with the provisions of the Quote. Resolution No. 2026-____ Page 2 NOW, THEREFORE, BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois: Section 1. The foregoing recitals are hereby incorporated in this Resolution as the findings of the Corporate Authorities. Section 2. The Corporate Authorities hereby waive the bidding requirements pursuant to the City’s Code of Ordinances, and the City Administrator is hereby authorized and directed to proceed with the purchase of the Bruell Pumps and Raintree Pump in an amount not to exceed $73,535, as described in the Quote, from Metropolitan Pump Company. 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. 2026. ______________________________ 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. 2026. ______________________________ MAYOR Attest: ______________________________ CITY CLERK Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #13 Tracking Number PW 2026-13 Route 47 Utility Relocation – Caton Farm Road to Route 71 Agreement Public Works Committee – January 20, 2026 Majority Approval Please see the attached memo. Eric Dhuse Public Works Name Department Summary A proposed design engineering agreement from EEI for the Rt. 47 utility relocation from Caton Farm to Rt. 71 Background As part of the Rt. 47 south (Caton Farm to Rt. 71) improvements, the City will need to relocate certain utilities out of the proposed roadway area. In this case, it is mainly water main that is located along Rt. 47 from Windett Ridge through the Rt. 71 & 47 intersection that needs to be moved. Since the water main is currently within the IDOT right of way, the City is also financially responsible for the cost of moving the water main. Staff is working with EEI to come up with the most cost-effective design that meets our needs for pressure and circulation. To complicate matters, trying to design this around 2 different pressure zones which have to remain connected by an existing pressure reducing valve station. For their design services, EEI is proposing a fixed fee proposal of $151,713 and direct expenses estimated at $56,500. For this, EEI will coordinate meetings, assist in budgeting, perform all field work, complete the plans, permit the plans, and bid the project. There is currently $325,000 budgeted for design and land acquisition in the FY26 budget. 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: January 14, 2026 Subject: Rt. 47 Utility Relocation PSA Caton Farm-Rt.71 Resolution No. 2026-____ Page 1 Resolution No. 2026-_____ 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 provide water main improvements from Caton Farm Road to Route 71 (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 – Route 47 Utility Relocation – Caton Farm Road to Route 71, attached Resolution No. 2026-____ Page 2 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. 2026. ______________________________ 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. 2026. ______________________________ MAYOR Attest: ___________________________________ City Clerk UNITED CITY OF YORKVILLE ROUTE 47 UTILITY RELOCATION – CATON FARM RD TO ROUTE 71 PAGE 1 Agreement for Professional Services Route 47 Utility Relocation – Caton Farm Rd to Route 71 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 4,200 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 $151,713. Direct expenses will be billed at the actually value spent and are estimated at $56,500. The hourly rates for this project are shown in the attached 2025 Standard Schedule of Charges (Attachment F). All payments will be made according to the Illinois State Prompt Payment Act and not less than once every thirty days. D. Changes in Rates of Compensation: In the event that this contract is designated in Section B hereof as an Ongoing Contract, 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. 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 UNITED CITY OF YORKVILLE ROUTE 47 UTILITY RELOCATION – CATON FARM RD TO ROUTE 71 PAGE 2 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. 