Loading...
HomeMy WebLinkAbout6.10 Motion to approve a supplement to the contract award for the Rand/Central/Mount Prospect Road Intersection Improvements Phase III Construction Engineering for a cost not to exceed $69,627.Item Cover Page Subject Motion to approve a supplement to the contract award for the Rand/Central/Mount Prospect Road Intersection Improvements Phase III Construction Engineering for a cost not to exceed $69,627. Meeting October 28, 2025 - SPECIAL MEETING - AMENDED 10-27-2028 OF THE MOUNT PROSPECT VILLAGE BOARD Fiscal Impact (Y/N) Y Dollar Amount $69,627.00 Budget Source Capital Improvements Fund Category CONSENT AGENDA Type Action Item Information Christopher B. Burke Engineering, Ltd. (CBBEL) is requesting additional money for Phase III Construction Engineering services as part of the Rand/Central/Mount Prospect Intersection Improvements. The total amount requested is $69,627.00. Federal funds from the Congestion Mitigation &Air Quality (CMAQ) Program will cover $55,701.60 (80%) with the Village responsible for $13,,925.40 (20%). The Village will pay CBBEL the full amount and seek reimbursement from the Illinois Department of Transportation (IDOT). As federal funding is obligated for the project, staff does not anticipate an issue with receiving payment. The Village Board initially awarded CBBEL a contract for Phase III Construction Engineering services in an amount of $697,170.00. CMAQ funds have covered $557,736.00 (80%) with the Village responsible for $139,434.00 (20%). CBBEL's contract included 3,905 work hours, including coordinating relocation work by utility companies, coordinating preconstruction documentation with the contractor, performing full-time construction inspection, monitoring the schedule and contractor payments, coordinating with business owners, and completing project closeout documentation. The project experienced significant delays with utility companies relocating their facilities at the start of construction. ComEd, Nicor, AT&T, Comcast and WOW/Astound all needed to relocate both underground and overhead utilities. The contractor began work while the utility companies were still working, but initial progress was slowed until the work area was fully cleared. The contractor worked beyond the anticipated completion date as a result. This required additional time by CBBEL to complete construction inspection services. Contractor change orders also increased the construction engineering cost. There were a number of unanticipated work items that were added to the project that required significant documentation effort to get approved by IDOT. Table 1 below summarizes the additional compensation request for the Rand -Central -Mount Prospect Intersection Improvements - Phase III Engineering: Table 1 - Supplement Summar Item Cost Construction Observation Due to Utility $46f979.00 Relocation Delays Construction Documentation Due to Contractor $22,648.00 Change Orders otal $69,627.00 Discinssion The original contract amount ($697,170.00) and supplement amount ($69,627.00) total $766,797.00. This represents approximately 10.0% of the final construction cost of $7,665,587.90. The industry average for construction engineering services with similar complexity is typically 10-12% of the construction cost. Overall, the cost for Phase III Construction Engineering, including the supplement, is reasonable for the project scope and complexity. Construction was completed in the summer of 2024 with final quantities agreed to and final documentation completed earlier this year. The final construction cost ($7,665,587.90) is $598,543.20 less than the award amount of $8f264J31.10. CMAQ funds have covered $6,132,470.32 (80%) with the Village responsible for $1,533,117.58 (20%) of the final construction cost ($7,665,587.90). The village's share of construction costs is approximately $120,000 less than the anticipated amount. Unused CMAQ funds have been transferred from Construction to Construction Engineering to cover the requested supplement. The transfer of funds has been approved by both IDOT and the Chicago Metropolitan Agency for Planning (CMAP),, the agency that oversees programming of federal and state funds in the region. Alternatives 1. Approve the supplement for Rand -Central -Mount Prospect Intersection Improvements - Phase III Construction Engineering. 2. Action at the discretion of the Village Board. Staff Recommendation Staff recommends that the Village Board approve the supplement from Christopher B. Burke Engineering, Ltd. of Rosemont, Illinois for Phase III Construction Engineering as part of the Rand -Central -Mount Prospect Intersection Improvements in an amount of $69,627.00. Attachments 1. Location Map 2. CBBEL Supplement Memo 3. LPA Supplement 1 4. LPA Amendment 2 MAPLE ° Y(" µ, JI " aw„Ar 0 250 500 1,000 r a0 w, lau HILL TRAILS ✓f ,���0 �l Feet SY,41Y I1f ,:11 hf ... lAVi.YJA ,^�L Jf STREET %.. yVS CEN fNX;aN✓NY/,Yu�IW411�, PARK "'vf Xf �NESS 1 inch = 500 feet • PARK,� �, �YJ✓Y�✓1��1� ,,,«✓« a✓Y�rI,rN 4f �YI�,WI4✓N�� yN 00f �h rt D !" J ;m f ,I �I vb aY rn ,rc Y I "ff� fnJli"gym° �dr�aM h ,' , it '6 411 M) II Y.4114 IIfmIWWYhINJ•.VIfA,«If),INffi@ 1✓K VfY 1 L 41,@VI IV4W IIYi 1Rf JYffl YU✓lllfYi YINAY 2f41YY�1f✓F�fVif41�NIP.v,)�HINYVfi4Y lfu«vu't r (E ! If,uJ e r I'Ir.,rrr, '�: 1>VtlN I yiJ JiNYJI�" rc r «r ry u, kyIIN,Silµ,, "1 "". 41YlIVV 1(✓NV,JIiNflf(vUYifJIiJVf1KJYVIDIiYAIVi(J VVL4UWS1f�/NIIJ✓/I(vlVi4flYlflNi)Yf»YNV fYIIl/Yff Iti IIYi 11 , hU.- WIN rrWl1: 1vvnv� . IiY I, I , I N arr«,e«�4ffJIVIJI✓Sr Os1v1—IfiN�i fi�lY✓ lAil>�fiS Y '+Nv � (ra✓ a�ia�r r ��««,�u,u::rr�rn,l:r:�r�.:�: y k M� dDYf 1„r Y!(:yYn Y »Ya ¢ �rrWiraY+r✓run r(rWNrrrrs,W+I �,rrfi rt�Ltla� bK Y✓iaXhl,y» �r✓J��f ,xp141 �»r✓fu„� ,. f '�. I I l , ��,,, , ,;,e.. %V ,an vq, w;,r,Nlvimr4 arnvmlvru ,Yu, vua a,«r- r �E<<«r,�J✓.r✓ � �r lr , rr , �,�rsar�l °�;� �d14 "+X> II:,.. J „Nw �,,✓, 17"'�. aN�'v ''uXr �P ;�b �b�r ( e IY X ,J ryn r l 1 ,y lY amml , gy'�,�" L4)YG{JdIUNW>� ' ' `tlilVli I ^rr wvi r r ,Prr, ,v) s s rrr sv r,v ,ry , I D f LU / r f ', . 