CITY OF BULLHEAD CITY

Size: px
Start display at page:

Download "CITY OF BULLHEAD CITY"

Transcription

1 CITY OF BULLHEAD CITY ; COUNCIL COMMUNICATION MEETING DATE: August 4, 2015 SUBJECT: DEPT OF ORIGIN: 10-1 & 10-4 Lift Station Improvements Amendment for Additional Construction Administration Services Public Works DATE SUBMITTED: July 22, 2015 SUBMITTED BY: Pawan Agrawal, Public Works Director SUMMARY: This is a request for City Council approval of an amendment to the task order with Atkins North America, Inc., the City's design and construction administration consultant for the 10-1 & 10-4 Lift Station Improvements project, to provide extended technical and specialized construction administration services during the completion of the project by the Contractor, Steve P. Rados, Inc. The project consists of the construction of new wet wells, pumps and various site improvements at both lift stations and the rehabilitation of the existing wet and dry wells to provide emergency overflow storage at both lift stations, as well as additional emergency pumping capability at the 10-4 Lift Station. Odor control facilities will be provided at both lift station sites, and perimeter security/screening walls will be installed at both sites, along with other improvements. The 10-1 Lift Station is located at the northwest comer of Yale Drive and Terrace Drive and the 10-4 Lift Station is located on the southeast comer of Rotary Park, at the comer of Lakeside Drive and Chaparral Drive. The City Council approved Task Order 1 to- Atkins' contract to provide construction administration services for the project in the amount of $267, on May 6, Notice to Proceed for construction of the project was issued to the Contractor effective June 2, 2014, with a contract completion date of January 28, Unfortunately, the project has exceeded the allotted contract completion date, and the 10-4 Lift Station portion of the project is still not complete, although work continues and the contractor believes completion can occur before the end of2015, although the Contractor has not yet set a final completion date. It should be noted that the new 10-1 Lift Station has been completed, with the exception of the odor control system, which will be relocated from the Lift Station after the new odor control system at the 10-4 Lift Station is installed and placed into operation. Atkins has done everything possible to reduce the amount of funding required for them to provide the necessary construction administration services to assist the City; however, due to the delay on completion of the project by the Contractor, Atkins has exhausted the amount in the current Task Order 1. An amendment is necessary to be able to pay Atkins for their continued help on this challenging project. Although no firm date for project completion can be provided at this time, nor an accurate estimate made of the effort necessary to provide construction administration services through to the end ofthe project, Atkins and City staff have estimated that if the project can be completed before the end of 2015, an amendment to Task Order 1 in the amount of $187, should be sufficient to cover the engineering-related costs. Staff has reviewed Atkins' proposal and feels it is reasonable and cost effective based on the progress of the contractor to date, and the status of the overall project, and we recommend the amendment be (10/2001) Revised (06/13/06) K:\engjobno\2013 ENGINEERING PROJECT & MISC P&Z\13-E Lift Station lmprovementsicouncil COMMUNICATIONS\ LSs Additional Construction Engineering Services CC_OB0415.doc

2 CITY OF BULLHEAD CITY * COUNCIL COMMUNICATION MEETING DATE: August 4, 2015 SUBJECT: DEPT OF ORIGIN: 10-1 & 10-4 Lift Station Improvements Amendment for Additional Construction Administration Services Public Works DATE SUBMITTED: July 22, 2015 SUBMITTED BY: FISCAL IMP ACT: Pawan Agrawal, Public Works Director Finan e Department Initial Project Costs: $267, for Task Order 1 from account , Sewer Development, Capital Outlay, Lift Station Rehab, Sewer Improvements, plus $187, for this amendment to Task Order 1. Future Ongoing Costs: N/ A Physical Impact (on people/space): N/A Residual or Support/Overhead/Fringe Costs: N/A ATTACHMENTS: 1) Amendment No. 3 to Task Order No. 1 with Atkins for Construction Administration Services LEGAL REVIEW: RECOMMENDATION: Motion by the City Council to approve Amendment No. 3 to Task Order 1 with Atkins North America, Inc. to provide additional construction administration services for the 10-1 & 10-4 Lift Station Improvements project in an amount not to exceed $187,600.00; and to authorize the City Manager to execute all appropriate documents and approve resulting payments. APPROVED FOR SUBMITTAL BY: CITY CLERK'S USE ONLY COUNCIL ACTION TAKEN Resolution No. Ordinance No. Approved Other Continued To: Referred To: Denied (10/2001) Revised (06/13/06) K:\engjobno\2013 ENGINEERING PROJECT & MISC P&Z\13-E Lift Station lmprovements\council COMMUNICATIONS\ LSs Additional Construction Engineering Services CC_ doc

