Loading...
HomeMy WebLinkAbout2006-06-27; City Council; 18619; Approval of Agreement for Fire Station No.6CITY OF CARLSBAD - AGENDA BILL AB# 18,619 MTG. 6/27/06 DEPT. PW-ENG APPROVAL OF AGREEMENT FOR CONSTRUCTION MANAGEMENT AND INSPECTION OF FIRE STATION NO. 6, PROJECT NO. 3901 DEPT. HEAD /O frfr CITYATTY. t[/2X^ CITY MGR7~5DC> f •• 9 RECOMMENDED ACTION: Adopt Resolution No. 2006-176 approving and authorizing execution of a professional services agreement with Dudek and Associates for Construction Management and Inspection of Fire Station No. 6, Project No. 3901. ITEM EXPLANATION: New Fire Station No. 6 is currently in the design phase and will be constructed on a 1/2-acre parcel located west of Rancho Santa Fe Road, approximately 1-mile north of La Costa Avenue. The new fire station will replace a temporary facility located on Levante Street that the Fire Department has occupied since 1990. The new facility will be approximately 6,200 square feet in size and will house four personnel and include two apparatus bays. The project is in the final stage of acquiring environmental approval in accordance with the California Environmental Quality Act and the design is approximately 90% complete. On April 17, 2006, staff sent out a request for proposals to four firms qualified to provide the required construction management and inspection services. On May 9, 2006, the City received two proposals. The qualifications and proposals of the two firms were reviewed by a selection committee comprised of staff members from the Engineering Design Division and Construction Management Division. Both firms referenced previous experience in the inspection of fire station facilities; however, the committee ultimately selected the firm of Dudek and Associates as the most qualified. In addition to construction management and inspection services for the project, Dudek and Associates or their subconsultant will be responsible for providing necessary geotechnical testing, materials testing, and biological monitoring of the adjacent open space during construction. The decision to hire a construction management firm prior to design completion was made so that the selected firm would have adequate time to review the draft contract documents and perform a constructability review of the project prior to bid. ENVIRONMENTAL IMPACT: A Mitigated Negative Declaration (MND) for the project has been prepared in accordance with the requirements of the California Environmental Quality Act (CEQA) and is currently out for public review. Approval of the MND from the Planning Commission will be obtained prior to completion of design and bidding of the project. FISCAL IMPACT: The cost proposal from Dudek and Associates is for time and materials, not-to-exceed $392,340, to perform a constructability review of the design, construction management and inspection services, materials testing, and biological monitoring. Public Facilities Fee (PFF) funding for the design and construction of Fire Station No. 6 has been previously appropriated through the Capital Improvement Program (CIP) process. Dudek's cost proposal is within the amount previously budgeted for construction phase services. Therefore, no further appropriation is necessary. PAGE 2 EXHIBITS: 1. Location Map. 2. Resolution No. 2006-176 approving and authorizing the execution of a professional services agreement with Dudek and Associates for construction management and inspection of Fire Station No. 6, Project No. 3901. 3. Professional Services Agreement with Dudek and Associates. DEPARTMENT CONTACT: Terry L. Smith, (760) 602-2765, tsmit@ci.carlsbad.ca.us FOR CITY CLERKS USE ONLY. COUNCIL ACTION: APPROVED ISs^ CONTINUED TO DATE SPECIFIC Q DENIED 'a CONTINUED TO DATE UNKNOWN D CONTINUED a RETURNED TO STAFF O WITHDRAWN O OTHER - SEE MINUTES D AMENDED D LOCATION MAP NOT TO SCALE SITE VICINITY MAP NOT TO SCALE PROJECT NAME FIRE STATION N0.6 PROJECT NUMBER 39011 EXHIBIT 1 DRAWN BY: SCOTT EVANS. CARLSBAD ENGINEERING DEPT. 6/08/06 C:\CAPITAL\SUnH\39011.DWG 3 1 RESOLUTION NO. 2006-176 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, CALIFORNIA, APPROVING AND AUTHORIZING EXECUTION OF A PROFESIONAL SERVICES AGREEMENT WITH 4 DUDEK AND ASSOCIATES FOR CONSTRUCTION MANAGEMENT AND INSPECTION OF FIRE STATION NO. 6. PROJECT NO. 3901. 5 WHEREAS, the Department of Public Works solicited proposals from four consulting 6 firms and received a total of two proposals for construction management and inspection services 7 for Fire Station No. 6, Project No. 3901; and 8 WHEREAS, subsequent to review of the proposals, staff recommends Dudek and 9 Associates as the most qualified consultant for the project; and 10 WHEREAS, City staff recommends the Dudek and Associates proposal to provide construction management and inspection services for Fire Station No. 6 for an amount not-to-exceed $392,340 be approved; and13 WHEREAS, the City Council of the City of Carlsbad, California, has determined it14 necessary and in the public interest to enter into an agreement with Dudek and Associates; and I O WHEREAS, sufficient Public Facilities Fee (PFF) funds have been appropriated to the16 17 project. .0 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad,18 California, as follows:i y 1. That the above recitations are true and correct. 21 2. That the agreement with Dudek and Associates for construction management 22 and inspection services for Fire Station No. 6, Project No. 3901, is hereby approved and the Mayor 23 is hereby authorized and directed to execute said agreement. 