Loading...
HomeMy WebLinkAbout07/15/2025 Motion to accept proposal for Schoenbeck Road Reconstruction Phase III Construction Engineering for an amount not to exceed $195,125.Item Cover Page Subject Motion to accept proposal for Schoenbeck Road Reconstruction Phase III construction Engineering for an amount not to exceed $195,,125, Meeting July 1 5, 2025 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD Fiscal Impact (Y/N) Y Dollar Amount $195,125-00 Budget Source Street Improvement Construction Fund and Surface Transportation Program (STP Grant). Category VILLAGE MANAGER'S REPORT Type Action Item Information Schoenbeck Road is a Village -owned collector street that has deteriorated to the point where full -depth asphalt resurfacing and intermittent sub -base repair are necessary to prevent full reconstruction in the future. In addition, there is no sidewalk on either side of Schoenbeck Road. The project limits are Schoenbeck Road from Rand Road to Camp McDonald Road, approximately 0.4 miles in length. Schoenbeck Road is under the jurisdiction of the Village. Rand Road is under Illinois Department of Transportation (IDOT) jurisdiction and Camp McDonald Road is under Cook County Department of Transportation &Highways jurisdiction. The scope of work includes removing the entire 5 1/2" of asphalt from curb to curb and areas of poor subbase. New stone subbase will be installed as needed and the street replaced with 5 1/2" asphalt in multiple layers. Intermittent curb replacement will also occur. While not considered full reconstruction, staff is referring to the work as a reconstruction project because of the full depth asphalt replacement and partial subbase repair. There are no planned widening or geometric changes to Schoenbeck Road. A new 5' wide sidewalk will be installed on the west side of Schoenbeck Road as part of the project. New streetlights were installed in 2024 along the east side of the street. The project will also include a crosswalk and pedestrian signals across Schoenbeck Road at Rand Road, and crosswalks and pedestrian signals across the south & east legs at Schoenbeck Road and camp McDonald Road. The Village retained the services of Engineering Resource Associates (ERA) of Warrenville,. IL in 2023 to perform Phase I Preliminary Engineering and Phase II Design Engineering. Phase I Preliminary Engineering is complete and prefinal construction plans as part of Phase II Design Engineering will be submitted to IDOT at the end of July. The project is currently scheduled to let in November 2025 with construction to start next spring. It is anticipated to be completed by Fall 2026. To meet the November letting, the Phase III Construction Engineering Agreement (attached) must be submitted to IDOT by July 28. The Village received a Surface Transportation Program (STP) grant in 2022 to cover a portion of the construction and construction engineering costs. Staff are in the process of requesting additional STP funding to achieve the maximum federal share. As federal funds are being used for this project, the Village must follow the federally mandated Qualification Based Selection (QBS) process for this project. Staff is seeking to enter into a contract with an engineering consulting firm to provide Phase III Construction Engineering services. The Village lacks sufficient resources to perform this work utilizing in-house staff. Staff is only recommending approval of the Phase III construction engineering contract at this time. Additional discussion will be held with the Village Board on a construction contract at a later date. It is a requirement of the STP and IDOT (IDOT administers STP funds) that the Village enter into a contract with a consultant prior to bidding for the construction contract. The consultant selected by the Village will provide full-time inspection during construction. The Village will be responsible to pay the consultant using local funds and seek reimbursement from IDOT for the federal share. Request for Statement of Qualifications As required by the QBS process, the Village solicited statement of Qualifications from engineering consulting firms to provide services for Schoenbeck Road Reconstruction - Phase III Construction Engineering. A notice was posted on the Dema nd5ta r bidding website. Firms were asked to submit as part of their proposal the following information: 1. Resumes of key personnel 2. Related experience on similar type of projects 3. Summary of the fi rm's approach to the project 4. Prequalification status with IDOT 5. Project schedule Tasks identified in the Request for Statement of Qualifications (RSQ) include: • Fully understand the Project Development Report and pre -final plans and specifications. • Complete all tasks related to providing construction engineering meeting Federal/State/County/Village/City requirements. • Prepare and submit IDOT Agreements for construction and construction engineering. • Attend a Preconstruction Meeting with IDOT, Village staff, and the Contractor. • Review shop drawings and other equipment/material submittals as may be required. • Coordinate with private utility companies to relocate facilities as necessary prior to construction. • Provide horizontal and vertical construction layout of the proposed improvements as necessary. • Coordinate material testing and QA/QC with the contractor during construction. • Coordinate removal of materials off -site to appropriate disposal sites. • Respond to inquiries from various stakeholders and address issues in a timely manner. • Attend and conduct construction coordination/status meetings. • Prepare pay estimates for contractor work performed. • Complete all necessary paperwork during construction. • Create a construction punch list and ensure all outstanding items are completed to the satisfaction of IDOT and the Village. • Coordinate final inspection and paperwork with IDOT and the Village. • Complete all necessary documentation including grant reimbursement forms for the STP P ro g ra m . • Prepare as -built drawings. RSQ Results The consulting firms' Statement of Qualifications were reviewed on the basis of their understanding of project goals and their methodology for completing the study. They were rated (with a maximum score of 100 points) according to these specific categories: project understanding and technical approach, similar project experience, project team capabilities, IDGT prequalification status, and overall completeness of submittal. The rankings are: Technical Proposals Project Understanding Similar Project � MOT overall Firm & Technical Project Team Prequalification Completeness Total Approach Experience p Capabilities p Status of Submittal Maximum 30 25 25 10 10 100 Points Thomas 30 24 24 10 10 98 Engineering Baxter & 28 23 25 10 9 95 Woodman Bowman 28 23 23 10 8 92 ERA 27 23 24 10 7 91 Ciorba 26 23 23 10 7 89 Group Digmi_q_qinn Staff conducted interviews with the three consultants and determined Thomas Engineering Group LLC (Thomas) is the preferred consultant for the project. They have put together a very strong project team with extensive construction engineering experience on various public infrastructure projects including street reconstruction. They have a working relationship with IDGT and Cook County, helping understand the process to meet all state and federal requirements. Thomas has the project coordination,, communication, and documentation skills needed to successfully accomplish the project within the proposed schedule. In addition, Thomas meets IDGT prequalification requirements to perform this work and has recently completed construction engineering services for similar projects for IDGT, the Village of Woodridge, the Village of Schaumburg, the City of Naperville, the Village of South Elgin, the Village of Wilmette, and the city of Aurora. The Qualifications -Based -Selection (QBS) process is required for this contract as it uses federal funds. Like other Village projects using federal funds, it does not permit cost proposals to be submitted with the technical proposals. Upon selection of Thomas as staffs highest ranked firm, the company provided a detailed cost proposal including a breakdown of hours by task. Staff negotiated with Thomas to ensure the cost proposal has sufficient hours for each task, is reasonable in price, meets the goals and schedule of the project, and is in the best interest of the Village. Staff supports the cost proposal submitted by Thomas in the amount of $195,125 to provide construction engineering services for Schoenbeck Road Reconstruction -Phase III Construction Engineering. It is staffs opinion that Thomas is best qualified to perform the requisite work, has allotted appropriate work effort, and requested a reasonable, competitive fee ($195,125 / $129/hour). The cost estimate for construction is $1,792,,000. The cost proposal for construction engineering services submitted by Thomas in the amount of $195,125 represents 10.9% of the current construction cost estimate. This is within the typical range for construction engineering services for this type of project. The current grant amount of $297,000 represents approximately 15% of the current cost estimate for construction ($195,125 for construction engineering and $1,792,000 for construction = $1,987,125). Staff is working with the Northwest Municipal Conference and Northwest Council of Mayors to secure an additional $1.,181,,400 in STP funding. This additional funding, in combination with the existing $297,000 STP grant, will total $1,478,,000. The balance of the project cost, estimated to be $508,725,, will be paid using Village funds. A decision regarding the requested additional STP funding is expected to be made at the next Northwest council of Mayors meeting on July 25th. If the Village is successful in securing additional STP funding, the project will continue its current schedule. otherwise, staff will consider other funding opportunities and may delay the letting date with the goal of still completing construction in 2026. Thomas is agreeable to this plan and are willing to adjust their schedule as necessary. Altp-mativpm 1. Accept proposal from Thomas Engineering for Phase III Construction Engineering services for the Schoenbeck Road Reconstruction Project. 2. Action at the discretion of the Village Board. Staff Recommendation Staff recommends that the Village Board accept the proposal from Thomas Engineering Group LLC to provide construction engineering services for the Schoenbeck Road Reconstruction Project for an amount not to exceed $195,125. Attachments 1. Schoenbeck RSQ 2. Thomas SOQ 3. Thomas Engineering Services Agreement 4. Thomas Staffing Plan 5. Thomas Cost Estimate Worksheet 'J14W,[cl41u 1-1►1;[�4:4 MAYOR Paul Wm. Hoefert TRUSTEES Vincent J. Dante Elizabeth B. DiPrima Terri Gens William A. Grossi John J. Matuszak Colleen E. Saccotelli DATE: June 2, 2025 Michael J. Cassady Mount Prospect DIRECTOR OF PUBLIC WORKS Sean Dorsey Phone: 847/870-5640 Fax: 847/253-9377 www. mo u ntp ros pest. o rg Village of Mount Prospect Public Works 1700 W. Central Road, Mount Prospect, Illinois 60056 Request for Statement of Qualifications FROM: Matthew Lawrie, P.E. Village of Mount Prospect Public Works Department RE: Request for Statement of Qualifications Schoenbeck Road Reconstruction Project Phase III Construction Engineering The Village of Mount Prospect seeks Statement of Qualifications from engineering firms for Phase III Construction Engineering services for the reconstruction of Schoenbeck Road from Rand Road (US 12) to Camp McDonald Road. Attached to this memo are: 1. A list of materials and information that should be included with your Statement of Qualifications (Exhibit A). 2. A general definition of the scope of work and requirements for your submittal (Exhibit B). 3. The evaluation process and tentative schedule (Exhibit C). 4. A map identifying the project limits (Exhibit D). 5. Prefinal construction plans (Exhibit E). 6. Prefinal construction specifications (Exhibit F). 7. Prefinal construction estimate of cost (Exhibit G). Your Statement of Qualifications should be emailed to the following address and received no later than 5 :00 p.m. on Wednesday, June 18, 2025. Mr. Jason Leib Deputy Director of Public Works Village of Mount Prospect ileib@mountprospect.org Village of Mount Prospect Public Works Department I Page 2 Requirements for Statement of Qualifications Agency: Village of Mount Prospect Project: Schoenbeck Road Reconstruction Phase III Engineering Location: Schoenbeck Road from Rand Road (US 12) to Camp McDonald Road Your Statement of Qualifications should include the following information: 1. Name, address and brief history of firm. 2. organizational chart and resumes of key personnel to be assigned to this project. 3. Related experience during the last five (5) years. For example: a. Phase III Construction Engineering services for the Illinois Department of Transportation (IDOT) and local municipalities on reconstruction or resurfacing projects. b. Projects involving construction of new sidewalk and traffic signals. c. Projects involving Surface Transportation Program (STP) funds. 4. Description of process to accomplish the required tasks of the project. This should include: a. An understanding of the project. b. objectives to be met as part of the project. c. Your approach to completing the project. d. A project schedule. 