Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Peacock Gap Lagoon AssessmentAGREEMENT FOR PROFESSIONAL SERVICES
FOR PEACOCK GAP LAGOON ASSESSMENT
This Agreement is made and entered into this _1 _ day of March , 20Zb ,
by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and FOTH & VAN DYKE
AND ASSOCIATES, INC. (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that professional services are required to provide field
services and field investigations to deliver a scientific based assessment and report on the biological
health of Peacock Gap Lagoon; and
WHEREAS, the CONTRACTOR has agreed to render such services.
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. PROJECT COORDINATION.
A. CITY'S Project Manager. Bill Guerin is hereby designated the PROJECT
MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the
progress and execution of this Agreement.
B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Agreement for CONTRACTOR. Adrian Cormier is hereby designated as the PROJECT
DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution
of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR
shall notify the CITY within ten (10) business days of the substitution.
2. DUTIES OF CONTRACTOR.
CONTRACTOR shall perform the duties and/or provide services outlined in the
CONTRACTOR'S proposal dated January 29, 2020, marked as Exhibit A attached hereto, and
incorporated herein.
3. DUTIES OF CITY.
CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as
described in Exhibit A, attached hereto, and incorporated herein.
4. COMPENSATION.
For the full performance of the services described herein by CONTRACTOR, CITY shall
pay CONTRACTOR as follows:
A fixed fee of $12,073, as detailed in CONTRACTOR'S Budget Summary included in
Exhibit A, attached hereto, and incorporated herein, plus reimbursement for additional expenses
detailed in CONTRACTOR'S Project Assumptions included in Exhibit A, for a total contract
amount not -to- exceed $13,123.
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices
submitted by CONTRACTOR.
5. TERM OF AGREEMENT.
The term of this Agreement shall be for two (2) years commencing upon the date of execution
of this Agreement and ending two years after the execution date, or on such earlier date when the
work shall have been completed. Upon mutual agreement of the parties, and subject to the approval
of the City Manager the term of this Agreement may be extended for an additional period of up to
two (2) years.
6. TERMINATION.
A. Discretionary. Either party may terminate this Agreement without cause upon thirty
(30) days written notice mailed or personally delivered to the otherparty.
B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days
written notice mailed or personally delivered to the other party, and the notified party's failure to cure
or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice,
within such fifteen (15) day time period.
C. Effect of Termination. Upon receipt of notice of termination, neither party shall
incur additional obligations under any provision of this Agreement without the prior written consent
of the other.
D. Return of Documents. Upon termination, any and all CITY documents or
materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and
materials prepared for or relating to the performance of its duties under this Agreement, shall be
delivered to CITY as soon as possible, but not later than thirty (30) days after termination.
7. OWNERSHIP OF DOCUMENTS.
The written documents and materials prepared by the CONTRACTOR in connection with
the performance of its duties under this Agreement, upon payment to CONTRACTOR shall be the
sole property of CITY. CITY may use said property for any purpose, including projects not
contemplated by this Agreement.
City acknowledges that such documents are not intended or represented to be suitable for use on the
Project unless completed by CONTRACTOR, or for use or reuse by CITY or others on extensions of the
Project, on any other project, or for any other use or purpose, without written verification or adaptation by
CONTRACTOR.
8. INSPECTION AND AUDIT.
Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for
inspection and audit, all documents and materials maintained by CONTRACTOR in connection with
its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with
CITY or its agent in any such audit or inspection.
9. ASSIGNABILITY.
The parties agree that they shall not assign or transfer any interest in this Agreement nor the
performance of any of their respective obligations hereunder, without the prior written consent of the
other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising
hereunder shall be void and of no effect.
10. INSURANCE.
A. Scope of Coverage. During the term of this Agreement, CONTRACTOR shall
maintain, at no expense to CITY, the following insurance policies:
1. A commercial general liability insurance policy in the minimum amount of
one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death,
bodily injury, personal injury, or property damage.
2. An automobile liability (owned, non -owned, and hired vehicles) insurance
policy in the minimum amount of one million dollars ($1,000,000) dollars peroccurrence.
3. If any licensed professional performs any of the services required to be
performed under this Agreement, a professional liability insurance policy in the minimum amount of
one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover
any claims arising out of the CONTRACTOR's performance of services under this Agreement.
Where CONTRACTOR is a professional not required to have a professional license, CITY reserves
the right to require CONTRACTOR to provide professional liability insurance pursuant to this
section.
4. If it employs any person, CONTRACTOR shall maintain worker's
compensation insurance, as required by the State of California, with statutory limits, and
employer's liability insurance with limits of no less than one million dollars ($1,000,000) per
accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall
be specifically endorsed to waive any right of subrogation against CITY.
