HomeMy WebLinkAbout57-R-22_Section19-00284-00-CH_JobC-91-120-20Illinois Department of Transportation
2300 South Dirksen Parkway / Springfield, Illinois 162764
March 14, 2023
Mr. Rodney Greene
City Clerk
2100 Ridge Avenue
Evanston, Illinois 60201
Subject: City: Evanston
Section: 19-00284-00-CH
Project: SKFL(966)
Job: C-91-120-20
Construction Engineering Agreement
Consultant: Kimley Hom and Assoc., Inc.
$128,841.00 (corrected amount) (90% Federal Amount $115,956.90)
Dear Mr. Greene:
The department approved the subject agreement on August 16, 2022.
A copy is enclosed. The city may authorize the consultant to proceed with the engineering work.
The corrected amount is based on the following:
Proposed payroll is increased by $1,642 due to current rates on file dated March 13, 2023 escalated
1.56% for the duration of the project being higher. As a result of the payroll adjustment and to limiting
rate to field rate of 174.06% for FYE 12131/2021, proposed overhead is reduced by $1,999.
Proposed profit is increased by $527 due to payroll adjustment and to service by others direct labor
adjustment.
Interra, Inc. - proposed payroll is decreased by $137 due to current rates on file dated January 2, 2023
being lower. As a result of the payroll adjustment and to limiting rate to 135.09% for FYE 06/30/2021,
proposed overhead is reduced by $415. Proposed profit is reduced by $45. New upper limit for this
sub -consultant is $6,990.
Please contact Debbie Jarvis (Debbie.Jarvis@illinois.gov)if you have any questions.
Sincerely, �GJG
""Ole
Gregory S. Lupton, P.E.
Local Project Implementation Engineer
Enclosure
cc: Stephen H. Hagerty, Mayor
Jose Rios Region 1 Attn: Chad Riddle - District 1
Attn: Project Control
Kimley-Horn, Inc.
Eno Local Public Agency
. =et=gd Engineering Services Agreement
Agreement For
Using Federal Funds? M Yes Fl No (Federal CE
Aqreement Tvpe
(Original
L AGENCY
LOCAL.PUB ICAG
Local Public Aqencv
Countv Section Number Job Number
(City of Evanston
IlCook 1119-00284-00-CH I IC-91-120-20 I
Proiect Number Contact Name
Phone Number Email
ISKFL(966) ISat Nagar
11(847)
866-2967
1 Isnagar@cityofevanston.org
':SECTIONPROVISION Is
Local Street/Road Name
Kev Route Length Structure Number
(Ridge Avenue
119-2744 111.51 JINA
Location Termini
10akton Street and Church Street
Proiect Descriotion
The project involves intersection improvements including traffic signal modifications, ADA ramp reconstruction,
and pavement marking replacement.
Engineering Funding M Federal ❑ MFTITBP ❑ State F] Other
Anticipated Construction Funding M Federal ❑ MFT/ rBP ❑ State [-] Other
A6REEME�NT FOR'J,
Z Phase III - Construction Engineering
CONSULTANT
Consultant (Firm) Name
Contact Name
Phone Number
Email
IKimley-Horn
I iSagar Sonar
11(630) 487-3469
Ilsagar.sonar@kimley-hom.com I
Address
City
State Zin Code
14201 Winfield Road
IlWarrenville
111- 1160555 1
i�
THIS AGREEMENT IS MADE between the above Local Public Agency (LPA) and Consultant (ENGINEER) and covers certain
professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the
State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the "DEPARTMENT," will be
used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS.
Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER, acting as an
individual, partnership, firm or legal entity, qualifies for professional status and will be governed by professional ethics in its relationship to
the LPA and the DEPARTMENT. The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an
AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations.
WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean
Regional Engineer
Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of
Transportation
Resident Construction Supervisor
Authorized representative of the LPA in immediate charge of the engineering details of the
construction PROJECT
In Responsible Charge
A full time LPA employee authorized to administer inherently governmental PROJECT activities
Contractor
Company or Companies to which the construction contract was awarded
Completed07/04/22 Page 1 of 11 BLR 05530 (Rev. 08105/21)
- _ 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: Direct Costs Check Sheet
® EXHIBIT D: Qualification Based Selection (QBS) Checklist
® EXHIBIT E: Cost Plus Fixed Fee Cost Estimate of Consultant Services Worksheet (BLR 05513 or BLR 05514 )
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.
B. 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
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 Exhibit C).
L „. HE^LPA'AGREESr
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 D 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:
Completed 07/04/22 Page 2 of 11 BLR 05530 (Rev. 08105121)
(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
1 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 at seq.).
7. To certify by execution of the AGREEMENT that the selection of the ENGINEER was performed n accordance with the Local
Government Professional Services Selection Act 50 ILCS 510, the Brooks Act 40 USC 11, and Procurement, Management, and
Administration of Engineering and Design related Services (23 CRF part 172). Exhibit C is required to be completed with this
agreement.
.III:x..,w.R�15MUTUALLYAGREED>.-:.�„��
1. No work shall be commenced by the ENGINEER prior to issuance by the ]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
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.
Completed07/04/22 Page 3 of 11 BLR 05530 (Rev. 08/05/21)
5. In the event that the DEPARMENT stops payment to the LPA, the LPA may suspend work on the project. If this agreement is
s 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
j , 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,
(a) 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.
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:
Completed 07/04/22 Page 4 of 11 BLR 05530 (Rev. 08105121)
(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.
(a) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation
program.
(1) 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
13010.01 at 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.
(a) 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.
.AGREEMENTSUMIV[ARY
Prime Consultant TIN/FEIN/SS Number Agreement Amount
IKimley-Horn 56-0885615 I $78,226.001
Subconsultants
1IQuigg Engineering
lifllnterra, Inc.
Add'SuTiconsuliant's
TIN/FEIN/SS Number
20-4818431
36-4045796
Subconsultant Total
Prime Consultant Total
Total for all work
AGREEMENT SIGNATURES
Local Public Agency Type Name of Local Public Aqencv
Attest: Thelclty IoflEvanston
By (Signature & Date) By (Signature & Date)
C/ C r�aaer
Agreement Amount 1
$43,455.001
$7,587.001
$51,042.001
$78,226.001
$129,268.001
�I/2aZ7
Completed 07104122 Page 5 of 11 BLR 05530 (Rev. 08105/21)
Name of Local Public Agency
(Evanston
'(SEAL)
Executed by the ENGINEL...