5. Pre -qualification status with IDOT. Village of Mount Prospect Public Works Department I Page 3 Fvhihit R General Scope of Work Agency: Village of Mount Prospect Project: Schoenbeck Road Reconstruction Phase III Engineering Location: Schoenbeck Road from Rand Road (US 12) to Camp McDonald Road Key components of the Mount Prospect Strategic Plan are to invest in our roadway infrastructure and implement our Complete Streets Policy. Schoenbeck Road is a local collector street that has deteriorated to the point where full depth asphalt replacement is necessary along with intermittent base repair. Currently there is no sidewalk on either side of Schoenbeck Road. one common and recurring complaint from the local neighborhood is walkability. Pedestrians are forced to walk in the roadway or on the grass adjacent to the curb. The project includes a new 5' wide sidewalk on the west side of the roadway for the entire project limits. Schoenbeck Road is under the jurisdiction of the Village of Mount Prospect. Rand Road (US 12) and the traffic signals at the intersection of Schoenbeck Road are under the jurisdiction of the Illinois Department of Transportation (IDOT). Camp McDonald Road and the traffic signals at the intersection of Schoenbeck Road are under the jurisdiction of the Cook County Department of Transportation and Highways (CCDoTH). The project includes new pedestrian signals and crosswalks at both intersections. Phase I and II Engineering are being completed using local funds only. Phase I Engineering is expected to be completed in June. Phase II Engineering has begun with pre -final plans, pre -final specifications, and estimate of cost completed in May. Associated documents are made part of the RSQ. The Village applied for and received funding from the Surface Transportation Program (STP-Local) for construction and construction engineering. The remaining costs will be paid using Village funds. At this time, the Village seeks to enter into a contract with an engineering firm to provide Phase III Construction Engineering services. IDOT is scheduled to let the project in November 2025 with construction t❑ begin in Spring 2026. Final completion is expected in Fall 2026. The successful firm will be responsible to meet all Federal/State/Village requirements for these services. At a minimum, the following tasks are to be included in the scope of services. Additional tasks, at the consultant's recommendation, will be considered by the Village. 1. Fully understand the Project Development Report, pre -final plans, pre -final specifications, and estimate of cost. 2. Complete all tasks related to providing Construction Engineering meeting Federal/State/County/Village requirements. 3. Prepare and submit IDOT Agreements for construction and construction engineering. 4. Coordinate a Preconstruction Meeting with IDOT, Cook County, City of Prospect Heights, Village Staff, and the Contractor. 5. Review shop drawings and other equipment/material submittals as may be required. 6. Coordinate with private utility companies to relocate facilities as necessary prior to construction. 7. Provide horizontal and vertical construction layout of the proposed improvements as necessary. Village of Mount Prospect Public Works Department I Page 4 8. Coordinate material testing and QA/QC with the contractor during construction. 9. Respond to inquiries from various stakeholders and address issues in a timely manner. 10. Attend and conduct construction coordination/status meetings. 11. Prepare pay estimates for contractor work performed. IDOT will pay the contractor directly and seek reimbursement from the Village for our share of the project. 12. Complete all necessary paperwork during construction. 13. Create a construction punch list and ensure all outstanding items are completed to the satisfaction of IDOT and the Village. 14. Coordinate final inspection and paperwork with IDOT and the Village. 15. Complete all necessary documentation including grant reimbursement forms. 16. Prepare as -built drawings. Village of Mount Prospect Public Works Department I Page 5 FYhihit r Evaluation Process Agency: Village of Mount Prospect Project: Schoenbeck Road Reconstruction Phase III Engineering Location: Schoenbeck Road from Rand Road (US 12) to Camp McDonald Road Your Statement of Qualifications should be emailed to the following address and received no later than 5:00 p.m. on Wednesday, June 18, 2025 to the attention of: Mr. Jason Leib Deputy Director of Public Works Village of Mount Prospect ileib@mountprospect.org The Statement of Qualifications will be evaluated based on the following factors: • Project Understanding & Technical Approach • Similar Project Experience ■ Project Team Capabilities • IDOT Prequalification Status ■ Overall Completeness of Submittal The Village will conduct interviews with the shortlist firms. Those selected for an interview will be contacted by the Village to arrange a date/time at the Mount Prospect Public Works Department, 1700 W. Central Road or via Teams Meeting. To meet IDOT's letting schedule, prospective consultants must be available for an interview the week of June 23, 2025. The Village of Mount Prospect appreciates your interest in this project. Any request for information or questions regarding this Request for Statement of Qualifications can be directed to Matthew Lawrie, Village Engineer, by phone at 847-870-5640 or email at.mlawrie@mountprospect-grg. Tentative Schedule Submit Statement of Qualifications June 18, 2025 Select firms for interviews June 23, 2025 Select firm and negotiate contract June 27, 2025 Award contract July 15, 2025 Submit Engineering Agreements to IDOT July 28, 2025 Construction letting November 7, 2025 Start construction Spring 2026 Complete construction Fall 2026 Village of Mount Prospect Public Works Department I Page 6 Exhibit D REQUEST FOR STATEMENT OF QUALIFICATIONS SCHOENBECK ROAD RECONSTRUCTION PROJECT PHASE III ENGINEERING SERVICES J U N E 1812025 5:00 PM SUBMITTED BY: 4i e n i n e e r i n service at e highest * e COVER LETTER June 18 2025 Jason Leib Deputy Director of Public works Village of Mount Prospect 1700 W Central Rd Mt Prospect, IL 50055 RE: Schoenbeck Road Reconstruction — Phase III Engineering Services Dear Mr. Leib, nn� nnn� ��: >1 nnu, unn i I g. U:. �� yla /i. %r: 11 %iJ.' 625 Butted dd Road Si,jilite 2091AI Oak Brook, iN..., 6052 Thomas Engineering Group is excited to submit our qualifications for Phase III construction engineering on Schoenbeck Road. The Village plans to reconstruct a 0.39-mile collector that links Rand Road and Camp McDonald Road, replace failing pavement and curb, improve drainage, and add a continuous west -side sidewalk. The corridor serves nearby neighborhoods, old orchard Country Club, and Dwight D. Eisenhower Elementary School, so construction must keep two- way traffic open and preserve full access to both entrances. our field team brings fresh and relevant experience from the ten -mile resurfacing of Rand Road that we inspected for IDOT last season, immediately south of this job. Matthew Vitner, PE will serve as Project Manager with more than three decades of IDOT, Cook County, and municipal experience. Nathan Agoncillo will act as Resident Engineer, bringing recent successes on half -width reconstructions carried out under live traffic. Brittany Carney will provide full-time documentation support; she is CMMS certified and well versed in ICORS reporting. Christopher DeYoung, PE, PLS will lead survey controls and construction layout, and Stephen VanDeveer, our ISA-Certified Arborist, will oversee tree protection and environmental commitments. Rubino Engineering, a DBE-WBE partner, will perform quality -assurance testing of HMA, PCC, and soils. TEG is an IDOT-prequalified small business with an annual professional capacity of sixteen million dollars and a current workload well below that limit. We have closed more than thirty federally funded Phase III projects with no disallowed costs and consistently strong audit results. our approach begins with a detailed staging plan that always keeps one lane open in each direction while ensuring that the country club entrance and the school access drive remain serviceable. Our Statement of Qualifications follows this letter and includes detailed resumes, project examples, and proof of prequalification. I welcome the opportunity to discuss our plan further. Please feel free to reach me at (708) 533-1700 or email me at toirn thor as -en ineeirin .cairn with any questions. Sincerely, 1111h iinneinglAneeirfring giroup, II II II' nSf �I• � III+ �. � I `�+'� IIII�I' �f� r, Thomas E. Gill, PE President TABLE OF CONTENTS 1. FIRM'S BACKGROUND 2 2. PROJECT UNDERSTANDING AND APPROACH 5 3. PROJECT TEAM CAPABILITIES 10 4. SIMILAR PROJECT EXPERIENCE 77 go Fl M' ACKGROUND FI RM'S BACKGROUND President: Thomas Gill, PE tomg@thomas -engineering.com (708) 533-1700 Principal/Construction Department Head: Gregory Benske gregb@thomas -engineering.com (847) 847-6181 Principal/Municipal Department Head: Kevin VanDeWoestyne PE, ENV SP kevinv@thomas -engineering.com (847) 815-9500 Transportation Department Head: Curtis Cornwell PE, PTOE curtisc@thomas -engineering.com (773) 251-7938 Survey Department Head: Christopher DeYoung PE, PLS chrisd@thomas -engineering.com (708) 254-2948 238 S. Kenilworth Avenue Suite 100 Oak Park, IL 60302 762 Shoreline Drive Suite 200 Aurora, IL 60504 2625 Butterfield Road Suite 209W Oak Brook, IL 60523 Thomas Engineering Group, LLC (TEG) is a professional engineering firm specializing in planning, design, and construction engineering services for public sector clients. Headquartered in Oak Park, Illinois, with branch offices in Aurora and Oak Brook, TEG operates as a Small Business Enterprise (SBE) and has been delivering high -quality engineering solutions since its founding in 2008. The firm is IDOT Prequalified in Special Services — Construction Inspection, demonstrating our expertise in Phase II and Phase III engineering. TEG is led by Thomas Gill, PE, as President, with Greg Benske and Kevin VanDeWoestyne, PE, serving as Principals. The executive team includes Curtis Cornwell, PE, PTOE, as Transportation Department Head; Christopher DeYoung, PE, PLS, as Survey Department Head; and Angelica Gal, as Marketing and Administrative Manager. Over the past 17 years, TEG has grown to 40+ dedicated professionals across four core departments: Municipal, Construction, Transportation, and Survey. TEG has successfully partnered with numerous municipalities across Illinois, helping them achieve their infrastructure objectives through targeted, cost-effective solutions. Our expertise in MFT funded projects ensures we are well -versed in IDCT Bureau of Local Roads (BLRS) procedures, delivering designs that optimize funding and ensuring construction oversight that meets regulatory requirements. Our approach is centered on collaboration, trust, and proactive problem -solving. By working closely with municipal agencies, our team anticipates challenges, mitigates risks, and ensures efficient project execution. We take an ownership approach to every project, carefully considering fiscal constraints, environmental factors, and site conditions to develop solutions that are both sustainable and resilient. At TEG, we are committed to service, responsiveness, and value, fostering long-term partnerships that drive progress and elevate communities. We bring the same level of expertise, innovation, and dedication that has defined our success for over a decade, ensuring that every project we undertake —whether in Phase II design or Phase III construction oversight —meets the highest standards of quality, efficiency, and stakeholder alignment. STAFF QUALIFICATIONS: LICENSES AND CERTIFICATIONS IIII III """ III III IIE � II��� IIII III` IIII '� ''" IIII ', III In IffirvI r + E Im IS March 7, 2025 Subject: PRELIMINARY ENGINEERING Consultant Unit Prequalification File Thomas Gill THOMAS ENGINEERING GROUP, LLC 238 South Kenilworth Avenue Suite 100 Oak Park, IL 60302 Dear Thomas Gill, We have completed our review of your "Statement of Experience and Financial Condition" (SEFC) which you submitted for the fiscal year ending Dec 31, 2023. Your firm's total annual transportation fee capacity will be $16,000,000. Your firm's payroll burden and fringe expense rate and general and administrative expense rate totaling 148.21% are approved on a provisional basis. The rate used in agreement negotiations may be verified by our Bureau of Investigations and Compliance in a pre -award audit. Pursuant to 23 CFR 172.11 (d), we are providing notification that we will post your company's indirect cost rate to the Federal Highway Administration's Audit Exchange where it may be viewed by auditors from Other State Highway Agencies. Your firm is required to submit an amended SEFC through the Engineering Prequalification & Agreement System (EPAS) to this office to show any additions or deletions of your licensed professional staff or any other key personnel that would affect your firm's prequalification in a particular category. Changes must be submitted within 15 calendar days of the change and be submitted through the Engineering Prequalification and Agreement System (EPAS). Your firm is prequalified until December 31, 2024. You will be given an additional six months from this date to submit the applicable portions of the "Statement of Experience and Financial Condition" (SEFC) to remain prequalified. Sincerely, Jack Elston, P.E. Bureau Chief Bureau of Design and Environment SEFC PREQUALIFICATIONS FOR THOMAS ENGINEERING GROUP, LLC CATEGORY STATUS Special Studies - Traffic Studies X Special Plans - Traffic Signals X Special Services - Construction Inspection X Hydraulic Reports - Waterways: Typical X Hydraulic Reports - Waterways: Complex X Special Studies- Location Drainage X Location Design Studies- Reconstruction/Major Rehabilitation X Special Services- Surveying X Highways - Freeways X Location Design Studies - Rehabilitation X Highways - Roads and Streets X Special Services - Sanitary X Special Studies - Safety X Location Design Studies - New Construction/Major Reconstruction X Special Studies - Feasibility X X PREQUALIFIED ................................................................................................................................................................................................... . ................................................................................................................................................................................................... . A NOT PREQUALIFIED, REVIEW THE COMMENTS UNDER CATEGORY VIEW FOR DETAILS IN EPAS. ................................................................................................................................................................................................... . ................................................................................................................................................................................................... . S PREQUALIFIED, BUT WILL NOT ACCEPT STATEMENTS OF INTEREST r.. r PROJECT UNDERSTANDING AND APPROACH PROJECT UNDERSTANDING AND APPROACH •1• PROJECT UNDERSTANDING Schoenbeck Road is a two-lane collector that links Rand Road on the south with Camp McDonald Road on the north and serves several single-family neighborhoods, old orchard Country Club, and Dwight D. Eisenhower Elementary School. Average daily � v g v traffic is about three thousand vehicles, with sharp peaks during school drop-off and pick-up. The pavement has reached the end of its service life; base failures, longitudinal cracking, and joint shoving appear throughout the 0.39-mile corridor. Curb and gutter have settled, drainage structures are partially silted, and there is no continuous sidewalk. IAI�>�I�INW�4�'� 4�� "iiI�N�PF�1F:.'9J1�Il41'r 'WWrWAV.UPW . , pip.9Ww"Iff. .. . iJff!j0lli}I Iu � dr�rri�r.sf.r�i:rrai a>�uy�r:�arY�! Was'r�r� rglllJll}w ±Y: .. Ally nl�lA1L Iflfl If61MI(I f(/tIYUii�IIIArlllAfi1i:, ul±r(ffft 1111(1W4. WY,111r�±rir(r�uWdi ra firm : AI •ri..rr�e...rrh'..:,�:;;ii�:ll`.