Loading...
HomeMy WebLinkAboutItem No. 14 - Amendment No. 2 to Professional Services Agreement With Sommer Engineering for I14)Amendment No. 2 to Professional Services Agreement With Sommer Engineering for I-15 / Main Street Interchange Improvements Approve and authorize the City Manager to execute Amendment No. 2 to Professional Services Agreement with Sommer Engineering for $281,926.75 plus an additional 10% contingency of $28,192.68, for I-15 / Main Street Interchange Improvements – Construction Support Services in final form as approved by the City Attorney. Page 1 of 2 REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Jason Simpson, City Manager Prepared by:Remon Habib, City Engineer Date:April 11, 2023 Subject:Amendment No. 2 to Professional Services Agreement With Sommer Engineering for I-15 / Main Street Interchange Improvements Recommendation Approve and authorize the City Manager to execute Amendment No. 2 to Professional Services Agreement with Sommer Engineering for $281,926.75 plus an additional 10% contingency of $28,192.68, for I-15 / Main Street Interchange Improvements – Construction Support Services in final form as approved by the City Attorney. Background On August 25th, 2020 City Council approved a professional services agreement with Sommer Engineering to complete post design services necessary to complete remaining design tasks and permitting to take the I-15 / Main Street Interchange Improvements Project out to bid as well as to provide construction support services during construction. On September 14, 2021 City Council approved Amendment #1 to Sommer Engineering’s agreement due to additional efforts needed to coordinate a SCE pole relocation and also additional electrical design work needed for the future architectural art panels at the interchange. Since the start of construction in March of 2022 there have been 57 Requests for Information (RFI) documents submitted by the Contractor. The majority of these RFI’s have required Sommer Engineering to provide design review, Engineering Plans updates, and respond accordingly. Some of the major unanticipated RFI items that Sommer Engineering has had and will continue to provide construction support relating to drainage modifications, vertical elevation revisions. In addition, Sommer will be preparing a Design Standard Decision Document (DSDD) to Caltrans to document existing nonstandard features within the limits of the project. Sommer and their subconsultants are also assisting in providing additional survey work and cross section analysis in order to assist the contractor in establishing proper elevations throughout the limits of the project. Amendment No. 2 Sommer Engineering Page 2 of 2 Discussion Due to extensive efforts beyond the original scope of the agreement, Sommer Engineering has provided the attached Amendment No. 2 in the amount of $281,926.75 which reflects the additional work required for on-going construction support services to close-out the project. Fiscal Impact Amendment No. 2 to Professional Services Agreement with Sommer Engineering will result in a cost of $281,926.75 plus an additional 10% contingency. This work has been programmed in the City’s CIP budget and overall project funding contingency. Attachments Attachment 1- Amendment No. 2 Exhibit A- Fee Proposal Amendment No. 2 Attachment 2 - Amendment No. 1 Attachment 3 - Original Agreement 2 6 7 8 5 AMENDMENT NO. 2 TO AGREEMENT FOR PROFESSIONAL SERVICES Sommer Engineering I-15/Main Street Interchange Improvements This Amendment No. 2 to Agreement for Professional Services is made and entered into as of 4/11/2023, by and between the City of Lake Elsinore, a municipal corporation (“City), and Sommer Engineering, a Corporation (“Consultant”). RECITALS A. The City and Consultant have entered into that certain Agreement for Professional Services dated as of 8/25/2020, (the “Original Agreement”). Except as otherwise defined herein, all capitalized terms used herein shall have the meanings set forth for such terms in the Original Agreement. B. The Original Agreement provided for compensation to Consultant in an amount of Three Hundred Seventy-Seven Thousand Two Hundred dollars and Thirteen cents ($377,230.13). C. Amendment No. 1, approved 9/14/2021, provided for an increase in compensation in an amount not to exceed One Hundred Sixteen Thousand Seven Hundred Fifty-Six dollars and Sixty-Four cents ($116,756.64). D. The parties now desire to amend the scope of services and increase the payment for such services as set forth in this Amendment No 2. NOW, THEREFORE, in consideration of the mutual covenants and conditions set forth herein, City and Consultant agree as follows: 1. Section 1, Scope of Services, of the Original Agreement is hereby amended to add the following: Consultant shall also perform the services described in Consultant’s 3/23/2023 Proposal (attached to this Amendment No. 2 as Exhibit A-1). Consultant shall provide such services at the time, place, and in the manner specified in Exhibit A-1, subject to the direction of the City through its staff that it may provide from time to time. 2. Section 3, Compensation, of the Original Agreement is hereby amended to read in its entirety as follows: Compensation to be paid to Consultant shall be in accordance with the fees set forth in Consultant’s Proposal attached to the Original Agreement as Exhibit A, the Schedule of Charges set forth in Consultant’s Proposal attached as Exhibit A-1 to Amendment No. 1 and, for purposes of Amendment No. 2, compensation to be paid to Consultant shall be in accordance with the Schedule of Charges set forth in Consultant’s Proposal attached to Amendment No. 2 as Exhibit A-1 in the amount not to exceed Two Hundred Eighty-One Thousand Nine Hundred Twenty-Six dollars and Seventy-Five cents ($281,926.75). Total compensation to the Consultant for services provided under the Original Agreement as amended by Amendment No. 1 and Amendment No. 2 shall not exceed 2 6 7 8 5 Seven Hundred Seventy-Five Thousand Nine Hundred Thirteen dollars and Fifty-two cents ($775,913.52) without additional written authorization from the City Council. Notwithstanding any provision of Consultant’s Proposals to the contrary, out of pocket expenses set forth in Exhibit A, Exhibit A-1 to Amendment No. 1 and Exhibit A-1 to Amendment No. 2, respectively, shall be reimbursed at cost without an inflator or administrative charge. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 3. Except for the changes specifically set forth herein, all other terms and conditions of the Original Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the parties have caused this Amendment No. 2 to be executed on the respective dates set forth below. “CITY” CITY OF LAKE ELSINORE, a municipal corporation “CONSULTANT” Sommer Engineering, Inc. City Manager Date: Merideth Cann, President Date: __ ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Assistant City Manager 2 6 7 8 5 Attachments: Exhibit A-1 – Consultant’s Proposal EXHIBIT A-1 CONSULTANT’S PROPOSAL [ATTACHED] March 23, 2023 Remon Habib City Engineer, City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 Tel: (951) 674-3124 Subject: Main Street I-15 Interchange Modifications, Change Order Request – Amendment 2 Dear Mr. Habib: Below is a summary of request for change order #2 from Sommer Engineering Inc. Amendment 2 Changer Order Request March 12, 2023 Sommer Engineering Inc. is under contract to perform Design Support During Construction. Tasks 2 Pre-Construction Phase Services, Task 3 Final Bid Package and Task 4 Bidding Support were completed in August 2021. Since August 2021, Sommer has been providing Task 5 Construction Support - Task 5.1 Response to Contractors RFI’s, Task 5.2 Review Shop Drawings, and Task 6.1 As-Built documentation. There have been approximately 55 RFI’s requiring design review and modifications. In addition to response to RFI’s and shop drawing review, some of the major items that were not expected in the scope of work but have been completed are as follows: A) Drainage – Sommer converted all existing drainage profiles from a previous datum to the latest datum. All drainage profile sheets were updated to new elevations. B) Elevations - The plans show as-built elevations and were found to be different enough from existing conditions in the field, requiring survey to establish exist conditions. Existing conditions were surveyed and compared with field elevations. This also included establishing all the alignments to the existing coordinate system. Work related to updating all the elevations continues and is further described below. C) CHP Area - At the proposed CHP area on the southbound entrance ramp the existing and required slope for the widening differs from the plans. Sommer has met several times with Caltrans to review the area and challenges with providing a nonstandard slope. Work on this item continues and is further described below. To complete the update to the plans with new elevations, obtain Caltrans approval for nonstandard slope and to continue to respond to contractor RFI’s Sommer requests additional funds to complete the project. As such, Sommer is requesting $281,926.75 in additional funding for the additional scope items outlined as follows: TASK 5 – CONSTRUCTION SUPPORT 5.2 Response to Contractor’s RFIs Additional RFI’s are expected to complete the construction. The estimate is based on the amount of work done to date on RFI’s and understanding of work to be constructed. 5.2a Additional Scope Items 5.2a.1 Survey Exist Conditions and Survey Built Conditions The survey of exist conditions has been completed, but coordination with Psomas continues how to utilize the data. Fund are requested for the work that was out of scope and was completed utilizing budget from other areas. The requested funds will be re-allocated for budget in other areas. The team will have Psomas survey the final built conditions, this will provide a means to compare from existing conditions to constructed conditions and to determine the earth work completed as well as a document of final built conditions. 5.2a.2 Interchange Modelling, Elevations, Update of Plans Because the as-built elevations used in design did not correlate well with the field conditions, a survey of the site was conducted, as discussed above. Sommer has begun the process of updating the plans and the proposed design based on new existing elevations. This effort continues and requires “OpenRoads” modelling of the existing conditions to properly develop modified proposed design or to confirm the design. This requires update to all the construction details, typicals and several other sheets in the plan set. This effort was not anticipated or nor would be expected in the scope of services for design support. 5.2a.3 Southbound Entrance Ramp – CHP A CHP pull out is proposed at the southbound entrance ramp and is required for the proposed ramp metering. This requires widening of the ramp in area of a steep and high slope (2:1 and 30’ height). In order to provide a slope that does not impact right of way a nonstandard slope is proposed. To get approval for the use of the nonstandard slope in an area with greater than 10 ft of height, there have been meetings with Caltrans and the below listed documents are required in order to get approval. • Design Standard Decision Document (DSDD) The document requires history of the project, listing of approved design exceptions for the project, description of nonstandard feature, justification for a nonstandard feature, cost to make the area standard, traffic and accident data. The document requires approval from all disciplines. • Length of Need (LON) A LON is required which shows the calculations to determine the length of the required guardrail due to the steep slope. This will be reviewed with Caltrans safety and operations and agreed upon length of guardrail will be determined. In addition to calculations and exhibit is required. • Additional Plan Set An “additional plan set” is required that shows all the sheets updated per the revised slope and guardrail. The entire plan set is not submitted, just any of the sheets that show the revised slope and guardrail. This is circulated with Caltrans for agreement as part of the overall acceptance of the changed conditions and proposed slope. Summary: In summary, Tasks 2 Pre-Construction Phase Services, Task 3 Final Bid Package and Task 4 Bidding Support are completed. Task 5 Construction Support and Task 6 Project Closeout continue for completion of this contract. The additional funding is requested to complete the known additional items and estimated remaining response to requests from the field. This effort was not anticipated or nor would be expected in the scope of services for design support. Sincerely, Merideth Cann, PE President 3/23/2023 Labor 281,926.75$ 281,926.75$ ODC -$ -$ -$ -$ TOTAL 281,926.75$ 281,926.75$ NOTE: Please note that this estimate is a "not to exceed" and given the nature of construction support,it is dependent upon the number of RFI's during construction. City of Lake Elsinore I-15 / Main Street IC City Project No. Z10017 AMENDMENT 2 FEE PROPOSAL SUMMARY SOMMER and Team TOTALS PROFESSIONAL ENGINEERING SERVICES Main Street Interchange Improvement Project Design Support During Construction (DSDC) Page 1 of 5 3/23/2023 TASK DESCRIPTION SOMMEREPICFEHR & PEERSKLEINFELDERLCI PSOMASRequested Totals INVOICE - PARTIAL JAN AND FEBRUARY 5.2 Respond to Contractor's RFIs (Typical)$20,952.96 5.2 A.2 Interchange Modelling, Elevations, Update of Plans $39,772.08 5.2.A.3 SB Entrance CHP $10,980.40 SUBTOTAL INVOICE-Incorporated into below numbers.