Loading...
R-31-15 Authorizing the Execution of the Local Agency Agreement for the Construction of a 10 Foot Wide Bi-Directional Bicycle Side Path RESOLUTION NO. A RESOLUTION OF THE VILLAGE OF LEMONT, COOK, DuPAGE, & WILL COUNTY(IES), ILLINOIS, AUTHORIZING THE EXECUTION OF THE LOCAL AGENCY AGREEMENT FOR FEDERAL PARTICIPATION AND THE PRELIMINARY ENGINEERING SERVICES AGREEMENT FOR FEDERAL PARTICPATION (PHASE 1) FOR THE CONSTRUCTION OF A 10 FOOT WIDE BI-DIRECTIONAL BICYCLE SIDE PATH ON MAIN STREET FROM ILLINOIS STREET TO ROBERT KINGERY HIGHWAY (IL ROUTE 83) (SECTION 14- 00051-00-BT). BE IT RESOLVED by the President and Board of Trustees of the Village of Lemont, Cook, DuPage, and Will County(ies), Illinois, as follows: SECTION 1 That the Local Agency Agreement for Federal participation with the State of Illinois Department of Transportation is hereby approved for the construction of ten foot wide bi-directional bicycle side path on Main Street from Illinois Street to Robert Kingery Highway(IL Route 83) (Section 14- 00051-00-BT), in the amount of $145,000.00. The Village President is hereby authorized to execute the same for and on behalf of the Village. SECTION 2 That the Preliminary Engineering Services Agreement for Federal Participation (Phase 1) with Frank Novotny & Associates, Inc. is hereby approved for the construction of ten foot wide bi- directional bicycle side path on Main Street from Illinois Street to Robert Kingery Highway (IL Route 83) (Section 14-00051-00-BT), in the amount of $145,000.00. The Village President is hereby authorized to execute the same for and on behalf of the Village. SECTION 3 That the Village hereby appropriates, designates and sets aside the amount of$145,000.00 for payment of Phase I Engineering, subject to reimbursement from the Illinois Department of Transportation, at a rate not to exceed 80% for the construction of ten foot wide bi-directional bicycle side path on Main Street from Illinois Street to Robert Kingery Highway (IL Route 83) (Section 14-00051-00-BT). SECTION 4 That this Resolution shall be in full force and effect from and after its adoption and approval as provided by law. THIS RESOLUTION was adopted by the President and Board of Trustees of the Village of Lemont, and deposited in the office of the Village Clerk, this 22nd day of June, 2015. / 1/4..i ../L harlene M. Smollen, Village Clerk APP:• D me this day of June, 2015 Bri.. - . ":.ves, Village - - - t ADDENDUM #2 pf' a I • 0Local Agency State Contract 1 Day Labor Local Contract RR Force Account 116nois Department of Transportation Village of Lemont X Local Agency Agreement Section Fund Type 1TEP and/or SRTS Number for Federal Participation 14-00051-00-BT STU Construction Engineering_ Right-of-Way Job Number Project Number Job Number Project Number Job Number Project Number P 91-189-15 M-4003(469) This Agreement is made and entered into between the above local agency hereinafter referred to as the"LA"and the state of Illinois, acting by and through its Department of Transportation,hereinafter referred to as"STATE" The STATE and LA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans prepared by,or on behalf of the LA,approved by the STATE and the STATE's policies and procedures approved and/or required by the Federal Highway Administration hereinafter referred to as"FHWA". Location Local Name Main Street Route FAU 3587 Length 3.24 Mi Termini Illinois Street to Robert Kingery Hwy Current Jurisdiction STATE TIP Number 06-15-0004 Existing Structure No N/A Project Description � Y Construction of a ten foot wide bi-ditectional bicycle side path on Main Street from Illinois Street to Robed Kingery Highway(IL Rte 83). Division of Cost Type of Work STU % % LA %. Total Participating Construction ( ) ( ) ( ) Non-Participating Construction ( ) ( ) ( ) Preliminary Engineering 116,000 ( ) ( ) 29,000 ( Bal ) 145,000 Construction Engineering ( ) ( ) ( ) Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 116,000 $ $ 29,000 $ 145,000 "Maximum FHWA(STU)participation 80%not to exceed$116,000.00 NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment. If funding is not a percentage of the total,place an asterisk in the space provided for the percentage and explain above. Local Agency Appropriation By execution of this Agreement,the LA attests that sufficient moneys have been appropriated or reserved by resolution or ordinance to fund the LA share of project costs. A copy of the resolution or ordinance is attached as an addendum. Method of Financing(State Contract Work) METHOD A---Lump Sum (80%of LA Obligation) METHOD B--- Monthly Payments of due by the of each successive month. METHOD C--LA's Share divided by estimated total cost multiplied by actual progress payment. (See page two for details of the above methods and the financing of Day