`.4-�.:: p;::::::�:::::>:: .`. ,::.:.:� �� r. : ��� 1. 11""'r�:I :JJYYIYJ.� 1Nll: i!((ffl.'� 1 �1[:•.. ..'rG:. ��,ri.���� �JYrr i;i%l/IJ::i1li:`.� (fi . I ��Wwrr3�±IlYuns��±R,asns�wYs'�i>k�lrulns roR1':rr!�9:'.,;'IlY>:.�r!'J"�7.: r f' Yr. y �'��;;. ��..,.. ,;: f±�{• : Ian; �I�*.• : ., .. :: •�N. ,rN�,� mmwasrer�m I lG.,, r. � Er,x I .+�' I .I���.%r��,,.�r���.�,:�1�����1�����������..r����������.,�� r...' II „> '�'�4r` ::, , ulJ,�r � �r ..��,r,.�,�,�� v :el:%::.:;.: r±r,,! Y"J�7Y1YY.�!,•':.�"lJ,':!!!„y�,�. .� �"°IIIµ•.. �S: i::. %.. >;f�jdlGGfV1V� `.YiV,L�� :: I �� �. 'SW.Ai;81Nf�!1Hldli'lnllll$ I� � I��y iAl'tiGJYS�€ r71' ,1� II fig::.:. ......r..........r., . ... ......4: uux•:gw�iuuvJ �,, ,.,,.,:. ���•••������r::���rr:.::.•.�.�• i"�.,.,,r 4 (f 11 ��rr� IV'� "; y� wv 11ijG:l. f .:.:... , , •'! t�llllftt}Y.U�'9,'YRY101 .., ...: . `'.� ��� .... .. ,. ■ Plans The Village secured Surface Transportation Program —Local (STP-L) funding for construction and construction engineering. Phase I confirmed that full -depth reconstruction is the most economical solution. Phase II produced pre -final plans calling for: * full -depth removal and replacement of the asphalt section • new combination curb and gutter and four -inch underdrains * selective replacement of storm structures and a short run of twelve -inch storm sewer • a continuous five-foot sidewalk on the west side with ADA-compliant ramps pedestrian -signal upgrades at Rand Road and Camp McDonald Road Construction will be let through IDOT in November 2025, start in spring 2026, and finish in fall 2025. Because federal dollars are involved, pay -item documentation must satisfy IDOT and FHwA audits. Project goals are to deliver a durable pavement, correct drainage, provide a safe walk, maintain two-way traffic and full access to the club and school, protect schedule and budget, and produce complete, audit -ready records. OILImmediateurSupport. our in-house survey crew, led by a Christopher DeYoung, PE, PLS, will remain on call for the duration of construction. The crew can be on site immediately to stake emergent items, verify line and grade, or resolve any field dispute that could stall production, ensuring that curb, sidewalk, storm structures, and pavement layers proceed without delay. r III III II � " " III IIIII III " ° III IIIIIII III AND APIIIII AOH In •L PROJECT GOALS Pavementr . Crews will mill the existing asphalt to full depth, ha u I to a recycler, proof -roll su bg rade, undercut soft spots, and install six inches of aggregate subgrade improvement where pumping occurs. ■ TEG overseeing over 10 miles of Rand Rd Paving for IDOT Underdrains and Drainage. Four -inch Type 2 perforated PVC underdrains wrapped in fabric will run behind each curb line and outlet into new or adjusted structures. A fifty -six-foot run of twelve -inch Class A RCP, two new Type A catch basins, one new Type A inlet with open lid, and eleven structure adjustments or reconstructions will restore drainage capacity. Curb, Gutter, and Pavement. New combination curb and gutter will be slip -formed, followed by a nineteen - millimeter N-50 binder course and a nine -and -a -half - millimeter M-50 surface course. Inspectors will check density, thickness, joint tightness, and ride smoothness. Sidewalk . A five-foot PCC sidewalk on six inches of CA-6 will be installed along the west parkway. Ramps will receive detectable warnings; each panel's slopes will be measured with a digital smart level before concrete sets. Driveway aprons will be replaced in kind and kept passable with steel plating when forms or excavation reduce width. Signals, Markings, and Signing. Both termini will receive pedestrian push buttons, countdown heads, new conduit, and cable that passes megger testing. After the surface lift cools, crews will place thermoplastic centerlines and preformed -tape crosswalks, then reset sign panels on Type XI sheeting. ■ Schoenbeck Rd and Camp McDonald Rd Restoration. Disturbed parkways will get six inches of topsoil, Class 2A seed, erosion -control blanket, and supplemental watering until germination. Tree -protection fencing will remain until heavy work ends. I.. f f' •l / U11�> ���11If. ��1 ��ll .f �1>l�i�ill.�ii>rr �'/r',/�,.,i......... �����ir�����,.. , �Gf ����r. r�.� >�.il%i/,�: �l��f�-il�,ll ����l�ff(�'1J�1�>%ilr�>,�l/>ll>lf���l4���4 AND APII��NRDAOH 5 We will maintain ongoing communication with District 214 and Principal Dr. Luke Lambatos to keep the school informed of upcoming construction activities and adjust our schedule whenever necessary to avoid disrupting daily operations. Lane closures on Rand Road require a formal permit from IDOT Bureau of Traffic. Closures on Camp McDonald Road require Cook County approval through the Construction and Permits section. Both agencies receive a draft MOT plan at the pre -con and a forty -eight -hour notice before each stage change. ■ Old orchard Country Club ■ Dwight D. Eisenhower Elementary School Daily s ci its — Inspectors will enter diary notes in CMMS, record weather, workforce, equipment, pay items placed, tests witnessed, and issues encountered. Photos will accompany critical milestones such as subgrade proof roll, pipe bedding, and ADA ramp finish. Material cc t c — Rubino Engineering will take loose HMA samples at one per eight hundred tons, PCC cylinders at one set per fifty cubic yards, and soil density tests at one per five hundred square feet of subgrade. Test data will feed the Material Acceptance spreadsheet weekly and be uploaded to ICORS. Quantity s r — Each pay item will have a defined measurement method. For example, curb and gutter will use laser distance encoder from station to station minus gaps. HMA tonnage will be verified by truck tickets and compared with plant weight tickets. Pipe length will be measured center -to -center of structures. Sidewalk area will be field measured by width times length per panel. Payment Processing — Brittany Carney will draft the pay estimate and forward it to the Resident Engineer for verification, then to the Project Manager for signature. village staff will receive a summary sheet with budget to date, cost -to -complete, and contingency balance. AND APII��NRDAOH N A clear path in the field begins with a clear picture underground. Before the first saw -cut, we reviewed the pre -final plans against the latest JULIE records and walked the corridor with utility locators to flag every cable, main, and duct bank within the work limits. That effort confirmed multiple overlap points where curb removal, sidewalk grading, or new drainage structures will touch electric, gas, telecom, water, and lighting lines. The following is our understanding of known conflicts, the exact station limits, and the mitigation steps already coordinated with the utility owners so the schedule does not slip once construction starts. Potholing and plan review identified ten conflicts, summarized below. ■ Existing Utilities UTILITY OWNER STATION •CONFLICTS FACILITY LIMITS MITIGATION- ► ComEd 13.8 kV & 600 Under proposed walk and curb p p Stage 0 potholing, coordinate 1 V duct bank 10+25-11+75 Uv trench � 36 in. cover ComEd lowering; raise walk grade if needed 2 ComEd residential Repeating north of Shallow laterals near new curb Hand dig near laterals, protect with laterals club drive plywood 3 Nicor 4-in. steel gas 12+00-14+50 w Cover reduced by sidewalk cut Lower 40-ft segments within Nicor main three-week window 4 Nicor 2-in. PE crossing 10+50 skew Interferes with underdrain trench Lower or sleeve line during trenching 5 AT&T copper duct pp 11+20-12+10 E Conflicts with curb removal Stage 2 g Slot trench and offset under drive - by splice crew 6 AT&T Metro 96-ct fiber 12+25 W Occupies new catch -basin footprint p p Shift basin or encase duct in concrete saddle � Comcast 1 Astound 10+0p-12+84 UU 12-18 in. deep inside sidewalk cut p Lower using split -pipe method with joint trench cable crews 8 Village 12-in. Cl water 11+60-11+90 E Crown 2 ft above storm invert Dip storm lead below main with main restrained joints 9 Village 8-in. sanitary 10+40 crossingConflicts with underdrain outlet Install DIP carrier pipe encased in sewer concrete 10 Cook County lighting Across road at Camp Shallow conduit in surface -milling Plate and hand -excavate during conduit McDonald zone milling AND APII��NRDACIIII 7 ENVIRONMENTAL AND PERMIT COMPLIANCE DUST CONTROL a sty l�j.� Throughout earth -moving and milling operations, the contractor will apply water or other approved suppressants as needed to keep airborne dust below nuisance levels. Haul trucks will be covered, paved surfaces will be swept at the end of each shift, and any dust -related complaints will be logged and addressed the same day. TREE AND WETLAND PROTECTION Tree fencing will be fluorescent snow fence secured to T posts at the drip line, weekly arborist inspections will note any fence breaches or equipment scarring. wetland buffers will have a double row of silt fence. Any graded soil within twenty-five feet of wetlands will receive temporary seed within seven days of disturbance. PERMITNPDES A copy of the NPDES Storm water Pollution Prevention Plan will be kept in the field trailer. Daily rainfall over one half inch triggers a site inspection by the erosion control inspector. Reports will be filed in the SwPPP binder and uploaded to the Village's shared drive. DISPOSALWASTE Broken concrete and HMA will go to a recycler listed on the IDOT General Recyclers list. Excess topsoil unsuitable for respread will be hauled to a Village designated stockpile site with signed tickets. The resident engineer will keep manifests in the job file. r r it rr- / i ii111�'� 19 V7y0V '9'' 111 II',I !j, I,�ili�l y I .��.yy��.((ii`` {{(`{{,,(��� ��:::.:.:�.•,:•r»>r,,.uurr7JJY113.91JlJ.Ui�ii�����?����FY��'I.��� .r..I. . . . . . ........... . ■l11[0Wwz-z1[000aKZiaa0a90=0■as1IM0�09 rt�u %:=RWAIEK==*0=01IliA0900AKZZ-Vti■t0[0[= III III II� "" IIIIIIII III "° IIIIIIIIIIIII AND APIIIIRDAOH Baseline c I — The contractor's schedule will include procurement for long -lead items such as signal heads and controller cabinets. Critical path runs through curb and gutter placement, binder curing, and final surface. Weekly— our Resident Engineer will review actual versus baseline. Schedule variance greater than three days on a critical activity will produce a variance report. The contractor then submits a recovery strategy with added crew hours, weekend work, or resequencing. Expected s and Valueill — TEG's approach will deliver a durable pavement, consistent drainage, and a safe sidewalk connection without disrupting school operations or country club events. Continuous two-way traffic will keep emergency response times intact. Environmental measures preserve mature parkwaytrees and comply with endangered species windows. Proactive communication shields the Village from resident complaints and unexpected lane closures. The Village will receive a smooth ride, reliable drainage, and a safe pedestrian link that serves the community for decades. \L CONSTRUCTION STAGING AND TRAFFIC CONTROL The staging plan shown in the contract documents divides the work into a preparatory sequence followed by three main traffic -control stages and a final intersection overlay. The steps are outlined below. PRE -STAGE:- Preparatory operations start with coordination of all required utility relocations, followed by installation of temporary information signs and, as conditions warrant, portable changeable message signs. Temporary erosion -control measures will then be placed at inlets, ditch checks, and the project perimeter. An overnight pre -stage detour will be set up to shift traffic away from the work area while crews install the new storm sewer and complete associated Class D patches; these activities will occur only during non -peak, non -daytime hours to limit disruption. Traffic control will next be installed in accordance with the Ian sheets. With the work zone protected, crews will remove p p y pavement on the east side of the road, undercut soft areas, place aggregate subgrade improvement and underdrains, pour curb and utter, and build the proposed pavement section within the g � p p Stage 1limits. The hot -mix asphalt surface course will be deferred ed until all three stages are complete, consistent with IDOT traffic - control standards. 7�:,'!�% �illJf �%snl �Ili�,f%'ii1l:�.;:llN/,•,/r77' � .�l�jilla: ....n.�����. ,.. i�..�. Y. I�IG@ . '"JSSIfP�'�8Y�i1'@%.:''�:��;.s6lYlll�, IIIIiSYr ;!'