Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-86-24 Approving an Intergovernmental Agreement with the State of Illinois and the Village of Lemont Appropriating Funds for the State Street Resurfacing Project
VILLAGE OF V EMONT418 Main Street I Lemont, IL 60439 TO: Village Board Meeting FROM: Ted Friedley, Public Works THROUGH: SUBJECT: A Resolution Approving an Intergovernmental Agreement with the State of Illinois and the Village of Lemont Appropriating Funds for the State Street Resurfacing Project DATE: November 25, 2024 SUMMARY/BACKGROUND Passing the proposed Funding Resolution is necessary to proceed with Phase II Engineering for the State Street Resurfacing Project D-91-240-24 Section 24-00060-00-RS. The funding agreement split is 80/20 where the Federal amount is $93,600.00 and the Local match is $23,400.00. The project will span from 127th Street to Cass Street, 1.06 miles in length. ANALYSIS Consistency with Village Policy 5-Year Capital Improvement Plan (if applicable) STAFF RECOMMENDATION Pass Resolution Approving an Intergovernmental Agreement with the State of Illinois and the Village of Lemont Appropriating Funds for the State Street Resurfacing Project BOARD ACTION REQUESTED Pass Resolution Approving an Intergovernmental Agreement with the State of Illinois and the Village of Lemont Appropriating Funds for the State Street Resurfacing Project ATTACHMENTS A Resolution Approving an Intergovernmental Agreement with the State of Illinois and the Village of Lemont Appropriating Funds for the State Street Resurfacing Project.pdf VILLAGE OF LEMONT RESOLUTION NUMBER R- -24 A RESOLUTION APPROVING AN INTERGOVERNMENTAL AGREEMENT WITH THE STATE OF ILLINOIS AND THE VILLAGE OF LEMONT APPROPRIATING FUNDS FOR THE STATE STREET RESURFACING PROJECT JOHN EGOFSKE, Village President CHARLENE M. SMOLLEN, Clerk JANELLE KITTRIDGE DA VE MAHER KEN MCCLAFFERTY KEVIN SHA UGHNESSY RICK SNIEGOWSKI RON STAPLETON Trustees Published in pamphlet form by authority of the Village President and Board of Trustees of the Village of Lemont - N024 RESOLUTION NO. R- 96-24 A RESOLUTION APPROVING AN INTERGOVERNMENTAL AGREEMENT WITH THE STATE OF ILLINOIS AND THE VILLAGE OF LEMONT APPROPRIATING FUNDS FOR THE STATE STREET RESURFACING PROJECT WHEREAS, the Village of Lemont endeavors to improve a segment of State Street from Cass Street to 127' Street that is approximately 1.06 miles in length and to the Illinois Department of Transportation as Section Number 24-00060-00-RS and State Job Number D-91- 240-24; and WHEREAS, the Phase II Engineering cost of said improvement has necessitated the use of federal funds; and WHEREAS, the Village of Lemont received ninety three thousand six hundred dollars ($93,600) in Surface Transportation Program Urban (STU) federal funding which is 80% federal participation and 20% matching local funds; and WHEREAS, the use of federal funds requires a joint funding agreement (hereinafter "AGREEMENT") with the Illinois Department of Transportation. NOW, THEREFORE, BE IT RESOLVED that the Village of Lemont authorizes the remaining balance of the Phase II Engineering costs in excess of the $93,600 STU federal funds for the completion of the aforementioned project known as Section Number 24-00060-00-RS. BE IT FURTHER RESOLVED that the (Mayor) is hereby authorized and directed to execute the above -mentioned AGREEMENT and any other such documents related to advancement and completion of said project. PASSED AND APPROVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLY_GE OF LEMON , COUNTIES OF COOK, WILL, AND DUPAGE, ILLINOIS, ON THIS DAY OF elM eV" 2024. Janelle Kittridge Dave Maher Ken McClafferty Kevin Shaughnessy Rick Sniegowski Ron Stapleton ATTEST: PRESIDENT AND VILLAGE BOARD MEMBERS: AYES: NAYES V v CHARLENE M. SMOLLEN Village Clerk ABSENT: ABSTAIN: JOHN EGOFSKE President Exhibit A BLR 05310PE Joint Funding Agreement for Federally Funded PE/ROW 24-00060-00-RS Illinois Department of Transportation LOCAL PUBLIC AGENCY Joint Funding Agreement for Federally Funded PE/ROW Local Public Agency County Section Number Village of Lemont Cook 24-00060-00-RS Fund Type ITEP, SRTS, HSIP Numbers MPO Name MPO TIP Number STP N/A CMAP 06-20-0010 Engineering Right -of -Way State Job Number Protect Number State Job Number Project Number D-91-240-24 CA1 A(871) ® Local Administered Engineering ❑ Right -of -Way ❑ Other LOCATION Stationing Local Street/Road Name Key Route Length To From State Street FAU 2612 1.06 MI. 1.00 2.06 Location Termini Cass St to 127th St Current Jurisdiction Existing Structure Number(s) Village of Lemont Remove PROJECT DESCRIPTION (PHASE II) -Roadway resurfacing on State Street from Cass Street to 143rd Street in the Village of Lemont. Work includes HMA surface removal, HMA resurfacing, pavement patching, sidewalk and ADA ramp removal and replacement, curb and gutter removal and replacement, and pavement marking. Page 1 of 9 BLR 0531 OPE (Rev. 05/09/24) Local Public Agency Section Number State Job Number Project Number Village of Lemont 24-00060-00-RS This Agreement is made and entered into between the above local public agency, hereinafter referred to as the "LPA" and the State of Illinois, acting by and through its Department of Transportation, hereinafter referred to as the "STATE". The STATE and LPA jointly proposes to improve the designated location as described in the Location and Project Description sections of this agreement. The improvement shall be developed by, or on behalf of the LPA and approved by the STATE using the STATE's policies and procedures approved and/or required by the Federal Highway Administration, hereby referred to as "FHWA". I. GENERAL 1.1 Availability of Appropriation: Sufficiency of Funds. This Agreement is contingent upon and subject to the availability of sufficient funds. The STATE may terminate or suspend this Agreement, in whole or in part, without penalty or further payment being required, if (i) sufficient funds for this Agreement have not been appropriated or otherwise made available to the LPA by the STATE or the federal funding source, (ii) the Governor or STATE reserves funds, or (iii) the Governor or STATE determines that funds will not or may not be available for payment. The STATE shall provide notice, in writing, to LPA of any such funding failure and its election to terminate or suspend this Agreement as soon as practicable. Any suspension or termination pursuant to this Section will be effective upon the date of the written notice unless otherwise indicated. 1.2 Domestic Steel Requirement. The project plans and specifications will specify domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction and comply with federal Build America -Buy America provisions. 1.3 Federal Authorization. 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 within one (1) year of the date of execution of this agreement. 1.4 Severability. If any provision of this Agreement is declared invalid, its other provisions shall not be affected thereby. 1.5 Termination. This Agreement may be terminated, in whole or in part, by either Party for any or no reason upon thirty (30) calendar days' prior written notice to the other Party. If terminated by the STATE, the STATE must include the reasons for such termination, the effective date, and, in the case of a partial termination, the portion to be terminated. If the STATE determines in the case of a partial termination that the reduced or modified portion of the funding award will not accomplish the purposes for which the funding award was made, the STATE may terminate the Agreement in its entirety. This Agreement may be terminated, in whole or in part, by the STATE without advance notice: a. Pursuant to a funding failure as provided under Article 1.1. b. If LPA fails to comply with the terms and conditions of this funding award, application or proposal, including any applicable rules or regulations, or has made a false representation in connection with the receipt of this or any award. 11., REQUIRED CERTIFICATIONS This Agreement and the LPA's obligations and services hereunder are hereby made and must be performed in compliance with all applicable federal and State laws, including, without limitation, federal regulations, State administrative rules, and any and all license requirements or professional certification provisions. 2.1 Compliance with Uniform Grant Rules (2 CFR Part 200). The LPA certifies that it shall adhere to the applicable Uniform Administrative Requirements, Cost Principles, and Audit Requirements, which are published in Title 2, Part 200 of the Code of Federal Regulations, and are incorporated herein by reference. 2.2 Compliance with Registration Requirements. LPA certifies that it: (i) is registered with the federal SAM system; (ii) is in good standing with the Illinois Secretary of State, if applicable; (iii) have a valid DUNS Number; (iv) have a valid UEI, if applicable. It is LPA's responsibility to remain current with these registrations and requirements. 2.3 Bribery. The LPA certifies to the best of it's knowledge that it's officials have not been convicted of bribery or attempting to bribe an officer or employee of the state of Illinois, nor made an admission of guilt of such conduct which is a matter of record (30 ILCS 500/50-5). 2.4 Bid Rigging. LPA certifies that it has not been barred from contracting with a unit of state or local government as a result of a violation of Paragraph 33E-3 or 33E-4 of the Criminal Code of 1961 (720 ILCS 5/33E-3 or 720 ILCS 5/33E-4, respectively). 2.5 Debt to State. LPA certifies that neither it, nor its affiliate(s), is/are barred from receiving an Award because the LPA, or its affiliate(s), is/are delinquent in the payment of any debt to the STATE, unless the LPA, or its affiliate(s), has/have entered into a deferred payment plan to pay off the debt, and STATE acknowledges the LPA may declare the Agreement void if the certification is false (30 ILCS 500/50-11). 2.6 Debarment. The LPA certifies to the best of its knowledge and belief that it's officials: a. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; Page 2 of 9 BLR 0531OPE (Rev. 05/09/24) Local Public Agency Section Number State Job Number Project Number Village of Lemont 24-00060-00-RS 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 anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements receiving stolen property; c. are not presently indicated 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. 2.7 Criminal Convictions. The LPA certifies that neither it nor any managerial agent of LPA has been convicted of a felony under the Sarbanes-Oxley Act of 2002, nor a Class 3 or Class 2 felony under Illinois Securities Law of 1953, or that at least five (5) years have passed since the date of the conviction. The LPA further certifies that it is not barred from receiving an funding award under 30 ILCS 500/50-10.5 and acknowledges that STATE shall declare the Agreement void if this certification is false (30 ILCS 500/50-10.5). 2.8 Improper Influence. The LPA certifies that no funds have been paid or will be paid by or on behalf of the LPA to any person for influencing or attempting to influence an officer or employee of any government agency, a member of Congress or Illinois General Assembly, an officer or employee of Congress or Illinois General Assembly, or an employee of a member of Congress or Illinois General Assembly in connection with the awarding of any agreement, the making of any grant, the making of any loan, the entering into of any cooperative agreement, or the extension, continuation, renewal, amendment or modification of any agreement, grant, loan or cooperative agreement. 31 USC 1352. Additionally, the LPA certifies that it has filed the required certification under the Byrd Anti -Lobbying Amendment (31 USC 1352), if applicable. 2.9 Telecom Prohibition. The LPA certifies that it will comply with Section 889 of the FY 2019 National Defense Authorization Act (NDAA) that prohibits the use of telecommunications or video surveillance equipment or services produced provided by the following companies: Dahua Technology Company, Hangzhou Hikvision Digital Technology Company, Huawei Technologies Company, Hytera Communications Corporation, and ZTE Corporation. Covered equipment and services cannot be used as substantial or essential component or any system, or as critical technology as part of any system. 