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 ROUTE 47 UTILITY RELOCATION – CATON FARM RD TO ROUTE 71 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 (IRC 501(a) only) x Corporation ___ Not for Profit Corporation ___ Trust or Estate ___ Medical and Health Care Services Provider Corp. UNITED CITY OF YORKVILLE ROUTE 47 UTILITY RELOCATION – CATON FARM RD TO ROUTE 71 PAGE 4 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 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 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 in 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: Project Location Map Attachment F: 2025 Standard Schedule of Charges UNITED CITY OF YORKVILLE ROUTE 47 UTILITY RELOCATION – CATON FARM RD TO ROUTE 71 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 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 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 _________, 2026. United City of Yorkville Engineering Enterprises, Inc.: ___________________________ _____________________________ John Purcell Bradley P. Sanderson, PE Mayor Chief Operating Officer / President ___________________________ ____________________________ Jori Contrino Angela R. Smith City Clerk Dir. of Marketing & Bus. Development ENGINEERING ENTERPRISES, INC. JANUARY 2026 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 2026 PAGE 2 Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither the OWNER nor the ENGINEER, their respective officers, directors, partners, employees, contractors, or subcontractors shall be liable to the other or shall make any claim for any incidental, indirect, or consequential damages arising out of or connected in any way to the Project or to this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of business, loss of income, loss of reputation, or any other consequential damages that either party may have incurred from any cause of action including negligence, strict liability, breach of contract, and breach of strict or implied warranty. Both the OWNER and the ENGINEER shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this project. Termination: This Agreement may be terminated for convenience, without cause, upon fourteen (14) days written notice of either party. In the event of termination, the ENGINEER shall prepare a final invoice and be due compensation as set forth in the Professional Services Agreement for all costs incurred through the date of termination. Either party may terminate this Agreement for cause upon giving the other party not less than seven (7) calendar days’ written notice for the following reasons: (a) Substantial failure by the other party to comply with or perform in accordance with the terms of the Agreement and through no fault of the terminating party; (b) Assignment of the Agreement or transfer of the project without the prior written consent of the other party; (c) Suspension of the project or the ENGINEER’S services by the OWNER for a period of greater than ninety (90) calendar days, consecutive or in the aggregate. (d) Material changes in the conditions under which this Agreement was entered into, the scope of services or the nature of the project, and the failure of the parties to reach agreement on the compensation and schedule adjustments necessitated by such changes. Payment of Invoices: Invoices are due and payable within 30 days of receipt unless otherwise agreed to in writing. Third Party Beneficiaries: Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the OWNER or the ENGINEER. The ENGINEER’S services under this Agreement are being performed solely and exclusively for the OWNER’S benefit, and no other party or entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. The OWNER and ENGINEER agree to require a similar provision in all contracts with contractors, subcontractors, vendors and other entities involved in this Project to carry out the intent of this provision. Force Majeure: Each Party shall be excused from the performance of its obligations under this Agreement to the extent that such performance is prevented by force majeure (defined below) and the nonperforming party promptly provides notice of such prevention to the other party. Such excuse shall be continued so long as the condition constituting force majeure continues. The party affected by such force majeure also shall notify the other party of the anticipated duration of such force majeure, any actions being taken to avoid or minimize its effect after such occurrence, and shall take reasonable efforts to remove the condition constituting such force majeure. For purposes of this Agreement, “force majeure” shall include conditions beyond the control of the parties, including an act of God, acts of terrorism, voluntary or involuntary compliance with any regulation, law or order of any government, war, acts of war (whether war be declared or not), labor strike or lock-out, civil commotion, epidemic, failure or default of public utilities or common carriers, destruction of production facilities or