3 AGREEMENT FOR LIFT STATION 10-1 & 10-4 REPLACEMENT CONSTRUCTION ADMINISTRATION SERVICES PROJECT NO. 13-E-004/NW Contract THIRD AMENDMENT TO TASK ORDER NO.1 This Agreement for Lift Station 10-1 & 10-4 Replacement Construction Administration Services Project No. 13-E-004/ NW Contract Third Amendment to Task Order No. 1 ("Amendment"), is entered into and effective between CITY OF BULLHEAD CITY, an Arizona municipal corporation ("City"), and Atkins North America, Inc., a Florida corporation authorized to do business in the State of Arizona ("Contractor"), as of the 4th day of August, RECITALS A. City and Contractor entered into an Agreement for Wastewater System Improvements Design & Construction Administration ("Agreement"), effective June 5, 2012, for a one year period with an option for the City to extend the term for three additional one year periods for general engineering wastewater system improvements; and B. City and Contractor entered into Task Order No. 1 under the Agreement and effective May 6, 2014, with a date of completion of the work being February 28,2015, as shown in Attachment C; and C. City and Contractor entered into an Amendment to Task Order No. 1 effective March 1, 2015, with a date of completion of the work being June 30, 3015, and again by a second amendment from July 1, 2015 through June 30, 2016, all as set out in Attachment C attached and incorporated herein; and D. City and Contractor now desire to retain the services of Contractor to perform construction administration services under authority of the Agreement and produce the specific work as set forth in this Third Amendment to Task Order No. 1, as outlined in Attachments A and B hereto; and E. City and Contractor desire to memorialize their agreement with this document. AMENDMENT In consideration of the Recitals, which are confirmed as true and correct and incorporated by this reference, the mutual promises and covenants contained in this Amendment, and other good and valuable consideration, City and Contractor agree as follows: 1. Project for Task Order No. 1: Paragraph No. 1 is amended to reflect additional compensation in an amount not to exceed $187,600 in the performance of services that are time-dependent on the contract duration with the primary contractor and as outlined in Attachments A and B. 2. Term: The term of this Amendment commences upon August 4, 2015, and is effective through June 30, Affirmation. All other terms of the Agreement and Task Order No.1, including previous amendments thereto, which are fully incorporated herein by this reference, remain as originally set out except as stated within this Amendment. The Parties enter into this Amendment effective as of the date shown above. City of Bullhead City an Arizona municipal corporation Atkins North America, a Florida corporation authorized to do business in the State of Arizona Toby Cotter, City Manager ATTEST: Date Matt Baird P.E., Vice-President Date Susan Stein, City Clerk (SEAL) APPROVED AS TO FORM: Garnet K. Emery, City Attorney ~

4 ATKINS ATTACHMENT A (Page 1 of3) Atkins North America, Inc Corporate Circle, Ste. 200 Henderson, NV Telephone: July 10, 2015 Bob Leuck, P. E. Asst. Public Works Director City of Bullhead C~y 2355 Trane Road Bullhead City, AZ Subject: City of Bullhead C~y Lift Station 10-1 and 10-4 Replacement Construction Administration Services Project No. 13-E-004, NW Contract Budget Augmentation Request Dear Mr. Leuck: Atkins and its subconsultant, Slater Hanifan Group (SHG), are providing Construction Administration Services to the City for the above-referenced project. Our original scope of services that was approved bythe City on May 6, 2014 in the amount of $267,327. Services were based on a nine (9) month construction schedule that began in June 2, 2014 and was scheduled for completion in February The project is still on-going and is currently scheduled for completion in December 2015, which is a delay of ten (1 0) months. During this time, Atkins and SHG, along with the City's staff have expended extra efforts in working through the Contractors questions, requests, issues and concerns. In order to continue to support the City in the completion of this project, Atkins respectfully requests a budget augmentation of $187,600 to perform services that are time-dependent on the contract duration and also special services as requested by the City. I. SCOPE OF SERVICES Our proposed Scope of Services is outlined in Attachment "A." II. FEES AND CONDITIONS Fees and conditions are outlined in Attachment "B." We appreciate the opportunity of offering this proposal, and we look forward to continuing to work with you on this project. If you have any questions, please call me at Thank you for the opportunity to provide these services. Respectfully submitted, tf;t D4~ Heidi Dexheimer Division Manager