24 7/ 25 7/ 26 " 27 7/ 28 " 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 27th day of June, 2006, by the following vote, to wit: AYES: Council Members Lewis, Hall, Kulchin, Packard, Sigafoose NOES: None ABSENT: None ATTEST: ILL LORRAINE M. WOOD, City Clerl (SEAL) ^--l" AGREEMENT FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR FIRE STATION NO. 6, PROJECT NO. 3901 (DUDEK & ASSOCIATES, INC.) THIS AGREEMENT is made and entered into as of the &Q _ day of , 2QO(s by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and DUDEK & ASSOCIATES, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in construction management and inspection. B. Contractor has the necessary experience in providing professional services and advice related to construction management and inspection. 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 two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period. 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 #04.01.02 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be a not-to-exceed fee of three hundred ninety two thousand three hundred forty dollars ($392,340) paid on a time and materials basis. 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 #04.01.02 1 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 in whole or in part by any willful misconduct or negligent act or omission 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-:V". 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 #04.01.02 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance 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 #04.01.02 4 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: For Contractor: Name Terry L. Smith Name George Litzinger Title Senior Civil Engineer Title CM Division Manager Dept Engineering CITY OF CARLSBAD DUDEK & ASSOCIATES, INC. Address 1635 Faraday Avenue Address 605 Third Street Carlsbad, CA 92008 Encinitas, CA 92024 Phone No. (760) 602-2765 Phone No. (760)942-5147 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 #04.01.02 ID 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. City Attorney Approved Version #04.01.02 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 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 sea., 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 #04.01.02 12. 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 #04.01.02 8 > 3 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 DUDEK & ASSOCIATES, a California corporation By ATTEST:\T (print name/title) (e-mail address) ^~~—J&grrtigre) (print name/title) LORRAINE M. WOOD City Clerk (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^Gity Attorney tteputy City Attorney City Attorney Approved Version #04.01.02 EXHIBIT "A" SCOPE OF SERVICES PROJECT APPROACH The Dudek Team approach is to provide the City with construction management and inspection services to facilitate a project that is completed on time, within budget and to the City's standards. Furthermore, we need to make sure that the City gets what it wants and is completely satisfied with the fire station, not only after completion, but for many years in the future. Our goal will be to listen to the City to develop a complete understanding of the goals and needs of the City, and then implement them in an effective and efficient manner. We will provide construction management and inspection services in the following phases and tasks. Management Approach The Dudek Team is a "hands-on" team with fire station construction management experience, innovative ideas and determination. This however, is not enough. The project team must also have the ability to work together seamlessly and be effectively coordinated to deliver smooth project execution. Roles within the team must be understood along with the tasks and assignments that each team member is responsible for. The coordination and functioning of the Dudek Team falls under the direction and guidance of the Construction Manager and On-site Manager/Inspector. They must also form a close day- to-day working relationship with the City staff providing timely and straightforward communication to keep the City informed of progress. The intent of our Management Plan is to fully integrate the scope of work into a logical order to insure the scope of work can be efficiently executed. In Section I: Executive Summary, we have outlined several project issues that we would like to address with the City immediately upon our selection. It will be imperative that we get up to speed on the project as soon as possible. Sole Point of Contact In order to effectively manage any project, one firm or person must be designated as the single point of contact for all communication (verbal and written). We are adamant about establishing sole points of contact for the contractor and owner at the beginning of the project. This is absolutely necessary to avoid miscommunication and the "He said, she said..." syndrome which is extremely detrimental to the success of a project. This also includes communication and direction from the City. Once the pre-construction meeting is complete, Dudek will be the City's representative and sole point of contact for all project related communication. We make it clear that the contractor is not to proceed with any directive unless it comes from us. If directives are given from others, the contractor is to notify us immediately. This criteria also extends to the Dudek Team and other consultants or agencies we will be responsible for coordinating. A strict procedure of reporting activities and communication for field personnel will be implemented. The core project field management team Jason Linsdau, Construction Manager and David Babcock, On-site Manager/Inspector, will be kept apprized of all field activities through an internal reporting and meeting procedure. Field personnel will be required to provide reports to the Construction Manager and On-site Manager/Inspector at the end of each day for our review. DUDEK City of Carlsbad Fire Station No. 6 Construction Management & Inspection Services 4-1 SECTION 4: PROJECT APPROACH