HomeMy WebLinkAboutRRM Design Group; 2010-04-14; PWENG755PWENG755
AGREEMENT FOR CONSTRUCTION ADMINISTRATION SUPPORT SERVICES
PROJECT NO. 3686
(RRM DESIGN GROUP)
THIS AGREEMENT is made and entered into as of the / V "*" day of
2010, by and between the CITY OF CARLSBAD, a_
municipal corporation, ("City"), and RRM DESIGN GROUP, a California corporation,
("Contractor").
RECITALS
A. City requires the professional services of an architect that is experienced
in construction administration support.
B. Contractor has the necessary experience in providing professional
services and advice related to construction administration support.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. Contractor has submitted a proposal to City and has affirmed its
willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this
reference in accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional
care and skill customarily exercised by reputable members of Contractor's profession
practicing in the Metropolitan Southern California Area, and will use reasonable
diligence and best judgment while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of three years from the date first
above written. The City Manager may amend the Agreement to extend it for two (2)
additional one (1) year periods or parts thereof in an amount not to exceed one hundred
thousand dollars ($100,000) per Agreement year. Extensions will be based upon a
satisfactory review of Contractor's performance, City needs, and appropriation of funds
by the City Council. The parties will prepare a written amendment indicating the
effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
City Attorney Approved Version #05.06.08
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be not to exceed four hundred seventy seven thousand nine hundred twenty five
dollars ($477,925). No other compensation for the Services will be allowed except for
items covered by subsequent amendments to this Agreement. The City reserves the
right to withhold a ten percent (10%) retention until City has accepted the work and/or
Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent
contractor and in pursuit of Contractor's independent calling, and not as an employee of
City. Contractor will be under control of City only as to the result to be accomplished,
but will consult with City as necessary. The persons used by Contractor to provide
services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to the Agreement will be the full and
complete compensation to which Contractor is entitled. City will not make any federal or
state tax withholdings on behalf of Contractor or its agents, employees or
subcontractors. City will not be required to pay any workers' compensation insurance or
unemployment contributions on behalf of Contractor or its employees or subcontractors.
Contractor agrees to indemnify City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which City may be required to make on behalf of Contractor or
any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any
balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval
of City. If Contractor subcontracts any of the Services, Contractor will be fully
responsible to City for the acts and omissions of Contractor's subcontractor and of the
persons either directly or indirectly employed by the subcontractor, as Contractor is for
the acts and omissions of persons directly employed by Contractor. Nothing contained
in this Agreement will create any contractual relationship between any subcontractor of
Contractor and City. Contractor will be responsible for payment of subcontractors.
Contractor will bind every subcontractor and every subcontractor of a subcontractor by
the terms of this Agreement applicable to Contractor's work unless specifically noted to
the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
City Attorney Approved Version #05.06.08
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials,
employees and volunteers from and against all claims, damages, losses and expenses
including attorneys fees arising out of the performance of the work described herein
caused by any negligence, recklessness, or willful misconduct of the Contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City
incurs or makes to or on behalf of an injured employee under the City's self-
administered workers' compensation is included as a loss, expense or cost for the
purposes of this section, and that this section will survive the expiration or early
termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property
which may arise out of or in connection with performance of the services by Contractor
or Contractor's agents, representatives, employees or subcontractors. The insurance
will be obtained from an insurance carrier admitted and authorized to do business in the
State of California. The insurance carrier is required to have a current Best's Key Rating
of not less than "A-:VII". OR with a surplus line insurer on the State of California's List of
Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide
of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below,
unless City Attorney or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's
indemnification obligations under this Agreement. City, its officers, agents and
employees make no representation that the limits of the insurance specified to be
carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If
Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liability Insurance. $1.000.000 combined
single-limit per occurrence for bodily injury, personal injury and property damage. If the
submitted policies contain aggregate limits, general aggregate limits will apply
separately to the work under this Agreement or the general aggregate will be twice the
required per occurrence limit.
10.1.2 Automobile Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily
injury and property damage.
City Attorney Approved Version #05.06.08
10.1.3 Workers' Compensation and Employer's Liability. Workers'
Compensation limits as required by the California Labor Code. Workers' Compensation
will not be required if Contractor has no employees and provides, to City's satisfaction, a
declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must
be maintained for a period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance
required under this Agreement contain, or are endorsed to contain, the following
provisions:
10.2.1 The City will be named as an additional insured on General
Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and
any extensions of it and will not be canceled without thirty (30) days prior written notice
to City sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution
of this Agreement, Contractor will furnish certificates of insurance and endorsements to
City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these
insurance coverages, then City will have the option to declare Contractor in breach, or
may purchase replacement insurance or pay the premiums that are due on existing
policies in order to maintain the required coverages. Contractor is responsible for any
payments made by City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor
under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and
endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of
the Agreement, as may be amended from time-to-time.