5 1\TKINS ATTACHMENT A (Page 2 of3) Atkins North America, Inc Corporate Circle, Ste. 200 Henderson, NV Telephone: ATTACHMENT A SCOPE OF SERVICES ADDITIONAL CONSTRUCTION ADMINISTRATION SUPPPORT SERVICES LIFT STATION 10-1 & 10-4 REPLACEMENT CITY OF BULLHEAD CITY CONTRACT AMENDMENT DATED JULY 9, 2015 I. SCOPE OF SERVICES Additional Construction Administration Support Services Atkins North America (Atkins) will provide continued construction administration services for Lift Station 10-1 and 10-4 (Project) for the City of Bullhead City (City). The purpose of this amendment is to extend construction services and original contract expiration date to compensate for delays in the construction schedule, which was originally scheduled completion in February 2015 and is now planned for completion on December 22, 2015 (based on the latest submitted schedule dated July 10, 2015). The scope of Services as presented in the original contract dated May 6, 2014, remain the same, with the following modifications: A. CONSTRUCTION ADMINISTRATION AND OVERSIGHT Atkins will continue the efforts described in the original contract through to include the following construction administration and oversight services: 1.A Eight (8) hours/week for Project Management 1.A.1 Six (6) hours/week for Contractor Material Submittal Review. 1.A.2 Six (6) hours/week for Request for Information (RFI) Review. 1.A.3 Four (4) hours/week for Contract Change Order Review. 1.A.4 Start-up and Operational Testing per original contract (30 hours for LS 1 0-4). 1.A.5 Final Inspection and Punch List per original contract (15 hours for LS 1 0-4). 1.A.6 An estimated twenty (20) Bi-Weekly Construction Progress Meetings. 1.A.7 Twelve (12) hours/week for "As-requested" Construction Services, including, but not limited to Contractor Proposal Letter Review. B. STRUCTURAL DUE DILIGENCE AND RECOMMENDATIONS Atkins will perform a due diligence investigation on the existing structure at LS 10-4, reporting items of question and concern, making the necessary recommendations if needed. C. PIPELINE INSPECTION SERVICES Atkins will perform on-site inspection services for the duration of the installation and backfill of the 36-inch gravity sewer line. This scope includes an inspector be on site for eight (8) hours a

6 Bullhead City LS 10-4 and 10-1 July 10, 2015 Page 2 of 4 ATTACHMENT A (Page 3 of3) day, forty (40) hours per week for four (4) weeks. D. POST -CONSTRUCTION SERVICES 1. Operations and Maintenance (O&M) Manuals and Training per original contract (44 hours) 2. As-built Drawings per original contract (80 hours). 3. ADEQ Closeout per original contract (26 hours). 4. Project Closeout per original contract (30 hours). II. ADDITIONAL ENGINEERING SERVICES No additional services beyond the services included in Section I, Scope of Services are included in this Scope of Work. X:\Projects\ BHC Lift Station 10.1 and 10-4 CSS\Contract\New folder\ Proposal Letter w Attach AB.docx