Labor and Local Contracts) ^rinried,-,,4 7/:015 Pace 1 of 5 BLR 05310(Rev. 10/06/14) ' } Agreement Provisions THE LA AGREES: (1) To acquire in its name,or in the name of the state if on the state highway system,all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,and established state policies and procedures. Prior to advertising for bids,the LA shall certify to the STATE that all requirements of Titles it and III of said Uniform Act have been satisfied. The disposition of encroachments,if any,will be cooperatively determined by representatives of the LA,and STATE and the FHWA,if required. (2) To provide for all utility adjustments,and to regulate the use of the right-of-way of this improvement by utilities, public and private,in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum (addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction,an addendum is required. (5) To maintain or cause to be maintained,in a manner satisfactory to the STATE and FHWA,the completed improvement,or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S.Department of Transportation. (7) 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 department;and the LA agrees to cooperate fully with any audit conducted by the Auditor General and the department;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. (8) To provide if required,for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose(partial or total)Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A- Lump Sum Payment. Upon award of the contract for this improvement,the LA will pay to the STATE within thirty(30) calendar days of billing,in lump sum,an amount equal to 80%of the LA's estimated obligation incurred under this Agreement. The LA will pay to the STATE the remainder of the LA's obligation(including any nonparticipating costs) within thirty(30) calendar days of billing in a lump sum,upon completion of the project based upon final costs. Method B- Monthly Payments. Upon award of the contract for this improvement,the LA will pay to the STATE,a specified amount each month for an estimated period of months,or until 80%of the LA's estimated obligation under the provisions of the Agreement has been paid,and will pay to the STATE the remainder of the LA's obligation(including any nonparticipating costs)in a lump sum,upon completion of the project based upon final costs. Method C- Progress Payments. Upon receipt of the contractor's first and subsequent progressive bills for this improvement,the LA will pay to the STATE within thirty(30)calendar days of reciept,an amount equal to the LA's share of the construction cost divided by the estimated total cost,multiplied by the actual payment(appropriately adjusted for nonparticipating costs)made to the contractor until the entire obligation incurred under this Agreement has been paid. Failure to remit the payment(s)in a timely manner as required under Methods A,B,or C, shall allow the STATE to internally offset, reduce,or deduct the arrearage from any payment or reimbursement due or about to become due and payable from the STATE to LA on this or any other contract. The STATE,at its sole option,upon notice to the LA, may place the debt into the the Illinois Comptroller's Offset System(30 ILCS 105/10.05)or take such other and further action as my be required to recover the debt. (11) (Day Labor or Local Contracts) To provide or cause to be provided all of the initial funding,equipment,labor,material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for,or actual construction of the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which this agreement is executed,the LA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right-of-Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which this Agreement is executed,the LA will repay the STATE any Federal Funds received under the terms of this Agreement. Printed on 4/7/2015 Page 2 of 5 BLR 05310(Rev. 10/06/14) (14) (Railroad Related Work Only) The estimates and general layout plans for at-grade crossing improvements should be forwarded to the Rail Safety and Project Engineer,Room 204, Illinois Department of Transportation,2300 South Dirksen Parkway,Springfield, Illinois,62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission(ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOT's District Bureau of Operations. The LA is responsible for the payment of the railroad related expenses in accordance with the LA/railroad agreement prior to requesting reimbursement from DO T. Requests For reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer's Payment Estimates in accordance with the Division of Cost on page one. (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred,suspended,proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public(Federal, State