Loading...
R-42-03 Authorizing Approval Of A Preliminary Engineering Services Agreement With URS Corporation In Conjunction With The Sanitary, Drainage, And Ship Canal Pedestrian Overpass ProjectRESOLUTION - ik_2 RESOLUTION AUTHORIZING APPROVAL OF A PRELIMINARY ENGINEERING SERVICES AGREEMENT WITH URS CORPORATION IN CONJUNCTION WITH THE SANITARY, DRAINAGE AND SHIP CANAL PEDESTRIAN OVERPASS PROJECT WHEREAS, the Village of Lemont requires preliminary engineering services related to the design of a pedestrian overpass bridge connecting the Historic I &M Canal Trail with the regional Centennial Trail over the Sanitary, Drainage and Ship Canal; and WHEREAS, the Village of Lemont seeks to utilize the firm of URS Corporation; and WHEREAS, the Village, the Illinois Department of Transportation and URS Corporation have negotiated an agreement to identify the terms and conditions of the services to be provided. NOW, THEREFORE, BE IT RESOLVED, by the President and Board of Trustees that the agreement attached hereto is hereby approved. PASSED AND APPROVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF LEMONT, COUNTIES OF COOK, WILL AND DUPAGE, ILLINOIS, on this 9th day of June , 2003. Debby Blatzer Peter Cowles Steven Rosendahl Ronald Stapleton Brian Reaves Jeanette Virgilio AYES NAYS PASSED ABSENT V Approved by me this 9th day of June , 2003. Attes • JOH ► . P ZA, Village RLENE SMO Approved as to fo 7 JOHN ANTONOPOUL lage Attorney Local Agency Village of Lemont L O C A L A C' E N C Y Minds Department of Transportation Preliminary Engineering Services Agreement For Federal Participation C O N S U T A N T Consultant URS Corporation d/b /a URS Corporation Americas County Cook Address 1701 Golf Road, Suite 1000 Section 02- 00036 -00 -BT City Rolling Meadows Project No. M- 8003(290) State Illinois Job No. P -91- 109 -03 Zip Code 60008 m Contact Narne/Phone/E-mail Address Stephen May 630 - 257 -1552 Contact Name/Phone/E -mail Address David Landeweer 847- 364 -8800 david Iandeweer@ urscoro.com THIS AGREEMENT is made and entered into this day of , 2003 between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the PROJECT. Federal -aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE), will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. Name l&M Canal Pedestrian/Bike Path Project Description Route Length 0.5 mi Structure No. N/A Termini Centennial Trail (North) and existing l &M Canal Trail (South) Description Preparation of a Phase 1 Project Report for the proposed Lemont Bike Path Connector which consists of a new bike path between the proposed Centennial Trail and the existing l&M Canal Trail. The project includes a new structure over the Des Plaines Sanitary and Ship Canal. Agreement Provisions I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance, in accordance with STATE approved design standards and policies, of engineering services for the LA for the proposed improvement herein described. 2. To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LA or STATE. 3. To complete the services herein described within 540 calendar days from the date of the Notice to Proceed from the LA, excluding from consideration periods of delay caused by circumstances beyond the control of the ENGINEER. 4. The classifications of the employees used in the work should be consistent with the employee classifications and estimated man - hours shown in EXHIBIT A. If higher - salaried personnel of the firm, including the Principal Engineer, perform services that are indicated in Exhibit A to be performed by lesser - salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 5. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein. 6. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections resulting from the ENGINEER's errors, omissions or negligent acts without additional compensation. Acceptance of work by the STATE will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities. 7. That all plans and other documents fumished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER's professional seal when such seal is required by law. Plans for structures to be built as a part of the improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal is required by law. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the STATE. 8. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LA. BLR 4351 (Rev. 4/02) Page 1 of 6 9. The undersigned certifies neither the ENGINEER nor I have: a) employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT, b) agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c) paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, e) have not within a three -year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property, f) are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (e) and 9) have not within a three -year period preceding this AGREEMENT had one or more public transactions (Federal, State or local) terminated for cause or default. 10. Scope of Services to be provided by the ENGINEER • Make such detailed surveys as are necessary for the planning and design of the PROJECT. ❑ Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and flood flow histories. ® Prepare applications for U.S. Army Corps of Engineers Permit, Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification. ❑ Design and/or approve cofferdams and superstructure shop drawings. ® Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report, (including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches). • Prepare the necessary environmental and planning documents including the Project Development Report, Environmental Class of Action Determination or Environmental Assessment, State Clearinghouse, Substate Clearinghouse and all necessary environmental clearances. ® Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to fumish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal -Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE. ® Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation. ® Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior to the establishment of final vertical and horizontal alignment, location and size of drainage structures, and compliance with applicable design requirements and policies. ❑ Make or cause to be made such traffic studies and counts and special intersection studies as may be required to fumish sufficient data for the design of the proposed improvement. ❑ Complete the general and detailed plans, special provisions and estimate of cost. Contract plans shall be prepared in accordance with the guidelines contained in the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate of cost shall be furnished in quadruplicate. ❑ Furnish the LA with survey and drafts in quadruplicate all necessary right -of -way dedications, construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. BLR 4351 (Rev. 4/02) Page 2 of 6 II. THE LOCAL AGENCY AGREES, 1. To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of ® cost plus fixed fee or ❑ specific rate. The total compensation for this shall not exceed $ 59.875 . 3. To pay the ENGINEER in the following manner: a) For the first 50% of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50% of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment — Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. The recipient shall not discriminate on the basis on the basis of race, color, national origin or sex in the award and performance of any DOT - assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT - assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). III. IT IS MUTALLY AGREED, 1. That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed. 2. That tracings, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LA and that basic survey notes, sketches, charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request, to the LA or to the STATE, without restriction or limitation as to their use. 3. That all reports, plans, estimates and special provisions fumished by the ENGINEER shall be in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal -Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE, it being understood that all such fumished documents shall be approved by the LA and the STATE before final acceptance. During the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this agreement. 5. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 6. The payment by the LA in accordance with numbered paragraph 3 of Section II will be considered payment in full for all services rendered in accordance with this AGREEMENT whether or not they be actually enumerated in this AGREEMENT. 7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LA, the STATE, and their officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting therefrom. These indemnities shall not be limited by the listing of any insurance policy. BLR 4351 (Rev. 4/02) Page 3 of 6 8. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination. 9. This certification is required by the Drug Free Workplace Act (30ILCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the State for at least one (1) year but no more than five (5) years. For the purpose of this certification, "grantee" or "contractor" means a corporation, partnership or other entity with twenty-five (25) or more employees at the time of issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of $5,000 or more from the State, as defined in the Act. The contractor /grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) (2) (3) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. Specifying the actions that will be taken against employees for violations of such prohibition. Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (A) abide by the terms of the statement; and (B) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy of maintaining a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, (f) Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. 10. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate. BLR 4351 (Rev. 4/02) Page 4 of 6 Executed by the LA: ATTEST: By: (SEAL) Clerk Village of Lemont By: Title: (Municipality/Township /County) Executed by the ENGINEER: ATTEST: By: Title: Senior Project Manager URS Corp ration d/b /a URS orporation Americas By: Title: Vice President BLR 4351 (Rev. 4/02) Page 5 of 6 CERTIFICATION OF THE CONSULTANT I hereby certify that I am the Vice President and a duly authorized representative of the firm of URS Corporation, whose address is 1701 Golf Rd, Suite 1000, Rolling Meadows, Illinois, 60008 and that neither I nor the above firm I herein represent: (a) Has employed or retained for a commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this contract; (b) Has agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract; (c) Has paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation or consideration of any kind, or in connection with, procuring or carrying out the contract; except as herein expressly stated (if any); (d) Are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (e) Have within a three -year period preceding this AGREEMENT been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State, or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction or records, making false statements, or receiving stolen property; (f) Are presently indicted for or otherwise criminally civilly charged by a governmental entity (Federal, State, local) with commission of any of the offenses enumerated in item (e) of this certification; (g) Have within a three -year period preceding this AGREEMENT had one or more public transactions (Federal, State, local) terminated for cause or default; I acknowledge that this certificate is to be furnished to the DEPARTMENT and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal -Aid highway funds, and is subject to applicable State and Federal Laws, both criminal and civil. DATE S - - D 3 H:U Nrktg\ ProposalskLemont \ Agreement \agreement_1.DOC URS Corporation Mohammad S. Hassan, E, SE Title: Vice President CERTIFICATE OF THE VILLAGE I hereby certify that I am the Village Engineer of the VILLAGE OF LEMONT, State of Illinois, and that the CONSULTANT, URS Corporation, or their representative, has not been required directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agreed