7 ~~~ 1\TKINS Atkins North America, Inc Corporate Circle, Ste. 200 Henderson, NV Telephone: ATTACHMENT B FEES AND CONDITIONS Bullhead City Lift Station 10-4 and 10-1 PROJECT NO: DATE OF AGREEMENT: JULY 10,2015 FEES AND CONDITIONS A. The fee for the Additional Services described in, Section I, Scope of Services, will be a Time and Materials amount, not to exceed $187,600. ', ESTIMATE OF HOURS/FEE SHG SHG ADMIN DIRECT TASK TASK DESCRIPTION PM SHGPM ASST. SHG SUB EXPENSES TOTAL Hourly Rate $ 145 $ 145 $ 75 Contract Administration (2 hrs/week) 40 $ 5,800 Subconsultant Fee: 1.A Project management (6hr/week) 126 $ 18,270 1.A.1 Pump Station Submittals (6hr/week) 126 $ 18,270 1.A.2 RFI (6hr/week) 126 $ 18,270 1.A.3 Change Orders (4hr/week) 84 $ 12,180 l.a.4 Start-up and OperTesting 30 $ 4,350 1.A.5 Final Inspection and Punch List 15 $ 2,175 1.A.6 Bi-Weekly Meetings (8) $ 8,200 1.A.7 As needed construction Services 192 $ 27,840 I.B Structural Due Diligence and Recommendations $15,000 $ 15,000 I.C Pipeline Inspection Services $20,000 $ 20,000 I.C.1 Inspection Services Expenses $2,500 $ 2,500 I.D.1 O&M Manuals 44 $ 6,380 I.D.2 As-built Drawings 80 $ 11,600 I.D.3 ADEQAOC 26 $ 3,770 I.D.4 Project Closeout 30 $ 4,350 TOTAL SUBCONSULTANT $ 173,155 Markupat5% 8,658 GRAND TOTAL $ 187,613

8 (Page 1 of 12) AGREEMENT FOR LIFT STATION 10-1 & 10-4 REPLACEMENT CONSTRUCTION ADMINISTRATION SERVICES PROJECT NO. 13-E-004/NW Contract SECOND AMENDMENT TO TASK ORDER N0.1 This Agreement for Lift Station 1 0-l & I 0-4 Replacement Construction Administration Services Project No. 13-E-004/ NW Contract Second Amendment to Task Order No. 1 ("Amendment"), is entered into and effective between CITY OF BULLHEAD CITY, an Arizona municipal corporation ("City"), and Atkins North America, Inc., a Florida corporation authorized to do business in the State of Arizona ("Contractor"), as of the 1st day of July, RECITALS A. City and Contractor entered into an Agreement for Wastewater System Improvements Design & Construction Administration ("Agreement"), effective June 5, 2012, for a one year period with an option for the City to extend the term for three additional one year periods for general engineering wastewater system improvements; and B. City and Contractor entered an amendment to the Agreement, an agreement for the Soccer Field Lift Station and Section 18 WWTP Improvements effective June 5, 2012; and C. City and Contractor entered into Task Order No. 1 under the Agreement and effective May 6, 2014, with a date of completion of the work being February 28, 2015, as shown in Exhibit A; and D. City and Contractor entered into an Amendment to Task Order No. 1 effective March 1, 2015, with a date of completion of the work being June 30, 3015, and all as set out in Exhibit A attached and incorporated herein; and E. City and Contractor now desire to extend the time for completion of the tasks assigned under Task Order No. 1 for an additional one year period from July 1, 2015 through June 30, 2016, in contemplation of completing the project and desire to memorialize their agreement with this document. AMENDMENT In consideration of the Recitals, which are confirmed as true and con-ect and incorporated by this reference, the mutual promises and covenants contained in this Amendment, and other good and valuable consideration, City and Contractor agree as follows: 1. Term: The term of this Amendment commences upon July 1, 2015 and is effective through June 30, Affirmation. All other terms of the Agreement, which are fully incorporated herein by this reference, remain as originally set out except as stated within this Amendment. The Parties enter into this Amendment effective as of the date shown above. Atkins North America, a Florida corporation authorized to do business in the State of Arizona ~'/.ivt> Matt Baird P.E., Vice-President Date

