Loading...
HomeMy WebLinkAbout07/19/2011 13 Boiler Replacement and Biogas System Improvements Agreement with Pharmer Engineering BUSINESS OF THE CITY COUNCIL ® YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 4 ' 1,-3 For Meeting of July 19, 2011 ITEM TITLE: Request approval of a Resolution authorizing the City Manager to execute an Agreement with Pharmer Engineering and the City of Yakima for Design and Construction Services at the Wastewater Treatment Facility for Boiler Replacement and Biogas System Improvements. SUBMITTED BY: Chris Waarvick, Director of Public Works Scott Schafer, Wastewater Division Manager Dean Smith, Utility Project Manager CONTACT PERSON/TELEPHONE: Dean Smith /575 -6077 SUMMARY EXPLANATION: The Agreement with Pharmer Engineering will provide the design, bidding services and construction management associated with the boiler replacement and biogas system improvements to aged boiler reliability issues at the Wastewater Treatment Facility. The Agreement will also provide additional bidding assistance and services during construction for the Struvite System Project. A Professional Licensed Engineer is required by the State of ® Washington to perform these services. The Engineering Services shall not exceed $250,000. See Exhibit "A ". The City of Yakima Wastewater Division has decided to replace the aged biogas fired boilers used to heat the digesters. These boilers have been rebuilt numerous times and now have an increased reliability risk. The Wastewater Division wishes to replace one existing biogas boiler with two boilers that will be used for biogas. The existing diesel fuel boiler will be maintained as is until natural gas is brought on site. (...continued on next page) Resolution X Ordinance _ Other (Specify) Contract X Mail to (name and address): Phone: Funding Source: Wastewater Facilities Project (478 Fund) Budget APPROVED FOR SUBMITTAL: -'� City Manager STAFF RECOMMENDATION: Staff respectfully requests City Council approve the resolution. BOARD /COMMISSION RECOMMENDATION: COUNCIL ACTION: Page 1 (...continued from front page.) The replacement or addition of new boilers is subject to new air emission requirements for NOx. This requires an upgrade to the biogas pressurization system and may require the exiting biogas blower room to be expanded. Additional Biogas Improvements include improved moisture removal from the gas to reduce boiler maintenance requirements and improve system reliability. Pharmer Engineering will provide the required Engineering assistance to design, bid and construct the Boiler Replacement Project, Biogas System Improvements, and additional bidding assistance and services during construction for the Struvite System Project. The terms of the Agreement would be in an amount not to exceed $250,000. (See attached Agreement with Exhibit "A" and "B ") Exhibit "A" of the Agreement describes the Scope of Work in more detail. Exhibit "B" of the Agreement describes the Schedule of Rates. • Paget RESOLUTION NO. R -2011- 0 A RESOLUTION authorizing the City Manager to execute an Agreement with Pharmer Engineering and City of Yakima for Design and Construction Services at the Wastewater Treatment Facility for Boiler Replacement and Biogas System Improvements. WHEREAS, the City of Yakima owns and operates wastewater collection and treatment - facilities in accord with applicable Federal, State and Local regulations; and WHEREAS, mandatory planning, coordination, process analysis and implementation is required to address regulatory requirements; and WHEREAS, professional Wastewater .Engineering Services are required for environmental mandates, community growth, replacement needs, and operational efficiencies; and WHEREAS, conceptual and pre- design development, detailed design, implementation, bid and construction related services along with other engineering assistance will be required to comply with mandated requirements; and WHEREAS, Pharmer Engineering to provide Design and Construction Services at the Wastewater Treatment Facility for Boiler Replacement and Biogas System Improvements; and WHEREAS, Pharmer Engineering will also provide Bidding Assistance and Services during construction for the Struvite System project; and WHEREAS, with the addition of these mandated requirements, use of budgeted funding is ® required to continue with current efforts to address these issues; and WHEREAS, the state of Washington requires these services to be performed by a Professional Licensed Engineer, and WHEREAS, the City has previously completed the process of completively selecting Professional Engineering Services for which Pharmer Engineering was selected by virtue of qualifications in compliance with applicable State requirements for acquisition of Professional Services; and WHEREAS,. the City would like to have Pharmer Engineering provide additional Wastewater Engineering Services which are related to their current activities for the City of Yakima Wastewater Division, now therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the Engineering Services Agreement with Pharmer Engineering to provide Wastewaster Engineering Services for the Wastewater Division (not to exceed $250,000) for Boiler Replacement, Biogas System Improvements, and Bidding Assistance and Services during construction for the Struvite System project a copy of which Exhibit "A" of the 2011 Agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 19 day of July, 2011. ATTEST: Micah Cawley, Mayor ' City Clerk 0 CITY OF YAKIMA AND PHARMER ENGINEERING PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement ") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City "), and Pharmer Engineering L.L.C., a company licensed to do business in Washington (hereinafter the "Engineer "). WHEREAS, the City desires to retain the Engineer to provide planning, engineering, design and construction support services for additions and modifications to the City of Yakima Regional Wastewater Treatment Plant (YRWWTP) biogas fired hot water boiler system, and screening equipment; and r WHEREAS, the Engineer has the experience and expertise necessary to provide such independent engineering services and is willing to provide the se rvices in accordance with the terms and conditions of this Agreement; NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, it is agreed by and between the City and the Engineer as follows: 1: Scope of Services. The Engineer shall provide engineering services, referred to as Basic Services, related to planning, design and construction oversight for replacement of the existing boilers with new biogas boilers and upgrade the biogas piping and blowers to support the new boilers and, to provide bidding assistance and services during construction for the struvite system project. The scope of services is described in more detail in Exhibit "A" attached and incorporated by this reference. The City will direct the Engineer when to proceed with each Phase of the scope of work. • 2. Additional Services. a. The City and Engineer agree that not all services performed by the Engineer can be defined in detail at the time this Agreement is executed and that Additional Services not covered in Exhibit "A" may be needed during performance of the Agreement. City may, at any time, by written order, direct Engineer to revise portions of Basic Services previously completed in a satisfactory manner, delete portions of Basic Services, suspend Basic Services, terminate Basic Services or request that Engineer perform Additional Services , beyond the scope of Basic Services. Such changes hereinafter shall be referred to as "Additional Services ". b. If such Additional Services cause an increase or decrease in Engineer's cost . of, or time required for, performance of any services under this Agreement, a contract price and /or completion time adjustment pursuant to this Agreement may be made and this Agreement may be modified in writing accordingly. c. Compensation for each such request for Additional Services will be negotiated by the City and the Engineer according to the provisions set forth in Section 3 and 4. Engineer shall not perform any Additional Services until authorized by City in writing. Once so authorized, such Additional Services shall be considered part of Basic Services. If mutual agreement on compensation or time adjustment cannot be 411 concluded, Engineer is required to perform the Basic and Additional Services, reserving a right for equitable adjustment; provided, that in no event shall any amount be allowed Page 1 of 8 City of Yakima and Pharmer Engineering . Professional Services Agreement for anticipated profit on unperformed Basic Services or Additional Services. If City and 410 Engineer cannot agree upon an equitable adjustment in the time and compensation for • Additional Services beyond the scope of Basic Services within thirty (30) days of the Engineer's written request for equitable adjustment, performance of such Additional Services may be suspended by Engineer until City and Engineer mutually agree upon the time adjustment. 3. Term. The term of this Agreement shall commence upon execution hereof and shall terminate at the time of completion of all services /tasks required hereunder unless terminated, sooner by either party in accordance with Section 20. The Engineer shall provide such services as are described on executed task orders in accordance with the time schedule set forth in Exhibit "A ". When directed by the City, the Engineer shall proceed in a timely and diligent manner to provide all services required hereunder. 4. Consideration. a. The City shall pay the Engineer for basic services described in Exhibit "A ", in accordance with the payment schedule set forth in Exhibit "B ", based on the Engineer's direct salaries plus Direct Expenses, plus applicable sales, use, value added, business transfer, gross receipts or other similar taxes. Direct salaries are the amount of wages or salaries paid Engineer's employees for basic services directly performed and described in Exhibit "A ", exclusive of all payroll related taxes, payments, premiums and benefits. Direct salaries may be increased once on an annual basis. Unless the parties otherwise modify this Agreement, the total compensation paid to the Engineer for all services provided under this Agreement shall not exceed Two - Hundred Fifty Thousand dollars ($250,000). b. Direct Expenses are those necessary costs and charges incurred for Basic Services including, but not limited to: (1) the direct costs of transportation, meals and lodging; (2) insurance, letters of credit, bonds, and equipment and supplies, specific to the Basic Services and approved in advance by the City; and (3) Engineer's direct costs for subcontracted professional services, laboratory tests, analysis, printing and reproduction services, and CADD services. c. Travel costs, including transportation, lodging, subsistence and incidental expenses incurred by employees of the Engineer and each of the Sub - consultants in connection with Basic Services, shall be subject to the following; 1) That a Maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance and depreciation costs of company or individually owned vehicles for . that portion of time they are used for Basic Services. The Engineer, whenever possible, will use the least expensive form of ground transportation. 