B. Other Insurance Requirements. The insurance coverage required of the
CONTRACTOR in subparagraph A of this section above shall also meet the following requirements:
1. Except for professional liability insurance or worker's compensation
insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers,
agents, employees, and volunteers, as additional insureds (for both ongoing and completed
operations) under the policies.
2. The additional insured coverage under CONTRACTOR'S insurance policies
shall be "primary and noncontributory" with respect to any insurance or coverage maintained by
CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The
"primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as
ISO form CG20 010413.
3. Except for professional liability insurance or worker's compensation
insurance, the insurance policies shall include, in their text or by endorsement, coverage for
contractual liability and personal injury.
4. By execution of this Agreement, CONTRACTOR hereby grants to
CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire
against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR
agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but
this provision applies regardless of whether or not CITY has received a waiver of subrogation
endorsement from the insurer.
5. If the insurance is written on a Claims Made Form, then, following termination
of this Agreement, said insurance coverage shall survive for a period of not less than five years.
6. The insurance policies shall provide for a retroactive date of placement
coinciding with the effective date of this Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a
combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall
contain or be endorsed to contain a provision that such coverage shall also apply on a primary and
noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before
CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured.
8. It shall be a requirement under this Agreement that any available insurance
proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or
limits shall be available to CITY or any other additional insured party. Furthermore, the requirements
for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or
(2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the named insured; whichever is greater. No representation is made that the minimum
Insurance requirements of this agreement are sufficient to cover the obligations of the
CONTRACTOR under this agreement.
C. Deductibles and SIR's. Any deductibles or self-insured retentions in
CONTRACTOR's insurance policies upon written request by the CITY must be declared to and
approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of
liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed
to provide that the SIR may be satisfied by either the named insured or CITY or other additional
insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY
shall be reduced or eliminated to CITY's satisfaction,.
D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER
or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance
coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement
page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of
policy language or specific endorsements evidencing the other insurance requirements set forth in this
Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and
endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of
the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT
MANAGER and the City Attorney.
11. INDEMNIFICATION.
A. Except as otherwise provided in Paragraph B., CONTRACTOR shall, to the fullest
extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold
harmless CITY, its officers, agents, employees and volunteers (collectively, the "City
Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of
any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of
litigation, (collectively "CLAIMS"), arising out of CONTRACTOR'S performance of its
obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations
apply regardless of whether or not a liability is caused or contributed to by the active or passive
negligence of the City Indemnitees. However, to the extent that liability is caused by the active
negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's
indemnification obligation shall be reduced in proportion to the City Indemnitees' share of
liability for the active negligence or willful misconduct. In addition, the acceptance or approval
of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or
employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the
event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding
arising from CONTRACTOR'S performance of or operations under this Agreement,
CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse
the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in
defense of such claims.
B. Where the services to be provided by CONTRACTOR under this Agreement are
design professional services to be performed by a design professional as that term is defined under
Civil Code Section 2782.8, then, to the extent permitted by law including without limitation, Civil
Code sections 2782, 2782.6 and 2782.8, CONTRACTOR shall indemnify and hold harmless the
CITY and its officers, officials, and employees (collectively City Indemnitees) from and against
damages, liabilities or costs (including Court costs, reasonable attorney's fees as may be
determined by the Court, litigation expenses and fees of expert witnesses incurred in connection
therewith and costs of investigation) to the extent they are caused by the negligence,
recklessness, or willful misconduct of CONTRACTOR, or any subconsultants, or subcontractor
or anyone directly or indirectly employed by them, or anyone for whom they are legally liable
(collectively Liabilities). Such obligation to hold harmless and indemnify any indemnity shall not
apply to the extent that such Liabilities are caused in part by the negligence or willful misconduct
of such City Indemnitee.
C. The defense and indemnification obligations of this Agreement are undertaken in
addition to, and shall not in any way be limited by, the insurance obligations contained in this
Agreement, and shall survive the termination or completion of this Agreement for the full period
of time allowed by law.
12. NONDISCRIMINATION.
CONTRACTOR shall not discriminate, in any way, against any person on the basis of age,
sex, race, color, religion, ancestry, national origin or disability in connection with or related to the
performance of its duties and obligations under this Agreement.
13. COMPLIANCE WITH ALL LAWS.
CONTRACTOR shall observe and comply with all applicable federal, state and local laws,
ordinances, codes and regulations, in the performance of its duties and obligations under this
Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with
these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify
and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities,
penalties, fines and all other consequences from any noncompliance or violation of any laws,
ordinances, codes or regulations.
14. NO THIRD PARTY BENEFICIARIES.
CITY and CONTRACTOR do not intend, byany provision of this Agreement, to create in
any third party, any benefit or right owed by one party, under the terms and conditions of this
Agreement, to the other party.