to employ or retain, any firm or person; or (b) Pay or agree to pay, to any firm, person or organization any fee, contribution, donation or consideration of any kind; except as herein expressly stated (if any). I acknowledge that this certificate is to be furnished to the ILLINOIS DIVISION OF HIGHWAYS and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -Aid highway funds, and is subject to applicable State and Federal Laws both criminal and civil. DATE H:\Mrktg\Proposals\Lemont\Agreement\agreementj.DOC 41PidOF LEMONT �••• a u v aa.yil \VjJ DRUG FREE WORKPLACE CERTIFICATION This certification is required by the Drug Free Workplace Act (111. Rev. Stat., ch. 127, par. 152.311). The Drug Free Workplace Act, effective January 1, 1992, requires that no grantee or contractor shall receive a grant or be considered for the purposes of being awarded a contract for the procurement of any property or services from the State unless that grantee or contractor has certified to the State that the grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of the contract or grant and debarment of contracting or grant opportunities with the State for at least one (1) year, but not to be more than five (5) years. For the purpose of this certification, "grantee" or "contractor" means a corporation, partnership, or other entity with twenty -five (25) or more employees at the time of issuing the grant, or a department, division, or other entity with twenty -five (25) or more employees at the time of issuing the responsible for the specific performance under a contract or grant of $5,000 or more from the State. The contractor /grantee certifies and agrees that it will provide a drug free workplace by: A. Publishing a statement: 1. notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace; 2. specifying the actions that will be taken against employees for violations of such prohibition; 3. notifying the employee that, as a condition of employment on such contract or grant, the employee will: a. abide by the terms of the statement; and b. notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction; B. Establishing a drug free awareness program to inform employees about: 1. the dangers of drug abuse in the workplace; 2. the grantee's or contractor's policy of maintaining a drug free workplace; 3. any available drug counseling, rehabilitation, and employee assistance programs; and 4. the penalties that may be imposed upon an employee for drug violations. C. Providing a copy of the statement required by sub - paragraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. D. Notifying the contracting or granting agency within ten (10) days after receiving notice under part (b) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. E. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, an employee who is so convicted, as required by section 5 of the Drug Free Workplace Act. F. Assisting employees in selecting a course of action in the event drug counseling, treatment, and rehabilitation is required and indicating that a trained referral team is in place. G. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. THE UNDERSIGNED AFFIRMS, UNDER PENALTIES OF PERJURY, THAT HE OR SHE IS AUTHORIZED TO EXECUTE THIS CERTIFICATION ON BEHALF OF THE DESIGNATED ORGANIZATION. URS Corporation d Name of Organiza Signature of Authorized Representative Mohammad S. Hassan. Vice President Printed Name and Title 94- 1716908 Requisition/Contract /Grant ID Number 5- 28 -v.3 Date URS CORPORATION EXHIBIT A TRANSPORTATION STAFF (Rolling Meadows, Chicago, Decatur, and St. Louis) Employee Hourly Rates/ Classification Rates As of 12/10/02 IDOT_Prequalfication Pates_121002.xls Page 1 of 3 Employee Chilton, Danny L IDOT Classification Principal / Vice President Min 61.40 Average Max 60.00 70.68 Hassan, Mohammad S Johnson, Fredrick Hirsh, Michael S Andrews,Robert J Senior Project Manager 44.26 50.13 56.06 Hughes, Duncan I Landeweer, David D Marty, James Millenbruck, Mel M Sutton, Richard D Vetter, Donald E Bucholc, Jeffrey P Project Manager 33.00 44.07 50.50 Chambers,Craig