9 (Page 2 of 12) AGREEMENT FOR LIFT STATlON 10-1 & 10-4 REPLACEMENT CONSTRUCTION ADMINISTRATION SERVICES PROJECT NO. 13-E-004/NW Contract AMENDMENT TO TASK ORDER NO.1 This Amendment to Task Order No.1 Agreement for Wastewater System Improvements Design & Construction Administration, Project No. 12-E-001/ NW , is entered into and effective between CITY OF BULLHEAD CITY, an Arizona municipal corporation ("City"), and Atkins North America, Inc., a Florida corporation authorized to do business in the State of Arizona ("Contractor"), as of the I 51 day of March, RECITALS A. City and Contractor entered into an Agreement for Wastewater System Improvements Design & Construction Administration ("Agreement"), effective June 5, 2012, for a one year period with an option for the City to extend the term for three additional one year periods for general engineering wastewater system improvements; and B. City and Contractor entered an amendment to the Agreement, an agreement for the Soccer Field Lift Station and Section 18 WWTP Improvements ("Amendment No.1"), effective June 5, 2012; and C. City and Contractor entered into Task Order No. I under the Agreement and effective May 6, 2014, with a date of completion of the work being February 28, 2015, as shown in Exhibit A; and D. City and Contractor now desire to extend the time for completion of the tasks assigned under Task Order No. 1 for an additional four months from March 1, 2015 through June 30, 2015, in contemplation of completing the project and desire to memorialize their agreement with this document. AMENDMENT In consideration of the Recitals, which are confirmed as true and correct and incorporated by this reference, the mutual promises and covenants contained in this Amendment, and other good and valuable consideration, City and Contractor agree as follows: 1. Term: The term of this Amendment commences upon March 1, 2015 and is effective through June 30, Affirmation. All other te1ms of the Agreement, which are fully incorporated herein by this reference, remain as originally set out except as stated within this Amendment. The Parties enter into this Amendment effective as of the date shown above. Atkins North America, a Florida corporation authorized to do business in the State of Arizona A T: AA~ ~usan Stein, City Clerk - (SEAL) ;?yqe~:l-//f/j-it'j Matt Baird P.E., Vice-President Date

10 (Pa~?;e 3 of 12) AGREEMENT FOR LIFT STATION 10-1 & 10-4 REPLACEMENT CONSTRUCTION ADMINISTRATION SERVICES PROJECT NO. 13-E-004/NW Contract TASK ORDER N0.1 This Task Order No. 1 to Agreement for Wastewater System Improvements Design & Construction Administration, Project No. 12-E-001, is entered into and effective between CITY OF BULLHEAD CITY, an Arizona municipal corporation ("City"), and Atkins North America, Inc., a Florida corporation authorized to do business in the State of Arizona ("Contractor"), as of the -lclday of May, RECITALS A. City and Contractor entered into an Agreement for Wastewater System Improvements Design & Construction Administration ("Agreement"), effective June 5, 2012, for a one year period with an option for the City to extend the term for three additional one year periods for general engineering wastewater system improvements; and B. City and Contractor entered as amendment to the Agreement, an agreement for the Soccer Field Lift Station and Section 18 WWTP Improvements ("Amendment No. 1 "),effective June 5, 2012; and C. City and Contractor entered a separate agreement for engineering services for design completion of Lift Station 10-1 replacement, effective January 23, 2013, for a one year period of time. This project is now complete and Contractor has submitted its final invoice to the City; and D. As pm1 of the Agreement referenced in Recital "A" above, the City from time to time will continue to negotiate additional scopes for related upcoming projects as the need arises, and will bring those amendments (now distinguished as task orders) to the Agreement to the City Council for approval as applicable; and E. City now desires to retain the services of Contractor to perform construction administration services under authority of the Agreement and produce the specific work as set forth in this Task Order No. 1, and as in Attachments A and B hereto; and F. City and Contractor desire to memorialize their agreement with this document. AMENDMENT In consideration of the Recitals, which are confirmed as true and correct and incorporated by this reference, the mutual promises and covenants contained in this Task Order, and other good and valuable consideration, City and Contractor agree as follows: 1. Project for Task Order No. 1. Contractor will provide construction administration services for Lift Stations 10-1 and 10-4 Improvements. Lift Station 10-1 is located at the comer of Yale Drive and Terrace Drive near the Colorado River and Lift Station 10-4 is located adjacent to the Rotary Park soccer fields. This Project will include services of a Project Engineer and Senior Construction Manager to provide construction administration and oversight services for the City's contract with the Contractor that includes pre-construction conference, contractor material submittals, specified material submittals, De-watering plan, requests for information, contract change orders, start up and operational testing, final inspection and punch list, field changes, bi-weekly construction progress meetings, wastewater engineering support, and post-construction services, all as set out in Attachments A and B. Compensation will consist of services actually provided and not exceed $267, Term: The term of Task Order No. 1 commences upon the effective date and continues from May 6, 2014 through Febmary 28, Affirmation. All other terms of the Agreement, which are fully incorporated herein by this reference, remain as originally set out except as stated within this Task Order.