2) That reimbursement for meals inclusive of tips shall not exceed a maximum of $40 per day per person. This rate may be adjusted on a yearly basis 3) Those accommodations shall be at a reasonably priced hotel /motel: 4) That air travel shall be by coach class, and shall be used only when absolutely necessary. 411 Page 2 of 8 City of Yakima and Pharmer Engineering Professional Services Agreement • 0 d. Telephone charges, in -house computer charges, in -house reproduction charges, first class postage, overnight mail and shipping and FAX charges are not reimbursable Direct Expenses, but are considered fully reimbursed as a part of Exhibit B, Hourly Rate Schedules. e. Professional Sub - Consultants. Professional Sub - consultants are those costs for Engineering, management consulting, surveying, geotechnical services and similar professional services approved in advance by the City. Reimbursement for Professional Sub - consultants will be on the basis of 1.10 times the actual costs billed by the Professional Sub - consultant for services provided to the City through this Agreement. f. The Engineer shall submit to the City monthly invoices itemizing tasks accomplished and percent completed to date. Upon receipt of said monthly invoice, the City shall make payment to the Engineer within thirty (30) calendar days; provided, however, that all payments are expressly conditioned upon the Engineer's performing services that are satisfactory to the City. g. The Engineer shall maintain adequate files and records to substantiate all amounts itemized on the monthly invoices. in the event that either party exercises its right to terminate this Agreement in accordance with Section 20, the Engineer shall be compensated in accordance with the above terms for all satisfactory services provided to the City up to the effective Agreement termination date. 5. Information Provided by the City. The Engineer shall provide guidance to the City in determining the data required for purposes of the contemplated services. The City agrees to use reasonable efforts to provide data and information specifically 4110 requested by the Engineer. 6. Status of Engineer. The Engineer and the City understand and expressly agree that the Engineer is an independent contractor in the performance of each and every part of this Agreement. No officer, employee, volunteer and /or agent of Engineer shall act on behalf of or represent him or herself as an agent or representative of the City. The Engineer, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the services required under this Agreement. The Engineer expressly represents warrants and agrees that its status as an independent contractor in the performance of the work and services required under this Agreement is consistent with and meets the six -part independent contractor test set forth in RCW 51.08.195. The Engineer and its officers, employees, volunteers, agents and /or subcontractors shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and /or retirement benefits. Nothing contained herein shall be interpreted as creating a relationship of servant, employee, partnership or agency between the Engineer and the City. 7. Inspection and Audit. The Engineer shall maintain books, accounts, records, documents and other evidence pertaining to the costs and expenses allowable and consideration • paid under this Agreement in accordance with generally accepted accounting practices. All such books of account and records required to be maintained by this Agreement shall be subject to inspection and audit by representatives of the City and /or the Washington State Auditor at all reasonable times and the Engineer shall afford the proper facilities for such inspection and audit. Such books of account and • records may be copied by representatives of the City and /or the Washington State Auditor where necessary to conduct or document an audit. The Engineer shall preserve Page3of8 City of Yakima and Pharmer Engineering Professional Services Agreement and make available all such books of account and records for a period of three (3) years after final payment under this Agreement. 8. Taxes and Assessments. The Engineer shall be solely .responsible for compensating its employees, agents, and /or subcontractors and for paying all related taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, the Engineer shall pay the same before it becomes due. 9. Nondiscrimination Provision. During the performance of this Agreement, Engineer shall not discriminate in violation of any applicable federal, state and /or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading,, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training and the provision of services under this Agreement. 10. The Americans with Disabilities Act. The Engineer shall comply with the Americans with Disabilities Act of, 1990, 42 U.S.C. § 12101 et seq. (ADA) and its implementing regulations and Washington State's anti - discrimination law as contained in RCW Chapter 49.60 and its implementing regulations with regard to the activities and services provided pursuant to this Agreement. The ADA provides comprehensive civil • rights to individuals with disabilities in the area of employment, public accommodations, public transportation, state and local government services and telecommunications. 