materials by fire, earthquake, storm or like catastrophe. The payment of invoices due and owing hereunder shall in no event be delayed by the payer because of a force majeure affecting the payer. Additional Terms or Modification: All prior understandings and agreements between the parties are merged into this Agreement, and this Agreement may not be modified orally or in any manner other than by an Agreement in writing signed by both parties. In the event that any provisions of this Agreement shall be held to be invalid or unenforceable, the remaining provisions shall be valid and binding on the parties. Assignment: Neither party to this Agreement shall transfer or assign any rights or duties under or interest in this Agreement without the prior written consent of the other party. Subcontracting normally contemplated by the ENGINEER shall not be considered an assignment for purposes of this Agreement. Waiver: A party’s waiver of, or the failure or delay in enforcing any provision of this Agreement shall not constitute a waiver of th e provision, nor shall it affect the enforceability of that provision or of the remainder of this Agreement. Attorney’s Fees: In the event of any action or proceeding brought by either party against the other under this Agreement, the prevailing party shall be entitled to recover from the other all costs and expenses including without limitation the reasonable fees of its attorneys in such action or proceeding, including costs of appeal, if any, in such amount as the Court may adjudge reasonable. Fiduciary Duty: Nothing in this Agreement is intended to create, nor shall it be construed to create, a fiduciary duty owed to either party to the other party. EEI makes no warranty, express or implied, as to its professional services rendered. Headings: The headings used in this Agreement are inserted only as a matter of convenience only, and in no way define, limit, enlarge, modify, explain or define the text thereof nor affect the construction or interpretation of this Agreement. UNITED CITY OF YORKVILLE ROUTE 47 UTILITY RELOCATION – CATON FARM RD TO ROUTE 71 PAGE 1 Route 47 Utility Relocation – Caton Farm Rd to Route 71 United City of Yorkville, IL Professional Services Agreement - Design Engineering Attachment B – Scope of Services DESIGN ENGINEERING 2.1 Project Management and Administration x Budget Tracking x Management of Personnel and the Engineering Contract x Coordination with the City and Other Regulatory Agencies (IEPA) 2.2 Project Meetings x Project Kick-Off Meeting Between the City and EEI x Two (2) Design Progress Meetings Between the City and, EEI prior to Bidding x One (1) Design Meeting Between the City, IDOT, and EEI prior to Bidding. 2.3 Topographic Survey x Field Survey x Drafting to Create Base File 2.4 Utility Coordination x Design JULIE x Plan Submission and Coordinate with Private Utilities 2.5 Final Plans, Specifications and Estimates x Preparation of 60%, 90%, and 100% Engineering Plans x 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 x Prepare IEPA Documentation for CCDD Management of Soils x Prepare IEPA Construction Permit Application and Acquire Permit 2.7 Bidding and Contracting x Prepare Bidders List and Ad for Bid x Submit Ad for Bid to the Local Paper and Post Bidding Documents on QuestCDN x Address Bid Questions and Prepare Addenda x Attend Bid Opening x Prepare Bid Tab, Bid Summary, and Recommendation of Award x Execute Contract Documents DIRECT EXPENSES The following scope of services will be provided by EEI’s sub-consultants: Geotechnical and CCDD (Rubino Engineering, Inc.) x Ten (10) Soil Borings x Prepare Geotechnical Report and CCDD Analysis x Prepare LPC 662/663 Permit The above scope for “Route 47 Utility Relocation – Caton Farm Rd to Route 71” summarizes the work items that will be completed for this contract. Additional work items, including additional meetings beyond the meetings defined in the above scope, shall be considered outside the scope of the base contract and will be billed in accordance with the Standard Schedule of Charges. ATTACHMENT C: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COSTPROFESSIONAL ENGINEERING SERVICES CLIENT United City of YorkvillePROJECT TITLEPREPARED BYRoute 47 Utility Relocation - Caton Farm Rd to Route 71ROLE PIC PM SPE 2 PE SPM SPT 2 PT SPT 2 SPT 1 ADMINRATE $256 $218 $208 $175 $243 $182 $175 $182 $171 $75DESIGN ENGINEERING2.1 Project Management and Administration 2 56 - - - - - - - - 58 12,720$ 2.2 Project Meetings 6 9 - - - - - - - - 15 