11 (Page 4 of 12) The Parties enter into this Task Order effective as of the date shown above. City of Bullhead City an Arizona municipal corporation Atkins North America, a Florida corporation authorized to do business in the State of Arizona Carmen Kasner P.E.,Vice-President Y -22-ll-J Date ATTEST: Susan Stein, City Clerk (SEAL) APPROVED AS TO FORM: gr~j~ me K. Emery C. "-

12 ATKINS (Page 5 of 12) ATTACHMENT A SCOPE OF SERVICES CONSTRUCTION ADMINISTRATION SERVICES LIFT STATION 10-1 & 10-4 REPLACEMENT CITY OF BULLHEAD CITY APRIL 16, 2014 I. SCOPE OF SERVICES Construction Administration Services Atkins North America (Atkins) will provide construction administration services for Lift Stations 10-1 and 10-4 for the City of Bullhead City (City). The extent of construction administration services is based upon the following construction-phase schedule assumptions. It is assumed that the construction phase will last nine (9) months. Based on our experience on similar construction projects, we anticipate that there will be one (1) month of mobilization and start-up including submittal review, materials procurement, and site preparation. There will then be seven and a half (7.5) months of major construction and one and a half (1.5) months of operational testing, punch-list activities and project close-out. The following scope of services is based upon our experience with similar projects and describes the anticipated tasks and levels of effort anticipated for the construction phase of the Project. All construction-phase services are proposed on an "as-needed" and "asrequested" time and materials basis. The City, at its option, may elect not to proceed with some or all of these tasks. The construction-phase services will include the following tasks: A. CONSTRUCTION ADMINISTRATION AND OVERSIGHT For the purposes of this proposal, Atkins has assumed that the City will provide the daily inspection and material testing services for the Project, and the Contractor will provide for any special inspections. Atkins will support the City "as-needed" and "asrequested". During the construction phase, Atkins will provide the services of a Project Engineer and Senior Construction Manager to assist in administering the City's contract with the Contractor. The City's staff will fulfill the role of Project Manager I Contract Administrator. To assist staff with project management, Atkins has allocated (6) hours per week. The Project Engineer or Senior Construction Manager will provide the following construction administration and oversight services: Page 1 of 5

13 Lift Station 10-1 and 10-4 Construction Administration Services April16, 2014 Page 2 of6 (Page 6 of 12) 1. Pre-construction Conference. Prepare the agenda for and chair the preconstruction conference. Prepare and distribute minutes from the conference. 2. Contractor Material Submittals. The Project Engineer will receive, distribute and develop a process to track material submittals proposed by the Contractor for the Work. The Project Engineer or Senior Construction Manager will consult and advise the City on the acceptability of substitute materials and equipment proposed by the Contractor. They will also coordinate with discipline-specific Atkins professional engineering staff as necessary to clarify and confirm specified materials for the Work. Pump Stations. Review and provide written comments for materials submitted by the contractor for use in the Work. Based on projects of similar size, a total of one hundred (100) submittals and twenty (20) resubmittals are assumed. Consult and advise the City on the acceptability of substitute materials and equipment proposed by the Contractor. Coordinate with Atkins engineering staff as necessary to clarify and confirm specified materials in the Work. This task also includes the review of thirtyfive (35) additional electrical and instrumentation submittals and as-needed review of structural submittals by a registered structural engineer. De-watering Plan. Atkins will review the de-watering plan to ensure it meets with industry standards and is appropriate for the anticipated site conditions. The review will include evaluation of the type of de-watering and the proposed equipment to be used. Atkins will also provide an on-site inspection during the start up of the de-watering process. 3. Request for Information (RFis). The Project Engineer will receive, distribute and develop a process for requests for interpretations and clarifications of the Contract Documents. The RFis will be submitted directly to the City's Project Manager who will track and forward to Atkins as necessary. The Project Engineer or Senior Construction Manager will coordinate written responses to questions with discipline-specific Atkins professional engineering staff and provide City with the requested clarifications. 4. Contract Change Orders. The Project Engineer will review, make recommendations, and assist with negotiations and approvals of construction contract change orders to address contract revisions, design changes, unanticipated field conditions, additional work requests, etc. City staff will process the change orders with the Contractor. It is assumed that a total of ten (1 0) change orders will be reviewed and processed. 5. Start Up and Operational Testing. The Project Engineer will provide "asneeded" and "as-requested" operational and testing assistance during start up and testing of the two (2) sewage lift stations. This task includes coordination and consultation with the City's Operations Staff. Pump Stations. Two (2) representatives from the technical team will provide operational and testing assistance during start up and testing of the Page 2 of 5 1\TKINS

