Loading...
HomeMy WebLinkAboutDUDEK; 2014-01-29; TRAN1060TRAN 1060 AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR COASTAL RAIL TRAIL REACH 1 - CONTRACT NO, 4012 (DUDEK) ^HIS AGREEMENT Is made and entered into as of the c^^'^ day of Jcznucxrcf , 2014, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and DUDEK, a California Corporation, ("Contractor"). RECITALS A, City requires the professional services of a consultant that is experienced in construction management and inspection services for municipal capital improvement projects, B, Contractor has the necessary experience in providing professional services and advice related to the required construction management of capital improvement projects, C, 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 nine (9) months from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional six (6) month period or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) 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 ofthe extended Agreement, 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement, 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be thirty thousand dollars ($30,000), 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". City Attorney Approved Version 1 /30/13 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, 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, ahy 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 eariy termination ofthis 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-:VH". OR City Attorney Approved Version 1 /30/13 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 Risk Manager 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 Liabiiitv 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 Liabiiitv, (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, 10.1.3 Workers' Compensation and Employer's Liabiiitv, 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 ofthe work, I I If box is checked. Professional Liability City's Initials Contractor's Initials Insurance requirement is waived, 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 Commercial General Liability which shall provide primary coverage to the City, 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 City Attorney Approved Version 1/30/13. 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 Carisbad Business License for the term of the Agreement, as may be amended from time-to-time, 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement, All records will be cleariy 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 John Maashoff Name George Litzinger Title Construction Manager Title Project Manager Department Public Works/Tran Address 605 Third Street City of Carisbad Encinitas, CA 92024 Address 5950 El Camino Real Phone No. (760) 942-5147 Carisbad, CA 92008 Email glitzinger@dudek,com Phone No, (760) 602-2780 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. City Attorney Approved Version 1/30/13 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carisbad Conflict of Interest Code, The Contractor shall report investments or interests in all four categories, 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 whose services are 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 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 City Attorney Approved Version 1/30/13 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 othenwise 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 seg., 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, 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 1/30/13 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, a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California ^^^^ (sign here) Oudek (print name/title) (print name/title) City Managor or Mayor or Division Dir^ectgrg''"//^ as authorized by the City \A^x\2>^^.-^^--9..p^\ ATTEST: BARBARA ENGLESON City Clerk 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: CELIA A, BREWER, City Attorney ...MA. Assistant City Attorney City Attorney Approved Version 1 /30/13 ACKNOWLEDGMENT State of California County of San Diego } ss. On December 30, 2013 before me, D, Maher personally appeared X>. ^A\C,VyA.-LL KA-eiyS. Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/her/their signatures(s) on the instrument the person(s), 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. ~ D. MAHER \ Commission No. 2009598 g I NOTARY PUBUC - CALIFORNIA 5 SAN OIEGO COUNTY s > —\wr- Cofflmlssion Expires Match 3,2017 \ OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Thumbprint of Signer Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO / CFO / COO President / Vice-President / Secretary / Treasurer Other: Other Information; I I Check here If no thumbprint or fingerprint is available. 008 AMsxme Notai ACKNOWLEDGMENT State of California County of San Diego } ss. On December 30, 2013 before me, personally appeared Frank Dudek D, Maher _, Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the perspn(s), 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. D. MAHER \ Commission No. 2009598 Q NOTARY PUBUC - CALIFORNIA B SAN OIEGO COUNTY j Commission Expires March 3,2017 \ Signature OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Thumbprint of Signer Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice-President / Secretary / Treasurer Other: • • Other Information: ' I I Check here if no thumbprint or fingerprint is available. ffl 2008 ASistate DUDEK Exhibit "A* MAIN OFFICE 605 THIRD STREET BNCINITAS. CALIFORNIA 92024 T 760,9-12,5117 T 800.450.181 8 F 760.632,01 6-) December 23, 2013 Mr. John Maashoff City of Carlsbad 5950 El Camino Real Cartsbad, California 92008 Subject: Request for Proposal - Coastal Rail Trail Reach I, Contract No. 4012 - Construction Management Services Proposal bear Mr. Maashoff: Enclosed is our proposal to provide part time construction management services for the above mentioned project enclosed is our proposed scope of v^ork for the total Not-to-Exceed cost of $30,000. Dudek is proposing Marius Jaskula, PE, CCM to serve as the construction manager on this