1 � -r rri�r: / r�rrii "/ ✓ v NIVfVf✓�ifSrY»Y)Yffrf91YfL1;Ni1fP lYN4JIUIS;YYfffiSr.,)SIUIWIIFffPIIGY VIII NdYhI(IdIPYIINiNNNVIJiNIfIlY91viN1dfl,VlW//iJNYN NfWfi9i)riYI N).fllilYl;YNfirc1, r / ��IU @� ,� �e «X, ,n,raurlr ��a,< wr w✓ rc. /1 ri Ir b 3 r t r � LULUJ �i r3r,r Y N f� I CARDINAL L I 4Yr✓I 4rl � 1 f« �� f 4 , I J 4 4 ✓, Y J ,. ,. 111rf(f/.VY,W,VJI,(vlLn"f1YliNGfrA,u UfiNNf✓Nd.Va4/f,(fif ✓H'SVf,1VtPdl11. YF)HrfJfW4,JUPWiVNflflfif»VIf11,.V15f;Y4v1✓ISfIS1Y 4WffiVlI,IY✓JX II(✓ff/lWl(//✓Sffl(IUi41fJ U1VX9✓,N411vf,l ulX✓IRfNr. N)f4�M 14fVN1 tl Nf S 1 N PfY II Fa ✓V✓JI S U f r f 1 r YYY J I � fl�,.�✓W �„'"ria , „,: � , J `" ' ,,rGJ! Iv r y awl,,, lfir� � '`Uq � �� P ko - W f f w\ M;f / / ✓ ,' f ' J�%';�", ," ��4 r, ���✓ �,: i4 �,� YJ'xer{ull anu�r;' nr , f ,� / I (1 /"' l rh f' �I , aXSaKY, ro ', �"✓ > v rrr U; ER CI R /, wl II N „ �-,,, ff ly„J(rhr,YhW,YN 41WY4W ,noerWnau,.ti�au( "raro�r aelrsa"�a '� .� �vdF i ''^^ 11° r f! Il�irl °llglyv✓✓usry IUIr v�:Ya,Jr ox r��✓v ;� N{�� ✓�IYrrr narNuu f ` I (I lu r I f Q � ���1 V 1(µ,,� + ( wrxrrro�Wrra r4lrrNlW✓ ,' : ' I 41 DUNKIN' V1 O I � J I; off.. DONUTS wZ , BRUNSWICK J� w ZONE V) m of I mdQ �Q r ;. , V Mp 1 p�� .IfyfNaSfr,WNf,,rfvf, , Vi N �I f wP /�j t ( ,r„a,a,r ,u Nvfr,r ti„« � «rrr JrJ,,le �,, r,r,,,�r ✓ ar,r,;µ, ,f,,, f / l l� ARDYCE LN „r�,4,✓ rrrll� ✓f�J✓14✓ / �,, ., ✓ r:: JVrI NIIdVY I✓SJfY f1,✓U)fJlfflrlMlfl✓1 OJ1114,A 4r H;JYHI fYYG)S f IJJMfVW fJ,fNI NIYl1J»Yr!�..Vf �,rr «i. PROJECT LOCATION J «, ,�„ �«r✓✓� , ,,,� ,,,r uv✓�, Y LIU1f; i41Jf41uYIJIJ II,I41fJ4VfdSlf✓FJ).4,)YJfiYUlfll. MlrYfSfl fiV SllIVVNIf9N11 i ,,f,U NY ^b JYfItlY1JYS/4D1➢1JlJ %////%/ r '�61 f%" �It .,rlsrr,v. v „� vmfC nth, CENTENNIAL o„ n, � �..p f ul uxm,m� um,luffp t 1 / !J !� lib// /� ��/ f �✓ tl PARKun� d1ttY41VMfJ Y11414WN4VNVfYN11d1ffIfSINIYY - 1f4f�W WALMART ENTRANCE �"� �, �v�,v.,�, ✓,✓, r �,.�r� „r.�vua, %m ,r„ �✓ �,m,r,.Rr�r THAYER ST - Nlu� ". ,,,,,, � , , ��r� u� �„ � ��,��;�,.; ,,,,,�, N,Ylelnaufa,4+fvY4r✓rf✓ WALMART nrvl, II,41N NrllAf✓/M/9i N�J4YYf9JYfV,191Y�i�u�IVa�VItiVµf�lVl✓�il. 91fil1a�l1Vfli��Nf�!ffv�4i�I1W1 XI4�uf4y✓blllef . as Vir VA IH% U / i0i 9 BUSSE ,� f I / , ; I. M /F� r ekRNc �Q �4CC PARK } > z IV � s 01 ALDI Qw }�z o0' �w� ff ocLLJ y Qcc W8 I. �,,�; �J«„u�, J,k�✓ pU f'✓ ✓Ir„ r, ,r'F✓r �,µ ,�,I a„r „r ,����J,✓� ,f�� �d� /, I�.. �;,< `^I Py i , ". rIpll purrriaPiFN+rr✓mviovl inm, ,,< i , SUBVV , J f1YYfl IYf,,,,NNXNNJ�INJItWIN„yNl1�lY44YY41fWY✓Y41fSINJNSJf/XfNf4X»,NfYJY,M, � ��I�II�r , ,��;. MOUNT PROSPECT W H E NIY T J>,� ;y, � „,,,✓ J�X�✓ ,rrcr , ilynmw us maprom� e�time unn nuu uuPrrv", m� e ao auwY fiG ew,uuup,�.. 4YA 4ff4Y IJdLVYVGYiFfJ):INN yadll�Nb1✓f I "Jf4YY41bK/4FSM14VlG)JYf, IvfV�/f4fV✓N)ffSY✓YVIfHIIVr °' PLAZA ' S5 6A SAINT EMILY �I r S MAR 'CATHOLIC MAIN PLAZA ENTRANCE Cn SCHOOL / r s,I4H4row yrw+f�u �/ir �, �� %�ff��✓� r Q SOUTHEAST PLAZA ENTRANCE I1NE55 w', �util /i;"w.luf 1/ / /, >(�rr Ilu„i ;" II / 11,_,%r'iw'� 1�✓1// Ir f r, ��i, %✓rr /l ,Jf!Jil��.... ry Wf' 1 00 iy I I u 1 10 f " I � 1 � , 1 IJ I 1 1 Y k M�.Y1 vrrvrrvr ......If4f, Y, r ,NA'r/aWLffl✓.IVN II✓NS4JJiNf V,. I1N14nNVlAlfi'fNYVfifPVN!1SfiYrfriJ.JN✓NYU)Yf,JJYfi➢Ylf4fiV 141JVlId WSIVdW VYrcdMN ,. 1)YYfiDf9ld VN,.vbfiYl.V f'rNr<.dl YllfNvi.Vf YliNf;Y41fIrYhISVf VIJi'rNdl� X ' owrr .r r "� vviv»rr xfl5 n»vxv,v vvvv4vvvvv avvvv vvry , fi n»iniri nnmvvv rvi:> rvnVrrm �rria"rrr r ,a, �� ',u'M 1 l" tl , ,x d Nn � wwu ,✓Io fvr�vmmrvM;uw ,, VILLAGE F MOUNT PROSPIECT ,1 ler I YP 4 i J, r „r, rY4,I Jr � ,f , .��✓r„ ,I r�,kkm✓r� ,�� x � �) of ,,,, _, »✓,Y„r, r�, rrfr�,�,Y»r�r vJ,�,�, „�Hrar,r`°� 4 , , , , ��� I r rlar+iei✓Doll-.. ,.,i; ", �,,.." , „r ,..; ,T�k, r �>, , V , / r�:,: ��;u/i I i I STY OF IUIE IPIL ENE II „ ", a Ji. rvw �,..✓ir.. ,v»rIIIYP N/. p ,,. „„ "r, �,15➢ddlW ., ;", V ,,,»v�,.v a, ,,,�,.�r..,� nr r�rur.�r rn�,,, r,�ar �r„�,�;r:', I ,nMa uci✓ 4 fa, w � ". "... ".. f full r. /, �✓..:", / �.. / IIII l .i f„r, II I, /fu11NlYJI Jf6lt/@IVY ufI✓(f.41N1 r v, ro , � 6 I -I!�� �,( p :n ) r Wr Ian I �, r I , a/e � ry � I � ,✓ , ,,, l � alu ff � t s ,: V , I 1 �� !� t i ,, €fry ;Y' Irs; , ., �Vq ' �� ,; " I� ✓vS'0 rot, ✓ ,'�f /, l r ", U �'T J ' ,IV; in fi, /f . Y „w " ;, r mr4�i xq✓mwv , lir I i 1' � �,�,✓ � �, dux Y�p��p /, , Ifl h' �, 4rvN 4 �4 / I , u, u I li i r v; I, ,✓ ,� �r;,,;,,wM1 x ur, r l � r Iv_ us rrJ NJHb11P1 Kk fJ11fVHG HI ✓YffHfl MlWfiff N,: ,r a 'r naut r e � Id u�, iw� u VV ,(Sf, YifiNGl4f. HJ.II 7Y1. ,. 1 v,vr f, r (✓rerr�r�v olc/yOSIlYY/IIiY)4fi➢Nif),NffROYJIfi.N;Y)fi9 ,.. ` BUSSEAVE r,N,1,Nrw, ✓r,�,���,r,J,✓««✓rFr,� f�i�iaW,aY✓,�X ql� �;,,,r�y�Y"al �� , : »v k„rv�r� ��,I «✓✓rY ,r� �N,, r �a:�r„F'w,w,r, «,alnrcls�Ir JIIYaua✓� rovrwvwrayurvvi,v✓rJi. ���, �o,�I41rrNFr(rrrr✓rrl r4rrNrrvvawNf sv � �,w v,,,,,:.1 r,r ,ur rn ;.,r, ,� V ".. f. � ,� ,( „ 9 IIII rc, +..,,fj f,. ' (�V�, It { d � �✓roJ�r✓ 1 I f' W'i, .i,���/b�ir"(�'Yl ,Sf �%, , Ifbry,NYWpVT "NhpVw 1 ,'irp rr m I ✓yl 1 , u,y "Gas,Yra Y cm'rvrrNiy mn,,,,, ✓ua „»,r, , ',,, // ;n eayf;X;;, "�'y"✓Yrirrr. �Nll✓I': I � Y ; I Il�,r ,, � � ,✓ r I� I r,rJfffYNrJYn✓,l, � 4ro�W✓f� rrYr�S� Nfi II4 ✓ >»niS f ur IAa, rb ". nrrov ry "e rnrvrrrriPPYYII I ,Jy °"fYlPryf, fkJJMly �Nror"�SuaflYnv� f W f»f,urr,r�✓Nrvvrr� �AuJu�,rrY^,." M�oa� rtigrYq, u�°"a ' � ",� V«Jr vi v,;! rin vvri rcVVfVJV)w u�,vrhlfYf i ,Y urah ulryery IkX1 U" rn -. ',.� rv�vrrr, lv„r rr ,�v,r rarYuarur �rtYlmv✓,: ( € H'I ,tilqurla� luerr,r�nu ql➢✓�ssly �,r�rn;ll " i r; i ILiC ,I gRu✓t 1j "r"tiWaW�,�1 116", vXSuro`'Asro;vn4r„" v'"`✓,,,yalry,,v,✓0". " I 3 �� Imr ' ro'rry�nft,✓ 2f1, yWl LU ,ff " I s W `/rgfhl gv)Nn o,R&i1 NN VIIry fiV VIG,U„y u,)lar� ISV V^}Nbr"I`?f 3111 3111 3111 I,n1hK" rc, /� ua u . w:� " '..H �� fnvY "vJv��\r �JXfayav'�'fY✓uIgU1Y Legend �� t �IW✓,0 d U- Q � ��,y rr ✓ ,ar �„ �,�,,,9��,.JIr „ �R ✓ - �a l WIiNv(R 6W✓i ii l(fl N, VM IV11V11YN N1fV N%DYif VUf ,IYII YRfnfiU ffIV14HW�v v v vn: rr » ry h ' 'I Planned Bike Routes Parks U Q �� 11 wo D �I��I, { Q a Q 0 Z g° Municipal Boundary Schools l w �o Copyright nearmap 2N015 lit CLIENT: TITLE: PROD. NO. 170133 loam" bIxt"Au VILLAGE OF RAND -CENTRAL -MOUNT PROSPECT DATE: 02/12/2019 MOUNT PROSPECT ROAD INTERSECTIONS PHASE 1 SHEET 1 OF 1 ENGINEERING STUDY DRAWING NO. w DSGN. SCALE: 1:6,000 CH I PH . R: 14 i I ENG I EER111I LTD. DWN. DRW AUTHOR: DWALTERS EXH FILE: 5" 5 m Hi"ggi �S Chad, Suite 00 '- I o emont, Illinois 5'I 01I ° ) 3-0�5,00 FPLOT DATE: 