Communications in Writing Paperwork is the Name-of-the-Game in Construction Management. Within reason, all communication will be provided to Contractor and other affected parties in writing. Our philosophy is to "Write Things Down" so they are not misunderstood and more importantly not forgotten. We stress the positive side of requiring things in writing, as opposed to doing paperwork as a means of preparing for litigation. In fact, doing paperwork helps keep you out of court. A strict RFI procedure with the contractor will be implemented and made a part of the Construction Management Procedures Manual. Coordination and General Project Management The Construction Manager and On-site Manager/Inspector will maintain on-going interaction with the City, contractor, architect and affected agencies and entities through progress meetings and project updates conducted at regular intervals after start of construction. We will conduct weekly progress meetings at the site with, at a minimum, the City and contractor attending. Other affected agencies and entities will be invited and encouraged to attend, to hear first hand the information being discussed. At times their attendance will be mandatory if there are specific issues to address. Regardless, agenda's and meeting minutes will be made available and distributed to those wishing copies. In addition to regular project progress meetings, the Construction Manager and On-site Manager/Inspector will conduct internal weekly staff meetings to coordinate the many subconsultants. These meetings will be conducted to obtain our staffs concerns and issues so that they may be incorporated into the regular weekly project meeting. The intent is to conduct these meetings on a Monday for the upcoming week and incorporation in the following Thursday morning project progress meeting. Management and Coordination Activities The Construction Manager in conjunction with the On-site Manager/Inspector will provide the following management and coordination functions shortly after consultant contract execution: • Compliance: Dudek will comply with all Federal and State laws and other regulations as required. • Interaction with others: Dudek will maintain interaction with the City staff, contracting and community representatives where the work will take place. We will coordinate with representatives of the following communities and agencies: • City of Carlsbad • City of Carlsbad Building Department • Utility Companies • Architect - WLC Information Systems: Dudek will use the standard systems listed below: • AutoCad 2005 • Outlook • Corel Draw I I • Premavera Project Planner • MS Office 2000 Pro SP3 • Primaver Expedition • Word • Expedition Express • Excel • Windows 2000 SP4 • PowerPoint Dudek will maintain current versions and updates throughout the project DUDEK City of Carlsbad Fire Station No. 6 Construct/on Management & Inspection Services 4-2 SECTION 4: PROJECT APPROACH Technical Approach Task I: Pre-Construction Phase Services Task I.I: Project Management Kick-Off Meeting We suggest that a "pre kick-off' meeting be conducted immediately after notification of selection. This will give us an opportunity to discuss issues and begin the process of getting up to speed on the project. The goals of this meeting will be two-fold, first the sooner we can start conversing with the City about the project and obtain information the better prepared we'll be when we are officially given the notice to proceed. We would like to discuss the issues identified in the proposal to determine if any of them need to be addressed in the contract documents prior to bid. The tentative agenda for the "pre-kick off' meeting is as follows: 1. Review City's Management Philosophy 2. Discuss City's expectations of the Dudek Team 3. Confirm project goals 4. Discuss and obtain current copies of all project documents (plans, specifications, soils reports, permits environmental documents, right-of-way documents, agreements with other agencies) 5. Discuss project issues and potential solutions 6. Determine key milestone dates 7. Review lines of communication 8. Discuss preferences and format of the Construction Management Procedures Manual 9. Assign tasks and establish next step Task 1.2: Design Review Once the final set of plans and specifications are complete (100%), we will conduct a review of the contract documents identifying constructability issues. These have proven invaluable in uncovering potential change orders and problem areas that would normally be found by the contractor. Resolving these issues prior to bid normally produces lower and more competitive bids and minimizes disputes during construction. During review of the plans and specifications we will use our experience and lessons learned constructing fire stations. We have reviewed the plans, specifications and soils report for this project and have identified issues we would want to discuss further to understand them and make sure these are not potential problems. We have also listed issues from past projects so they are on the radar screen to discuss upon completion of our review. Issues to consider are: • Need provisions for removal of undocumented fill on-site; suggest using a unit price bid item. • Need provisions for a subdrain installation, suggest using a unit price bid item. • Need to include a dewatering specification. • Need provisions for biasing; suggest using a unit price bid item; particularly for the oil/water separation. • Check corrosion resistance of underground facilities. • Fill material needs to be 8-inch max. size. DUDEK City of Carlsbad Fire Station No.6 Construction Management & Inspection Services 4-3 n SECTION 4: PROJECT APPROACH • Check earth work balance. • Create a level 3 foot compacted zone under building slab and one-foot under footings. • Prepare