14 Lift Station 10-1 and 10-4 Construction Administration Services April16, 2014 Page 3 of6 (Page 7 of 12) two sewage lift stations. A total of two (2) days per lift station has been estimated. 6. Final Inspection and Punch List. The Project Engineer or Senior Construction Manager will perform a final inspection of the Project with City staff and will assist in the preparation a punch list of corrections prior to Project acceptance. The Project Engineer or Senior Construction Manager will verify completion of the punch list items and coordinate final acceptance of the Project with the City. Pump Stations. One (1) representative from the technical team will assist the Project Engineer in performing a final inspection of the Project. An allowance of two (2) days has been provided for final inspections and verification of punch list items. 7. Field Changes. The Project Engineer will assist the City with the preparation and issuance of contract revisions, if required, during construction to resolve problems due to unanticipated field conditions or other field changes. As needed, the Project Engineer will coordinate revisions to the Contract Documents with discipline-specific Atkins professional engineering staff and will consult with and advise the City on contract changes and related issues. These contract revisions may or may not result in contract change orders. It is assumed that up to eight (8) contract revisions may be issued. 8. Bi-Weekly Construction Progress Meetings. The Project Engineer or Senior Construction Manager will prepare the agenda for and chair a bi-weekly construction progress meeting with the City and the Contractor. Based upon the estimated project schedule, a total of twenty-five (25) construction progress meetings with the City and Contractor are anticipated. 9. In addition to tasks identified above, the Project Engineer or Senior Construction Manager will provide "as-requested" construction contract administration services during the construction phase. For the purposes of this proposal, Atkins has assumed four (4) hours per week for forty (40) weeks to perform these tasks. The construction contract administration services may include the following: City and other agency/utility coordination services to respond to issues, concerns, and requests for change that are generated during the course of construction. Consult with and advise the City on construction cost related issues, recommendations for final payment, and release of Contractor retention or securities. Provide as-needed scheduling services for periodic review, analysis, and tracking of the Contractor's construction schedule. Page 3 of 5 ATKINS

15 Lift Station 10-1 and 10-4 Construction Administration Services April16, 2014 Page 4 of6 (Page 8 of 12) 10. Special Inspections. Atkins will provide oversight to ensure compliance with the approved de-watering plan. Atkins has assumed three (3) days at eight (8) hours per day. 11. General wastewater engineering support. Atkins has specialized expertise in wastewater engineering that the City staff may have need to consult with for issues that arise in the day to day operation of the City's system. This scope includes an allowance of $10,000 for additional wastewater engineering support that may include, but be not limited to, additional training on the model, running model simulations, special investigations or reviews of CCTV data, odor control designs and consultation, and other wastewater engineering support, as requested by staff. B. POST-CONSTRUCTION SERVICES Upon completion of Project construction, the Atkins Project Engineer will provide the following post-construction services: 1. Operation and Maintenance (O&M) Manuals and Training. The Project Engineer will coordinate with the City's Contractor to obtain the specified O&M manuals and to schedule training sessions with City staff for the Project. Atkins will review the O&M manuals for conformance with the Contract Documents and verify that all necessary/required information has been provided. 2. As-Built Drawings. Atkins will coordinate with the City and the Contractor to obtain the red-lined record drawings documenting the construction changes to the Contract Documents. Atkins will review the red-lined record drawings to confirm that all construction changes have been documented. Atkins staff will make record changes to the Contract Documents based upon the furnished record of construction changes. 3. ADEQ Closeout. Atkins will provide the necessary certificates of completion and testing data for approval to operate and ADEQ closeout. 4. Project Closeout. Atkins will compile all correspondence and documentation, including photos from the project'for delivery to the City. Page 4 of 5 1\TKINS

16 Lift Station 10-1 and 10-4 Construction Administration Services April16, 2014 Page 5 of6 (Page 9 of 12) SERVICES tiqi.included IN THIS SCOPE Any services not specifically defined above are not included in the Scope of Services, including, but not limited to: Services during construction, including daily on-site inspection, contract administration, and on-site observation of the pump station construction other than those services listed under Item 2. Geotechnical investigations. The City will contract for these services with a third party. II. ADDITIONAL ENGINEERING SERVICES If requested by Client, ATKINS will provide the following Additional Services, beyond the services included in Section I, Scope of Services: A. Attendance to additional meetings beyond those specifically identified in Section I. B. Assistance with public participation and communications, including planning and participation in public outreach programs, attendance to public meetings and workshops, etc. C. Any additional project related services not specifically included in Section I, Scope of Services, including support for any litigation that may occur. Page 5 of 5 ATKINS