11. Compliance with Law. The Engineer agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local or otherwise. 12. No Conflict of Interest. The Engineer covenants that neither it nor its employees have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. The Engineer further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 13. No Insurance. It is understood the City does not maintain liability insurance for the Engineer and its officers, directors, employees and agents. 14. Indemnification. a. The Engineer agrees to hold harmless and indemnify the City, its elected and appointed officials, officers, employees, agents and volunteers from and against any actions, claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) if judged as damages which result from or arise out of the negligent acts, errors or emissions of the Engineer, its officers, agents, employees or • Page4of8 City of Yakima and Pharmer Engineering Professional Services Agreement subcontractors in connection with or incidental to the performance or non - performance of this Agreement. b. The City agrees to hold harmless and indemnify the Engineer, its officers, employees, and agents, from and against any and all suits, actions, claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) which result from or arise out of the negligence of the City, its officers, agents, employees or subcontractors, in connection with or incidentalto the performance or non- performance of this Agreement. c. In the event that both the Engineer and the City are negligent, each party shall be liable for its contributory share of negligence for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's fees). d. The foregoing indemnity is specifically and expressly intended to constitute a waiver of the Engineer's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the other party only, and only to the extent necessary to provide the indemnified party with a full and complete indemnity of claims made by the Engineer's employees. The parties acknowledge that these provisions were specifically negotiated and agreed upon by them. e. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. f. This Section of the Agreement shall survive the term or expiration of this Agreement and shall be binding on the parties to this Agreement. 15. Insurance Provided by Engineer. a. Professional Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as evidence of professional liability coverage with a limit of at least Two Million Dollars ($2,000,000.00) for each wrongful act and an annual aggregate limit of at least Two Million Dollars ($2,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VII or higher in Best's Guide. If the policy is on a claim made basis, the retroactive date of the insurance policy shall be on or before the date this contract is executed by both parties hereto, or shall provide full prior acts coverage. The insurance coverage or substantially identical coverage sufficient to fully satisfy these requirements shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. b. Commercial Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence /aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. Page5of8 City of Yakima and Pharmer Engineering Professional Services Agreement The insurance shall be with an insurance company or a company rated. A -VII or higher in Best's Guide and admitted in the State of Washington. • c. Commercial Automobile Liability Insurance: On or before the date this Agreement is fully executed by the parties, the Engineer shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence /aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insured as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or a company rated A -VII or higher in Best's Guide and admitted in the State of Washington. d. Insurance Provided by Subcontractors. The Engineer shall ensure that all subcontractors it utilizes for work/services required under this Agreement shall comply with all of the above insurance requirements. However, professional liability will not be required unless the subcontractor is involved in design or Engineering services. 16. Delegation of Professional Services. The services provided for herein shall be performed by the Engineer and no person other than regular associates or employees of the Engineer shall be engaged upon such work or services except upon written approval of the City. • 17. Assignment. This Agreement, or any interest herein or claim hereunder, shall not be assigned or transferred in whole or in part by the Engineer to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations and liabilities of the Engineer stated herein. 18. Waiver of Breach. A waiver by either party hereto of a breach by the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 19. Dispute Resolution. The parties shall strive to resolve all conflicts through negotiation in good faith as the preferred approach to dispute resolution and may consider mediation, or other form of dispute resolution, as a supplement or alternative where mutually agreed to by the Parties in writing. 20. Termination. Either party may terminate this Agreement at any time, with or without cause, by providing the other party with written notice of termination ten (10) calendar days prior to the termination date. Page 6 of 8 City of Yakima and Pharmer Engineering Professional Services Agreement 28. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same Agreement. CITY OF YAKIMA PHARMER ENGINEERING By: B Michael Morales, Interim City Manager Date: Date: ATTEST: Deborah Kloster, City Clerk City Contract No. City Resolution No. Page8of8 City of Yakima and Pharmer Engineering Professional Services Agreement 21. Severability. If any portion of this Agreement is changed per mutual agreement ® or any portion is held invalid, the remainder of the Agreement shall remain in full force and effect. 22. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: TO City: Dean Smith, Utility Project Manager City of Yakima, Wastewater 2220 East Viola Yakima, WA 98901 TO Engineer: Dan Barbeau Pharmer Engineering 1998 W. Judith Lane Boise, Idaho 83705 or to such other addresses as the parties may hereafter designate in writing. Notices and /or demands shall be sent by registered or certified mail, postage prepaid or hand delivered. Such notices shall be deemed effective when mailed or hand delivered at the addresses specified above. 23. Third Parties. The City and the Engineer are the only parties to this Agreement and are the only parties entitled to enforce its terms. Nothing iri this Agreement gives, is intended to give, or shall be construed to give or provide any right or benefit, whether 411 directly or indirectly or otherwise, to third persons. 24. Drafting of Agreement. Both the City and the Engineer have participated in the drafting of this Agreement. As such, it is agreed by the parties that the general contract rule of law that ambiguities within a contract shall be construed against the drafter of a contract shall have no application to any legal proceeding, arbitration and /or action in which this Agreement and its terms and conditions are being interpreted and /or enforced. 25. Integration. This written document constitutes the entire Agreement between the City and the Engineer. There are no other oral or written agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 26. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 27. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. • Page7of8 City of Yakima and Pharmer Engineering Professional Services Agreement 0 Exhibit "A" City of Yakima Wastewater Treatment Consulting services Pharmer Engineering scope of work WORK PACKAGE 1 — Boiler Replacement and Biogas System Improvements Include preliminary design, final design, bidding -phase services and construction management associated with wastewater treatment plant (WWTP) improvements identified in the 2004 Wastewater Facility Plan and Amendments for boiler replacement and biogas system improvements. Existing boilers used for biogas have been used through the reliable equipment life. They have been rebuilt numerous times and now risks increased unreliability. The City wishes to replace one existing biogas boiler with two boilers that will be used for biogas. The existing diesel fuel boiler will be maintained as is until natural gas is brought on -site. The replacement or addition of new boilers is subject to new air emission requirements. These will likely be either 12 ppm or 20 ppm of NOx discharge. Doing so requires a relatively rigorous upgrade to the gas pressurization system. The most stringent emission standards will require a higher biogas pressure fed to the boilers, upwards of 6 to 8 prig at the boiler. Higher pressure biogas blowers will have different turndown capabilities than the existing centrifugal blower that 411 can be easily throttled. Blower sizing and selection will follow air permitting. If multiple blowers are required, the existing biogas blower room will need to be expanded. The City has also raised the issue of moisture removal from the biogas. At lower pressures, this would be crucial. The saturated —95 ° F biogas has caused numerous problems in gas piping. At higher pressures, drying biogas may not be an issue. Engineering services for Work Package 1 will span a 12 -month period, after a notice to proceed, unless otherwise extended by the City and Pharmer. TASK 1 — Design Development and Detailed Implementation Plan A. Boiler Replacement and Biogas System Improvements — Provide design for new boilers and biogas system improvements to meet current water heating needs and accommodate for any future increases. 1. . General Intent. Assist Yakima staff with selection of anaerobic process for separating industrial waste from existing aerobic processes. Establish the design flow, maximum flow, and flow ranges and patterns for the unit process being designed, including as appropriate, phased expansion. Develop process flow schematic showing process components including sludge handling systems, pumping stations, flow meters, and points of chemical feed. Evaluate alternative layouts and develop preliminary site plan. Develop SCADA and computerized control systems. Develop final design documents. 