R-values upon completion of subgrade. Create unit price bid items for subgrade preparation. Base AC to adjust for final structural section. • Investigate need for an Essential Facilities Inspection based on requirements in the California Health and Safety Code. Coordinate overhead door operation with vehicle exhaust system. Task 1.3: Pre-Construction Conference Prior to the contractor's Notice to Proceed, the Construction Manager will meet jointly with the Contractor, City Project Manager, and other involved entities as needed to outline to the contractor: contract administration guidelines, contractual roles and relationships and reinforcement of specific requirements for safety, security and access through various construction site. The Construction Manager will highlight environmentally sensitive areas and outline project concerns. Mobilization and staging, requirements will be reviewed and discussed and contract interfacing with other contractors working on the site will be discussed for a complete understanding of the site usage, right-of- way issues, etc. the proposed inspection staff, reporting features required by the contractor and contract administrative details will be addressed for complete job site familiarization. We will prepare the agenda, conduct meeting and issue meeting minutes. This meeting will set the tone for the project and is crucial that the contractor understands that we expect him to comply with the contract documents, particularly in regards to environmental and public relations. The goal is to ensure that the contractor understands that we are there to enforce the specifications, and that we will do it fairly and consistently. We want to portray that our attitude is one of mutual cooperation and respect and that we are there to help expedite the project and not to become a hindrance. Our theme or attitude will be one of working together to achieve a common goal. The goal in this case is to complete the project on time and within budget with minimal impact. The parties (i.e., Contractor, City, Architect, and Construction Manager), have their own responsibilities and goals and that must be understood by all. One of our duties is to realize these goals and to form a team which is willing to cooperate and work together. Task 1.4: Bidding Phase 1. Attend pre-bid conference 2. Assist in answering RFIs/Preparation of Addenda 3. Assist in evaluating the bids Task 2: Construction Services Dudek's role, on behalf of the City, will be to monitor construction progress, attend weekly meetings and to basically keep tabs on the project during construction. Task 2.1 Consultant Management Administration and Staffing Prior to mobilization of the contractor, Dudek will negotiate a "schedule of values" for all components of the work with the contractor. Our detailed quantity take-offs will be the basis for negotiating the quantities. The contract documents require the contractor to submit a Primavera CPM construction schedule on a monthly basis; the contractor will be required to load the schedule of values and associated quantities into their construction schedule. As construction proceeds, the Dudek Team will calculate a DUDEK City of Carlsbad Fire Station No,6 Construction Management £ inspection Services 4-4 SECTION 4: PROJECT APPROACH percent complete for each line item in the "schedule of values" based on quantity of work completed. This performance measurement or "earned value" analysis will be conducted during Dudek's review of the contractor's monthly progress payment application. When the schedule is updated, the value of the work accomplished will be calculated as an earned value (budgeted cost of the work performed). The contractor will be paid on this basis. Dudek will utilize a schedule comparison software Claim Digger to compare consecutive monthly schedule updates from the contractor. The comparison software will identify any irregular scheduling practices which the contractor might employ in order to overstate the quantity of work complete or understate the magnitude of the slippage to the schedule. The comparison software will identify variances in activity durations, activity calendars, activity relationships, and other subtle manipulations of the schedule. The Contractor will be required to provide a written narrative with schedule updates specifically listing all changes in logic. Project Coordinator The Dudek Team will provide a Project Coordinator for this project. The administrative staff person wHI be tasked with clerical functions such as receiving calls and visitors, filing, copying, and data entry such as keying-in letters from the contractor and daily inspectors' diaries into the document tracking system. The Project Coordinator will also be tasked with preparing meeting minutes, handling and logging digital photos, processing progress payments, preparing outgoing correspondence, logging submittals, issuing submittal registers and pending logs, preparing contract modifications, processing noncompliance reports, preparing project progress reports for the City, as well as supplying presentation materials to the City's staff. On-site Manager/Inspector The On-Site Manager/Inspector will be on site daily during working hours and whenever work is performed outside of normal working hours. He will be available by cell phone and pager whenever he is not at the site to answer any questions and resolve issues. The On-site Manager/Inspector will be the key point of contact for the contractors project manager and superintendent during the course of the work. The On-site Manager/Inspector will not direct the contractors work but, will facilitate the contractor's efforts to complete the work by anticipating issues that might affect the progress of the work. The On-site Manager/Inspector will inspect