2.10 Personal Conflict of Interest - The LPA certifies that it shall maintain a written code or standard of conduct which shall govern the performance of its employees, officers, board members, or agents engaged in the award and administration of contracts supported by state or federal funds. Such code shall provide that no employee, officer, board member or agent of the LPA may participate in the selection, award, or administration of a contract supported by state or federal funds if a conflict of interest, real or apparent would be involved. Such a conflict would arise when any of the parties set forth below has a financial or other interest in the firm selected for award: a. the employee, officer, board member, or agent; b. any member of his or her immediate family; c. his or her partner; or d. an organization which employs, or is about to employ, any of the above. The conflict of interest restriction for former employees, officers, board members and agents shall apply for one year. The code shall also provide that LPA's employees, officers, board members, or agents shall neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to subcontracts. The STATE may waive the prohibition contained in this subsection, provided that any such present employee, officer, board member, or agent shall not participate in any action by the LPA relating to such contract, subcontract, or arrangement. The code shall also prohibit the officers, employees, board members, or agents of the LPA from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest or personal gain. 2.11 Organizational Conflict of Interest - (50 ILCS 105/3, 65 ILCS 5/3.1-55-10, 65 ILCS 5/4-8-6) The LPA certifies that it will also prevent any real or apparent organizational conflict of interest. An organizational conflict of interest exists when the nature of the work to be performed under a proposed third party contract or subcontract may, without some restriction on future activities, result in an unfair competitive advantage to the third party contractor or LPA or impair the objectivity in performing the contract work. 2.12 Accounting System. The LPA certifies that it has an accounting system that provides accurate, current, and complete disclosure of all financial transactions related to each state and federally -funded program. Accounting records must contain information pertaining to state and federal pass -through awards, authorizations, obligations, unobligated balances, assets, outlays, and income. To comply with 2 CFR 200.305(b)(7)(i), the LPA shall use reasonable efforts to ensure that funding streams are delineated within LPA's accounting system. See 2 CFR 200.302. III. AUDIT AND RECORD RETENTION 3.1 Single Audits: The LPA shall be subject to the audit requirements contained in the Single Audit Act Amendments of 1996 (31 Page 3 of 9 BLR 0531OPE (Rev. 05/09/24) Local Public Agency Section Number State Job Number Project Number Village of Lemont 24-00060-00-RS USC 7501-7507) and Subpart F of 2 CFR Part 200. If, during its fiscal year, LPA expends $750,000 or more in Federal Awards (direct federal and federal pass -through awards combined), LPA must have a single audit or program -specific audit conducted for that year as required by 2 CFR 200.501 and other applicable sections of Subpart F of 2 CFR Part 200. A copy of the audit report must be submitted to the STATE (IDOT's Financial Review & Investigations Section, Room 126, 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 LPA's fiscal year. Assistance Listing number (formally known as the Catalog of Federal Domestic Assistance (CFDA) number) for all highway planning and construction activities is 20.205. 3.2 STATE Audits: The STATE may, at its sole discretion and at its own expense, perform a final audit of the Project (30 ILCS 5, the Illinois State Auding Act). Such audit may be used for settlement of the Project expenses and for Project closeout purposes. The LPA agrees to implement any audit findings contained in the STATE's authorized inspection or review, final audit, the STATE's independent audit, or as a result of any duly authorized inspection or review. 3.3 Record Retention. The LPA shall maintain for three (3) years from the date of final project closeout by the STATE, adequate books, records, and supporting documents to verify the amounts, recipient, and uses of all disbursements of funds passing in conjunction with this contract. adequate to comply with 2 CFR 200.334. If any litigation, claim or audit is started before the expiration of the retention period, the records must be retained until all litigation, claims or audit exceptions involving the records have been resolved and final action taken. 3.4 Accessibility of Records. The LPA shall permit, and shall require its contractors and auditors to permit, the STATE, and any authorized agent of the STATE, to inspect all work, materials, payrolls, audit working papers, and other data and records pertaining to the Project; and to audit the books, records, and accounts of the LPA with regard to the Project. The LPA in compliance with 2 CFR 200.337 shall make books, records, related papers, supporting documentation and personnel relevant to this Agreement available to authorized STATE representatives, the Illinois Auditor General, Illinois Attorney General, any Executive Inspector General, the STATE's Inspector General, federal authorities, any person identified in 2 CFR 200.337, and any other person as may be authorized by the STATE (including auditors), by the state of Illinois or by federal statute. The LPA shall cooperate fully in any such audit or inquiry. 3.5 Failure to maintain the books and records. Failure to maintain the books, records and supporting documents required by this section shall establish presumption in favor of the STATE for recovery of any funds paid by the STATE under the terms of this contract. IV. LPA FISCAL RESPONSIBILITIES 4.1 To provide all initial funding and payment for engineering or right of way work. 4.2 LPA Appropriation Requirement. By execution of this Agreement the LPA attests that sufficient moneys have been appropriated or reserved by resolution or ordinance to fund the LPA share of project costs. A copy of the authorizing resolution or ordinance is attached as Schedule 3. 4.3 Reimbursement Requests: For reimbursement requests the LPA will submit supporting documentation with each invoice. Supporting documentation is defined as verification of payment, certified time sheets or summaries, vendor invoices, vendor receipts, cost plus fix fee invoice, progress report, personnel and direct cost summaries, and other documentation supporting the requested reimbursement amount (Form BLR 05621 should be used for consultant invoicing purposes). LPA invoice requests to the STATE will be submitted with sequential invoice numbers by project. 4.4 Financial Integrity Review and Evaluation (FIRE) program: LPA's and the STATE must justify continued federal funding on inactive projects. 23 CFR 630.106(a)(5) defines an inactive project as a project which no expenditures have been charged against Federal funds for the past twelve (12) months. To keep projects active, invoicing must occur a minimum of one time within any given twelve (12) month period. However, to ensure adequate processing time, the first invoice shall be submitted to the STATE within six (6) months of the federal authorization date. Subsequent invoices will be submitted in intervals not to exceed six (6) months. 4.5 Final Invoice: The LPA will submit to the STATE a complete and detailed final invoice with applicable supporting documentation of all incurred costs, less previous payments, no later than twelve (12) months from the date of completion of work or from the date of the previous invoice, whichever occurs first. If a final invoice is not received within this time frame, the most recent invoice may be considered the final invoice and the obligation of the funds closed. Form BLR 05613 (Engineering Payment Record) is required to be submitted with the final invoice for engineering projects. 4.6 Project Closeout: The LPA shall provide the final report to the appropriate STATE district office within twelve (12) months of the physical completion date of the project so that the report may be audited and approved for payment. If the deadline cannot be met, a written explanation must be provided to the district prior to the end of the twelve (12) months documenting the reason and the new anticipated date of completion. If the extended deadline is not met, this process must be repeated until the project is closed. Failure to follow this process may result In the immediate close-out of the project and loss of further funding. 4.7 Project End Date: The period of performance (end date) for state and federal obligation purposes is five (5) years for projects Page 4 of 9 BLR 0531OPE (Rev. 05/09/24) Local Public Agency Section Number State Job Number Project Number Village of Lemont 24-00060-00-RS under $1,000,000 or seven (7) years for projects over $1,000,000 from the execution date of the agreement. Requests for time extensions and joint agreement amendments must be received and approved prior to expiration of the project end date. Failure to extend the end date may result in the immediate close-out of the project and loss of further funding. V. THE LPA AGREES 5.1 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 LPA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments, if any, will be cooperatively determined by representatives of the LPA, the STATE, and the FHWA if required. 5.2 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 Public Agency Highway and Street Systems. 5.3 To retain jurisdiction of the completed improvement. 5.4 To maintain or cause to be maintained the completed improvement or that portion within its jurisdiction, in a manner satisfactory to the STATE and the FHWA. 5.5 To provide if required, for the improvement of any railroad -highway grade crossing and rail crossing protection within the limits of the proposed improvement. 5.6 To regulate parking and traffic in accordance with the approved project report. 5.7 To regulate encroachments on public rights -of -way in accordance with current Illinois Compiled Statutes. 5.8 To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with the current Illinois Compiled Statutes. 5.9 For contracts awarded by the LPA, the LPA 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 LPA 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 LPA'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 STATE 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.0 3801 et sec.). In the absence of a USDOT - approved LPA 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. Vt. THE STATE AGREES 6.1 To provide such guidance, assistance, and supervision to monitor and perform audits to the extent necessary to assure validity of the LPA's certification of compliance with Title II and III Requirements. 