3,498$ 2.3 Topographic Survey - - 6 - 24 102 27 - - - 159 30,369$ 2.4 Utility Coordination - 2 12 - - - - - - - 14 2,932$ 2.5 Final Plans, Specifications, and Estimates 6 48 140 68 - - - 30 156 - 448 85,156$ 2.6 Permits - 6 32 - - - - - - 2 40 8,114$ 2.7 Bidding and Contracting 2 12 12 18 - - - - - 2 46 8,924$ Insert Task Subtotal: 16 133 202 86 24 102 27 30 156 4 - 780 151,713$ 16 133 202 86 24 102 27 30 156 4 - 780 151,713 DIRECT EXPENSESPrinting = 500.00$ Legal Surveying = 36,000.00$ Environmental Assessment = 20,000.00$ DIRECT EXPENSES = 56,500$ LABOR SUMMARYEEI Labor Expenses = 151,713$ TOTAL LABOR EXPENSES151,713$ TOTAL COSTS 208,213$ 52 Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comPROJECT TOTAL:KDWCOSTTASK NO.TASK DESCRIPTIONHOURS ATTACHMENT D: ESTIMATED SCHEDULECLIENT PROJECT NUMBERUnited City of YorkvilleYO2345PROJECT TITLEDATE PREPARED BYRoute 47 Utility Relocation - Caton Farm Rd to Route 71 KDWJAN FEB MAR APR MAYJUNE JULYAUG SEPT OCT NOV DECDESIGN ENGINEERING2.1 Project Management and Administration2.2 Project Meetings2.3 Topographic Survey2.4 Utility Coordination2.5 Final Plans, Specifications, and Estimates2.6 Permits2.7 Bidding and Contracting 52 Wheeler Road Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 www.eeiweb.comTASK NO.TASK DESCRIPTION1/9/262026 ,/ 57 %DOWUXVRO &RXUW . L Q J VP L O O & R X U W 3KHOSV&RXUW,/57 0 X U ğ H O G &R X U W:DOQXW'ULYH 5DLQ W UHH5RDG 'UD\ WRQ &RX U W6W-RVHSKV:D\$VWHU'ULYH: \ W K H 3 O D F H:DOVK'ULYH%RQQLH/DQH)DLUID[:D\ &ODUHPRQW &RXUW ,/570XUğHOG'ULYH:DOVK&LUFOH:HVWRQ$YHQXH , / 5 7 9 L O O D J H 9 L H Z ' U L Y H 6 X W W R Q 6 W U H H W%DQEXU\$YHQXH +D]HUWLQ H : D \ :LQGHWW 5L G J H 5 R D G .LQJVPLOO6WUHHW .HQGDOO&RXQW\*,6 Engineering Enterprises, Inc. :KHHOHU5RDG 6XJDU*URYH,OOLQRLV (;+,%,7 5287(6287+ 352326(':$7(50$,1 /2&$7,210$3ZZZHHLZHEFRP '$7( 352-(&712 ),/( 3$7+ %< -$18$5< <2 +?*,6?38%/,&?<25.9,//(?? 0-7 oUnited City of Yorkville 3UDLULH3RLQWH'U <RUNYLOOH,/ )HHW /HJHQG :$7(50$,172%($%$1'21(' 352326(':$7(50$,1 352326(':$7(50$,1 35967$7,21 :$7(50$,1$1'60$//(5 :$7(50$,1 :$7(50$1 :$7(50$,1 :$7(50$,1 :$7(50$,1 :$7(50$,1 81.12:1:$7(50$,1 <2B3URSRVHG:DWHU0DLQ :$7(50$,172%($%$1'21(' 5(029(')520,'2752: 352326(':$7(50$,1 2876,'(2),'2752: 352326(':$7(50$,1 2876,'(2),'2752: Elevation Range 625-690 580-660 660-715 715-790 615-665 TCL 810 763 850 920 800 North Pressure Zone North Central Pressure Zone South Central Pressure Zone South Pressure Zone Southeast Pressure Zone 5(/2&$7(:$7(50$,1 2876,'(2),'2752: $61(&(66$5< :$7(50$,172%($%$1'21(' 352326(':$7(50$,1 EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $256.00 Principal E-3 $251.00 Senior Project Manager E-2 $243.00 Project Manager E-1 $218.00 Senior Project Engineer/Surveyor II P-6 $208.00 Senior Project Engineer/Surveyor I P-5 $193.00 Project Engineer/Surveyor P-4 $175.00 Senior Engineer/Surveyor P-3 $161.00 Engineer/Surveyor P-2 $146.00 Associate Engineer/Surveyor P-1 $132.00 Senior Project Technician II T-6 $182.00 Senior Project Technician I T-5 $171.00 Project Technician T-4 $159.00 Senior Technician T-3 $146.00 Technician T-2 $132.00 Associate Technician T-1 $115.00 Engineering/Land Surveying Intern I-1 $ 85.00 Director of Marketing and Business Development M-4 $135.00 Marketing Coordinator M-2 $100.00 Executive Administrative Assistant A-4 $ 80.00 Administrative Assistant A-3 $ 75.00 VEHICLES. DRONE, EXPERT TESTIMONY, REPROGRAPHICS AND DIRECT COSTS* Vehicle for Construction Observation $ 20.00 Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $235.00 Expert Testimony $290.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% *unless specified otherwise in agreement STANDARD SCHEDULE OF CHARGES ~ JANUARY 1, 2025 ATTACHMENT F Have a question or comment about this agenda item? Call us Monday-Friday, 8:00am to 4:30pm at 630-553-4350, email us at agendas@yorkville.il.us, post at www.facebook.com/CityofYorkville, tweet us at @CityofYorkville, and/or contact any of your elected officials at http://www.yorkville.il.us/320/City-Council Agenda Item Summary Memo Title: Meeting and Date: Synopsis: Council Action Previously Taken: Date of Action: Action Taken: Item Number: Type of Vote Required: Council Action Requested: Submitted by: Agenda Item Notes: Reviewed By: Legal Finance Engineer City Administrator Community Development Purchasing Police Public Works Parks and Recreation Agenda Item Number New Business #14 Tracking Number PW 2026-14 Metronet Internet Contract for New Public Works and Parks Facility Public Works Committee – January 20, 2026 