Attest:
Local Public Agency Type
Consultant (Firm) Name
Kimley-Horn
Clerk
By (Signature & Date) A
nnW, n� sq/7,7/7- 2
Title
(Senior Vice President
Title
e. J-r el e'er
By (Signature & Date)
Title
(Associate
g [¢ 11 P-022
Completed 07/04/22 Page 6 of 11 BLR 05530 (Rev. 08/05121)
Local Public Agencv Countv Section Number
(City of Evanston Cook II19-00284-00-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
Completed 07/04/22 Page 7 of 11 BLR 05530 (Rev. 08/05121)
Ridge Avenue Traffic Signal Improvements
Oakton Street to Church Street
City of Evanston
T
Phase III - Scope of Services
KimiepMorn
The project involves Ridge Avenue from Oakton Street to Church Street located in the City of Evanston,
Cook County. The City is the lead agency for the project that is funded by Highway Safety Improvement
Program (HSIP). The purpose of the project is to construct intersection improvements (Phase III)
identified in the plans and specifications prepared by Kimley-Horn in Phase 11. The intersections
included in the project are as follows:
1. Ridge Avenue and Oakton Street
2. Ridge Avenue and Main Street
3. Ridge Avenue and Greenleaf Street
4. Ridge Avenue and Dempster Street
5. Ridge Avenue and Lake Street
6. Ridge Avenue and Davis Street
7. Ridge Avenue and Church Street
Dempster Street is under Illinois Departmentof Transportation (IDOT)judsdiction and otherstreets
within the project limits are under City jurisdiction.
The major construction activities are anticipated to occur in two calendar months starting June 6, 2023
and ending August 5, 2023 when local schools are on summer break.
Kimley-Hom and Associates, Inc. ("Kimley-Hom" or "Consultant') is pleased to submit this scope of
services for Phase III services to the City of Evanston ("City"). Based on our understanding of the
project, we anticipate the following tasks to guide the City through this project:
Task 1 —Construction Suoervision
Construction supervision forthe project will be provided by Quigg Engineering according to IDOT
procedures (See attached scope of services by Quigg Engineering). The construction supervision will
be provided by an experienced resident engineer. Kimsey -Horn staff will be available to answer questions.
Task 2—Shoo drawino review
The Consultant will obtain shop drawings for the project from the Contractor. The Consultant will
perform a review of shop drawings for completeness before sending them to IDOT for approval. The
Consultant will coordinate with [DOT and contractor to request missing items and ensure timely approval
of shop drawings to allow procurement of traffic signal equipment.
Task 3—Reauest for Information fRFl1
The Consultant will respond to questions and request for information (RFI). The Consultant will maintain
a tracking spreadsheet for RFI to ensure timely resolution of items.
Task 4 — Material Testina
Material testing will be performed by Interra Inc. (See attached scope of services by Interra Inc.). The
Consultant with coordinate construction schedule with Interra Inc. to ensure material testing is scheduled
and completed.
Ridge Avenue Traffic Signal Improvements
Oakton Street to Church Street
City of Evanston
Phase III - Scope of Services
Task 5 —Administration and Manaqement
KimIey>>> Horn
The Consultant will attend two meetings within project corridorevery week for the duration of
construction period of June 6 to August 5, 2023. The meetings will be used to address questions to
maintain the aggressive construction schedule.
The Consultant will perform project management and administration, including staff and resource
scheduling, progress monitoring, monthly invoice and progress reports. The Consultant will hold internal
coordination meetings with all pertinent team members to ensure project progress.
Local Public AaencY Countv Section Number
(City of Evanston I1Cook II19-00284-00-CH
EXHIBIT B i
PROJECT SCHEDULE
Project Letting - September 23, 2022
Begin construction - June 6, 2023
End construction - August 5, 2023
Completed 07/04/22 Page 8 of 11 BLR 05530 (Rev. 08105/21)
Local Public Aqencv Countv Section Number
(City of Evanston IlCook II19 _00284-00-CH
Exhibit C
Direct Costs Check Sheet
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.
Item Allowable Quantity Contract Rate Total
Lodging
Actual cost
❑ (per GOVERNOR'S TRAVEL CONTROL BOARD)
(Up to state rate maximum)
Lodging Taxes and Fees
❑ (per GOVERNOR'S TRAVEL CONTROL BOARD)
Actual Cost
❑ Air Fare
❑ Vehicle Mileage
(per GOVERNOR'S TRAVEL CONTROL BOARD)
® Vehicle Owned or Leased
❑ Vehicle Rental
I-1 Tolls
U Parking
❑ Overtime
❑ Shift Differential
❑ Overnight Delivery/Postage/Courier Service
1 ❑ Copies of Deliverables/Mylars (In-house)
1 ❑ Copies of Deliverables/Mylars (Outside)
1 ❑ Project Specific Insurance
1 ❑ Monuments (Permanent)
❑ Photo Processing
❑ 2-Way Radio (Survey or Phase III Only)
❑ Telephone Usage (Traffic System Monitoring Only)
1 ❑ CADD
❑ Web Site
❑ Advertisements
❑ Public Meeting Facility Rental
❑ Public Meeting Exhibits/Renderings & Equipment
❑ Recording Fees
❑ Transcriptions (specific to project)
I❑ Courthouse Fees
❑ Storm Sewer Cleaning and Televising
❑ Traffic Control and Protection
❑ Aerial Photography and Mapping
❑ Utility Exploratory Trenching
❑ Testing of Soil Samples
❑ Lab Services
❑ Equipment and/or Specialized Equipment Rental
�❑
I❑
Id
I❑
Coach rate, actual cost, requires minimum two weeks'
notice, with prior IDOT approval
Up to state rate maximum
$32.50/half day (4 hours or less) or $65/full day 19
Actual cost (Up to $55/day)
Actual cost
Actual cost
Premium portion (Submit supporting documentation)
Actual cost (Based on firm's policy)
Actual cost (Submit supporting documentation)
Actual cost (Submit supporting documentation)
Actual cost (Submit supporting documentation)
Actual Cost
Actual Cost
Actual Cost
Actual Cost
Actual Cost
Actual cost (Max $15/hour)
Actual cost (Submit supporting documentation)
Actual cost (Submit supporting documentation)
Actual cost (Submit supporting documentation)
Actual cost (Submit supporting documentation)
Actual Cost
Actual Cost
Actual Cost
Actual cost (Requires 2-3 quotes with IDOT approval)
Actual cost (Requires 2-3 quotes with IDOT approval)
Actual cost (Requires 2-3 quotes with [DOT approval)
Actual cost (Requires 2-3 quotes with [DOT approval)
Actual Cost
Actual Cost (Provide breakdown of each cost)
Actual Cost (Requires 2-3 quotes with ]DOT approval)
$65.00
Total Direct Costs
$1,235.00
I
I
I
I
$1,235.001
Completed07/04/22 Page 9 of 11 BLR 05530 (Rev. 08/05/21)
Local Public Aqencv Countv Section Number
(City of Evanston IlCook I119-00284-00-CH
Exhibit D
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
Elspecifically ZI
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?