project. Dudek is excited about the opportunity to provide these services to the City. Should you have any questions or require additional information during the proposal evaluation process, please contact me. Sincerely, George Litzinger, PE Project Principal WWW.DUDEK.COM D SCOPE OF WORK TASK I PRECONSTRUCTION SERVICES Task I.I Project Management The Construction Manager will establish a document control system with excel spread sheets organized in format according to the City's project tracking standards and procedures including preparing RFI, submittal, notification forms and tracking logs. All project files will be transmitted and stored electronically throughout the project. Task 1.2 Preconstruction Conference The Construction Manager will conduct a:nd chair this conference that will include overall project objectives, roles and responsibilities, key submittal requirements (schedule of values, CPM schedules, submittal and schedules), and administrative procedures related to submittal processing, R.FI processing, progress payments. City of Oceanside coordination, change order processing, permit requirements and notifications, document control requirements, and other pertinent topics. The Construction Manager will provide a concise summary of meeting minutes detailing the project requirements and discussions from this meeting. TASK 2 CONSTRUCTION SERVICES Task 2.1: Contract Administration/Management The Construction Manager will be responsible all aspects of contract compliance, construction inspection, change processing, permit compliance, quality control, contract interpretation and enforcement. The Construction Manager will manage and inspect the project from Home Plant Lift Station Project field office and Dudek also has local office nearby the project for office support as well. The Construction Manager will prepare all required reports, letters, track permits and insurance documentation, stop notices, resolve nonconforming items and review the contractor's Record Drawings, coordinate with City's staff as-needed, draft progress payments and prepare a punch list. The Construction Manager will enforce all environmental and permit (federal, state and local) requirements on the project which is in a sensitive habitat area next to the lagoon. Dudek has provided environmental services to the City near this area and is very familiar with the City's policies and procedures for enforcing these requirements. The construction manager will coordinate with the City of Oceanside as-needed on this project also throughout the course of the project. Task 2.2: Reports and Communication The Construction Manager will document and distribute all relevant project communications to the City and applicable parties. He will furnish original project documents and final project reports to the city within 30 days following filing of Notice of Completion. The Construction Manager will maintain field memoranda, transmittals, updated schedules, logs of shop drawings and other submittals, logs of requests for information, change orders, progress payment requests, progress meeting reports, daily inspection reports, dates of utility service interruptions, and all other project correspondence. Request for Proposal - Request for Proposal - Coastal Rail Trail Reach I. Contract No. 40/2 Construct/on Management Services Task 2.3: Photo Documentation The Construction Manager will review the contractor's videotape of preconstruction site conditions prior to any construction operation to confirm existing conditions within the limits of work, adjacent areas, and along haul routes to document and clearly depict pre-existing conditions. The Construction Manager will prepare additional videotape and photographs to document site conditions as required to supplement the contractor's videotape to ensure existing conditions along the alignment are documented and ultimately returned to the original condition at the end of the project. The Construction Manager will take and develop construction documentation photographs on a regular basis and maintain a digital photographic library of all significant construction activities, providing unique file names for photos including date and location information. The Construction Manager will take additional photographs to document differing site conditions, change order and claim items, and any special or unique conditions as the arise. Task 2.4: Construction Progress Meetings Construction progress meetings will be conducted weekly during the course of the project. The Construction Manager, City personnel, contractor, and utilities, as appropriate, will participate in progress meetings. These meeting will be coordinated and chaired by our Construction Manager who will prepare and issue meeting agendas and meeting minutes for all progress meetings and special meetings with the contractors. Task 2.5: Shop Drawings and Submittal Reviews The Construction Manager will receive, log, distribute, monitor and track shop drawings and submittals made by the contractor, and coordinate the review of shop drawings and submittals with the City and the design engineer where appropriate. Dudek will review all submittals for general compliance with the requirements of the Contract Documents prior to forwarding the submittals to the design engineer. Dudek will review and process submittals of a general nature such as sand, asphalt paving, site concrete, etc. Task 2.6: Plans and Specifications Interpretation The Construction Manager will receive, log, distribute, monitor and track all RFIs submitted by the contractor. Dudek will coordinate, as needed, with the design engineer for interpretation of the Contract Documents where appropriate and will respond to all RFIs in a timely manner. The Construction Manager will review and process RFIs of a general nature that do not alter the design intent. Task 2.7: Construction Inspection Services Services to be provided by the City. Task 2.8: Disadvantaged Business Enterprises (DBE) Subcontracting Compliance On a monthly basis the Construction Manager will verify the City Inspector