Loading...
HomeMy WebLinkAboutItem No. 05 - Amend No. 1 PSA Sommer Engineering I-15 Main St. ImprovementsCity Council Agenda Report City of Lake Elsinore 130 South Main Street Lake Elsinore, CA 92530 www.lake-elsinore.org File Number: ID# 21-315 Agenda Date: 9/14/2021 Status: Approval FinalVersion: 1 File Type: Council Consent Calendar In Control: City Council / Successor Agency Agenda Number: 5) Amendment No. 1 to Professional Services Agreement with Sommer Engineering for I-15 Main Street Interchange Improvements Approve and authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Sommer Engineering in the amount of $116,756.64 plus an additional 10% contingency for I-15 Main Street Interchange Improvements - Post Design Services in such final form as approved by the City Attorney. Page 1 City of Lake Elsinore Printed on 9/9/2021 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: September 14, 2021 Subject: Amendment No. 1 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. 1 to the Professional Services Agreement with Sommer Engineering in the amount of $116,756.64 plus an additional 10% contingency for I-15 Main Street Interchange Improvements – Post Design Services in such final form as approved by the City Attorney. Background In May of 2019, the City completed the final design of the Main Street Interchange improvements project. The project includes 3 Traffic signals, road widening under the freeway, on-ramp metering, and structural walls. The City has received the Caltrans encroachment permit and is in the process of completing a freeway maintenance agreement with Caltrans in order to move forward with letting the project out for bid. The Project has a funding agreement with RCTC to fund construction, post-design services, and construction management contracts. The project is currently out to bid and construction is anticipated to start early 2022. On August 25th 2020 City Council awarded Sommer Engineering a professional services contract in order to complete post design services necessary to complete remaining design tasks and permitting necessary to take the project to bid as well as to provide construction support services during construction. Discussion Due to extensive effort beyond the original scope of the contract, Sommer has requested the attached amendment. The Amendment reflects additional effort required in several preconstruction tasks including the relocation of an SCE Distribution pole in conflict with the shoulder on Camino Del Norte. Relocation requires Caltran Utility Certification and coordination with SCE on a relocation design that does not conflict with the intercha nge project improvements. The Amendment also reflects Sommer’s efforts in coordination with Transportation Art panel design. Effort includes consultation with Trasnportation art designer, Caltrans, as well as electrical subconsultant on the details of the Art Panels. Electrical and structural design details were needed to complete the final design package for the current construction to allow for the installation of the Art Panels to be done under separate contract. Amendment to Professional Services Agreement with Sommer Engineering September 14, 2021 Page 2 Page 2 of 2 Coordination with SCE was required to o btain 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 effort also 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. The Amendment also reflects additional effort needed to update the Specifications and cost estimate for the project to ensure successful completion during construction phase. Fiscal Impact The fiscal impact is $116,756.64 plus an additional $11,675.66 in contingency which will be reimbursed by the Funding Agreement between the City and RCTC. Exhibits A. Amendment No. 1 B. Proposal C. Original Agreement 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). 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 EXHIBIT A-1 CONSULTANT’S PROPOSAL [ATTACHED] 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 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. • 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 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 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 b82724d6e116$2AB6DC8F5EE1420CABE31C4DBF6F1B1B.docx Page 1 AGREEMENT FOR PROFESSIONAL DESIGN SERVICES Sommer Engineering Professional Engineering Services – Main Street Interchange Improvement Project This Agreement for Professional Services (the “Agreement”) is made and entered into as of August 25, 2020, by and between the City of Lake Elsinore, a municipal corporation (‘‘City") and Sommer Engineering, a Corporation ("Consultant"). RECITALS A. The City has determined that it requires the following professional services: Professional Engineering Services – Main Street Interchange Improvement Project B. Consultant has submitted to City a proposal, dated July 28, 2020, attached hereto as Exhibit A (“Consultant’s Proposal”) and incorporated herein, to provide professional services to City pursuant to the terms of this Agreement. C. Consultant possesses the skill, experience, ability, background, certification and knowledge to perform the services described in this Agreement on the terms and conditions described herein. D. City desires to retain Consultant to perform the services as provided herein and Consultant desires to provide such professional services as set forth in this Agreement. AGREEMENT 1. Scope of Services. Consultant shall perform the services described in Consultant’s Proposal (Exhibit A). Consultant shall provide such services at the time, place, and in the manner specified in Consultant’s Proposal, subject to the direction of the City through its staff that it may provide from time to time. 2. Time of Performance. a. Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the professional services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the professional services contemplated pursuant to this Agreement according to the agreed upon performance schedule in Consultant’s Proposal (Exhibit A). b. Performance Schedule. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the Consultant’s Proposal (Exhibit A). When requested by Consultant, extensions to the time period(s) specified may be approved in writing by the City Manager. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 2 c. Term. The term of this Agreement shall commence upon execution of this Agreement and shall continue until the services and related work are completed in accordance with the Consultant’s Proposal (Exhibit A). 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the fees set forth in Consultants’ Proposal (Exhibit A), which is attached hereto and incorporated herein by reference. In no event shall Consultant’s compensation exceed Three Hundred Seventy Seven Thousand Two Hundred Thirty/Thirteen dollars ($377,230.13) without additional written authorization from the City. Notwithstanding any provision of Consultant’s Proposal to the contrary, out of pocket expenses set forth in Exhibit A 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. 4. Method of Payment. Consultant shall promptly submit billings to the City describing the services and related work performed during the preceding month to the extent that such services and related work were performed. Consultant’s bills shall be segregated by project task, if applicable, such that the City receives a separate accounting for work done on each individual task for which Consultant provides services. Consultant’s bills shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Consultant no later than forty-five (45) days after receipt of the monthly invoice by City staff. 