$71,705.44 Task 5 - CONSTRUCTION SUPPORT 5.2 Respond to Contractor's RFIs (Typical)$87,065.84 $0.00 $0.00 $4,300.00 $0.00 $3,000.00 $94,365.84 5.2 A Additional Scope Items $135,101.70 $0.00 $0.00 $0.00 $0.00 $44,626.94 $179,728.64 5.2A.1 Survey Built Conditions $10,206.00 $0.00 $0.00 $0.00 $0.00 $44,626.94 5.2A.2 Interchange Modelling, Elevations, Update of Plans (RAMPS)$84,814.55 $0.00 $0.00 $0.00 $0.00 $0.00 5.2A.3 SB Entrance CHP $40,081.15 $0.00 $0.00 $0.00 $0.00 $0.00 DSDD $11,850.07 $0.00 LON $10,461.03 $0.00 Additional Plan Set $17,770.05 $0.00 5.3 Review Shop Drawings $0.00 $0.00 $0.00 $2,100.00 $0.00 $0.00 $2,100.00 SUBTOTAL -Task 5 - Construction Support $222,167.54 $0.00 $0.00 $6,400.00 $0.00 $47,626.94 $276,194.48 Task 6 - PROJECT CLOSE OUT 6.1 Final As-Built Plans $5,732.28 $0.00 $0.00 $0.00 $0.00 $0.00 $5,732.28 6.2 Electronic Deliverables $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SUBTOTAL -Task 6 - Project Close Out $5,732.28 $0.00 $0.00 $0.00 $0.00 $0.00 $5,732.28 ODCs $0.00 0.00 $0.00 TOTAL $227,899.81 $0.00 $0.00 $6,400.00 $0.00 $47,626.94 $281,926.75 City of Lake Elsinore Main Street Interchange Improvement Project Design Support During Construction (DSDC) AMENDMENT 2 (includes 1/2 Jan Feb) TEAM SUMMARY Page 2 of 5 3/23/2023 TASK DESCRIPTION Project ManagerSenior Engineer StrucSenior Engineer CivilProject Engineer Assistant Engineer IIAssistant Engineer ICADDTOTAL HOURSCOST $192.78 $181.44 $181.44 $158.76 $113.69 $88.42 $109.14 Task 5 - CONSTRUCTION SUPPORT 5.2 Respond to Contractor's RFIs (Typical)15 0 0 200 200 80 495 $66,112.88 5.2 A Additional Scope Items 60 0 100 170 80 0 170 580 $84,349.22 5.2A.1 Survey Existing Conditions 0 0 0 $0.00 5.2A.1 Survey Post Construction 20 40 60 $10,206.00 5.2A.2 Interchange Modelling, Elevations, Update of Plans 80 80 80 80 320 $45,042.47 5.2A.3 SB Entrance CHP 40 0 20 50 0 0 90 200 $29,100.75 DSDD 20 20 40 80 $11,850.07 LON 10 40 20 70 $10,461.03 Additional Plan Set 10 10 30 50 $6,789.65 5.3 Review Shop Drawings 0 0 0 0 0 0 0 0 $0.00 SUBTOTAL -Task 5 - Construction Support 75 0 100 370 280 0 250 1,075 $150,462.10 Task 6 - PROJECT CLOSE OUT 6.1 Final As-Built Plans 5 0 0 5 10 0 26 46 $5,732.28 6.2 Electronic Deliverables 0 0 0 0 0 0 0 0 $0.00 SUBTOTAL -Task 6 - Project Close Out 5 0 0 5 10 0 26 46 $5,732.28 ODCs $0.00 TOTAL 80 0 100 375 290 0 276 1,121 $156,194.37 City of Lake Elsinore Main Street Interchange Improvement Project Design Support During Construction (DSDC) AMENDMENT 2 (without 1/2 Jan, Feb) SOMMER ENGINEERING INC. Page 3 of 5 Additional Items - Hours Approx by Sheets Sheets Full Partial Hours Hours New Elevations typicals x1 0 20 typicals x2 0 20 typicals x3 0 20 prof super 5 70 construction details c1 20 c2 20 c3 0 c4 0 c5 20 c6 50 0 c7 50 0 c8 50 0 c9 50 0 c10 0 0 traffic handling th1 20 th2 20 th3 20 th3 20 th5 20 subtotal 200 290 490 DSDD LON DSDD new sheet 30 LON new sheet 30 subtotal 60 60 CHP ADD Sheets Layout 10 Temp Water 4 Drainage 4 Utility 4 Traffic Handling 4 PD Sheet 4 Summary of Quantities 4 Planting 4 Irrigation 4 42 42 Drainage Update for Survey Elevations DP1 8 DP2 8 DP3 8 D1 0 DQ 8 32 32 624 3/23/2023 (DSDC) 2021 2022 2023 CLASSIFICATION 2020 RAW RATE FULLY BURDENE D RATE 2021 RAW RATE FULLY BURDENE D RATE PERSONNEL 2022 RAW RATE FULLY BURDENE D RATE CLASSIFICATION PERSONNEL 2023 RAW RATE FULLY BURDENE D RATE Project Manager $120.00 $272.16 $123.60 $280.32 M Cann moved to Sr Eng Aug 2022 $127.31 $288.73 Project Manager Merideth Cann $85.00 $192.78 Senior Engineer Struc $85.00 $192.78 $87.55 $198.56 $90.18 $204.52 Senior Engineer Struc $80.00 $181.44 Senior Engineer Civil $90.00 $204.12 $92.70 $210.24 M Cann, G Karayiannis $95.48 $216.55 Senior Engineer Civil G Karayiannis $80.00 $181.44 Project Engineer $70.00 $158.76 $72.10 $163.52 Thu Luu, Michael McFadden $74.26 $168.43 Project Engineer Thu Luu, Mike McFadden $70.00 $158.76 Assistant Engineer II $45.00 $102.06 $46.35 $105.12 $47.74 $108.28 Assistant Engineer II Jereme Champagnie $50.13 $113.69 Assistant Engineer I $35.00 $79.38 $36.05 $81.76 $37.13 $84.21 Assistant Engineer I $38.99 $88.42 CADD $42.00 $95.26 $43.26 $98.11 Clive Wynter, Jereme Champagnie $44.56 $101.06 CADD Clive Wynter $48.12 $109.14 Administration $25.00 $56.70 $25.75 $58.40 $26.52 $60.15 Administration $27.85 $63.16 1. Overhead Rate 110.00%110.00%110.00%1. Overhead Rate 110.00% 2. Fee 8.00%8.00%8.00%2. Fee 8.00% For Estimating Purposes Only Design Support During Construction CITY OF LAKE ELSINORE TABLE SOMMER Engineering Inc. Burdened Rate Sheet _Main Amend 2 City 230316 p1.xlsxRate Sheet AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL SERVICES Sommer Engineering, Inc. I-15/Main Street Interchange Improvements This Amendment No. 1 to Agreement for Professional Services is made and entered into as of 9/14/2021, by and between the City of Lake Elsinore, a municipal corporation (“City), and Sommer Engineering, Inc., a Corporation (“Consultant”). RECITALS A. The City and Consultant have entered into that certain Agreement for Professional Services dated as of 8/25/2020, (the “Original Agreement”). Except as otherwise defined herein, all capitalized terms used herein shall have the meanings set forth for such terms in the Original Agreement. B. The Original Agreement provided for compensation to Consultant in an amount of Three Hundred Seventy-Seven Thousand Two Hundred Thirty-Two dollars ($377,230.13) which includes the 10% contingency of $34,293.65. C. The parties now desire to amend the scope of services and increase the payment for such services as set forth in this Amendment No 1. NOW, THEREFORE, in consideration of the mutual covenants and conditions set forth herein, City and Consultant agree as follows: 1. Section 1, Scope of Services, of the Original Agreement is hereby amended to add the following: Consultant shall also perform the services described in Consultant’s 8/18/2021 Proposal (attached to this Amendment No. 1 as Exhibit A-1). Consultant shall provide such services at the time, place, and in the manner specified in Exhibit A-1, subject to the direction of the City through its staff that it may provide from time to time. 2. Section 3, Compensation, of the Original Agreement is hereby amended to read in its entirety as follows: Notwithstanding the foregoing, for purposes of Amendment No. 1 and the term thereof, compensation to be paid to Consultant shall be in accordance with the Schedule of Charges set forth in Consultant’s Proposal (referenced collectively as Exhibit A-1 Amendment No. 1). In no event shall Consultant’s compensation related to Exhibit A-1 to Amendment No. 1 exceed One Hundred Sixteen Thousand Seven Hundred Fifty-Six dollars and Sixty-Four cents ($116,756.64) plus an additional 10% contingency of (11,675.66) without additional written authorization from the City Council. Total compensation shall not exceed Five Hundred Five Thousand Six Hundred Sixty-Two Dollar and Forty-Three cents ($505,662.43). DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 Notwithstanding any provision of Consultant’s Proposal to the contrary, out of pocket expenses set forth in Exhibit A-1 respectively, shall be reimbursed at cost without an inflator or administrative charge. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 3. Except for the changes specifically set forth herein, all other terms and conditions of the Original Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the parties have caused this Amendment No. 1 to be executed on the respective dates set forth below. “CITY” CITY OF LAKE ELSINORE, a municipal corporation “CONSULTANT” Sommer Engineering, Inc. City Manager Date: Merideth Cann, President Date: __ ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Director of Administrative Services Attachments: Exhibit A-1 – Consultant’s Proposal DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 9/20/2021 | 2:34 PM PDT 9/24/2021 | 8:22 AM PDT 9/24/2021 | 9:16 AM PDT9/24/2021 | 9:18 AM PDT 9/24/2021 | 11:24 AM PDT EXHIBIT A-1 CONSULTANT’S PROPOSAL [ATTACHED] DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 August 26, 2021 Remon Habib City Engineer, City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 Tel: (951) 674-3124 Subject: Main Street I-15 Interchange Modifications, Change Order Request Dear Mr. Habib: Below is a summary of request for change order #1 from Sommer Engineering Inc. City of Lake Elsinore Main Street Interchange Improvement Project Design Support During Construction (DSDC) Change Order Request August 18, 2021 Sommer Engineering Inc. is under contract to perform Design Support During Construction. As part of this scope of work, the plans, specifications, and estimate were to be reviewed prior to going out for bid for consistency and any required clarifications to facilitate a good bidding process and efficient construction. Sommer’s scope also includes producing bid package, bid process support and design support during construction. During Task 2 – Preconstruction Phase Services additional scope was required to be completed to produce the bid package and obtain Caltrans and SCE agreements to go to Ready to List and proceed to construction. As such, Sommer is requesting additional funding for the additional scope items outlined as follows: TASK 2 - PRECONSTRUCTION PHASE SERVICES 2.1 Utility Coordination and 2.2 Plans, Specifications and Estimate Utility Coordination: SCE Distribution Pole Relocation - The project requires the relocation of an SCE Distribution pole in conflict with the shoulder on Camino Del Norte. At the conclusion of the PSE process, SCE had not been consulted to obtain the necessary documents for pole relocation. Relocation plans and agreement from SCE in order to get a Utility Certification required to put the project out to bid. The Sommer team coordinated with SCE to obtain agreement from SCE on relocation of the distribution pole as well as coordinating and or providing all DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 requirements to obtain the ROW Certification/Utility from Caltrans. Coordination and requirements included numerous meetings, converting the Cadd Plans from MicroStation to AutoCAD format with modification to meet SCE Cad standards, signed and stamped relocation plans, and obtaining a Utility Certification from Caltrans. This effort involved Sommer Engineering Inc. and Epic Land Solutions. SCE Service Pole Modifications and Relocations - In addition the project required similar coordination with SCE service group for the signal pole installations. Cad files were required and several coordination meetings. Art Panels on Main Street Retaining Walls: At the conclusion of the PSE in 2018 the details of the addition of Art Panels for retaining walls had not been determined. Since the completion of the PS&E significant progress was made by the Aesthetics consulting firm and Caltrans on the details of the Art Panels. Electrical and structural design details were needed to complete the PSE package for the current construction to allow for the installation of the Art Panels to be done under separate contract later. Coordination with SCE was required to obtain new meter locations to be installed with the current construction contract. The Sommer team coordinated with David Evans & Associates as well as Caltrans District 8 to facilitate required electrical and structural design for the art panels to be installed. This item required additional plan sheets for the retaining walls, additional cost estimating and special provisions for the electrical and structural components. This effort involved Sommer Engineering Inc, Kleinfelder and Fehr & Peers. Update to Plans, Specifications and Estimates: Review of plans specifications and estimate revealed significantly more concerns with consistency, clarifications and or missing information. We documented all concerns to be prepared for construction questions. The Plans, Specifications and Estimates were updated to stay within the boundaries of clarification or consistency to not require additional review cycles from Caltrans. The following is a list of the types of required update: • Layouts, profiles, and drainage were not consistent in call out for curb and gutter, drainage pipes and stationing limits. This also affected quantities for the estimates. • Additional details for retaining wall and electrical for the wall art panels. • Landscaping and Irrigation sheets had overlapped information and the layers for each needed to be separated and turned off in several cases to understand the plans and update the quantities. The same patterns were used for multiple items making it impossible to quantify the types of planting. Cad work was required to separate out the layers and a new set of quantities for the estimate. • Estimate - The estimate did not have any backup for quantities. A listing of how items were quantified is needed during construction to verify contractors billing and measurement of quantities. Several items were missing including electrical cabinets that are furnished by the state and landscaping irrigation items. DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 • Technical Specifications - Numerous specifications missing from original package. We needed to load Caltrans OE app and go through all special provisions to identify the missing specifications. Missing information included but was not limited to state furnished materials for electrical control cabinets, landscaping and irrigation, method of pay, surveying, video detection and communication equipment. • General Specifications - City general provisions needed to be put in Caltrans numbering system and format and revised for the size of this project. Summary: Tasks 2 Pre-Construction Phase Services, Task 3 Final Bid Package and Task 4 Bidding Support are completed. Remaining Tasks are Task 5 Construction Support and Task 6 Project Closeout are remaining tasks for completion for this contract. Sommer requests $116,756.64 to complete the project. Sincerely, Merideth Cann, PE President DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 TASK DESCRIPTION Hours REQUEST BUDGET REQUEST Task 1 - PROJECT MANAGEMENT 1.1 Coordination, Administration, and Schedules $21,092.40 1.2 Quality Assurance and Quality Control $11,793.60 SUBTOTAL-Task 1-PROJECT MANAGEMENT $32,886.00 Task 2 - PRE-CONSTRUCTION PHASE SERVICES 2.1 Coordination of Engineering Approvals & Agency Permitting $12,700.80 2.2 Right of Way, Utility and Survey Services and Coordination $30,844.80 2.2A Utilities - SCE Pole Relocation / SCE Service - Req