�I..IROY,!!Vll[�i.U�i. u'�!!YiINV�II�ry ifrlWfA!. YNNIffIV. ,:: ,,, u. ... ....................... ,. f ...... .... . iii.sim STAGE 2: Traffic control will be arranged in order to construct the middle section of the existing pavement after which full -depth pavement replacement and all remaining improvements inside the Stage 2 limits will proceed. As in Stage 1, the surface lift will not be placed until Stage 3 is finished. STAGE 3: Traffic control will relocate traffic in order to construct the west half of the road. Crews will then reconstruct the final lane and shoulder area, including curb, drainage, and sidewalk work inside the Stage 3 work zone. once concrete has reached strength and QC testing confirms density in the binder courses, the contractor will return to place the hot -mix asphalt surface course across all three stages in a single operation that meets IDOT's continuous -pave requirements. After the three -stage reconstruction is complete, the contractor will resurface the Camp McDonald Road intersection and place the project -wide hot -mix asphalt surface course. Permanent pavement markings will follow, then turf restoration and any other remaining permanent items. The project will conclude with a joint punch -list inspection, completion of any corrective work, and final site cleanup. R CI 3 IE CC- -I S CC- H LE D U I � ME Milestone Meeting PROJECT TEAM CAPABILITIE S PROJECT TEAM CAPABILITIES Matthew Vitner, PE (Project Manager) Mr. Vitner has over 33 years of experience in the transportation industry managing the development, construction, and maintenance of capital infrastructure assets. Serving as Bureau Chief of operations with IDOT, City Engineer and Public Works Director with the City of Rockford, his range of expertise includes managing routine roadway maintenance and reconstruction to large-scale corridor improvements. Nathan Agoncillo, El (Resident Engineer) r) Mr. Agoncillo has field experience pertaining to roadway resurfacing, sidewalk and curb and gutter installation in compliance with ADA requirements, HMA and PCC driveway replacements, and underground utility improvements. Specific responsibilities include layout verification, documentation of construction activities and contract quantities, contract administration, submittal review, quantity takeoffs and agency coordination. Brittany Carney, oLIDI (Documentation Specialist) Ms. Carney has over 5 years of experience specializing in documentation of contract quantities for large scale infrastructure projects, including the Illinois Tollway and the Illinois Department of Transportation, on this project, Brittany will review and process all project documentation, including Inspector's Daily Reports (IDRs) and Quantity Books, maintain IDOT's CMMS (Construction and Materials Management System), ensure proper documentation for material inspections and certifications, and maintain accurate project logs, submittals, RFls, and other construction documentation. Christopher DeYoung, PE, PLS (Surveyor) Mr. DeYoung is a registered Professional Engineer and a Registered Professional Land Surveyor with over 18 years of land surveying, design, and construction experience. Leading the surveying staff as well as overseeing all surveying activities for the group, he is responsible for the supervision of surveying staff and budget, subconsultant management, project schedules, and delivery. Stephen VanDeveer, ISA Certified Arborist, QCSI r ris ) Mr. VanDeveer is a Construction Manager and ISA certified arborist with Phase I, II, and III experience in construction management and environmental work. He has over18 years of experience involving vegetation management and installation, tree surveys, landscape design, roadway, bridge, and utility construction. He has specialized experience and training in tree risk assessment, tree health maintenance during construction, and erosion and sediment control management. /.r /. . ,.J J :.:.:.... :.: 1 �.. « r / r � ri::� %���/ i /,> �-�77'`�?':`rr�'r��r'?::"�":!:��`r:?�.:.:::'::'ri�r3r::r::;:�:':����.�:;sr:'.:�:i��3::;:;:�r��::;�;::::`':'�i:!:��i:::r��:':�i:��:��';';:'i':::�::::r;irrl:.�:::::��:::::�:::��;:�:::�. .. .: :�.. ................. :.:..::�.. ��: r. .. ....... ................ ................ 'r. roll,91�4((�U,,i'r����/ff111lI�Ifrf��I1�lYL. �f111�11 �f�i8 :...,:.::��.::.:::::...:..:.:.:.:..:.::.-::::...::.I.;....�..,,rull�Jr.::.:/,J,.::.:..:.:.......: .,::.. ::.::.. ,. ;..:�Jl,, �///�i,,�:/%a/%/�//,�.,,.....fr(/�,�/r,�/,<.. �/../%/,,,.•.;:.<..;::,,,,,.:::::...::..:.::::.:.:::::.....:.:....................,,,............................................................ ......... ......... ........ ............................... W V Z W W X W U W n 0 M a Mr. Vitner has over 33 years of experience in the transportation industry managing the development, construction, and maintenance of capital infrastructure assets. Serving as Bureau Chief of Operations with IDOT, City Engineer and Public Works Director with the City of Rockford, his range of expertise includes managing routine roadway maintenance and reconstruction to large-scale corridor improvements. PHASE - FY25 ROADWAY REHABILITATIONPROJECTS, ITY OF WOOD L Senior Project Manager. TEG is providing Phase I preliminary design, Phase II design engineering, and Phase III construction oversight services for the City's programmed roadway rehabilitation projects during Fiscal Years 2023, 2024, and 2025. Work for this project will include asphalt surface removal and replacement, as well as replacement of deteriorated sections of curb and gutter, and the replacement of non-ADA compliant sidewalk ramps. Tasks include preliminary design, final design completion phase, pre -construction services, bidding and proposal processes, construction and post construction, as well as grant management. PHASE 11 AND III, HARVESTER ROAD RECONSTRUCTIONPROJECT,, CITY OF WEST I — Project Manager/Resident Engineer. The Harvester Road Reconstruction project includes full -depth reconstruction and widening of the roadway, regrading existing ditches throughout, and as -needed repairs to City's sanitary sewer main, storm sewer and associated structures. The project is on Harvester Road between Powis Road and Hawthorne Lane in the City of West Chicago. The project is funded with Rebuild Illinois and Local funds. The work consists of full -depth reconstruction and widening of road pavement with jointed PCC pavement, street light removal and replacement, new sidewalk construction, installation of ADA-compliant detectable warnings and ramps, driveway removal and replacement with curb & gutter, moving fire hydrants, miscellaneous structure adjustments, reconstruction or replacement of utility structures and utility pipe repairs. The net length of roadway improvements is approximately 0.75 miles, or 4,002 feet. PHASE III, WOLFS CROSSINGT AT HARVEY ROAD, VILLAGE Project Manager. TEG was hired by the Village of Oswego to provide Phase III construction and administer the first of ten construction segments for the Wolfs Crossing corridor roadway improvements in Kendall County. The corridor includes Wolfs Crossing Road from the intersection with US 34/IL 71 heading eastward to the intersection with Eola Road/Heggs Road. The Wolf Crossing corridor extends from downtown Oswego through to 95th Street in the City of Aurora. Wolfs Crossing (FAU 1577) is a two-lane minor arterial serving access to both local and regional traffic. The scope of work included in the $9 million, Federally Funded, first phase of the improvement consisted of complete reconstruction of the existing bituminous roadways and shoulders of Wolfs Crossing Road and Harvey Road including the construction of a roundabout at a slightly realigned intersection. The new 4-lane HMA roadway was constructed atop an improved subgrade and consisted of raised landscaped medians, stamped concrete truck aprons, and a closed drainage system. The existing triple -barrel culvert was replaced with a single PCC box culvert, and extensive earthwork including three detention ponds and an overall surplus of excavation. Work also included water main (100% Local Funds), building removals, a multi -use path, PCC sidewalk, ADA ramps, raised crosswalks, street lighting, trees, pavement markings, and signing. Most improvements were performed during a full intersection closure which will require two detours —one for the construction of the roundabout and one for the reconstruction at Devoe. Properly and effectively coordinating the closures with the appropriate agencies and maintaining 100% access to the residences and emergency services was a large focus for our Team. Given the impact of the work on the traveling public and high school, traffic control, communication and public outreach are worth noting as major items of work associated with the improvements. MATTHEW VITNER PE W U Z W W a X W U W 0 W IL Mr. Agoncillo is a project engineer with field experience pertaining to roadway resurfacing, sidewalk and curb and gutter installation in compliance with ADA requirements, HMA and PCC driveway replacements, drainage improvements, street lighting, utility coordination and landscaping restoration. Specific responsibilities include layout verification, documentation of construction activities and contract quantities, contract administration, submittal review, quantity takeoffs and agency coordination. PHASE III, OLD GLENVIEWI J T, VILLAGE OF WILMETTE Construction Engineer. TEG provided construction engineering services for this $1.2M federally funded project consisting of resurfacing old Glenview Road between Skokie Road and Wilmette Avenue. Coordination is required with the Village of Wilmette and City of Evanston as there is an IGA for work performed in both municipalities. Improvements included HMA surface removal and resurfacing, HMA and PCC driveway replacement, PCC sidewalk and ADA ramp upgrades, spot PCC curb and gutter replacement, pavement marking installation, and landscaping restoration throughout the corridor. PHASE II AND III, WOODVIEW ESTATEST I REPLACEMENT PROJECT, VILLAGE RIDGEOF BURR Resident Engineer. TEG provided Phase II and Phase III engineering services for the 2024 Woodview Estates Water Main Replacement Project consisting of water main replacement throughout the Woodview Estates Subdivision in the Village of Burr Ridge. The locations included Woodview Drive, Laurie Lane, Tomlin Drive, Gregford Road, and side and rear yard easements near Katherine Legge Memorial Park in the Village of Hinsdale. The scope of this $2.4 million project included 8" PVC water main installation, water main abandonment, water service line replacement, new fire hydrants, horizontal directionally drilled water main, intermittent storm sewer and sanitary sewer service replacement, driveway replacement, pavement patching, intermittent curb and gutter replacement, and parkway landscaping. In addition, televising and smoke testing results were used to determine sanitary sewer point repairs throughout the subdivision. A Watershed Management ordinance permit from the Metropolitan Water Reclamation District of Greater Chicago (MWRD) was necessary to perform the sanitary sewer rehabilitation. The total length of this project was approximately 8,000' (1.5 miles), consisting of approximately 5,500' of water main replacement and 2,500' of water main abandonment. PHASE III, JANES AVENUE RECONSTRUCTIONPROJECT, VILLAGE OF WOODRIDGE Construction Engineer. TEG provided Phase I, II, and II engineering services for this $2.3M federally funded STP project, utilizing STP federal funds administered through the DuPage Mayors and Managers Conference (DMMC). The project consists of the reconstruction of Janes Avenue, between 75th Street and Spring Street. The net length of improvements is approximately 0.76 miles. The project scope includes full -depth pavement reconstruction and 12" aggregate subgrade replacement, utility adjustments, intermittent curb and gutter replacement, intermittent sidewalk replacement, and ADA curb ramp upgrades. PHASE Ills 2024 RESURFACINGPROJECT, HANOVER TOWNSHIP Construction Engineer. TEG provided construction management for the resurfacing of 0.88 miles of roadway within Township boundaries. Additionally, all sidewalk ramps within the project area were upgraded to meet ADA standards. Responsibilities included documenting contractor activities, monitoring progress, and verifying final corrections before project closeout. NATHAN AGONCILLO El Im W V Z W W a X W U W n 0 M EL Ms. Carney is a documentation professional with over 5 years of experience specializing in documentation of contract quantities for large scale infrastructure projects, including the Illinois Tol Tway and the Illinois Department of Transportation. Her experience includes construction inspection, documentation of contract quantities, GIS data collection, and tree surveys. On this Project, Brittany will review and process all project documentation, including Inspector's Daily Reports (IDRs) and Quantity Books, maintain IDQT's CMMS (Construction and Materials Management System), ensure proper documentation for material inspections and certifications, and maintain accurate project logs, submittals, RFIs, and other construction documentation. PHASE III, INDIAN TRAIL RESURFACING (HIGHLAND E UE TO IL ROUTE 1), CITY OF AURORA - Documentation Specialist. This federally funded roadway improvement includes hot -mix asphalt (HMA) milling and resurfacing, curb ramp reconstruction for ADA compliance, pavement patching, utility structure adjustments, and new pavement markings. The project enhances a heavily traveled section of FAU 1509 with an average daily traffic count of 12,800 and a posted speed of 35 mph, improving surface conditions and long-term durability. PHASE III, INDIAN TRAIL RESURFACING (COUNTY LINE TO E L ), CITY OF AURORA Documentation Specialist. This federally funded roadway improvement includes hot -mix asphalt milling and resurfacing, curb ramp reconstruction for ADA compliance, pavement patching, utility structure adjustments, and new pavement markings. TEG is overseeing all aspects of construction field activities, ensuring contractor compliance with IDOT and City standards, and documenting progress in CMMS. PHASE III, GARY AVENUE RECONSTRUCTION PROJECT, CITY OF WHEATON Documentation Specialist. This project includes Phase III construction engineering services for the reconstruction of Gary Avenue between Jewell Road and Gary Avenue. Gary Avenue is a main north and south arterial roadway which connects the north half of the City and serves as a principal access into downtown Wheaton. This project includes construction of a multi -use pedestrian and bike path, installation of curb and gutter, widening of a culvert structure at the creek, and installation of traffic signals at the intersection of Prairie Avenue. Also included is the replacement of several sidewalks at the adjacent intersections for ADA compliance. PHASE III, SYLVAN CIRCLE & E. PORTER AVENUE ROADWAY RECONSTRUCTION PROJECT, CITY OF NAPERVILLE — Inspector. The scope of this $4.5 million project included a complete roadway reconstruction of Sylvan Circle and E. Porter along with replacement of the existing watermain and portions of the existing sanitary sewer. As part of the roadway reconstruction, these local roads were brought up to City standards to include storm sewer and curb & gutter to help alleviate localized flooding due to existing ditch drainage. TEG's construction management expertise were critical to designing the improvements with the least impact on the neighborhood and establishing realistic expectations of the residents. BRITTANY CARNEY Q LI DI �K��,�'�Y 1 E IZSO NN�E L IZIE S U 1A ���,�'� 11 5 W V Z W W IL X W U W n 0 W a Mr. DeYoung is a registered Professional