is performing the required wage rate interviews, verifying the listed DBE subcontractors are indeed performing the work and supplying the materials per listed in the DBE participation Commitment Exhibit. Task 2.8-1: Progress Payments At the end of the month the Construction Manager will walk the project with the City Inspector to verify percent complete of the work on lump sum bid items and field measure unit price items. Once the payment application percent complete is approved, the Construction Manager vvill request that the contractor complete the payment application with required backup and will review Request for Proposal - Coastal Rail Trail Reach I, Controct No. 40/2 Construction Management Services it with the City for approval. The Construction Manager will discuss prerequisites to a complete payment application with the City prior to the start of the project. These prerequisites will include: • Monthly schedule update with current status • Updated Certified Payroll and Required DBE Documentation • Updated as-built documentation • Up-to-date SWPPP documentation and implementation Task 2.9: Contractor Claims and Change Orders The Construction Manager will: • Identify, prepare, log and monitor all contractor or City initiated claims, changes, extra work and change orders • Negotiate all claims to an agreed contract/consultant/City conclusion • Submit change orders to the City for approval • Prepare a report providing statement of claim, extra work or change; background leading to issue; resolution alternatives; and resolution recommendation for action by the City • Prepare written justification and cost estimates for each change order and negotiate costs with the contractor. Review claims, extra work and change orders that require design modifications or clarifications, including revisions to drawings, details and specifications • Resolve claims, extra work and change orders for changes to the work and obtain City approval • Provide the lead role and support to the City in resolving claims and disputes including: written responses to contractors and private parties, giving depositions, assisting with arbitration and litigation, serving as an expert witness, investigating claims for damages by private sources, coordinating design services for replacement of damaged work and services made necessary by contractor default. Processing a Disputed Change Order Prior to processing a disputed change order, the Construction Manager should exhaust all reasonable remedies for resolving the dispute with the contractor. Dudek's recommended change order review and negotiation best management practices are outlined below and the path we would follow prior to processing a disputed change. Prompt Resolution of Changes in the Field Critical to cost management is the prompt resolution of cost and schedule issues in the field. The most detailed knowledge of an issue resides in the field with the contractor's personnel and the owner's construction representative. We believe that it is best handled in the field and that providing qualified personnel in the field, the Construction Manager will be able to resolve most issues in the field. When or if it does become necessary to elevate issues to a higher executive level, Dudek will ensure that all viable options for field resolution have been exhausted. TASK 3: PROJECT CLOSEOUT The Construction Manager will coordinate construction close-out by working with the contractor in developing a punchlist to finalize each item of work not yet signed off. This list will include all Request for Proposal - Coastal Rail Trail Reach I, Controct No. 40/2 Construction Management Services items from a joint walkthrough with the City and City of Oceanside. The Construction Manager will generate a comprehensive list of these items from the walkthrough. The Construction Manager will be firm with the contractor that the contract is not complete (nor final payment or retention released) until all punch list items are complete. The Construction Manager will ensure the contractor provides an accurate complete set of red-lined incorporating all plan and specification modifications during the project. Final Completion As the project nears final completion, it is important that ail outstanding payments and change orders are resolved and paid, if valid. There should be no surprises when the project is finalized and the costs are all accounted for. Throughout the project, Dudek will track amount spent and where the project is in reference to the budget. Our goal is to deliver each project at or under the budget set by the City. Final completion marks the last major milestone in the construction process. We will follow up to ensure that all warranties and guarantees are provided to the City. All final inspections will be completed prior to signing off on the project. All invoices, documents, record drawings, project files etc., will be organized and delivered in an orderly manner in accordance to Caltrans filing standards by the Construction Manager. We will provide the City with a seamless transition of paperwork to close the project out without needing extended time to do such. Dudek will submit a DVD of all project files and a hard copy of the record drawings to the City at the end of the project. Request for Proposal - Coastal Rail Trail Reach I, Contract No. 40/2 Construction Manogement Services 2 SCHEDULE AND FEE Based on the construction schedule, Dudek takes no exception in providing the part time staffing level required for the duration of the project of 60 working day construction contract duration including the coordination work required during pre-construction and closeout support phases of the project (total project duration of 5 months) for the total Not-to-Exceed cost of $30,000. Request for Proposal - Coostal Roil Trail Reach /. Controct No. 40/2 Construction Manofement Services HOURLY RATES HOURLY RATE SCHEDULE Staff Member Name Marius Jaskula, PE, CCM Construction Manager $135 Request for Proposal - Coastal Rail Trail Reach I, Contract No. 40/2 Construction yVlanogement Services