or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal,State, local)with commission of any of the offenses enumerated in item(b)of this certification; and (d) have not within a three-year period preceding the Agreement had one or more public transactions(Federal,State,local) terminated for cause or default. (16) To include the certifications,listed in item 15 above and all other certifications required by State statutes,in every contract,including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding$100,000 in federal funds, execution of this Agreement constitutes the LA's certification that: (a) No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress, an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any cooperative agreement,and the extension,continuation,renewal,amendment or modification of any Federal contract,grant, loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress or an employee of a Member of Congress,in connection with this Federal contract,grant,loan or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying",in accordance with its instructions; (c) The LA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts,subgrants and contracts under grants,loans and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) That the LA may invoice the STATE monthly for the FHWA and/or STATE share of the costs incurred for this phase of the improvement. The LA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment,certified time sheets,vendor invoices,vendor receipts,and other documentation supporting the requested reimbursement amount. (23) To complete this phase of the project within three years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed$1,000,000(five years if the project costs exceed$1,000,000). (24) Upon completion of this phase of the improvement,the LA will submit to the STATE a complete and detailed final invoice with all applicable supporting supporting documentation of all incurred costs,less previous payments,no later than one year from the date of completion of this phase of the improvement. If a final invoice is not received within one year of completion of this phase of the improvement,the most recent invoice may be considered the final invoice and the obligation of the funds closed. Printed c.-,n 4/712015 P age a of 5 SLR 05310,Rev. 10/06/14) 1 (25) (Single Audit Requirements) That if the LA expends$500,000 or more a year in federal financial assistance they shall have an audit made in accordance with the Office of Management and Budget(OMB)Circular No.A-133. LA's that expend less than $500,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE(Office of Finance and Administration,Audit Coordination Section,2300 South Dirksen Parkway,Springfield, Illinois,62764),within 30 days after the completion of the audit, but no later than one year after the end of the LA's fiscal year. The CFDA number for all highway planning and construction activities is 20.205. (26) That the LA is required to register with the System for Award Management or SAM (formerly Central Contractor Registration (CCR)),which is a web-enabled government-wide application that collects,validates,stores,and disseminates business information about the federal government's trading partners in support of the contract award and the electronic payment processes. To register or renew, please use the following website:https://www.sam.00v/portal/public/SAM/#1. THE STATE AGREES: (1) To provide such guidance,assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LA's certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE(and FHWA,if required)and to award a contract for construction of the proposed improvement,after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LA to proceed with the construction of the improvement when Agreed Unit Prices are approved and to reimburse the LA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer's Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) That for agreements with Federal and/or State funds in engineering,right-of-way, utility work and/or construction work: (a) To reimburse the LA for the Federal and/or State share on the basis of periodic billings,provided said billings contain sufficient cost information and show evidence of payment by the LA; (b) To provide independent assurance sampling,to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel,cement,aggregate,structural steel and other materials customarily tested by the STATE. IT IS MUTUALLY AGREED: (1) Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction. (2) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation or the contract covering the construction work contemplated herein is not awarded within three years of the date of execution of this Agreement. (3) This Agreement shall be binding upon the parties,their successors and assigns. (4) For