the site daily, manage sub-consultants and conduct weekly progress meetings with the contractor. One of the key activities is the weekly progress meeting with the contractor. This is where old business and new business issues are discussed, such as action items developed, progress to date, reviewed in detail, the contractors three week look ahead schedule and items from the City or other consultants discussed. Weekly progress meeting minutes designate who is responsible for action item results, and are distributed to all in attendance and the City within 48 hours of the meeting. These action items, chronologically listed by the meeting number, are tracked until they are resolved. If work is non-conforming per the specifications, the On-site Manager/Inspector will issue a written Notice of Non-compliance report for any work installed by the contractor that is not in compliance with the project plans and specifications. This will require a written response from the contractor and the issue will be tracked weekly until the issue is resolved to our satisfaction. DUDEK Gty of Carlsbad Fire Station No.6 Construction Management & Inspection Services 4-5 H SECTION 4: PROJECT APPROACH Submittal review is always a key issue. The On-site Manager/Inspector will assist with a submittal review meeting and with expediting the submittal turn around process. The On-site Manager/Inspector will conduct a submittal review meeting with the contractor for designated critical submittals to insure submittals are returned for prompt material procurement. Two critical phases for the success of this contract are the days from award to Notice-to-Proceed followed by the first sixty days of contract time from Notice-to-Proceed. Award to Notice-to-Proceed We will tackle the following issues in the first days of the contract to get the project off to a good start. Master Submittal Log. The Dudek Team will develop a master submittal log to cross check the contractors submittal log. This identifies what we expect and we can tell the contractor what is lacking during his master submittal log review. Set-up logs. RFI, RFP, RFC, correspondence and procedures for tracking and reporting. We will set our files up according the City requirements. CPM Cost Loaded Schedule. Within 30 days of Notice-of-Award, the contractor has to submit a 60 day Plan of Operation Bar Chart, Project Overview Bar Chart Plan and Schedule of Values. Within 30 days of the Notice-to-Proceed the contractor has to submit the initial CPM network schedule and computerized Schedule Report Tabulation and Schedule of Values. We will review and analyze each activity and the logic and determine if the work conforms to the contract requirements and if the work can be built to the contractor schedule. We will compare production rates and material rates. We will check to see if adequate time is devoted to construction activities. We will provide a written response to the contractors schedule submittals. The Construction Manager also will develop a detailed job schedule to fully understand the contract work, and use this schedule to evaluate the contractors cost loaded schedule. We plan to be ahead of the contractor with schedule analysis and this tool helps us understand what the contractor is trying to achieve with his schedule. Often times the contractor schedule is too broad and we will require sufficient work breakdown structure detail for the Construction Manager to evaluate each activity and cost. Change Orders/ RFI/RFC. The Construction Manager will maintain the RFC, RFP and Change Order Logs in a format that is accessible to the City staff. We have a proven system in place that can be set up quickly and coordinated with the City staff requirements. We will provide the required estimate and analysis of all RFI=s and after negotiations provide a complete record of negotiation for the reason for the change, why the change was needed, as well as detailed report on the labor, equipment, material and other costs. Critical Action Item Report. In order to make sure project issues are identified and resolved quickly, project issues will be organized on a critical action item report. The report will detail administrative, design, construction, environmental and coordination issues that arise. Each action item will be assigned to project personnel with a target date to complete or resolve the item. The report will be updated at the weekly construction management staff meeting and the contractor progress meetings. The report will be included in the monthly progress report. DUDEK City of Carlsbad Fire Station No.6 Construction Management & Inspection Services 4-6 20 SECTION 4: PROJECT APPROACH Task 2.2 Reports and Communications Experience and professionalism, as well as modern management techniques, are vital to achieving the City's goals. The Dudek Team brings these qualities to this important project. Consistent with modern CM techniques, Dudek will implement a computer-based, integrated, document tracking system (DTS) to support this project. Utilizing Primavera Expedition software and its very robust database, the Dudek Team will adapt the project DTS to the City's specific procedures and numbering format. Since we regularly implement Expedition on our projects, the Dudek Team is afforded a powerful tool with no learning curve. The Dudek Team has the expertise to implement an Internet-compatible DTS which would allow exceptionally timely access to information for the City, architect, member agencies and contractor. The Internet-connected DTS would allow the contractor to submit RFIs online and would allow the architect to respond to RFIs online. Key advantages to this are reduction in data entry and quicker turn-around time. Another benefit is that the City could maintain remote access to all project