City Attorney Approved Version #05.06.08
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred
under this Agreement. All records will be clearly identifiable. Contractor will allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of records and any other documents created pursuant to this
Agreement. Contractor will allow inspection of all work, data, documents, proceedings,
and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors
pursuant to this Agreement is the property of City. In the event this Agreement is
terminated, all work product produced by Contractor or its agents, employees and
subcontractors pursuant to this Agreement will be delivered at once to City. Contractor
will have the right to make one (1) copy of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City
and Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written
notice on behalf of City and on behalf of Contractor under this Agreement.
For City:
Name William Plummer
For Contractor:
Name Don liler
Title Deputy City Engineer
Department Utilities
City of Carlsbad
Address 1635 Faraday Avenue
Title Manager of Public Safety Services
Address 232 Avenida Fabricante.
Suite 112
San Clemente. CA 92672
Carlsbad. CA 92008
Phone No. (760) 602-2768
Phone No. (949)361-7950
Each party will notify the other immediately of any changes of address that would
require any notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City's Conflict of Interest Code is required
of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor's affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
City Attorney Approved Version #05.06.08
Contractor, for Contractor and on behalf of Contractor's agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
Contractor further warrants that neither Contractor, nor Contractor's agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way
affect the performance of the Services by Contractor. Contractor will at all times observe
and comply with these laws, ordinances, and regulations and will be responsible for the
compliance of Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act
of 1986 and will comply with those requirements, including, but not limited to, verifying
the eligibility for employment of all agents, employees, subcontractors and consultants
that the services required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations
prohibiting discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following
procedure will be used to resolve any questions of fact or interpretation not otherwise
settled by agreement between the parties. Representatives of Contractor or City will
reduce such questions, and their respective views, to writing. A copy of such
documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative
receiving the letter will reply to the letter along with a recommended method of
resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City
Manager. The City Manager will consider the facts and solutions recommended by each
party and may then opt to direct a solution to the problem. In such cases, the action of
the City Manager will be binding upon the parties involved, although nothing in this
procedure will prohibit the parties from seeking remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services,
City may terminate this Agreement for nonperformance by notifying Contractor by
certified mail of the termination. If City decides to abandon or indefinitely postpone the
work or services contemplated by this Agreement, City may terminate this Agreement
upon written notice to Contractor. Upon notification of termination, Contractor has five
(5) business days to deliver any documents owned by City and all work in progress to
City Attorney Approved Version #05.06.08
City address contained in this Agreement. City will make a determination of fact based
upon the work product delivered to City and of the percentage of work that Contractor
has performed which is usable and of worth to City in having the Agreement completed.
Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may
terminate this Agreement. In this event and upon request of City, Contractor will
assemble the work product and put it in order for proper filing and closing and deliver it
to City. Contractor will be paid for work performed to the termination date; however, the
total will not exceed the lump sum fee payable under this Agreement. City will make the
final determination as to the portions of tasks completed and the compensation to be
made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or
person, other than a bona fide employee working for Contractor, to solicit or secure this
Agreement, and that Contractor has not paid or agreed to pay any company or person,
other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift,
or any other consideration contingent upon, or resulting from, the award or making of
this Agreement. For breach or violation of this warranty, City will have the right to annul
this Agreement without liability, or, in its discretion, to deduct from the Agreement price
or consideration, or otherwise recover, the full amount of the fee, commission,
percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to
City must be asserted as part of the Agreement process as set forth in this Agreement
and not in anticipation of litigation or in conjunction with litigation. Contractor
acknowledges that if a false claim is submitted to City, it may be considered fraud and
Contractor may be subject to criminal prosecution. Contractor acknowledges that
California Government Code sections 12650 et seq., the False Claims Act applies to
this Agreement and, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate
ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is
entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges
that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor
on any public work or improvement for a period of up to five (5) years. Contractor
acknowledges debarment by another jurisdiction is grounds for City to terminate this
Agreement.