contracts awarded by the LA,the LA shall not discriminate on the basis of race,color,national origin or sex in the award and performance of any USDOT—assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT—assisted contracts. The LA's DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in 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.). In the absence of a USDOT—approved LA DBE Program or on State awarded contracts,this Agreement shall be administered under the provisions of the STATE's USDOT approved Disadvantaged Business Enterprise Program. (5) In cases where the STATE is reimbursing the LA,obligations of the STATE shall cease immediately without penalty or further payment being required if,in any fiscal year,the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (6) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.)unless the provisions of that Act exempt its application Printed on 4/7/2015 Page 4 of 5 SLR 05310(Rev. 19/O6/14) Wiz. .. ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1-Location Map,Number 2—Local Appropriation Resolution. (Insert addendum numbers and titles as applicable) The LA further agrees, as a condition of payment, that it accepts and will comply with the applicable provisions set forth in this Agreement and all exhibits indicated above. APPROVED APPROVED Local Agency State of Illinois Department of Transportation Brian K.Reaves Name of Official (Print or Type Name) Randall S.Blankenhorn,Acting Secretary Date Village President By: Title (Xoard Ch-• .erso /MayorNillage President/etc.) Aaron A.Weatherholt,Deputy Director of Highways Date , . fe} Omer Osman,Director of Highways/Chief Engineer Date r(Signature) �t The above signature certifies the agency's TIN number is William M.Barnes,Chief Counsel Date 36-6005968 conducting business as a Governmental Entity. DUNS Number 037044682 Director of Finance and Administration Date NOTE: If signature is by an APPOINTED official,a resolution authorizing said appointed official to execute this agreement is required. • Printed on 4/7/2015 Page 5 5 ,.y_ of_ ai a 05310(Ro„ 10;n6/14) ' E • z 2 0 /y I 41 a J,\ � o I t ri.„,' F L A /7 oo i . c. 0 " a/ tt 0 i d i i i i i i i i i i i i a'i i i i i i Q aoanw � --_ i i d i i i U i d d i i i i l i a AtM ii0 1H.MI NOLO Is 1 44 14 4 1 i `.L'Z 1 ®E F--- 1 1 iii i i i s d 4 i a 1 CC I Imi 2 i ii i i C.7 PA i] i a i 1 O ' �7 Q ;'C` a. y W :K i i i 3 d i i i i IA m _ uZ i i a J ® i i i o'i o .\,,,\ \ i i i 4 t LU \ \00-\ 7 ..wavIMIEJ 51 (t 0 C 114 Li 12I IL' t i \� , r' w ok -� z .^-. iii \, ! v .i i iii ../ I iii `` . �y11� \4 i iy \\ w 00 W c� Z 1,0 Ce `\ 4 4 44 `\ `\ 1 j O = W U., D C63 ‘ ' . \‘ \ tf,''' \L , W i iid E5 U1 s ® 1 G [C . (� [- m.•+ael, ..�a. ■ ■ d \./ 1 \ O ��■iif Li- 1"" CC \ -' _1 i� J\\ ,„‘L 's �— t„ I \ \ A 1 . •n bOY 3 �-...le a•r_ h- �✓ \ 11 \ 1.'1 418 v d \. \1 - \�\1\r \ F 1',,.,(ems"` I� <�-_' 1 i Z \\ \+ j i lid 5, i xu .amm g. ■\ \\ ;<y 5 ixillet\ I f ' ❑ \ i 44444 a S ', : J91.n. '4;\ \ iio - 14 14 �, �^ ` ,ra � !otiln ion \ `ii ii \1 'i iiii1 5 .d ii\ ' i�- i � j is t � i —._.... — i gg€ RESOLUTION NO. A RESOLUTION OF THE VILLAGE OF LEMONT, COOK, DuPAGE, & WILL COUNTY(IES), ILLINOIS, AUTHORIZING THE EXECUTION OF THE LOCAL AGENCY AGREEMENT FOR FEDERAL PARTICIPATION AND THE PRELIMINARY ENGINEERING SERVICES AGREEMENT FOR FEDERAL PARTICPATION (PHASE 1) FOR THE CONSTRUCTION OF A 10 FOOT WIDE BI-DIRECTIONAL BICYCLE SIDE PATH ON MAIN STREET FROM ILLINOIS STREET TO ROBERT KINGERY HIGHWAY (IL ROUTE 83) (SECTION 14- 00051-00-BT). BE IT RESOLVED by the President and Board of Trustees of the Village of Lemont, Cook, DuPage, and Will County(ies), Illinois, as follows: SECTION 1 That the Local Agency Agreement for Federal participation with the State of Illinois Department of Transportation is hereby approved for the construction of ten foot wide bi-directional bicycle side path on Main Street from Illinois Street to Robert Kingery Highway(IL Route 83) (Section 14- 00051-00-BT), in the amount of $145,000.00. The Village President is hereby authorized to execute the same for and on behalf of the Village. SECTION 2 That the Preliminary Engineering Services Agreement for Federal Participation (Phase 1) with Frank Novotny & Associates, Inc. is hereby approved for the construction of ten foot wide bi- directional bicycle side path on Main Street from Illinois Street to Robert Kingery Highway (IL Route 83) (Section 14-00051-00-BT), in the amount of $145,000.00. The Village President is hereby authorized to execute the same for and on behalf of the Village. SECTION 3 That the Village hereby appropriates, designates and sets aside the amount of$145,000.00 for payment of Phase I Engineering, subject to reimbursement from the Illinois Department of Transportation, at a rate not to exceed 80% for the