documentation, thus enabling performance monitoring of the construction management consultant. Different levels of access to the Internet-compatible DTS can be configured for the City, contractor, architect and other agencies. Our integrated DTS will be used to generate letters to the contractor, track incoming correspondence, track submittals, respond to RFIs, monitor issues, prepare contract modifications (change orders), generate and catalog daily inspectors' reports, generate and track Non-Compliance Reports, generate meeting minutes and prepare construction progress reports. All written documentation will be generated and stored within the DTS for ease of retrieval, ease of reporting and speed of claims research. The DTS substantially reduces the time needed to maintain the control of the submittals. The software program will be used to prepare an overall submittal register, pending logs, late logs and generating reminder notices to the architect or contractor as appropriate. Much of the submittal data input can be done prior to construction notice to proceed. At the preconstruction conference, an electronic copy of the submittal register will be provided to the contractor for his use. One of the key areas requiring swift response and coordination is the contractor's RFI document. This usually is a request for design clarification or a correction of noted conflict in the drawings and/or specifications, and often has the potential for a claim. RFIs will receive our immediate attention and timely response to which will be a major component in our claims avoidance program. All hard copy and electronic DTS files will be furnished to the City at the commencement of work. Since Dudek's DTS is built with non-proprietary components, the electronic files can be accessed with commercially available software. A key part of our construction management activity is timely and accurate reporting to the City. Owing to the full and comprehensive implementation of the Expedition document tracking system, the Dudek Team will be able to respond quickly, professionally and consistently to the City's inquiries. The reporting system will be tailored to the needs of the City and will include the following major components: • Narrative Progress Reports. Prepared monthly to describe schedule, cost, estimating and accounting activity, including an executive summary, as well as discussions of construction and utility relocation progress. These reports will include schedule and progress payment status, the preceding month's developments, plans for the current month, future plans, issues, requests, recommendations and DUDEK City of Carlsbad Fire Station No.6 Construction Management & Inspection Services 4-7 SECTION 4: PROJECT APPROACH general comments. When required, Dudek's Construction Manager will provide weekly written narratives addressing specific issues and/or disputes. • Schedule Reports. Evaluation of contractor's monthly schedule update, identification of poor field production or other contractor-caused delays. • Progress Photos. Time-stamped, captioned, digital images depicting critical milestones in the work. • Weekly Project Progress Meeting Minutes • QA/QC Reports. Including daily inspection diaries; Notices of Non-Compliance to the contractor. In the event of a safety concern, accident, or major quality issue, daily inspection diaries with embedded digital photo images will be electronically mailed (email) to the City's project manager by the following morning. Task 2.3 Photo Documentation Continuing in Dudek's tradition of time-efficient management services, we will employ a state-of-the-art photo documentation system utilizing commercially available photo management software. Upon commencement of the day's fieldwork, Dudek's inspectors will download the day's images from each digital camera to the computer network located in the field office. Each image is automatically date-stamped and contains captions. Task 2.4: Construction Weekly Meetings The Project Manager will schedule and chair weekly and monthly meetings with representatives of the contractor, subcontractors and the City to resolve all project matters; e.g. progress, job problems Notices of Non-Compliance, actions requiring clarification of design, intent, ambiguities in contract documents and assess responsibilities for response to respective participants. Action monitoring will be implemented to insure compliance and timely response by all parties. The meetings will be documented and distributed to the City, contractor and architect for a complete record of project transactions and be included in the project library. Minutes of the meeting will be prepared and distributed to participants the next working day after the meeting. As previously mentioned construction management team meetings will be held on Mondays to review issues prior to the next day's contractor meetings. Task 2.5: Plan and Specification Interpretation & Control Typically, the contractor's requests for information will be of such a nature that Dudek's On-site Manager/Inspector will directly respond to the contractor via a fair interpretation of the contract drawings and specifications. With the City's approval, Dudek's On-site Manager/Inspector will transmit all design-related RFI's to the design engineer. Should clarification or other action be required of the design engineer in connection with the RFI, Dudek's On-site Manager/Inspector will obtain a suitable response as soon as possible and continue to interface with the City's architect until the RFI is satisfactorily answered. Documentation of the entire RFI response process is incorporated into the document tracking system. Task 2.6: Progress Pay The Dudek Team realizes the importance of an accurate timely review of the program billing each month. The