Majority Approval Proposed contract with Metronet for internet services for new Public Works and Parks Facility. Eric Dhuse Public Works Name Department Summary A proposed 5-year contract from Metronet to supply fiber internet service to our new facility. Background Staff is proposing to supply internet services to our new PW/Parks facility. We are looking to have redundant systems, like city hall, to ensure uninterrupted service and communications. Metronet has provided a quote for 5 years of service at $420/month. Our IT consultant believes this is the correct bandwidth and the correct amount of IP addresses for our needs. Staff is bringing this forward since the 5-year contract will incur a total cost of $25,200, which is just over the $25,000 threshold. We decided to go with the 5-year term to save $50/month over the 3-year contract. We would like to keep this moving forward to be able to have the vendors ready to go later this winter for installation to keep the project on track. We will also be reaching out to comcast to provide our backup internet and basic cable services. Staff will bring that contract forward at a later date. Recommendation Staff recommends the approval of this contract with Metronet to provide internet services as described at a cost of $420/month for a 5-year term. Memorandum To: Public Works Committee From: Eric Dhuse, Director of Public Works CC: Bart Olson, City Administrator Date: January 13, 2026 Subject: Metronet Contract for New PW/Parks Facility 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 2026-15 Public Works Committee – January 20, 2026 Majority Consideration of Approval MFT Resolution and Cost Estimate Considerations Brad Sanderson Engineering Name Department 2026 Road to Better Roads – MFT Resolution and Cost Estimate In accordance with the planned FY27 budget and Road to Better Roads Program, we are proceeding with design of the 2026 MFT program and submitting the documents to IDOT for review and approval. The overall project is estimated at $1,470,000 with $1,325,000 coming from MFT funds and the remaining coming from local funds. Note that adjustments will be made to the program as necessary after bids are received to match the budgeted funds. Since MFT funds are being utilized to fund the project, IDOT requires the passing of a Resolution to appropriate the funds. Accordingly, please see the attached Resolution for Maintenance Under the Illinois Highway Code in the amount of $1,325,000. Staff is seeking approval of the resolution from the City Council. If you have any questions or require additional information, please let us know. Memorandum To: Bart Olson, City Administrator From: Brad Sanderson, EEI CC: Eric Dhuse, Director of Public Works Erin Willrett, Assistant City Administrator Rob Fredrickson, Finance Director Jori Contrino, City Clerk Date: January 13, 2026 Subject: 2026 Road to Better Roads - MFT Resolution for Maintenance Under the Illinois Highway Code BLR 14220 (Rev. 12/13/22)Completed 01/12/2601/12/26 District 33 County KendallKendall Resolution Number Resolution Type OriginalOriginal Section Number 26-00000-00-GM BE IT RESOLVED, by the Governing Body Type CouncilCouncil of the Local Public Agency Type CityCity of Name of Local Public Agency Yorkville Illinois that there is hereby appropriated the sum of DollarsOne Million Three Hundred Twenty Five Thousand and 00/100------------------------()$1,325,000.00 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of Illinois Highway Code from Beginning Date 05/01/2605/01/26 to Ending Date 04/30/2704/30/27 . BE IT FURTHER RESOLVED, that only those operations as listed and described on the approved Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED, that Local Public Agency Type City of Name of Local Public Agency Yorkville shall submit within three months after the end of the maintenance period as stated above, to the Department of Transportation, on forms available from the Department, a certified statement showing expenditures and the balances remaining in the funds authorized for expenditure by the Department under this appropriation, and BE IT FURTHER RESOLVED, that the Clerk is hereby directed to transmit four (4) certified originals of this resolution to the district office of the Department of Transportation. I Name of Clerk Jori Contrino Local Public Agency Type City Clerk in and for said Local Public Agency Type City of Name of Local Public Agency Yorkville in the State of Illinois, and keeper of the records and files thereof, as