construction of ten foot wide bi-directional bicycle side path on Main Street from Illinois Street to Robert Kingery Highway (IL Route 83) (Section 14-00051-00-BT). SECTION 4 That this Resolution shall be in full force and effect from and after its adoption and approval as provided by law. THIS RESOLUTION was adopted by the President and Board of Trustees of the Village of Lemont, and deposited in the office of the Village Clerk, this 22nd day of June, 2015. AOP ii , 'Ji % (fir' lend M. Smollen, lage Clerk APP-0(ED by m: 2nd day of June, 2015 :nan K. Reave• Village President .. ADDENDUM #2 Local Agency i Consultant Village of Lemont L j Illinois DepartMent Frank Novotny&Associates, Inc o of Transportation � County C O Address Cook A k N 825 Midway Drive Section L S City 14-00051-00-BT U Willowbrook Project No. A Preliminary Engineering L. State M-4003(469) Services Agreement Illinois Job No. G T Zip Code For P-g1-1Rq-15 E A 60527 Fed ti eral Participaon Contact Name/Phone/r-mail Address id N Contact idarne/?none/E-mail Address George Schafer C T James L.Cainkar,P.E-,P.L.S. 630-257-1590 Y PHASE 1 630-887-8640 •schafer• emont.il.us iimcainkar Cafranknovotnvengineering.co__ THIS AGREEMENT is made and entered into this day of , 2015 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. Project Description Name Main Street Route FAU 3587 Length 3.24 Mi Structure No. N/A Termini Illinois Street and Robert Kingery Highway(IL 83) Description Construction of a ten foot wide bi-directional bicycle side path on Main Street from Illinois Street to the Robert Kingery Highway (IL Rte 83). • 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 300 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 rS8ponsibility 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. Page 1 of 7 SLR 05610(Rev. 11/2.1/13) Printed on 417/2015 10:27:38 AM 9. The undersigned certifies neither the ENGINEER nor 1 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 public ^'; ^"^;^ nq, p,n,y „ tatr,or performing a�� (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 g. 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. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 12. To submit BLR 05613, Engineering Payment Report,to the STATE upon completion of the project(Exhibit B). 13. Scope of Services to be provided by the ENGINEER: Z 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 furnish 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 furnish 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. Page 2 of 7 BLR 05610(Rev. 11/21/13) Printed on 4/7/2015 10.27:38 AM IL THE LA 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 the following compensation formulas: Cost Plus Fixed Fee ® CPFF=14.5%{DL+R(DL)+OH(DL) + IHDC],or ❑ CPFF=14.5%[DL+R(DL)+1.4(DL) +IHDC],or ❑ CPFF=14.5%[(2.3+R)DL+HOC] Where: DL=Direct Labor IHDC=in House Direct Costs OH=Consultant Firm's Actual Overhead Factor R=Complexity Factor Specific Rate ❑ (Pay per element) Lump Sum ❑ 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage 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. ® Without Retainage a) For progressive payments—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 the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) 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 STATE, a sum o 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 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(31U.S.C.3801 et seq.). Ill. 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. Page 3 of 7 BLR 05610(Rev. 11/21/13) Printed on 4/7/2015 10:27,38 AM 3. That all reports, plans,estimates and special provisions furnished 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 furnished 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 there from. These indemnities shall not be limited by the listing of any insurance policy. 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) 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 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. Page 4 of 7 BLR 05610(Rev, 11/21/13) Printed on 4/7/2015 10:27:38 AM • 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. A.reement Summa _ Prime Consultant: _ TIN Number _Agreement Amount Frank Novotny&Associates,Inc. 36-2728920 $134,288.00 Sub-Consultants: TIN Number Agreement Amount . Morris Engineering,Inc 36-3500171 _ $10,699.00 Sub-Consultant Total: $10,699.00 Prime Consultant Total: $134288.00 Total for all Work: $144,987.00 Executed by the LA: Village of Lemont (MunicipaliryRownship/C• ATTE ':1; By: L/. . _ i. //__A/I1./ E3 Charlene M. Smollen Clerk = on K.Re: es, Villa- President (SEAL) Executed by the ENGINEER: ATTEST: ^ Frank Novotn : ' sciate ,Inc. ,146... _ r _ C,"\"''Sal--'---, ' .... . _ j _ Title: John E. Fitzgerald, Secretary Title: James L. Cainkar,President Page 5 of 7 BLR 05610(Rev. 11/21/13) Printed on 4/7/2015 10:2738 AM I i I 1 .5 I- w cc cr) o i--- _ Lo o 0 cc _c b.) ..... 