Construction Manager and On-site Manager/Inspectors will meet with the contractor and discuss the status of billable quantities, schedule of values and Aas-builts® seven days before the end of the month. The Construction Manager and On-site Manager/Inspector will then make a recommendation to the City for the approval estimate for the monthly payment. DUDEK Gty of Carlsbad Fire Station No,6 Construction Management & Inspection Services 4-8 22- SECTION 4: PROJECT APPROACH Ten percent of approved payment will be set aside for retention. When the acceptable percentage of work installed exceeds 50%, the Construction Manager will entertain a contractor request for reduction of retention for satisfactory progress and make a recommendation to the City. Task 2.7: Contractors Claims and Change Orders The goal of the Dudek Team is to avoid claims and change orders altogether. However, this isn=t reality as every project has changes to the contract, whether owner generated, or as a result of changes to the contract documents. They key is to address any changes to the contract on a timely basis and not waiting until the end of the project or when it is convenient. Potential changes must be dealt with quickly and brought to the attention of the Construction Manager and On-site Manager/Inspector immediately. Documentation is extremely important. When a contractor submits a change order request we will insure that they provide proper documentation, to justify their request, in their opinion. The Construction Manager and On-site Manager/Inspector will promptly evaluate and provide a written position to the City prior to responding officially to the contractor. Change Orders The Construction Manager will have no authority to issue changes or modifications to the contract documents without approval of the City. The changes will be initiated by the City or requested by the contractor. The Construction Manager will track, document and negotiate all changes for added costs of credits with the contractor and evaluate all schedule impacts of changes in addition to advising the City of equitable costs and time adjustments for proposed or authorized changes. The Construction Manager will coordinate change order procedures for preparation of changes to be executed by the contractor and the City. Tracking logs and status for reporting of all changes is a part of the proposed document control system. Claims Management and Avoidance Our approach to claims management focuses on claims avoidance during preconstruction and mitigation during construction. Claims avoidance techniques include constructibility reviews of the design and contract documents and identification and contract accommodation of potentially changed conditions such as subsurface features and proper structuring of bid documents. Critical claims avoidance areas: • Ambiguous contract documents • Changed subsurface conditions • Incomplete right-of-way acquisition • Hazardous waste discovery / dispose • Environmental document measures • Delayed equipment or material delivery Our Claims/Changes Reduction Plan includes an established checklist of specific potential fire station project claims/problems compiled from our extensive fire station construction experience. Potential change/claim problem are: • Not understanding processes involved and applying industry tolerances to construction workmanship when special tolerances are called for. • Not sequencing construction activities properly. • Not providing adequate traffic and public protection around active construction sites. • Not providing complete technical information needs in required submittals. DUDEK City of Carlsbad Fire Station No. 6 Construction Management & Inspection Services 4-9 •23 SECTION 4: PROJECT APPROACH These specific problem areas are reviewed to ensure each area has been addressed. Of particular concern are unknown subsurface conditions. If they represent a signification potential problem, unit price and specified quantity provision can be utilized to anticipate these problems and the work scope they could represent. This shifts a small amount of risk to the contractor with minimal impact. If the site subsurface condition uncertainty is great enough, a separate site preparation contract could be utilized to insulate the impacts of these potential uncertainties from the major elements of building cost. Our team will also review the construction contract special provision to insure that adequate administrative controls are included, such as timely contractor notice of changed conditions. Information required by these administrative provisions help in mitigating the impacts of unanticipated changes, and in apportioning liabilities for those impacts which are encountered. During construction, the claims and change order procedures will require prompt and fair resolution of identified problems, an impartial review of disputes when necessary, and will rely on our project controls procedures to monitor this objective. Such an approach will minimize impacts and associated cost growth and schedule delays. Our claims/change reduction plan will include a performance evaluation component to evaluate the effectiveness of our claims management efforts. Task 3: Project Close Out Dudek will provide close-out documents and provide punch lists of Contractor's work. Dudek will walk the site and turn over the Contractor's red-lined As-Built set of plans. Task 4: Materials Testing and Special inspection Dudek will provide, through Leighton & Associates, material testing services for soils, concrete, asphalt, base, and masonry construction. Leighton & Associates will also provide special inspection services for masonry and welding. Dudek will provide on-site biological monitoring services to conform with the Project's environmental documents. However, modification