A Dahl, Melford A Lee, Michael H. Louthen, James S Machamer, Daniel E Nissen, David C Patel, Narendra P Quraishi, M. Raja -Ulla Schroeder, Rick Ashrafzadeh, Kia Project Engineer 32.16 38.99 46.58 Kasner, Dennis A Kehoe, Stephen Newbum, Jerry Push, James R Xiong, Virginia Y Fish, Philip Technical Specialist 28.82 48.14 60.00 Gresham, Timothy Haggerty, Mary Kotler, Leo M Lemanis, Gerts Laue, Susan K O'Brien, David D Weller, Steven A Brown, Michael L. Senior Civil Engineer 26.76 32.78 39.02 Dohlby,Jeffrey J Feinstein, Joel Gentile, Curtis A Kiedaisch,Jeffrey W Martel, Robin Morel,Jan A Racich, Val Van Slyke, Stephen Bosshardt, Hans Senior Construction Engineer 10.80 33.64 48.56 Dobrowolsky, Myron Dolan III, Richard T Gregory,Carot J Gunna, Srinivas R Russell, Aaron Syfert, Gregory L IDOT_Prequalfication Pates_121002.xls Page 1 of 3 URS CORPORATION EXHIBIT A TRANSPORTATION STAFF (Rolling Meadows, Chicago, Decatur, and St. Louis) Employee Hourly Rates/ Classification Rates As of 12/10/02 Employee IDOT Classification Min Average Max Benting, Keith Senior Structural Engineer 28.80 35.51 45.12 Conway, George Underwager, Andrew E Vaysman, Ella Alonso, Maria I Staff Engineer 18.64 24.54 40.00 IDOT Prequalifiication Rates_121002.xts Page 2 of 3 Ashley, Richie Burdick, David Cail, Douglas V Crispi, Jon M Delemont, Michael Du, Jie Farsalas, Philip Fitzpatrick, Christine Foster, Matthew Frelly,Michael R Goodman, Benjamin Z Gorski,Robert T Govro, Jon Hendrickson, Erik J Hines, Chad Koestel, Derek B Korte, Joni Miller, Justin Moy, Kenneth Murray, James Nord, Thomas O'Heron, Michael S. Olsen, Ryan D. O'Neill,Kevin M Pope, Matthew Povolotsky, Naum Rafay, Mohammed A Rowatt, Danny A Skelley, Daniel C Spencer, John M Sutton, Daniel T. Williams, Arlin Williams,Junaluska E Burgener, Charles T Surveyor 15.46 18.28 23.80 Carter, Mark E Corcoran, Robert Schrock, Thomas Bolden, Eddie E Technician 15.00 23.03 32.20 Combs, Charles C Donning, Russel K Eberhart, David J Franzen, Darren T Gordon, Ryan Gutierrez Jr, David Hackney, Larry Halman, Bryant A Hanson, Ronald Hart, Jr., Willie Hernandez, Nicholas D. Hoel, James E Hynes. Barry J Ibrahim, Sarhadoon 0 IDOT Prequalifiication Rates_121002.xts Page 2 of 3 URS CORPORATION EXHIBIT A TRANSPORTATION STAFF (Rolling Meadows, Chicago, Decatur, and St. Louis) Employee Hourly Rates/ Classification Rates As of 12/10/02 Employee Kulengowski, Kris D IDOT Classification Min Average Max Maley, Kelley Erin Miller, Lance Moore Gerrad T Neckermann, Ingeburg Nicholson, Brian O'NeiII,AIan P Papachristos, Vasilios Rahman, Imtiaz Rupert,Robert L Samuelson, Steven R. Short, Ronald L Stenger, Richard L Sy, Martin L Tomsic, Scott Tweedie, Robert T Vertrees, Karen S Wieczorek, Andrew B Wortler, Andreas W Younan, Hannibal Y Young, Carl W. Zapanta,Yolando D Zilz, Randel E Breitfuss, Christine Administrative 15.00 21.50 28.38 Cooper, Yvette M Devany, Nancy E Horvath,Ann T Matthews, Toretta F Nicholls, Karen M Trkulja, Dorothy Cole,Melodie Clerical 9.00 11.32 14.50 Coleman, Terry Hobbs, Jillian LaFleur, Lesley A May, Carolyn A Maymon, Cortney J Petitti, John S !DOT Prequalification Rates 121002.x16 Page 3of3 EXHIBIT B URS STATEMENT OF DIRECT LABOR AND BURDEN AND FRINGE BENEFITS YEAR END OCTOBER 31, 2001 HOME % OF OFFICE DIRECT LABOR Direct Labor $368,332,153 Burden and Fringe Benefits: Vacation 33,099,054 8.9862% Sick 7,337,401 1.9921% Holiday 30,104,128 8.1731% Workers Compensation Insurance 2,121,819 0.5761% Medical and Life Insurance 33,011,794 8.9625% Employee Welfare and Development 9,481,616 2.5742% Employers Share of FICA 29,950,847 8.1315% Unemployment and Disability Insurance 6,228,790 1.6911 % Total Burden and Fringe Benefits 151,335,448 41.0867% Source: Illinois Department of Transportation Statement of Experience and Financial Condition Fiscal Year Ending October 31, 2001 5/31/2002 EXHIBIT C URS STATEMENT OF DIRECT LABOR AND GENERAL OVERHEAD YEAR END OCTOBER 31, 2001 HOME % OF OFFICE DIRECT LABOR Direct Labor $368,332,153 General Overhead: Indirect Labor 142,052,456 38.5664% Operating and Reproduction Supplies 