4'7. ca o = c) o ,- co c) _ -,-, ---- 0 o - c cr) (c) co c —Et clp C 00 o > 0 0 cf) 28 „.... C.< >,0 c.—,- 1 Cl) -,__ CKS -C CL C >1 ..a E .c.__.) v) .- +. on 0 0 0 c) = -A B. a) c 0 t T.: . '... a) I I - V . al I c ILI _ - es ca . ..... 0 .,„.„. C —E) ot< r lap .... i __I _./ 17', Li.flk iiii III 0 0 0 °1,t 1 Ix1 VA __ _. __. .._.._.r, 0 11, s Id 1 -.:1- •—• . 2 -6'.- 1 S ,.. 0 I + + + • Z 0 _.1 0 0 6 CD C1 ---, —,---ff _ ->-: _I _J • a 0 " c 0 10 V) LO 0 .C1 1 IIII -.. .- c -c E co I E 5 1-- EILIDED ui c. F..i 11 ,,-,-.1 ,-- c0 ---• >, cy) ...■ o 2 co : i-: LO — CD 0 0 CO 6 s, N1 c) ,z 2 o •1-• ,—,, C-- 0 0 0 0 - --- (L) LI_ LL 11- D • .- al 0_ < E ct, 7) ci, 415 Cl)•LL. . .. 0 x x x a) CS o c r--. a) sb- cr) co ci) _ 0 , a) .. 3 3 3 o Ch' E < 'd 6 0 r_i_ Q_ CL ._!E 0_ 0 i (f) Ts g iti i.ri .2 4)) z - o ■ .1 I U ms CD-0 ? 1 1 ,..• •-• • I i I ' 1-..i 1 1-- O CO N CO CO n M CD O N V N d' 03 CO CO (n 0) O Z 0 J ch a) an Q N R N N O W Z Q r iti 0.' O o O N N O CO O W C9 F- 0) E O W W O) ('O) O U) O C) 2 O 2 ~ n w co V N co 7 V' c+) 0 cD CO - O• Q u) (O (D (O �T CO N M CO. d . W 0 I- F- m 2 ER 6).- 64 ER 69 69. 64 6) 6- 64 64 _ s ,W 0- i0 Q) cr xi > m = Q 2 O O 0 W 0 64 64 O Q 1 II 44) 0 0 ti N O 44) V C' 0) CO 7 CL O) '7 c') N 0) (0 O F- a n O ti r CO 00 u) CO CO V N 0 7. Cr O O r 7 N 7 t` O O c ry I- K v r CL U r Q 69- 69- 6- 69- 64 64 63 64 64 64 99- IL _ E J m F r.. Q a) a7 O CO O ° CO (D O a) CO G H C` 0) aO c0 CO CO O N 0 W O V V o h O O n N N u.0 h r ti c Z p] J m r a_ S J ' CC / 69 4 69 6) 69 69 69 64 69. 64 d} E j W Z >,O - W - al () W W O F 3 ■ ZQ = Ow� 0 W O I rU o ZQU yr E ct O� C a • Z q Y c' p W c0 � a) m oN (n c-n m 0 N- CO CO W a) (') O (a ,a' N CO CO d) a) N 1 W Z n- -0 c Ccx: z Z z (Op 0 N C- co- O C7 N a) c7 r r h w•0 cc F- a) c > W W Q. O U o W p m 64 69 69 64 69 69 64 64 63 69 64 E 0 m N -) �- o to O G) a) N CO n CO I-- O c 0 z ( O_ N '- V CO') N CD ; Y O - O Z O . - n m ' >- 0 r t N r o N r = Q .c o N >- O '� '7 r F- W u. 2 d C Q 6. 6R 6> 6� 63 64 (R 6} 64 63 tR a c W J J I-- CD 0) 0) r.. r CO CO (f) CO CO a) N d' Q' r V V' O_ n U 0 W m r) o) to ao a) Q) (') 5 W LU CA Q m to V' C') 10 CO (n (C) (() CO (D j (C Q Q tn GI_ Z CL d 64 69 69 64 6} 64 fR 69 69 64 IPI cc co Ill c ) d_ Ts W x to m a •, < O < .5. .::( ...9 a " cC Z w c c Q o 0 ors O rn c o a C) `) O - i _ ) \ \ \ m \ S 8 @ co \ ) S 0 N a) % c 5 2 0 ¥ 3 a a o \ a a a 2 0 = m \ o -, < / ® " E \ / Ig \ / \ \ y 2 % \ )ra Irc < j ƒ r j mj R\u co > o } o G 0 8 7 / § 2 \ / / a / ^ 3 2 6 = 3 6 2 5 6 & / § - % $ LU - cs . ® f g - w � f � \ j \ § 7� 0 z » R G G 0 o < n 22 ° / 2 \ \ \ ) « a. ) } ~ / ƒ C C- E 'C z \ r.) L' } _ o N. c o c c o 0 0 % I § z E \ \ / o ) N \ o / / / / / / 2 < g \ r § LEk « _ = ) e _ ( § < / \ / / i - >, \ c. j < a 2 N N / c § J ; cc < _ G \ 7 G G \ \ I p § z 0 0 < / G G \ N \ \ \ CO § \ < ° I- / § H e / / 7 / � z < P <LU Z u - > \ / 10 (1) u \0 / j _ ƒ_ (.3 j i § o o 7 k \ \ g CD Z 2 2 o a - \ 0 u — « ± _ / ƒ } \ ° Z ° k \ < z j ƒ H g 2 < ¥ < o f / \ u u 3 u z j = o Z i j ƒ 2@ .. E g / < e P 6 e 0 { 3 0 < ~ zoui ooz ~ © © W z o u < - -1 - 2 - ~ w I 4 CC 0 w 0>- \ � » § 0 \ w > 0 - \ > « e = o n \ u _ = m o m — m 0 0 P <| co oi ) 1 1 I r < - = g g 2 0 0 0 0 0 0 \ ! 0 9 0. 9 0 \ 2 m f 0 0 \ / o c ° e & co 5 2 _al 0 0 < } . .. I ® { r. a ® 2 / \ 2 & 0 , . I \ ) < x » & » / U- 7 ƒ ° e J L. j DI u. \ H 7/ _ 0 / > G 0 o 0 0 0 0 \ CD / 6 \ \ « o 0 0 o d -,--- { - o 3 } § u _ % / \ � c oe I > % § o 9 } / 77 � � \ 7 o o o / \ < m 2 = § \ / 5 \ \ d { � \ ƒ t / \ / au g - > ® D e _ 2 } f ] _ ƒ 0 0 0 ® = 0 0 0 0 0 3 _ § z E . } a) / ® \ \ j N % 0 / / d 0 \ e < = y - < # X = > . g 5 � � \ \ Cl) 7 � I. e » 6 § \ \ < 2 0 0 0 < / a lu z f . [ \ ¥ i \ \ - 7 \ \ R \ \ \ \ / / / / 2 2 Q § $ ? / \ \ ) 3 / / •\ CO LU i z < Z \ \ O 2 / \ / z z \ / u . 2 0 / \ o / w 0 / j = 0 z z ® s o \ ° ? � \ 2 / \ z < z j y \ — § § / g ƒ S \ 21 \ \ < k 0 ® » z \ o E j \ u \ > u Z / / 0 ƒ o < a. k + e G / \ / 5 \ / ° j \ i E P. \ / / < F_.. / f \ ƒ / I \ 0 0 / / / \ / j 0 j� ou = o0 / x | » z £ / / 0 / |> zm = oe u & _ J m ( o i I , u 7 . ° ° k 7 3 0 g 0 0 0 0 k / a \ § 7 Q ¥ 6 0 0 0 0 0 0 \ EA- o/ / _re a 0 e { — \ z > / To- \ - • i , iS H x 0 0 0 0 ca < ® ° . c E / § j CO 0 } o 0 0 0 0 0 0 0 0 \ _ & 0. o 0 f 0 0 0 o 0 a o y 0 a n } o = o o c 0 0 \ / ƒ k } I Z0 .0 � » a / 0 > \ - / j / / \ • - } § C \ > G R N / 4n zc 0 � � \ .0 ® WZ E 0_ 0703 e. \ \ 3 \ b / _ ye _ g / \ \ a / ° \ \ 0 0 0 o 0 = z / 0 n j o = o a o a o / 5 < 9 \ E 0 < X k •@ « - » i g E § f ƒ 0 - \ ƒ k < » 0 N N / tu 0- - o $ [ cu \ < _ 3 \ y 5 0 \ \ I CO 0 ! D u o r a 6 w o r a w \ 0 < ® ° CO « - » n e f . < \ o e u ca a- Z z / P \ \ ƒ / % � ° g z z . ± e - 0 \ a • / / \ \ \ _ \ ƒ z \ -J 2 / o ® z o \ } / z z ° o < - a \ n « � \ 3e Q. Z E u 2 u - m y D ■ + S _ z / > \ < z z 0 z F- / 2 j < ti. u. / � / \ / H 0 u / - / 0 \ E a. dj0 w 0 0 f — j § f n ° u u + > < egn3zuF \ g ° / > •0 g I ,± = 00 = 222 0 / 2 = o 0 u \ / ƒ / \ \ j | | \ ƒ ƒ / / / j / 0 / < ! zi I . . . . _ . ...... .. . . . W O Q O z. E O N °O ay O O O O O O O O O O m w O O O O O O O O O O < rn O y 6 ' O N > ---- — a a Q7 II L EL 2O En C' IIIi I(1 i 'c ✓ C. Z. U Q c O = Q a re I z;Et Z w X W J a W > cj O f O O O O O O O O O O ° 'D U 69. 