I ❑ MI
If yes Due date of submittal 111 /05/19
Method(s) used for advertisement and dates of advertisement
(Pioneer Press, Demand Star and City website
5 Do the written QBS policies and procedures cover conflicts of interest? I ❑
Do the written QBS policies and procedures use covered methods of verification for suspension and
6 debarment?
El NJ
7 Do the written QBS policies and procedures discuss the methods of evaluation?
I ❑ ® I
Project Criteria
Weighting
Qualifications and Expertise
30%1
;x
Completeness of Proposal
45%1
Execute City PSA
10%]
=;IM/W/EBE Participation
1
18 IDo the written QBS policies and procedures discuss the method of selection? I ❑ I ®1
Selection committee (titles) for this Droiect
Public works agency Director; Senior Project Manger, Transportation; Senior Project
Manager, St & ROW; Traffic Operations Supervisor; and Purchasing Specialist
Top three consultants ranked for this project in order
1 Kimley-Horn
2 Singh and Associates
3 Terra Engineering
19 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑
110 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 Elthe request for reimbursement to IDOT for further review and approval?
Do the written QBS policies and procedures cover ongoing and finalizing administration of the project
13 (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? ❑ NJ
15 Existing relationship used in lieu of QBS process? ® 0 1
Completed05/04/22 Page 10 of 11 BUR 05530 (Rev. 08/05121)
Local Public Aaencv Countv Section Number
(City of Evanston I[Cook II19-00284-00-CH
116 ILPA is a home rule community (Exempt from QBS). I ❑ I ❑
It
Completed05104/22 Page 11 of 11 BLR 05530 (Rev. 08/05/21)
Ridge Avenue Traffic Signal Improvements
Oakton Street to Church Street
City of Evanston
Phase 111 - Scope of Services
Kimley>>> Horn
Exhibit E: CECS Worksheet
®Ilfinols Department
of Transportation
EXHIBIT E
COST ESTIMATE OF CONSULTANT SERVICES WORKSHEET
FIXED RAISE
Local Public Agency County Section Number
.. J 902400-jCityo'Evanston:_'' '1u08Ge=R.
Consultant (Firm) Name Prepared By Date
,.rr, _ _>_:. : Jam,
_:�;-:r.:,f ,-.;. �� �Sagar�So
�KimleY-Fiore`::. - • = •.. „�. ,. .. _ . =.�:: :•t�. Cl
PAYROLL ESCALATION TABLE
CONTRACT TERM Ic'y:;,;.;, 9: 1 MONTHS
START DATE J,+. `:.: -' 5/1/20231
RAISE DATEI.: '7/1/20231
END DATE] 1/31/20241
ESCALATION PER YEAR
Year First Date Last Date Months
0 5/1/2023 7/1/2023 2
1 7/2/2023 2/1/2024 7
The total escalation = 1.56%
OVERHEAD RATE 195.25%
COMPLEXITY FACTOR
% OF RAISE
% of
Contract
22.22%
79.33%
BLR 05514 (Rev. 04/30/21)
Payroll Escalation
Local Public Agency County Section Number
City of Evanston (Cook 119-00284-00-CH
MAXIMUM PAYROLL RATE 78.00
ESCALATION FACTOR 1.56%1
PAYROLL RATES
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
IDOT
CLASSIFICATION
PAYROLL RATES
CALCULATED RATE
ON FILE
Principal ,< .ad...;;, :'' :"
.. '$77.00
$78.00
,...
ProjectManager'.:?�;"'« `n
?r. $76.85
$78.00
,",..v.
,:.
SeniorP.rojectEngineer.: ,a,; '' r°'
> .:' $69.40'
$70.48
Project Engineer?;; ` `'•_. - , . ._,.
: 164A0
$65.10
Design'EnOinee -1 ....,. ,ar, at"' ,.
t"Mr ,. ,,.$3418
$34.71
Desig"nEngineer-2`,' ,{; i... , .',`..' _
. ,`;,< $36e23
$36.79
Desigri Engineer-3;>?i.. s v
"'W.47,
$41.10
Desip Engineer 4. `r' ...- :,:' %? :.".' '
-;:$49AZ . _ . ,.
$50.19
Senior`. Landscape,Mchitect :., ; ' °,
«; % t";;'$69.66:
$70.74
Senior.Designerlt"-. ' ,
11,$44.15
$44.84
Designer _;'> 9 C ;.-
° '
$37.32
....
.$3675
Adrrmin Assistant'z'r. ;, .. :_
}$39:03
$39.64
Secretary/clerical";:i": " " .' ".%
.. "; ', . <`.$29-86
$30.32
Jft.`+i-� ,....'a.., ,w-t ^:•t. •rs�4r�" .,
.;'rr_. ... r^ .. - ,.
'�.iv`i;.. ^,.. .t,,. .:?�•'?::•'.:�e n n'%.3i b.::..,
ii: )�j. Yr
BLR 05514 (Rev. 04/30/21)
Payroll Rates
Printed 7/4/2022 1:32 PM
Page 2 of 5
Local Public Agency County Section Number
I Citv of Evanston (Cook 11 9-00284-00-CH
SUBCONSULTANTS
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
Contribution to Prime
NAME
Direct Labor Total
Consultant
Integra, Inc. 4': '` . . ... . ...
-,2.343.00
234.30
QuAiq Ekineer1n0:16c.
15,265.00
1,526.50
j j
j,
Y:Y4
-4i
Total
17,608.00
1,760.80
BLR 05514 (Rev. 04/30121)
Subconsultants
Printed 714/2022 1:32 PM Page 3 of 5
Local Public Agency County
City of Evanston Cook
COST ESTIMATE WORKSHEET
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
OVERHEAD RATE 195.25%1 COMPLEXITY FACTOR
01
0 1
Section Number
19-00284-00-CH
TASK
STAFF HOURS
PAYROLL
OVERHEAD & DIRECT COSTS
FIXED FEE
SERVICES BY
OTHERS
TOTAL
% OF GRAND
TOTAL
FRINGE BENEFITS
Construction supervlslon,�
-
--,43,455
43,455
33.62%
Shop'drawlnjieview.