12,918,770 3.5074% Administrative, Financial and Legal 19,491,363 5.2918% Facility Costs 43,631,988 11.8458% Other Rent Leases 13,980,504 3.7956% Repairs and Maintenance 7,352,379 1.9961 % Repairs, Maintenance, Rentals - Field Office 0 0.0000% Telephone and Utilities 19,282,921 5.2352% Travel, Entertainment and Relocation 18,915,011 5.1353% Advertising and Business Taxes 3,708,010 1.0067% Professional Activities 5,612,583 1.5238% Insurance and Permits 4,240,038 1.1512% Postage, Freight and Other Expenses 3,652,364 0.9916% Corporate G&A Assessment 14,735,174 4.0005% Depreciation and Amortization 18,671,298 5.0692% Internal Services (3,445,683) - 0.9355% Bad Debts 0 0.0000% Gains /Losses; Bank Charges and Other 382,160 0.1038% Interest Expense 0 0.0000% Provision For Losses 0 0.0000% State and Local Taxes 5,375,627 1.4595% Total General Overhead Total Burden, Fringe and Overhead Costs 330,556,964 89.7442% $481,892,412 130.8309% Source: Illinois Department of Transportation Statement of Experience and Financial Condition Fiscal Year Ending October 31, 2001 5/31/2002 Firm Route Section County Job No. Illinois Department of Transportation Type of Funding URS Corporation I &M Canal Pedestrian /Bike Path 02- 00036 -00 -BT Cook P -91- 109 -03 STU Date 05/27/03 Overhead Rate 130.83% Complexity Factor Cost Estimate of Consultant Services (CPFF) 0 Item Manhours Payroll Overhead & Fringe Benefits In -House Direct Costs Fixed Fee Outside Direct Costs Services By Others Total % of Grand Total Early Coordination 24 934.10 1,222.08 325.07 2,481.24 4.14% Data Collection & Review 24 857.30 1,121.60 17.00 300.80 2,296.71 3.84% Topographic Suvey 92 2,380.87 3,114.89 86.00 841.01 6,422.78 10.73% Prelim Design Studies 44 1,633.00 2,136.45 568.28 4,337.73 7.24% Meetings 18 712.78 932.53 35.00 253.12 1,933.44 3.23% Soils Investigation 4 146.38 191.51 50.94 1,999.00 2,387.83 3.99% Drainage Studies 16 680.13 889.81 236.68 1,806.62 3.02% Environmental Studies 12 510.09 667.36 17.00 179.98 1,374.43 2.30% Structure Studies 140 5,299.74 6,933.64 1,844.31 14,077.69 23.51% Quanitites 16 540.51 707.14 188.10 1,435.75 2.40% Exhibit Preparation 12 284.80 372.61 99.11 756.53 1.26% Preliminary Reports 64 2,306.26 3,017.28 12.00 804.32 6,139.86 10.25% Public Meetings 28 958.58 1,254.11 17.00 336.05 2,565.75 4.29% Pre -final Report 36 1,140.37 1,491.95 12.00 398.59 3,042.91 5.08% Final Report 32 1,045.44 1,367.74 120.00 381.21 2,914.39 4.87% Administration 52 2,221.53 2,906.42 773.09 5,901.04 9.86% TOTALS 614 21,651.87 28,327.14 316.00 7,580.67 0.00_ 1,999.00 59,874.68 100.00% ` of Transportation oute action minty )b No. TB /Item I &M Canal Pedestrian /Bike Path 02- 00036 -00 -BT Cook Consultant URS Corporation P- 91- 109 -03 Average Hourly Project Rates Date 05/27/03 Sheet 1 OF 1 Payroll Classification Avg Hourly Rates Total Project Rates Early Coordination Data Collection & Review Topographic Suvey. Prelim Design Studies Meetincs Hours % Part. Wgtd Avg Hours % Part. _ Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg •incipalNice President 60.00 anior Project Manager 51.66 26 4.23% 2.19 •oject Manager 45.42 103 16.78% 7.62 4 16.67% 7.57 4 16.67% 7.57 6 13.64% 6.19 9 50.00% 22.71 •oject Engineer 40.18 36 5.86% 2.36 12 50.00% 20.09 12 13.04% 5.24 12 27.27% 10.96 tchnical Specialist 49.61 8 1.30% 0.65 ;nior Civil Engineer 33.78 193 31.43% 10.62 8 33.33% 11.26 20 83.33% 28.15 26 59.09% 19.96 9 50.00% 16.89 ;nior Construciton Eng. 34.67 3nior Structural Engineer 36.60 124 20.20% 7.39 aff Engineer 25.29 irveyor 18.84 tchnician 23.73 112 18.24% 4.33 80 86.96% 20.64 iministatrative 22.16 erical 11.67 12 1.95% 0.23 H 7 TOTALS 614 100% $35.38 24 100% $38.92 24 100% $35.72 92 100% $25.88 44 100% $37.11 18 100% $39.60 Dote action aunty ab No. rB /Item of Transportation I &M Canal Pedestrian /Bike Path 02- 00036 -00 -BT Cook Consultant URS Corporation P -91- 109 -03 Average Hourly Project Rates Date 05/27/03 Sheet 2 OF 1 Payroll Classification Avg Hourly Rates Soils Investigation Drainage Studies Environmental Studies Structure Studies puanitites Hours % Part. Wgtd