Engineer and a Registered Professional Land Surveyor with over 18 years of land surveying, design, and construction experience. Leading the surveying staff as well as overseeing all surveying activities for the group, he is responsible for the supervision of surveying staff and budget, subconsultant management, project schedules, and delivery. PHASE III, NATIONAL PARKwAy RECONSTRUCTION,ILL — Chief Surveyor. TEC provided construction engineering services for this $1.2M project. Site work consisted of earth excavation, pavement removal, construction of storm sewers, HMA binder and surface course, combination concrete curb and gutter, traffic signal modification, street lighting, tree removal, landscaping, erosion control, thermoplastic pavement markings, and sodding. Responsibilities included overall project management and contract administration consisting of constructability review of contract documents, utility coordination and management, public outreach and coordination, shop drawing reviews, construction layout verification, construction inspection, documentation, MOT, coordination with I DOT BLRS, and Schaumburg Public Works & Engineering staff. PHASE III, DEERFIELD ROAD RECONSTRUCTION,ILL I L Chief Surveyor. The project includes survey and documentation of 2.39 miles of full and partial pavement reconstruction in the Village of Deerfield and the City of Highland Park. Work includes HMA surface removal and resurfacing, pavement patching, pavement removal and replacement with full depth HMA and jointed PCC pavement, combination concrete curb and gutter, storm sewer, cured -in -place pipelining of sanitary sewer and water main replacement in the Village of Deerfield, new sidewalk, bridge resurfacing over the Middle Fork and West Fork of the North Branch of the Chicago River, and modernization and interconnection of ten traffic signals. PHASE II AND III, CBD ALLEY RECONSTRUCTION,ILL T T Chief Surveyor. Provided initial topographic and boundary survey along with an as - built survey for this $1M alley reconstruction project. The project utilized green infrastructure and sustainable design methods to replace the deteriorated, poorly drained alley pavement with porous brick pavers over pervious concrete pavement, and a new underdrain drainage system with storage under the new alley pavement. The work included porous brick paver installation, pervious concrete installation, open graded aggregate to create the storage area under the pavement, underdrain drainage system, drainage structures for future storm run-off connections of adjacent properties, new curb & gutter, sidewalk and HMA pavement restoration. SSE I, GARY AVENUE RECONSTRUCTION, CITY OF WHEATON— Chief Surveyor for Phase I engineering services for the roadway improvement project on Cary Ave from Jewell Rd to Harrison Ave. The project includes full depth pavement reconstruction, modification to a 3-lane cross section for the northern half of the limits, traffic signal installation (signal warrant analysis, capacity analysis, and intersection design study), extending an existing triple cell box culvert, new off-street multi -use path, providing curb and gutter to replace shoulders, drainage/storm sewer design, and analysis of impacts to wetlands and floodplains. The project also required capacity analysis and concept designs for potential traffic control modifications from an all -way stop control intersection to a roundabout and traffic signal. CHRISTOPHER DEYOUNG PE, PLS S r_ rve, .yo r KEY Y F�EIZSONNE��L IZE S U 1A ���,�'� 11 6 W U Z W W a X W U W 0 W a Mr. VanDeveer is a Construction Manager and ISA certified arborist with phase I, 11, and III experience in construction management and environmental work. He has over 18 years of experience involving Vegetation management and installation, tree surveys, landscape design, roadway, bridge, and utility construction. He has specialized experience and training in tree risk assessment, tree health maintenance during construction, and erosion and sediment control management. RASE III, SYLVAN CIRCLEPORTER AVENUE ROADwAy IMPROVEMENTS, CITY OF NAPERVILLE — Arborist. The scope of the project includes a complete roadway reconstruction of Sylvan Circle and E. Porter along with replacement of the existing watermain and portions of the existing sanitary sewer. As part of the roadway reconstruction these local roads will be brought up to City standards to include storm sewer and curb & gutter to help alleviate localized flooding due to existing ditch drainage. TEG's in-house arborist and construction management expertise were critical to designing the improvements with the least impact on the neighborhood and establishing realistic expectations of the residents. Residential driveway access will be maintained throughout the duration of the project. TEG's Resident Engineer coordinated extensively with the contractor, City, and residents to keep all stakeholders up to date on progress and upcoming activities and closures. Coordination with over 40 residents was crucial to the success of the project. PHASE IIII, WILLIAm TIKNIS CAMPUSPA SI R JE T, HANOVER TOWNSHIP — Arborist. This project includes the development of a 17.5-acre lot. Services include a topographic site survey of the heavily wooded property, tree survey, identification of significant trees, tree protection program, tree replacement program, wetland delineation, drainage design including green infrastructure considerations, landscape design, roadway design, utility design, trail design, the preparation of construction documents, and bidding assistance to the Township. PHASE , ILLINOIS ROUTEf T TI , ILLINois DEPARTMENT OF TRANSPORTATION — Arborist. As a subconsultant, TEG is providing Phase II engineering services for the IL Route 60/83 reconstruction project. As part of our scope, TEG performed a tree survey for approximately 4,000 trees throughout the corridor. PHASE III, 1-88 LANDSCAPE PLANTING IMPROVEMENTS CONT T, - , ILLINOIS STATE TOLL HIGHwAy AUTHORITY — Resident Engineer and Arborist. TEG provided Phase III RE services, construction inspection, and preparation of contract documents on this landscape improvements on mainline 1-88 from mile post 76.5 to 91.62. This was part of a broader initiative by ISTHA to plant over 58,000 trees network wide. Work on this contract included tree and shrub plantings, dense tree plantings, herbicide application, Various seed mix prep, planting, and maintenance, woody plant monitoring, maintenance mowing, erosion and sediment control, temporary construction entrances, and maintenance of traffic. The maintenance and monitoring of installed trees and shrubs is also required during an extended establishment period. PHASE I, VARIOUS AI TE AE CONSTRUCTION ENGINEERING1 EROSION AND SEDIMENT CONTROL 1 LANDSCAPE ARCHITECTURE FOR VARIOUS PROJECTS, DISTRICT 1, ILLINOIS, ILLINois DEPARTMENT OF TRANSPORTATION — Project Manager and Arborist. Responsibilities included assisting IDCT landscape architects, technicians, and erosion and sediment control specialists on various roadside construction and maintenance projects throughout District 1, STEPHEN VANDEVEER ISA Certified Arborist, QCSI /ti rt..xrrrs t 91, kmkfbi A 6imAw"I:Ia,6t"I,; . .. .... SIMILAR P EXPERIENCE SIMILAR PROJECT EXPERIENCE Indian Trail Resurfacing (Highland Avenue to IL Route 31) t:h. S6 CITY OF AURORA y tr����� �� �'*F, � �.,"� "� " PHASE I 1 1111 ' n ns Sr 4 F•rdrvn ry.AKF a W ? li .,», .,»,. ». ha�x� � 'kA•A ih . xn x r " nAX d ran ril' n" �•.8'mR"„:W Ar'�k� %'Alind�. �i: 7, A. rl.r A.-, � rM 'IA- x"#r. x"V.'xcR'Y•"A „"kS;,'.•N. Af' �' �' rA' ik.�7X„" . m. w w r r r � A. A. A. A. w x. ..rx x x, ry n r r .ell F {:a � �wrt•YNr k ".x14nK "U. xwiCT'�Nf .. Y"A. �: w� : k � �� » 73rs,A";kAB; YYdAWWN Y q�k r� R'. M'Nk x.rXA � twk — AA9mi.11.k Im k-r_ y wk�.'Ilk R""m SR.xSA'M1N. "�' AMA kTNN 7Y�XiNAi 4 tirrS a r' k55C INW.nY NkvR s: 'kl, K� ,Iu sNfc. 'bMG. W1 J W, s k �kd+kbr k"k Mk M1.� k�F 4x'�F f.:l„AS G':vgF �Nw.Af�"86w N k� a� 4`IY .rWM4'Nk �,ra.� 6il dk6ba N Aq%rt AJ. F' "win ki11 . •�Wk'k6 RAC&, iN kswF' "fAW giu k f Y•a hfq'e AAq�,R�•k mono rc u a »Nur .t1� r AG N."PI' ° f/.ff i1CaC.MPfS."A a LF A"kY..4AA k ' "r,Nr'IN9» 4W+ W* 9i g ��A " 41d' :891'•.N 1, r„�s'kk l.''dn" ;n„d";• k"'wM N.0. 7, . rY, 'YYP"6' MwS&9A'a WMv»' A'�NWIFt".Y,. wr:w wN pr ragmr. ,9 R, RIN �.4eMM. +:.HtMR NNhtlr. A+etF+.F°"F.k °snN FIf ;d �. " Q.w 9n "r a�K}.M " NA"" �F� ri�i IN AFri"y}( . �ryn 7.i•b 'kQ ii•'•h NNldk' N'• F{k PROJECT DESCRIPTION TEG provided Phase 1, 11, and III engineering services for the STP-Local funded Indian Trail Road Improvements project in the City of Aurora. This project involved the rehabilitation of a 0.6-mile stretch between Highland Avenue and IL Route 31. The existing roadway, characterized by varying widths and an inconsistent cross-section, required significant upgrades to enhance safety, drainage, and overall driving conditions. The project scope included resurfacing the roadway, constructing new B-6.12 curb and gutter along the existing shoulder section, and replacing the open ditch drainage with an enclosed system. Variable -depth resurfacing was implemented to achieve a uniform cross slope and adjust the longitudinal slope along the roadway profile. The drainage improvements included the installation of inlets, catch basins, manholes, and storm sewer systems. Additionally, the project addressed the removal of an unnecessary guardrail near Mercy Lane, eliminating a potential hazard. Extensive coordination and field locating of utilities (Nicor and ComEd) allowed us to avoid the need for utility relocations by providing a revised drainage design. Given the proximity of a school, fire station, and hospital, stakeholder coordination was a vital component of the project. By standardizing the roadway's cross-section, improving drainage, and resurfacing the pavement, the project not only extended the lifespan of Indian Trail but also enhanced safety and reduced long-term maintenance costs for the City of Aurora. CLIENT INFORMATION Timothy Weidner, PE Engineering Coordinator City of Aurora (630)256-3202 weidnert@aurora.il.us PROJECT INFORMATION Gates 05/2023 - Ongoing Cost $1,400,000 IIII IIII IIII III A14. II Ili II"� "" II Ili II� Ili IIII II� IIII II� HE th.�. Ji. Wes' q; n ra7J� is ri it y !' is 9.:% � ` s ;°;?,; ' j::#( i N' 1,' F:. ,fir v, 1, . II '� s PROJECT DESCRIPTION Indian Trail Resurfacing (County Line to Eola Road) CITY OF AURORA This federally funded roadway improvement includes hot -mix asphalt (HMA) milling and resurfacing, curb ramp reconstruction for ADA compliance, pavement patching, utility structure adjustments, and new pavement markings. The project enhances a heavily traveled section of FAU 1509 with an average daily traffic count of 12,500 and a posted speed of 35 mph, improving surface conditions and long-term durability. Construction includes targeted patching, concrete curb and gutter removal and replacement, and stormwater management measures such as inlet protection and temporary erosion control. Phasing and traffic control are carefully managed to maintain access and minimize disruption to the traveling public, with multiple intersections, driveways, and business entrances requiring real-time field adjustments. Safety and coordination with buried utilities and traffic signal infrastructure are also key components of this work, especially at locations where resurfacing meets existing ADA sidewalk ramps and driveways. CLIENT INFORMATION Timothy Weidner, PE Engineering Coordinator City of Aurora (630)256-3202 weidnert@aurora.il.us PROJECT INFORMATION Dates 04/2025 - Ongoing Cast $1,100,000 PHASE III IIII 1A III IIL A14. II Ili IIE" """ IIE Ili IIE Ili IIII IIE 111 IIE NN th.�. Ji. q; n ra7J� is ri it y !' is 9.:% �,f) ;";,; ' j::#( i N' 1,' F:. ,fir v, 1, . !II 'i s PROJECT DESCRIPTION FY23 - FY25 Roadway Rehabilitation Projects TEG was hired by the City of wood Dale to provide final Phase 11 design engineering services, bid assistance, and Phase III resident engineering services for the FY23- FY25 Road Projects. Wood Dale unveiled a five-year, $51 million plan to update existing infrastructure beginning in 2023. This assignment covered three years' worth of City funded roadway resurfacing projects between FY23-FY25. The $5.2 million FY 2023 Street Resurfacing Program consisted of improving approximately 37,500 linear feet of roadway at 35 locations in 2022 and 2023. The professional services began in the spring of 2022 to accommodate final design, advertisement, bidding, and partial construction completion by December 31, 2022. TEG assisted the City in establishing an intergovernmental agreement between Wood Dale and the Village of Bensenville for work outside of the City's jurisdiction. During the project, the City added approximately 1,610 linear feet of water main installation to the project along Maple Avenue, between Irving Park Road and Stoneham Street. TEG completed the water main design and prepared the I EPA permit application on behalf of the City. CITY OF WOOD DALE PHASE 1/11/111 CLIENT INFORMATION Alan Lange Director of Public Works City of wood Dale (630) 787-3761 alanlange@wooddale.com PROJECT INFORMATION Dates 03/2023 - Ongoing Cost $512001000 IIII IIII IIII II�,�.A Ili III Ili "� II� �"�� "'" II� Ili II� Ili�� IIII II� IIII '� II� Old Glenview Road Resurfacing Project PROJECT DESCRIPTION TEG is providing construction engineering services for this $1.2M federally funded project consisting of resurfacing Old Glenview Road between Skokie Road and Wilmette Avenue. Coordination is required with the pillage of Wilmette and City of Evanston as there is an IGA for work performed in both municipalities. Improvements include HMAsurface removal and resurfacing, HMA and PCC driveway replacement, PCC sidewalk and ADA ramp upgrades, spot PCC curb and gutter replacement, pavement marking installation, and landscaping restoration throughout the corridor. VILLAGE OF WILMETTE CLIENT INFORMATION Ronald M ilanesio Project Manager Village of Wilmette 1200 Wilmette Avenue Wilmette, I L 60091 (847) 863-7628 rnilanesior@wllmette.com PROJECT INFORMATION Dates 02/2024 - Ongoing Cost $1,200,000 PHASE III S IIII IIII IIII II�,�. Ili III Ili "� II� �"�� """ II� Ili II� Ili�� IIII II� IIII '� II� NN th.. Y ;s k ,, , �J P PROJECT DESCRIPTION South McLean Blvd Reconstruction TEG is providing construction engineering services for this federally funded $12.8M reconstruction