Info and Approvals 160 $19,703.21 2.3 Coordination Environmental Permitting and Compliance $0.00 2.4 Meeting Attendance $16,216.20 2.5 Review Plans, Specs & Estimate for Consistency and Constructability $50,757.84 2.5A Additional Plans, Spec and Estimate Review and Update 442 $57,905.32 2.5B Ret Wall, Electrical and Wall Art PSE Information 270 $39,148.11 2.6 Pre-Construction Services (Bid Support)$12,065.76 SUBTOTAL - Task 2 - Pre-Construction Services $122,585.40 TASK 2 REQUESTED ADDITIONAL BUDGET 872 $116,756.64 REQUESTED NEW SUBTOTAL - Task 2 - Pre-Construction Services $239,342.04 Task 3 - FINAL BID PACKAGE 3.1 Ready to List (RTL) (Includes Certifications)$17,236.80 3.2 Permit Application for Construction $6,940.08 3.3 RE Pending Files $11,657.52 SUBTOTAL -Task 3 - Final Bid Package $35,834.40 Task 4 - BIDDING SUPPORT 4.1 Final Bid Documents $25,968.60 4.2 Attend Pre-Bid Meeting $5,851.44 SUBTOTAL -Task 4 - Bidding Support $31,820.04 Task 5 - CONSTRUCTION SUPPORT 5.1 Pre-Construction Meeting & Partnering Workshop $7,892.64 5.2 Respond to Contractor's RFIs $37,648.80 5.3 Review Shop Drawings $33,566.40 SUBTOTAL -Task 5 - Construction Support $79,107.84 Task 6 - PROJECT CLOSEOUT 6.1 Final As-Built Plans $18,824.40 6.2 Electronic Deliverables $18,824.40 SUBTOTAL - Task 6 - Project Closeout $37,648.80 ODCs $3,054.00 TOTAL BUDGET (LABOR AND ODC)$342,936.48 CONTINGENCY $34,293.65 TOTAL CONTRACT $377,230.13 REQUESTED ADDITIONAL HOURS & BUDGET $116,756.64 REQUESTED NEW TOTAL CONTRACT $493,986.77 City of Lake Elsinore Main Street Interchange Improvement Project Design Support During Construction (DSDC) Billing Detail DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 DESCRIPTION Hours SOMMER BUDGET SOMMER Hours EPIC BUDGET EPIC Hours FEHR N PEERS BUDGET FEHR N PEERS Hours KLEIN BUDGET KLEIN Hours LCI BUDGET LCI Hours PSOMAS BUDGET PSOMAS Coordination, Administration, and Schedules $9,962.45 $4,668.11 $1,422.82 $1,040.64 $2,397.44 $1,600.94 Quality Assurance and Quality Control $9,236.70 $1,074.50 $320.65 $433.60 $313.10 $415.06 SUBTOTAL-Task 1-PROJECT MANAGEMENT $19,199.15 $5,742.60 $1,743.47 $1,474.24 $2,710.54 $2,016.00 Coordination of Engineering Approvals & Agency Permitting $6,677.38 $0.00 $6,023.42 $0.00 $0.00 Right of Way, Utility and Survey Services and Coordination $0.29 $17,740.50 $0.00 $0.00 $0.00 $13,104.01 Utilities - SCE Pole Relocation / SCE Service - Req Info and Approvals 160 $19,703.21 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 Coordination Environmental Permitting and Compliance $0.00 $0.00 $0.00 $0.00 $0.00 Meeting Attendance $13,914.70 $0.00 $480.97 $839.22 $566.25 $415.06 Review Plans, Specs & Estimate for Consistency and Constructability $23,796.64 $5,012.46 $5,107.33 $8,895.78 $7,945.62 $0.00 Additional Plans, Spec and Estimate Review and Update 316 $38,881.61 0 $0.00 35 $5,439.83 0 $0.00 91 $13,583.88 0 $0.00 Ret Wall, Electrical and Wall Art PSE Information 71 $8,723.00 0 $0.00 99 $15,445.44 100 $14,979.67 0 $0.00 0 $0.00 Pre-Construction Services (Bid Support)$10,326.58 $0.00 $585.47 $587.46 $566.25 $0.00 SUBTOTAL - Task 2 - Pre-Construction Services $54,715.59 $22,752.96 $12,197.20 $10,322.47 $9,078.11 $13,519.07 TASK 2 REQUESTED ADDITIONAL BUDGET 547 $67,307.82 0 $0.00 134 $20,885.27 100 $14,979.67 91 $13,583.88 0 $0.00 REQUESTED NEW SUBTOTAL - Task 2 - Pre-Construction Services $122,023.42 $22,752.96 $33,082.47 $25,302.14 $22,661.99 $13,519.07 Ready to List (RTL) (Includes Certifications)$11,015.30 $6,221.50 $0.00 $0.00 $0.00 $0.00 Permit Application for Construction $6,940.08 $0.00 $0.00 RE Pending Files $7,562.39 $0.00 $1,462.95 $1,594.53 $0.00 $1,037.65 SUBTOTAL -Task 3 - Final Bid Package $25,517.77 $6,221.50 $1,462.95 $1,594.53 $0.00 $1,037.65 Final Bid Documents $25,968.60 $0.00 $0.00 $0.00 $0.00 $0.00 Attend Pre-Bid Meeting $5,851.44 $0.00 $0.00 $0.00 $0.00 $0.00 SUBTOTAL -Task 4 - Bidding Support $31,820.04 $0.00 $0.00 $0.00 $0.00 $0.00 Pre-Construction Meeting & Partnering Workshop $7,892.64 $0.00 $0.00 Respond to Contractor's RFIs $18,738.75 $8,394.79 $3,003.11 $3,049.18 $4,462.96 $0.00 Review Shop Drawings $29,601.34 $0.00 $2,006.87 $1,958.19 $0.00 $0.00 SUBTOTAL -Task 5 - Construction Support $56,232.74 $8,394.79 $5,009.97 $5,007.37 $4,462.96 $0.00 Final As-Built Plans $13,072.96 $0.00 $492.43 $1,958.19 $3,300.82 $0.00 Electronic Deliverables $17,247.50 $0.00 $492.43 $559.48 $524.98 $0.00 SUBTOTAL - Task 6 - Project Closeout $30,320.46 $0.00 $984.87 $2,517.67 $3,825.80 $0.00 ODCs $2,381.50 $672.50 $0.00 $0.00 $0.00 $0.00 TOTAL BUDGET (LABOR AND ODC)$220,187.24 $43,784.36 $21,398.47 $20,916.28 $20,077.42 $16,572.72 REQUESTED ADDITIONAL HOURS & BUDGET 547 $67,307.82 0 $0.00 134 $20,885.27 100 $14,979.67 91 $13,583.88 0 $0.00 REQUESTED NEW TOTAL BUDGET (W/O CONTINGENCY)$287,495.06 $43,784.36 $42,283.74 $35,895.95 $33,661.30 $16,572.72 Billing Detail DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 5/20/2021 License # 0E67768 (949) 297-5962 (949) 297-5960 11000 Sommer Engineering Inc. 334 Walnut Street Newport Beach, CA 92663 20443 10328 A 2,000,000 X 72SBABD3388 5/27/2021 5/27/2022 1,000,000 10,000 2,000,000 4,000,000 4,000,000 2,000,000A X 72SBABD3388 5/27/2021 5/27/2022 1,000,000A 72SBABD3388 5/27/2021 5/27/2022 1,000,000 B WC6081200027 5/27/2021 5/27/2022 1,000,000 Y 1,000,000 1,000,000 A Property X 72SBABD3388 5/27/2021 Business Personal 2,000 C Excess Professional X AE20201010-01 5/27/2021 5/27/2022 Aggregate 1,000,000 Civil Engineering Certificate Holder is Additional Insured with respect to General Liability and Professional Liability, on a Primary and Non-Contributory basis, when required by written contract. City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 SOMMENG-01 CERPAD IOA Insurance Services 130 Vantis Suite 250 Aliso Viejo, CA 92656 c Sentinel Insurance Company, Ltd Continental Casualty Company Capitol Specialty Insurance Corporation Aggregate X 5/27/2022 X X X X X X X DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 CITY OF LAKE ELSINORE TO BE POSTED IN A CONSPICUOUS PLACE Business Name: Business Location: Owner Name(s): BUSINESS LICENSE NO. Issue Date: Description: Expiration Date: BUSINESS LICENSE THIS IS YOUR LICENSE • NOT TRANSFERABLE 334 WALNUT ST Business Type: NEWPORT BEACH, CA 92663-1922 SOMMER ENGINEERING INC 334 WALNUT ST NEWPORT BEACH, CA 92663-1922 This business license is issued for revenue purposes only and does not grant authorization to operate a business. This business license is issued without verification that the holder is subject to or exempted from licensing by the state, county, federal government, or any other governmental agency. Administrative Services - Licensing 130 South Main Street, Lake Elsinore, CA 92530 PH (951) 674-3124 SOMMER ENGINEERING INC MERIDETH CANN PROFESSIONAL/ENGINEERS CIVIL ENGINEERING SERVICES 025054 5/1/2021 4/30/2022 Starting January 1, 2021, Assembly Bill 1607 requires the prevention of gender -based discrimination of business establishments. A full notice is available in English or other languages by going to: https://www.dca.ca.gov/publications/ DocuSign Envelope ID: 892C58F4-5B45-4985-B6B4-87A84F7D4469 8/18/2020 PROFESSIONAL ENGINEERING SERVICES Main Street Interchange Improvement Project Design Support During Construction (DSDC) Fee Fee Labor 339,882.48$ 339,882.48$ ODC 3,054.00$ 3,054.00$ Contingency 10%34,293.65$ 34,293.65$ TOTAL 377,230.13$ 377,230.13$ NOTE: Please note that this estimate is a "not to exceed" and given the nature of construction support,it is dependent upon the number of RFI's during construction. It is based upon an assumed number of RFI's. City of Lake Elsinore I-15 / Main Street IC City Project No. Z10017 FEE PROPOSAL SUMMARY SOMMER and Team TOTALS Page 1 of 4 8/18/2020 TASK DESCRIPTION Project ManagerSenior Engineer StructureSenior Engineer CivilProject Engineer Assistant Engineer IIAssistant Engineer ICADDAdministrationTOTAL HOURSCOST $272.16 $192.78 $204.12 $158.76 $102.06 $79.38 $95.26 $56.70 2,082 339,882.48$ Task 1 - PROJECT MANAGEMENT 1.1 Coordination, Administration, and Schedules 65 60 125 $21,092.40 1.2 Quality Assurance and Quality Control 20 40 60 $11,793.60 SUBTOTAL-Task 1-PROJECT MANAGEMENT 85 0 0 40 0 0 0 60 185 $32,886.00 Task 2 - PRE-CONSTRUCTION PHASE SERVICES 2.1 Coordination of Engineering Approvals & Agency Permitting 0 0 80 80 $12,700.80 2.2 Right of Way, Utility and Survey Services and Coordination 20 0 160 180 $30,844.80 2.3 Coordination Environmental Permitting and Compliance 0 0 0 0 $0.00 2.4 Meeting Attendance 25 4 4 30 30 93 $16,216.20 2.5 Review Plans, Specs & Estimate for Consistency and Constructability 16 20 180 60 80 356 $50,757.84 2.6 Pre-Construction Services (Bid Support)12 2 40 20 74 $12,065.76 SUBTOTAL - Task 2 - Pre-Construction Services 73 4 26 450 90 0 80 0 709 $110,519.64 Task 3 - FINAL BID PACKAGE 3.1 Ready to List (RTL) (Includes Certifications)40 0 40 80 $17,236.80 3.2 Permit Application for Construction 8 0 30 38 $6,940.08 3.3 RE Pending Files 12 0 40 20 72 $11,657.52 SUBTOTAL -Task 3 - Final Bid Package 60 0 0 110 20 0 0 0 190 $35,834.40 Task 4 - BIDDING SUPPORT 4.1 Final Bid Documents 40 10 10 70 130 $25,968.60 4.2 Attend Pre-Bid Meeting 4 0 30 34 $5,851.44 SUBTOTAL -Task 4 - Bidding Support 44 10 10 100 0 0 0 0 164 $31,820.04 Task 5 - CONSTRUCTION SUPPORT 5.1 Pre-Construction Meeting & Partnering Workshop 4 0 0 30 20 54 $7,892.64 5.2 Respond to Contractor's RFIs 15 0 0 160 80 255 $37,648.80 5.3 Review Shop Drawings 15 0 0 160 40 215 $33,566.40 SUBTOTAL -Task 5 - Construction Support 34 0 0 350 140 0 0 0 524 $79,107.84 Task 6 - PROJECT CLOSEOUT 6.1 Final As-Built Plans 20 0 8 50 40 118 $18,824.40 6.2 Electronic Deliverables 20 0 8 50 40 118 $18,824.40 SUBTOTAL - Task 6 - Project Closeout 40 0 16 100 0 0 80 0 236 $37,648.80 ODCs $3,054.00 TOTAL 336 14 52 1,190 270 0 160 60 2,082 $342,936.48 For Estimating Purposes Only City of Lake Elsinore Main Street Interchange Improvement Project Design Support During Construction (DSDC) SOMMER ENGINEERING INC. and TEAM Page 2 of 4 Agency: City of Lake Elsinore Consultant: SOMMER Engineering Inc. and TEAM UNIT UNIT COST TOTAL A.2020 Mileage 2,640 $ 0.58 $ 1,518.00 B.Printing (8.5"x11" Black & White) 500 $ 0.10 $ 50.00 C.Printing (11"x17" Black & White) 2,200 $ 0.15 $ 330.00 D.Printing (8.5"x11" Color) 80 $ 0.25 $ 20.00 E.Printing (11"x17" Color) 40 $ 0.40 $ 16.00 F.Full Color Presentation Exhibits - SF 10 $ 40.00 $ 400.00 G.Postage - Overnight Mail 24 $ 30.00 $ 720.00 $ 3,054.00 $ 3,054.00 For Estimating Purposes Only TOTAL ODCs = SCHEDULE OF OTHER DIRECT COSTS DESCRIPTION OF ITEMS SUBTOTAL ODCs = _Lake Els Main St DSDC Fee 200818.xlsxODCs 8/18/2020 3 % Escalation 3 % Escalation CLASSIFICATION 2020 RAW RATE FULLY BURDENED RATE 2021 RAW RATE FULLY BURDENED RATE 2022 RAW RATE FULLY BURDENED RATE Project Manager $120.00 $272.16 $123.60 $280.32 $127.31 $288.73 Senior Engineer Structure $85.00 $192.78 $87.55 $198.56 $90.18 $204.52 Senior Engineer Civil $90.00 $204.12 $92.70 $210.24 $95.48 $216.55 Project Engineer $70.00 $158.76 $72.10 $163.52 $74.26 $168.43 Assistant Engineer II $45.00 $102.06 $46.35 $105.12 $47.74 $108.28 Assistant Engineer I $35.00 $79.38 $36.05 $81.76 $37.13 $84.21 CADD $42.00 $95.26 $43.26 $98.11 $44.56 $101.06 Administration $25.00 $56.70 $25.75 $58.40 $26.52 $60.15 1. Overhead Rate 110.00%110.00%110.00% 2. Fee 8.00%8.00%8.00% Design Support During Construction (DSDC) CITY OF LAKE ELSINORE TABLE Burdened Rate Sheet _Lake Els Main St DSDC Fee 200818.xlsxRate Sheet City of Lake Elsinore Professional Engineering Services Main Street Improvement Project Design Support During Construction SCOPE OF WORK The City of Lake Elsinore, in partnership with Caltrans, is preparing to construct improvements to Main Street at Interstate 15 from 2 lanes to 4 lanes, provide ramp metering, improvements to both Northbound on and off ramps, Southbound off ramp widening at the intersection, and installation of traffic signals at the ramp and intersections of Camino Del Norte and Main Street. Other related services to produce Caltrans approved type bid sets should be anticipated. Proposed Interchange Improvements • The proposed improvements would increase existing Main Street from 2 to 4 lanes, with the following improvements: • Improvements at NB off ramp – from 1 lane to 2 lanes at ramp intersection with Main Street • Improvements at NB on ramp – from 1 lane to 2 lanes at ramp intersection with Main Street • Improvements at SB off ramp – from 2 lane to 3 lanes at ramp intersection with Main Street • Signals at all ramp termini and Main Street • Signal at Main Street and Camino Del Norte • Ramp Metering on both on-ramps • Maintenance Vehicle Pullout on Northbound on ramp • CHP enforcement area on Southbound on ramp • Access ramps at sidewalks located at all ramp intersections with Main Street The Consultant will provide construction support services to prepare the package of documents for contractor bid and assist the City in requesting information and other types of support that may be needed during the construction phase of the Main Street IC based on the approved PS&E documents. Task 1 – PROJECT MANAGEMENT Project Management Consultant’s project administration shall be conducted to ensure timely progress reporting and billing, accurate project record keeping, monitoring of costs, progress, deliverables and adherence to quality standards. Internal project coordination meetings shall be conducted monthly through office meetings, conference calls and exchange of emails, to maintain good project communication. Task 1.1 Coordination/Administration/Schedules – Schedule Control: During the project development, Consultant shall ensure that the schedule adheres to all contractual requirements. The schedule shall constantly be updated. Consultant shall work closely with the City to establish the delivery requirements. Document Control: All design and correspondence materials shall be logged and filed according to a project-specific document control system. Accounting and Invoicing Procedures: Consultant shall follow general City and Caltrans accounting and billing