0 0 0 0 0 0 0 0 ° o ° ,T, O Co O 6 0 0 0 O 0 0 0 o ,,-c WZ T w - m i 0 H ' n ° N W Q ` H U o d 1 a' O C. CC o ° m CZ d Y c z < a il :i >- 61' O _� m W Z of ▪ F c it 0 O 7 2 W c • 0 0 < Z C o _ 0 o O O O I- (7) 6 CO O O M 03 Z C h p W O O O O O O O O 6 w Q CD i c6 _C 13- > m Wu_ =-..2::= - O p > v Iii Q rn o cL_ D W = W m 0O a H e O a x rn O <d Q c { ° a a o_ s m I- . w w cc r I . z >- ? -.1 ac 0 u) in 10 N h- ti 0 Q O C V' O 0 d CO 0 N. O ,C v J 00 Q N- 6 00 V d' d' d' CO C) N P•I Ca o J Q o Z m I- co O W a: z oo à °� ~ W O ¢ 1-- Q CD � - W2 Z C� Q D W < W w Q Z I- J l'-' 0C.1 0 '° 5 0 U C� W = U = Z Z u p r� O � Y E p Z C7 W Z W Q U Z ill >-W Q U Z WCC U Z = J 0 l 0 Z = U Q Q H H w y j 0 U W W J2 - OOZ W W O w I- I- Q za cc w 1 � cUOm I - o o _ ❑ 6 U O w ccO p H X I W Z : Q w > CC cnac� , w a a a 0 co U C`) 1- <C o N O N Q �...1..,1< LAP Illinois Department of `Transportation Engineering Payment Report Prime Consultant Name Frank Novotny &Assoc., Inc. Address 825 Midway Drive Telephone 630-887-8640 TIN Number 36-2728920 Project Information Local Agency Village of Lemont _ Section Number 14-00051-00-BT Project Number M-4003(469) _ Job Number P-91-189-15 This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub-consultant for the amount listed below. - Sub-Consultant Name TIN Number Actual Payment from Prime Morris Engineering, Inc. 36-3500171 Sub-Consultant Total: Prime Consultant Total: — Total for all Work Completed: • • Signature and title of ime Consultant–James L.Cainkar,President Date Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. For information about IDOTs collection and use of confidential information review-the department's Identity Protection Policy. Page 7 of 7 BLR 05610(Rev. 11/21/13) Printed on 4/7/2015 10:27:38 AM BLR 05610(Rev.5/06) • Frank Novotny &Associates, Inc. AVERAGE HOURLY PAYROLL RATES Effective Date: Jan.1,2015 PAYROLL CLASSIFICATION PAYROLL RATE RANGE AVERAGE PAYROLL RATE PRINCIPAL 70.00 TO 70.00 70.00 PROJECT MANAGER 63.45 TO 63.45 63.45 PROJECT ENGINEER 63.45 TO 63.45 63.45 CIVIL ENGINEER II 41.37 TO 44.74 43.05 SENIOR TECHNICIAN 37.90 TO 46.21 42.02 INSPECTOR 37.90 TO 63.45 46.47 SURVEYING TECHNICIAN 37.90 TO 63.45 45.37 CAD TECHNICIAN 23.28 TO 44.74 36.94 G.I.S.TECHNICIAN 23.73 TO 23.73 23/3 TECHNICAL ASSISTANT 11.00 TO 15.00 13.00 • VILLAGE OF LEMONT SECTION 14-00051-00-BT MAIN STREET SIDE PATH ILLINOIS STREET TO ROBERT KINGERY HIGHWAY (IL 83) SCHEN ULE PHASE 1 ENGINEERING AGREEMENT APPROVAL JULY 2015 INFORMATION GATHERING JULY TO SEPTEMBER 2015 CONSULTANT REPORTS OCTOBER 2015 REPORT WRITING OCTOBER TO NOVEMBER 2015 REPORT WRITING AND REVISION NOVEMBER TO DECEMBER 2015 PESA INVESTIGATION OCTOBER 2015 TO APRIL 2016 PHASE 1 ENGINEERING COMPLETE MAY 2016 te- r 5100 S. Lincoln, Lisle, Illinois 60532 /c30) 074 077A I fl',074 0774 `a.)vi a! 1-ur i y- Fax`c)av�A' '-V I i y. ecivil.com PROPOSAL March 4, 2015 Tim Klass TKlass @FrankNovotnyEngineering.com Frank Novotny&Associates, Inc. 825 Midway Drive Willowbrook, IL 60527 Village of Lemont Main Street/Chicago-Joliet Road, Lemont, Illinois Per your request, Morris Engineering Inc. (MEI), is presenting a proposal for Professional Land Surveying & Engineering Services that will be needed to prepare the following: SCOPE OF SERVICES ROW Dedication Resolution ....$10,698.56 Morris Engineering, Inc. will locate and determine the Right of Way for Main Street / Chicago- Joliet Road in Lemont, Illinois. At the client's direction, MEI will complete a supplement, showing the ROW Dedication, to the client's existing topographic survey. NOTE: This proposal does not include Plats of Dedication. Those will be priced separately, as needed. DELIVERY The Survey will be according to village, city, or county standards. We estimate the work to begin upon acceptance of this proposal, and receipt of all required documentation. Please note that the above prices estimates and are believed to be the best possible estimate based on knowledge available. Some significant changes may arise based on uncertainties such as revised requirements from any governing bodies. If any of these items are noticed at the time of the work you will be contacted prior to any commencement of additional work with an estimate for these services. TERMS Morris Engineering, Inc. will be compensated