project on South McLean Boulevard between Stearns Road and Spring Street. South McLean Boulevard is being reconstructed from an unconfined roadway to a full -curbed cross section with additional lanes, landscaped median, and additional turn lanes. Full road closures and detour routes will be implemented throughout this multi -stage, multi -year project. Scopes of work include earth excavation, aggregate subgrade improvement, HMA and PCC pavement, HMA bike path construction, HMA and PCC driveway replacement, storm sewer construction, water main relocation, traffic signal installation, and noise wall construction along the eastern project limit. VILLAGE OF SOUTH ELGIN CLIENT INFORMATION Michael Milette, PE Director of Public Works Village of South Elgin (847) 695-2742 m m i l ette @so u t h el g i n .co m PROJECT INFORMATION Dates 06/2024 - Ongoing Cost $12,800,000 PHASE III IIII IIII IIII III, A14.III Ill II" """ II Ill II� Ill IIII II� IIII II� th Ji.SA Ole, PROJECT DESCRIPTION Woodview Estates Water Main Replacement Project TEG was hired for Phase II and Phase III for this $2 million water main replacement project for improvements throughout the Woodview Estates Subdivision. The existing water main in the Woodview Estates Subdivision was 6" diameter ductile iron and was constructed in the 1970's. This neighborhood was experiencing numerous breaks and the Village's distribution system lacked redundancy to provide more than 150 properties with service in the event of a break. The purpose of the project was to upgrade the 6" diameter water main with 8" diameter water main and construct a parallel 8" diameter main to provide redundancy and increase fire flow to the area. The scope of work included PVC water main installation, water main abandonment, water service line replacement, new fire hydrants, horizontal directionally drilled (HDD) water main, storm sewer and sanitary sewer pipe replacement, sanitary sewer point repairs, sealing and adjusting sanitary sewer frames, driveway and pavement patching, landscaping restoration, and all incidental and collateral work necessary to complete the project. The total length of the project was approx. 5,567 feet (1.05 miles). Coordination efforts included public outreach with residents throughout the Woodview Estates Subdivision. Permitting efforts included coordination with the IEPA, Flagg Creek Water Reclamation District, and Village of Hinsdale for water main installation in an easement through Katherine Legge Memorial Park (KLM Park). VILLAGE OF BURR RIDGE PHASE 11/111 CLIENT INFORMATION David Preissig Director of Public Works Village of Burr Ridge (630) 323-4733 ext. 6000 dpreissig@burr-ridge.gov PROJECT INFORMATION Date 10/ 2022 - 06/ 2024 Cost $2,000,000 IIII IIII IIII II�,�. III IIII III "� II� �"�,� """ II� III II� III�� IIII II� IIII II� No th Y ;s k ,, , �J P PROJECT DESCRIPTION Harvester Road Reconstruction Project The Harvester Road Reconstruction project included full -depth reconstruction and widening of the roadway, regrading of existing ditches throughout, and as -needed repairs to the City's sanitary sewer main, storm sewer, and associated structures. The project took place on Harvester Road between Powis Road and Hawthorne Lane in the City of West Chicago. It was funded with Rebuild Illinois and Local funds. The work, as shown on the plans and as specified, consisted mainly of full -depth reconstruction and widening of road pavement with jointed PCC pavement, street light removal and replacement, new sidewalk construction, installation of ADA-compliant detectable warnings and ramps, driveway removal and replacement with curb & gutter, fire hydrant relocations, miscellaneous structure adjustments, reconstruction or replacement of utility structures, and utility pipe repairs. The net length of roadway improvements was approximately 0.76 miles, or 4,002 feet. Much of the paved road and ditches were in a Zone AE floodplain; the route crossed Kress Creek, a mapped floodway; and a designated wetland was located in the Kress Creek channel on the north side of Harvester Road. The reconstruction included a portion of Harvester Road that crossed Kress Creek. The work avoided changes to the creek channel bottom and existing floodway grading. All work was completed in accordance with the DuPage County Countywide Stormwater & Floodplain Ordinance and was permitted through the DuPage County Stormwater Department. CITY OF WEST CHICAGO CLIENT INFORMATION Mehul Patel, PE, CFM Director of Public Works 1400 W. Hawthorne Lane West Chicago, I L 60185 (630) 293-2255 mpatel@westchicago.org PROJECT INFORMATION Dates 06/2022-10/2024 Cost $3,900,000 PHASE 11/111 � M � L A14. 2.5 PROJECT DESCRIPTION Janes Avenue Reconstruction Project TEG provided Phase I, 11, and III engineering services for this $2.3 million federally funded STP project, utilizing STP federal funds administered through the DuPage Mayors and Managers Conference (DM MC), scheduled for construction in FFY 2025. The project consists of the reconstruction of Janes Avenue, between 75th Street and Spring Street. The net length of improvements is approximately 0.76 miles. The project scope includes full -depth pavement reconstruction and 12" aggregate subgrade replacement, utility adjustments, intermittent curb and gutter replacement, intermittent sidewalk replacement, and ADA curb ramp upgrades. VILLAGE OF WOODRIDGE CLIENT INFORMATION Chris Bethel Director of Public Works Village of Woodridge 1 Plaza Drive Woodridge, I L 60517 (630) 719-4763 cbeth el @vil.wood ridge. il.us PROJECT INFORMATION Dates 05/2021 - 10/2024 Cast $2,300,000 PHASE 1/11/111 IIII IIII IIII IIE A14. II Ili IIE" "" IIE Ili II� Ili IIII II� IIII II� Sylvan Circle & E. Porter Avenue Roadway Improvements PROJECT DESCRIPTION The City of Naperville Water/Wastewater Department identified the need to upgrade the 75-year-old existing watermain along Sylvan Circle and E. Porter Avenue. They partnered with the City's Transportation, Engineering, and Development Department to provide comprehensive upgrades to the neighborhood. TEG performed Phase 1 and Phase 2 design services for these improvements, which included 3,000 feet of roadway replacement, a new looped water main system, sanitary manhole and sewer replacement, and the addition of a drainage system. The existing roadway did not meet current City standards and the project included extensive public outreach to gauge residents' interest in street width, adding curb & gutter, and adding sidewalks. TEG's in-house arborist and construction management expertise were critical to designing the improvements with the least impact on the neighborhood and establishing realistic expectations of the residents. The expedited design was completed in less than 9 months. The scope of the Phase III project included a complete roadway reconstruction of Sylvan Circle and E. Porter, along with the replacement of the existing watermain and existing sanitary sewer. As part of the roadway reconstruction, these local roads were upgraded to City standards, incorporating storm sewer and curb & gutter to alleviate localized flooding caused by the previous ditch drainage. Residential driveway access was maintained throughout the duration of the project. CITY OF NAPERVILLE PHASE 1/11/111 CLIENT INFORMATION Matthew Cal pin, PE Project Engineer City of Naperville 400 S. Eagle Street Naperville, I L 60540 (630) 305-3430 calpinm@naperville.il.us PROJECT INFORMATION Date 04/2023 - 04/2024 Cast: $4,500,000 2117 th IIIIII ��:� «"7 Y � ���,�: / (a7J� iS JY ml: k;�rf' .(t y !': 1,: ' ,u ;s k ,, , �J �� j::#( i N' 1,' F:. ,fir �,;�, 1, . !II 'ir s PROJECT DESCRIPTION National Parkway Reconstruction TEG provided construction engineering services for this $1.2M project funded by Rebuild Illinois funds and administered through IDQT Bureau of Local Roads & Streets. The work consisted of earth excavation, pavement removal, construction of storm sewers, full -depth HMA pavement, combination concrete curb and gutter, traffic signal modernization, street lighting, tree removal, landscaping, erosion control, thermoplastic pavement markings, and sodding. Responsibilities included overall project management and contract administration consisting of constructability review of contract documents, utility coordination and management, public outreach and coordination, shop drawing reviews, construction layout verification, construction inspection, documentation, MOT, coordination with IDOT BLRS, and Schaumburg Public works & Engineering staff. VILLAGE OF SCHAUMBURG PHASE III CLIENT INFORMATION Scott Shirley, PE Municipal Services Manager Village of Schaumburg (224) 995-3016 sshirley@schaumburg.com PROJECT INFORMATION Dates 07/2020 - 06/2021 Cost $1, 200,000 IIII IIII IIII IIE, A14.III III IIE" """ IIE III II� III IIII II� IIII II� Bode Road - Springinsguth Road to Barrington Road Spinginsguth Road -Bode Road to Schaumburg Road VILLAGE OF SCHAUMBURG PHASE III PROJECT DESCRIPTION The scope of work for these projects consisted of pavement patching and 5" H MA resu rfaci ng with HMA binder and surface courses; the installation of sidewalk curb ramps, detectable warnings, pavement markings, signing, detector loop replacement, pedestrian signal installation, guardrail removal, landscape restoration, and pavement markings including bicycle crosswalks. The scope also included removal of non -special waste and all incidental and collateral work necessary to complete the projects. These projects was intended to improve the roadway riding surface and related appurtenances, increase the flow of traffic, enhance vehicular and pedestrian safety, and improve access for residents. TEG's role in these projects involved monitoring progress and quality, ensuring compliance with contract documents, and addressing defects or deficiencies. We communicated regularly with the Village of Schaumburg, provided updates, and coordinated with the contractor. By reviewing the schedule, we took actions to keep the project on track. TEG also handled utility coordination and enforced Village standards. We oversaw ADA ramps, monitored erosion control, and maintained detailed records. By attending conferences and facilitating testing and inspections, we managed project documents and provided updates on costs. Our responsibilities included conducting barricade checks, ensuring compliance, and working towards project close-out. Lastly, we conducted a final inspection, verified corrections, and made recommendations for project acceptance to the Village. CLIENT INFORMATION Scott Shirley, PE Municipal Services Manager Village of Schaumburg (224) 995-3015 ssh i rley@schau m bu rg.com PROJECT INFORMATION Dates 07/2022-12/2022 Cost Bode Rd - $1,750,000 Springingsuth Rd - $922,000 IIII IIII IIII IIE, A14. III III IIE" "" IIE III IIE III IIII IIE IIII IIE BE PROJECT DESCRIPTION Gary Avenue Reconstruction CITY OF WHEATON PHASE 1/11/III I�J� I// ui// ���1Jll���I r�Irlf�f�fJ�Jli IIyy� r1s .g�JIIsY�JYl ,�1� .i 1. / 1 f i i .; ,..�" F PROPOSED TYPICAL SECTION •-�^•• ..�-��•��..� �• ;+.R' i�lE•1LE _�_AIF._ _DJ-F '��TE�J�1D ?=-ifEE�I IE.ti E_L f.AD 'f:+.IR:E --'•-..� �•..• �.� �. f. ... f .• f��..::.:v=iic.•�::�.�':''`'`-::�':':`:...%�::'.!':!.!.';'.�<�''`�`Si:rri:.. '..'!: i. i�::5. i.?i..l'':.':;.:':;.:'.i;s:�::�``:�:!'':!.`::'.'�:?�e:'::'7i'i;'."'` .l� TEG is delivering all three phases of engineering services for the Gary Avenue improvement project from Jewell Road to Harrison Avenue. Phase I — Preliminary Engineering: We evaluated roadway geometry, safety, drainage, and environmental impacts. The scope covered full -depth pavement reconstruction, conversion to a three -lane section on the northern half, traffic signal warrant and capacity analyses, intersection design studies, wetland and floodplain assessments, drainage and storm sewer layouts, and the extension of an existing triple -cell box culvert. Traffic studies at Gary Avenue's Prairie and Harrison intersections compared roundabouts, all -way stops, and signals. Analysis supported a new traffic signal with added left -turn channelization at Prairie, while retaining the all -way stop at Harrison due to cost and right-of- way considerations. Phase II — Final Design: Our designers advanced the preferred alternatives into contract plans and specifications. Key features include a continuous off-street multi -use path, curb - and -gutter replacing shoulders, enclosed storm sewer, and detailed signal plans for Prairie Avenue. We coordinated utility relocations, secured environmental clearances, and obtained agency approvals. Phase III — Construction Engineering (ongoing): TEG 's resident engineers will oversee construction to ensure the work meets the plans, schedule, and budget. Responsibilities include daily inspection, contractor coordination, pay -item documentation, material testing oversight, and public communication to keep residents informed and traffic moving safely. By handling every phase, TEG provides a seamless transition from concept through construction, protecting project intent and giving the owner a single accountable partner throughout the life of the corridor. CLIENT INFORMATION Sarang Lagvankar, PE Senior Project Engineer City of Wheaton 303 W Wesley Street Wheaton, I L 60187 (630) 260-2067 slagvankar@wheaton.1l.us PROJECT INFORMATION Dates 08/2019 - 04/2024 Phase III: FY2025 Cost $4,200,000 IIII IIII IIII IIL A14. II Ili IIE" "" IIE Ili IIE Ili IIII IIE IIII IIE US 1� 1 Rand Road Resurfacing(Lake Cook Road to Golf Road) — ILLINOIS DEPARTMENT OF TRANSPORTATION Y � ���,�: ;s ,, , P PHASE III j::#( i N' 11, F:. ,fir 1, . !II 'i s '16 PROJECT DESCRIPTION Thomas Engineering Group provided construction inspection services for the $12M improvement of US 12 (Rand Rd.) Lake -Gook Rd. to Golf Rd. This 10 mile stretch of roadway was divided into two separate contracts with two different contractors. Work included pavement patching, Hot -Mix asphalt surface removal, resurfacing with polymerized leveling binder and HMA surface course, ADA ramp requirements for curb ramps will be brought up to standard, detector loop replacement, curb and gutter removal and replacement, frame and grate adjustments, thermoplastic pavement marking and raised reflective pavement markers. CLIENT INFORMATION Jonathan Schumacher, PE Illinois Department of Transportation 201 West Center Court Schaumburg, I L 60196 (847) 705-4466 Jonathan.Schumacher@llllnois.gov PROJECT INFORMATION Dates 