5. Background Checks. At any time during the term of this Agreement, the City reserves the right to make an independent investigation into the background of Consultant’s personnel who perform work required by this Agreement, including but not limited to their references, character, address history, past employment, education, social security number validation, and criminal or police records, for the purpose of confirming that such personnel are lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons or property in and around the vicinity of where the services will be rendered or City Hall. If the City makes a reasonable determination that any of Consultant’s prospective or then current personnel is deemed objectionable, then the City may notify Consultant of the same. Consultant shall not use that personnel to perform work required by this Agreement, and if necessary, shall replace him or her with a suitable worker. 6. Suspension or Termination. a. The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least ten 10) days prior written notice. Upon receipt of such notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City, pursuant to Section entitled “Method of Payment” herein. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 3 7. Plans, Studies, Documents. a. Ownership of Documents. All plans, studies, documents and other writings prepared by and for Consultant, its officers, employees and agents and subcontractors in the course of implementing this Agreement, except working notepad internal documents, shall become the property of the City upon payment to Consultant for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Consultant or to any other party. Consultant shall, at Consultant’s expense, provide such reports, plans, studies, documents and other writings to City upon written request. City shall have sole determination of the public’s rights to documents under the Public Records Act, and any third- party requests of Consultant shall be immediately referred to City, without any other actions by Consultant. b. Licensing of Intellectual Property. This Agreement creates a nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require that all subcontractors agree in writing that City is granted a nonexclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. c. Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the services under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City’s name or insignia, photographs relating to project for which Consultant ’s services are rendered, or any publicity pertaining to the Consultant’s services under this Agreement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 8. Consultant’s Books and Records. a. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant to this Agreement. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 4 b. Consultant shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. c. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Consultant’s address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Consultant’s business, City may, by written request by any of the above-named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Consultant, Consultant’s representatives, or Consultant’s successor-in-interest. 9. Independent Contractor. a. Consultant is and shall at all times remain as to the City a wholly independent contractor pursuant to California Labor Code Section 3353. The personnel performing the services under this Agreement on behalf of Consultant shall at all times be under Consultant’s exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of Consultant’s officers, employees, or agents, except as set forth in this Agreement. Consultant shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Consultant shall not incur or have the power to incur any debt, obligation, or liability whatsoever against City, or bind City in any manner. b. Notwithstanding any other federal, state and local laws, codes, ordinances and regulations to the contrary and except for the fees paid to Consultant as provided in the Agreement, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or employee contributions for PERS benefits. 10. PERS Eligibility Indemnification. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. 11. Interests of Consultant. Consultant (including principals, associates and professional employees) covenants and represents that it does not now have any investment or interest in real property and shall not acquire any interest, direct or indirect, in the area covered DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 5 by this Agreement or any other source of income, interest in real property or investment which would be affected in any manner or degree by the performance of Consultant’s services hereunder. Consultant further covenants and represents that in the performance of its duties hereunder no person having any such interest shall perform any services under this Agreement. Consultant is not a designated employee within the meaning of the Political Reform Act because Consultant: a. will conduct research and arrive at conclusions with respect to his/her rendition of information, advice, recommendation or counsel independent of the control and direction of the City or of any City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).) 12. Professional Ability of Consultant. City has relied upon the professional training and ability of Consultant to perform the services hereunder as a material inducement to enter into this Agreement. Consultant shall therefore provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant’s field of expertise. 13. Compliance with Laws. a. Consultant shall comply with all local, state and federal laws and regulations applicable to the services required hereunder, including any rule, regulation or bylaw governing the conduct or performance of Consultant and/or its employees, officers, or board members. b. Consultant represents that it has obtained and will maintain at all times during the term of this Agreement all professional and/or business licenses, certifications and/or permits necessary for performing the services described in this Agreement, including a City business license. 14. Licenses. Consultant represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Consultant to practice its profession. Consultant shall maintain a City of Lake Elsinore business license. 15. Indemnity. a. Indemnification for Professional Liability. To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City and any and all of its officials, employees and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities, damages, costs and expenses, including attorney’s fees and costs, to the extent they arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. Consultant’s duty to defend shall consist of reimbursement of defense costs incurred DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 6 by City in direct proportion to the Consultant’s proportionate percentage of fault. Consultant’s percentage of fault shall be determined, as applicable, by a court of law, jury or arbitrator. In the event any loss, liability or damage is incurred by way of settlement or resolution without a court, jury or arbitrator having made a determination of the Consultant’s percentage of fault, the parties agree to mediation with a third party neutral to determine the Consultant’s proportionate percentage of fault for purposes of determining the amount of indemnity and defense cost reimbursement owed to the City. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Consultant shall indemnify, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including attorneys’ fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Consultant or by any individual or entity for which Consultant is legally liable, including but not limited to officers, agents, employees or sub-consultants of Consultant. Consultant shall not be liable to third parties for any liability exempted by statute. c. General Indemnification Provisions. Consultant agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every sub-consultant or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this Agreement. In the event Consultant fails to obtain such indemnity obligations from others as required here, Consultant agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this Agreement or this section. 16. Insurance Requirements. a. Insurance. Consultant, at Consultant’s own cost and expense, shall procure and maintain, for the duration of the contract, unless modified by the City’s Risk Manager, the following insurance policies. i. Workers’ Compensation Coverage. Consultant shall maintain Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. In the event that Consultant is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California, Consultant shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 7 ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Consultant shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. iv. Professional Liability Coverage. Consultant shall maintain professional errors and omissions liability insurance appropriate for Consultant’s profession for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant’s services under this Agreement, whether such services are provided by the Consultant or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed with the following specific language: i. Notwithstanding any inconsistent statement in any required insurance policies or any subsequent endorsements attached thereto, the protection offered by all policies, except for Workers’ Compensation, shall bear an endorsement whereby it is provided that, the City and its officers, employees, servants, volunteers and agents and independent contractors, including without limitation, the City Manager and City Attorney, are named as additional insureds. Additional insureds shall be entitled to the full benefit of all insurance policies in the same manner and to the same extent as any other insureds and there shall be no limitation to the benefits conferred upon them other than policy limits to coverages. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 8 ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City’s option, Consultant shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 17. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Consultant: Sommer Engineering Attn: Merideth Cann 334 Walnut Street Newport Beach, CA 92663 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 9 18. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant and the subcontractors listed in Exhibit B. Consultant shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express consent of the City. Consultant shall not subcontract any portion of the work to be performed under this Agreement except as provided in Exhibit B without the written authorization of the City. If City consents to such subcontract, Consultant shall be fully responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 19. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 20. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys’ fees. 21. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 22. Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 23. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 10 24. Prevailing Wages. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. Consultant agrees to fully comply with all applicable federal and state labor laws (including, without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in connection with the Work or Services provided pursuant to this Agreement, Consultant shall bear all risks of payment or non-payment of prevailing wages under California law, and Consultant hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees, agents, and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive termination of this Agreement. 25. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 26. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 27. Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to m ake the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non - monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. 28. Counterparts. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. 29. Entire Agreement; Incorporation; Conflict. This Agreement contains the entire understanding between the parties relating to the obligations described herein. All prior or contemporaneous understandings, agreements, representations and statements, oral or written, are superseded in total by this Agreement and shall be of no further force or effect. Consultant’s Proposal is incorporated only for the description of the scope of services and/or the schedule of performance and no other terms and conditions from such proposal shall apply to this Agreement unless specifically agreed to in writing. In the event of conflict, this Agreement shall take precedence over those contained in the Consultant’s Proposal. 30. Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. Signatures on next page] DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. CITY” CITY OF LAKE ELSINORE, a municipal corporation Grant Yates, City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Risk Manager CONSULTANT” Sommer Engineering, a Corporation By: Merideth Cann Its: President/CEO Attachments: Exhibit A – Consultant’s Proposal Exhibit B – List of Subcontractors DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 EXHIBIT A EXHIBIT A CONSULTANT’S PROPOSAL ATTACHED] DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 EXHIBIT B EXHIBIT B LIST OF SUBCONTRACTORS ATTACHED] DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 Revised August 18, 2020 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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. DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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, DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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) DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 POLICYEXPTYPEOFINSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TORENTEDCLAIMS-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/OPAGGJECT 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 - POLICYLIMITDESCRIPTIONOFOPERATIONSbelow 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 5/29/2020 License # 0E67768 949) 297-5962 (949) 297-5960 11000 Sommer Engineering Inc. 334 Walnut Street Newport Beach, CA 92663 20443 10200 A 2,000,000 X 72SBABD3388 5/27/2020 5/27/2021 1,000,000 10,000 2,000,000 4,000,000 4,000,000 2,000,000A X 72SBABD3388 5/27/2020 5/27/2021 B WC6081200027 5/27/2020 5/27/2021 1,000,000 Y 1,000,000 1,000,000 C Professional Liabili X ANE4490251.20 5/27/2020 Per Claim 1,000,000 C Professional Liabili X ANE4490251.20 5/27/2020 5/27/2021 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Engineering Services Certificate Holder is Additional Insured with respect to General Liability, on a Primary and Non-Contributory basis, when required by written contract. Waiver of Subrogation applies to General Liability when required by written contract. Valuable Papers Coverage on and off premises $100,000 Property Deductible $1,000 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 Daniel Cerpa Sentinel Insurance Company, Ltd Continental Casualty Company Hiscox Insurance Company Inc 5/27/2021 X X X X X DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007 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 4/16/2020 4/30/2021 DocuSign Envelope ID: 73C34DA6-325A-41FB-A399-AD3F21194007