6.2 To reimburse the LPA for federal and/or state funds on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of expenditures by the LPA. SCHEDULES Additional information and/or stipulations are herebv attached and identified below as beinq a part of this agreement. ® 1. Division of Cost ® 2. Location Map ® 3. Risk Assessment ® 4. Attestations ❑ 5. Resolution* El `Appropriation and signature authority resolution must be in effect on, or prior to, the execution date of the agreement. Page 5 of 9 BLR 05310PE (Rev. 05/09/24) Local Public Agency Section Number State Job Number Promect Number Village of Lemont 24-00060-00-RS AGREEMENT SIGNATURES EXECUTION The LPA agrees to accept and comply with the applicable provision set forth in this agreement including attached schedules. APPROVED Local Public Agency Name of Official Print or Type Name George Schafer Title of Official Village Administrator Si nature Date Th b e s fur, certifies the agency's TIN number is 366005969 conducting business as a Governmental Entity. DUNS Number 37044682 UEI G577EP37M6W3 APPROVED State of Illinois Department of Transportation Omer Osman, P.E., Secretary of Transportation Date By: George A. Ta as, P.E., S.E., Engineer of Local Roads & Streets Date Stephen M. Travia, P.E., Director of Highways PI/Chief Engineer Date Michael Prater, Chief Counsel Date Vicki Wilson, Chief Fiscal Officer Date NOTE: If the LPA Signature is by an APPOINTED official, a resolution authorizing said appointed official to execute this agreement is required. Page 6 of 9 BLR 0531 OPE (Rev. 05/09/24) 0 L ^ E O Z Q @ O Q a U N L � E N Z p o N N O c Qo r C O CD '0 CD U) �2 U)N 0U Z U. d W Z J a U) c O 0 O C) U I I C 0 0 O O CD O O U ^ Co r� O 0 H ea J o cc O O O O U CDO O Q E � NEf} U_ Q O 70 U (6 J O CL ~ H c C @ LL U O J 0 C O C � O LL Q a� U) C6 O O a c 7 LL CD CD O O C7 p O O O c co O Z3 Cl) ti � rn E m 0 a 0 W O LL- U) 0) Y c O N N C O m N c a W C E a� C @ @ r Y @ c @ U U @ 0 a� v- 0 N @ O C O C) 0 O (l m ty W Z 10 O 00 C O c�4 Q 'v m a_ U) >Q LC C C7 G X (B 2 U O Q 7 U C N @ E @ N @ (n E a o E Q ., @ '0 a) c @ a� c @ s � o O U U o c 0 0 .N c @ c c c � O L C U ._ v 0 O j 0 N L L H O� Z 0 U rn 0 m ca a SCHEDULE 2 r CD � Z " TIMBERLINE m ..t OOOLIN _ S.� 6G o �J en1I STREET ;^ ASPEN C °qP ROWNS a5m IAt F A ROSE COURT 0 ` IE V aJAC UEUNE EDG T. `^ OUREf(A VALL .�• OR j Oq a \ y MERME AVE. LANE m� ` ^� V� z WA TER AVE. AN CE WAITER AO �m ELORENCE STU d 1 O < 0 �OmO � Ell � l SING�� 0�0Ent= DD~N m `/ ��7 STATE C 1 STREET °x N0 �� t �j 1 N (FAU ZV Z) b ION z MLN �� O Om �- CME OKEE F PlA E NN"VV� J r (n zu IN � R KIM PLACE n �-�-7 LJ m D I' I o a uIP PLAN SEAS EL7 oby W —J E=—= O C D H L VI ❑� CZACKI (TI � v g �K 9 cREsm' �v(- R J `� P,� �`'kcr � �! nl � ��LJO O I•�.�.I N n _ A /r — F N 1E00 HCWSKI ❑�a 0 r I ALPINE 9q zZ ' GLENvS �v F ORI STREET V, �0 ORWA( KRUK So I�i G ^+? S rCi0MA5EZWSKI STREET 0 1? z Z N s VERTON C . HARASEK �O130N3d °y � ° F O,P FIRST STREET r. r O c� I O z D N D m gz �— II N O M ui in z LL9 J D a ui v N to C O O �-'• +- O O O O O O O O a � m V b o co m c Q W � o < m �, ❑ c- .0 i C O O co 4 O Q. Q 2 -+ Cl d. C Q C O. O U) > .J Q N� r `' ai .ay+ (D b El n °c a' ° ° ° w `V c T@ N C C U- LLU U) Q U O QS l<7 IC> cC7 � N ❑ � ctI M M �O d b4= NN Q 1p�L 'OU�NC Citr6 O Q i -0 cocoT C a fEl C b NU N dE N � Cm o •b J° CoO .S :E o n ro c> OC(YNv>C) a) b av . ( c3C -Fa Ccn i OCI' N O . .Y � c)E O LhC � cu O .UM�O OrnL O QI b U (D N czD A m E i Cco O ..,U) O o E U CL M cU Q O IiU NC .0)>- Lo N L) Z 6 O U C Q D ` O ai 0. � ro a) E p o ob e ZO LZLI 0 m Oy U a7 m N a' O -C 'D N m O O �' Vi in o '� L "O U 73 U O' O m T vb- Q. N T O cCd`WCOC3 p 0 ❑ UCO > O "ILO0C oc(oJ Lu UO [ w U 20 Q co Q ❑}wwcE X U) In C O „ 7 M(Vi CL O O_Q O p O b b o U Q� - c xxO a LL Z Q JCD C Or c N Cl) 6 lC J U❑roC3) U LL I .a n U)0Q U) a O c6 C U U C C b O, M 0 I 7,b j s O cn U •U) IZ' a R7 a b e m O b❑ U o o a n In b c /n co0 O :o •o O U. v o c N o c b b U> 4 E m N c ❑ Q O lY ca Cm m d'M U a P '� O C(>0,a) 'D� C) CD O Q O- pm • C cQ Ca) � x L O 0-c`oC U N Ob •b O to y7cn C O C CA QU � m C 'C;7 �Cj' (V C O .UJ U T •C Oi m c6 <B CV N O N C �' . G'- C O_ >, �. •+L-U_. "'• :Ib O. O b .O O N O O N o .a <Z a) cn c U C C ca 'U O 0-(0 C co a c d cu U m b rn o s_ N V to cn Rf 7 O b C 'C � y0 xD b b C ~ a O wC- b O O rn •k C coiCS ro ft3 N .G N (0 O C`.ccl 'D U N CU 0) OJ iA C f6 Ili O d' N O C_ U N ti L^. V1 '� N ,_ ICS Its G Q N C b .0 N w. O u0i p ' p a. A .c n�'oZ N N Qt'.L C N C2-moo O b� tti E ID 'F-�co a 0 o QoI m a� m ro°A beam " rob c b m C alal�b .0 �� mNro C �y�0ani b .N n mro•��U -O b c�I C > N ° E (yC7 ICI , O -= ASS O � 4"' Ti O C O b U � ."' L) L 27 O � � O C C L O ?� L '� S O S f-- .� ❑ E S O m Q cV S-� ❑ t6 O ❑ •C r� C v-• N N il. O ` O b O 0 (D J O U o C v_I O n O G v� cts U N Q (B C c '0 m O U 1E I Q N O_7 O O v w a - CD M LO CC m rn O co Local Public Agency Section Number State Job Number Project Number Village of Lemont 24-00060-00-RS SCHEDULE NUMBER 4 Attestation on Single Audit Compliance 1. In the prior fiscal year, did Village of Lemont federal sources? ® Yes ❑ No 2. Does the Village of Lemont federal sources in the current Village Of Lemont ® Yes ❑ No expend more than $750,000 in federal funds in aggregate from all anticipate expending more than $750,000 in federal funds in aggregate from all fiscal year? If answers to question 1 and 2 are no, please proceed to the signature section. If answer to question 1 is yes, please answer question 3a. If answer to question 2 is yes, please answer question 3b. 3. A single audit must be conducted in accordance with Subpart F of 2 CFR 200 if $750,000 or more in federal funds are expended in a single fiscal year. a. Has the Village of Lemont performed a single audit for their previous fiscal year? ® Yes ❑ No i. If yes, has the audit be filed with the Illinois Office of the Comptroller in accordance with 50 ILCS 310 (see also 551LCS 5 & 65 ILCS 5 & 601LCS 1/80)? ® Yes ❑ No b. For the current fiscal year, does the Village of Lemont intend to comply with Subpart F of 2 CFR 200? ® Yes ❑ No By completing this attestation, I certify that I have authority to sign this attestation on behalf of the LPA; and that the foregoing information is correct and complete to the best of my knowledge and belief. Name Title LPA George Schafer Village Administrator Village of Lemont Signature &_Date Page 9 of 9 BLR 0531 OPE (Rev. 05/09/24) Exhibit B BLR5530 Local Public Agency Engineering Services Agreement 24-00060-00-RS Illinois Department of Transportation Agreement For Using Federal Funds? ® Yes ❑ No Federal PE LOCAL PUBLIC AGENCY Local Public Agency Engineering Services Agreement A reement Type Original Local Public Agency County Section Number Job Number Village of Lemont Cook 24-00060-00-RS D-91-240-24 Project Number Contact Name Phone Number Email CA1A(871) George Schafer (630) 257-1550 gschafer@lemont.il.us SECTION PROVISIONS Local Street/Road Name Key Route Len th Structure Number State Street 92612 1.07 Location Termini FAdd Location Cass St to 127th St Remove Location Project Description Roadway resurfacing on State Street from Cass Street to 143rd Street in the Village of Lemont. Work includes HMA surface removal, HMA resurfacing, pavement patching, ADA ramp and sidewalk removal and replacement, curb and gutter removal and replacement, and pavement marking. Engineering Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other Anticipated Construction Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other AGREEMENTFOR ❑ Phase I - Preliminary Engineering ® Phase II - Design Engineering CONSULTANT Prime Consultant Firm Name Contact Name Phone Number Email HR Green, Inc Akram Chaudhry (815) 385-1778 achaudhry@hrgreen.com Address city State r6005O Code 1391 Corporate Drive, Suite 203 McHenry IL THIS AGREEMENT IS MADE between the above Local Public Agency (LPA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the "DEPARTMENT," will be used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER, acting as an individual, partnership, firm or legal entity, qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT. The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Completed 11/21/24 Page 1 of 10 BLR 05530 (Rev. 07/08/22) AGREEMENT EXHIBITS The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT: © EXHIBIT A: Scope of Services © EXHIBIT B: Project Schedule 2] EXHIBIT C: Qualification Based Selection (QBS) Checklist ❑X EXHIBIT D: Cost Estimate of Consultant Services (CESCS) Worksheet (BLR 05513 or BLR 05514 ) i THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements herein before described. 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher -salaried personnel of the firm, including the Principal Engineer, perform services that are 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. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation. Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or ordinances of the LPA. 5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 6. To invoice the LPA for Preliminary and/or Design Engineering: The ENGINEER shall submit all invoices to the LPA within three months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement. 7. To submit a completed BLR 05613, Engineering Payment Report, to the DEPARTMENT within three months of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. The form shall be submitted with the final invoice. 8. 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 United States Department of Transportation (US DOT) assisted contract. 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 LPA deems appropriate. 9. 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 LPA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 10. For Preliminary Engineering Contracts: (a) To attend meetings and visit the site of the proposed improvement when requested to do so by representatives of the LPA or the DEPARTMENT, as defined in Exhibit A (Scope of Services). (b) That all plans and other documents furnished by the ENGINEER pursuant to the AGREEMENT will be endorsed by the ENGINEER and affix the ENGINEER's professional seal when such seal is required by law. Such endorsements must be made by a person, duly licensed or registered in the appropriate category by the Department of Professional Regulation of the State of Illinois. 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 DEPARTMENT. (c) That the ENGINEER is qualified technically and is thoroughly 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 in Exhibit A (Scope of Services). 11. That the engineering services shall include all equipment, instruments, supplies, transportation and personnel required to perform the duties of the ENGINEER in connection with this AGREEMENT (See DIRECT COST tab in BLR 05513 or BLR 05514). THE LPA AGREES, 1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the following: (a) Professional Services Selection Act (50 ILCS 510), The Brooks Act (40 USC 11), and the Procurement, Management, and Administration of Engineering, and Design Related Services (23 CFR part 172). Exhibit C is required to be completed with this AGREEMENT. 2. To furnish the ENGINEER all presently available survey data, plans, specifications, and project information. Completed 11/21/24 Page 2 of 10 BLR 05530 (Rev. 07/08/22) To pay the ENGINEER: (a) For progressive payments - Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, 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 LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the following compensation method as discussed in 5-5.10 of the BLR Manual. Method of Compensation: ❑ Lump Sum Specific Rate ❑X Cost plus Fixed Fee: Total Compensation = DL + DC + OH + FF Where: DL is the total Direct Labor, DC is the total Direct Cost, OH is the firm's overhead rate applied to their DL and FF is the Fixed Fee. Where FF = ( 0.33 + R) DL + %SubDL, where R is the advertised Complexity Factor and %SubDL is 10% profit allowed on the direct labor of the subconsultants. The Fixed Fee cannot exceed 15% of the DL + OH. 5. The recipient shall not discriminate on the basis of race, color, national original or sex in the award and performance of any US 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 US DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by US 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.0 3801 et seq.). III. IT IS MUTUALLY AGREED, 1. No work shall be commenced by the ENGINEER prior to issuance by the IDOT of a written Notice to Proceed. 2. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amount, 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: the Federal Highways Administration (FHWA) or any authorized representative of the federal government, 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 DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 3. 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 LPA, the DEPARMTENT, and their officers, agents, and employees from all suits, claims, actions or damage liabilities, costs or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery. The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 4. This AGREEMENT may be terminated by the LPA 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 LPA 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 LPA. The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to the date of the written notice of termination. 