City Attorney Approved Version #05.06.08
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of
enforcing a right or rights provided for by this Agreement will be tried in a court of
competent jurisdiction in the County of San Diego, State of California, and the parties
waive all provisions of law providing for a change of venue in these proceedings to any
other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor
any monies due or to become due under it may be assigned by Contractor without the
prior consent of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated
by it, along with the purchase order for this Agreement and its provisions, embody the
entire Agreement and understanding between the parties relating to the subject matter
of it. In case of conflict, the terms of the Agreement supersede the purchase order.
Neither this Agreement nor any of its provisions may be amended, modified, waived or
discharged except in a writing signed by both parties.
City Attorney Approved Version #05.06.08
8
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf
of Contractor each represent and warrant that they have the legal power, right and
actual authority to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
RRM DESIGN GROUP, a California
corporation
By:
icipal
iforoia
(sign fiere)
(print name/title)
By:
ATTEST:
'Mayor
(e-mail addres
1/ORRAlNE M.
City d
(print name/title) '
(e-mail address
If required by City, proper notarial acknowledgment of execution by contractor
must be attached. If a Corporation. Agreement must be signed by one corporate
officer from each of the following two groups.
*Group A.
Chairman,
President, or
Vice-President
**Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or
assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.
APPROVED AS TO FORM:
RONALD R. BALL.^ity Attorney
By: )Qjl2 Av Deputy City AttoVney
City Attorney Approved Version #05.06.08
STATE OF CALIFORNIA
COUNTV OF SAN LUIS OBISPO
On.
before me,.
a Notary Public in and for said State, personally appeared
Nancy H. Herrmann
who prowed to me on the basis of satisfactory evidence) to be the personf» whose name(OJs/are subscribed to the
within instrument and acknowledged to me that he/she/they executed the same in .his/her/their authorized capacity(te&
and that by his/her/their signature^ on the instrument the person^), or the entity upon behalf of which the person^)
acted, executed the instrument.
I certify under Penalty of Perjury under the laws of the State of California that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
Signature
NANCY H. HERRMANN
Commission * 1743361
Notary Public - California
San Luis Oblspo County
My Comm. Expires Jun 1,2011
STATE OF CALIFORNIA
COUNTY OF SAN LUIS OBISPO
On.
before me,.
a Notary Public in and for said State, personally appeared
Nancy H. Herrmann
who proved to me on the basis of satisfactory evidence) to be the personfi) whose namelSO js/are subscribed to the
within instrument and acknowledged to me thathe/she/they executed the same in his/her/their authorized capacity(te$),
and that by his/her/their signature^ on the instrument the personfc), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under Penalty of Perjury under the laws of the State of California that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
Signature
• i • - - > • « « "YNANCY H. HfcRHMANN t
Commission #1743361 K
Notary Public - California |
San Luis Oblspo County -
rrmdesigngroup
creating environments people enjoy'
Exhibit A
RRM Design Group
232 Avenida Fabricante, Ste. 112 CARLSBAD JOINT FIRST RESPONDERS TRAINING FACILITY
San Clemente, CA 92672 | Construction Administration Support - Basic Services
P: (949) 361-7950 J Scope of Services and Fee
f: (949) 361-7955
www.rrmdesign.com
THE APPROACH
As the Joint First Responders Training Facility enters into the construction phase of the project, RRM
Design Group will provide construction administration support pursuant to the American Institute of
Architects Guidelines for Basic Services as described below. This work will be a continuation of our
existing contract for professional services, and will be considered Amendment No. 2 with a separate task
number for billing purposes.
In order to provide a fee for this work, RRM has to affix certain project assumptions. First is the estimated
duration of the construction schedule - something that RRM has no control over. Second is quantity and
scheduling of meetings during the construction period. For purposes of this proposal, RRM is assuming
an eighteen (18) month construction period, and a maximum of twenty-six (26) on-site construction
meetings. These two assumptions form the basis of this proposal and should the construction period
extend beyond this assumption, or RRM is requested to attend more meetings by the City of Carlsbad,
the additional time spent by RRM will be billed on a time plus material basis at RRM's current standard
billing rates.
CONSTRUCTION PHASE: BASIC SERVICES
Task 9.0: Construction Administration / Construction Observation
As one of the City's representative in the field during construction, RRM will be an additional set of eyes
and ears for the City in regards to the quality of materials being installed, adherence to the design intent
of the construction documents, and arbitrator in regards to construction questions being asked in the field.
This is a very crucial role, and one that RRM does not take lightly. RRM will have a staff architect who
specializes in construction administration with at least 5 years of experience performing these critical
support services.