an amount of $10,698.56, to be billed monthly, as work progresses. We assume the property owners will have knowledge that this work is being performed and access to the property is permissible. March 4, 2015 Tim Klass Frank Novotny&Associates, Inc.Proposal Village of Lemont—Main Street • Page 2 of 2 Please see attached Cost Plus Fixed Fee Cost Estimate of Consultant Services, with Average Hourly Rates, Payroll Escalation Table, and Payroll Rates. This proposal will remain in effect for a period of thirty (30) days. If it is not accepted within this time frame, we reserve the right to resubmit the proposal reflecting changes that may have occurred. Thank you for the opportunity of furnishing this proposal. Should the above terms be acceptable, please sign and return the original proposal to our office. We will return a copy of the executed contract to you. „ ectfuily, 9 -fir A Thomas J. Cesal, PLS Professional Land Surveyor This Contract Agreement contains the entire and only agreement between the parties respecting the work, services, and materials; any representation, promise or condition,written or verbal, not incorporated herein, and shall not be binding on either party. II Print Client Name: Frank Novotny & Assoc., Inc. -E-mail: jimcainkar.@franknovotny engineering.com Client Address: 825 Midway Drive, Willowbrook, IL 60527 Client Telephone Number: 630-887-s640 Fax Number: 630-887-0132 All terms and conditions of this contract accepted this day of April , 2015 By: President Cii z'nt Si:lure Title • I ! Q r) 0 o N 1° o 0 o a 0 o d-.- u< O O N 0 0 0 CO 0 N � u Z J CO 0 M 0 0 CO W! p D a Q (O c CO V O O m O a to 0o 0 ° c9 1- (0 s-- °o 0 o N °N O CO CO ui m M J IOIOOCO O co Q N NOON at C I r ,,,-.• I'- •I� 1 1 1 1 1 I 1 1 1 1 1 1 i l 1 1 1 1 1 i I I I 1�1 -_ w O t� .-r T 0. 0 0 0 J 0 0 o z 1- ,:t. of o r I `n Lu co o r W LO - (3 W Cl, o . U - o 1M a o .,`$ ,� 0 1.-W 0 _ z ( o 0 - to Z re r'7 CON o C 6d l-- . a (— O W W mvvto O Z W D Fes-.< X - w CO N r- It1,.t'��.t' X III co en g } L o LU D ® < x w o V �= No a (7 O v a a- O > a ? ❑ " W F— Lu O 0 1°CO O LL CSI)110 CO 1 1 CO Q W v v CA O) N co h.U al m CO 0 N K e6 111 U c0�) CO 0 N In L7 > Z T W m 0 Cl t� W c4 LL Q I— C 0000 O a. I— V O J (O O co N CO Di O C) C) a' m C '�1-CO<- to CO LLI Ce U c c a N 1,; 0 a. 0 o p a- m E� _ _ Cv- ..0 O N CO gj O ❑ m d en — z -,..7:tom-'+ cc' ccC Q G G _ CA m 8 C II) C > w (n O 0 J n al a C F F- t- v 0 - O a F O > C ° N c U o C� V Y O V �� C -p to ps 1 I 1 I t I 1 1 1 1 1 I 1 I I 1 u- 2 3 O a ii:Oa a O T.. a m i 1 i 1 I P. al o �O r n Es O Q N a co > di U.i O o O CO cC s o p' N B rn Om m r 131 Q 6 m M el a m -I 1 1 �l I loos I 1 1 1 1 I I 1 1 1 1 1 1 I 1 1 1 1 1 0 1 .`- o e m o d o ill 1- o ` Q W o v V ❑ Z a = cn 0 a ' o r Q N MT i n u O 0 a °p 0 e 0 e K o N N a T c m _ �' V3 � ¢ - Z W Fa o to C RV e 11111111 o Z o W i _ 0 o ill n ,c N _ o 6 Q 1t O. c e, V`_ e 'rt e ° N O T o o 1 (-- = 0 I y' o m o CO a. 'W o .- to m 1N111 lJ N O O n 6d_■ N� m `Q 1 f. 1A EL W = e u u a CC 0 - o 7^.i_ O Q O 0.. O 0 N u CL W C I- 2 g `a v u w 0 d' 0 0 0 0 0000000000000 0 0 0 0 1O 0 O I ❑ s O O c d E cd o rn• - m I- C ° �'-. � � 0000000 U) 0 - CO CO UC) LL) y 0, (1) C7 ce W cD0 )OO co co NtC) el V. I-- (NI '` = > D Qtnoi co cn viN 00 c0 W cM0i O LC CD O CO M c0 N Cr) N Cr) N r N M > 2 _ x 0 r i --.1 I 1 5 I I 1 I 1 1 1 1 1 I 1 1 1 1 1 o 0 D U] Z J CO J < Q C Q O U g a Z < cd 1� I-- g z O p d W z N a m N I- Q f Z N m N 4 m J 0 cc cc 0 0 0 Q Q LC Q. a. V a a 0 � W W Or 0} 0 0 0 0 0 l F. ' W Z Z W LLI Z Z Z Z Z Z U x i- -I!O 031E5 t1 C1 O U 0 10101., 1kk 1 , `` i U s aa.. uW) adwwccn � � rrr1- ¢1 I I ( I i 1 DF-824-039 REV 12/04 PAYROLL RATES FIRM NAME Morris Engineering, Inc. DATE 03/05/15 Municipality Village of Lemont Work Type Main St.ROW Dedication Resolution ESCALATION FACTOR 0.00% CLASSIFICATION CURRENT RATE CALCULATED RATE PRINCIPAL $65.00 $65.00 SENIOR PROJECT MANAC $63.00 $63.00 PROJECT MANAGER $36.30 $36.30 PROFESSIONAL LAND SU $39.00 $39.00 ENGINEER 5 $65.00 $65.00 ENGINEER 2 $22.80 $22.80 SURVEYOR 3 $30.00 $30.00 SURVEYOR 2 $20.25 $20.25 TECHNICIAN 5 $38.50 $38.50 TECHNICIAN 4 $27.70 $27.70 TECHNICIAN 3 $21.33 $21.33 TECHNICIAN 2 $18.48 $18.48 TECHNICIAN 1 $12.75 $12.75 ADMINISTRATION $29.25 $29.25 PREPARED BY THE AGREEMENTS UNIT Printed 3/5/2015 9:16 AM ■ • 01 V- m o o Cr S N W m p of Et 0 0 N 0 el o a/ C { { { a l—J { O 0 <t o ▪ 0 ti ei h c .e) 0 I Q O ¢ LI- M O 0_w ¢X rn T w w Z ,t a 1-re w s � I aF- >00 J 0a 00; CO 1-- 0 z C/j o W J g Q co -r u F- N z � X 2 W J CL u)u) 7- J o o cc o NN W LL m-...v. l a a Z .0 CL O 'Q M- 0 Q 0 J U 0 Cr) 0 III '00 0. fan w . 0 w 0 ¢a¢ ■ �yx C ■ Z n 0 U N i+ 1 00 c� R 5 e 0 o N d p co a] o 0 c o C _ v o R a) c i° i° o +-• c O c N .a• O O O y O` v u N • ? n v O c `o c, in 6' II II m 1 0 Z m w o °w Ca m J L'n.w 7 m am Z W S I 1