Loading...
HomeMy WebLinkAboutResolution 23-R-26, Authorizing the City Manager to Sign a Preliminary Engineering Services Agreement with Stanley Consultants, Inc. for the Lincoln Street Bridge Phase II Engineering (1) (1) 3/09/2026 23-R-26 A RESOLUTION Authorizing the City Manager to Sign a Preliminary Engineering Services Agreement with Stanley Consultants, Inc. for the Lincoln Street Bridge Phase II Engineering WHEREAS, the City of Evanston and Illinois Department of Transportation (hereinafter “IDOT”), in the interest of improving the integrity and overall structure of the Lincoln Street Bridge, desire to replace the existing bridge structure over the North Shore Channel, said improvement to be identified as State Section Number: 23-00298-00-BR, and Project Numbers: C67L(627), hereinafter referred to as the “Project”; and WHEREAS, the City believes that the Project will be an immediate and permanent benefit to the citizens of Evanston; and WHEREAS, the City wishes to enter into an Agreement with Stanley Consultants, Inc. for Phase II engineering services for the Project; and WHEREAS, the City Council of the City of Evanston has determined it is in the best interests of the City to enter into a Phase II engineering services agreement (the Agreement”) with said party. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF EVANSTON, COOK COUNTY, ILLINOIS: SECTION 1: That the City Manager is hereby authorized to sign the Agreement and the City Clerk is hereby authorized to attest to the Agreement with Stanley Consultants, Inc., attached hereto as Exhibit A and incorporated herein Page 1 of 87 by reference. SECTION 2: That the City Manager is hereby authorized and directed to negotiate any additional conditions of the Agreement as he may determine to be in the best interests of the City. SECTION 3: That this Resolution 23-R-26 shall be in full force and effect from and after its passage and approval in the manner provided by law. ______________________________ Daniel Biss, Mayor Attest: _____________________________ Stephanie Mendoza, City Clerk Adopted: ________________, 2026 Approved as to form: _______________________________ Alexandra Ruggie, Corporation Counsel Page 2 of 87 March 9 ATTACHMENT A Page 3 of 87 Local Public Agency Engineering Services Agreement BLR 05530 (Rev. 10/24/25) Using Federal Funds?Agreement For Federal PE Agreement Type Original LOCAL PUBLIC AGENCY Local Public Agency City of Evanston County Cook Section Number 23-00298-00-BR Job Number D-91-131-24 Project Number C67L(627) Contact Name Sat Nagar Phone Number (847) 866-2967 Email snagar@cityofevanston.org Yes No SECTION PROVISIONS Local Street/Road Name Lincoln Street Key Route TR 3120 Length 0.30 mile Structure Number 016-6952 Location Termini over the North Shore Channel Add Location Remove Location Project Description Lincoln Street Bridge Replacement Engineering Funding Anticipated Construction Funding MFT/TBPFederal State Other OtherStateMFT/TBPFederal Local AGREEMENT FOR Phase II - Design Engineering Phase I - Preliminary Engineering CONSULTANT Prime Consultant (Firm) Name Stanley Consultants, Inc. Contact Name Paul Schneider Phone Number (773) 693-9624 Address 8501 W. Higgins Road, Suite 730 City Chicago State IL Zip Code 60631 Email schneiderpaul@stanleygroup.com Local 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 Page 4 of 87 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 (CESCS) Worksheet (BLR 05513 or BLR 05514 ) I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements herein before described. 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation. Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or ordinances of the LPA. 5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 6. To invoice the LPA for Preliminary and/or Design Engineering: The ENGINEER shall submit all invoices to the LPA within three months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement. 7. To submit a completed BLR 05613, Engineering Payment Report, to the DEPARTMENT within three months of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. The form shall be submitted with the final invoice. 8. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of United States Department of Transportation (US DOT) assisted contract. Failure by the Engineer to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LPA deems appropriate. 9. That none of the services to be furnished by the ENGINEER shall be sublet assigned or transferred to any other party or parties without written consent of the LPA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 10. For Preliminary Engineering Contracts: (a) To attend meetings and visit the site of the proposed improvement when requested to do so by representatives of the LPA or the DEPARTMENT, as defined in Exhibit A (Scope of Services). (b) That all plans and other documents furnished by the ENGINEER pursuant to the AGREEMENT will be endorsed by the ENGINEER and affix the ENGINEER's professional seal when such seal is required by law. Such endorsements must be made by a person, duly licensed or registered in the appropriate category by the Department of Professional Regulation of the State of Illinois. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the DEPARTMENT. (c) That the ENGINEER is qualified technically and is thoroughly conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated in Exhibit A (Scope of Services). That the engineering services shall include all equipment, instruments, supplies, transportation and personnel required 11. to perform the duties of the ENGINEER in connection with this AGREEMENT (See DIRECT COST tab in BLR 05513 or BLR 05514). THE LPA AGREES,II. 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. BLR 05530 (Rev. 10/24/25)Page 5 of 87 3. To pay the ENGINEER: (a) For progressive payments - Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. (b) Final payment - Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the following compensation method as discussed in 5-5.10 of the BLR Manual. Method of Compensation: Lump Sum Specific Rate 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. 5. The recipient shall not discriminate on the basis of race, color, national original or sex in the award and performance of any US DOT assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US DOT-assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by US DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C 3801 et seq.). III. IT IS MUTUALLY AGREED, 1. No work shall be commenced by the ENGINEER prior to issuance by the IDOT of a written Notice to Proceed. 2. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General, and the DEPARTMENT: the Federal Highways Administration (FHWA) or any authorized representative of the federal government, and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 3. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA, the DEPARMTENT, and their officers, agents, and employees from all suits, claims, actions or damage liabilities, costs or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery. The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 4. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LPA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LPA. The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to the date of the written notice of termination. 5. In the event that the DEPARMENT stops payment to the LPA, the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty (30) calendar days, consecutive or in aggregate, over the term of this AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred as a result BLR 05530 (Rev. 10/24/25)Page 6 of 87 BLR 05530 (Rev. 10/24/25) 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. By execution of this AGREEMENT the LPA and ENGINEER certify compliance with the Drug Free Workplace Act (30 ILCS 580). 10. The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to suspension of contract on grant payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for at least one (1) year but not more than (5) years. For the purpose of this certification, "grantee" or "Contractor" means a corporation, partnership or an entity with twenty-five (25) or more employees at the time of issuing the grant or a department, division or other unit thereof, directly responsible for the specific performance under contract or grant of $5,000 or more from the DEPARTMENT, as defined the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statue conviction for a violation occurring int he workplace no later than (5) days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy of maintain a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and Page 7 of 87 BLR 05530 (Rev. 10/24/25) (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 and LPA 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. Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act (820 11. ILCS 130/0.01 et seq.). For Preliminary Engineering Contracts: 12. (a) That tracing, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LPA and that basic survey notes, sketches, charts, CADD files, related electronic files, and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request to the LPA or to the DEPARTMENT, without restriction or limitation as to their use. Any re-use of these documents without the ENGINEER involvement shall be at the LPA's sole risk and will not impose liability upon the ENGINEER. (b) That all reports, plans, estimates and special provisions furnished by the ENGINEER shall conform to the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Manual or any other applicable requirements of the DEPARTMENT, it being understood that all such furnished documents shall be approved by the LPA and the DEPARTMENT before final acceptance. During the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. AGREEMENT SUMMARY Prime Consultant (Firm) Name TIN/FEIN/SS Number Agreement Amount Stanley Consultants, Inc.42-1320758 $865,859.00 Subconsultants TIN/FEIN/SS Number Agreement Amount Interra, Inc.36-4045796 $53,145.00 Lin Engineering, Ltd 37-1274976 $50,463.00 Teska Associates 36-3051497 $110,646.00 Subconsultant Total $214,254.00 Prime Consultant Total $865,859.00 Total for all work $1,080,113.00 Page 8 of 87 BLR 05530 (Rev. 10/24/25) AGREEMENT SIGNATURES Executed by the LPA: Local Public Agency Type City Local Public Agency City of Evanston Local Public Agency Type City Clerk (SEAL) Title Executed by the ENGINEER: Prime Consultant (Firm) Name Stanley Consultants, Inc. Title By (Signature & Date) Attest: The of Attest: Name of Local Public Agency City of Evanston Title By (Signature & Date) By (Signature & Date)By (Signature & Date) For information about IDOTs collection and use of confidential information review the department’s Identity Protection Policy. Page 9 of 87 BLR 05530 (Rev. 10/24/25) Section Number 23-00298-00-BR County Cook Local Public Agency City of Evanston Prime Consultant (Firm) Name Stanley Consultants, Inc. To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before described and enumerated below EXHIBIT A SCOPE OF SERVICES FOR FEDERAL PARTICIPATION PROJECTS See Attached Scope of Services Page 10 of 87 BLR 05530 (Rev. 10/24/25) Section Number 23-00298-00-BR County Cook Local Public Agency City of Evanston Prime Consultant (Firm) Name Stanley Consultants, Inc. EXHIBIT B PROJECT SCHEDULE See Attached Schedule Page 11 of 87 BLR 05530 (Rev. 10/24/25) Section Number 23-00298-00-BR County Cook Local Public Agency City of Evanston Prime Consultant (Firm) Name Stanley Consultants, Inc. Exhibit C Qualification Based Selection (QBS) Checklist The LPA must complete Exhibit C. If the value meets or will exceed the small dollar threshold in 50 ILCS 510, QBS requirements must be followed.Under the threshold, QBS requirements do not apply. The small dollar threshold is adjusted annually and can be found in IDOT Circular Letters.