12/19/2019 FILE: General Location Map MEMORANDUM November 21, 2024 TO: Matt Lawrie, PE — Village Engineer IDOT BLRS FILE FROM: Kevin Wilson, PE Assistant Department Head, Construction Engineering SUBJECT: Rand/Central/Mt.Prospect Intersection Improvements (I DOT Contract 61 H44) Construction Services Supplement #1 Section: 17-00166-00-C H Project: OUBY-034 Job: C-91-383-20 Christopher B. Burke Engineering Ltd. (CBBEL) is requesting approval of a supplement to our original professional construction engineering agreement, approved by the Department on May 6, 2022. Funding and Budget Impact The funding for this supplement is supported by a reallocation of CMAQ funds from Construction to Construction Engineering. Importantly, there will be no net change to the overall programmed amount, as the project construction costs are projected to remain under the current funded budget. Reason for the Supplement This supplement reflects additional hours required for construction observation and documentation due to project delays that extended the completion timeline beyond the originally estimated 150 working days. The delay was primarily caused by utility relocations, which impacted the start of the controlling item work. While the original contract estimated construction activities from November 1, 2022, to December 1, 2023, actual construction activities occurred over an extended period. Key milestones include: • Project start: March 8, 2023 • Substantial Completion: July 19, 2024 • Final Inspection: September 26, 2024 In total, construction activities were performed on -site for 264 days between March 8, 2023, and August 16, 2024, compared to the 150 working days initially anticipated. CHRISTOPHER B. BURKE ENGINEERING, LTD. 9575 W Higgins Road, Suite 600 Rosemont, Illinois 60018-4920 Tel (847) 823-0500 Fax (847) 823-0520 MEMORANDUM A secondary reason for additional construction engineering was due to change orders. The project included approximately $200,000 in unanticipated work requiring documentation and coordination for authorization, including winterization ($77K), non -special waste adjustments ($40K), utility potholing ($30K), extended resurfacing limits ($10K), right -turn modifications ($1 OK), and other miscellaneous overages. While these changes were accommodated within the project budget, they required significant additional effort to process and manage. Utility Relocation Delays Delays were primarily caused by the relocation of overhead and underground utilities. Major utility coordination efforts included: • ComEd: Pole relocations to accommodate new signals and amulti-use path (starting in 2022, completed August 2023). • WOW/ASTOUND and TELEPORT: Conduit boring for relocating overhead utilities under Mt. Prospect Road (completed April 2023). • AT&T: Overhead utility relocations and pole removals on Rand Rd (completed August 2023). • Comcast: Fiber underground relocations along Rand Rd (completed August 2023). • Nicor: 8" gas main relocation along Central and Mt. Prospect Road (identified March 2023, completed July 2023). As utility conflict areas were resolved, the general contractor commenced work; however, efficiency was hindered throughout the project until the entire work area was fully cleared. Throughout these delays, CBBEL worked to coordinate and document activities to reduce overall project impact. Supplement Details To complete construction observation and documentation, we request additional hours for the following classifications: Construction Observation: Engineer VI: 38 hours Engineer V: 60 hours Engineer IV: 7 hours Engineer III: 185 hours Construction Documentation: Engineer III: 142 hours Additionally, 45 vehicle days at $65/day are included as reimbursable expenses for on -site observation and documentation. CHRISTOPHER B. BURKE ENGINEERING, LTD. 9575 W Higgins Road, Suite 600 Rosemont, Illinois 60018-4920 Tel (847) 823-0500 Fax (847) 823-0520 MEMORANDUM Closeout Support The contractor has filed a claim for compensable delays, citing increased material costs, labor costs, administrative expenses, and extended traffic control. To support the Village in reviewing this claim and minimizing non -reimbursable costs, we are requesting an additional 40 hours for project closeout. In addition to the information provided above, we have attached the following: 1. IDOT Engineering agreement form BLR 05530 2. IDOT Cost Estimate Consultant Services form BLR 05514 3. IDOT Local Public Agency Agreement form BLR 5311 4. IDOT Project Program Information form DI P100004 5. Location Map NAPROPOSALS\ADMIN\2021\Mount Prospect Rand_ Central_ Mount Prospect Rd Phase III Services P210462\Phase III Agreement\Supplement 1 Nov 2024\M 1. Rand Central_Supplern ent1_Description_112124b.docx CHRISTOPHER B. BURKEENGINEERING, LTD. 9575 W Higgins Road, Suite 600 Rosemont, Illinois 60018-4920 Tel (847) 823-0500 Fax (847) 823-0520 Agreement For Using Federal Funds? ® Yes ❑ No Federal CE LOCAL PUBLIC AGENCY Local Public Agency Engineering Services Agreement A reement Type Number Supplement 1 :1 Local Public Agency County Section Number Job Number Mount Prospect Cook 17-00166-00-CH C-91-383-20 Project Number Contact Name Phone Number Email OUBY(034) Matthew Lawrie (847) 870-5640 mlawrie@mountprospect.org SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number Rand Road FAP 0334 0.80 miles NA Location Termini Add Location E. Isabella Street (Station 8.05) to Albany Lane (Station 8.85) Remove Location SECTION PROVISIONS Local Street/Road Name Key Route Len th Structure Number Central Road FAU 1300 0.26 miles NA Location Termini Add Location Mount Prospect Road (Station 5.42) to N. Westgate Road (Station 5.68) Remove Location SECTION PROVISIONS Local Street/Road Name Key Route Len th Structure Number Mount Prospect Road FAU 2686 0.08 miles NA Location Termini Add Location Rand Road (Station 0.00) to Central Road (Station 0.08) Remove Location Project Description PCC pavement widening, HMA surface removal and replacement, median and island removal and replacement, sidewalk and multi -use path construction, complete modernization of three traffic signals, partial modernization of one traffic signal, one new traffic signal