Anticipated Products of Service:
• Response to RFI's (maximum of 150 RFI's)
• Submittal/shop drawing review (maximum of two reviews per submittal)
• Review of Construction Progress Meeting Minutes (generation of meeting minutes by Dudek)
• Clarifications/field questions
• Review and processing of Change Orders/Architect's Supplemental Instructions, if necessary
• Issuance of Certificate of Substantial Completion
• Project Punch List, walk-thru items
COMMUNITY | CIVIC & PUBLIC SAFETY | RECREATION | EDUCATION | URBAN
ARCHITECTS | ENGINEERS | EXHIBIT DESIGNERS | LANDSCAPE ARCHITECTS | PLANNERS | SURVEYORS
A California Corporation | Victor Montgomery. Architect *C11090 | |erry Michael, PE *36895, LS #6276 | Jeff Fcrber, 1A K2814 printed or) recycled paper i
rrm ;i , - group
creating environments people enjoy"Carlsbad Joint First Responders Training Facility
Scope of Services and Fee
September 15, 2009
Page 2 of 3
Meetings:
• Attendance at pre-construction meeting at the project site
• On-site review meetings of construction progress with field reports to a maximum of twenty-six
(26) meetings as requested by the City
• On-site review meetings of construction progress with field reports by consultants as follows:
o Structural Engineer (maximum six (6) meetings)
o MPE Engineer (maximum five (5) meetings per discipline)
o Civil Engineer (maximum three (3) meetings)
o RRM, Mark Graham as Burn Prop consultant (maximum six (6) meetings)
o Shooting Range Consultant (maximum five (5) meetings)
• Punch-list walk thru meeting
• Substantial Completion confirmation walk-thru meeting
/Warranty Review
As the facility nears the warranty expiration period, RRM will meet with the City and conduct a thorough
review of the facility in an effort to identify potential warranty issues for the General Contractor. RRM will
prepare a list of items of concern, meet with the General Contractor and City, and review the warranty
work performed by the General Contractor.
Anticipated Products of Service:
• Comprehensive warranty review of the facility, including system operations and workmanship of
original installation
• Preparation of Warranty punch list items
Meetings:
• Attendance at post occupancy, warranty period walk-thru of facility
• Attendance at on-site warranty meeting with General Contractor
• Attendance on-site to review completion of warranty items
Exclusions
Review of construction project schedule (by Dudek)
Meeting minutes (by Dudek - review/comment only by RRM)
Review of approval of Contractor's Application for Payment
Record Drawings
On-site construction progress meetings beyond twenty-six (26) meetings
RFI review beyond one hundred fifty (150) RFI's
Shop drawing review beyond two (2) reviews per submittal
Consultant on-site construction progress meetings beyond those listed above
rrnm group
_.,...,_.._ _ . . _ creating environments people enjoyCarlsbad Joint First Responders Training Facility
Scope of Services and Fee
September 15, 2009
Page 3 of 3
Fee Proposal
Pursuant to the attached Fee Proposal spreadsheet, RRM is proposing to perform construction
administration support and post occupancy evaluation pursuant to the American Institute of Architects
guidelines for Basic Services as described above on a time and material basis at RRM's noted billing
rates. RRM annually revises our standard billing rates in January, and the rates indicated by the attached
spreadsheet may be affected.
The Cost Proposal is prepared as an estimated amount only. Actual hours may be more or less than
those indicated. As RRM is responding to unknown contractor questions and performance, the amount
indicated represents our best estimate of what the construction support services may cost the City of
Carlsbad.
CITY OF CARLSBAD
JOINT FIRST RESPONDERS TRAINING FACILITY
FEE PROPOSAL: CONSTRUCTION ADMIN SUPPORT -
BASIC SERVICES
PHASE IV: Construction Administration Services
Kirk Van
Cleave AIA
Principal
in Charge
185 I oer hour
Don Her
AIA
Project
Architect
Mark
Graham
AIA
Bill Graeber Mike Hutaff Brian
Hannegan
Assistant
Project
Architect
Senior
Construct
Admin
Landscape
Designer
$0 01 $0 128 $23.040 18571 $111,410 936 $102,9601 40 $4,6001 234 $18,720180 $4.800 $14,700
41 $740 I 8 $1,400 | 4 $720 I 32 $4,160 32! $3,520 I 8 $920 I 0 $0 4 $240
NOTES: - Fee to be billed on an hourly basis at RRM's standard rates, adjusted annually
- Fee is based on an assumed 18 month construction period
rrm group Eii
creating environments people enjoy"