17 J\TKINS (Page 10 of 12) ATTACHMENT B FEES AND CONDITIONS CONSTRUCTION ADMINISTRATION SERVICES LIFT STATION 10-1 & 10-4 REPLACEMENT CITY OF BULLHEAD CITY APRIL 16, 2014 The fee for the Services described in, Section I, Scope of Services shall be a lump sum amount of $267, The fees for the Services described in, Section II, Additional Engineering Services, will be provided on an hourly rate basis in accordance with the ATKINS Standard Rate Schedule in effect at the time the services are performed. Attachment B Page 1 of 3

18 (Page 11 of 12) Project Name: Bullhead 10-4 & 10-1 construction services Client/Owner: Bullhead Project Manager: Kevin Murphy Prepared By: Kevin Murphy Proj/Prop No.: Date: AprilS, 2014 ATKINS ITEM Labor and Outside Services Direct Costs (Direct Costs assumed at 0.5%) TOTAL TOTAL $265,997 $1,330 $267,327 ENGINEERING SERVICES Engineering Aide - EA Engineer I - El Engineer II - Ell Engineer Ill- Ell! Senior Engineer I - SEI Senior Engineer II - SEll Senior Engineer Ill- SEll I Supervising Engineer 1- SPEI Supervising Engineer II - SPEll Principal Engineer 1- PRI Principal Engineer II - PRII Principal Engineer Ill- PRill Principal Engineer IV- PRIV ADMINISTRATIVE SERVICES Admin Assistant 1/Cierk- AI Admin Assistant II - All Admin Assistant Ill- Alii Sr. Admin Assistant I - SAl Sr. Admin Assistant II - SAil Sr. Admin Assistant Ill- SAil I Senior Administrator - SA OTHER PROFESSIONAL SERVICES Professlonaii/GIS Analyst- PI Professional II/GIS Analyst II - Pll Sr. Prof. 1/Sr. GIS Analyst I - SPI Sr. Prof 11/Sr. GIS Analyst II - SPII Sr. Prof 111/Sr. GIS Analyst Ill -SPill Supervising Professional - SP Principal Professional - PP PUBLIC AFFAIRS SERVICES Project Manager - PM Comm Relations Specialist - CAS Assistant Project Manager - APM Account Coordinator- AC ENVIRONMENTAL SCIENCE Research Assistant - RA Assistant Scientist - AS Scientist I- Sl Scientist II - Sll Scientist Ill- Sill Senior Scientist 1- SSI Senior Scientist II - SSII Senior Scientist Ill - SSIII Senior Scientist IV- SSIV CONSTRUCTION RELATED SERVICES Contract Administrator - CA Sr. Contract Administrator- CAS Construction Mgmt Rep. I* - CMI Construction Mgmt Rep. II*- CMII Senior Field Representative - SFR Prevailing Wage Field Rep.- PWFR Senior Project Engineer- SPEC Construction Manager - CM Senior Construction Manager - SCM (*non-prevailing wage) DESIGN & GRAPHIC SERVICES CADD Technician I - CTI CADD Technician II - CTII CADD Technician Ill - CTlll Graphics Designer I - GDI Graphics Designer II -GO II Designer I - Of Designer II Senior Designer I - SOl Senior Designer II - SOli Senior Designer Ill - SDIII Attachment 8 Page 2 of 3 CA Offices: Carlsbad, Los Angeles, Orange, Sacramento, San Bernardino, San Diego, San Francisco FILE: Bullhead 10-4 CM revisedb.xlsx

19 > ~,.-,~ I I.,... I r>v-..,...,..,,.....,,l:f"' I "" I.._ I......, I 1 I I I I 1 -- "'' p-- I ~ > I.., I I I _ --- ~ n. ~= ~~ t:jecmcal ;:,pec a mspecuons! ij>go, 1 1 t 1.,g ~ ~ n Attachment B Page 3 of3 Bullhead 10-4 CM revisedb.xlsx- 4/8/2014