provided by statute, do hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the Governing Body Type Council of Name of Local Public Agency Yorkville at a meeting held on Date 01/27/2601/27/26 . IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this Day 27th day of Month, Year January, 2026 . (SEAL, if required by the LPA) Clerk Signature & Date APPROVED Regional Engineer Signature & Date Department of Transportation BLR 14222 (Rev. 05/26/23) Local Public Agency General Maintenance Page 1 of 2Completed01/13/2601/13/26 Submittal Type OriginalOriginal Estimate of Maintenance CostsEstimate of Maintenance Costs District 33 Estimate of Cost For MunicipalityMunicipality Maintenance Period Local Public Agency United City of Yorkville County KendallKendall Section Number 26-00000-00-GM Beginning 05/01/2605/01/26 Ending 04/30/2704/30/27 Maintenance Items Maintenance Operation Maint Eng Category Insp. Req. Material Categories/ Point of Delivery or Work Performed by an Outside Contractor Unit Quantity Unit Cost Cost Total Maintenance Operation Cost 1. Roadway Maintenance IVIV YesYes $1,470,000.00 Total Operation Cost $1,470,000.00 Estimate of Maintenance Costs Summary Maintenance MFT Funds RBI Funds Other Funds Estimated Costs Local Public Agency Labor Local Public Agency Equipment Materials/Contracts(Non Bid Items) Materials/Deliver & Install/Materials Quotations (Bid Items) Formal Contract (Bid Items)$1,325,000.00 $145,000.00 $1,470,000.00 Maintenance Total $1,325,000.00 $145,000.00 $1,470,000.00 Estimated Maintenance Eng Costs Summary Maintenance Engineering MFT Funds RBI Funds Other Funds Total Est Costs Preliminary Engineering Engineering Inspection Material Testing Advertising Bridge Inspection Engineering Maintenance Engineering Total Total Estimated Maintenance $1,325,000.00 $145,000.00 $1,470,000.00 Remarks SUBMITTED Local Public Agency Official Signature & Date Title Mayor APPROVED Regional Engineer Signature & Date Department of Transportation County Engineer/Superintendent of Highways Signature & Date BLR 14222 (Rev. 05/26/23)Page 2 of 2 Estimate of Maintenance CostsEstimate of Maintenance Costs Submittal Type OriginalOriginal Local Public Agency United City of Yorkville County KendallKendall Section 26-00000-00-GM Maintenance Period Beginning 05/01/2605/01/26 Ending 04/30/2704/30/27 Completed 01/13/2601/13/26 IDOT Department Use Only Received Location Received Date Additional Location? WMFT Entry By Entry Date Contract Estimate of Cost Page 1 of 2 BLR 11510 (Rev. 10/25/21)Printed 01/13/2601/13/26 Local Public Agency United City of Yorkville County KendallKendall Section Number 26-00000-00-GM Route(s)/Street-Road Name Various Local Roads (See Location Map) Project Length 2.47 Miles Project Termini Various Local Roads (See Location Map) Item Number Item Unit of Measure Quantity Unit Price Total Estimated Cost 1 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 1,360 $2.50 $3,400.00 2 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CU YD 460 $35.00 $16,100.00 3 AGGREGATE SUBGRADE IMPROVEMENT CU YD 460 $35.00 $16,100.00 4 PREPARATION OF BASE SQ YD 17,395 $1.00 $17,395.00 5 PARTIAL DEPTH PATCHING (SPECIAL)SQ YD 597 $35.00 $20,895.00 6 HOT-MIX ASPHALT SURFACE REMOVAL - BUTT JOINT SQ YD 129 $20.00 $2,580.00 7 HOT-MIX ASPHALT SURFACE REMOVAL, 2"SQ YD 8,485 $2.00 $16,970.00 8 HOT-MIX ASPHALT SURFACE REMOVAL, 4.5"SQ YD 17,395 $4.50 $78,277.50 9 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH SQ YD 15,410 $2.75 $42,377.50 10 BITUMINOUS MATERIALS (TACK COAT)POUND 25,985 $0.10 $2,598.50 11 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50 TON 3,020 $80.00 $241,600.00 12 HOT-MIX ASPHALT BINDER COURSE, IL-9.5, N50 TON 1,340 $83.00 $111,220.00 13 HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N50 TON 3,820 $83.00 $317,060.00 14 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 1,794 $42.00 $75,348.00 15 SIDEWALK REMOVAL SQ FT 12,625 $2.00 $25,250.00 16 PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH SQ FT 11,950 $10.00 $119,500.00 17 DETECTABLE WARNINGS SQ FT 620 $35.00 $21,700.00 18 DOMESTIC WATER SERVICE BOXES TO BE ADJUSTED EACH 2 $300.00 $600.00 19 MANHOLES TO BE ADJUSTED EACH 1 $1,000.00 $1,000.00 20 MANHOLES TO BE RECONSTRUCTED EACH 1 $2,000.00 $2,000.00 21 INLETS TO BE ADJUSTED EACH 45 $575.00 $25,875.00 22 INLETS TO BE ADJUSTED (SPECIAL)EACH 1 $575.00 $575.00 23 INLETS TO BE RECONSTRUCTED EACH 1 $1,500.00 $1,500.00 24 TYPE 1 FRAME, OPEN LID EACH 6 $575.00 $3,450.00 BLR 11510 (Rev. 10/25/21)Page 2 of 2Printed01/13/2601/13/26 