5. In the event that the DEPARMENT stops payment to the LPA, the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty (30) calendar days, consecutive or in aggregate, over the term of this AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred as a result Completed 11/21/24 Page 3 of 10 BLR 05530 (Rev. 07/08/22) of the suspension and resumption of its services, and the ENGINEER's schedule and fees for the remainder of the project shall be equitably adjusted. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until the completion of construction of any phase of professional services performed by others based upon the service provided herein. All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent professional services are not commenced within 5 years after final payment by the LPA. 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 have harmless the LPA, the DEPARTMENT, and their officers, employees from all suits, claims, actions or damages liabilities, costs or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. 8. The ENGINEER and LPA certify that their respective firm or agency: (a) has not 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 the LPA or the ENGINEER) to solicit or secure this AGREEMENT, (b) has not 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) has not paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for the LPA or the ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. (d) that neither the ENGINEER nor the LPA is/are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, (e) has 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 indicated 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) has not within a three-year period preceding this AGREEMENT had one or more public transaction (Federal, State or local) terminated for cause or default. Where the ENGINEER or LPA is unable to certify to any of the above statements in this certification, an explanation shall be attached to this AGREEMENT. 9. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no claim for damages shall be made by either party. Termination of the AGREEMENT or adjustment of the fee for the remaining services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within six months after the specified completion date. Examples of unforeseen causes include but are not limited to: acts of God or a public enemy; act of the LPA, DEPARTMENT, or other approving party not resulting from the ENGINEER's unacceptable services; fire; strikes; and floods. If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE, the ENGINEER shall apply in writing to the LPA for an extension of time. If approved, the PROJECT SCHEDULE shall be revised accordingly. 10. This certification is required by the Drug Free Workplace Act (30 ILCS 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 DEPARTMENT 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 on grant payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for at least one (1) year but not more than (5) years. For the purpose of this certification, "grantee" or "Contractor" means a corporation, partnership or an 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 contract or grant of $5,000 or more from the DEPARTMENT, as defined 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 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 statue conviction for a violation occurring int he workplace no later than (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 maintain a drug free workplace; Completed 11/21/24 Page 4 of 10 BLR 05530 (Rev. 07/08/22) (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. (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. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act, the ENGINEER, LPA and the Department agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B. Time is of the essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future project. The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting period and work they expect to accomplish during the following period. 11. Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et seq.). 12. For Preliminary Engineering Contracts: (a) That tracing, 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 LPA and that basic survey notes, sketches, charts, CADD files, related electronic files, and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request to the LPA or to the DEPARTMENT, without restriction or limitation as to their use. Any re -use of these documents without the ENGINEER involvement shall be at the LPA's sole risk and will not impose liability upon the ENGINEER. (b) That all reports, plans, estimates and special provisions furnished by the ENGINEER shall conform to the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Manual or any other applicable requirements of the DEPARTMENT, it being understood that all such furnished documents shall be approved by the LPA and the DEPARTMENT 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. AGREEMENT SUMMARY Prime Consultant (Firm) Name I TIN/FEIN/SS Number Agreement Amount HR Green, Inc 42-0927178 $116,746.00 Subconsultants TIN/FEIN/SS Number Agreement Amount Subconsultant Total Prime Consultant Total $116,746.00 Total for all work $116,746.00 Completed 11/21/24 Page 5 of 10 BLR 05530 (Rev. 07/08/22) AGREEMENT SIGNATURES Executed by the LPA Local Public Agency Type The Village of r- a Attest: B Si nature & Date V ,4�44zw I" ' Name of Local Public en ca IkAgency Type Village of Lemont~ 'rw I Village (SEAL) /] L'�Q`s Executed by the ENGINEER: Attest: B Si nature & Date Title Vice President Prime Consultant Firm Name HR Green, Inc Local Public Agency Village of Lemont B (Signature & Date z Title Clerk Village Mayor B Si nature & Date Title Senior Project Manager Completed 11/21/24 Page 6 of 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Village of Lemont HR Green, Inc Cook 24-00060-00-RS To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before described and enumerated below EXHIBIT A SCOPE OF SERVICES FOR FEDERAL PARTICIPATION PROJECTS See attached Exhibit A Scope of Services Completed 11/21/24 Page 7 of 10 BLR 05530 (Rev. 07/08/22) EXHIBIT A HRGreen PROFESSIONAL SERVICES AGREEMENT For Village of Lemont State Street Resurfacing Phase II Engineering Village of Lemont Mr. George Schafer, Village Administrator 418 Main Street Lemont, IL 60439 815.257.1550 Akram Chaudhry HR Green, Inc. 1391 Corporate Drive, Suite 203 McHenry, Illinois 60050 August 28, 2024 Version 2.3 02052021 TABLE OF CONTENTS 1.0 PROJECT UNDERSTANDING 2.0 SCOPE OF SERVICES 3.0 DELIVERABLES INCLUDED IN THIS AGREEMENT 4.0 ITEMS NOT INCLUDED IN AGREEMENT/SUPPLEMENTAL SERVICES 5.0 SERVICES BY OTHERS 6.0 CLIENT RESPONSIBILITIES 7.0 PROFESSIONAL SERVICES FEE 8.0 TERMS AND CONDITIONS Version2.3 02052021 HRGreen. Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 1 of 12 THIS AGREEMENT is between VILLAGE OF LEMONT (hereafter "CLIENT") and HR GREEN, INC. (hereafter "COMPANY"). 1.0 Project Understanding 1.1 General Understanding In general, this AGREEMENT governs the Phase II engineering services required for the roadway resurfacing improvements on State Street from north of 127' Street to Cass Street. 1.2 Design Criteria/Assumptions The following design guidelines will apply to this project: A. IDOT Standard Specifications for Road and Bridge Construction; B. IDOT BLR Manual Chapter 33 for 3R Guidelines; C. Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways; and D. CLIENT Standard Specifications for Improvements. It is assumed the improvements will be constructed within the existing right of way (ROW) and easements; therefore, Plats of Highway and right-of-way (ROW) acquisition services are not included. There are no known drainage issues along the project corridor that requires correction as part of the proposed improvements. It is assumed applicable IDOT Highway Standards will be used for traffic control and protection during construction and detour plans will not be required. 2.0 Scope of Services COMPANY is the prime consultant providing the engineering services to CLIENT for the roadway resurfacing improvements and, as such, all services will be provided through COMPANY. Section 2 is narrated accordingly, though certain tasks may be performed by another or multiple members of the consultant team. The consultant team will also include a geotechnical subconsultant to perform a pavement cores investigation, soils testing for CCDD certification, and cement stabilization mix design. The CLIENT agrees to employ COMPANY to perform the following services: A. Data Collection and Review COMPANY will proactively communicate, and coordinate utility protection, abandonment or relocation as part of the project. The utility coordination efforts will strive to eliminate delays during the construction phase. COMPANY will prepare pre -final and final engineering plans for submission to private utility companies to confirm the location of their utilities within the Version2.3 02052021 HRGreen® Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 2 of 12 project corridor and to address the potential abandonment, protection, or relocation of their facilities. On an ongoing basis, throughout the project duration, COMPANY will respond to utility company's requests for information or respond to project specific questions generally within forty-eight (48) hours upon receipt. Documentation of utility coordination during the prefinal and final plan milestones will be package and submitted to IDOT for review. B. Field Review COMPANY will perform field review and analyze locations for improvements for the project corridor. The following tasks will be completed by COMPANY: 1. COMPANY will perform a cursory field review of the existing curb and gutter, re -surfacing, and patching areas within the project limits. COMPANY will use information collected during this review to make an assessment of general improvements needed. 2. The field reviews will verify roadway measurements and help support the CLIENT in devising the pavement improvement strategy. The resurfacing limits and sidewalk ramp improvement locations will be confirmed. COMPANY will coordinate with the CLIENT to design a Hot Mix Asphalt (HMA) pavement that meets each project corridors needs. C. Topographic Survey COMPANY will recover existing ROW evidence for project. COMPANY will calculate the existing ROW at each intersection that has existing sidewalk or a traffic signal. Right of way will be calculated based on information shown on provided plats of dedication/highways and/or recorded subdivision plats to include on the base map. Topographic Survey will include a portion of approximately forty (40) corners within the survey limits described above. Survey will only include existing visible features and improvements at each pedestrian crossing from the edge of pavement to 30 feet along each sidewalk. COMPANY will generate a MicroStation drawing of the existing features collected along the roadway according to IDOT standards. One (1) foot contours will be generated with the elevations referenced to NAVD88 (U.S. Survey Feet). COMPANY will provide a MicroStation drawing with existing features and improvements within the project limits to be shown D. Contract Plans & Specifications COMPANY will develop a set of plans for the proposed roadway resurfacing plans as defined within the limits described in the Project Understanding Version2.3 02052021 HRGreen® Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 3 of 12 section above. Each set of plans will be submitted to CLIENT for review and concurrence at the 90% and 100% milestones. The plans will also need to be submitted to IDOT, District One for review and approval at the 90% and 100% milestones. The followinq will be provided as part of the contract plans: Item No. of Sheets Cover Sheet 1 Index of Sheets / List of Highway Standards 1 General Notes 1 Summary of Quantities 4 Typical Sections 2 ADA Ramp Details 20 Resurfacing & Pavement Striping Plans 50 scale 4 [DOT District 1 & Miscellaneous Details 6 Total No. of Sheets 39 Detailed landscaping plans are not included in