requirements. All man-hours, direct and indirect costs shall be tracked. Only 75% of the task can be billed until that task is 100% complete. Cost Control: Project costs shall be verified monthly. Cost-to- date, estimated actual percent completed, and estimated budget to complete by the individual task at each invoicing period will be documented. Deliverables: Monthly Invoices, Progress Reports, Schedule Updates and Document Logs Meetings: As a minimum, the Consultant shall schedule and attend meetings as follows: a. Kickoff meeting including sub-consultants. b. Project Development Team (PDT) meetings, monthly. c. City Council Meeting/Council Study Session (as necessary) This task shall include general management and coordination with the City, Consultant Team, Caltrans, regulatory agencies, and other key stakeholders. Project meetings shall be conducted to maintain good project communication in purposeful and concise meetings. Project coordination shall be established by frequent progress review meetings or conference calls. Project Development Team (PDT) meetings in the City Hall or by conference calls shall be conducted. A meeting agenda shall be prepared in advance. All action items listed in the minutes shall be reviewed at each meeting. Other typical procedures including preparing monthly progress reports; establishing design criteria; posting project issues to all individuals; mitigating all independent check and review comments; clearing communication lines to maintain the project schedule. Project Manager and key task leaders or engineers shall attend the meetings. Deliverables: Meeting Agendas, Meeting Minutes, and Coordination Memorandums Schedule: The project schedule shall be developed by the Consultant for design, permitting, right of way, and construction phases and shall be provided to the City in both digital and hard copy. An updated schedule is to be handed out during the PDT Meetings. The project schedule shall be divided into tasks and subtasks in full detail including, but are not limited to, City function timeline, critical path, and other outside sources such as agencies or utilities. Some of the tasks shall be, but are not limited to, planning, environmental, design, relevant City Council meetings, Caltrans review, advertising, and construction. The schedule is to indicate anticipated durations for all tasks. Task 1.2 Quality Assurance and Quality Control - Consultant shall provide Quality Control and Quality Assurance (QC/QA) for all project documents and plans to ensure that the project moves forward to delivery as quickly as possible. Upon notice to proceed, the QC/QA procedures shall be clearly outlined for the project team. These procedures shall include checklists for plan preparation, e- file sharing procedures and document controls, and independent reviews by senior staff. Consultant shall review the design documents to make sure that the design is consistent with the funding requirements so that the review and approval process is expedited. Deliverables: Quality Control and Quality Assurance Plan Task 2 - PRE-CONSTRUCTION PHASE SERVICES Task 2.1 Coordination of Engineering Approvals and Agency Permitting – Consultant will provide coordination of engineering submittals and approvals with the City and as required for permits. Additionally, Consultant will coordinate utility notification, protection and relocation as appropriate for franchise facilities within the project area. There is anticipated to be one relocation, unless an option for avoidance can be developed. The Consultant will coordinate necessary utility, engineering and project certifications, as required, in conjunction with encroachment permit issuance by Caltrans District 8 (Caltrans). Task 2.2 Right of Way, Utility and Survey Services and Coordination – Consultant will provide for coordination between the County of Riverside, RCTC, City of Lake Elsinore, and Caltrans on the Right of Way Certification and Utility Certification required for the project. The City does not anticipate the acquisition of right of way. Right of Way ownership will be verified. Survey services may be required to support utility relocation of SCE power pole and or other design clarifications that could arise during any phase of the project. Consultant will not verify plan utility information, except for information related to the SCE pole in conflict with Camino Del Norte. Consultant will update plans as needed. Task 2.3 Coordination Environmental Permitting and Compliance – Consultant does not anticipate any environmental permitting or coordination for compliance, the environmental document is a CE/CE. Task 2.4 Meeting Attendance – Consultant will attend meetings as necessary with the City and Caltrans to coordinate design, develop submittals and obtain approvals and associated certifications for the project. Task 2.5 Review Plans, Specifications & Estimates for Consistency and for Constructability – Consultant will review the project PS&E documents (Plans, Specification and Estimate) to verify that the documents are consistent among disciplines and different documents. The consultant will mark up plans and create a log of any discrepancies. The consultant will be prepared to answer questions related to these items from the contractor. The Consultant will work with the selected Construction Management team to review plans and identify any concerns for constructability and discuss with the City to make any necessary revisions to the PS&E documents. Task 2.6 Pre-Construction Services (Bid Support) – Consultant will provide for bid support and coordination for the project. Task 3 - FINAL BID PACKAGE Task 3.1 Ready to List (RTL) – Consultant will respond and resolve all remaining reviewing agency comments and prepare documents necessary for project Ready-To-List (RTL) approval by Caltrans and the City. Support for Certifications by others (e.g. utility relocation portion of R/W Certification and SSP location of environmental mitigation commitments for Environmental Certification) is included. Task 3.2 Permit Application for Construction – The Consultant will prepare the permit application for Construction work. Task 3.3 RE Pending Files – The Consultant will prepare the necessary documentation required for the RE Pending Files prior to bid as described in the Caltrans guidance documents and as directed by the City. Task 3 Deliverables: • Permit Applications for Construction • Utility and ROW Certifications • ADA and TMP Certifications if required • RE Pending File Task 4 - BIDDING SUPPORT Task 4.1 Final Bid Documents – The Consultant will prepare and submit the final bid documents to the City for advertisement. The Consultant will assist in answering questions (Request for Information [RFI]) regarding the Technical Provisions, the design drawings, or conflicts in the design during the bidding process. The Consultant will assist the City in preparation of Addenda regarding omissions or conflicts in the design. Task 4.2 Attend Pre-Bid Meeting – The Consultant will attend a pre-bid