installation, roadway lighting, drainage improvements, pavement markings, and combination concrete curb & gutter removal and replacement. Engineering Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other 80% CMAQ/20% Local Anticipated Construction Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other 80% CMAQ/20% Local AGREEMENT FOR Z Phase III - Construction Engineering CONSULTANT Prime Consultant Firm Name Contact Name Phone Number Email Christopher B. Burke Eng, Ltd Kevin Wilson (847) 833-0274 kwilson@cbbel.com Address City State Zip Code 9575 W. Higgins Rd, Suite 600 Rosemont IL 60018 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 Completed 08/11 /25 Page 1 of 10 BLR 05530 (Rev. 07/08/22) used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER, acting as an individual, partnership, firm or legal entity, qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT. The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded 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 05514 ) THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements herein before described. 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher -salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by lesser -salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation. Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or ordinances of the LPA. 5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 6. To invoice the LPA for Preliminary and/or Design Engineering: The ENGINEER shall submit all invoices to the LPA within three months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement. 7. To submit a completed BLR 05613, Engineering Payment Report, to the DEPARTMENT within three months of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. The form shall be submitted with the final invoice. 8. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of 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. 10. 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 Completed 08/11 /25 Page 2 of 10 BLR 05530 (Rev. 07/08/22) 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 05513 or BLR 05514). II. THE LPA AGREES, 1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the following: (a) Professional Services Selection Act (50 ILCS 510), The Brooks Act (40 USC 11), and the Procurement, Management, and Administration of Engineering, and Design Related Services (23 CFR part 172). Exhibit C is required to be completed with this AGREEMENT. 2. To furnish the ENGINEER all presently available survey data, plans, specifications, and project information. 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 776 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. 5. 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 ENGINEER prior to issuance by the IDOT of a written Notice to Proceed. 2. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General, and the DEPARTMENT, the Federal Highways Administration (FHWA) or any authorized representative of the federal government, and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 3. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA, the DEPARMTENT, Completed 08/11 /25 Page 3 of 10 BLR 05530 (Rev. 07/08/22) and their officers, agents, and employees from all suits, claims, actions or damage liabilities, costs or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery. The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 4. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LPA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LPA. The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to the date of the written notice of termination. 5. In the event that the DEPARMENT stops payment to the LPA, the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty (30) calendar days, consecutive or in aggregate, over the term of this AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred as a result 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. 6. 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 Completed 08/11 /25 Page 4 of 10 BLR 05530 (Rev. 07/08/22) payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for at least one (1) year but not more than (5) years. For the purpose of this certification, "grantee" or "Contractor" means a corporation, partnership or an entity with twenty-five (25) or more employees at the time of issuing the grant or a department, division or other unit thereof, directly responsible for the specific performance under contract or grant of $5,000 or more from the DEPARTMENT, as defined the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statue conviction for a violation occurring 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 ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future project. The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting period and work they expect to accomplish during the following period. 11. Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act (820 ILCS 130/0.01 et seq.). 12. For 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 ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. (c) That any difference between the ENGINEER and the LPA concerning the interpretation of the provisions of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one 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 TIN/FEIN/SS Number Agreement Amount Christopher B. Burke Eng, Ltd 36-3468939 $695627.00 Subconsultants TIN/FEIN/SS Number Agreement Amount Material Solutions Laboratory 20-5755513 Completed 08/11 /25 Page 5 of 10 BLR 05530 (Rev. 07/08/22) Subconsultant Total Prime Consultant Total $695627.00 Total for all work $695627.00 AGREEMENT SIGNATURES Local Public Agency Type Local Public Agency 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: IChristopher B. Burke Eng, Ltd B (Signature &Date Title Vice President B (Signature & Date Title Mayor B (Signature &Date Title President Completed 08/11 /25 Page 6 of 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Mount Prospect Christopher B. Burke Eng, Ltd Cook 17-00166-00-CH 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 The original agreement allocated 2,778 hours for Construction Observation and 430 hours for Construction