this AGREEMENT. Landscaping along the project corridor will consist of only a combination of topsoil, seeding and fertilizer to restore disturbed areas. Specifications COMPANY will prepare the following specifications (as applicable) for inclusion in the contract documents: 1. Supplemental Specifications and Recurring Special Provisions; 2. Project Specific Special Provisions (including those required by CLIENT and IDOT, District One); 3. BLR Special Provisions; and 4. BDE Special Provisions. Construction Estimates Engineer's opinions of probable construction cost (EOPC) will be developed at the pre -final (90%) and final (100%) stages during the design process so that the CLIENT has the most current cost estimate. These costs will be determined using pay items and the latest historical unit prices available for the area. The EOPC will also be submitted to IDOT at the pre -final (90%) and final (100%) stages. Lump sum pay items will require a separate detailed breakdown of the estimated costs. Version2.3 02052021 HRGreen© Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 4 of 12 The estimate of time (EOT) will be developed based upon pay items and quantities and will be used to develop the number of working days or completion date for the project. Two (2) EOT submittals to the CLIENT and IDOT are anticipated at the pre - final (90%), and final (100%) stages. E. Meetings and Coordination Multiple coordination meetings will be required during the project. COMPANY will coordinate the meeting times and locations with the attendees, provide required exhibits, and include preparation of meeting minutes. The coordination and meetings are estimated below: COMPANY will attend the following meetings; • One (1) coordination meeting at CLIENT (2 representatives); • One (1) Phase II kickoff meeting with IDOT via video conference call (2 representatives); COMPANY will attend additional meetings upon CLIENT request on a time and material basis. F. Quality Assurance and Quality Control Quality Assurance and Quality Control (QA/QC) will be provided in accordance with COMPANY's current Quality Manual (QM), which outlines processes for project planning, including design input, outputs, review, and verification. The QM also outlines internal processes, such as standardization, internal project audits, selection/rating of subconsultants, and monitoring of deliverables. COMPANY will perform the following reviews prior to each of the two (2) milestone submittals (prefinal and final): • Quality Control Check — Project Manager; • Peer Review — Senior Engineer not involved with project on a daily basis; and • Constructability Review — Construction Personnel. G. Administration COMPANY will conduct general project administration throughout the duration of the project, including management and oversight of the project team; periodic review of the project execution; document control; scope, schedule and budget monitoring; billing and invoicing; contract file management; and preparation of monthly progress reports. Version2.3 02052021 Professional Services Agreement State Street Resurfacing 2303599.01 H RGreen Aug gPage 5 of 12 3.0 Deliverables and Schedules Included in this Agreement The following deliverables will be generated for each of the three (3) roads included in this project and are included in this AGREEMENT: A. 90% Prefinal Plans, Specifications & Estimates B. 100% Final Plans, Specifications & Estimates C. Meeting minutes of all meetings attended. The schedule below was prepared to include reasonable allowances for review and approval times required by the CLIENT and public authorities having jurisdiction over the project. This schedule shall be equitably adjusted as the project progresses, allowing for changes in the scope of the project requested by the CLIENT or for delays or other causes beyond the control of COMPANY. COMPANY shall complete the contract plans to maintain an estimated September 2025 State letting date. If notice to proceed is given at a later date, the time of completion shall be extended accordingly. 4.0 Items not included in Agreement/Supplemental Services The following items are not included as part of this AGREEMENT: A. Construction Engineering & Material Testing Services B. Plat of Survey or Plat of Easement C. Public Involvement Meeting(s) D. Traffic Counts E. Roadway profile or cross section drawings F. Stormwater Pollution Prevention Plan (SWPPP) G. Attendance at any meetings not specifically indicated herein Supplemental services not included in the AGREEMENT can be provided by COMPANY under separate agreement, if desired. 5.0 Services by Others A. Soil Borings, Pavement Cores, & CCDD Soils Analysis. 6.0 Client Responsibilities A. Provide crash reports B. Provide drainage history letter C. Participate in design reviews Version2.3 02052021 Professional Services Agreement State Street Resurfacing 2303599.01 HRGreen® Aug gPage 6 of 12 7.0 Professional Services Fee 7.1 Fees The fee for services will be based on cost plus fixed fee, not to exceed as detailed in Exhibit A. 7.2 Invoices Invoices for COMPANY's services will be submitted, on a monthly basis. Invoices will be due and payable upon receipt in accordance with the Illinois Prompt Payment Act 50ILCS 505. 7.3 Extra Services Any service required but not included as part of this AGREEMENT shall be considered extra services. Extra services will be billed on a Time and Material basis with prior approval of the CLIENT. 7.4 Exclusion This fee does not include attendance at any meetings or public hearings other than those specifically listed in the Scope of Services. These service items are considered extra and are billed separately on an hourly basis. 7.5 Payment The CLIENT AGREES to pay COMPANY on cost plus fixed fee, not to exceed as detailed in Exhibit A. Version2.3 02052021 HRGreen 8.0 Terms and Conditions Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 7 of 12 The following Terms and Conditions are incorporated into this AGREEMENT and made a part of it. 8.1 Standard of Care Services provided by COMPANY under this AGREEMENT will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing at the same time and in the same or similar locality. 8.2 Entire Agreement This AGREEMENT and its attachments constitute the entire understanding between CLIENT and COMPANY relating to COMPANY's services. Any prior or contemporaneous agreements, promises, negotiations, or representations not expressly set forth herein are of no effect. Subsequent modifications or amendments to this AGREEMENT shall be in writing and signed by the parties to this AGREEMENT. If the CLIENT, its officers, agents, or employees request COMPANY to perform extra services pursuant to this AGREEMENT, CLIENT will pay for the additional services even though an additional written agreement is not issued or signed. 8.3 Time Limit and Commencement of Services This AGREEMENT must be executed within ninety (90) days to be accepted under the terms set forth herein. The services will be commenced immediately upon receipt of this signed AGREEMENT. 8.4 Suspension of Services If the Project or the COMPANY'S services are suspended by the CLIENT for more than thirty (30) calendar days, consecutive or in the aggregate, over the term of this AGREEMENT, the COMPANY shall be compensated for all services performed and reimbursable expenses incurred prior to the receipt of notice of suspension. In addition, upon resumption of services, the CLIENT shall compensate the COMPANY for expenses incurred as a result of the suspension and resumption of its services, and the COMPANY'S schedule and fees for the remainder of the Project shall be equitably adjusted. If the COMPANY'S services are suspended for more than ninety (90) days, consecutive or in the aggregate, the COMPANY may terminate this AGREEMENT upon giving not less than five (5) calendar days' written notice to the CLIENT. If the CLIENT is in breach of this AGREEMENT, the COMPANY may suspend performance of services upon five (5) calendar days' notice to the CLIENT. The COMPANY shall have no liability to the CLIENT, and the CLIENT agrees to make no claim for any delay or damage as a result of such suspension caused by any breach of this AGREEMENT by the CLIENT. Upon receipt of payment in full of all outstanding sums due from the CLIENT, or curing of such other breach which caused the COMPANY to suspend services, the COMPANY shall resume services and there shall be an equitable adjustment to the remaining project schedule and fees as a result of the suspension. 8.5 Books and Accounts COMPANY will maintain books and accounts of payroll costs, travel, subsistence, field, and incidental expenses for a period of five (5) years. Said books and accounts will be available at all reasonable times for examination by CLIENT at the corporate office of COMPANY during that time. 8.6 Insurance COMPANY will maintain insurance for claims under the Worker's Compensation Laws, and from General Liability and Automobile claims for bodily injury, death, or property damage, and Professional Liability insurance caused by the negligent performance by COMPANY's employees of the functions and services required under this AGREEMENT. 8.7 Termination or Abandonment Either party has the option to terminate this AGREEMENT. In the event of failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party, then the obligation to provide further services under this AGREEMENT may be terminated upon seven (7) days' written notice. If any portion of the services is terminated or abandoned by CLIENT, the provisions of this Schedule of Fees and Conditions Version2.3 02052021 HRGreen. Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 8 of 12 in regard to compensation and payment shall apply insofar as possible to that portion of the services not terminated or abandoned. If said termination occurs prior to completion of any phase of the project, the fee for services performed during such phase shall be based on COMPANY's reasonable estimate of the portion of such phase completed prior to said termination, plus a reasonable amount to reimburse COMPANY for termination costs. 8.8 Waiver COMPANY's waiver of any term, condition, or covenant or breach of any term, condition, or covenant, shall not constitute a waiver of any other term, condition, or covenant, or the breach thereof. 8.9 Severability If any provision of this AGREEMENT is declared invalid, illegal, or incapable of being enforced by any Court of competent jurisdiction, all of the remaining provisions of this AGREEMENT shall nevertheless continue in full force and effect, and no provision shall be deemed dependent upon any other provision unless so expressed herein. 8.10 Successors and Assigns All of the terms, conditions, and provisions hereof shall inure to the benefit of and are binding upon the parties hereto, and their respective successors and assigns, provided, however, that no assignment of this AGREEMENT shall be made without written consent of the parties to this AGREEMENT. 8.11 Third -Party Beneficiaries Nothing contained in this AGREEMENT shall create a contractual relationship with or a cause of action in favor of a third party against either the CLIENT or the COMPANY. The COMPANY's services under this AGREEMENT are being performed solely for the CLIENT's benefit, and no other party or entity shall have any claim against the COMPANY because of this AGREEMENT or the performance or nonperformance of services hereunder. The CLIENT and COMPANY agree to require a similar provision in all contracts with contractors, subcontractors, sub -consultants, vendors and other entities involved in this project to carry out the intent of this provision. 8.12 Governing Law and Jurisdiction The CLIENT and the COMPANY agree that this AGREEMENT and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of the State of Illinois without regard to any conflict of law provisions, which may apply the laws of other jurisdictions. It is further agreed that any legal action between the CLIENT and the COMPANY arising out of this AGREEMENT or the performance of the services shall be brought in a court of competent jurisdiction in the State of Illinois. 