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:06/27/23 Method(s) used for advertisement and dates of advertisement Demand Star (06/01/2026) 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 Qualifications and Expertise of Firm 30% Organization and Completeness 30% Experience with Multi-modal Improvements 20% Willingness to Execute COE Agreement 10% M/W/D/EBE Participation 10% 8 Do the written QBS policies and procedures discuss the method of selection? Selection committee (titles) for this project Asst City Manager, City Engineer, Sr Proj Manager, Purchasing Manager Top three consultants ranked for this project in order 1 Stanley Consultants, Inc. 2 Ciorba Group Inc. 3 Terra Engineering 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? Page 12 of 87 BLR 05530 (Rev. 10/24/25) Section Number 23-00298-00-BR County Cook Local Public Agency City of Evanston Prime Consultant (Firm) Name Stanley Consultants, Inc. 16 LPA is a home rule community (Exempt from QBS). Page 13 of 87 Exhibit A Scope of Services Lincoln Street Bridge Replacement D-91-131-24 Stanley Consultants Phase II Engineering Scope of Services Page 14 of 87 Project: Lincoln Street Bridge Replacement Phase II Limits: Lincoln Street over the North Shore Channel County: Cook Client: City of Evanston Section: 23-00298-00-BR Phase II Scope of Services Introduction Phase II (design) engineering services will be provided for the preparation of plans, specifications and cost estimates for the construction of the Lincoln Street Bridge over the North Shore Channel. The general scope will include the replacement of the Lincoln Street Bridge over the North Shore Channel. We propose the following scope of services: I.Data Collection A.Utility Atlases •J.U.L.I.E. Design Locate coordination and updating existing utility locations. (16 hrs.) B.Topographic Survey (LIN Eng.) Pick-up survey will be performed by the Sub-consultant for the project site. Pick-up survey information provided may include the following: •Points of access to properties, catch basins, inlets, fire hydrants, manholes, hand holes, traffic signals, fences, pavement, curbs and other manmade improvements •Conventional elevation surveys at intervals and at locations necessary to supplement DTM •Tree survey with location and size of trees •Elevation data •Location of roadways, driveways, paved paths, and parking lots •Identify manholes, catch basins and other surface indications of subsurface utilities. C.Environmental Studies •It is understood that Removal and Disposal of Regulated Substances will be addressed in the Contract specifications and Special Provisions. See Interra scope of work for special waste services. •Preliminary Environmental Site Assessment (PESA), Stanley Consultants will perform a PESA of the project limits to determine if a Project Site Investigation (PSI) is required. (The PESA is estimated at 80 hours.) •A PSI is not included in this scope of work. D.Field Checks •An initial field check and two additional field checks will be held with the project team, as needed, to verify existing conditions and constraints. •2 visits x 2 people x 5 hrs. = 20 hrs. Page 15 of 87 Project: Lincoln Street Bridge Replacement Phase IILimits: Lincoln Street over the North Shore Channel County: Cook Client: City of EvanstonSection: 23-00298-00-BR Phase II Scope of Services II. Contract Documents The contract documents will include: A.Plans B.Permits C.Cost Estimate D.Specifications E.Estimate of Time The contract documents will be prepared in three stages as follows • Preliminary — 60% (City only) •Prefinal — 90% (City/IDOT) •Final — 100% (IDOT only) A.Plan Preparation 1.Summary of Quantities It is anticipated that one table will be provided on one sheet with a maximum of 12 columns for the breakout of quantities and 16 pay items per sheet. The quantities will be identified by funding codes. 2. Typical Sections It is anticipated that existing and proposed typical sections will be required for the multiuse path, bridge and side street. 3.Alignment, Ties & Benchmarks One plan sheet is anticipated to layout the alignment for the project and indicate ties and benchmarks. 4.Plan and Profile Sheets It is anticipated that the plan and profile sheet will be at a 1:20 scale with the proposed improvements shown on the top and the roadway profile on the bottom. 5.Maintenance of Traffic Maintenance of Traffic plans will be developed for the staged construction of the Lincoln Street Bridge. The plans will include Typical Sections for each stage, Staging plans, MOT notes and standards. 6.Erosion and Sediment Control Plan An erosion and sediment control plan will be prepared to identify measures to protect adjacent properties and drainage structures near the project. 7.ROW and Plats (LIN Engineering) Page 16 of 87 Project: Lincoln Street Bridge Replacement Phase II Limits: Lincoln Street over the North Shore Channel County: Cook Client: City of Evanston Section: 23-00298-00-BR Phase II Scope of Services 8. Lighting Plans 9. Structural Plans 10. Architectural Plans (TESKA Associates) 11. Landscaping Plans (TESKA Associates) 12. ADA Ramp/Driveway Details 13. Cross Sections It is anticipated that cross sections will be provided at 50-foot intervals. 14. Standard Details Anticipated standard details will include Traffic Control and Protection. A summary of anticipated sheets is as follows: The detailed hourly breakdown is included in the attached Lincion St Hours Table. Description Sheets 1 Cover Sheet 1 2 Index, General Notes and Standards 2 3 Summary of Quantities 16 4 Typical Sections 2 5 Quantity Schedules 4 6 Alignment, Ties & Benchmarks 2 7 Removal Plan (1”=20’) 3 8 Plan and Profile (1”=20’) 3 9 Traffic Control Plan (1”=20’) 9 10 Erosion Control Plan (1”=20’) 8 11 Drainage Sheets (1”=20’) 1 12 Utility Sheets (1”=20’) 6 13 ROW and Plats 2 14 Pavement Marking (1”=20’) 3 15 Roadway Signing (1”=20’) 2 16 Lighting Plan (1”=50’) 19 17 Structural Plans 67 18 Architectural Plans 4 19 Landscaping Plan and Details 4 20 MWRD Tree Planting 2 21 ADA Ramp Detail 4 22 Driveway and Intersection Details 4 23 Cross sections (1”=50’) 6 24 Standard Details 12 Total 186 Total Structural Sheet hours = 2274 hrs Total Plan Sheet hours = 1358 hrs Page 17 of 87 Project: Lincoln Street Bridge Replacement Phase II Limits: Lincoln Street over the North Shore Channel County: Cook Client: City of Evanston Section: 23-00298-00-BR Phase II Scope of Services B. Permits The following permits are anticipated with this project: • A MWRD Construction Permit will be required. (16 hrs.) • As the project will disturb more than one acre, an NPDES permit is required. The preparation of the SWPPP is included in the preparation of the NPDES permit. (16 hrs.) • A joint application will be prepared for IDNR/IEPA/USACOE. (40 hrs.) • An IEPA permit will be required for the proposed watermain work. (16 hrs.) C. Cost Estimate Construction Estimate of Cost will be prepared using form BLR 11510 using current bid tabs for projects of similar size. A blank Estimate of Cost and cost breakdown of lump-sum items will be prepared. (48 hrs.) D. Specifications Specifications including Local Roads and Streets and BDE Special Provisions will be prepared. Additional special provisions provided by the City will be included. (100 hrs.) AGI 32 photometric analysis for temporary and permanent conditions (32 hrs.) E. Estimate of Time Required The Estimate of Time will be prepared using form BDE 220A. (16 hrs.) A disposition of comments will be prepared after each submittal. III. ROW Acquisition and Negotiation A. Acquisition Document Preparation This item includes Title Review, Boundary Survey, Parcel Computations, Plat of Highways and legal Descriptions. (LIN Eng.) B. Acquisition Negotiations This item includes Appraisals, Review Appraisals and Negotiations for one (1) parcel of right- of-way. (LIN/Matthewson) C. ROW Coordination meetings It is anticipated that there will be three (3) virtual meetings throughout the duration of ROW Acquisition process. 3 mtg x 2 people x 4 hrs. = 24 hrs. Page 18 of 87 Project: Lincoln Street Bridge Replacement Phase II Limits: Lincoln Street over the North Shore Channel County: Cook Client: City of Evanston Section: 23-00298-00-BR Phase II Scope of Services IV. Meetings and Coordination 1. Kick-off Meetings IDOT Kick-off (In Person), 1 meeting x 3 people x 5 hours = 15 hrs Internal Kick-off (Virtual), 1 meeting x 7 people x 2 hours = 14 hrs IDOT Status Meeting (In Person), 2 meetings x 3 people x 4 hours = 24 hrs 2. Progress Meetings It is anticipated that there will be eighteen (18) meetings throughout the duration of preparation of contract documents. The meetings are included to discuss plan progress, design elements, and coordination with various City departments. The time to complete minutes is included in the time per meeting. 18 Meetings x 2 (Virtual) x 1 hr = 36 hrs 18 Meetings x 1 PM (In person) x 4 hrs = 72 hrs 3. Utility Coordination Coordination is anticipated for two (2) in person meetings with MWRD. 2 meetings x 3 people x 5 hours = 30 hrs Coordination is anticipated for two (2) virtual meetings with Northwestern. 2 meetings x 3 people x 1 hours = 6 hrs Coordination is anticipated with City of Evanston Water and Sewer Departments in- person meetings at 60% and 90% submittals. 2 meetings x 3 people x 4 hours = 24 hrs 4. Coordination with Subconsultants (Virtual) The CONSULTANT will coordinate with subconsultants during the duration of the project. Eighteen (18) monthly coordination meeting are included to discuss the project with Interra Inc., TESKA Inc., and LIN Engineering. 18 meetings x 2 people x 1 hrs = 36 hrs 5. Technical Advisory Group (TAG) Coordination (In-person) It is anticipated that there will be two (2) TAG meetings during the preparation of contract documents. Two review meetings are included to discuss plan comments at the 60% and 90% submittals. 