Documentation, covering the period from November 1, 2022 through December 1, 2023. This estimate was based on an IDOT (61 H44) contract duration of 150 working days. The project's actual start date was March 8, 2023, with Substantial Completion achieved on July 19, 2024, and Final Inspection completed on September 26, 2024. The contract duration was extended due to factors beyond the contractor's control, including utility relocations, material procurement challenges, and other unforeseen delays. As a result, CBBEL was required to provide additional observation and documentation services. Additionally, CBBEL anticipates further Closeout hours will be necessary to review and document the contractor's request for compensable delay costs. Supplement #1 outlines the additional hours and associated fees required to support these tasks, as detailed below: Construction Observation: 290 additional staff hours Construction Documentation: 142 additional staff hours Closeout: 40 additional staff hours Direct Costs: 45 additional days at $65/day Completed 08/11 /25 Page 7 of 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Mount Prospect Christopher B. Burke Eng, Ltd Cook 17-00166-00-CH EXHIBIT B PROJECT SCHEDULE Construction Observation and Construction Documentation - March 8, 2023 and September 26, 2024 Closeout - additional hours in 2024-2025 for review and documentation of the contractor's claim for Compensable Delay Costs Completed 08/11 /25 Page 8 of 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Mount Prospect Christopher B. Burke Eng, Ltd Cook 17-00166-00-CH Exhibit C Qualification Based Selection (QBS) Checklist The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed. Under the threshold, QBS requirements do not apply. The threshold is adjusted annually. If the value is under the threshold with federal funds being used, federal small purchase guidelines must be followed. ❑ Form Not Applicable (engineering services less than the threshold) Items 1-13 are required when using federal funds and QBS process is applicable. Items 14-16 are required when using State funds and the QBS process is applicable. No Yes 1 Do the written QBS policies and procedures discuss the initial administration (procurement, management ❑ and administration) concerning engineering and design related consultant services? 2 Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and ❑ specifically Section 5-5.06 (e) of the BLRS Manual? 3 Was the scope of services for this project clearly defined? ® ❑ 4 Was public notice given for this project? ❑ If yes Due date of submittal 10/01 /21 Vlethod(s) used for advertisement and dates of advertisement Village website, Demandstar on September 10, 2021 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 Project Understanding and Technical Approach 30% Similar Project Experience 25% Project Team Capabilities 25% IDOT Prequalification Status 10% Overall Completeness of Submittal 10% 8 1 Do the written QBS policies and procedures discuss the method of selection? ❑ Selection committee titles for this project Director of Public Works, Assistant Director of Public Works, Traffic Engineer Top three consultants ranked for this project in order 1 Christopher B. Burke Engineering, Ltd 2 ESI Consultants 3 Thomas Engineerinq Group 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ 10 Were negotiations for this project performed in accordance with federal requirements. ❑ 11 Were acceptable costs for this project verified? ❑ 12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding the request for reimbursement to IDOT for further review and approval? ❑ 13 Do the written QBS policies and procedures cover ongoing and finalizing administration of the project (monitoring, evaluation, closing -out a contract, records retention, responsibility, remedies to violations or breaches to a contract, and resolution of disputes)? ❑ 14 QBS according to State requirements used? ❑ 15 Existing relationship used in lieu of QBS process? ® ❑ Completed 08/11 /25 Page 9 of 10 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Mount Prospect Christopher B. Burke Eng, Ltd Cook 17-00166-00-CH 16 LPA is a home rule community (Exempt from QBS). I x ❑ Completed 08/11 /25 Page 10 of 10 BLR 05530 (Rev. 07/08/22) w � ~ w x 0 w w O X v v w U w CO z F- J D Z O C) O F- Q F- W CO O C, m L o ca r, L Z O . � 0 (.) U a �e n E J m E Z M .L Z �. � c: '� u U o �w Vi � O L ii }W}� co V 0 m _ O L m a O V Q 4-A - � O 'A V•� O J> aU C� O U O � U N N . - CD C/) O W 0- U 0 �� L � N O � U � Co Cll CU i_ E `-- Ca O C: a) U) E� m� co U) 'VA � L o G� • .5 ol co co coo 0 M M w w F- Oco v Q LL LL O w� o wLU � > J Oa 2 O C) w J m � Q Q ~ w Z O p� a a J Q cn Z � o � Z F- LU O J J J � o 0 0 Q O N N N v Q co � � w a LU LU LU F LU < F- < a M 0 V co z � F- w r V O U o O o O O v t o `0 � N � N J � O G� N N 0 � (1) LO L. L O ^z N _O o ~ � J O Q �U w LO 0 m M N N LO N O N 00 00 O � O . C:c�o o- //••1 Local Public Agency County Section Number [Village of Mount Prospect Cook 117-00166-00-CH Consultant / Subconsultant Name Job Number [Christopher B. Burke Engineering, Ltd. C-91-383-20 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CFCs) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 90.00 ESCALATION FACTOR 0.00% CLASSIFICATION IDOT PAYROLL RATES ON FILE CALCULATED RATE Engineer VI $82.63 $82.63 Engineer V $72.59 $72.59 Engineer IV $59.41 $59.41 Engineer III $46.80 $46.80 Engineer 1/11 $36.22 $36.22 Survey V $85.04 $85.04 Survey IV $76.25 $76.25 Survey III $66.63 $66.63 Survey II $54.50 $54.50 Survey 1 $38.75 $38.75 Engineering Technician V $68.90 $68.90 Engineering Technician IV $64.03 $64.03 Engineering Technician III $42.86 $42.86 Engineering Technician 1/11 $30.00 $30.00 CAD Manager $70.83 $70.83 CAD Technician II $53.29 $53.29 GIS Speciailist III $58.00 $58.00 Landscape Architect $65.00 $65.00 Landscape Designer III $40.50 $40.50 Environmental Resource Specialist V $76.01 $76.01 Environmental Resource Specialist IV $60.78 $60.78 Environmental Resource Specialist III $52.75 $52.75 Environmental Resource Specialist 1/11 $30.92 $30.92 Environmental Resource Technician $45.30 $45.30 Engineering Intern $18.88 $18.88 Business Operations Department $57.69 $57.69 BLR 05514 (Rev. 02/06/25) Printed 8/8/2025 2:23 PM RATES Page 2of7 Local Public Agency County Section Number Village of Mount Prospect Cook 117-00166-00-CH Consultant / Subconsultant Name Job Number Christopher B. Burke Engineering, Ltd. C-91-383-20 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET I_1►TiI� 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 8/8/2025 2:23 PM SUBS Page 3of7 Local Public Agency County Section Number Village of Mount Prospect Cook 117-00166-00-CH Consultant / Subconsultant Name Job Number Christopher B. Burke Engineering, Ltd. C-91-383-20 DIRECT COSTS WORKSHEET List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET ITEM ALLOWABLE QUANTITY CONTRACT RATE TOTAL Lodging (per GOVERNOR'S TRAVEL CONTROL BOARD) Actual Cost (Up to state rate maximum) $0.00 Lodging Taxes and Fees per GOVERNOR'S TRAVEL CONTROL BOARD)$0.00 Actual Cost 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 Owned or Leased $32.50/half day (4 hours or less) or $65/full day 45 $65.00 $2,925.00 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) $0.12 $0.00 Copies of Deliverables/Mylars (Outside) Actual Cost (Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost $0.00 Monuments (Permanent) Actual Cost $0.00 Photo Processing Actual Cost $0.00 2-Way Radio (Survey or Phase III Only) Actual Cost $0.00 Telephone Usage (Traffic System Monitoring Only) Actual Cost $0.00 CADD Actual Cost (Max $15/hour) $0.00 Web Site Actual Cost (Submit supporting documentation) $0.00 Advertisements Actual Cost (Submit supporting documentation) $0.00 Public Meeting Facility Rental Actual Cost (Submit supporting documentation) $0.00 Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) $0.00 Recording Fees Actual Cost $0.00 Transcriptions (specific to project) Actual Cost $0.00 Courthouse Fees Actual Cost $0.00 Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Testing of Soil Samples Actual Cost $0.00 Lab Services Actual Cost (Provide breakdown of each cost) $0.00 Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL DIRECT COSTS: $29925.00 BLR 05514 (Rev. 02/06/25) Printed 8/8/2025 2:23 PM DIRECT COSTS Page 4 of 7 U E o m o Zco c6E N O o = oM ti Z o M —) u O u u r U a� 0)O a0- V � O a _ O V O O JI> W E m Z m O m AW O U H W W 2 N Y O 3: a w N O C) W W U) O U) U W U U) W U_ w U) z Q J D U) z O U LL O W Q U) W U) O U 0 m W O w O F- V a LL F- x W J 2 O V p \ Z J o 001`0000V')00 0 0 0 0 0 0 0 0 0 0 o O O O NCO O O T--- 0 0 NC) OCD CD 'D 'DI" 'D O 00 N INo O 0 ' t � CD I` CO I*-- CDCD� CD CD co m O ui co 4 ti 1�i ea C4 rn O N co H �} 00 c w w w 0 I.0 U) 00 M O (fl CY) T- ti W 'V-- c0 N W LL Lf N 00 W X LL cfl 06 ~ O CM 00 00 It M M p W N o0 N M Q Z N M W W m fY W W o2 LL O O N J Ln cfl w O Cfl Q N a �� ti U) It N O LL LL cn LO N O O Lfj N N d� N Cl) O co �o O O I 0 = Y v E Z-- m O O J v a Q O D ~ ��� UO o L O �, O o a p _o U U� M O C Ot� O Q cA c� a) �, � - 0 U � O v B O O .� 3 0 N a 0-(nUU3:0-U(50 t/) L N W (D � N U) O O �U O m M N M U) L E U L Z CD O E RD CO = M .O � Z co m M CD C� o O p co i C� V �J O J O L- O O W F- Q H C) W n O w a J O W C� Q W Q vJ w _U w Cn z Q J D C) z O U LL O w 5Q G r 1n �./ w �� vJ O U 2 x LU T-i LL O r 4.0 o 0) Q Vni- 3 o o O L a C i 0 O o > Co 0 co r QRzt c o o o i CDo i C) -0-0 t/) E \ OO O CD a O U 0 0 N O L O N N O co NO co co > L N O i.+ \ C O C p C a Q Qq CDO V M 0 N N co CO N U i 00 M O co O O = o E > Q E '> 0 .� 0 a o L 0 N 0 0 O O s cn o 60, a� 0 O � o a 0 L o � N L O O O a = 0 O M LO LO � Q O Cfl N 0� 00 O co � w \ 'o--o 0 H o c� o ti ;I- ti 0 CD a N ti JC6 O � O CD CD CD CD CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q O M O CD ti M O O O O O O O O O O O O O O O O O O O O O O O � 0 WCO (o M LO't O 0o N�Q-) N O N CO co O U-) LO ti O O CO O C4 00 O (D M 00 M N O O O O O U-) O CO ti Qn ti N m O M 00 00 M C4 > Q Q N N d-) O O ui O O 4 00 Oo 4 N O O M 00 L6 O (6 O N O L6 00 f` O 00 ti LO It CO 00 f- (0 LO M (D CO 't M ti LO LO CO It ti (o LO M Itt LO Z 'L) J Z Z Z 0 0 0 0 0 CU Q o Q — Q co > > _ — �_ �_ �_ �_ n3 m ai 0 0 0 c a) c a) a) c O O H W W W W a) W W a) a)cu W W c c c c: c (D U) Q N (1) a) (1) a)>1>1>1>1>, L N L N L N L 0 L (D �_ '� N �_ N �_ N �_ (� �(n 0 70 O i O i O i O i O i 0 C N C U c i i i i i c� N (j co> o Q N O LO O m N N LO 0 N 1" 00 0000 O _W V, L Eu Z CD o I N D = M C '� � Z M t� CD o r O to t� i O V v/ W Q w F- L) W 0 w a. J O W C� Q w -44 rl LL O NI w w w w 2 U) O Cn U w U vJ w U_ W Cn Z Q J C) z O U LL O w 5Q G vJ LU �� vJ O U 0 coW 2 W o � Q o o o a c i � O o O � 0 � a o o a O o O o � Q H o a Q c� i � O O O 2 o I 0 I F- — 0 0 U a O m 0 i � o 0 0 > 00 0 o0 0 o ° t; o 0 0 0 � o a O CD U oCD r CD O O L o 00 a O IL y L O O O 2 WM M o N191- M M O LO o CO CO O CO o') 0 0 0 CO In N O CO O') CO Lo� co N CD N Co � ti 0 o 0o CDo0 N CD O� CD ti ti 0 co oo (.0Q Q N N Oi 6 6 L6 6 6 4 o6 00 4 N O O cM o6 L6 O CO O , N O L6 oo f` o CO ti M co I` (D LO M Cfl Cfl M ti Ln CD - U") CO LO Q Q Q Q N V- Z > _ cn cn cn cn Q � J F- ca V ca V ca V c� V - C 0 0 0 0 J Q 'E 'E c C — N C 0 0 M 0 0� 0 (q N N N N + U (z V ~ >LN > C cu� .- . AQA Cl) Q LN LN LN L > LN LN LN �L" ♦ CU U Q)m 0- Q 6 E E E E ESQ • a) a) a) m C C C C o U) aD U .O C1 C .O C .O C .O C .O L N L N L N L a)�_ L .O �_ C .O C .O U) U) (n o i o i o i o i o i C C C C C C C �� C C C C Q a - co m i C i i i i O U) W W W W W (n (n 0 w 0 W W W W U U J J W W W W W W 00 O m i 7 co N N N O N ,r, 00 000 0 _W n LOCAL PUBLIC AGENCY Local Public Aaen Village of Mount Prospect I Local Public Agency Amendment # 2 County Section Number Cook 17-00166-00-CH Fund Type ITEP, SRTS, HSIP Numbers MPO Name MPO TIP Number CMAQ N/A CMAP 03-19-0011 ® Construction on State Letting ❑ Construction Local Letting ❑ Day Labor ❑ Local Administered Engineering ❑ Right -of -Way Construction Engineering Right of Way Job Number Project Number Job Number Project Number Job Number Project Number C-91-383-20 OUBY(034) Reason for modification of original Agreement Start of construction was delayed - additional Construction Observation and Documentation required due to prolonged completion This amended Agreement, hereinafter referred to as "Amendment" is made and entered to in between the above local public agency, hereinafter referred to as the "LPA" and the State of Illinois, acting by and through its Department of Transportation, hereinafter referred to as "STATE". The LPA and STATE agree to revise the original Agreement by execution of this Amendment. LOCATION Stationing Local Street/Road Name Key Route Length From To Rand Road FAP 0334 0.80 Mi. 08.05 08.85 Location Termini Isabella Street to Albany Lane Current Jurisdiction Existing Structure Numbers Add Location I DOT N/A Remove LOCATION Stationing Local Street/Road Name Key Route Length From To Central Road FAU 1300 0.26 Mi. 05.42 05.68 Location Termini Mount Prospect Road to Westgate Road Current Jurisdiction Existing Structure Numbers Add Location IDOT (west of Rand Road) & Mount Prospect (east of Rand Road) N/A Remove LOCATION Stationing Local Street/Road Name Key Route Length From To Mount Prospect Road FAU 2686 0.08 Mi. 00.00 00.08 Location Termini Rand Road to Central Road Current Jurisdiction Existing Structure Numbers Add Location Village of Mount Prospect N/A Remove LOCAL PUBLIC AGENCY APPROPRIATION For Amendments Increasing the LPA share: By execution of this Amendment, the LPA attests that additional moneys have been appropriated or reserved by resolution or ordinance to fund the additional share of LPA project costs. A copy of the resolution or ordinance is attached as an addendum (required for increases to state -let contracts only). Page 1 of 5 BLR 05311 (Rev. 05/10/24) SCHEDULE Additional information and/or stipulations are hereby attached and identified below as being a part of this Amendment. Location Map Division of Cost BE IT MUTUALLY AGREED that all remaining provisions of the original agreement not altered by the Amendment shall remain in full force and effect and the Amendment shall be binding upon the inure to the benefit of the parties hereto, their successor and assigns. The LPA further agrees as a condition of payment, that it accepts and will comply with the application provisions set forth in this Amendment and all addenda indicated above. APPROVED Local Public Agency Name of Official (Print or Tvpe Name) Title of Official Mayor Signature & Date The above signature certifies the agency's TIN number is 366006011 conducting business as a Governmental Entity. DUNS Number 069507697 UEI D5HGKASDDZ14 Page 2 of 5 BLR 05311 (Rev. 05/10/24) APPROVED State of Illinois Department of Transportation r T I i. r% • I n r-% I umer usman, P.c., becretary or i rans ortation -�Si nature & Date By: /1 A T r1 r /\ r r r I I r1 I A /\ . /1 • A r1 Geor e H. i a as, r.t., 5.t., to sneer or Local Roads & Streets Signature & Date ote nen ivi. i ravia, r.c., uirector or rli nwa s riiunier cn ineer �i nature & uate micnaei crater, unier uounsei -�)i nature rx uate VICKI vviison, unier riscai urncer z.)i nature & uate NOTE: if the LPA signature is by an APPOINTED official, a resolution authorizing said appointed official to execute this agreement is required. Page 3 of 5 BLR 05311 (Rev. 05/10/24) L E Z 0 U N w W > m c 0 � U Z w J M 0 W 2 C.� A 1 O O 1 CO CD 1 O t 'L W 4-0 QL 0 L 0 Q � � U 4- O 0 j N � ca C� N 0 = O J > 0 L N E Z a--1 N 'O ^L I..L L N E Z O L N E z a 'o L Z O L M z C:) a m 'O L- O N L 1 CO 0M0 :3 1 Z _0 O U 0 0 0 O O O O O O U) O O O O O O O O r*-- J J co o m O O O _0 O O 0 O O O LL, O O 0 O O � � Q ;I-LO Q V- U 609, cn a_ Q U � LL J a_ U J LL U 0 0 J J 0 0 o E LL. Q a) c� U) CD O � � o I.i CO U 0 O o � � O O O -, O O O � C: O O O LL O O co (.0ca Q O LO N Ln ( LL. 0 a Q Q � U U U 0 O L cn — O o U w a 0) � �O � U 'U C/) Ca O U N H Z W 2 13 Z W Q 0 o o O ~ N {)9 N O O L 'd� O J J � o m In UC) O'Zi O =3 Ln LL � N N Ef} U O O) j M CO N E Q V- Q U N � Q U cn 4t J � � C O U U LL E U- Q J J C: _j N E Q 0 U) _0 C: =3 O E LL a a) m N 0- � a) LL E LL a) _0 � o C/) E Q o * * O CO O O C: C: O O {f} Li O lfj LO Q LO vi. N N LL Q N a 0 c o Q Q _0 +� =3 LL U U N LL E a) a -0 E U- Q o � 'CD U o U) O o () W a CY) C: O � U (6 0 U N E N E Q E a� E E Q Q 0 O m W Q H O 0 co N N C LL Q J H N �i cn m H O N co N ti LL L M U O H N I U U J A 1 O 1 Q0 CD 1 4-0 Q O L 4-0 O 2 4- 0 Cu O O O O O O CO I` M I` N O CO _U) O 0 C J J � o < m m �0 U) C)O C)_0 COLL I-O L6 L m C 00 (3) 00 O CY) LO a) Q Q U 69- 69- U) ca N c LL J � Co J LLU U O O J J V 0 U O E U- Q CO LL U) U 0 U o � co O N 000 C)00 C: C LO ti N Li p LO M u) ti Q U-) C-0 N CO I` U- cn Q Q LL U- U U U- U � O � U U N C/) _ >O C: O o (� W 0 C:0) � O � � U 'U j L � co U ca U M N CO O r (B O i` 'U Lfi Cfl � o co W U) X _m W cB L O H Z o 4- C) O 00 }, O O L O O N U) wa. Q M oO J cu 4 a� a� L O N cU L 00 U o (N 70 o � � U .> N O U) x W o o L -x 4--1 Q N Q 4-0 L U) O c� pp — m - U O 4--j p cocu 4--j U in o O O O ca -- C: 4- ool--.% '> OC� — cu •� Q p N > U m = U) o LL o E U N E E ~ '� 'C U) z 0 4-O N O O M O OC J m N MAPLE ° Y(" µ, JI " aw„Ar 0 250 500 1,000 r a0 w, lau HILL TRAILS ✓f ,���0 �l Feet SY,41Y I1f ,:11 hf ... lAVi.YJA ,^�L Jf STREET %.. yVS CEN fNX;aN✓NY/,Yu�IW411�, PARK "'vf Xf �NESS 1 inch = 500 feet • PARK,� �, �YJ✓Y�✓1��1� ,,,«✓« a✓Y�rI,rN 4f �YI�,WI4✓N�� yN 00f �h rt D !" J ;m f ,I �I vb aY rn ,rc Y I "ff� fnJli"gym° �dr�aM h ,' , it '6 411 M) II Y.4114 IIfmIWWYhINJ•.VIfA,«If),INffi@ 1✓K VfY 1 L 41,@VI IV4W IIYi 1Rf JYffl YU✓lllfYi YINAY 2f41YY�1f✓F�fVif41�NIP.v,)�HINYVfi4Y lfu«vu't r (E ! If,uJ e r I'Ir.,rrr, '�: 1>VtlN I yiJ JiNYJI�" rc r «r ry u, kyIIN,Silµ,, "1 "". 41YlIVV 1(✓NV,JIiNflf(vUYifJIiJVf1KJYVIDIiYAIVi(J VVL4UWS1f�/NIIJ✓/I(vlVi4flYlflNi)Yf»YNV fYIIl/Yff Iti IIYi 11 , hU.- WIN rrWl1: 1vvnv� . IiY I, I , I N arr«,e«�4ffJIVIJI✓Sr Os1v1—IfiN�i fi�lY✓ lAil>�fiS Y '+Nv � (ra✓ a�ia�r r ��««,�u,u::rr�rn,l:r:�r�.:�: y k M� dDYf 1„r Y!(:yYn Y »Ya ¢ �rrWiraY+r✓run r(rWNrrrrs,W+I �,rrfi rt�Ltla� bK Y✓iaXhl,y» �r✓J��f ,xp141 �»r✓fu„� ,. f '�. I I l , ��,,, , ,;,e.. %V ,an vq, w;,r,Nlvimr4 arnvmlvru ,Yu, vua a,«r- r �E<<«r,�J✓.r✓ � �r lr , rr , �,�rsar�l °�;� �d14 "+X> II:,.. J „Nw �,,✓, 17"'�. aN�'v ''uXr �P ;�b �b�r ( e IY X ,J ryn r l 1 ,y lY amml , gy'�,�" L4)YG{JdIUNW>� ' ' `tlilVli I ^rr wvi r r ,Prr, ,v) s s rrr sv r,v ,ry , I D f LU / r f ', . 1 � -r rri�r: / r�rrii "/ ✓ v NIVfVf✓�ifSrY»Y)Yffrf91YfL1;Ni1fP lYN4JIUIS;YYfffiSr.,)SIUIWIIFffPIIGY VIII NdYhI(IdIPYIINiNNNVIJiNIfIlY91viN1dfl,VlW//iJNYN NfWfi9i)riYI N).fllilYl;YNfirc1, r / ��IU @� ,� �e «X, ,n,raurlr ��a,< wr w✓ rc. /1 ri Ir b 3 r t r � LULUJ �i r3r,r Y N f� I CARDINAL L I 4Yr✓I 4rl � 1 f« �� f 4 , I J 4 4 ✓, Y J ,. ,. 