04/2016 - 02/2017 Cost $12,000,000 Illinois Department Local Public Agency of Transportation Engineering Services Agreement Agreement For Agreement Type Using Federal Funds? Z Yes ❑ No Federal CE Original LOCAL PUBLIC AGENCY Local Public Agency County Section Number Job Number Mount Prospect Cook 23-00179-00-RS C-91-061-25 Project Number Contact Name Phone Number Email P688(375) Matthew Lawrie (847) 870-5640 mlawrie@mountprospect.org Local Street/Road Name Key Route Length Structure Number Schoenbeck Road FAU 2673 0.41 m i Location Termini Add Location Rand Road (US 12) to Camp McDonald Road Remove Location ri u t1Lt Uu"i l dul l The work consists of reconstruction and resurfacing of Schoenbeck Road between US-121Rand Road (FAP 0034) and Camp McDonald Road (FAS 1290) in the Village of Mount Prospect. The project includes hot -mix asphalt roadway construction, sidewalk construction, ADA ramp installation, pedestrian signal installation, driveway reconstruction, placement of storm sewer and storm structures, structure adjustments, segmental concrete block wall construction, curb and gutter replacement, temporary detour signing, thermoplastic pavement markings, tree protection, soil erosion and sediment control, and final landscaping. Engineering Funding ❑ MFT/TBP ❑State Z Other Federal and Local Anticipated Construction Funding Z Federal ❑ MFT/TBP E] State Z Other Federal and Local AGREEMENT FOR Z Phase III - Construction Engineering CONSULTANT Prime Consultant Firm Name Contact Name Phone Number Email Thomas Engineering Group, LLC K. VanDeWoestyne (847) 815-9500 kevinv@thomas-engineering.com Address city State Zip Code 762 Shoreline Drive, Suite 200 Aurora IL 160504 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 Completed 07/07/25 Page 1 of 10 BLR 05530 (Rev. 07/08/22) 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 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 ® EXHIBIT C: Qualification Based Selection (QBS) Checklist ® EXHIBIT D: Cost Estimate of Consultant Services (CECS) Worksheet (BLR 05513 or BLR 95514 ) Z EXHIBIT E: BC 775 & BC 775 E 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 34 days from receipt of each payment from the LPA. 5. 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 05513, 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 25 in the administration of US 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. 19. For Construction Engineering Contracts: (a) The ENGINEER shall be prequalified with the STATE in Construction Inspection. All employees of the ENGINEER serving as the onsite resident construction supervisor or providing construction inspection shall have a valid Documentation of Contract Quantities certification. (b) For all projects where testing is required, the ENGINEER shall obtain samples according to the STATE Bureau of Materials. "Manual of Test Procedures for Materials," submit STATE Bureau of Materials inspection reports; and verify compliance with contract specifications. 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 95513 or BLR 95514). I. THE LPA AGREES, Completed 07/07/25 Page 2 of 10 BLR 05530 (Rev. 07/08/22) 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 1 LC 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. 3. For Construction Engineering Contracts: (a) To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. (b) To submit approved forms BC 775 and BC 775 to the DEPARTMENT when federal funds are utilized. 4. 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 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. 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 ® Cost plus Fixed Fee: Fixed 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. Field Office Overhead Rates: Field rates must be used for construction engineering projects expected to exceed one year in duration or if the construction engineering contract exceeds $1,000,000 for any project duration. 6. 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 E N G I N E E R prior to issuance by the I DOT 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 E N G I N E E R 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 Completed 07/07/25 Page 3 of 10 BLR 05530 (Rev. 07/08/22) 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 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. 5. 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. 7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and 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 or 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. Completed 07/07/25 Page 4 of 10 BLR 05530 (Rev. 07/08/22) The contra ctorlgrantee 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 in the 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 to maintain a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting, or granting agency within ten (10) days after receiving notice under part (b) of paragraph (3) of subsection (a) above from an employee or otherwise, receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program. (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 E N G I N EER'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 1 LCS 130/0.01 et seq.). 12. For Construction Engineering Contracts: (a) That all services are to be furnished as required by construction progress and as determined by the LPA employee In Responsible Charge. The ENGINEER shall complete all services herein within a time considered reasonable to the LPA, after the CONTRACTOR has completed the construction contract. (b) That all field notes, test records and reports shall be turned over to and become the property of the LPA and that 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 ENGI NEER's possession and any such loss or damage shall be restored at the ENGI NEER's expense. (c) That any difference between the ENGINEER and the LPA concerning the interpretation of the provisions of this AGREEMENT shall be referred t❑ a committee of disinterested parties consisting of ❑ne member appointed by the ENGINEER, one member appointed by the LPA, and a third member appointed by the two other members for disposition and that the committee's decision shall be final. (d) That in the event that engineering and inspection services to be furnished and performed by the LPA (including personnel furnished by the ENGINEER) shall, in the opinion of the STATE be incompetent employed on such work at the expense of the LPA. (e) Inspection of all materials when inspection is not provided by the sources by the STATE Central Bureau of Materials, and submit inspection reports to the LPA and STATE in accordance with the STATE Central Bureau of Materials "Project Procedures Guide" and the policies of the STATE. AGREEMENT SUMMARY Prime Consultant (Firm) Name TINIFEINISS Number Agreement Amount Thomas Engineering Group, LLC 20-1722938 $1757125.00 Subconsultants TINIFEINISS Number Agreement Amount Rubino Engineering Inc. 80-0450719 $201000.00 Subconsultant Total $201000.00 Prime Consultant Total $1753125.00 Total for all work $1953125.00 Completed 07/07/25 Page 5 of 10 BLR 05530 (Rev. 07/08/22) AGREEMENT SIGNATURES Local Public Agency Type Local Public A enc Attest: The Village of Mount Prospect B (Signature &Date Local Public Agency Local Public Agency Type Mount Prospect Village Clerk (SEAL) Executed by the ENGINEER: Prime Consultant (Firm) Name Attest: IThomas Engineering Group, LLC By (Sianature & Date ,,,,, ;;; ,,, ,,.,, ............ ........,._ July 7, 5 ... . ...... Title Principal B (Signature &Date Title Completed 07/07/25 Page 6 of 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Mount Prospect Thomas Engineering Group, LLC Cook 23-00179-00-RS EXHIBIT A SCOPE OF SERVICES 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 1 . Chair a preconstruction conference with the contractor, Village, and other parties to discuss the chain of command, communication procedures, goals, objectives, and potential issues. 2. obtain from the contractor a list of proposed suppliers and subcontractors. Make recommendations to the Village regarding the suitability of the subcontractors for the proposed work. 3. Review the construction schedule and traffic control plan as submitted by the contractor for compliance with the contract. 4. Check and approve or reject and request submittals to made by the contractor for compliance with the contract documents. 5. Perform a constructibility review and quantity take -offs to alleviate unforeseen quantity overruns. 6. Measure all items for removal including pavement, trees, shoulder, etc. 7. Thoroughly document the existing project site Via video and photographs. 8. Verify all construction staking for principal components of the work. 9. Perform topographic survey of project limits for use in quantity calculations. 10. Assist the Village with public communications and resident newsletters in accordance with the Village's preferred method. 11 . Confirm that the contractor has notified the Village of Mount Prospect a minimum of 48 hours before construction activities begin. 12. Chair and prepare minutes for bi-weekly progress meetings. 13. Perform submittal and shop drawing reviews. 14. TEG will chair and prepare minutes for bi-weekly progress meetings, or weekly as desired by the Village. 15. Perform submittal and shop drawing reviews. 16. Review eligibility of extra work, proposed extra work pricing, and prepare construction contract change orders when approved by the Village. 17. Provide the contractor with quantities acceptable for progress payments, review contractor pay estimates, review contractor and subcontractor trailing and final waivers of lien, and prepare payment recommendation letters for the Village. 18. Review and generate a written response to any RFI to the Village and Contractor. 19. TEG's Project Manager will visit the project on a weekly basis to review project status. Collectively, TEG's Project Manager and Resident Engineer will respond to and resolve issues raised by motorists, residents, businesses, schools, I DOT, Cook County, and Village staff promptly. 20. Review contractor's progress on a weekly basis and update the progress schedule. Compare actual progress to the contractor's approved schedule. If the project falls behind schedule, work with the contractor to determine the appropriate course of action to get back on schedule. 21. Maintain a set of Record Drawings on which all changes are noted. 22. Keep an inspector's daily field book in I DOT's preferred format appropriate for the project, recording hours on the job site, weather conditions, general and specific observations, daily activities, quantities placed, inspections, decisions, and list of visiting officials. 23. Be present whenever the contractor is performing work on -site, associated with the project. 24. Observe the progress and quality of the executed work. Determine if the work is proceeding in accordance with the Contract Documents. TEG shall keep the Village informed of the progress of the work and advise the Village of all observed deficiencies of the work and disapprove or reject all work failing to conform to the Contract Documents. 25. Serve as the Village's liaison with the contractor working principally through the contractor's field superintendent. 26. TEG will extensively document (via photographs, video and written documentation) the contractors' activities. 27. Cooperate with the contractor in dealing with the various agencies having jurisdiction over the Project. 28. Perform traffic control and erosion control checks. Completed 07/07/25 Page 7 ❑f 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Mount Prospect Thomas Engineering Group, LLC Cook 23-00179-00-RS 29. Ensure no water main valves or hydrants are touched by the contactor. Only Village Staff to operate. 30. Prior to final inspection, submit to the contractor a list of observed items requiring correction and verify that each correction has been made. 31. Conduct final inspection with the Village and prepare a final list of items to be corrected. 32. Verify that all items on the final list have been corrected and make recommendations to the Village. 33. Close out project after all construction is completed. 34. Prepare Record Drawings. 35. Verify that all documentation is completed and that all material inspections and certifications have been accounted for and are complete. 36. Compile and submit final documentation. 37. Pursue and complete final close-out. 38. Digital photography of completed project. 39. Deliver indexed project box(es). Completed 07/07/25 Page 8 ❑f 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Mount Prospect Thomas Engineering Group, LLC Cook 23-00179-00-RS EXHIBIT B PROJECT SCHEDULE See attached. Completed 07/07/25 Page 9 ❑f 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Mount Prospect Thomas Engineering Group, LLC Cook 23-00179-00-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 5-5.05 (e) of the BLRS Manual? 3 lWas the scope of services for this project clearly defined? ❑ ❑ 4 Was public notice given for this project? ❑ ❑ 5 Do the written QBS policies and procedures cover conflicts of interest? ❑ ❑ 6 Do the written QBS policies and procedures use covered methods of verification for suspension and ❑ ❑ debarment? 