15. NOTICES.
All notices and other communications required or permitted to be given under this Agreement,
including any notice of change of address, shall be in writing and given by personal delivery, or
deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to
be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the
date of deposit with the United States Postal Service. Notice shall be given as follows:
TO CITY's Project Manager:
TO CONTRACTOR's Project Director:
Bill Guerin
City of San Rafael
111 Morphew Street
San Rafael, CA 94901
Adrian Cormier
Foth & Van Dyke and Associates, Inc.
384 Bel Marin Keys Boulevard, Suite 140
Novato, CA 94949
16. INDEPENDENT CONTRACTOR.
For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers,
agents and employees shall act in the capacity of an Independent Contractor, and not as employees of
the CITY. CONTRACTOR and CITY expressly intend and agree that the status of
CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not
that of an employee of CITY.
17. ENTIRE AGREEMENT - AMENDMENTS.
A. The terms and conditions of this Agreement, all exhibits attached, and all documents
expressly incorporated by reference, represent the entire Agreement of the parties with respect to the
subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements, oral or written,
regarding the subject matter between the CONTRACTOR and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the subject
matter of this Agreement, shall be valid or binding, except by way of a written amendment to this
Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified except
by a written amendment to this Agreement signed by the CONTRACTOR and the CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and the
terms and conditions of the attached exhibits or the documents expressly incorporated by reference,
the terms and conditions of this Agreement shall control.
18. SET-OFF AGAINST DEBTS.
CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR
under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance,
agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or
other amounts.
19. WAIVERS.
The waiver by either party of any breach or violation of any term, covenant or condition of
this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any
other tern, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation
of the same or other tern, covenant, condition, ordinance, law or regulation. The subsequent
acceptance by either party of any fee, performance, or other consideration which may become due or
owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance
or regulation.
20. COSTS AND ATTORNEY'S FEES.
The prevailing party in any action brought to enforce the terms and conditions of this
Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs
(including claims administration) and attorney's fees expended in connection with such action.
21. CITY BUSINESS LICENSE/OTHER TAXES.
CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY
business license as required by the San Rafael Municipal Code CONTRACTOR shall pay any and
all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any
work performed under this Agreement, until CONTRACTOR has provided CITY with a completed
Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification).
22. SURVIVAL OF TERMS.
Any terms of this Agreement that by their nature extend beyond the term (or termination) of
this Agreement shall remain in effect until fulfilled, and shall apply to both Parties' respective
successors and assigns.
23. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
24. COUNTERPARTS AND ELECTRONIC SIGNATURE.
This Agreement may be executed by electronic signature and in any numberof counterparts,
each of which shall be deemed an original, but all of which together shall constitute one document.
Counterpart signature pages may be delivered by telecopier, email or other means of electronic
transmission.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year first above written.
8
CI OF S _RAFAEL
w
JIN(
SC Z, C ty nager
ATTEST:
WIA i
LINDSAY LARA, City Clerk
vee
ROBERT F. EPSTEIN, ity Attorney
CONTRACTOR
ZIA
Name: R CA L-tw-
Title:
[If Contractor is a corpo 'on, add signature of second
corporate officer
By:
Name: )— G IV S
Title: 'S �'�-C
�Fou th
384 Bel Marin Keys Blvd., Suite 140
Novato, CA 94949
(415)884-8011
www.foth.com
January 29, 2020
Mr. Bill Guerin
Director of Public Works
City of San Rafael Public Works
111 Morphew St
San Rafael, CA 94901
Dear Bill;
Exhibit A
RE: Request for Proposal — Peacock Gap Lagoon Assessment
Foth & Van Dyke and Associates, Inc. (Foth) is pleased to respond to the City San Rafael
(City) request for a Professional Consulting Services Proposal which is to provide field
services and field investigations to deliver a scientific based assessment and report of
Peacock Gap Lagoon. Our Team is experienced, qualified, and available to perform the
required services necessary to provide the City with completing the required field data
collection and assessment report of findings and recommendations.
Below we have outlined our understanding of the project and have overlaid our proposed
tasks and deliverables required to move the project from inception through completion.
Project Understanding
Foth understands from onsite visual observations along with City staff, that the lagoon is
currently inundated with aquatic vegetation and algae. The Foth team has been requested to
submit a proposal that will provide an understanding of the current condition of the lagoon's
biological health and professional recommendations on how to implement best management
practices.
Project Team
We have reviewed the project scope and have assembled a team of qualified and experienced
individuals within Foth to complete the project tasks. Foth will manage our team ensuring all
tasks and deliverables are coordinated and cohesive. I will be responsible for managing the
scope and tasks throughout the duration of the project and will be the primary point of
contact between Foth and the City's representatives.