16
805
1,572
266
2,643
2.04%
RFI
24
1,247
2,435 t
412
4.094
3.17%
MaiedalTesting
4
197
385
65
7,587
8,234
6.37%
Admtn4 Mgmt
276
20,669
40,356
6.821
69.081
53.44%
Y
Subconsultant DIL
1,761
1,761
1.36%
TOTALS
320
22,918
44,748 1,235
9.325
51,042
129,268
100.00%.
67,666
BLR 05514 (Rev. 04/30/,
Cost Estimate Worksh(
ocal Public Agency County
ty of Evanston I kook
AVERAGE HOURLY PROJECT RATES
Exhibit E Cost Estimate of Consultants Services Worksheet Fixed Raise
.1 ar
Section Number
1 19-00284-00-CH
SHEET
1
OF
1
PAYROLL
AVG
TOTAL PROJ. RATES
Construction supervision
Shop
drawing review
RFI
Material Tes"ing
Admin & M9mt
HOURLY
Hours
%
Wgtd
Hours %
Wgtd
Hours
%
Wgtd
Hours
%
Wgtd
Hours
%
Wgtd
Hours
%
Wgtt
:LASSIFICATION
RATES
Part.
Avg
Part.
Avg
Part.
Avg
I
Part.
Avg
Part.
Avg
Part.
Avg
tciPal
78.00
0.0
*- ''t ,
... - .-
;<. F;.: =
r -
jectManager
78.00
265.0
82.81%
64.59....;;
25.00%
19.50
"� "B;Fe
33.33%
26.00
�,. 1":.
25.00%
19.50
'; 252-
91.30%
71.2;
iior Project Engineer
70.48
0.0
., ", - •
,. _ .
,...
�.
. .
ject Engineer
65.10
0.0
:ign Engineer 1
34.71
0.0
:ign Engineer 2
36.79
17.0
5.31%
1.95
.>
.[8:: ;
33.33%
12.26
25.00%
9.20
8
2.90%
1.07
;ign Engineer 3
41.10
22.0
6.88%
2.83
... -
:12J i
75.00%
30.82
33.33%
13.70
: 2'40'
50.00%
20.55
>ign Engineer
50.19
8.0
2.50%
1.25
-"'S.:I
<
'S
2.90%
1.45
tior Landscape Architec
70.74
0.0--
tior Designer
44.84
0.0
signer
37.32
0.0
nin. Assistant
39.64
8.0
2.50%
0.99
I
I
8
2.90%
1.15
:retary/Clerical
30.32
0.0
I
0.0
I
I
I
= A
0.0
I
I
I
I
0.0
0.0
I
I
I
I
A
0.0
I
I
I
I
A
0.0
I
I
I
;.;,,
0.0
I I
::'- I
I
a
0.0
0.0
0.0
0.0
0.0
I I
I
I
,,
*4.0
TOTALS
320.0
I 100%
$71.62
0.0 0.00%
I $0.00
16.0
100%
I $50.32
24.0 I
100%
I $51.96
100%
$49.25
276.0
100%
$74.8
BLR 05514 (Rev. 04/30/:
Ridge Avenue Traffic Signal Improvements
Oakton Street to Church Street
City of Evanston
Phase III - Scope of Services
Kimley>>> Horn
Exhibit F: Subconsultant Scope and CECS
Ridge Avenue Traffic Signal Improvements
Oakton Street to Church Street
City of Evanston
Phase III - Scope of Services
Kimley>>> Horn
Quigg Engineering Inc.
OIL-11
QUIGG ENGINEERING INC
111 S. Wacker Dr., Suite 3910
Chicago, Illinois 60606
Phone:312-235-6783
URL: www.quiggengineering.com
SCOPE OF SERVICES
Construction Inspection Services for the Traffic Signal Improvement
City of Evanston, Illinois
The Quigg Engineering, Inc. team has the skills, knowledge, and ability to effectively manage and coordinate all
Phase III services for the City of Evanston's Traffic Signal and ADA Ramp Improvement. Quigg proposes the
following scope of services to ensure that the improvement is completed on -time and under budget while
exceeding professional construction management industry standards:
Pre -Construction:
1. Coordinate contact with City representatives to establish a working relationship and to discuss all
areas of concern.
2. Phase II design plans and other supporting documents.
3. Update the contact list in the project Special Provisions with names, affiliation, addresses, email
addresses and phone numbers of personnel assigned to the project including the City, utilities,
railroads, emergency response teams, schools and any other identified entities of interest.
4. Review site with plans in -hand to determine if any change conditions exist since plan submittal.
5. Document all removal items.
6. In conjunction with the City, determine what level of public outreach may be needed to advise
residents, businesses, and motorists of stages of work and identify the methods and
responsibilities of this public outreach.
7. Call for a utility meeting to determine if any conflicts exist and determine if relocates that may be
needed are going to occur in the needed time frame. Arrange for progress meetings as needed
8. Set up field books and review quantities and other pay items.
9. Attend Pre -Construction Conference
10. Review progress schedule and milestone dates to verify manpower assignments, supplier delivery
dates, utility clearance, staging changes, and public notices.
11. Aid in setting up regular meetings between the contractor, City, and Utilities (if needed.)
Construction:
1. Review all construction submittals, request for information (RFI) and contract modifications.
2. Conduct project meetings with appropriate staff: i.e. City of Evanston Engineer, Resident
Engineer, General Contractor's representative(s) and any other personnel required to review and
compile all procedures to be used on project.
3. Inspect, document and report maintenance of traffic control.
4. Spot check contractor staking/ layout as required.
S. Perform construction inspection and material testing work in accordance with IDOT procedures
and the following IDOT publications:
• Project Contract, Plans and Special Provisions
• IDOT Construction Manual
bf
• Standard Specifications for Road and Bridge Construction
• Supplemental Specifications and Recurring Special Provisions as identified in the
construction contract
• Construction Memorandums
• Construction Inspection Check List
6. Maintain daily records of contractor's activities and progress.
7. Prepare all required partial and final pay estimates, change orders, records, documentation and
reports required by the City and State.