2 meetings x 3 people x 6 hrs = 36 hrs 6. IDOT Detour Committee Meeting (Virtual) 1 meeting x 2 people x 4 hrs. = 8 hrs. Page 19 of 87 Project: Lincoln Street Bridge Replacement Phase II Limits: Lincoln Street over the North Shore Channel County: Cook Client: City of Evanston Section: 23-00298-00-BR Phase II Scope of Services Page 6 of 5 V. Project Management & QA/QC The task will include managing the project budget and schedule and preparing invoices. The CONSULTANT will submit an invoice once a month. Project Startup = 20 hrs. Project Management = 3 hrs. x 18 months = 54 hrs. Administration = 1 hr. x 18 months = 18 hrs. Project Closeout = 20 hrs. Reimbursement Forms = 16 hrs. QA/QC = 3% of contract = 130 hrs. Sub Consultant QA/QC = 40 hrs. Page 23 of 90 Page 20 of 87 Lincoln Street Bridge In-house Direct Costs I.Data Collection a.Mileage 4 trips x 28 miles @ $0.70/mile $ 79 b.Printing None II.Contract Documents a.Mileage None b.Printing Plans: 3 x 115 (11 x 17 B&W) x $0.25/sheet $ 87 Specs: 3 x 217 (8.5 x 11 B&W) x $0.10/sheet $ 66 Estimates: 3 x 10 (8.5 x 11 B*W) x $0.10/sheet $ 3 Permits: 1 x 30 (8.5 x 11 B&W) x $0.10/sheet $ 3 III. ROW Acquisition and Negotiation a.Mileage None b.Printing None IV.Meetings and Coordination a.Mileage 45 trips x 28 miles @ $0.70/mile $ 882 b.Printing None V.Project Management a.Mileage None b.Printing None Total: $1,120.00 Su b -To t a l Page 21 of 87 Lincoln Street Bridge Replacement D-91-131-24 Stanley Consultants Phase II Engineering Sheet Count & Hours Page 22 of 87 Sheets Hours/sht Total Comment 1 1 12 12 1 sheet is standard 2 2 16 32 MWRD Gen Notes is 1 sheet of notes + normal Gen Notes 3 16 8 128 per IDOT 16 PI's per sheet, similar project so similar pay items are expected 4 2 16 32 Asbury will need a typical section sheet, central didn’t have side road improvements 5 4 16 64 6 2 24 48 1 plan sheet, 1 sheet for ties, alignment tables, benchmark. Project limits are largerr and will probably require 2 sheets 7 3 24 72 This project had more north/south and east/west improvements that have removals which require 2 sheets 8 3 40 120 Lincoln has more north/south and east/west improvements requiring additional sheets 9 2 16 32 1 16 16 2 24 48 2 16 32 2 16 32 10 1 16 16 2 16 32 2 16 32 3 4 12 11 1 4 4 LIN Eng. 4 Hrs a sheet for incorporation 12 1 40 40 2 40 80 2 20 40 1 4 4 Interra Inc., Reduced from 20 to 4 for incoprotation of specs/drawings into plans 13 2 4 8 LIN Eng. 4 Hrs a sheet for incorporation 14 3 16 48 Lincoln has more north/south and east/west improvements requiring additional sheets1521632Lincoln has more north/south and east/west improvements requiring additional sheets16 1 16 16 2 8 16 2 16 32 2 12 24 2 16 32 2 12 24 6 4 24 2 8 16 17 67 2274 see Structural Hours Table 18 4 4 16 TESKA 4 Hrs a sheet for incorporation 19 4 4 16 TESKA 4 Hrs a sheet for incorporation 20 2 4 8 TESKA 4 Hrs a sheet for incorporation 21 4 8 32 2 corners per sheet 22 4 8 32 With wideneing we need to make sure the residential drivewways are constructable, 1 intersection 23 6 8 48 Assume 2 cross sections per sheet 24 12 0.5 6 Total 186 3632 Roadway Sheets and Hours 2 stage construction, pre and stage 3 should not be required but we will need detour signing sheets for both detours This will require at least 3 sheets for 1 stage There are 2 potential lighting systems that can be tied into. This could be condensed into 1 potentially. This will still require 2 sheets per plan type with the length of the project. Cross Sections (every 50') Stage 2 Driveway and Intersection Details Lighting Details Controller Detail Structural Plans Architectural Plans and Details Landscaping Plans and Details ADA Ramp Detail MWRD Tree Planting Force Main Pavement Marking (1"=20') Standard Details Watermain Traffic Control Plan (1"=20') Stage 2 Erosion Control Plan (1"=20') Notes Stage 1 Staging Notes & Typical Sections Detour Notes Detour Routes & Signing Stage 1 Details Drainage Sheets (1"=20') Utility Sheets (1"=20') Description Cover Sheet General Notes Summary of Quantities Typical Sections Quantity Schedules Removal Plan (1"=20') Roadway Signing (1"=20') Temporary Lighting System Schematic Permanent Lighting System Schematic Permanent Lighting Plan Temporary Roadway Lighting Plan Bill of Materials Lighting Plan (1"=50’) Existing Lighting Plans Watermain Details ROW and Plats Transmission Main Protection Alignment, Ties & Benchmarks Plan & Profile (1"=20') Page 23 of 87 SubTotal / sheet 1 General Plan & Elevation 1 16 24 4 44 44 Phase II effort includes refining geometry, updating elevations and annotations to match final design, incorporating utility and survey updates, and performing final QA/QC. 2 Index, General Notes, & Total Bill of Material 1 48 24 8 80 80 Includes general notes, bill of materials, and slope wall details. 3 Stage Construction 1 24 24 8 56 56 Includes stage construction and removal limits for both superstructure & substructure 4 Temporary Concrete Barrier for Stage Construction 1 4 6 2 12 12 Detailing of temporary concrete barrier 5 Substructure Layout 1 24 24 4 52 52 Includes plan preparation showing the layout and stationing of substructure units (abutments and piers), their proposed foundations, dimensions, offsets, and alignment references. Also includes existing topo and utility information relevant to the substructure. 6 Pile Driving Record 1 12 8 4 24 24 Includes tables with the information of the Pile driving record intended for the contractor 7 Temporary Soil Retention System 1 16 20 4 40 40 Includes performing prelim analysis and detailing of the temporary shoring limits which includes the shoring between the staged construction and the cofferdams for the piers 8 Existing Structures Removal 1 8 24 4 36 36 Requires determination and detailing of limits of removal between the construction stages 9 Top of Deck Slab Elevations Layout 1 48 32 12 92 92 10 Top of Deck Slab Elevations I 1 8 8 4 20 20 11 Top of Deck Slab Elevations II 1 8 8 4 20 20 12 Top of Deck Slab Elevations III 1 8 8 4 20 20 13 Top of Deck Slab Elevations IV 1 8 8 4 20 20 14 Top of West Approach Slab Elevation 1 20 16 6 42 42 15 Top of East Approach Slab Elevation 1 20 16 6 42 42 16 Deck Plan I 1 40 24 12 76 76 17 Deck Plan II 1 40 24 12 76 76 18 Deck Details I - Cross Section 1 16 12 4 32 32 Provide detail of the deck cross section with reinforcements. 19 Deck Details II - Overhang Details 1 60 24 16 100 100 This includes both the detailing and design of the overhang reinforcement. The primary challenge lies in the analysis and design of the extended overhang, as it exceeds 4 ft in width and will require advanced analysis methods due to its uncommon configuration. 20 Deck Details III - Annisquam Barrier 1 12 16 4 32 32 Plan and detail of the Annisquam Barrier with the railing. Would require special type of detail as it's not a typical barrier by IDOT 21 Deck Details IV 1 16 32 8 56 56 Deck Bill of Material & Miscellaneous: utility anchor detail connection, Architectural Railing connection detail, etc. 22 Diaphragm Details 1 20 16 4 40 40 Provide full reinforcement details of the West & East Abut Diaphragm Details 23 West Approach Slab Plan 1 24 16 4 44 44 Includes design and detailing of slab reinforcement for west approach 24 East Approach Slab Plan 1 24 16 4 44 44 Includes design and detailing of slab reinforcement for west approach 25 Approach Slab Details 1 16 16 4 36 36 Includes Typical Section thru Approach Slab, bar bend diagrams and Bill of Material table 26 Annisquam Railing 1 24 16 6 46 46 Includes design and detailing of Railing attachment over the Annisquam Barrier 27 Architectural Railing - Details I 1 16 4 20 20 28 Architectural Railing - Details II 1 16 4 20 20 29 Preformed Joint Strip Seal 1 8 8 2 18 18 Includes design and detailing of the strip seal expansion joint 30 Framing Plan 1 80 40 16 136 136 31 Structural Steel Details I 1 52 24 8 84 84 32 Structural Steel Details II 1 52 24 8 84 84 33 Moment and Reaction Table 1 52 32 16 100 100 34 West Abutment Plan & Elevation 1 40 24 12 76 76 35 West Abutment Wing Wall Details 1 24 16 6 46 46 36 East Abutment Plan & Elevation 1 40 24 12 76 76 37 East Abutment Wing Wall Details 1 24 16 6 46 46 38 Pier 1 Plan & Details 1 40 32 16 88 88 39 Pier 2 Plan & Details 1 40 32 16 88 88 40 Pier Details 1 16 24 4 44 44 41 Pier Architectural Details 1 24 4 28 28 Architectural treatment of piers. Coordination with Architect 42 HP Pile Details 1 48 16 12 76 76 This include the design and QAQC of the HP Piles including accounting for the precoring near the existing water main 43 Bar Splicer Assembly and Mechanical Splicer Details 1 8 12 2 22 22 Includes providing detailed information on the bar splicers and mechanical splicers included in the plans, both in the superstructure and substructure units. 44 to 47 Boring Logs 4 4 1 5 20 Includes summarizing the boring logs in the plans Existing Plans 20 1 1 20 Includes the plans of the existing bridge Total 67 1088 847 305 2240 2274 Includes design and detailing the structural elements of the the architectural railing Includes full 3D analysis and design of the steel plate girder framing system. Additional design checks will be performed to evaluate torsional effects of the exterior girders due to the extended overhang. Scope also includes preparation of detailed framing plans, precamber tables, splice details, girder parabolic profile (additional effort), diaphragm and cross frame details, and fixed bearing details. Includes preparing the bridge deck plan layout with screed elevation lines and providing summary tables of screed elevations, including top-of-deck elevations at girder lines, PGLs, stage construction lines, and any inclined or curved features on the bridge. Includes providing plan layout and screed elevation details for the approach slabs Includes analysis, design, and full plan preparation of the deck reinforcement layout Includes full analysis and design of the integral abutments. Special consideration will be given to the abutment piles located near the existing 36" underground watermain. Scope also includes preparation of abutment plan and elevation views with reinforcement details, bar bend diagrams, and bill of materials. Includes full analysis and design of the piers. Special consideration will be given to Pier 1 due to the proximity of pier foundations to the existing 36" underground watermain. Scope also includes preparation of pier plan and elevation views with reinforcement details, cofferdam and seal coat requirements, bar bend diagrams, STRUCTURAL PLANS INDEX OF SHEETS DescriptionSheet # PLAN PRODUCTION AND DESIGN EFFORT BREAKDOWN PER SHEET TotalDwgsDesignCadd Detailing QAQC Comments Page 24 of 87 EXHIBIT - B Project Schedule Lincoln Street Bridge Replacement D-91-131-24 Stanley Consultants Phase II Engineering CECS BLR 05514 Page 25 of 87 Exhibit B: Lincoln Street Phase II Anticipated Schedule Start date:5/1/2026 Pre-Final Submitta2/5/2027 Final Submittal:4/19/2027 ROW Certification6/16/2027 Letting:7/30/2027 2026 2027 Watermain Plan Sheets Specs and Estimates Project Administration QA/QC ROW Coordination Meetings and Coordination Task Description Civil Plan Sheets Structural Plan Sheets Data Collection and Evaluation Permits Page 26 of 87 EXHIBIT - D CECS BLR 05514 Lincoln Street Bridge Replacement D-91-131-24 Stanley Consultants Phase II Engineering CECS BLR 05514 Page 27 of 87 Local Public Agency County Section Number Prime Consultant (Firm) Name Prepared By Date Consultant / Subconsultant Name Job Number Remarks CONTRACT TERM 18 MONTHS OVERHEAD RATE 187.42% START DATE 5/1/2026 COMPLEXITY FACTOR RAISE DATE 4/1/2027 % OF RAISE 3.00% END DATE 10/31/2027 Year First Date Last Date Months % of Contract 0 5/1/2026 4/1/2027 11 61.11% 1 4/2/2027 11/1/2027 7 40.06% 1.17% ESCALATION PER YEAR PAYROLL ESCALATION TABLE EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE City of Evanston Cook 23-00298-00BR Stanley Consultants, Inc.Paul Schneider 1/29/2026 D-91-131-24 Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. The total escalation =BLR 05514 (Rev. 1/24/26) ESCALATION Page 28 of 87 Local Public Agency County Section Number City of Evanston 23-00298-00BR Consultant / Subconsultant Name Job Number D-91-131-24 MAXIMUM PAYROLL RATE 90.00 ESCALATION FACTOR 1.17% IDOT AVG CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Regional Manager $90.00 $90.00 Client Services Manager $90.00 $90.00 Department Manager $86.94 $87.95 Principal Engineer $87.37 $88.39 Senior Engineer $61.36 $62.08 Senior Environmental Planner $70.67 $71.49 Senior Environmental Scientist $58.00 $58.68 Senior Transportation Planner $60.10 $60.80 Engineer $55.71 $56.36 Engineer-in-Training II $43.72 $44.23 Engineer-in-Training I $36.60 $37.03 Senior Resident Project Rep $71.71 $72.55 Resident Project Rep $65.46 $66.22 ECM Consultant $69.57 $70.38 Specialist II $43.27 $43.77 Senior Designer $57.45 $58.12 GIS Coordinator $55.43 $56.08 Senior Technician $46.00 $46.54 Senior Administrative Assistant $34.28 $34.68 Engineering Student Intern 4 $26.00 $26.30 Engineering Student Intern 3 $25.00 $25.29 Engineering Student Intern 2 $22.00 $22.26 Engineering Student Intern 1 $21.00 $21.25 JOB SPECIFIC - Classifications and Average Payrates need to match current payrolls submitted to the Department. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE PAYROLL RATES Cook BLR 05514 (Rev. 1/24/26) RATES Page 29 of 87 Local Public Agency County Section Number City of Evanston Cook 23-00298-00BR Consultant / Subconsultant Name Job Number D-91-131-24 NAME Direct Labor Total Contribution to Prime Consultant (Payroll Only) Lin Engineering 14,430.00 1,443.00 Teska Associates 18,076.00 1,807.60 Interra, Ltd 8,159.00 815.90 Total 40,665.00 4,066.50 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET BLR 05514 (Rev. 1/24/26) SUBS Page 30 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number QUANTITY CONTRACT RATE TOTAL $0.00 $0.00 $0.00 $0.00 1372 $0.70 $960.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $159.00 $159.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,119.40 Lab Services Actual Cost (Provide breakdown of each cost) Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) TOTAL DIRECT COSTS: Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) Testing of Soil Samples Actual Cost Courthouse Fees Actual Cost Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval) Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) Recording Fees Actual Cost Transcriptions (specific to project)Actual Cost Web Site Actual Cost (Submit supporting documentation) Advertisements Actual Cost (Submit supporting documentation) Public Meeting Facility Rental Actual Cost (Submit supporting documentation) 2-Way Radio (Survey or Phase III Only)Actual Cost Telephone Usage (Traffic System Monitoring Only)Actual Cost CADD Actual Cost (Max $15/hour) Project Specific Insurance Actual Cost Monuments (Permanent)Actual Cost Photo Processing Actual Cost Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (In-house)Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (Outside)Actual Cost (Submit supporting documentation) Parking Actual Cost Overtime Premium portion (Submit supporting documentation) Shift Differential Actual Cost (Based on firm's policy) Vehicle Owned or Leased (no mileage charge allowed)$45.00/half day (4 hours or less) or $90/full day Vehicle Rental Actual Cost (Up to $55/day) Tolls Actual Cost Lodging Taxes and Fees (per Federal GSA)Actual Cost Air Fare Coach rate, actual cost, requires minimum two weeks' notice, with prior IDOT approval Vehicle Mileage (per Federal GSA)Up to Federal rate maximum Lodging (per Federal GSA) Actual Cost (Up to Federal rate maximum) DIRECT COSTS WORKSHEET City of Evanston Cook 23-00298-00BR D-91-131-24 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 Per Diem (per Federal GSA)Up to federal maximum BLR 05514 (Rev. 1/24/26) DIRECT COSTS Page 31 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number OVERHEAD RATE 187.42%0 TASK DIRECT COSTS (not included in row totals)MANHOURS PAYROLL OVERHEAD & FRINGE BENEFITS FIXED FEE SERVICES BY OTHERS TOTAL % OF GRAND TOTAL Data Collection 78 80 5,207 9,759 1,718 16,762 1.55% Civil Plan Sheets 159 1194 65,232 122,257 21,526 209,174 19.37% Structural Plan Sheets 2274 127,222 238,440 41,983 407,645 37.74% Watermain Plan Sheets 164 8,733 16,367 2,882 27,982 2.59% Permits 88 5,671 10,629 1,871 18,171 1.68% Specs and Estimates 196 11,591 21,724 3,825 37,140 3.44% ROW Coordination 24 1,800 3,374 594 5,768 0.53% Meetings and Coordination 882 301 22,567 42,294 7,447 73,190 6.78% Project Admin 128 10,534 19,742 3,476 33,752 3.12% QA/QC 134 10,052 18,839 3,317 32,208 2.98% Lin Engineering - - - 50,463 50,463 4.67% Teska Associates - - - 110,646 110,646 10.24% Intera Ltd - - - 53,145 53,145 4.92% - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Subconsultant DL 4,066.50 4,067 0.38% TOTALS 1,119 4583 268,609 503,425 92,706 214,254 1,080,113 100.00% Direct Costs total must equal total on Direct Costs tab COMPLEXITY FACTOR City of Evanston Cook 23-00298-00BR EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET COST ESTIMATE WORKSHEET D-91-131-24 BLR 05514 (Rev. 1/24/26) COST EST Page 32 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number AVERAGE HOURLY PROJECT RATES SHEET 1 OF 2 PAYROLL AVG TOTAL PROJ. RATES HOURLY Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd CLASSIFICATION RATES Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Regional Manager 90.00 0.0 Client Services Manager 90.00 0.0 Department Manager 87.95 709.0 15.47%13.61 80 6.70%5.89 260 11.43%10.06 8 4.88%4.29 16 18.18%15.99 Principal Engineer 88.39 0.0 Senior Engineer 62.08 922.0 20.12%12.49 500 41.88%25.99 32 19.51%12.11 36 40.91%25.39 nSenior Environmental Plan 71.49 40.0 0.87%0.62 40 50.00%35.75 nSenior Environmental Scie 58.68 40.0 0.87%0.51 40 50.00%29.34 Senior Transportation Plan 60.80 0.0 Engineer 56.36 820.0 17.89%10.08 696 30.61%17.25 46 28.05%15.81 36 40.91%23.06 Engineer-in-Training II 44.23 734.0 16.02%7.08 614 51.42%22.74 78 47.56%21.04 Engineer-in-Training I 37.03 544.0 11.87%4.40 544 23.92%8.86 Senior Resident Project Re 72.55 0.0 Resident Project Rep 66.22 0.0 ECM Consultant 70.38 0.0 Specialist II 43.77 0.0 Senior Designer 58.12 774.0 16.89%9.82 774 34.04%19.78 GIS Coordinator 56.08 0.0 Senior Technician 46.54 0.0 Senior Administrative Assis 34.68 0.0 Engineering Student Intern 26.30 0.0 Engineering Student Intern 25.29 0.0 Engineering Student Intern 22.26 0.0 Engineering Student Intern 21.25 0.0 0.0 0.0 0.0 0.0 TOTALS 4583.0 100%$58.61 80.0 100.00%$65.09 1194.0 100%$54.63 2274.0 100%$55.95 164.0 100%$53.25 88.0 100%$64.44 EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET 23-00298-00BRCookCity of Evanston Data Collection Civil Plan Sheets Structural Plan Sheets Watermain Plan Sheets Permits D-91-131-24 BLR 05514 (Rev. 1/24/26) AVG 1 Pa g e 3 6 o f 9 0 Page 33 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number AVERAGE HOURLY PROJECT RATES SHEET 2 OF 2 PAYROLL AVG HOURLY Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd CLASSIFICATION RATES Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Regional Manager 90.00 Client Services Manager 90.00 Department Manager 87.95 16 8.16%7.18 12 50.00%43.98 150 49.83%43.83 100 78.13%68.71 67 50.00%43.98 Principal Engineer 88.39 Senior Engineer 62.08 96 48.98%30.40 12 50.00%31.04 151 50.17%31.14 28 21.88%13.58 67 50.00%31.04 Senior Environmental Planne 71.49 Senior Environmental Scientis 58.68 Senior Transportation Planne 60.80 Engineer 56.36 42 21.43%12.08 Engineer-in-Training II 44.23 42 21.43%9.48 Engineer-in-Training I 37.03 Senior Resident Project Rep 72.55 Resident Project Rep 66.22 ECM Consultant 70.38 Specialist II 43.77 Senior Designer 58.12 GIS Coordinator 56.08 Senior Technician 46.54 nSenior Administrative Assista 34.68 Engineering Student Intern 4 26.30 Engineering Student Intern 3 25.29 Engineering Student Intern 2 22.26 Engineering Student Intern 1 21.25 TOTALS 196.0 100%$59.14 24.0 100%$75.02 301.0 100%$74.97 128.0 100%$82.29 134.0 100%$75.02 0.0 0%$0.00 EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET Cook 23-00298-00BRCity of Evanston Lin EngineeringSpecs and Estimates ROW Coordination Meetings and Coordination Project Admin QA/QC D-91-131-24 BLR 05514 (Rev. 1/24/26) AVG 2 Pa g e 3 7 o f 9 0 Page 34 of 87 02-02-2026 Lincoln Street Bridge Replacement D-91-131-24 Stanley Consultants Phase II Engineering Lin Engineering Page 35 of 87 [Type text] 3261 South Meadowbrook Road 576 Oakmont Lane Springfield, Illinois 62711 Westmont, Illinois 60559 Telephone: (217) 679-2928 Telephone: (630) 323-5168 Fax: (217) 679-2736 Fax: (630) 323-5174 E-mail: info@lineng.com E-mail: info@lineng.com March 31, 2025 Phase II Design Survey Support Lincoln Street Bridge Replacement Evanston, Illinois SURVEY SCOPE Provide survey support for the Phase 2 design to replace the structure carrying Lincoln Street over the North Shore Canal in Evanston, Illinois. Anticipated survey tasks to be supplemental pick up surveys as determined by the designer and preparing final right of way documents. Final right of way documents to consist of 1 Permanent Easement Plat & Description developed as part of the Phase I revisions & final coordination. Pick Up Surveys Field Work 2 days x 2 people x 8 hrs/day 32 MH Office Processing / Update Drawing 8 MH Prepare Final Plats & Legal Descriptions 12 MH Coordination 4 MH Hydraulics Scope Preparation of Phase II PSE drainage plans for the Lincoln Street Bridge Replacement project. Drainage Plan Sheets 2 sheets x 30 MH = 60 MH Pipe and Drainage Structure Schedules 1 sheet x 12 MH = 12 MH Quantity Computations 16 MH Special Provisions 16 MH Final Plan Revisions 16 MH Coordination Meetings (In-Person) 3 meetings x 4 MH 12 MH QA/QC 8 MH Administration 10 MH Total = 206 MH DETAILED BREAKDOWN OF DIRECT COSTS Mileage 5 days x 100 miles/day x $0.725/mile = $362.50 Cadd Hours 92 hrs. x $15/hour = $1,380 Land Acquisition Services $12,000 Total = $13,742.50 Page 36 of 87 Local Public Agency County Section Number Prime Consultant (Firm) Name Prepared By Date Consultant / Subconsultant Name Job Number Remarks CONTRACT TERM 12 MONTHS OVERHEAD RATE 121.47% START DATE 5/1/2026 COMPLEXITY FACTOR 0 RAISE DATE 1/1/2027 % OF RAISE 3.00% END DATE 4/30/2027 Year First Date Last Date Months % of Contract 0 5/1/2026 1/1/2027 8 66.67% 1 1/2/2027 5/1/2027 4 34.33% The total escalation =1.00% ESCALATION PER YEAR PAYROLL ESCALATION TABLE EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE City of Evanston Cook 23-00298-00-BR Stanley Consultants, Inc.Lin Engineering, Ltd.1/29/2026 Lin Engineering, Ltd.P-91-017-24 Lincoln Street Bridge Replacement, Phase II Engineering (S.N. 016-6952) Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. BLR 05514 (Rev. 1/24/26) ESCALATIONPage 37 of 87 Local Public Agency County Section Number City of Evanston 23-00298-00-BR Consultant / Subconsultant Name Job Number P-91-017-24 MAXIMUM PAYROLL RATE 90.00 ESCALATION FACTOR 1.00% IDOT AVG CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal $90.00 $90.00 Project Manager $90.00 $90.00 PLS $65.67 $66.33 Senior Engineer $80.50 $81.31 Civil Engineer $57.50 $58.08 Senior Technician $53.50 $54.04 JOB SPECIFIC - Classifications and Average Payrates need to match current payrolls submitted to the Department. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE PAYROLL RATES Cook Lin Engineering, Ltd. BLR 05514 (Rev. 1/24/26) RATES Page 38 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number QUANTITY CONTRACT RATE TOTAL $0.00 $0.00 $0.00 $0.00 500 $0.73 $362.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 92 $15.00 $1,380.