8.13 Dispute Resolution Mediation. In an effort to resolve any conflicts that arise during the design or construction of the project or following the completion of the project, the CLIENT and COMPANY agree that all disputes between them arising out of or relating to this AGREEMENT shall be submitted to non -binding mediation unless the parties mutually agree otherwise. The CLIENT and COMPANY further agree to include a similar mediation provision in all agreements with independent contractors and consultants retained for the project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with subcontractors, sub -consultants, suppliers or fabricators so retained, thereby providing for mediation as the primary method for dispute resolution between the parties to those agreements. 8.14 Attorney's Fees If litigation arises for purposes of collecting fees or expenses due under this AGREEMENT, the Court in such litigation shall award reasonable costs and expenses, including attorney fees, to the party justly entitled thereto. In awarding attorney fees, the Court shall not be bound by any Court fee schedule, but shall, in the interest of justice, award the full amount of costs, expenses, and attorney fees paid or incurred in good faith. 8.15 Ownership of Instruments of Service All reports, plans, specifications, field data, field notes, laboratory test data, calculations, estimates and other documents including all documents on electronic media prepared by COMPANY as instruments of service shall remain the property of COMPANY. COMPANY shall retain these records for a period of five (5) years following Version2.3 02052021 HRGreenx.> Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 9 of 12 completion/submission of the records, during which period they will be made available to the CLIENT at all reasonable times. 8.16 Reuse of Documents All project documents including, but not limited to, plans and specifications furnished by COMPANY under this project are intended for use on this project only. Any reuse, without specific written verification or adoption by COMPANY, shall be at the CLIENT's sole risk, and CLIENT shall defend, indemnify and hold harmless COMPANY from all claims, damages and expenses including attorneys' fees arising out of or resulting therefrom. Under no circumstances shall delivery of electronic files for use by the CLIENT be deemed a sale by the COMPANY, and the COMPANY makes no warranties, either express or implied, of merchantability and fitness for any particular purpose. In no event shall the COMPANY be liable for indirect or consequential damages as a result of the CLIENT's use or reuse of the electronic files. 8.17 Failure to Abide by Design Documents or To Obtain Guidance The CLIENT agrees that it would be unfair to hold COMPANY liable for problems that might occur should COMPANY'S plans, specifications or design intents not be followed, orfor problems resulting from others' failure to obtain and/or follow COMPANY'S guidance with respect to any errors, omissions, inconsistencies, ambiguities or conflicts which are detected or alleged to exist in or as a consequence of implementing COMPANY'S plans, specifications or other instruments of service. Accordingly, the CLIENT waives any claim against COMPANY, and agrees to defend, indemnify and hold COMPANY harmless from any claim for injury or losses that results from failure to follow COMPANY'S plans, specifications or design intent, or for failure to obtain and/or follow COMPANY'S guidance with respect to any alleged errors, omissions, inconsistencies, ambiguities or conflicts contained within or arising as a result of implementing COMPANY'S plans, specifications or other instruments of service. The CLIENT also agrees to compensate COMPANY for any time spent and expenses incurred remedying CLIENT's failures according to COMPANY'S prevailing fee schedule and expense reimbursement policy. 8.18 Opinion of Probable Construction Cost As part of the Deliverables, COMPANY may submit to the CLIENT an opinion of probable cost required to construct work recommended, designed, or specified by COMPANY, if required by CLIENT. COMPANY is not a construction cost estimator or construction contractor, nor should COMPANY'S rendering an opinion of probable construction costs be considered equivalent to the nature and extent of service a construction cost estimator or construction contractor would provide. This requires COMPANY to make a number of assumptions as to actual conditions that will be encountered on site; the specific decisions of other design professionals engaged; the means and methods of construction the contractor will employ; the cost and extent of labor, equipment and materials the contractor will employ; contractor's techniques in determining prices and market conditions at the time, and other factors over which COMPANY has no control. Given the assumptions which must be made, COMPANY cannot guarantee the accuracy of its opinions of cost, and in recognition of that fact, the CLIENT waives any claim against COMPANY relative to the accuracy of COMPANY'S opinion of probable construction cost. 8.19 Design Information in Electronic Form Because electronic file information can be easily altered, corrupted, or modified by other parties, either intentionally or inadvertently, without notice or indication, COMPANY reserves the right to remove itself from its ownership and/or involvement in the material from each electronic medium not held in its possession. CLIENT shall retain copies of the work performed by COMPANY in electronic form only for information and use by CLIENT for the specific purpose for which COMPANY was engaged. Said material shall not be used by CLIENT or transferred to any other party, for use in other projects, additions to this project, or any other purpose for which the material was not strictly intended by COMPANY without COMPANY's express written permission. Any unauthorized use or reuse or modifications of this material shall be at CLIENT'S sole risk. Furthermore, the CLIENT agrees to defend, indemnify, and hold COMPANY harmless from all claims, injuries, damages, losses, expenses, and attorneys' fees arising out of the modification or reuse of these materials. The CLIENT recognizes that designs, plans, and data stored on electronic media including, but not limited to computer disk, magnetic tape, or files transferred via email, may be subject to undetectable alteration and/or uncontrollable deterioration. The CLIENT, therefore, agrees that COMPANY shall not be liable for the completeness or accuracy of any materials provided on electronic media after a 30-day inspection period, during which time COMPANY shall correct any errors detected by the CLIENT to complete the design in accordance Version2.3 02052021 Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 10 of 12 with the intent of the contract and specifications. After 40 days, at the request of the CLIENT, COMPANY shall submit a final set of sealed drawings, and any additional services to be performed by COMPANY relative to the submitted electronic materials shall be subject to separate agreement. The CLIENT is aware that differences may exist between the electronic files delivered and the printed hard -copy construction documents. In the event of a conflict between the signed construction documents prepared by the COMPANY and electronic files, the signed or sealed hard -copy construction documents shall govern. 8.20 Information Provided by Others The CLIENT shall furnish, at the CLIENT's expense, all information, requirements, reports, data, surveys and instructions required by this AGREEMENT. The COMPANY may use such information, requirements, reports, data, surveys and instructions in performing its services and is entitled to rely upon the accuracy and completeness thereof. The COMPANY shall not be held responsible for any errors or omissions that may arise as a result of erroneous or incomplete information provided by the CLIENT and/or the CLIENT's consultants and contractors. COMPANY is not responsible for accuracy of any plans, surveys or information of any type including electronic media prepared by any other consultants, etc. provided to COMPANY for use in preparation of plans. The CLIENT agrees, to the fullest extent permitted by law, to indemnify and hold harmless the COMPANY from any damages, liabilities, or costs, including reasonable attorneys' fees and defense costs, arising out of or connected in any way with the services performed by other consultants engaged by the CLIENT. COMPANY is not responsible for accuracy of topographic surveys provided by others. A field check of a topographic survey provided by others will not be done under this AGREEMENT unless indicated in the Scope of Services. 8.21 Force Majeure The CLIENT agrees that the COMPANY is not responsible for damages arising directly or indirectly from any delays for causes beyond the COMPANY's control. CLIENT agrees to defend, indemnify, and hold COMPANY, its consultants, agents, and employees harmless from any and all liability, other than that caused by the negligent acts, errors, or omissions of COMPANY, arising out of or resulting from the same. For purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes; severe weather disruptions or other natural disasters or acts of God; fires, riots, war or other emergencies; disease epidemic or pandemic; failure of any government agency to act in a timely manner; failure of performance by the CLIENT or the CLIENT'S contractors or consultants; or discovery of any hazardous substances or differing site conditions. Severe weather disruptions include but are not limited to extensive rain, high winds, snow greater than two (2) inches and ice. In addition, if the delays resulting from any such causes increase the cost or time required by the COMPANY to perform its services in an orderly and efficient manner, the COMPANY shall be entitled to a reasonable adjustment in schedule and compensation. 8.22 Job Site Visits and Safety Neither the professional activities of COMPANY, nor the presence of COMPANY'S employees and sub - consultants at a construction site, shall relieve the general contractor and any other entity of their obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, superintending or coordinating all portions of the work of construction in accordance with the contract documents and any health or safety precautions required by any regulatory agencies. COMPANY and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. The CLIENT agrees that the general contractor is solely responsible for job site safety, and warrants that this intent shall be made evident in the CLIENT's AGREEMENT with the general contractor. The CLIENT also agrees that the CLIENT, COMPANY and COMPANY'S consultants shall be indemnified and shall be made additional insureds on the general contractor's and all subcontractor's general liability policies on a primary and non-contributory basis. 