Post -Construction:
1. Coordinate final inspection that includes all responsible parties.
2. Supervise corrections of any items of concern identified during said inspection.
3. Create as -built plans to correctly reflect constructed project.
4. Provide final project documents within a reasonable time.
Key personnel:
1. A Project Manager who will be responsible for all aspects of the work documents (must be an
Illinois Licensed Professional Engineer)
2. A Resident Inspector — responsible for daily operations of inspection and documentation of
contract pay items, knowledgeable in specifications, the [DOT Construction Manual including the
Construction Inspectors Checklists, and other [DOT manuals and guides.
®Illinoiansportations Department
of Tr
EXHIBIT E
COST ESTIMATE OF CONSULTANT SERVICES WORKSHEET
FIXED RAISE
Local Public Agency County Section Number
Cit of:EJanston; . .. ;:r:'_ t.; I I -v4a =:; ' =`d>: 19=00284 00= He-_:
y. Gook �;a` :) C,
Consultant (Firm) Name Prepared By Date
Glui En ineerin Am? 1's- z ,_ ...,
99. 9 9..Inc:... „ ., ". d _ I �KUd Horton, PE=fr =z,:.! 4:-r;3ii-:;Y..i� IB/20/2022•,
PAYROLL ESCALATION TABLE
CONTRACT TERM 1-r•-.,e:�'3<,: MONTHS
START DATES :'=t:f:6/1/2023
RAISE DATEI; ' ""--:711/2023
END DATE 8/31/20231
ESCALATION PER YEAR
Year First Date Last Date Months
0 6/1/2023 7/1/2023 1
1 7/2/2023 9/1/2023 2
The total escalation = 1.33%
OVERHEAD RATE]: -134.640/a
COMPLEXITY FACTOR 0
% OF RAISE
% of
Contract
33.33%
68.00%
a
BLR 05514 (Rev. 04/30/21)
Payroll Escalation
Local Public Agency County Section Number
lCity of Evanston kook 11 9-00284-00-CH
MAXIMUM PAYROLL RATE 78.00
ESCALATION FACTOR] 1.33%1
PAYROLL RATES
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
]DOT
CLASSIFICATION PAYROLL RATES
ON FILE
ENGR IV-7,s' %
$56.00
ENGR III
$43:30
$64.98
..... Vq
Z
4" I Til"
z:.
Printed 6/20/2022 10:43 AM Page 2 of 4
CALCULATED RATE
$56.75
$43.88
$65.85
BLR 05514 (Rev. 04/30/21)
Payroll Rates
Local Public Agency County Section Number
City of Evanston I ]Cook 19-00284-00-CH
COST ESTIMATE WORKSHEET
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
OVERHEAD RATE] 134.64%1 COMPLEXITY FACTORS 01
OVERHEAD 8
SERVICES BY
% OF GRAND
TASK
STAFF HOURS
PAYROLL
DIRECT COSTS
FIXED FEE
TOTAL
FRINGE BENEFITS
OTHERS
TOTAL
Constrdction,losPeotidn' ;,=
... - �., ..
324
14,216
19,141 ^u.,.,.wC3E:°„;r,`t=2;405
4,691
... .- ..,
40,453
93.09%
Project Management,,yfi, H=;"„i''d:,,=;�=e"`.,
15
851
1,146
281
.,. ,. . _.. ..
2,473
5.69%
Project Administration: $4-�'::
': >._. <;.' ';;. _ .
3
198
266 ;}` `, !F'atzr ?=:=;;`
65
_., 'Y-, - -.
529
1.22%
Subconsultant DL
I
1
-
0
-
TOTALS
1
3421
15.265
20,553 2,600
5,037
-
43.455
100.00%
35,818
BLR 05514 (Rev. 04/30/:
Cost Estimate Worksht
Local Public Agency County
City of Evanston kook
AVERAGE HOURLY PROJECT RATES
Exhibit E Cost Estimate of Consultants Services Worksheet Fixed Raise
PAYROLL
CLASSIFICATION
ENGR IV
ENGR III
Administrative Principal
TOTALS
AVG
HOURLY
RATES
56.75
43.88
65.85
Mi y
Section Number!
119-00284-00-CH
E;9:I��itiTl�il
TOTAL PROD. RATES
Construction Inspection
Project Management
Project Administration
Hours
I %
Wgtd
Hours %
Wgtd
Hours I
% Wgtd
Hours
I %
Wgtd Hours %
1 Part.
Avg
Part.
Avg
Part. Avg
Part.
Avg Part.
15.0
4.39%
2.49
.'::.m*"
,°.'A5:='.
100.00% 56.75
324.0
194.74%
41.57
t,.3241( 100.00%
43.88
3.0
0.88 %
0.58
. _„ -...
$,':`=, :
: {. 3't,-1
100.00%
65.85
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
0.0
0.0
0.0
0.0
I 342.0
�r
... I
Y'..
e= ..
Wgtd Hours % Wgtd
Avg Part. Avg
I
I
I �
I �
0% ( $0.00 0.0 0% I $0.00
BLR 05514 (Rev. 04/30/:
• tip•• r...
Direct Costs Check Sheet
COMPANY NAME: Qulgg Engineering
PTB NUMBER: 19.00284.00-CH
TODAY'S DATE: 6/2012022
- - « "-"-- --""'--
BOARD)
Up to state rate maximum
$28.00'
$0.00
,,
- --
Actuai,cost
-- -- _-
-� _
�{perGg TRAVEL CONTROL BOARD)
_ (Up to state rate maximum)
$75.00
$0.00�
1
Taxes and
Lodging Taxeseod Fees
,-
(perActual
TRAVEL CONTROL BOARD)
cast
$9.75
$0.00
Air
Air Fare
_
Coach rate, actual cast, requires m(Mmum tvn weeks' notice,
i
witppr1mJElOTapproyal_�.
$0.00
$ Oi00�
Vehicle Mileage (per GOVERNOR'S TRAVEL
'Up
CONTROL BOARD)
to state rate maximum
g0b85
$0.00
,Vetiicie Owned or Leased T A _
$32.50/hat( day (4 hours or less) or $65/fuG day - X
40A $65.00
$2,600.00;
Vehicle Rental
Actual cost (Up to $55/day)
_
$0.00
$0.00
.Toes
Actual cost';;.$f100.._-
_-'
_
$0.00"
Parking
Actual cost
Overtime ... ". -
i�- _ " Premium"partfon (SubmitsuppoNng documentation)
f
x.