Mr. Bill Guerin
January 29, 2020
Page 2
Project Execution
Phase 1 - Onsite Data Acquisition
Foth will manage and execute all required onsite field work for the lagoon assessment.
Phase 1 Scope
Lagoon Mapping (depth soundings and plant volumes)
• Collect soil and water samples for laboratory analysis (4) locations
Water quality samples (4-6) locations
• Watershed impacts
Phase 1 Deliverables
• Foth will provide a project update at the conclusion of the onsite data acquisition
on findings or issues encountered
Phase 1 Budget: $7,435 (Laboratory fees are not included)
Phase 2 - Review of Findings and Assessment Presentation
The Foth team will analyze and interpret all field and laboratory data collected in phase 1.
Foth will generate a written condition assessment and professional recommendations for
best management practices and opinion of cost for routine lagoon monitoring. Foth will
present the findings to the City's representatives in person to review the current condition of
the lagoon, recommendations for monitoring and opinion of cost for equipment/installation.
Phase 2 Scope
• Foth will compile and produce a cover document outlining the findings including
tabulated data
• Foth will assemble recommended best management practices for the lagoon
• Foth will provide the City with an engineer's opinion of cost for monitoring and
recommended equipment
• Foth will provide a project update at the conclusion of the inspection on findings
or issues encountered
Phase 2 Deliverable
• Condition assessment document
• Heat map showing density of vegetation
• Relevant sediment hardness (hard pan)
Full color Bathymetric map of the lagoon (limited xyz accuracies)
• Recommendations/Next Steps with budgetary opinions
Phase 2 Budget: $4,638
Mr. Bill Guerin
January 29, 2020
Page 3
Schedule
Upon a Notice to Proceed, the Foth team will coordinate with the City and its representatives
for the required onsite activities.
Phase #
Phase Name
Phase Time
Frame
Phase 1
Onsite Data Acquisition (includes lab turnaround
time)
3-4 Weeks
Phase 2
Review of Findings and Assessment Presentation
2-3 Weeks
Acquisition
Total anticipated timeline
5-7 Weeks
Review of Findings/
. Mapping, in Condition Assessment Document
Budget Summary
Our Team has examined the project scope and have summarized the above estimate of fees
for each phase of work below. Within the set project scope we have provided costs to deliver
a completed project to the City. Below is a budget summary along with a list of various
assumptions that we have made in preparation of this professional services fees estimate.
We welcome the opportunity to discuss the proposed budget along with our assumptions in
order to better align with the City's available assets and project understanding.
Phase #
Phase Name
Phase Deliverables
Phase Cost
Phase 1
On-site Data
• Project Update on findings
$ 7,435
Acquisition
Review of Findings/
. Mapping, in Condition Assessment Document
Phase 2
Assessment
'
$ 4,638
Presentation
Phases 1-2 Estimated Budget $ 12,073
Project Assumptions
Our proposed budget includes several assumptions for the different phases of work:
• Suitable location for deploying a small portable vessel
• Landside survey control point (NAVD88)
• Anticipated lab fees of — $1,050
Mr. Bill Guerin
January 28, 2020
Page 4
Thank you for the opportunity to submit our proposal for your consideration. Should
you have any questions or require further information, please contact Adrian Cormier at
(415) 637-7282, or via email at adrian.cormier(c�,Foth.com
Sincerely,
Foth & Van Dyke and Associates, Inc.
Adrian Cormier Carey Parent
Project Manager Client Director/Programs Manager
cc: Kyle MacDonald (Foth)
Nicole Nicholson (Foth)
i 2
o
/Tr WITH F'11`'
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Bill Guerin Extension: 3110
Contractor Name: Foth & Van Dyke and Associates, Inc.
Contractor's Contact: Adrian Cormier Contact's Email: adrian acormier@foth.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a (late.
b. Email contract (in Word) and attachments to City
1/30/2020
Attorney c/o Laraine.Gittens@cityofsanrafael.org
© IK
2
City Attorney
a. Review, revise, and comment on draft agreement
2/4/2020
❑x LG
and return to Project Manager
1/30/2020
© LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
3
Department Director
Approval of final agreement form to send to
2/4/2020
❑x BG
contractor
4
Project Manager
Forward three (3) originals of final agreement to
2/4/2020
❑x IKK
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
❑ N/A
agendized for City Council approval *
*City Council approval required for Professional Services
❑
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
!( ��✓
KJ�^
agreement
8
City Attorney
Review and approve insurance in PINS, and bonds
(for Public Works Contracts)
9
City Manager/ Mayor
Agreement executed by City Council authorized
7
official
10
City Clerk
Attest signatures, retains original agreement and
�'sl 20ZO
'• b�-
forwards copies to Project Manager