Section Number 26-00000-00-GM County KendallKendall Local Public Agency United City of Yorkville 25 TYPE 1 FRAME, CLOSED LID EACH 1 $575.00 $575.00 26 TYPE 3 FRAME AND GRATE EACH 1 $650.00 $650.00 27 TYPE 10 FRAME AND GRATE EACH 4 $750.00 $3,000.00 28 SANITARY MANHOLES TO BE ADJUSTED EACH 3 $1,700.00 $5,100.00 29 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 138 $10.00 $1,380.00 30 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 280 $2.00 $560.00 31 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 88 $6.00 $528.00 32 THERMOPLASTIC PAVEMENT MARKING - LINE 12" FOOT 120 $10.00 $1,200.00 33 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 65 $15.00 $975.00 34 SIGN PANEL - TYPE 1 SQ FT 43 $28.00 $1,204.00 35 TELESCOPING STEEL SIGN SUPPORT FOOT 48 $30.00 $1,440.00 36 HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 209 $50.00 $10,450.00 37 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 20 $85.00 $1,700.00 38 REMOVE AND REINSTALL BRICK PAVERS SQ FT 125 $35.00 $4,375.00 39 CLASS B PATCHES, 8 INCH SQ YD 750 $130.00 $97,500.00 40 CLASS B PATCHES, 8.5 INCH SQ YD 450 $135.00 $60,750.00 41 SODDING, SPECIAL SQ YD 1,240 $24.00 $29,760.00 42 SUPPLEMENTAL WATERING UNIT 20 $80.00 $1,600.00 43 TRAFFIC CONTROL AND PROTECTION, (SPECIAL)L SUM 1 $30,227.10 $30,227.10 44 RAILROAD PROTECTIVE LIABILITY INSURANCE L SUM 1 $3,500.00 $3,500.00 45 CRACK ROUTING FOOT 48,000 $0.01 $480.00 46 CRACK FILLING POUND 16,000 $1.90 $30,400.00 47 ROUTING AND SEALING CRACKS FOOT 26,770 $0.72 $19,274.40 Total Overall Estimated Cost:$1,470,000.00 Item Number Item Unit of Measure Quantity Unit Price Total Estimated Cost Prepared By Christopher J. Ott Date 01/13/2601/13/26 Signature Date FOX RIVER MCHUGHMAIN SPRING TUMAVAN EMMON MILLPOPLARJOHN VETERANS CANNONBALLBRIDGEERICA STAGEC O A C H PARK ROUTE 34CENTERKENNEDY COUNTRYSIDE BEECHEREDWARDSC H O O L H O U S E OMAHASTATEPARKSIDETERIMORGANORANGE SOMONAUKGAME FARMKEND A L L DEERHAYDENTIMBER OAKELM KINGFREEMONTHAMPT O N HEA R T L A N D WALNUT ROUTE 71 HEUSTISFORDWACKERLIBERTYQUINSEY GILLESPIE WASHINGTON WING RAINTREEISABEL ROUTE 1 2 6BARBERRYWESTERN KELLY C O U N T R Y H I L L S JACKSON MAPLESUNSETBEAVER MARKETVIEWCOLTONMADISON BLACKBERRY SHOR E KATE C A R L Y KINGS MILLBRISTOL HOMES T E A D BRUELLPRAIRIE CROSSINGBLUESTEMADRIANWALSHCHURCHGRACEGREENBRIAR IDE N T ASYCAMOREPLEASUREWHITE OAK LEISURE COLONIAL LANDMARKNORTHLAND BLAINE PRAIRIERI V E R S I D E CANYON WESTONPURCELL WINDHAM BANBURYHAZELTIN E ELIZABETH CROOKED CREEKCLEAR W A T E R TA U S ACORNWOLF GARDEN CONOVER ADAMSILLINI HILLCREST BADGERNORW A Y BIRCHWOODCOACH O L I V E RIVER BIRCH J A M E S T O W N ASTERWILD INDIGOLEXINGTONROUTE 47HIGH RIDGEASHARROWH E A D D E E R P A T HCHESTNUT RIDGE MU I R F I E L D GAWNE WARBLERFOXBO R O LOTUS RIDGETREMONTCANARYWESTWINDSO R INGEMUNSON HEARTHSTONEREDHORSEOLSEN INDEPENDENCE DE ER PO IN TWOODEN BRIDGEMARKETPLACEGEORGEANNA GOLDFINCHOAKPRAIRIE GRASSB L U E B I R DPRAIR IE ROSE CLOVER CEDAR WOOD SAGEMARTIN GREENFIELD TURNRED T A I L WALTER PINE VILLAGE V IEW WHITE PLAINS BIRCH SUNNY D E L L DAKOTAS AR A VANO SHICKORYMEADOWVIEW DICKSON STRAWBER R Y DOLPH PRAIRIE POINTE WOODWORTHYOR K V I L L EALAN DALEAUBURNBEHRENS NADEN HYDRAULIC CHERRYWOODLANDHOOVERSANDERSBELLCRIMSONHAWK HOLLOWPALMERWESTWIND C O D Y FIR MENARD CORNE R S T O N E BURNING B U S H JOHNSONDUNKINSPRUCEMEAD O WL A R K ALDER FAWN RIDGE MULHERN CONEFLOWERCONCORDB L U E J A Y GLEN NELSONPOWERSF A RM S T E AD BLACK B E R R Y ALEXANDRAAPPLETREE HALEY CANDLEBERRYWELLSJUNIPERCORNELL BUCKTHO R N SUNFLOWER HERITAG E TYLER CREEKJEFFERSONSHARON ROUTE 7 1 FOX PINEWESTCENTER JOHN HYDRAU L I C VETERANS MAINSCH O O L H O U S E RO U T E 1 2 6 HYDRAULIC ROUTE 3 4 WASHIN G T O N PARKSOMONAUK ROUTE 47STAGECOACH PARK BRIDGEMAINSTATEROUTE 71 VETERANS MAPLE BEECHER WALNUTRIDGE B R I D G E DOLPH DATE: PROJECT NO.: FILE: BY: JANUARY 2026 YO2523 MJT 2026 MFT ROAD PROGRAM UNITED CITY OF YORKVILLE, ILLINOIS Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 (630) 466-6700 www.eeiweb.com PATH:H:\GIS\PUBLIC\YORKVILLE\2022\YO2523 United City of Yorkville 651 Prairie Pointe Dr. Yorkville, IL 60560 N O R T H ° YO2523_2026 MFT Road Program RESURFACING CONCRETE PATCHING04,0002,000 US Feet EXHIBIT 1 - LOCATION MAP 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 2026-16 Grande Reserve Unit 7 – Acceptance Public Works Committee – January 20, 2026 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, including all sidewalk. 