$24:40
.1$0.00
Shift Differential
Actual cast (Based on firm's policy) _
$0.00
$0.00
Ovemight D9GVery/PostagelCouder Service -_
-
-. Actual cast (Submit supporting documentation) ,
. V- ,i$0.00
$0.00;
Copies of Deliverables/Mylam (In-house)
Actual cost (Submit supporting documentation)
$0.00
$0.00
Copies of DeliverablaslMylars (Outside)
Actual cost (Submit supporting documentation)
f
.$0.00
= :50,00'
Project Specific Insurance
Actual cost
$0.00
_ $0.00
Monuments (Permanent) ,` '-. ,-
Actual cost -_ _-
i• '.' $OAO
-$0.00
Photo Processing
Actual cost
2-Way. Radio (Survey or Phase ill ONy)
`Actual cost ,'_.. �. �.,
.._.__$0.00-
$0.00
Telephone Usage (Traffic System Monitoring Only)
Actual cast
$0.00
$0.00
CADD. .'' -, •;, ;.
Adual'ocet (Max;$15/hour)' �.-
- - __ - -_
,$0.001
Web Site
Actual cast (Submit supporting documentation)
,�.g0.00
$0.00
_
$0.00
Advertisements ' . ", , ;:
•- -_ .,- -
-
Actual cost (Submit supporting documentation)
_
Public Meeting Facility Rental
Actual cost (Submit supporting documentation)
$0.00
$0.00
Public Meeting Exhibits/Rendedngs &Equipment
� Actual'cast (Submit supporting documenre6on)
� gD.00�"
.,50.00
Recarding Fees
�'�-'-•
Actual cost
__ OU _. _
.. _ $0.00
Transcriptions (specific to project) %;'.,,
--__-_"_--
Actual cost'-.--$0.00�•^:
Courthouse Fees
-- --- -*_-
Actual cost
--•$0.00
.,.�, -- ._ ..- _ . _ _ ._.
Storm Sewer Cleaning and Televising -
. _.. _ ..__ _ -. ttr
of ;' Actual cast (Requires 2-3 quotes with IDOT approval)
_ _ _ -
;�
_
_ , --
Tragic Control and Protection
t
Actual cost (Requires 2-3 quotes with IDOT approval)
,$o.0C:
$O.Oc'
$0.00
Aerial Photography and Mapp(og r
4.
f�
Actuai cost (Requires 2-3 quotes with IDOT approvaQ_ 1
$OAC
$0.00,
Utility Exploratory Trenching
Actual cost (Requires 2-3 quotes with IDOT approval) IIIt
_
;� $O.00
$0.00
Testing of Sall Samples-
Actual cast
_ __
so.qo
Lab Services-
Actual cost (Provide breakdown of each cost)
-
$0.00
$0.00
Equipment and/or Specialized Equipment Rental`
Actual cost (Requires 23 quotes with 100T approval)
, - $0.00 _
0
-$0.00,
$0.00
_
$0.00
0.00
$0.00
$0.00
$0.00
$_0.0c
$0.00
00
#
-
-
$oYga
$0.00
._
$0.0e
$0.00
'If other allowable costs, are needed and not listed, please add in the above spaces provided.
LEGEND
W.O. = Work Order
POINTED 6/20/2022 ODE 436 (flee. 02102117)
Ridge Avenue Traffic Signal Improvements Kim ley >>) Horn
Oakton Street to Church Street
City of Evanston
Phase III - Scope of Services
Interra Inc.
INTERRA,INC.
600 Territorial Dr, Suite G, Bolingbrook, IL 60440
Scope of Services — Materials Testing
Ridge Avenue
Route: FAU 2744
Section: 19-00284-00-CH
County: Cook
City of Evanston
PROJECT TEAM
The Key Project Personnel are as listed below:
Principal Engineer/ PM: Anshuman Balekai, P.E.
Reporting Staff Engineers: Anna Dudziak, Srivani Guntaka
Administrative Assistant: Samantha Mejia
Laboratory Testing: Bipin Patel
Material Field Testers: TBD
SCOPE OF WORK
General scope of the services includes quality assurance testing in the field &
laboratory testing for curb & gutter, sidewalks, driveways, and light pole
foundations. The number of field testing trips will be determined by the client
(Kimley-Horn) to satisfy the quality assurance requirements and Interra's field
technician will be scheduled accordingly.
The required materials testing services include field testing for cast -in -place
concrete for temperature, slump, air content, and laboratory compressive strength
in our ]DOT approved laboratory; and the preparation and submittal in a timely
manner of all test results and reports using the [DOT's QMP package for reporting.
Our testing and inspection scope will be completed in accordance with the Plans,
Project Specifications and the IDOT 2022 SSRBC (Standard Specs for Road & Bridge
Construction). All report work will be completed and submitted on ]DOT Forms in
accordance with project requirements.
®Illinoisns
D of ;p
EXHIBILE
COST ESTIMATE OF CONSULTANT SERVICES WORKSHEET
FIXED RAISE
Local Public Agency County Section Number
Consultant (Firm) Name Prepared By Date
1, lAfigWain".E616k;0e, aWM&A 1,4125120221'4P
PAYROLL ESCALATION TABLE
CONTRACT TERM MONTHS
START DATE
RAISE DATE;',-,V�-,� 1/1/20231
END DATEI 7/31/20221
ESCALATION PER YEAR
OVERHEAD RATEI-144.85%.1
COMPLEXITY FACTOR r ------ 01
% OF RAISEF---2-.O—O'-/.l
% of
Year First Date Last Date Months Contract
0 6/1/2022 7/31/2022 2 100.00%
The total escalation = 0.00%
P
BLR 05514 (Rev. 04/30/21)
Payroll Escalation
Local Public Agency County Section Number
City of Evanston kook 11 9-00284-00-CH
MAXIMUM PAYROLL RATE 78.00
ESCALATION FACTOR 0.00%1
PAYROLL RATES
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
[DOT
CLASSIFICATION
PAYROLL RATES
CALCULATED RATE
ON FILE
Principal,Engineer.'
$78.00
$78.00
MAtdH*6%rTechhicIan
$48.23
$48.23
Staff, Engineer, (Reports),V":S '; z-:
'
$38.00
$38.00
$26.02
$26.02
T
4
. . . . . . . . .