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $12,000.00 $12,000.00 $0.00 $0.00 $13,742.50 Lab Services Actual Cost (Provide breakdown of each cost) Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) TOTAL DIRECT COSTS: Land Acquisition Services Actual Cost Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) Testing of Soil Samples Actual Cost Courthouse Fees Actual Cost Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval) Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) Recording Fees Actual Cost Transcriptions (specific to project)Actual Cost Web Site Actual Cost (Submit supporting documentation) Advertisements Actual Cost (Submit supporting documentation) Public Meeting Facility Rental Actual Cost (Submit supporting documentation) 2-Way Radio (Survey or Phase III Only)Actual Cost Telephone Usage (Traffic System Monitoring Only)Actual Cost CADD Actual Cost (Max $15/hour) Project Specific Insurance Actual Cost Monuments (Permanent)Actual Cost Photo Processing Actual Cost Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (In-house)Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (Outside)Actual Cost (Submit supporting documentation) Parking Actual Cost Overtime Premium portion (Submit supporting documentation) Shift Differential Actual Cost (Based on firm's policy) Vehicle Owned or Leased (no mileage charge allowed)$45.00/half day (4 hours or less) or $90/full day Vehicle Rental Actual Cost (Up to $55/day) Tolls Actual Cost Lodging Taxes and Fees (per Federal GSA)Actual Cost Air Fare Coach rate, actual cost, requires minimum two weeks' notice, with prior IDOT approval Vehicle Mileage (per Federal GSA)Up to Federal rate maximum Lodging (per Federal GSA) Actual Cost (Up to Federal rate maximum) DIRECT COSTS WORKSHEET City of Evanston Cook 23-00298-00-BR Lin Engineering, Ltd.P-91-017-24 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 Per Diem (per Federal GSA)Up to federal maximum BLR 05514 (Rev. 1/24/26) DIRECT COSTSPage 39 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number OVERHEAD RATE 121.47%0 TASK DIRECT COSTS (not included in row totals)MANHOURS PAYROLL OVERHEAD & FRINGE BENEFITS FIXED FEE SERVICES BY OTHERS TOTAL % OF GRAND TOTAL Surveys 13,743 56 3,518 4,273 1,161 22,695 44.97% Hydraulics 132 9,292 11,287 3,066 23,645 46.86% QA/QC 8 720 875 238 1,833 3.63% Administration 10 900 1,093 297 2,290 4.54% - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Subconsultant DL 0.00 TOTALS 13,743 206 14,430 17,528 4,762 - 50,463 100.00% COMPLEXITY FACTOR City of Evanston Cook 23-00298-00-BR EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET COST ESTIMATE WORKSHEET Lin Engineering, Ltd.P-91-017-24 Direct Costs total must equal total on Direct Costs tab BLR 05514 (Rev. 1/24/26) COST EST Pa g e 4 3 o f 9 0 Page 40 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number AVERAGE HOURLY PROJECT RATES SHEET 1 OF 1 PAYROLL AVG TOTAL PROJ. RATES HOURLY Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd CLASSIFICATION RATES Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Principal 90.00 10.0 4.85%4.37 10 100.00%90.00 Project Manager 90.00 8.0 3.88%3.50 8 100.00%90.00 PLS 66.33 40.0 19.42%12.88 40 71.43%47.38 Senior Engineer 81.31 70.0 33.98%27.63 70 53.03%43.12 Civil Engineer 58.08 62.0 30.10%17.48 62 46.97%27.28 Senior Technician 54.04 16.0 7.77%4.20 16 28.57%15.44 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 TOTALS 206.0 100%$70.05 56.0 100.00%$62.81 132.0 100%$70.39 8.0 100%$90.00 10.0 100%$90.00 0.0 0%$0.00 EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET 23-00298-00-BRCookCity of Evanston Surveys Hydraulics QA/QC Administration Lin Engineering, Ltd.P-91-017-24 BLR 05514 (Rev. 1/24/26) AVG 1 Pa g e 4 4 o f 9 0 Page 41 of 87 Page 42 of 87 Page 43 of 87 Page 44 of 87 Page 45 of 87 Page 46 of 87 Page 47 of 87 Page 48 of 87 Page 49 of 87 Page 50 of 87 Page 51 of 87 Page 52 of 87 Page 53 of 87 Page 54 of 87 02-02-2026 Lincoln Street Bridge Replacement D-91-131-24 Stanley Consultants Phase II Engineering Interra Services Page 55 of 87 600 Territorial Drive, Suite G Bolingbrook, IL 60440 p: 630-754-8700 f: 630-754-8705 www.interraservices.com 1/29/2026 Mr. Paul Schneider, PE Stanley Consultants 8501 West Higgins Road, Suite 730 Chicago, IL 60631 Phase II Engineering Services Lincoln Street Bridge Replacement Project (SN 016-6952) Evanston, Illinois Dear Mr. Schneider: Interra, Inc. (INTERRA) is pleased to submit this proposal for geotechnical engineering services, environmental services and the development of specifications for vibration monitoring for PCC pipeline protection for the Lincoln Street bridge replacement project in Evanston, Illinois. GEOTECHNICAL ENGINEERING SERVICES Our scope of work includes review of engineering plans and geotechnical consulting upon request. ENVIRONMENTAL SERVICES Scope of work includes performing review of historical documents to identify potentially impacted properties (PIPs), determining contaminants of concern and performing soil sampling for analytical testing. The analytical results will be compared to the Clean Construction & Demolition Debris (CCDD) Maximum Allowable Concentration (MAC) values, and Illinois Environmental Protection Agency’s (IEPA) Tiered Approach to Corrective Action Objectives (TACO) Tier 1 Soil Remediation Objectives (SROs). Recommendations on Soil Management and disposal will be included. CCDD certification (LPC 663) will be provided for site soils that qualify. Page 56 of 87 600 Territorial Drive, Suite G Bolingbrook, IL 60440 p: 630-754-8700 f: 630-754-8705 www.interraservices.com VIBRATION MONITORING SPECIFICATIONS Our scope of work includes review of available plans and construction documents, consultation with subject matter expert and development of alternatives and criteria for the PCC pipeline protection during construction of the Lincoln Street bridge. Vibration monitoring will be performed during pile driving operations in Phase III. COST ESTIMATE The cost estimate to provide the above-described scope is provided in the attached CECS. The total cost is estimated to be $52,991.00 Please note that vibration monitoring will be performed in Phase III (Construction Phase) and this estimate does not include the cost of vibration monitoring. A separate cost estimate will be provided for Phase III work. INTERRA very much appreciates the opportunity to submit this proposal. Should you at any time require any additional information or clarifications, please do not hesitate to contact us. Very truly yours, Interra, Inc. Ashok Guntaka, EI Sanjeev Bandi, Ph.D., PE Project Manager Principal Engineer Page 57 of 87 Local Public Agency County Section Number Prime Consultant (Firm) Name Prepared By Date Consultant / Subconsultant Name Job Number Remarks CONTRACT TERM 18 MONTHS OVERHEAD RATE 128.30% START DATE 5/1/2026 COMPLEXITY FACTOR 0.035 RAISE DATE 1/1/2027 % OF RAISE 3.00% END DATE 10/31/2027 Year First Date Last Date Months % of Contract 0 5/1/2026 1/1/2027 8 44.44% 1 1/2/2027 11/1/2027 10 57.22% The total escalation =1.67% ESCALATION PER YEAR PAYROLL ESCALATION TABLE EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE City of Evanston Cook 23-00298-00-BR Stanley Consultants Inc.Ashok Guntaka 1/29/2026 INTERRA, Inc.P-91-017-24 Lincoln St Bridge Replacement Phase II Study (SN 016-6952) Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. BLR 05514 (Rev. 1/24/26) ESCALATIONPage 58 of 87 Local Public Agency County Section Number City of Evanston 23-00298-00-BR Consultant / Subconsultant Name Job Number P-91-017-24 MAXIMUM PAYROLL RATE 90.00 ESCALATION FACTOR 1.67% IDOT AVG CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Sr. Administrative Assistant $36.00 $36.60 Staff Engineer $34.88 $35.46 Project Engineer $45.67 $46.43 Senior Project Manager $82.50 $83.88 Principal Engineer $90.00 $90.00 JOB SPECIFIC - Classifications and Average Payrates need to match current payrolls submitted to the Department. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE PAYROLL RATES Cook INTERRA, Inc. BLR 05514 (Rev. 1/24/26) RATES Page 59 of 87 Local Public Agency County Section Number City of Evanston Cook 23-00298-00-BR Consultant / Subconsultant Name Job Number P-91-017-24 NAME Direct Labor Total Contribution to Prime Consultant (Payroll Only) Total 0.00 0.00 INTERRA, Inc. NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET BLR 05514 (Rev. 1/24/26) SUBS Page 60 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number QUANTITY CONTRACT RATE TOTAL $0.00 $0.00 $0.00 $0.00 $0.00 8 $90.00 $720.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $3,000.00 $3,000.00 $0.00 $0.00 6 $1,000.00 $6,000.00 $0.00 $0.00 1 $350.00 $350.00 1 $5,785.00 $5,785.00 1 $15,870.00 $15,870.00 $31,725.00 Lab Services Actual Cost (Provide breakdown of each cost) Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) TOTAL DIRECT COSTS: Environmental Historical Documents Actual Cost Soil Drilling for Analytical Samples Actual Cost Vibration Monitoring Actual Cost Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) Testing of Soil Samples Actual Cost Courthouse Fees Actual Cost Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval) Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) Recording Fees Actual Cost Transcriptions (specific to project)Actual Cost Web Site Actual Cost (Submit supporting documentation) Advertisements Actual Cost (Submit supporting documentation) Public Meeting Facility Rental Actual Cost (Submit supporting documentation) 2-Way Radio (Survey or Phase III Only)Actual Cost Telephone Usage (Traffic System Monitoring Only)Actual Cost CADD Actual Cost (Max $15/hour) Project Specific Insurance Actual Cost Monuments (Permanent)Actual Cost Photo Processing Actual Cost Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (In-house)Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (Outside)Actual Cost (Submit supporting documentation) Parking Actual Cost Overtime Premium portion (Submit supporting documentation) Shift Differential Actual Cost (Based on firm's policy) Vehicle Owned or Leased (no mileage charge allowed)$45.00/half day (4 hours or less) or $90/full day Vehicle Rental Actual Cost (Up to $55/day) Tolls Actual Cost Lodging Taxes and Fees (per Federal GSA)Actual Cost Air Fare Coach rate, actual cost, requires minimum two weeks' notice, with prior IDOT approval Vehicle Mileage (per Federal GSA)Up to Federal rate maximum Lodging (per Federal GSA) Actual Cost (Up to Federal rate maximum) DIRECT COSTS WORKSHEET City of Evanston Cook 23-00298-00-BR INTERRA, Inc.P-91-017-24 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 Per Diem (per Federal GSA)Up to federal maximum BLR 05514 (Rev. 1/24/26) DIRECT COSTSPage 61 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number OVERHEAD RATE 128.30%0.035 TASK DIRECT COSTS (not included in row totals)MANHOURS PAYROLL OVERHEAD & FRINGE BENEFITS FIXED FEE SERVICES BY OTHERS TOTAL % OF GRAND TOTAL Geotechnical Consulting 0 38 2,155 2,765 738 5,658 10.65% Environmental 15,315 72 3,427 4,396 1,173 24,311 45.74% Vibration Monitoring Specs 16,410 40 2,577 3,306 883 23,176 43.61% - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Subconsultant DL -0.09 (0) 0.00% TOTALS 31,725 150 8,159 10,467 2,794 - 53,145 100.00% Fixed fee is limited to the lower of the calculated amount or 15%of the DL. The subconsultant fee has been adjusted due to 15% fixed fee cap. COMPLEXITY FACTOR City of Evanston Cook 23-00298-00-BR EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET COST ESTIMATE WORKSHEET INTERRA, Inc.P-91-017-24 BLR 05514 (Rev. 1/24/26) COST ESTPage 62 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number AVERAGE HOURLY PROJECT RATES SHEET 1 OF 1 PAYROLL AVG TOTAL PROJ. RATES HOURLY Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd CLASSIFICATION RATES Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Sr. Administrative Assistant 36.60 10.0 6.67%2.44 2 5.26%1.93 4 5.56%2.03 4 10.00%3.66 Staff Engineer 35.46 48.0 32.00%11.35 8 21.05%7.47 32 44.44%15.76 8 20.00%7.09 Project Engineer 46.43 48.0 32.00%14.86 16 42.11%19.55 24 33.33%15.48 8 20.00%9.29 Senior Project Manager 83.88 16.0 10.67%8.95 4 10.53%8.83 8 11.11%9.32 4 10.00%8.39 Principal Engineer 90.00 28.0 18.67%16.80 8 21.05%18.95 4 5.56%5.00 16 40.00%36.00 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 TOTALS 150.0 100%$54.39 38.0 100.00%$56.72 72.0 100%$47.59 40.0 100%$64.43 0.0 0%$0.00 0.0 0%$0.00 EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET 23-00298-00-BRCookCity of Evanston Geotechnical Consulting Environmental Vibration Monitoring Specs INTERRA, Inc.P-91-017-24 BLR 05514 (Rev. 