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ ❑ Project Criteria Weighting 8 IDo the written QBS policies and procedures discuss the method of selection? I ❑ I ❑ Selection committee (titles) for this r)roiect 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 IDQT 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? ❑ ❑ 1 B LPA is a home rule community (Exempt from QBS). ❑ ❑ Completed 07/07/25 Page 10 of 10 BLR 05530 (Rev. 07/08/22) Instructions for BLR 05530 - Page 'I of 3 Form instructions are not to be submitted with the form This form shall be used for a Local Public Agency (LPA) to enter into an agreement with an Engineering firm in connection with a project funded with Federal, State, and/or Motor Fuel Tax (MFT) funds. Based on the selection of type of engineering agreement and funding type, the form will change. For more information refer to the Bureau of Local Roads and Streets Manual (BLRS) Chapter 5. For signature requirements refer to Chapter 2, Section 3.05(b) of the BLRS manual. This form can also be used for structure inspections. When filing out this form electronically, once a field is initially completed, fields requiring the same information will be auto -populated. Using Federal Funds? The user must select yes or no. Based on the selection, a drop -down menu will appear. The language of the form changes based on the selection. Selecting yes indicates federal funds will be used to fund all or a portion of the engineering for this phase of this project. Selecting no indicates no federal funds will be used to fund any engineering for this phase of the project. Agreement For If yes was selected for using Federal Funds, select Federal PE or Federal CE from the drop -down. If no was selected for using Federal Funds, select MFT PE, MFT CE, or MFT PE-CE. Agreement Type From the drop down, select the type of agreement, types to choose from are: Original or Supplemental Number If the agreement is for a supplemental, insert the number of the supplemental using number 1 for the first supplemental, and increase the numbering as the supplementals increase. Local Public Agency Local Public Agency Insert the name of the LPA. This field value is used to populate the LPA name in the Agreement Signatures and the Exhibit pages. County Insert the name of the county in which the LPA is located. Section Number Insert the section number applied to this project without dashes, dashes are automatically inserted. Job Number Insert the job number assigned for the project, if applicable. Project Number Insert the project number assigned for this project, if applicable. Contact Name Insert the name of the LPA contact for this project. Phone Number Insert the phone for the LPA contact listed to the left without dashes. Email Insert the email for the LPA contact listed to the left. Section Provisions Location Use the add location button to add additional locations, if needed, for up to a total of five locations. If there are more than five locations, use various. Local Street/Road Name Insert the local street/road name. Key Route Insert the key route of the street/road listed to the left, if applicable. Length Insert the length in miles as it pertains to the location listed to the left. For a structure insert 0.01. Structure Number Insert the existing structure number(s) for this project. Location Termini Insert the beginning and ending termini as it pertains to this location for this project. Add Location Use this button to add additional location. Remove Location Use this button to remove a location added in error. Please note that at least one location is required. Project Description Insert a description of the work to be accomplished by this project. Engineering Funding Check all boxes that apply, if type other is checked, insert the type of other funding in the box following "other." The form will change based on the box(es) checked. Anticipated Construction Funding Check all boxes that apply, if type other is checked, insert the type of other funding in the box following "other." Completed 07/07/25 BLR 05530 (Rev. 07/08/22) Instructions for BLR 05530 - Page 2 of 3 Agreement For Select the check box for the type of engineering the agreement is for. Phase I for Preliminary Engineering, Phase II for Design Engineering, Phase III for Construction Engineering. When Federal Funds are used, Phase I and Phase II can be selected when the agreement is for Federal PE. When Federal CE is selected, only Phase III can be selected. For M FT, the Phases can be selected based on the original selection at the top of the form for the agreement type. Consultant Primary Consultant (Firm) Name Insert the name of the primary consultant firm that will be executing this agreement. This field value is used to populate the consultant name in the Agreement Summary, Agreement Signatures and the Exhibit pages. Contact Name Insert the name of the contact for the firm listed to the left. Phone Number Insert the phone number for the contact listed to the left, without dashes. Email Insert the email of the contact listed to the left. Address Insert the address of the firm listed to the left. City Insert the city ❑f the firm listed to the left. State Insert the state of the firm listed to the left. Zip Code Insert the zip code of the firm listed to the left. Agreement Exhibits Check all that apply, for boxes checked that do not have a description, insert the name of the exhibit. Exhibit A Insert the scope of services covered by this agreement/ project. This exhibit is required. Exhibit B Insert the project schedule that applies to this agreement/ project. This exhibit is required. Exhibit C Qualification Based Selection (QBS) Checklist process must be followed when the value of engineering will meet and/or exceed the threshold in 50 1 LCS 510. If the process does not apply, check the form not applicable checkbox on the top of the exhibit page. If the process applies and using federal funds, complete items 1 through 13. If the process applies and using state funds, complete items 14 through 15. Exhibit D Cost Plus Estimate of Consultant Services (CECS) Worksheet (BLR 05513 or BLR 05514). If the method of compensation was checked (under LPA Agrees item 4) as Cost Plus Fixed Fee (Anniversary Raise or Fixed Raise) in the agreement, then this exhibit is required and the correct BLR form: BLR 05514 for Fixed Raise or BLR 05513 for Anniversary Raise. Exhibit Use the remaining boxes and lines to add additional exhibits as needed. LPA Agrees Method of Compensation Select the method of compensation for this agreement by checking the applicable box. If Percent is checked (this is only available when agreement is for MFT funds.), insert in the box the applicable percentage. If Lump Sum is checked, complete the box after lump sum showing the lump sum compensation amount. For agreements funded with federal funds the lump sum shall be determined by using the Cost Plus Fixed Fee formula. If Specific Rate is checked, insert the specific rate in the box. The specific rate cannot exceed $150,000. For a federal project this is limited to testing services only. If Cost Plus Fixed Fee is checked, select the type of raise the agreement will use: Anniversary or Fixed. If this method is selected, BLR 05513 or BLR 05514 must be included in the exhibits. Completed 07/07/25 BLR 05530 (Rev. 07/08/22) Instructions for BLR 05530 - Page 3 of 3 Agreement Summary Prime Consultant (Firm) Name Field populated from the Prime Consultant (Firm) Name entered on the first pages of the agreement. TIN/FEIN/SS Insert the Prime Consultant's Taxpayer Identification Number (TIN), Federal Employer Identification Number (FEIN) or Social Security Number (SS). Agreement Amount Insert the maximum agreement amount. Subconsultant(s) As applicable, insert the name of each subconsultant engaged in this agreement/ project. Subconsultants are defined as any firm that is required to complete a Cost Estimate of Consultant Services (CECS) Worksheet. TIN/FEIN/SS Insert the Subconsultant's Taxpayer Identification Number (TIN), Federal Employer Identification Number (FEIN) or Social Security Number (SS). Agreement Amount Insert the maximum agreement amount for the subconsultant listed to the left. Add Subconsultant If additional lines are needed for additional subconsultants, insert lines as needed and complete the required information. Subconsultant Total This field is automatically completed, it is the sum of all the agreement amounts for all subconsultants listed. Prime Total This field is automatically completed, it is the amount of the prime consultant fee as listed above. Total for All This field is automatically completed, it is the sum of the subconsultant and the prime total. Agreement Signatures Executed by LPA Local Public Agency Type From the drop down, select the type of LPA. Types to choose from are: City, County, Town, or Village. Local Public Agency Field populated from the Local Public Agency entered on the first pages of the agreement. By The LPA clerk will sign here. By The LPA official authorized to sign this agreement will sign and date here. Seal of LPA The LPA will seal the document here. Title Insert the title of the LPA official who signed above. Executed by the Engineer Prime Consultant (Firm) Name Field populated from the Prime Consultant (Firm) Name entered on first pages of the agreement. By The person(s) authorized to sign this agreement from the engineering firm will sign and date here. Title Insert the title of the person signing above. For Agreement using MFT or State Funds only: Regional Engineer Upon approval the Regional Engineer will sign and date here. A minimum of four (4) signed originals must be submitted to the Regional Engineer's District office. Fallowing approval, distribution will be as follows: Central Office (only for Projects using State and/or Federal Funds) District Engineer (Municipal, Consultant or County) Local Public Agency Clerk Completed 07/07/25 BLR 05530 (Rev. 07/08/22) Construction Engineering Services Staffing Plan Schoenbeck Road Reconstruction Project November 2025 Letting ......................................................................................... Plan Review Preconstruction Construction activities Week Ending July - August 2025 L Q Q L Q rl L Q 00� r-I L Q N N �` �* m N r � CCU m r-I � 0 N � � N 4 r-I r-I N Q r-I Q DQ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Administration Project Principal 4 2 2 2 2 2 Phase III Construction Engineering Project Manager 16 4 4 4 4 4 8 8 8 8 8 8 8 8 8 8 8 8 8 8 Resident Engineer 16 16 16 16 16 16 45 45 45 45 45 45 45 45 45 45 45 45 45 45 Documentation Engineer 8 8 8 8 16 16 16 16 16 16 16 16 8 8 Survey Chief Surveyor Senior Technician Survey Technician 4 4 4 10 10 10 10 10 10 Vehicle Days 5 5 5 5 5 5 5 5 5 5 5 5 5 5 Z EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE Local Public Agency County Village f Mount o au t Prospect :::: Prime Consultant (Firm) Name Prepared By Thomas Engineering Group, L LC Consultant 1 Subconsultant Name Job Number Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. Section Number Date e work consists of reconstruction and resurfacing of SchoenbeckRoad between - anRoad and Camp McDonald Road (FAS 1290) in the Village of Mount Prospect. The project includes hot -mix asphalt roadway construction, sidewalk construction ADA ramp installation edestrian signal installation driveway reconstructionplacement of storm sewer and storm PAYROLL ESCALATION TABLE CONTRACT TERM 17 MONTHS START DATE 8/1/2025 RAISE DATE 1/1/2026 END DATE 12/31/2026 ESCALATION PER YEAR OVERHEAD RATE 148.21 % COMPLEXITY FACTOR a % OF RAISE 3.00 % of Year First Date Last Date Months Contract 0 8/1/2025 1/1/2026 1 1/2/2020 1/1/2027 5 29.41 % 12 72.71 % Printed 7/7/2025 4:03 PM The total escalation = 2.12% Page 1 of 6 BLR 05514 (Rev. 02/06/25) ESCALATION Local Public Agency County Section Number [Village of Mount Prospect Cook 23-00179-00-RS Consultant / Subconsultant Name Job Number C-91-061-25 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CFCs) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 99.09 ESCALATION FACTOR 2.12% CLASSIFICATION IDOT PAYROLL RATES ON FILE CALCULATED RATE Principal/Senior Project Manager $92.00 $90.00 Project Manager/Senior Resident Engineer $75.60 $77.20 Project/Resident Engineer 1 $37.80 $38.60 Technician 11 $38.00 $38.80 Chief Surveyor $74.00 $75.57 Technical Manager $63.00 $64.33 Land Survey Technician $31.15 $31.81 BLR 05514 (Rev. 02/06/25) Printed 71712025 4:03 PM RATES Page 2 of 6 Local Public Agency County Section Number Village of Mount Prospect I Cook 23-00179-00-RS Consultant / Subconsultant Name Job Number C-91-061-25 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET � 1AI LTA 1� Total Contribution to Prime Direct Labor Total I Consultant 0.00 0.00 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. BLR 05514 (Rev. 02/06/25) Printed 7I712025 4:03 PM SUBS Page 3 of 6 Local Public Agency County Section Number Village of Mount Prospect I Cook 23-00179-00-RS Consultant / Subconsultant Name Job Number C-91-061-25 DIRECT COSTS WORKSH EET 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 $0.00 Vehicle awned or Leased $32.50/half day (4 hours or less) or $65/full day 70 $65.00 $41550.00 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 $4.00 Monuments (Permanent) Actual Cost $0.04 Photo Processing Actual Cost $0.04 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: $45550.00 BLR 05514 Rev. 02 06/25) Printed 7/7/2025 4:03 PM DIRECT COSTS Page 4 of 6 Local Public Agency County Section Number Ivillage of Mount Prospect lCook I 23-00179-00-RS Consultant / Subconsultant Name Job Number IC-91-061-25 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CFCs) WORKSHEET OVERHEAD RATE 1 14,3.21%1 COMPLEXITY FACTOR TASK DIRECT COSTS (not included in row totals) STAFF HOURS PAYROLL OVERHEAD & FRINGE BENEFITS 1 FIXED FEE 1 SERVICES BY OTHERS TOTAL °Io OF GRAND TOTAL 1 Administration 18 11620 23401 535 41556 2.33% Constructibility Review 32 11853 2746 611 5210 2.67% Pre -Construction 100 4,632 6,865 1,529 13,026 6.68% Construction Inspection 990 43,586 64,598 14,383 20,000 142,567 73.06% Post Construction 216 8,967 131290 2,959 25,216 12.92% Subconsultant DL Direct Costs Total ===> TOTALS $0.00 $41550.00 195,125 2.33% 100.00% $0.00 1356 60,658 1 891900 20,017 201000 150,558 BLR 05514 (Rev. 02/06/25) Printed 7/7/2025 4:03 PM COST EST Page 5 of 6 Local Public Agenc County Section Number Village of Mount Prospect I Cook 23-00179-00-RS Consultant / Subconsultant Name Job Number G91-061-25 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CFCs) WORKSHEET SHEET 1 OF 1 PAYROLL CLASSIFICATION AVG HOURLY RATES TOTAL PROJ. RATES Administration Constructibility Review Pre -Construction Construction Inspection Post Construction Hours % I Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Principal/Senior Project Ma 90.00 18.0 1.33% 1.19 18 100.00% 90.00 Project Manager/Senior Re 77.20 164.0 12.09% 9.34 16 50.00% 38.60 20 20.00% 15.44 112 11.31 % 8.73 16 7.41 % 5.72 Project/Resident Engineer 38.60 870.0 64.16% 24.77 16 50.00% 19.30 80 80.00% 30.88 630 63.64% 24.56 144 66.67% 25.73 Technician 11 38.80 232.0 17.11 % 6.64 176 17.78% 6.90 56 25.93% 10.06 Chief Surveyor 75.57 12.0 0.88% 0.67 12 1.21 % 0.92 Technical Manager 64.33 30.0 2.21 % 1.42 30 3.03% 1.95 Land Survey Technician 31.81 30.0 2.21 % 0.70 30 3.03% 0.96 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTALS 1356.0 100°I° $44.73 18.D 1 DO.DD°I° $9D.DD 32.D 100°/° $57.90F1O0.0 100°I° $46.32 99D.D 1 DD°/° $44.03 216.0 100°I° $41.51 Printed 7/7/2025 4:03 PM BLR 05514 (Rev. 02/06/25) Page 6 of 6 AVG 1