W
T
Printed 4125/2022 12:52 PIVI
BLR 05514 (Rev. 04/30/21)
Payroll Rates
Page 2 of 11
Local Public Agency County Section Number
City of Evanston kook 19-00284-00-CH
COST ESTIMATE WORKSHEET
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
OVERHEAD RATES 144.85%1 COMPLEXITY FACTORS 01
OVERHEAD &
SERVICES BY
% OF GRAND
TASK
STAFF HOURS
PAYROLL
DIRECT COSTS
FIXED FEE
TOTAL
FRINGE BENEFITS
OTHERS
TOTAL
Project Mana9e"menC
4
312
452 w:'c?:`":..:5x.46;,
103
',: �s;=,.`,.r. :. ..
867 11.43%
Mated6is'Quality Assurance:Testing ':" �_,',
32
1,543
2,236 1;076
509
.; �-%a: ;. :,
5.364 70.70%
Project Engineering
6
228
330 ?"41:_t'??,"i"::�'F.:'': ^i-_
75
.-".,r'°; ::r =s::�S
633 8.34%
RePortin9 and Adminlstrativerr--i. _4-).;.":,""
10
260
377
86
.,.
723 9.53%
.Y
Subconsultant DL 1
0
-
TOTALS 1
52
2,343
3,395 1,076
773
-
7,587 100.00%
5,738
BLR 05514 (Rev. 04/30/1
Cost Estimate Worksht
ocal Public Agency County
ity of Evanston Kook
AVERAGE HOURLY PROJECT RATES
Exhibit E Cost Estimate of Consultants Services Worksheet Fixed Raise
PAYROLL
:LASSIFICATION
ncipal Engineer
iterials Technician
W Engineer (Reports)
ministrative Assistant
TOTALS
AVG
TOTAL PROD. RATES
HOURLY
Hours
%
Wgtd
RATES
Part.
Avg
78.00
4.0
7.69 %
6.00
48.23
32.0
61.54%
29.68
38.00
6.0
11.54%
4.38
26.02
10.0
19.23%
5.00
0.0
I I
0.0
I I
0.0
I I
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
52.0 1 100% 1 $45.07
Materials Quality
Project Management Assurance Testing Project Engineering
Hours %
Wgtd
Hours.l
%
Wgtd
Hours
%
Wgtd
I Part.
Avg
Part.
Avg
Part.
Avg
100.00%
78.00
I
�32'-] 100.00%
48.23
v.
100.00%
38.00
'I
.•_ .I
I
I I
I
I I
I
I I
Section Number
1 19-00284-00-CH
SHEET 1 OF
Reporting and
Administrative
Hours % Wgtd Hours
Part. Avg
•- -10-=' 100.00% 26.02 ,
4.0 100.00% $78.00 32.0 100% $48.23 6.0 100% $38.00 10.0 1 100% $26.02 0.0
1
% Wgtr
Part. Avg
0% I $0.0(
BLR 05514 (Rev. 04/30/.
®mw��,t
=.w . Direct Costs Check Sheet
COMPANY NAME: Interra Inc.
PTB NUMBER: 19.00294.00-CH
TODAY'S DATE: 413012022
Per Diem (per GOVERNOR'S TRAVEL CONTROL
BOARD)_
Lodging '
(per GOVERNOR'S TRAVEL CONTROL BOARD) .
Lodging Taxes and Fees
(per GOVERNOR'S TRAVEL CONTROL BOARD)
Alr Fare '` r
Vehicle Mileage (per GOVERNOR'S TRAVEL
CONTROL BOARD)
,Vehicle Owned ar Leased -
Vehicle Rental
SOGs~
Parking
Overtime
Shift Differential
Ovem(gh[ Dellvery/Postage/Courier-Service
Copies of Dellverables/Mylars (In-house)
Co(iles of DeMeretiks/Mylan; (Outside) i
Project Specific Insurance
Monuments (Permanent). -_ _ _ ,.. ____ .., •
Photo Processing
.-._y..._... ._
2_Way (Survey or Phase_Ill Only) ..
Telephone Usage (Traffic System Monitoring Only)
Web Site_.
Public Meeting Facility Rental
i;1 cAfeeOng FxhibOs/Rendedngs&Equipment -
p to state rate maximum $0.0C I $0.00
ctuat cost (UP to state rate maximum) _
I ' t $OAU.
30.00'
- "- "-� -�'
I
ctual cost
$0.0G--_i$0.00
each rate, actual cost, requires mlNmum two weeks: notice,
00 or POT approval -"-
-- - -__" � -
" $0.oct ".
--� -_ . ` _
$0.00
-_-',-
p to state rate maximum
.I
$O
$0.00
32.506alf d_ay(4 hours or less) or$65/full day
ctual cast (Up to $551day)
$0.00;
$0.00
i..-__ ..
00
(Su hm`t supporting documel
:fuel cost (Based on firms policy)
ibalwibst (Submit supporting documentation) _-
tual cost (Submit supporting documentation)
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00
j
$0.00
$0.00
j
167
�(( $0.00
$0.00
-.-y
cost i $0.00 $0.00
cost Max $15/hota _ $
cost (Submit supporting documentation) $0.00 $0.00
dosY(Submit supporting documentation) - r h'•$0.00 '$0.0000
cost (Submit supporting documentation)
Recording Fees
(Actual cost -
kraosccr'Iptions(specific to project) r
_. Actual coat
-- `
Courthouse Fees
Actual cost
Storm Sewer Cleaning and Televising
Actual cost (Requires 2-3 quotes with [DOT approval)
Traffic Control and Protection
Actual cast (Requires 2-3 quotes with IDOT approval)
..
-•s-.-.. _
Aerial Photography and Mapping
'Actual cost (Requires 2_3 quotes with IDOT approval)
Utility Exploratory Trenching
Actual cost (Requires 2-3 quotes with IDOT approval)
TlWsting of Soil Samples'_--_
Adtus(dost _ ---_-
Lab Services.
_
Actual cost (Provide breakdown of each cost)
Equipment and/or Specialized Fquipment Rentar
ACWa[cost(Requires 2-3 quotes with 1607 approval)
TT
$0.00
$0.00
$0.00
$0.00
4
$0.00
$0.00
$0.00 ..».
, $0.00,
$0.00
$0.00
k._ $i.b'o
$o:oq'
$0.00
$0.00
f1
1 $1,076.00
$1,076.00
$0.00
$0.00
tt
$0,00,
$0.00
$0.00
$D.00 -
s0.a0;
---$0.00
$0.00
-
$0.00
_ $o. of
$0 00
$0 00
- ------_.-.-..------- $0.00 $0.00
'If otberallowable costs are needed and not listed, please
LEGEND
PRINTED 5/I/2022
EIDE 436 (Rev. 02/02/171
4\a' �j mm sr,�departo�t�tor,ment
� rra
Direct Costs,Check Sheet
Ji COMPANY NAME: Interra Inc.