Avg Exhibit Preparation Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg incipalNice President 60.00 anior Project Manager 51.66 'oject Manager 45.42 12 75.00% 34.06 4 33.33% 15.14 20 14.29% 6.49 'oject Engineer 40.18 achnical Specialist 49.61 8 66.67% 33.07 anior Civil Engineer 33.78 4 25.00% 8.45 16 100.00% 33.78 anior Construciton Eng. 34.67 anior Structural Engineer 36.60 4 100.00% 36.60 120 85.71% 31.37 aff Engineer 25.29 irveyor 18.84 ichnician 23.73 12 100.00% 23.73 iministatrative 22.16 erica) 11.67 TOTALS 4 100% $36.60 16 _ 100% $42.51 _ 12 _ 100% $48.21 140 100% $37.86 _ 16 100% _ $33.78 _ 12 100% $23.73 ` of 1l ansportation 3ute ; ction )unty )b No. rB/Item l &M Canal Pedestrian /Bike Path 02- 00036 -00 -BT Cook Consultant URS Corporation P -91- 109 -03 Average Hourly Project Rates Date 05/27/03 Sheet 3 OF 1 Payroll Classification Avg Hourly Rates Preliminary Reports Public Meetings Pre -final Report Final Resort Adminis ration Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd incipalNice President 60.00 Avg mior Project Manager 51.66 26 50.00% 25.83 oject Manager 45.42 20 31.25% 14.19 8 28.57% 12.98 8 22.22% 10.09 8 25.00% 11.35 oject Engineer 40.18 ichnical Specialist 49.61 :nior Civil Engineer 33.78 40 62.50% 21.11 12 42.86 %' 14.48 16 44.44% 15.01 16 50.00% 16.89 26 50.00% 16.89 :nior Construciton Eng. 34.67 Inior Structural Engineer 36.60 aff Engineer 25.29 irveyor 18.84 ichnician 23.73 8 28.57% 6.78 8 22.22% 5.27 4 12.50% 2.97 Iministatrative 22.16 erica) 11.67 4 6.25% 0.73 4 11.11% 1.30 4 12.50% 1.46 , TOTALS 64 100% $36.04 28 100% _ $34.24 36 100% _ $31.68 32 100% i $32.67 52 100% $42.72 FIRM NAME URS Corporation PRIME/SUPPLEMENT Village of Lemont / Lemont Bike Path ( PAYROLL ESCALATION TABLE FIXED RAISES DATE 02/20/03 PTB NO. CONTRACT TERM 18 MONTHS OVERHEAD RATE START DATE 4/1 /2003 COMPLEXITY FACTOR RAISE DATE 11/1/2003 %OF RAISE 4/1/2003 - 11/1/2003 7 18 = 38.89% = 1.0306 The total escalation for this project would be: ESCALATION PER YEAR 11/2/2003 - 10/1/2004 11 18 64.17% 3.06% 130.83% 0 5.00% PAYROLL RATES FIRM NAME URS Corporation DATE 05/28/03 PRIME/SUPPLEMENT Village of Lemont / Lemont Bike Path Connector PTB NO. ESCALATION FACTOR 3.06% CLASSIFICATION CURRENT RATE ESCALATED RATE PrincipaWice President Senior Project Manager Project Manager Project Engineer Technical Specialist Senior Civil Engineer Senior Construciton Eng. Senior Structural Engineer Staff Engineer Surveyor Technician Administatrative Clerical $60.00 $50.13 $44.07 $38.99 $48.14 $32.78 $33.64 $35.51 $24.54 $18.28 $23.03 $21.50 $11.32 $60.00 $51.66 $45.42 $40.18 $49.61 $33.78 $34.67 $36.60 $25.29 $18.84 $23.73 $22.16 $11.67 EXHIBIT E PROJECT SCHEDULE Lemont Bike Path Connector Village of Lemont Phase I Engineering May 23, 2003 Notice to Proceed July 1, 2003 Supplemental Topographic Survey July 15, 2003 Design Studies September 1, 2003 Draft Project Report November 1, 2003 District/IDOT Review March 1, 2004 Pre -Final Project Report May 1, 2004 District/IDOT Review September 1, 2004 Final Project Report November 1, 2004 Design Approval January 1, 2005 Illinois Department EXHIBIT F Of Transportation Summary of Direct Costs Firm URS Corporation Route Lemont Bike Path Connector Section 02- 00036 -00 -BT County Cook Job No. P -91- 109 -03 PTB & Item WORK ITEM Date 05/27/03 DESCRIPTIOI UNITS UNIT QTY # SETS COST COST / TRIPS EARLY COORDINATION DATA COLLECTION & REVIEW Travel to Site Miles TOPOGRAPHIC SURVEY Travel to Site Miles Sub -total 0.00 0.345 50 1 17.25 Sub -total 17.25 0.345 50 5 86.25 Sub -total 86.25 PRELIM. DEISGN STUDIES Sub -total 0.00 MEETINGS Travel to Meet Miles SOILS INVETIGATIONS 0.345 50 2 34.50 Sub -total 34.50 Sub -total 0.00 DRAINAGE STUDIES ENVIRONMENTAL STUDIES Travel to Site Miles Sub -total 0.00 0.345 50 1 17.25 Sub -total 17.25 STRUCTURE STUDIES QUANTITIES Sub -total 0.00 Sub -total 0.00 EXHIBIT PREPARATION Sub-total 0.00 PRELIMINARY REPORT Printing Repor Each PUBLIC MEETINGS Travel to Site Miles 0.10 20 6 12.00 Sub-total 12.00 0.345 50 1 17.25 Sub-total 17.25 PRE -FINAL REPORT Printing Repor