8.23 Hazardous Materials CLIENT hereby understands and agrees that COMPANY has not created nor contributed to the creation or existence of any or all types of hazardous or toxic wastes, materials, chemical compounds, or substances, or any other type of environmental hazard or pollution, whether latent or patent, at CLIENT's premises, or in connection with or related to this project with respect to which COMPANY has been retained to provide professional services. The compensation to be paid COMPANY for said professional services is in no way commensurate with, and has not been calculated with reference to, the potential risk of injury or loss which may Version2.3 02052021 Professional Services Agreement State Street Resurfacing 2303599.01 August 28, 2024 Page 11 of 11 be caused by the exposure of persons or property to such substances or conditions. Therefore, to the fullest extent permitted by law, CLIENT agrees to defend, indemnify, and hold COMPANY, its officers, directors, employees, and consultants, harmless from and against any and all claims, damages, and expenses, whether direct, indirect, or consequential, including, but not limited to, attorney fees and Court costs, arising out of, or resulting from the discharge, escape, release, or saturation of smoke, vapors, soot, fumes, acid, alkalis, toxic chemicals, liquids gases, or any other materials, irritants, contaminants, or pollutants in or into the atmosphere, or on, onto, upon, in, or into the surface or subsurface of soil, water, or watercourses, objects, or any tangible or intangible matter, whether sudden or not. It is acknowledged by both parties that COMPANY'S Scope of Services does not include any services related to asbestos or hazardous or toxic materials. In the event COMPANY or any other party encounters asbestos or hazardous or toxic materials at the job site, or should it become known in any way that such materials may be present at the job site or any adjacent areas that may affect the performance of COMPANY'S services, COMPANY may, at its option and without liability for consequential or any other damages, suspend performance of services on the project until the CLIENT retains appropriate specialist consultant(s) or contractor(s) to identify, abate and/or remove the asbestos or hazardous or toxic materials, and warrants that the job site is in full compliance with applicable laws and regulations. Nothing contained within this AGREEMENT shall be construed or interpreted as requiring COMPANY to assume the status of a generator, storer, transporter, treater, or disposal facility as those terms appear within the Resource Conservation and Recovery Act, 42 U.S.C.A., §6901 et seq., as amended, or within any State statute governing the generation, treatment, storage, and disposal of waste. 8.24 Certificate of Merit The CLIENT shall make no claim for professional negligence, either directly or in a third party claim, against COMPANY unless the CLIENT has first provided COMPANY with a written certification executed by an independent design professional currently practicing in the same discipline as COMPANY and licensed in the State in which the claim arises. This certification shall: a) contain the name and license number of the certifier; b) specify each and every act or omission that the certifier contends is a violation of the standard of care expected of a design professional performing professional services under similar circumstances; and c) state in complete detail the basis for the certifier's opinion that each such act or omission constitutes such a violation. This certificate shall be provided to COMPANY not less than thirty (30) calendar days prior to the presentation of any claim or the institution of any judicial proceeding. 8.25 Limitation of Liability In recognition of the relative risks and benefits of the Project to both the CLIENT and the COMPANY, the risks have been allocated such that the CLIENT agrees, to the fullest extent permitted by law, to limit the liability of the COMPANY and COMPANY'S officers, directors, partners, employees, shareholders, owners and sub - consultants for any and all claims, losses, costs, damages of any nature whatsoever or claims expenses from any cause or causes, including attorneys' fees and costs and expert witness fees and costs, so that the total aggregate liability of the COMPANY and COMPANY'S officers, directors, partners, employees, shareholders, owners and sub -consultants shall not exceed $50,000.00, or the COMPANY'S total fee for services rendered on this Project, whichever is greater. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. 8.26 Design Without Construction Observation It is agreed that the professional services of COMPANY do not extend to or include the review or site observation of the contractor's work or performance and the CLIENT assumes all responsibility for interpretation of the contract documents and for construction observation. It is further agreed that the CLIENT will defend, indemnify and hold harmless COMPANY from any claim or suit whatsoever, including but not limited to all payments, expenses or costs involved, arising from the contractor's performance or the failure of the contractor's work to conform to the design intent and the contract documents. COMPANY agrees to be responsible for its employees' negligent acts, errors or omissions. 8.27 Municipal Advisor The COMPANY is not a Municipal Advisor registered with the Security and Exchange Commission (SEC) as defined in the Dodd -Frank Wall Street Reform and Consumer Protection Act. When the CLIENT is a municipal entity as defined by said Act, and the CLIENT requires project financing information for the services performed under this AGREEMENT, the CLIENT will provide the COMPANY with a letter detailing who their independent registered municipal advisor is and that the CLIENT will rely on the advice of such advisor. A sample letter can be provided to the CLIENT upon request. Version2.3 02052021 Local Public Agency Prime Consultant (Firm) Name County Section Number Village of Lemont HR Green, Inc —� Cook 24-00060-00-RS EXHIBIT B PROJECT SCHEDULE Pre -Final PS&E submittal to IDOT: April 11, 2025 Final PS&E Submittal to IDOT: June 9, 2025 IDOT Letting: September 19, 2025 Completed11/21/24 Page 8 of 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant (Firm) Name County Section Number Village of Lemont HR Green, Inc Cook 24-00060-00-RS= Exhibit C Qualification Based Selection (QBS) Checklist The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed. Under the threshold, QBS requirements do not apply. The threshold is adjusted annually. If the value is under the threshold with federal funds being used, federal small purchase guidelines must be followed. ❑ Form Not Applicable (engineering services less than the threshold) Items 1-13 are required when using federal funds and QBS process is applicable. Items 14-16 are required when using State funds and the QBS process is applicable. No Yes 1 Do the written QBS policies and procedures discuss the initial administration (procurement, management ❑ and administration) concerning engineering and design related consultant services? 2 Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and ❑ specifically Section 5-5.06 (e) of the BLRS Manual? 3 Was the scope of services for this project clearly defined? ❑ 4 Was public notice given for this project? ❑ If yes Due date of submittal 1 1 /28/23 Methods used for advertisement and dates of advertisement Newspaper publication in Lemont Suburban Life, November 10, 2023 5 Do the written QBS policies and procedures cover conflicts of interest? ❑ 6 Do debarment? the written QBS policies and procedures use covered methods of verification for suspension and ❑ 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ Project Criteria Weighting Experience and Qualifications of Firm 20% Experience and Qualifications of Staff 20% Project Understanding and Technical Approach 30% Past Performance 20% Ability of Firm and Key Personnel to Meet Project Schedule 10% 8 Do the written QBS policies and procedures discuss the method of selection? ❑ TO Selection committee (titles) for this project Director of Public Works, Operations Supervisor, and Water & Sewer Superintendent Top three consultants ranked for this project in order HR Green NA 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ 10 Were negotiations for this project performed in accordance with federal requirements. ❑ 11 Were acceptable costs for this project verified? ❑ 12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding the request for reimbursement to IDOT for further review and approval? ❑ 13 Do the written QBS policies and procedures cover ongoing and finalizing administration of the project (monitoring, evaluation, closing -out a contract, records retention, responsibility, remedies to violations or breaches to a contract, and resolution of disputes)? ❑ 14 QBS according to State requirements used? ❑ 15 Existing relationship used in lieu of QBS process? © ❑ Completed 11/21/24 Page 9 of 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant (Firm) Name County Section Number Village of Lemont JHR Green, Inc Cook 24-00060-00-RS 16 LPA is a home rule community (Exempt from QBS). X1 ❑ Completed 11/21/24 Page 10 of 10 BLR 05530 (Rev. 07/08/22) SHAW MEDIA EST. 1851 PO BOX 250 CRYSTAL LAKE IL 60039-0250 (815)459-4040 ORDER CONFIRMATION Salesperson: BARBARA BEHRENS ----------------------------------------------------------------------------- Printed at 11/07/23 11:01 by bbehr-sm Acct #: 10074590 Ad #: 2122554 Status: New VILLAGE OF LEMONT Start: 11/10/2023 Stop: 11/10/2023 ATTN: ACCTS PAYABLE Times Ord: 1 Times Run: *** 418 MAIN STREET CLEG 1.00 X 65.00 Words: 194 LEMONT IL 60439 Total CLEG 65.00 Class: C8100 PUBLIC NOTICES Rate: LEGAL Cost: 103.90 # Affidavits: 3 Ad Descrpt: RFQ IDOT ENGINEERING SERV Contact: KAY ARGO Descr Cont: 2122554 Phone: (630)257-1590 Given by: TED FRIEDLEY Fax#: P.O. #: Email: invoices@lemont.il.us Created: bbehr 11/07/23 10:57 Agency: ----------------------------------------------------------------------------- Last Changed: bbehr 11/07/23 11:01 URL: Source: Section: _ Page: Camera Ready: N Group: LEGALS AdType: Misc: Proof: _ Pickup Date: Ad#: Delivery Instr: Pickup Src: Changes: None Copy _ Art Size _ Copy Chg Every Run Coupon: Color.. Gang Ad #: Ad Copy Method: Special Instr: --------------------------------------------------------------------- COMMENTS: COPIED from AD 2108998 ----------------------------------------------------------------------------- PUB ZONE EDT TP RUN DATES SLM LMR 97 S 11/10 WES CL 99 S 11/10 APNW ----------------------------------------------------------------------------- CL 97 S 11/10 (CONTINUED ON NEXT PAGE) SHAW MEDIA EST. 1851 PO BOX 250 CRYSTAL LAKE IL 60039-0250 (815)459-4040 ORDER CONFIRMATION (CONTINUED) Salesperson: BARBARA BEHRENS Printed at 11/07/23 11:01 by bbehr-sm ----------------------------------------------------------------------------- Acct #: 10074590 Ad #: 2122554 Status: New PUBLIC NOTICE The Village of Lemont is soliciting Requests for Qualifications (RFQ) for IDOT Pre -Qualified engi- neering firms to provide Preliminary (Phase 1), Design (Phase II), and Construction (Phase III) Engineering Services for the State Street Resurfac- ng project between 127th Street and Cass Street. This project is being fund- ed through a combination of Surface Transportation Program (STP) and Local Funds and must adhere to all Village, State and Federal requirements. Interested firms may con- tact the Village of Lemont Public Works office at (630) 257-2532 for a copy of the Request for Qualifications, which con- tains a detailed description of the project, Conflict of Interest forms, and specific requirements for the format and content of the submittal. Sealed Qualifications for this project must be received before 9:00 a.m. on Tuesday, November 28, 2023, at the Village Public Works Office, 16680 New Avenue, Lemont, IL 60439. All submittals must include a Conflict of Interest Form and must not contain any cost information. Qualifications will be evaluated, and the top three qualified firms will be ranked for the purpose of negotiating a contract. Presentations will not be required for this project. (Published in Lemont Suburban Life November 10,2023)2122554 THE VILLAGE OF LEMONT POLICY FOR QUALIFICATION BASED SELECTION OF ENGINEERING AND PROFESSIONAL SERVICES SECTION 1 The Village hereby adopts the following policy which is to be used on any design or construction project that involves the use of Surface Transportation Program funds, the use of Federal funds, or any other project for which the Illinois Department of Transportation or any State or Federal law requires qualification -based selection as a precondition to the use of funds: The Village of Lemont ("Village") receives Federal funds, which may be used to fund engineering, design and construction related consultant services. This written policy for Qualification Based Selection ("QBS") is intended to meet the requirements of 23 CFR 172 andthe Brooks Act. This policy shall be used for projects that involve the use of funding from the Illinois Department of Transportation ("IDOT") as part of the Surface Transportation Program, or for any design or construction project otherwise involving the use of federal funding or as required by state or federal law. Initial Administration - The Village's Director of Public Works will handle the day-to-day management and administration of projects for which a consultant is hired under this policy. 