PTB NUMBER: 19.00284-00-CH
TODAY'S DATE: 413012022
1 •n- .r.l, •. y.
W.O. = Work Order
J.S. = Job Specific
PRINTED 5/1/2022 EDE 436 (Rev. 02/02/17)
®Illinois Department
of Transportation
rRegional Engineer
Jose Rios
Department of Transportation
Address
201 West Center Court
Local Public Agency Resident Construction o :,
Supervisor/ In Responsible Charge
Contract Number
161 H94
Municipality
(City of Evanston
Route
I9-2744
District Lettinq Date
11 I I09/22/22
County
II
City State Zip Code
Proiect Number Job Number
Schaumburg IIIL II
60196
I
ISKFL(966) IIC-91-120-20
Section Number
I19-00284-00-CH
I recommend the following individual as a local public agency employee qualified to be resident construction supervisor and to be in
responsible charge of this construction project.
I certify that I am in responsible charge as defined by the department of this construction project. Since the local public agency does
not have a local public agency employee qualified to be the resident construction supervisor, I am recommending a consulting
engineer to serve as resident construction supervisor.
Signature (for the local public aaencv) Date
Title
Applicants Name
(Kurt Horton, P.E.
The following describes my educational background, experience and other qualifications to be resident construction supervisor of this
construction project for the Local Public Agency.
For Consultants: I certify that my firm is pre -qualified in Construction Inspection. Documentation of Contract Quantities certificate number
I20-17906
Mr. Horton has over 25 years of broad professional experience in Phase II plan and specification development,
proposal development, Phase III construction inspection, construction management and constriction survey.
Possesses a strong track record of providing high quality results for sizable, complex and fast track construction
projects in the state of Illinois as a Project Manager and Resident Engineer.
Siqnature of Applicant Date
I! } III 9/07/2022
Job Title of Applicant
(Construction Department Manager
Based on the above information and my knowledge of the applicant's experience and training, it is my opinion that the applicant is qualified
to serve as the resident construction supervisor on this construction project.
Reqional Engineer ature Date Aooroved
��<J�n
P °F
Printed 09/07/22 Page 1 of 2 BC 775 (Rev. 11/09/20)
4)111noLs
Department Local Public Agency Construction Inspector
of Transportation
Regional Enqineer
Jose Rios
Department of Transportation
Address
201 West Center Court
Contract Number
161 H94
Municipality
(City of Evanston
Route
I9-2744
Ell 1-1
District Letting Date
1 I I09/22/22
County
IlCook
City State Zip Code Proiect Number Job Number
Schaumburg II11- II60196 I ISKFL(966) I I C-91-120-20
Section Number
119-00284-00-CH
I consider the following individual to be qualified as a local public agency construction inspector. In addition, I certify that adequate
instruction has been given this individual concerning the requirements of the contract, specifications and construction manual which
pertain to the work which he/she will inspect. This individual has been instructed on the proper procedures for any necessary tests.
Furthermore, if a consultant, this individual has a valid Documentation of Contract Quantities certification.
Approved
Signature and Title of Resident Construction Supervisor Date
0 PI - 9/09/2022
Applicants Name
(Greg Turner
The following describes the educational background, experience and other qualifications of the named applicant to serve as an inspector
on this project.
For Consultants Employees: Documentation of Contract Quantities certificate number is 21-19373
Mr. Turner has over 40 years of experience in highway and bridge construction and has
acted as Resident Technician, Assistant Resident Technician, Documentation Technician,
Chief Inspector, and Inspector. His construction experience includes layout, inspection,
documentation of quantities and plan preparation. Mr. Turner also has experience with
bid preparation for highway and bridge projects; materials procurement, inspection,
quality assurance, documentation of quantities, construction layout and preparation of
progress schedules.
If the Resident from BC-775 is a consultant, the local public agency employee in responsible charge must also approve this individual.
Approved
Signature and Title of In Responsible Charge from BC-775 Date
j,%
4P��PNiJY ) D H1.2 / �/I � —
Printed 09/09/22 Page 1 of 1 BC 776 (Rev. 11116120)
I
57-R-22
F\7���1>l��iC�]►l
Authorizing the City Manager to Sign a Local Public Agency Engineering
Services Agreement for the Ridge Avenue Construction Engineering Services
Agreement with Kimley-Horn Inc. and Illinois Department of Transportation
(IDOT) for Federal Funding Participation
WHEREAS, the City of Evanston seeks to utilize Highway Safety
Improvement Program (HSIP) grant funds to make intersection improvements to Ridge
Avenue between Oakton Street and Church Street, said improvement to be identified as
Illinois Department of Transportation (]DOT) State Section Number: 19-00284-00-CH,
State Job Number: C-91-120-20, and Project Number: SKFL(966) hereinafter referred to
as the 'Project; and
WHEREAS, said intersection improvements consist of traffic signal
modifications, ADA ramp reconstruction, and pavement marking replacement; and
WHEREAS, the State of Illinois and the City of Evanston intend to use
HSIP money committed to fund the Project; and
WHEREAS, the HSIP fund source requires a match of the funds by the
City of Evanston; and
WHEREAS, the City of Evanston seeks to enter into a Local Public
Agency Engineering Services Agreement with Kimley-Horn, to provide certain
professional engineering services in connection with the project,
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF EVANSTON, COOK COUNTY, ILLINOIS:
57-R-22
r SECTION 1: That the foregoing recitals are hereby found as fact and
incorporated herein by reference.
SECTION 2: The City Manager is authorized to allocate Thirty Three
Thousand, Two Hundred and Sixty Eight Dollars ($33,268.00) or as much needed for
completion of the Project.
SECTION 3: The City Manager is hereby authorized to sign the Local
Public Agency Engineering Services Agreement with Kimley-Horn and the Illinois
Department of Transportation, attached hereto as Exhibit A.
SECTION 3: That this Resolution 57-R-22 shall be in full force and effect
from and after its passage and approval in the manner provided by law.
Attest:
Daniel Biss, Mayor
Approved as to
i
Stephanie Mendoza, Cio Clerk- Derke`Pr ,Corporation Counsel
Adopted: Av- 0,5J- o B 2022
-2-
57-R-22
EXHIBIT A
Local Public Agency Engineering Services Agreement Between the City of
Evanston and Kimley-Horn
-3-