Each 0.10 20 6 12.00 Sub-total 12.00 FINAL REPORT Printing Repor Each ADMINISTRATION 0.10 200 6 120.00 Sub -total 120.00 Sub -total 0.00 TOTAL DIRECT COSTS 316.50 EXHIBIT G SUBCONSULTANT AGREEMENT 8473030900 02/11/2003 08:37 8473030900 Applied GeoScience Incorporated APPLIED GEOSCIENCE PAGE 01. Geotechnical. Environmental & Materials Engineering February 11, 2003 AG! Proposal No. P -03 -107 Mr. David Lendeweer BRW One Continental Tower 1701 Golf Road, Suite 1000 Rolling Meadows, IL 60008 Re: Cost Estimate for Soil Borings and Associated Geotechnical Services, for Proposed Lemont Bike Bridge, Lemont, Illinois Dear Mr. Lendeweer: We are pleased to submit our proposal for subsurface exploration and geotechnical engineering services for the proposed Lemont Bike Bridge, Lemont, Illinois. We propose to perform two (2) structural borings to a depth of 20 feet. The soils will be sampled in accordance with the procedure set forth in ASTM D -1586 and under the supervision of an engineer. Prior to leaving the site, all borings will be properly backfilled, including the patching of pavement where required. We have assumed the boring locations are accessible by drill rig. Along with these borings, all necessary laboratory tests will be performed and a complete engineering report will be prepared under the direction of a Registered Professional Engineer. All data required by the IDOT District 1 will be included in the final geotechnical report. Below is the detailed information that will be included in the subsurface investigation report. a. Soil conditions b. Ground water elevations c. Site preparation recommendations d. Excavation and foundation recommendations e. Copies of boring Togs, test results and location diagrams f. Recommendations relative to any unusual design or construction techniques which may be required due to subsurface conditions g. All applicable portions of current IDOT Manuals. 2385 Hammond Drive. Suite 6 Schaumburg. Illinois 60173 Tel: (847) 303 -0300 Fax: (847) 303 -0900 appliedgeo@prodigy.net 02/11/2003 08:37 8473030900 Structure Borings Per IDOT Specification APPLIED GEOSCIENCE PAGE 03 DIRECT COSTS Drilling, Testing & Engineering for Lemont Bike Bridge AGE Proposal No. P -03 -107 Date: February 11. 2003 DRILLING _Unit Unit Cost rislst Mobilization 1 $ 250.00 (at cost) $ 500.00 Drilling (0 -20') 40 LF $ 11.00 /LF $ 440.00 ADDMCIMLIEEKS Patching Materials (at cost) Field Engineer Boring Layout Utility Check Subtotal $ 940.00 2 ea. $ 9.00 ea. $ 18.00 5 /hrs. $ 40.00 /hr. $ 200.00 4 /hrs. $ 50.00 /hr. $ 200.00 3 /hrs. $ 35.00 /hr. $ 105.00 Subtotal $ 523.00 LABORATORY TE$IING Moisture Content 8 ea. $ 4.50 /ea. $ 36.00 Visual Classification * 8 ea. $ 2.00 /ea. NC Calibrated Penetrometer' 8 ea. $ 3.00 /ea NC Unconfined Compression (RIMAC) * 8 ea. $ 4.00 /ea. NC Density Determination 0 ea. $ 10.00 /ea. $ Organic Content 0 ea. $ 18.00 /ea. $ Atterberg Limits 0 ea. $ 35.00 lea. $ Hydrometer 0 ea. $ 50.00 /ea. $ QFFICE ENGINEERING Data Coordination Data Anatysls Boring Logs Engineering Recommendation Final Reporting Test are included in field engineer time. Lump Sum Subtotal $ 36.00 Subtotal TOTAL $ 500.00 500.00 i $ 1,999.00 1 02/11/2003 08:37 8473030900 APPLIED GEOSCIENCE PAGE 02 On the basis of this scope of work and the unit charges indicated on the enclosed Direct Costs schedule, we estimate that the total cost of this investigation will be $1,999.00. Items to be provided by the client include the right of entry to conduct the exploration and awareness and /or the location of any subsurface utilities existing in the area. Also, if there are any other restrictions or special requirements regarding this site or exploration, these should be known prior to commencing field work. We have enclosed our General Conditions for your review and these are to be considered a part of our proposal. If there are any questions regarding the information submitted herein, please do not hesitate to contact us. Very truly yours, APPLIED GEOSCIENCE, INC. #-d-9•;%, Adam M. Moghamis, P.E. Principal Engineer enc. 2 Applied GeoScience, Inc.