1/24/26) AVG 1 Page 63 of 87 Date: Project: Descriptio Item No.Unit Estimated Amount 1 6 $ 300.00 $ 1,800.00 2 40 $ 300.00 $ 12,000.00 3 $ 13,800.00 4 2,070.00$ 15,870.00$ Dr. Catherine Aimone-Martin Date Accepted by Client Signature Accounts payable (must be compelted) Name Cell phone Email Printed Name Title Email Date Aimone-Martin Associates, LLC Corporate: 18 Nature Lane ● Lemitar, New Mexico 87823 Phoenix: 316 E. St. John Rd • Phoenix, AZ 85022 ● cell: (505) 980-9949 ● e-mail cathy@aimonemartin.com Aimone-Martin Associates, LLC is DBE Certified with the New Mexico Unified Certification Program (NMUCP) and NMDOT DBE Program, Certificate No. 08-11-305 Cost Estimate Submitted to:October 18, 2024 Sanjeev Bandi INTERRA, INC. 600 Territorial Drive, Suite G Bolingbrook, IL 60440 sbandi@interraservices.com A purchase order or signed contract will be required to initiate these services. Lincoln Street Bridge Replacement Evanston, IL Pile driving vibration consultant President ESTIMATED COST 10/186/2024 Subtotal Overhead rate at 15 % of the subtotal Description Initial Planning Phase 1: Overview of Work Requirements Develop a general approach to the impact driving of bridge support piles in the vicinity of a 36-in prestressed concrete cylinder water main to ensure ground vibration-induced strains imparted to the pipeline are safe and maintain the integrity of the line.. The following will be addressed in this Phase: 1. Considerations and recommendations for pre-conditioning the sub-surface soil along the driving alignment to mitigate vibrations and lateral soil displacements prior to driving, 2. A description of the of ground strain impacts on the strains imparted to the pipeline walls, the approach taken to calculate resulting wall stresses and how these stresses can be controlled to maintain a safe factor of safety considering the combined operating and vibratory wall stresses compared to the pipe material allowable yield stress limit. 3. A general approach to monitoring ground vibrations and resulting strains during pile driving during a recommend test phase, and 4. An instrumentation plan for pile driving at the closest planned distance to the water main of 5 ft. Deliverable - A written report of recommendations and an approach to Phase 2 The work to be performed during Phase 2 includes the following: 1. Calculations performed comparing the pipe allowable yield stress with the combined stresses acting on the pipeline walls during pile driving. The allowable stress analysis will depend on the available pipeline as-built details and material properties for steel and concrete acting in compression and tension. A preliminary factor of safety will be provided after test pile driving using surface mounted geophones and a final factor of safety after driving 5-ft from the pipeline based on at-depth seismograph vibration measurements. 2. A plan set for seismic monitoring specifications during (a) initial test driving away from the water main to develop a site-specific attenuation model of vibrations based on distance and depth of driving and specific to the make and model, rated energy and stroke length of the equipment selected by the General Contractor for driving, and (b) pile driving at a stand-off distance of 5 ft to the pipeline. Specifications will include details for deploying the monitoring system, drilling and grouting the borehole transducers, seismograph operating parameters, data analysis and reporting. REQUIREMENTS: Item 1 requires sufficient pipeline as-built details of the concrete prestressing, placement, design and yield strength of the steel wire-concrete system, operating and surge pressures and other details yet to be determined. Phase 2: Implementation of Work Page 64 of 87 02-02-2026 Lincoln Street Bridge Replacement D-91-131-24 Stanley Consultants Phase II Engineering Teska Associates 0 Page 65 of 87 Date: 30 January 2026 To: Paul Schneider, PE, Transportation Planning Department Manager Stanley Consultants 8501 W Higgins Road, Suite 730, Chicago IL, 60631 From: Jodi Mariano, PLA, Vice President of Design Teska Associates 627 Grove Street, Evanston, IL, 60201 Re: Professional Design Services Proposal - Evanston Lincoln Street Bridge Replacement Phase II Engineering Dear Mr Schneider, Teska is pleased to offer the enclosed proposal to provide Professional Design Services for the Phase II Engineering of the City of Evanston Lincoln Street Bridge Replacement Work. Teska Associates (Teska) proposes to provide Professional Landscape Architectural Design Services. Gannett Fleming (GFAI) will act as a subconsultant to Teska and will provide Professional Architectural Services for this project. GFAI’s scope is described in the attached proposal dated January 28, 2026. Teska’s proposed scope follows: SCOPE OF WORK During the previous Phase 1 design assignment, Teska Associates produced Phase 1 landscape architectural concept plans. The purpose of the Phase 2 assignment is to continue the plan preparation for the above-referenced project, including design development and production of construction documents. The landscape architectural scope will advance the design and construction documentation of the landscape treatments, including pedestrian pavement surfacing, plantings, soils, mulches and groundcover associated with the bridge replacement project. SCOPE OF SERVICES Teska anticipates providing the following professional design services associated with the above-referenced project: 1.Construction Documentation. Based on the approved Phase I design plans for the subject property, Teska will prepare construction documents at the Preliminary (75%), Pre-Final (100%) and Final (Bid) levels. Construction documents will include plan sheets, technical specifications and pay items/cost estimates for the landscape architectural scope items, including: tree protection, pedestrian pavement surface treatments, new tree plantings, shrub plantings, herbaceous plantings, soils and mulches. Plans will be developed in AutoCAD format and will include the following sheets at a minimum” •Tree Protection and Removals Plan •Pedestrian Pavement Plan and Details Page 66 of 87 • Landscape Planting Plan and Details • Plant List and General Notes The plans will be supported by technical specifications in Word format and pay items / cost estimates in Excel format. All appropriate IDOT documentation standards will be referenced. All materials will be submitted electronically. 2. Meetings + Coordination. Teska will participate in the following meetings to discuss the landscape architectural documents, address questions and clarifications, and receive direction to advance the construction documents: • Stakeholders: 3 in person or virtual meetings are anticipated. • City of Evanston Staff: 3 virtual meetings are anticipated • Design Team: 18 virtual meetings are anticipated 3. Project Administration. General project administration and QA/QC are included in this scope. PROFESSIONAL FEES Professional fees associated with the Phase II Engineering of the City of Evanston Lincoln Street Bridge Replacement Project are detailed on the following pages. PROJECT ASSUMPTIONS 1. Teska will serve as a Direct Cost Subconsultant to Stanley Consultants 2. Teska will provide Cost Estimating quantities and unit costs for the landscape architectural specified items, including pedestrian pavement surface design, landscape plantings and bulk landscape materials. 3. Teska will provide standard details and specifications for pedestrian pavement surface design, landscape plantings and bulk landscape materials. 4. Teska’s office is in Evanston, therefore no direct costs associated with travel to the project site are anticipated. All submittals shall be digital, and printing shall be by others. 5. GFAI will provide architectural design services for the architectural ornamental pedestrian railings, integral pedestrian railing lighting, and street light poles, as detailed in GFAI’s proposal, and as a subconsultant to Teska Associates. 6. Civil, electrical, and structural Engineering will be provided by others. We appreciate the opportunity to remain involved in this important project. Please contact me if we can assist with any questions or clarifications. I will serve as project manager and can be reached at the contact information below: Jodi Mariano, PLA | Vice President of Design | JMariano@TeskaAssociates.com Teska Associates | 627 Grove St, Evanston, IL 60201 | 847.869.2015 Attachments: Teska BLR Fees; GFAI Scope and BLR Fees Page 67 of 87 Local Public Agency County Section Number Prime Consultant (Firm) Name Prepared By Date Consultant / Subconsultant Name Job Number Remarks CONTRACT TERM 18 MONTHS OVERHEAD RATE 120.14% START DATE 5/1/2026 COMPLEXITY FACTOR 0 RAISE DATE 1/1/2027 % OF RAISE 3.00% END DATE 10/31/2027 Year First Date Last Date Months % of Contract 0 5/1/2026 1/1/2027 8 44.44% 1 1/2/2027 11/1/2027 10 57.22% 1.67% ESCALATION PER YEAR PAYROLL ESCALATION TABLE EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE City of Evanston Cook 23-00298-00-BR Stanley Consultants Inc.Jodi Mariano 01.30.2025 Teska Associates D-91-131-24 Lincoln Street Bridge Replacement Phase II Engineering Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. The total escalation =BLR 05514 (Rev. 1/24/26) ESCALATION Page 68 of 87 Local Public Agency County Section Number City of Evanston 23-00298-00-BR Consultant / Subconsultant Name Job Number D-91-131-24 MAXIMUM PAYROLL RATE 90.00 ESCALATION FACTOR 1.67% IDOT AVG CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal / PM $73.13 $74.35 Landscape Architect $58.08 $59.05 Designer $49.47 $50.29 JOB SPECIFIC - Classifications and Average Payrates need to match current payrolls submitted to the Department. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE PAYROLL RATES Cook Teska Associates BLR 05514 (Rev. 1/24/26) RATES Page 69 of 87 Local Public Agency County Section Number City of Evanston Cook 23-00298-00-BR Consultant / Subconsultant Name Job Number D-91-131-24 NAME Direct Labor Total Contribution to Prime Consultant (Payroll Only) Total 0.00 0.00 Teska Associates NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET BLR 05514 (Rev. 1/24/26) SUBS Page 70 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number QUANTITY CONTRACT RATE TOTAL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $64,889.00 $64,889.00 $0.00 $64,889.00 Lodging (per Federal GSA) Actual Cost (Up to Federal rate maximum) DIRECT COSTS WORKSHEET City of Evanston Cook 23-00298-00-BR Teska Associates D-91-131-24 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 Per Diem (per Federal GSA)Up to federal maximum Lodging Taxes and Fees (per Federal GSA)Actual Cost Air Fare Coach rate, actual cost, requires minimum two weeks' notice, with prior IDOT approval Vehicle Mileage (per Federal GSA)Up to Federal rate maximum Vehicle Owned or Leased (no mileage charge allowed)$45.00/half day (4 hours or less) or $90/full day Vehicle Rental Actual Cost (Up to $55/day) Tolls Actual Cost Parking Actual Cost Overtime Premium portion (Submit supporting documentation) Shift Differential Actual Cost (Based on firm's policy) Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (In-house)Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (Outside)Actual Cost (Submit supporting documentation) Project Specific Insurance Actual Cost Monuments (Permanent)Actual Cost Photo Processing Actual Cost 2-Way Radio (Survey or Phase III Only)Actual Cost Telephone Usage (Traffic System Monitoring Only)Actual Cost CADD Actual Cost (Max $15/hour) Web Site Actual Cost (Submit supporting documentation) Advertisements