meeting to be scheduled in advance of the bid opening date as directed by the City. The Consultant will perform bid review and analysis, if required. Task 4 Deliverables: • Final Bid Documents • RFI Responses and Addendum Documents Task 5 - CONSTRUCTION SUPPORT During the construction phase, Consultant shall work closely with the City staff and the Construction Management team to assist in construction support to minimize construction conflicts and to expedite Project completion. Task 5.1 Partnering Workshop and or Pre-Construction Meeting Consultant will set up and attend a partnering workshop with the Resident Engineer and the Contractor. Task 5.2 Respond to Contractor’s RFIs – The Consultant will provide response to contractor’s requests for information (RFI’s) about the contract plans and specifications forwarded to Consultant by the City within reasonable time of receipt. Upon written authorization from the City, the Consultant shall provide engineering design services for revisions to construction documents resulting from changed field or unforeseen conditions or other change order work required due to actions of the City. Subsequent change order documentation and processing shall be prepared by the City’s Resident Engineer (Construction Management Team). All subconsultant services may be required to respond to contractor RFIs. Task 5.3 Review Shop Drawings – The Consultant will review shop drawings and submittals for conformance with the contract plans and specifications, and make recommendations for acceptance, denial or re-submittal within reasonable time of receipt. Task 5 Deliverables: • RFI Responses • Change Order Support • Shop Drawing Reviews Task 6 - PROJECT CLOSEOUT Task 6.1 Final As-Built Plans – Following the completion and acceptance of the project, the Consultant will furnish the City with a complete set of revised contract drawings showing as-built conditions. Revisions shall be solely based on as-built redlined information provided by the Construction Manager and the City. The as-built plans shall be signed and stamped by Consultant and submitted to the City and Caltrans within three months of receipt of redlined plans. Task 6.2 Electronic Deliverables – Following the completion and acceptance of the project, the Consultant will furnish the City with an electronic copy in PDF and their native format (i.e. Microstation, Word, Excel, etc.) of all Project deliverables, including reports, exhibits, construction plans, specifications, and quantity calculations. Task 6 Deliverables: • Two hardcopies and electronic CADD files of As-Built Plans • Electronic (PDF and native format) of as-built project deliverables (reports, exhibits, construction plans, specifications, and quantity calculations) 8/18/2020 3 % Escalation 3 % Escalation CLASSIFICATION 2020 RAW RATE FULLY BURDENED RATE 2021 RAW RATE FULLY BURDENED RATE 2022 RAW RATE FULLY BURDENED RATE Project Manager $120.00 $272.16 $123.60 $280.32 $127.31 $288.73 Senior Engineer Structure $85.00 $192.78 $87.55 $198.56 $90.18 $204.52 Senior Engineer Civil $90.00 $204.12 $92.70 $210.24 $95.48 $216.55 Project Engineer $70.00 $158.76 $72.10 $163.52 $74.26 $168.43 Assistant Engineer II $45.00 $102.06 $46.35 $105.12 $47.74 $108.28 Assistant Engineer I $35.00 $79.38 $36.05 $81.76 $37.13 $84.21 CADD $42.00 $95.26 $43.26 $98.11 $44.56 $101.06 Administration $25.00 $56.70 $25.75 $58.40 $26.52 $60.15 1. Overhead Rate 110.00%110.00%110.00% 2. Fee 8.00%8.00%8.00% Design Support During Constuction (DSDC) CITY OF LAKE ELSINORE TABLE SOMMER Engineering Inc. Rate Sheet 20_Sommer Rate Sheet.xlsxRate Sheet SOMMER Page 1 of 1 8/18/2020 3 % Escalation 3 % Escalation CLASSIFICATION 2020 RAW RATE FULLY BURDENED RATE 2021 RAW RATE FULLY BURDENED RATE 2022 RAW RATE FULLY BURDENED RATE Right of Way Lead $60.10 $178.21 $61.90 $183.56 $63.76 $189.06 Utility Relocation Coordination Lead $50.00 $148.26 $51.50 $152.71 $53.05 $157.29 1. Overhead Rate 174.56%174.56%174.56% 2. Fee 8.00%8.00%8.00% Design Support During Constuction (DSDC) CITY OF LAKE ELSINORE TABLE Epic Land Solutions, Inc. Rate Sheet 20_Epic Rate Sheet.xlsxRate Sheet Epic Page 1 of 1 8/18/2020 3 % Escalation 3 % Escalation CLASSIFICATION 2020 RAW RATE FULLY BURDENED RATE 2021 RAW RATE FULLY BURDENE D RATE 2022 RAW RATE FULLY BURDENED RATE Principal In Charge - Jason Pack $87.50 $260.51 $90.13 $268.32 $92.83 $92.83 Project Manager - Claude Strayer $53.85 $160.32 $55.47 $165.13 $57.13 $57.13 Senior Engineer - Mike Johnstone $56.73 $168.90 $58.43 $173.97 $60.18 $60.18 Project Engineer $41.35 $123.11 $42.59 $126.80 $43.87 $43.87 Assistant Engineer $35.10 $104.50 $36.15 $107.64 $37.24 $37.24 Accounting $34.62 $103.07 $35.66 $106.16 $36.73 $36.73 Project Coordinator $26.92 $80.15 $27.73 $82.55 $28.56 $28.56 1. Overhead Rate 175.67%175.67%175.67% 2. Fee 8.00%8.00%8.00% Design Support During Constuction (DSDC) CITY OF LAKE ELSINORE TABLE Fehr & Peers Rate Sheet 20_Fehr&Pehrs Rate Sheet.xlsxRate Sheet F&P Page 1 of 1 8/18/2020 3 % Escalation 3 % Escalation CLASSIFICATION 2020 RAW RATE FULLY BURDENED RATE 2021 RAW RATE FULLY BURDENED RATE 2022 RAW RATE FULLY BURDENED RATE Senior Principal Professional $133.00 $372.06 $136.99 $383.22 $141.10 $394.71 Principal Professional $90.00 $251.77 $92.70 $259.32 $95.48 $267.10 Senior Professional $80.00 $223.79 $82.40 $230.51 $84.87 $237.42 Project Professional $70.00 $195.82 $72.10 $201.69 $74.26 $207.74 Project Controls $50.00 $139.87 $51.50 $144.07 $53.05 $148.39 Project Administrator $31.00 $86.72 $31.93 $89.32 $32.89 $92.00 1. Overhead Rate 159.02%159.02%159.02% 2. Fee 8.00%8.00%8.00% Design Support During Constuction (DSDC) CITY OF LAKE ELSINORE TABLE KLEINFELDER, INC. Rate Sheet 20_Kleinfelder Rate Sheet.xlsxRate Sheet Kleinfelder Page 1 of 1 8/18/2020 3 % Escalation 3 % Escalation CLASSIFICATION 2020 RAW RATE FULLY BURDENED RATE 2021 RAW RATE FULLY BURDENE D RATE 2022 RAW RATE FULLY BURDENE D RATE Landscape Principal $93.20 $301.39 $96.00 $310.44 $98.88 $319.75 Sr. Project Manager $67.28 $217.57 $69.30 $224.10 $71.38 $230.82 Project Mgr/Designer $49.38 $159.69 $50.86 $164.48 $52.39 $169.41 Landscape Architect $40.11 $129.71 $41.31 $133.60 $42.55 $137.61 Irrigation Designer $47.44 $153.41 $48.86 $158.02 $50.33 $162.76 Design Staff II $27.35 $88.45 $28.17 $91.10 $29.02 $93.83 Administration $42.07 $136.05 $43.33 $140.13 $44.63 $144.33 $0.00 $0.00 1. Overhead Rate 199.43%199.43%199.43% 2. Fee 8.00%8.00%8.00% Design Support During Constuction (DSDC) CITY OF LAKE ELSINORE TABLE LYNN CAPOUYA, INC. Rate Sheet 20_LCI_Rate Sheet.xlsxRate Sheet LCI Page 1 of 1 8/18/2020 3 % Escalation 3 % Escalation CLASSIFICATION 2020 RAW RATE FULLY BURDENED RATE 2021 RAW RATE FULLY BURDENED RATE 2022 RAW RATE FULLY BURDENED RATE Survey Manager $60.00 $177.88 $61.80 $183.22 $63.65 $188.72 CLASSIFICATION $70.00 $207.53 $72.10 $213.76 $74.26 $220.17 1. Overhead Rate 174.51%174.51%174.51% 2. Fee 8.00%8.00%8.00% Design Support During Constuction (DSDC) CITY OF LAKE ELSINORE TABLE Psomas Rate Sheet 20_Psomas Rate Sheet.xlsxRate Sheet Psomas Page 1 of 1