2. Written Policies and Procedures - The Village believes that this QBS policy substantially follows Section 5-5 of the Bureau of Local Roads & Streets Manual, specifically Section 5-5.06(e); therefore, approval from IDOT is not required. 3. Project Description - The Village will create a project description for any project for which this QBS procedure will be used. The Village will use the following 5 criteria when developing the project description and may include additional items when unique circumstances exist: • Describe in general terms the need, purpose, and objective ofthe project; • Identify the various project components; • Establish the desired timetable; • Identify any expected problems; • Determine the total project budget. 4. Legal Notice - The Village will publish a legal notice in a newspaper with general circulation within the Village to notify consultants that the Village is accepting statements of interest or proposals for consulting services on the project. The announcement item will be published at least 14 days prior to the final acceptance of statements of interest or proposals. The Village will determine on a case by case basis if interviews and presentations will be needed, and if the Village will require interviews and presentations for the statements of interest or proposals, the legal notice shall so state. The legal notice will generally include a brief description of the, project and inform the public that the Village is accepting statements of interest and/or proposals from consultants for the project. The legal notice for proposals shall include the evaluation criteria, as described in Section 7 of this policy. The Village will make available more detailed information which consultants interested in submitting proposals may obtain from the Village upon request. 5. Conflict of Interest - The Village requires consultants to submit a disclosure statement with their proposal, using the IDOT BIDE DISC 2 Template as their conflict of interest form. 6. Suspension and Debarment - The Village will use SAM Exclusions, IDOT's CPO's website and the three other state CPO's websites to verify suspensions and debarment actions to ensure the eligibility of firms short listed and selected for projects. 7. Evaluation Factors — For proposals, the Director of Public Works, Operations Supervisor and Water Superintendent from the Public Works Department will set the evaluation factors for each project. But the factors must include a minimum of 5 criteria and stay within the established weighting range. The maximum of the evaluation factors of Disadvantaged Business Enterprises (DBEs) and local presence combined will not be more than 10% on projects where federal funds are used, Project specific evaluation factors will be included at a minimum in the Request for Proposals. Unless otherwise provided, the following criteria and weighting range will be used: Firm Experience and Qualifications - 20%, Staff Experience and Qualifications - 20%, Project Understanding and Technical Approach - 30%, Past Performance - 20%, and Firm and Staffs Ability to Meet Project Schedule - 10%. In no case shall the Village seek formal or informal submission of verbal, written, or sealed estimates of costs or proposals in terms of dollars, hours required, percentage of construction cost, or any other measure of compensation prior to selecting a consultant for negotiation. 8. Selection - The Village shall us'e a three -person selection committee. The selection committee members shall be the Director of Public Works. Operations Supervisor and Water and Sewer Superintendent. The selection committee members must certify that they do not have a conflict of interest. In the event of a conflict of interest, a replacement selection committee member shall be chosen by the Mayor for that project. The Village requires each member of the selection committee to provide an independent score for each proposal using the form below prior to the selection committee meeting. Criteria Weighting Points Firm 1 Firm 2 Firm 3 ff 'ml y Experience and Qualifications 20% 15 / � �� � ;� of Firm Experience and 20% 30 Z % G cc ZD Qualifications of Staff Project Understanding and 30% 15 Technical Approach Past Performance 20% 20 1 q Ability of Firm and Key Personnel to Meet Project 10% 20 a / 6 /4 Schedule Total 100% 100 73 /3 5-3 93 The selection committee members' scores are averaged for a committee score which is used to establish a short list of three firms. The committee score is adjusted by the committee based on group discussion to develop a final ranking. 9. Independent Estimate - The Director of Public Works will prepare an independent in- house estimate for the project prior to contract negotiation to be used in the negotiation. 10. Contract Negotiation -The Director of Public Works shall negotiate with firms, starting with the firm ranked highest by the selection committee and then moving on to the next highest ranked firm if the Director of Public Works is unable to reach satisfactory terms with the highest ranked firm. The Director of Public Works may delegate this responsibility to other officers or employees of the Village. 11. Acceptable Costs - The Village Treasurer shall review the contract costs and the indirect cost rates to assure they are compliant with Federal cost principles prior to submission to IDOT. 12. Invoice Processing - The Director of Public Works shall review and approve all invoices prior to payment and submission to IDOT for reimbursement. 13. Proiect Administration - The Director of Public Works shall monitor work on the project in accordance with the contract and file reports with the Village Clerk's Office. The Director of Public Works shall perform an evaluation of the consultant's work at the end of each project, and shall maintain a report of the evaluation in the Village's consultant information database. The Village follows IDOT's requirements and the required submission of BLRS Form 05613 to IDOT at contract close-out along with the final invoice. SECTION 2 Should any section, paragraph, sentence, clause or phrase of this policy, or its application to any person or circumstance, be declared unconstitutional or otherwise invalid for any reason, such decision shall not affect the validity of the remaining portions of the policy. 19383 Qualification Policy ❑ WLU F_ fA 00 S Q Fc X Y W O : U- 7 z ;9 U O c0 O W U d y C,4 ❑ C E = 00 LO C 5 M L E; E CD O M Z CL O O d C 0 0 a m LD 2 E O cm a � U n cl, E M Q O R w� U E z �m Z r C 9 i� co @ E N (9 N p C a ° m L) Y E d .. f=C 3 o c C = a Ln V N U N C%: E r G N CD cn 0 NU~ L O O r- W O w O d J> a= U t z w 0 0 it�i O fV r W w W O U Q < LL LL W }. Oo SI—o W X > J OE O U W J m � F a W z LO r W a a z Z O (U W 0 Q J J N N NC. J V O N N N e- r- C) :n } a c Q LU n W ❑ ❑ ❑ U z Q W N z O U 0 0 (j 00 R O O O ,L. O O LO LC) U C CO Cfl O LO N O O N N O N � J � O d N N � O O N N � N ` O c1 U- y O M z NO O Q O Q C) U) U) LU LO LO O J 0] a O O Local Public Agency County Section Number Villaae of Lemont lCook 24-00060-00-RS Consultant / Subconsultant Name Job Number HR Green, Inc. D-91-240-24 —� PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE1 86.00 ESCALATION FACTORI 1.00% CLASSIFICATION IDOT PAYROLL RATES ON FILE CALCULATED RATE Project Manager $79.33 $80.12 Project Engineer 11 $4884 $49.33 Senior Design Technician $42.99 $43.42 Senior Project Manager $76.94 $77.71 Staff' Land Surveyor It $40.25 $40.65 Project Land Surveyor 1 $49.75 $50.25 Lead Engineer $6047 $61.07 Project Coordinator $30:15 $30.45 BLR 05514 (Rev. 02/09/23) Printed 11/21/2024 11:37 AM RATES Page 2 of 6 Local Public Agency County Section Number Village of Lemont Cook 24-00060-00-RS Consultant / Subconsultant Name Job Number HR Green, Inc. D-91-240-24 DIRECT COSTS WORKSHEET List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET ITEM ALLOWABLE QUANTITY CONTRACT RATE TOTAL Lodging (per GOVERNOR'S TRAVEL CONTROL BOARD) Actual Cost (Up to state rate maximum) $0.00 Lodging Taxes and Fees (per GOVERNOR'S TRAVEL CONTROL BOARD Actual Cost $0.00 Air Fare Coach rate, actual cost, requires minimum two weeks' notice, with prior IDOT approval $0.00 Vehicle Mileage per GOVERNOR'S TRAVEL CONTROL BOARD Up to state rate maximum 480 $0.66 - $316.80 Vehicle Owned or Leased $32.50/half day (4 hours or less) or $65/full day $0.00 Vehicle Rental Actual Cost (Up to $55/day) $0.00 Tolls Actual Cost $0.00 Parking Actual Cost $0.00 Overtime Premium portion (Submit supporting documentation) $0.00 Shift Differential Actual Cost (Based on firm's policy) $0.00 Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation) $0.00 Copies of Deliverables/Mylars (In-house) Actual Cost (Submit supporting documentation) $0.00 Copies of Deliverables/Mylars (Outside) Actual Cost (Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost $0.00 Monuments (Permanent) Actual Cost $0.00 Photo Processing Actual Cost $0.00 2-Way Radio (Survey or Phase III Only) Actual Cost $0.00 Telephone Usage (Traffic System Monitoring Only) Actual Cost $0.00 CADD Actual Cost (Max $15/hour) $0.00 Web Site Actual Cost (Submit supporting documentation) $0.00 Advertisements Actual Cost (Submit supporting documentation) $0.00 Public Meeting Facility Rental Actual Cost (Submit supporting documentation) $0.00 Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) $0.00 Recording Fees Actual Cost $0.00 Transcriptions (specific to project) Actual Cost $0.00 Courthouse Fees Actual Cost $0.00 Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Testing of Soil Samples Actual Cost $0.00 Lab Services Actual Cost (Provide breakdown of each cost) $0.00 Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL DIRECT COSTS: $316.80 Printed 11/21/2024 11:37 AM Page 3 of 6 BLR Ubb14 (Rev. 0 l23) DIRECT COSTS U) E O L = O CD Z (o E N ❑ CD= O O O Z v �► 4 N O O rn cn —)I ❑ F- W W Cn Y >O CO U W U H v W LU W W _U = i U) j]� �1 W �co O1-- Q W ~ J Q Cn Z F- O LL W 0 U) I-- OQ U2i U) W O U 0 m X W L T O w O U Q LL x W J a 2 O U ❑ o 0 0 o 0 0 0 0 0 z �a LOM00C)00� N o N— LO O Cl) M O 00 LL 00 N (D O e M M N N U) M p pip co J M N Ln 1- co N co O lf) Ln Cfl O O CO f� Cl) O CO A N M (fl O 0 Cl) oa w � w U w = > F- O w cn N N Lo CD MV O � M � (N O W co r N w x LL to co O O O 6) M CO F O Il- O V N m M o!$ LL D7 O LC M O CD CD ❑ LU N N r f� a z d w w M: m 0: w W O Ow LL ON co LO r- N V O Lo Lr M V CD J J O co 0 N a a O O 00 00 CD O N fn N O N N O x I ti C) co N O� U m �o H U w O � O L n � II w C C II O_ O 3 R M O O > v - 2 H O CO 0 -6 O J U)N i od 0 0 U Q a F c 0 3 U)c U c m e J +� o y F- p 3 m-o ° F- O a7 U Q 0 @� 0 O a) o -o O W 1- c) :2 v Q m C) Ui Li (D N LO LO O J CO Q M L E L Z o E N 0 (D = O O C) Z N Ci O m m � O rn V) 04 i Lgj i O U U C S✓ W (D ND w Q C) w n w O. J w C9 `w Q W w U) v cr' 3: U) U w U U) w U_ N>N LJ� w U) H Z Q J D U) Z O LL O w H cQ G F— U) w U) O 0 Q7 2 X w CAI I H w w S U) a rn w rn r> oo v� o co C C '0 0 M '— Ol p o 0 0 C C a ++ O o O O o a o 0 0 ^2 O U w u o 0 R0 co co 2 a rn o r o N Q Lo N N c m (� a 0 m o 0 0 0 0 4t O M CO m L u f0 a pip co co Ow o U � co co =O S � a) rn M Lo > Q N N O Lo VEfl O y t 0 0 0 0 Q e m 6 (R O a O o rn a o 0 0. Lr) cm 0 U 0 co � o()0 N m > N In 3 d Q N co to E9 d � o c 0 0 0 0 a y a o o 0 Cl 0 LL Lo Lo m o 0 0 c> n o x a > d _ N oD f0 Q M N en,c 0 v 3 0 0 a m o 0 00 > V N o m d o o 0 o cs p R O N A i0 0 i O 7 CD Q O 2 N a Q7 m> (O N co N W O F- M a0 M CD o O O N M Q V N CO M 6 6 m O fQ 0 0LLJ 0 0 0 0 0 0 0 i- 0 10 (.Nj W M W O N LOO c0 O a Lo N N o N v o v o acp m m m m 4 o o o 0 0 0 0 0 0 0 0 0 0 0 Q O MT V M Noc) O (O O O O O O O O O O O O ♦- 2 0 F- J W N M N lo Lo r V H m V r (O N O Q 0 W 7 V V (O OM 2 Z O _ J H L (0 > ° to O U ; m }FL (0 C U 7 -o F- Q m .o c o O U Q U U C J U W U J N N .O � .S N � N a d cn cn in d J a M � N (� O Q N 0 1 N V LO 0 J CD L Q� E� m i O N O O p Z CD N (.i O .Q •= i T ch N U) Lu Q F- L) w O w a J O w C9 Q w i r_ w w 2 U) Y O U w U_ w U_ w U) H Z Q J U) Z O U LL O w Q U) w O U H m_ 2 X w N LL O N H w w 2 Cl) �C�IlAplll�llll IMINIIIIIIIIIIIIIHIM ■mm�mnn�■ IMINIIIIIIIIIIIIIIIIE ■IIIAlllll■' ( N N p 0.)> O Q N O O �h Ln Ln O J m I N O � O N O N C � a_ n