or equivalency findings of the City's HMP are not included, nor are the finding or creation of wetlands as these services are outside the scope of work. DUDEK City of Carlsbad Fire Station No. 6 Construction Management & Inspection Services 4-10 "EXHIBIT A" DUDEK & ASSOCIATES, INC. 2006 STANDARD SCHEDULE OF CHARGES Engineering Services Project Director $175.00/hr Program Manager $170.00/hr Principal Engineer II $160.00/hr Principal Engineer I $150.00/hr Senior Project Manager $140.00/hr Project Manager $130.00/hr Resident Engineer $120.00/hr Senior Engineer II $120.00/hr Senior Engineer I $105.00/hr Project Engineer II $95.00/hr Project Engineer I $90.00/hr Field Engineer II $95.00/hr Field Engineer I $85.00/hr Engineering Assistant $70.00/hr Environmental Services Principal $175.00/hr Senior Project Manager/Specialist $160.00/hr Environmental Specialist/Planner VI $150.00/hr Environmental Specialist/Planner V $135.00/hr Environmental Specialist/Planner IV $125.00/hr Environmental Specialist/Planner III $110.00/hr Environmental Specialist/Planner II $100.00/hr Environmental Specialist/Planner I $90.00/hr Analyst $75.00/hr Urban and Community Forestry Principal/Senior Consulting Arborist $175.00/hr Senior Project Manager $150.00/hr Urban Forestry Specialist V $135.00/hr Urban Forestry Specialist IV $125.00/hr Urban Forestry Specialist III $110.00/hr Urban Forestry Specialist II $100.00/hr Urban Forestry Specialist I $90.00/hr Research Analyst $65.00/hr Construction Management Services Principal/Manager $175.00/hr Senior Construction Manager $150.00/hr Construction Manager $135.00/hr Senior Project Manager $135.00/hr Project Manager $130.00/hr Resident Engineer $120.00/hr Construction Engineer $105.00/hr On-site Owner's Representative $95.00/hr Construction Inspector III $100.00/hr Construction Inspector II $95.00/hr Construction Inspector I $90.00/hr Right-of-Way Management Services Principal ROW Manager $160.00/hr ROW Project Manager $130.00/hr Senior ROW Engineer $115.00.hr ROW Engineer $105.00/hr ROW Technician $95.00/hr ROW Research Analyst $65.00/hr Hydrogeological Services Principal $180.00/hr Sr. Hydrogeologist/Sr. Project Manager $160.00/hr Associate Hydrogeologist/Engineer $115.00/hr Hydrogeologist IV/Engineer IV $105.00/hr Hydrogeologist Ill/Engineer III $95.00/hr Hydrogeologist Il/Engineer II $85.00/hr Hydrogeologist I/Engineer I $75.00/hr Technician $65.00/hr District Management & Operations District General Manager $155.00/hr District Engineer $135.00/hr District Manager $130.00/hr District Secretary/Account $80.00/hr Collections System Manager $80.00/hr Grade V Operator $95.00/hr Grade IV Operator $80.00/hr Grade III Operator $70.00/hr Grade II Operator $60.00/hr Grade I Operator $57.00/hr Operator in Training $47.00/hr Collection Maintenance Worker II $45.00/hr Collection Maintenance Worker I $34.00/hr Office Services Technical/Drafting/CADD Services 3D Graphic Artist $125.00/hr Senior Designer $98.00/hr Designer $90.00/hr GIS Specialist IV $100.00/hr GIS Specialist III $95.00/hr GIS Specialist II $85.00/hr GIS Specialist I $80.00/hr CADD Operator 11 $80.00/hr CADD Operator I $70.00/hr Support Services Computer Processing $65.00/hr Clerical Administration $65.00/hr Forensic Engineering - Court appearances, depositions, and interrogatories as expert witness will be billed at 1.75 times normal rates. Emergency and Holidays - Minimum charge of two hours will be billed at 1.5 times the normal rate. Material and Outside Services - Subcontractors, rental of special equipment, special reproductions and blueprinting, outside data processing and computer services, etc., are charged at 1.15 times the direct cost. Travel Expenses - Mileage at 44.5 cents per mile. Per diem where overnight stay is involved is charged at cost Invoices, Late Charges. - All fees will be billed to Client monthly and shall be due and payable upon receipt. Invoices are delinquent if not paid within thirty (30) days from the date of the invoice. Client agrees to pay a monthly late charge equal to one percent (1%) per month of the outstanding balance until paid in full. & ASSOCIATES, INC. Pro/eiiioiuii Teanu for Complex Projccli Effective January 1, 2006 City of Carlsbad Fire Station No. 6 Construction Management Inspection Services Final Cost Proposal June 13, 2006 Task 1: Per-Construction Phase Services Project Principal Construction Manager Structural/Mechanical/Electrical On-site Manager Administration Task 2: Construction Phase Services (Based on a 10 month construction schedule) Project Principal Construction Manager On-site Manager/Inspector Administration Direct Costs (Estimated at $500.00/month for 10 months) Task 3: Project Close Out Project Principal Construction Manager On-site Manager/Inspector Administration Hours Rate 66 $ 150 188 $ 120 40 $ 135 8 $ 100 44 $ 70 Subtotal Hours Rate 100 $ 150 400 $ 120 1600 $ 100 100 $ 70 Subtotal Hours Rate 20 $ 150 60 $ 120 40 $ 100 20 $ 70 Subtotal TOTAL: Cost $ 9,900.00 $ 22,560.00 $ 5,400.00 $ 800.00 $ 3,080.00 $ 41,740.00 Cost $ 15,000.00 $ 48,000.00 $160,000.00 $ 7,000.00 $ 5,000.00 $ 235,000.00 Cost $ 3,000.00 $ 7,200.00 $ 4,000.00 $ 1,400.00 $ 15,600.00 $ 292,340.00 Task 4: Materials Testing & Special Inspection Laboratory Services for Soils, Concrete, A.C./Base and Masonry Construction (To be provided by Leighton & Associates) Special Inspection Concrete to be provided by Dave Babcock Masonry Special Inspection to be provided by Leighton & Associates Welding Special Inspection to be provided by Leighton & Associates Biological Monitoring (Does not include aquistion of mitigation credits or easements $25,000.00) $ 40,000.00 $0.00 $ 22,000.00 $ 3,000.00 $ 20,000.00 Contingency (Requires specific approval from City Construction Manager before use) $ 15,000.00 Estimated Total $ 392,340.00