Actual Cost (Submit supporting documentation) Public Meeting Facility Rental Actual Cost (Submit supporting documentation) Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) Recording Fees Actual Cost Transcriptions (specific to project)Actual Cost Courthouse Fees Actual Cost Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval) Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) Testing of Soil Samples Actual Cost Lab Services Actual Cost (Provide breakdown of each cost) Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) TOTAL DIRECT COSTS: Gannett Fleming Architects, Inc. (GFAI)Actual Cost BLR 05514 (Rev. 1/24/26) DIRECT COSTS Page 71 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number OVERHEAD RATE 120.14%0 TASK DIRECT COSTS (not included in row totals)MANHOURS PAYROLL OVERHEAD & FRINGE BENEFITS FIXED FEE SERVICES BY OTHERS TOTAL % OF GRAND TOTAL PRELIMINARY LANDSCAPE ARCHITECTURE (75%)78 4,378 5,260 1,445 11,083 10.02% PRE-FINAL LANDSCAPE ARCHITECTURE (100%)58 3,285 3,946 1,084 8,315 7.51% FINAL (BID) SUBMITTAL 38 2,191 2,632 723 5,546 5.01% MEETINGS + COORDINATION 80 5,248 6,305 1,732 13,285 12.01% PROJECT ADMINISTRATION 40 2,974 3,573 981 7,528 6.80% - - - - GFAI (SUBCONSULTANT)64,889 - - - 64,889 58.65% - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Subconsultant DL 0.00 TOTALS 64,889 294 18,076 21,716 5,965 - 110,646 100.00% COMPLEXITY FACTOR City of Evanston Cook 23-00298-00-BR EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET COST ESTIMATE WORKSHEET Teska Associates D-91-131-24 BLR 05514 (Rev. 1/24/26) COST EST Page 72 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number AVERAGE HOURLY PROJECT RATES SHEET 1 OF 1 PAYROLL AVG TOTAL PROJ. RATES HOURLY Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd CLASSIFICATION RATES Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Principal / PM 74.35 104.0 35.37%26.30 8 10.26%7.63 8 13.79%10.26 8 21.05%15.65 40 50.00%37.17 40 100.00%74.35 Landscape Architect 59.05 90.0 30.61%18.08 30 38.46%22.71 20 34.48%20.36 10 26.32%15.54 30 37.50%22.14 0 Designer 50.29 100.0 34.01%17.11 40 51.28%25.79 30 51.72%26.01 20 52.63%26.47 10 12.50%6.29 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 0.0 TOTALS 294.0 100%$61.48 78.0 100.00%$56.13 58.0 100%$56.63 38.0 100%$57.66 80.0 100%$65.60 40.0 100%$74.35 EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET 23-00298-00-BRCookCity of Evanston PRELIMINARY LANDSCAPE ARCHITECTURE (75%) PRE-FINAL LANDSCAPE ARCHITECTURE (100%)FINAL (BID) SUBMITTAL MEETINGS + COORDINATION PROJECT ADMINISTRATION Teska Associates D-91-131-24 BLR 05514 (Rev. 1/24/26) AVG 1 Pa g e 7 6 o f 9 0 Page 73 of 87 November 13, 2024 Subject:PRELIMINARY ENGINEERING Consultant Unit Prequalification File Sara Voelz TESKA ASSOC., INC. 627 Grove Street Evanston, IL 60201 Dear Sara Voelz, We have completed our review of your "Statement of Experience and Financial Condition" (SEFC) which you submitted for the fiscal year ending Dec 31, 2023. Your firm's total annual transportation fee capacity will be $2,400,000. Your firm's payroll burden and fringe expense rate and general and administrative expense rate totaling 120.14% are approved on a provisional basis. The rate used in agreement negotiations may be verified by our Bureau of Investigations and Compliance in a pre-award audit. Pursuant to 23 CFR 172.11(d), we are providing notification that we will post your company’s indirect cost rate to the Federal Highway Administration’s Audit Exchange where it may be viewed by auditors from other State Highway Agencies. Your firm is required to submit an amended SEFC through the Engineering Prequalification & Agreement System (EPAS) to this office to show any additions or deletions of your licensed professional staff or any other key personnel that would affect your firm's prequalification in a particular category. Changes must be submitted within 15 calendar days of the change and be submitted through the Engineering Prequalification and Agreement System (EPAS). Your firm is prequalified until December 31, 2024. You will be given an additional six months from this date to submit the applicable portions of the "Statement of Experience and Financial Condition" (SEFC) to remain prequalified. Sincerely, Jack Elston, P.E. Bureau Chief Bureau of Design and Environment Page 74 of 87 CATEGORY STATUS Special Services - Landscape Architecture X X PREQUALIFIED A NOT PREQUALIFIED, REVIEW THE COMMENTS UNDER CATEGORY VIEW FOR DETAILS IN EPAS. S PREQUALIFIED, BUT WILL NOT ACCEPT STATEMENTS OF INTEREST SEFC PREQUALIFICATIONS FOR TESKA ASSOC., INC. Page 75 of 87 Submitted to:Date:January 28, 2026 Jodi Mariano, PLA Teska Associates A purchase order or signed contract will be required to Project: 627 Grove Street initiate these services. Evanston, IL 60201 Description:Architectural Design Services Item Description No.Unit Estimated Amount 1 Concept (30%) Architecture 2 Concept (30%) Street Lighting 3 Preliminary (60%) Architecture 4 Preliminary (60%) Street Lighting 5 Pre-Final (90%) Architecture 6 Pre-Final (90%) Street Lighting 7 Final (100%) Bid Submittal 8 Meetings and Coordination GFT Participation in monthly internal progress meetings with Teska Associates and the Stanley Consultants Team. GFT assumes a maximum of eighteen (18) virtual meetings. GFT Participation in meetings with the City of Evanston and stakeholders at key milestones. GFT assumes a maximum of four (4) virtual meetings at conclusion of Concept (30%), Preliminary (60%), and Pre-Final (90%) Submittals with one (1) additional floating meeting as needed. 9 Project Admin GFT general project administration and client contract coordination.$2,898.00 $2,898.001 Subtotal of Estimated Cost (refer to Exhibit D Cost Estimate of Consultant Services (CECS) Worksheet dated January 28, 2026)10 $64,889.00 January 28, 2026 Mark M. Stromberg, AIA Date Vice President, Operations Manager Central and West Architecture Accepted by Client Signature Printed Name Title Email Date Accounts Payable (must be completed) Name Cell phone Email Provide design coordination and consultation on selection of street light fixtures and coordination of light pole locations at Concept 30% level of design. Provide ongoing design coordination and consultation on selection of street light fixtures and coordination of light pole locations at Pre-Final 90% level of design. $13,570.00 $1,248.00 $1,248.00 $2,819.00 $2,819.00 Provide professional construction contract documents developed to Concept 30% level for the architectural ornamental pedestrian railings with integral lighting including plans, elevations, sections, details, specifications, and cost estimating per IDOT Standards. Includes QA/QC of all submittal documents. Provide professional construction contract documents developed to Preliminary 60% level for the architectural ornamental pedestrian railings with integral lighting including plans, elevations, sections, details, specifications, and cost estimating per IDOT Standards. Includes QA/QC of all submittal documents. Provide professional construction contract documents developed to Pre-Final 90% level for the architectural ornamental pedestrian railings with integral lighting including plans, elevations, sections, details, specifications, and cost estimating per IDOT Standards. Includes QA/QC of all submittal documents. Provide professional construction contract documents developed to Final 100% Issue for Bids level for the architectural ornamental pedestrian railings with integral lighting including plans, elevations, sections, details, specifications, and cost estimating per IDOT Standards. Includes QA/QC of all submittal documents. Provide ongoing design coordination and consultation on selection of street light fixtures and coordination of light pole locations at Preliminary 60% level of design. $20,426.00 $1,248.00 $17,566.00 $17,566.00 $1,248.00 $1,248.001 1 1 1 $20,426.00 $1,248.00 $13,570.00 Lincoln Street Bridge Replacement Phase II - Evanston, IL 1 $3,866.00 $3,866.00 1 1 1 Gannett Fleming Architects, Inc. (GFT, Inc.) 180 N. Stetson Ave., Suite 3700 | Chicago, IL 60601 | gftinc.com Cost Estimate Page 76 of 87 GFT | 180 N Stetson Ave., Suite 3700 | Chicago, IL 60601 | gftinc.com January 28, 2026 Teska Associates, Inc. 627 Grove Street Evanston, IL 60201 Attention: Jodi Mariano, PLA Vice President of Design Subject: Professional Architectural Services Proposal Evanston Lincoln Street Bridge Replacement Phase II Engineering Dear Ms. Mariano, Gannett Fleming Architects, Inc. (GFT) is pleased to submit the following proposal for Professional Architectural Services for the Phase II Engineering of the City of Evanston Lincoln Street Bridge Replacement Project. BASE SCOPE OF WORK We understand the scope of work for this project is to continue the design development and production of construction contract documents for the replacement of the Lincoln Street Bridge through Final Design including Bid Submission. The architectural scope of work will advance the design and construction detailing of the ornamental pedestrian railing design developed during Phase I Engineering. The ornamental pedestrian railing will include integral pedestrian lighting as proposed in Phase I. GFT will assist in selection and placement of roadway lighting. Furthermore, GFT will provide design consultation and coordination to Teska Associates and Stanley Consultants on the architectural treatment of decorative pavement patterns and structural elements of the bridge as they relate to the architectural ornamental pedestrian railing design. BASE SCOPE OF SERVICES GFT anticipates providing the following services and submittals for Phase II Engineering: o GFT Participation in monthly internal progress meetings with Teska Associates and the Stanley Consultants Team. GFT assumes a maximum of eighteen (18) virtual meetings. o GFT Participation in meetings with the City of Evanston and stakeholders at key milestones. GFT assumes a maximum of four (4) virtual meetings at conclusion of Concept (30%), Preliminary (60%), and Pre-Final (90%) Submittals with one (1) additional floating meeting as needed. o Provide professional construction contract documents for the architectural ornamental pedestrian railings with integral lighting including plans, elevations, sections, details, specifications, and cost estimating per IDOT Standards. GFT assumes key milestone submittals at Concept (30%), Preliminary (60%), Pre-Final (90%), and Final (100%) Issue for Bids. Page 77 of 87 GFT | 180 N Stetson Ave., Suite 3700 | Chicago, IL 60601 | gftinc.com o Selection of roadway lighting fixtures and coordination of light pole locations and spacing. o Perform QA/QC of all submittals at each milestone submittal. BASE COMPENSATION For the Scope of Services identified, GFT shall be compensated hourly, not-to-exceed Sixty-Four Thousand, Eight Hundred Eighty-Nine Dollars and Zero Cents ($64,889.00), broken down according to the attached Exhibit D Cost Estimate of Consultant Services (CECS) Worksheet dated January 28, 2026. ASSUMPTIONS & CLARIFICATIONS The following Assumptions and Clarifications shall apply to our Scope of Services: o Gannett Fleming Architects, Inc. (GFT) will serve as a Direct Cost Subconsultant to Teska Associates, Inc. o GFT will provide Cost Estimating quantities and unit costs for the architectural ornamental pedestrian railings, integral pedestrian railing lighting, and street light poles only. o GFT will provide standard details and specifications for street light poles using City of Evanston Standards for illumination in coordination with Stanley Consultants