111rf(f/.VY,W,VJI,(vlLn"f1YliNGfrA,u UfiNNf✓Nd.Va4/f,(fif ✓H'SVf,1VtPdl11. YF)HrfJfW4,JUPWiVNflflfif»VIf11,.V15f;Y4v1✓ISfIS1Y 4WffiVlI,IY✓JX II(✓ff/lWl(//✓Sffl(IUi41fJ U1VX9✓,N411vf,l ulX✓IRfNr. N)f4�M 14fVN1 tl Nf S 1 N PfY II Fa ✓V✓JI S U f r f 1 r YYY J I � fl�,.�✓W �„'"ria , „,: � , J `" ' ,,rGJ! Iv r y awl,,, lfir� � '`Uq � �� P ko - W f f w\ M;f / / ✓ ,' f ' J�%';�", ," ��4 r, ���✓ �,: i4 �,� YJ'xer{ull anu�r;' nr , f ,� / I (1 /"' l rh f' �I , aXSaKY, ro ', �"✓ > v rrr U; ER CI R /, wl II N „ �-,,, ff ly„J(rhr,YhW,YN 41WY4W ,noerWnau,.ti�au( "raro�r aelrsa"�a '� .� �vdF i ''^^ 11° r f! Il�irl °llglyv✓✓usry IUIr v�:Ya,Jr ox r��✓v ;� N{�� ✓�IYrrr narNuu f ` I (I lu r I f Q � ���1 V 1(µ,,� + ( wrxrrro�Wrra r4lrrNlW✓ ,' : ' I 41 DUNKIN' V1 O I � J I; off.. DONUTS wZ , BRUNSWICK J� w ZONE V) m of I mdQ �Q r ;. , V Mp 1 p�� .IfyfNaSfr,WNf,,rfvf, , Vi N �I f wP /�j t ( ,r„a,a,r ,u Nvfr,r ti„« � «rrr JrJ,,le �,, r,r,,,�r ✓ ar,r,;µ, ,f,,, f / l l� ARDYCE LN „r�,4,✓ rrrll� ✓f�J✓14✓ / �,, ., ✓ r:: JVrI NIIdVY I✓SJfY f1,✓U)fJlfflrlMlfl✓1 OJ1114,A 4r H;JYHI fYYG)S f IJJMfVW fJ,fNI NIYl1J»Yr!�..Vf �,rr «i. PROJECT LOCATION J «, ,�„ �«r✓✓� , ,,,� ,,,r uv✓�, Y LIU1f; i41Jf41uYIJIJ II,I41fJ4VfdSlf✓FJ).4,)YJfiYUlfll. MlrYfSfl fiV SllIVVNIf9N11 i ,,f,U NY ^b JYfItlY1JYS/4D1➢1JlJ %////%/ r '�61 f%" �It .,rlsrr,v. v „� vmfC nth, CENTENNIAL o„ n, � �..p f ul uxm,m� um,luffp t 1 / !J !� lib// /� ��/ f �✓ tl PARKun� d1ttY41VMfJ Y11414WN4VNVfYN11d1ffIfSINIYY - 1f4f�W WALMART ENTRANCE �"� �, �v�,v.,�, ✓,✓, r �,.�r� „r.�vua, %m ,r„ �✓ �,m,r,.Rr�r THAYER ST - Nlu� ". ,,,,,, � , , ��r� u� �„ � ��,��;�,.; ,,,,,�, N,Ylelnaufa,4+fvY4r✓rf✓ WALMART nrvl, II,41N NrllAf✓/M/9i N�J4YYf9JYfV,191Y�i�u�IVa�VItiVµf�lVl✓�il. 91fil1a�l1Vfli��Nf�!ffv�4i�I1W1 XI4�uf4y✓blllef . as Vir VA IH% U / i0i 9 BUSSE ,� f I / , ; I. M /F� r ekRNc �Q �4CC PARK } > z IV � s 01 ALDI Qw }�z o0' �w� ff ocLLJ y Qcc W8 I. �,,�; �J«„u�, J,k�✓ pU f'✓ ✓Ir„ r, ,r'F✓r �,µ ,�,I a„r „r ,����J,✓� ,f�� �d� /, I�.. �;,< `^I Py i , ". rIpll purrriaPiFN+rr✓mviovl inm, ,,< i , SUBVV , J f1YYfl IYf,,,,NNXNNJ�INJItWIN„yNl1�lY44YY41fWY✓Y41fSINJNSJf/XfNf4X»,NfYJY,M, � ��I�II�r , ,��;. MOUNT PROSPECT W H E NIY T J>,� ;y, � „,,,✓ J�X�✓ ,rrcr , ilynmw us maprom� e�time unn nuu uuPrrv", m� e ao auwY fiG ew,uuup,�.. 4YA 4ff4Y IJdLVYVGYiFfJ):INN yadll�Nb1✓f I "Jf4YY41bK/4FSM14VlG)JYf, IvfV�/f4fV✓N)ffSY✓YVIfHIIVr °' PLAZA ' S5 6A SAINT EMILY �I r S MAR 'CATHOLIC MAIN PLAZA ENTRANCE Cn SCHOOL / r s,I4H4row yrw+f�u �/ir �, �� %�ff��✓� r Q SOUTHEAST PLAZA ENTRANCE I1NE55 w', �util /i;"w.luf 1/ / /, >(�rr Ilu„i ;" II / 11,_,%r'iw'� 1�✓1// Ir f r, ��i, %✓rr /l ,Jf!Jil��.... ry Wf' 1 00 iy I I u 1 10 f " I � 1 � , 1 IJ I 1 1 Y k M�.Y1 vrrvrrvr ......If4f, Y, r ,NA'r/aWLffl✓.IVN II✓NS4JJiNf V,. I1N14nNVlAlfi'fNYVfifPVN!1SfiYrfriJ.JN✓NYU)Yf,JJYfi➢Ylf4fiV 141JVlId WSIVdW VYrcdMN ,. 1)YYfiDf9ld VN,.vbfiYl.V f'rNr<.dl YllfNvi.Vf YliNf;Y41fIrYhISVf VIJi'rNdl� X ' owrr .r r "� vviv»rr xfl5 n»vxv,v vvvv4vvvvv avvvv vvry , fi n»iniri nnmvvv rvi:> rvnVrrm �rria"rrr r ,a, �� ',u'M 1 l" tl , ,x d Nn � wwu ,✓Io fvr�vmmrvM;uw ,, VILLAGE F MOUNT PROSPIECT ,1 ler I YP 4 i J, r „r, rY4,I Jr � ,f , .��✓r„ ,I r�,kkm✓r� ,�� x � �) of ,,,, _, »✓,Y„r, r�, rrfr�,�,Y»r�r vJ,�,�, „�Hrar,r`°� 4 , , , , ��� I r rlar+iei✓Doll-.. ,.,i; ", �,,.." , „r ,..; ,T�k, r �>, , V , / r�:,: ��;u/i I i I STY OF IUIE IPIL ENE II „ ", a Ji. rvw �,..✓ir.. ,v»rIIIYP N/. p ,,. „„ "r, �,15➢ddlW ., ;", V ,,,»v�,.v a, ,,,�,.�r..,� nr r�rur.�r rn�,,, r,�ar �r„�,�;r:', I ,nMa uci✓ 4 fa, w � ". "... ".. f full r. /, �✓..:", / �.. / IIII l .i f„r, II I, /fu11NlYJI Jf6lt/@IVY ufI✓(f.41N1 r v, ro , � 6 I -I!�� �,( p :n ) r Wr Ian I �, r I , a/e � ry � I � ,✓ , ,,, l � alu ff � t s ,: V , I 1 �� !� t i ,, €fry ;Y' Irs; , ., �Vq ' �� ,; " I� ✓vS'0 rot, ✓ ,'�f /, l r ", U �'T J ' ,IV; in fi, /f . Y „w " ;, r mr4�i xq✓mwv , lir I i 1' � �,�,✓ � �, dux Y�p��p /, , Ifl h' �, 4rvN 4 �4 / I , u, u I li i r v; I, ,✓ ,� �r;,,;,,wM1 x ur, r l � r Iv_ us rrJ NJHb11P1 Kk fJ11fVHG HI ✓YffHfl MlWfiff N,: ,r a 'r naut r e � Id u�, iw� u VV ,(Sf, YifiNGl4f. HJ.II 7Y1. ,. 1 v,vr f, r (✓rerr�r�v olc/yOSIlYY/IIiY)4fi➢Nif),NffROYJIfi.N;Y)fi9 ,.. ` BUSSEAVE r,N,1,Nrw, ✓r,�,���,r,J,✓««✓rFr,� f�i�iaW,aY✓,�X ql� �;,,,r�y�Y"al �� , : »v k„rv�r� ��,I «✓✓rY ,r� �N,, r �a:�r„F'w,w,r, «,alnrcls�Ir JIIYaua✓� rovrwvwrayurvvi,v✓rJi. ���, �o,�I41rrNFr(rrrr✓rrl r4rrNrrvvawNf sv � �,w v,,,,,:.1 r,r ,ur rn ;.,r, ,� V ".. f. � ,� ,( „ 9 IIII rc, +..,,fj f,. ' (�V�, It { d � �✓roJ�r✓ 1 I f' W'i, .i,���/b�ir"(�'Yl ,Sf �%, , Ifbry,NYWpVT "NhpVw 1 ,'irp rr m I ✓yl 1 , u,y "Gas,Yra Y cm'rvrrNiy mn,,,,, ✓ua „»,r, , ',,, // ;n eayf;X;;, "�'y"✓Yrirrr. �Nll✓I': I � Y ; I Il�,r ,, � � ,✓ r I� I r,rJfffYNrJYn✓,l, � 4ro�W✓f� rrYr�S� Nfi II4 ✓ >»niS f ur IAa, rb ". nrrov ry "e rnrvrrrriPPYYII I ,Jy °"fYlPryf, fkJJMly �Nror"�SuaflYnv� f W f»f,urr,r�✓Nrvvrr� �AuJu�,rrY^,." M�oa� rtigrYq, u�°"a ' � ",� V«Jr vi v,;! rin vvri rcVVfVJV)w u�,vrhlfYf i ,Y urah ulryery IkX1 U" rn -. ',.� rv�vrrr, lv„r rr ,�v,r rarYuarur �rtYlmv✓,: ( € H'I ,tilqurla� luerr,r�nu ql➢✓�ssly �,r�rn;ll " i r; i ILiC ,I gRu✓t 1j "r"tiWaW�,�1 116", vXSuro`'Asro;vn4r„" v'"`✓,,,yalry,,v,✓0". " I 3 �� Imr ' ro'rry�nft,✓ 2f1, yWl LU ,ff " I s W `/rgfhl gv)Nn o,R&i1 NN VIIry fiV VIG,U„y u,)lar� ISV V^}Nbr"I`?f 3111 3111 3111 I,n1hK" rc, /� ua u . w:� " '..H �� fnvY "vJv��\r �JXfayav'�'fY✓uIgU1Y Legend �� t �IW✓,0 d U- Q � ��,y rr ✓ ,ar �„ �,�,,,9��,.JIr „ �R ✓ - �a l WIiNv(R 6W✓i ii l(fl N, VM IV11V11YN N1fV N%DYif VUf ,IYII YRfnfiU ffIV14HW�v v v vn: rr » ry h ' 'I Planned Bike Routes Parks U Q �� 11 wo D �I��I, { Q a Q 0 Z g° Municipal Boundary Schools l w �o Copyright nearmap 2N015 lit CLIENT: TITLE: PROD. NO. 170133 loam" bIxt"Au VILLAGE OF RAND -CENTRAL -MOUNT PROSPECT DATE: 02/12/2019 MOUNT PROSPECT ROAD INTERSECTIONS PHASE 1 SHEET 1 OF 1 ENGINEERING STUDY DRAWING NO. w DSGN. SCALE: 1:6,000 CH I PH . R: 14 i I ENG I EER111I LTD. DWN. DRW AUTHOR: DWALTERS EXH FILE: 5" 5 m Hi"ggi �S Chad, Suite 00 '- I o emont, Illinois 5'I 01I ° ) 3-0�5,00 FPLOT DATE: 12/19/2019 FILE: General Location Map