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