0 1 2. Specific Scope of Work • a. Project Management and on -site meetings. Will provide contract administration, payment review, schedule tracking. Pharmer will be the contract lead with the City and will provide overall project management and design coordination. Pharmer will plan on up to three on -site meetings. b. Air Permitting. Permit a new source review to comply with new applicable boiler emissions standards. c. Design Memorandums Provide design development memorandum after completing air permitting exercise. Design development memorandum will provide basis of design and with preliminary equipment. The predesign product will be a predesign report that documents the equipment comparisons, brings forward the selected alternative, predesign level cost estimates and drawings that include a process flow diagram, process mechanical plans, and predesign level process and instrumentation diagram. d. Equipment Pre - Purchase. Certain equipment will likely need to be pre- ordered to facilitate schedule. Pharmer will generate pre - purchase documents for City use. e. Detailed Design. Detailed design will Pharmer will provide and coordinate the design process that includes the following elements: 411 • General Design Elements. General equipment schedules and a hydraulic profile. • Process Mechanical. Pharmer will complete the process mechanical design, including process and utilities - related piping, pumping and storage. • Architectural. Pharmer will provide architectural design, as necessary, through a regular Pharmer subcontractor as necessary. An architect may be engaged if the gas processing room size is increased. • Structural. Pharmer will provide structural design, as necessary, through a regular Pharmer subcontractor as necessary. A structural engineer may be engaged if the gas processing room size is increased. • Mechanical HVAC. No HVAC work is expected for this project element. • Instrumentation and Control. Pharmer will complete the process level development and Conley Engineering Inc will complete the I &C elements for process and instrumentation diagrams. Conley will complete the remaining elements associated with I &C design to accommodate control architecture and philosophy at the Yakima Regional WWTP. Conley will work as a subconsultant through Pharmer. - 410 2 • Electrical. Conley Engineering Inc. will provide . electrical design for the systems described in the Project Basis above, including power supply and MCC configuration. • Drawings and Specifications. This project is expected to delivered in a conventional design/bid/build method and will comply with public bidding requirements. Two to three design progress submittals are expected for drawings. Technical specifications will be provided to support equipment and construction requirements. Front end contract conditions are expected to use EJCDC general conditions or a front end provided by the City. TASK 2 - Bid Support services - Pharmer will provide services for the bid phase work. We have assumed up to 25 hard copies of contract documents for distribution to contractors. We will administer distribution of contract documents, hold a pre -bid meeting on -site, answer and keep track of questions, produce addendums, attend the bid openings, review the lowest responsive bid, and recommend to the City a construction contract award. TASK 3 — Services During Construction. Pharmer will consult with Owner and act as Owner's representative as provided in the Terms and Conditions. Owner's instructions to Contractor will be issued through Pharmer, which, shall have authority to act on behalf of Owner in dealings with Contractor to the extent provided in this Agreement and the General Conditions except as otherwise provided in writing. Construction work is expected to be under the EJCDC standard contracts. The construction of boiler and biogas pressurization improvements project is expected to be 411 approximately an 8 -month project from start to finish, beginning in the summer 2011. A. Off -site non - resident services. The non - resident services will be divided into a number of subtasks including clarifications, RFI's, review of requests for equals, design continuance, design changes, construction management and shop drawings. 1. Organize and chair a pre- construction meeting 2. Site Visits. Up to two site visits during constructions are expected 3. Review of Payment Requests. Pharmer will provide a secondary review of Contractor pay requests after review. 4. Requests for Information (RFIs) and Clarifications. Questions come throughout construction project as formal RFIs as well as informal discussion. When the Owner has a full time Resident Project Representative on site, many of those questions are filtered and never make it to the engineering team. Pharmer will issue necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of Contractor's work. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. 5. Requests for Equals. The process equipment for the project was selected based on past experience in North America but did not necessarily include regional specific issues related to equipment service and support. Pharmer will review equipment substitution requests on a case by case basis and make a good . faith recommendation to the Owner on what is best for the Owner. 3 6. Design Modifications and Change Orders. During the course of the construction project, the project can be expected to undergo changes related to customizing equipment into the facility, a shift in Owner intent, or other reasons unknown during the detailed design process. Pharmer will complete modifications as authorized by the Owner and provide change orders to the Contractor. 