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 $2,268,847.74 10% of Original EOPC $226,884.77 Required Value (10% of Original + Remaining) $226,884.77 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: January 13, 2026 Subject: Grande Reserve – Unit 7 1 BILL OF SALE Seller, _______________, in consideration of One and 00/100th Dollar ($1.00), receipt hereby acknowledged, does hereby sell, assign, transfer and convey to the Buyer, the United City of Yorkville, an Illinois municipal corporation, at 651 Prairie Pointe Drive, Yorkville, Illinois 60560, the following personal property to wit described in Exhibit A attached hereto for the development know as Grande Reserve – Unit 7 and generally shown on Exhibit B. Seller hereby represents and warrants to Buyer that Seller is the absolute owner of said property, that said property is free and clear of all liens, charges and encumbrances, and that Seller has full right, power, and authority to sell said property and to make this Bill of Sale. IN WITNESS WHEREOF, Seller has signed and sealed this Bill of Sale at ___________________________________, this _____ day of _______________, 20__. _______________________ Signature of Seller Name: Title: Subscribed and Sworn to before me this _____ day of _____________, 20__. _______________________ Notary Public UNIT QUANTITIY UNIT QUANTITY ! ! ! ! ! ! " ! #$%%% $ & ' $( $( $ ''% WATER MAIN CONSTRUCTION #$%%% )'* $ '%%'% $'&# ' $'&# ' $ % $ % $ % $%&# '( $'&# ' $'&# ' $% $ % $ % $ % STORM SEWER CONSTRUCTION $'%&# ' )* $ ' $ & ' ROADWAY '% & STREET LIGHTING + '% & ( % & MISCELLANEOUS $ % , $ % $ '% UTILITIES SANITARY SEWER CONSTRUCTION $% & ) * $% & ) * $ '% + '% & ( )* ' & +&$% &&#$ $ &# '( SIDEWALK ' '' $ % &# $ % &# $ % &# $ % &# BAILEY MATLOCKJUSTICEOLD GLORYKENNEDYMATLOCKCRYDE R ELLSW O R T H ALDEN MCLELLANBISS E L ROODAMOS CONSTITUTIONG R A N D E BERRYWOOD PRIVATE DRIVE REHBEHNC R Y D E R FREEDOM JETERUnit 11 Unit 10 Unit 7 Unit 6Unit 4 Unit 8 Unit 9 Unit 15 Unit 12 Unit 22 Unit 28 Unit 5 .HQGDOO&RXQW\*,6.HQGDOO&RXQW\,OOLQRLV Engineering Enterprises :KHHOHU5RDG 6XJDU*URYH,OOLQRLV *5$1'(5(6(59( 81,7 $&&(37$1&( ZZZHHLZHEFRP '$7( 352-(&712 ),/( 3$7+ %< '(&(0%(5 <2 <2*5$&&(37$1&('2& +?*,6?38%/,&?<25.9,//(?? 0-7 oUnited City of Yorkville 3UDLULH3RLQWH'U <RUNYLOOH,/ LEGEND 8QLW )HHW *5$1'(5(6(59( (/(0(17$5< 6&+22/<6' UNIT QUANTITIY UNIT PRICE COST ! ! " " !! " " "! " ! " "! ! ! " ! !" " " " ! ! ! " !! !! ! ! ! ! ! ! ! # !!! $ % & '( % $ % '( % )* $ + !$ $ & $ '( % + $ & '( % ' $ & $ & !$ & $ & '( % + $ % '( % !$ % '( % $ & $ & $ % '( % !$ & '( , % % $ & '( $ + , ($ & && ($ & && % %& )% * $ & - ' $ & ' '( $ UTILITIES SANITARY SEWER CONSTRUCTION $ & $ & $ & '( , % SIDEWALK STORM SEWER CONSTRUCTION WATER MAIN CONSTRUCTION $ %& &%& $ & ' ) !* $ & ' ) * )* !$ %& !$ %& , $ % $ ' % $ ' % ! ! " TOTAL COST ! UNIT QUANTITY UNIT PRICE COST ! ! "" " ! ! TOTAL !TOTAL COST - %& ' + ' . &' ROADWAY % & STREET LIGHTING - %& ' + MISCELLANEOUS 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 #17 Tracking Number PW 2026-17 Supplemental Agreement No. 2 for Land Acquisition Consulting Services – Matthewson Public Works Committee – January 20, 2026 Majority Approval Please see the attached memo. Bart Olson Administration Name Department Summary Consideration of a supplemental agreement for federal land acquisition process consulting services with Mathewson Right of Way Company. Background The City Council last discussed this item in February 2025, when the City approved a supplemental agreement with the Mathewson Co. for acquisition of an additional 3 properties on top of the original 9 properties at a total services cost of $207,250 (i.e. no land purchase costs are included in that figure). Since that meeting, EEI has proceeded with Route 126 watermain design work and determined the City needs to acquire an additional three parcels. This supplemental agreement covers the work needed by Mathewson Co. to acquire the three parcels. The supplemental agreement cost is $17,750, which would bring the total Mathewson agreement cost to $225,000. This figure can be covered within the FY 26 budget. Recommendation Staff recommends approval of the agreement for federal land acquisition process consulting services with Mathewson Right of Way Company. Memorandum To: City Council From: Bart Olson, City Administrator CC: Date: January 15, 2026 Subject: Supplemental agreement for Land Acquisition Consulting Services - Mathewson COLONIALPKWYS BRIDGE ST ROUTE 126© PROPOSED EASEMENT EXHIBITPARCEL 001NEWLYWEDS FOOD INC.PARCEL 002TRUE PROPERTIES II LLCPARCEL 003BRUNO P FANSI