and City of Evanston. o Electrical Engineering design of all wiring, connections and controls for roadway and integral railing mounted lighting will be provided by others. o Design photometrics for roadway lighting will be provided by others. o Structural Engineering of the railings and railing connections will be provided by others. o Construction scheduling, phasing, and staging documentation will be provided by others. We greatly appreciate the opportunity to continue collaborating with Teska Associates and Stanley Consultants to complete this project. If you need any additional information or require further discussion, please do not hesitate to contact Mark Vrba at mvrba@gftinc.com or 312-313-7707. Sincerely, Gannett Fleming Architects, Inc. Mark M. Stromberg, AIA Vice President, Operations Manager Central and West Architecture E: mstromberg@gftinc.com C: 773-655-2322 | O: 312.313.7702 Page 78 of 87 Local Public Agency County Section Number Prime Consultant (Firm) Name Prepared By Date Consultant / Subconsultant Name Job Number Remarks CONTRACT TERM 18 MONTHS OVERHEAD RATE 137.70% START DATE 5/1/2026 COMPLEXITY FACTOR RAISE DATE 1/1/2027 % OF RAISE 3.00% END DATE 10/31/2027 First Date Last Date MonthsYear % of Contract 5/1/2026 1/1/2027 8 44.44%0 1/2/2027 11/1/2027 10 57.22%1 1.67% ESCALATION PER YEAR PAYROLL ESCALATION TABLE EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE City of Evanston 23-00298-00-BRCook 1/28/2026Mark E. VrbaStanley Consultants Gannett Fleming Architects, Inc.D-91-131-24 Lincoln Street Bridge Replacement Phase II Engineering (SN 016-6952) Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. The total escalation =BLR 05514 (Rev. 1/24/26) ESCALATION Page 79 of 87 Local Public Agency County Section Number 23-00298-00-BRCity of Evanston Job NumberConsultant / Subconsultant Name D-91-131-24 MAXIMUM PAYROLL RATE 90.00 ESCALATION FACTOR 1.67% IDOT AVG CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal $90.00 $90.00 Senior Architect $72.26 $73.46 Project Manager $60.00 $61.00 Architect $58.80 $59.78 Senior Designer $56.07 $57.00 Architectural Designer $36.83 $37.44 Administrative $45.30 $46.06 JOB SPECIFIC - Classifications and Average Payrates need to match current payrolls submitted to the Department. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE PAYROLL RATES Cook Gannett Fleming Architects, Inc. BLR 05514 (Rev. 1/24/26) RATES Page 80 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number QUANTITY CONTRACT RATE TOTAL $0.00 $0.00 $0.00 $0.00 $145.00200$0.73 $0.00 $110.00$55.002 $0.00 $0.00 $0.00 $0.00 $50.002$25.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $305.00 Lodging (per Federal GSA) Actual Cost (Up to Federal rate maximum) DIRECT COSTS WORKSHEET City of Evanston Cook 23-00298-00-BR Gannett Fleming Architects, Inc.D-91-131-24 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 Per Diem (per Federal GSA)Up to federal maximum Lodging Taxes and Fees (per Federal GSA)Actual Cost Air Fare Coach rate, actual cost, requires minimum two weeks' notice, with prior IDOT approval Vehicle Mileage (per Federal GSA)Up to Federal rate maximum Vehicle Owned or Leased (no mileage charge allowed)$45.00/half day (4 hours or less) or $90/full day Actual Cost (Up to $55/day)Vehicle Rental Tolls Actual Cost Parking Actual Cost Overtime Premium portion (Submit supporting documentation) Actual Cost (Based on firm's policy)Shift Differential Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (In-house)Actual Cost (Submit supporting documentation) Copies of Deliverables/Mylars (Outside)Actual Cost (Submit supporting documentation) Project Specific Insurance Actual Cost Actual CostMonuments (Permanent) Photo Processing Actual Cost 2-Way Radio (Survey or Phase III Only)Actual Cost Telephone Usage (Traffic System Monitoring Only)Actual Cost CADD Actual Cost (Max $15/hour) Web Site Actual Cost (Submit supporting documentation) Advertisements Actual Cost (Submit supporting documentation) Public Meeting Facility Rental Actual Cost (Submit supporting documentation) Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) Actual CostRecording Fees Transcriptions (specific to project)Actual Cost Courthouse Fees Actual Cost Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval) Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) Testing of Soil Samples Actual Cost Lab Services Actual Cost (Provide breakdown of each cost) Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) TOTAL DIRECT COSTS: BLR 05514 (Rev. 1/24/26) DIRECT COSTSPage 81 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number OVERHEAD RATE 137.70%0 TASK DIRECT COSTS (not included in row totals)MANHOURS PAYROLL OVERHEAD & FRINGE BENEFITS FIXED FEE SERVICES BY OTHERS TOTAL % OF GRAND TOTAL 1. Concept (30%) Architecture 105 166 7,507 10,337 2,477 20,426 31.48% 2. Concept (30%) Street Lighting 8 461 635 152 1,248 1.92% 3. Preliminary (60%) Architecture 100 138 6,452 8,885 2,129 17,566 27.07% 4. Preliminary (60%) Street Lighting 8 461 635 152 1,248 1.92% 5. Pre-Final (90%) Architecture 100 102 4,976 6,852 1,642 13,570 20.91% 6. Pre-Final (90%) Street Lighting 8 461 635 152 1,248 1.92% 7. Final (100%) Bid Submittal 20 1,041 1,434 344 2,819 4.34% 8. Meetings and Coordination 24 1,428 1,967 471 3,866 5.96% 9. Project Admin 20 1,071 1,474 353 2,898 4.47% - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Subconsultant DL 0.00 TOTALS 305 494 23,858 32,854 7,872 - 64,889 100.00% COMPLEXITY FACTOR City of Evanston Cook 23-00298-00-BR EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET COST ESTIMATE WORKSHEET Gannett Fleming Architects, Inc.D-91-131-24 BLR 05514 (Rev. 1/24/26) COST EST Page 82 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number AVERAGE HOURLY PROJECT RATES SHEET 1 OF 2 PAYROLL AVG TOTAL PROJ. RATES HOURLY Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd CLASSIFICATION RATES Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Principal 90.00 4.0 0.81%0.73 2 1.45%1.30 2 1.96%1.76 Senior Architect 73.46 46.0 9.31%6.84 14 8.43%6.20 2 25.00%18.37 12 8.70%6.39 2 25.00%18.37 12 11.76%8.64 Project Manager 61.00 28.0 5.67%3.46 4 2.41%1.47 4 2.90%1.77 4 3.92%2.39 20.65%12.34 24 14.46%8.64 4 50.00%29.89 24 17.39%10.40 4 50.00%29.89 20 19.61%11.72102.059.78Architect Senior Designer 57.00 24.0 4.86%2.77 8 4.82%2.75 6 4.35%2.48 4 3.92%2.24 Architectural Designer 37.44 280.0 56.68%21.22 116 69.88%26.17 2 25.00%9.36 90 65.22%24.42 2 25.00%9.36 60 58.82%22.03 Administrative 46.06 10.0 2.02%0.93 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTALS 494.0 100%$48.30 166.0 100.00%$45.22 8.0 100%$57.62 138.0 100%$46.76 8.0 100%$57.62 102.0 100%$48.78 EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET 23-00298-00-BRCookCity of Evanston 1. Concept (30%) Architecture 2. Concept (30%) Street Lighting 3. Preliminary (60%) Architecture 4. Preliminary (60%) Street Lighting 5. Pre-Final (90%) Architecture Gannett Fleming Architects, Inc.D-91-131-24 BLR 05514 (Rev. 1/24/26) AVG 1Page 83 of 87 Local Public Agency County Section Number Consultant / Subconsultant Name Job Number AVERAGE HOURLY PROJECT RATES SHEET 2 OF 2 PAYROLL AVG HOURLY Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd Hours %Wgtd CLASSIFICATION RATES Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Part.Avg Principal 90.00 Senior Architect 73.46 2 25.00%18.37 2 10.00%7.35 Project Manager 61.00 2 10.00%6.10 4 16.67%10.17 10 50.00%30.50 Architect 59.78 50.00%29.89 6 30.00%17.93 16 66.67%39.854 Senior Designer 57.00 2 10.00%5.70 4 16.67%9.50 Architectural Designer 37.44 2 25.00%9.36 8 40.00%14.98 Administrative 46.06 10 50.00%23.03 TOTALS 8.0 100%$57.62 20.0 100%$52.06 24.0 100%$59.52 20.0 100%$53.53 0.0 0%$0.00 0.0 0%$0.00 EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET Cook 23-00298-00-BRCity of Evanston 6. Pre-Final (90%) Street Lighting 7. Final (100%) Bid Submittal 8. Meetings and Coordination 9. Project Admin D-91-131-24Gannett Fleming Architects, Inc. BLR 05514 (Rev. 1/24/26) AVG 2Page 84 of 87 October 22, 2025 Subject:PRELIMINARY ENGINEERING Consultant Unit Prequalification File Mark Stromberg Gannett Fleming Architects, Inc. 180 N. Stetson Avenue 3700 Chicago, IL 60601 Dear Mark Stromberg, We have completed our review of your "Statement of Experience and Financial Condition" (SEFC) which you submitted for the fiscal year ending Dec 31, 2024. Your firm's total annual transportation fee capacity will be $2,200,000. Your firm's payroll burden and fringe expense rate and general and administrative expense rate totaling 137.70% are approved on a provisional basis. The rate used in agreement negotiations may be verified by our Bureau of Investigations and Compliance in a pre-award audit. Pursuant to 23 CFR 172.11(d), we are providing notification that we will post your company’s indirect cost rate to the Federal Highway Administration’s Audit Exchange where it may be viewed by auditors from other State Highway Agencies. Your firm is required to submit an amended SEFC through the Engineering Prequalification & Agreement System (EPAS) to this office to show any additions or deletions of your licensed professional staff or any other key personnel that would affect your firm's prequalification in a particular category. Changes must be submitted within 15 calendar days of the change and be submitted through the Engineering Prequalification and Agreement System (EPAS). Your firm is prequalified until December 31, 2025. You will be given an additional six months from this date to submit the applicable portions of the "Statement of Experience and Financial Condition" (SEFC) to remain prequalified. Sincerely, Jack Elston, P.E. Bureau Chief Bureau of Design and Environment Page 85 of 87 CATEGORY COMMENT STATUS Special Services - Architecture X X PREQUALIFIED A NOT PREQUALIFIED, REVIEW THE COMMENTS UNDER CATEGORY VIEW FOR DETAILS IN EPAS. S SUSPENDED, WILL NOT ACCEPT STATEMENTS OF INTEREST SEFC PREQUALIFICATIONS FOR Gannett Fleming Architects, Inc. Page 86 of 87 To: Edgar Cano, Director of Public Works Agency Lara Biggs, Bureau Chief - Capital Planning / City Engineer Sat Nagar, P.E., Senior Project Manager From: Tammi Nunez, Purchasing Manager Subject: Approval of Resolution 23-R-26 - Phase II Engineering Services Agreement for Lincoln Street Bridge Replacement Project Date: March 9, 2026 The goal of the Minority, Women, Disadvantaged, and Evanston Business Enterprise Program(M/W/D/EBE) is to assist such businesses with opportunities to grow. In order to help ensure such growth, the City’s goal is to have general contractors utilize M/W/D/EBEs to perform no less than 25% of the awarded contract. With regard to the recommendation for Phase II Engineering Services Agreement for Lincoln Street Bridge Replacement Project , Stanley Consultants, Inc., total base bid is $1,080,113.00, and they are found to be in partial compliance with the City’s goal. They will receive credit for 19.83% participation in M/W/D/EBE. Name of M/W/D/EBE Scope of Work Contract Amount % MBE WBE EBE DBE Teska Associates 627 Grove St, Evanston, IL 60201 Landscape Architecture $110,646.00 10.24% X Lin Engineering, LTD 3261 S. Meadowbrook Rd., Ste 500 Springfield, IL 62711 Consulting Engineering Services $50,463.00 4.67% X Interra, Inc. 600 Territorial Drive, St. G Bolingbrook, IL 60440 Geotechnical Environmental Investigation $53,145.00 4.92% X Total M/W/D/EBE $214,254.00 19.83% Cc: Hitesh Desai, Chief Financial Officer / Treasurer Memorandum Approval of Resolution 23-R-26 - Phase II Engineering Services Agreement for Lincoln Street Bridge Replacement Project, MWDEBE 03.09.2026 Page 87 of 87