7. Shop Drawing Review. Review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Such reviews and approvals or other action will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto. Pharmer shall meet any Contractor's submittal schedule that Engineer has accepted. B. On - site Resident Services. The purpose of the on -site representation is to ensure the project is being built according to the Contract Documents, provide an interface for the construction field superintendent, and document the work. The project may have a part-time (^'10 hours per week) resident project representative (RPR) provided by Pharmer. The RPR will be on -site and help determine the project is built according to the Contract Documents. The RPR will provide observation, document work progress, check work, answer a very limited scope of field questions, route scope -of -work or substitution • questions to the Pharmer project manager. The RPR will be single point of contact with the construction field staff and will communicate to the construction superintendent. The RPR will also ensure third party testing laboratory conduct materials testing as required. Set -up and conduct a one -day final inspection, and prepare final project deficiencies punch list. Monitor the completion of punch -list work, and inform the City about completion status and remaining General Contractor work prior to construction document closure. Monthly progress reports accompanying recommendations for payment. C. Owner and Special Inspections. International Building Code requires certain third party special inspections depending on the work. Pharmer will coordinate quality assurance testing (shop and filed). Provide technical specialists to witness and review specific construction issues in the field. Provide interpretations of the contract drawings and specifications during the construction period and evaluate requested deviations from the approved drawings and specifications. Pharmer has not budgeted for regular compaction and concrete testing in addition new special inspection requirements related to 2009 IBC. Compliance with the new IBC is considerably more rigorous than in the past so building permit official interpretation . of IBC special inspection will have a strong influence on final special inspection costs. D. Commissioning. Commissioning is the key part of the project that makes sure all the individual components of the project function as planned. Commissioning includes individual 4 0 items checks and then a review of the full mechanical system. Pharmer will verify mechanical systems. Conley will witness rotational checks, loop checks, and signal conditioning checks. E. Programming. Conley will program PLC, completing screen development, loop tuning. F. Startup. System startup is the act of beginning to add wastewater into the facility or otherwise, start the equipment for regular use. Conley will be available or on -site for live system startup. G. Operation and Maintenance Manuals. Revise existing Operations and Maintenance (O &M) Manual for the project. The updates will be suitable for use as a general operational tool and for introducing .operations staff to the new facilities and . equipment. It will describe the procedures for both normal and emergency operations. The manual will rely heavily on the existing O &M manual as well as on the use of contract drawings and vendor- supplied equipment manuals. H. Record Drawings. The construction Contractor will be required to maintain redline copies of design drawings information for the project. Pharmer will use Contractor redlines and develop record drawings based on the General Contractor's marked -ups. Pharmer will provide to the City one set of reproducible full size (22 -inch by 34- inch), one set of half size (11 -inch by 17- inch) record drawings, PDF drawings, and drawing files in AutoCAD. TASK 4 — Project Management / City Coordination - Conduct activities to maintain coordination of the work with the Owner. Meet with Owner on a regular basis to review progress of the project. Submit monthly reports summarizing the progress of the project by task, for its duration. The reports will be submitted along with monthly invoices. The progress reports will document progress made toward completion of the project, and provide updated information on budget and schedule. Perform the general administrative duties associated with the project, including preparation of correspondence, office administration, administration of contracts with sub - consultants, and progress monitoring. WORK PACKAGE 2 — ADDITIONAL STRUVITE SYSTEM ENGINEERING SERVICES DURING CONSTRUCTION Previous scope of work items included design of the struvite production unit process. That work included scope of work related to design, some bidding assistance and shop drawing construction review. Per City request, this new request scope of work expansion includes additional on -site construction inspection, electrical and instrumentation engineering review, PLC programming, as well as electrical /instrumentation commissioning debugging. Engineering services for Work Package 2 will span a 9 -month period, after a notice to proceed, unless otherwise extended by the City and Pharmer. TASK 1 — Design Development and Detailed Implementation Plan. Included in original scope of work 5 TASK 2 - Bid Support services - Pharmer will provide services for the bid phase work. We have 411 assumed up to 25 hard copies of contract documents for distribution to contractors. We will administer distribution of contract documents, hold a pre -bid meeting on -site, answer and keep track of questions, produce addendums, attend the bid openings, review the lowest responsive bid, and recommend to the City a construction contract award. TASK 3 — Services During Construction Pharmer will include additional labor for construction inspection as well as electrical/instrumentation discipline assistance during construction. A. Off -site non - resident services. This element was generally included in the original scope of work. Pharmer had a small budget for shop drawing review and answering requests for information. New scope of work includes Conley Engineering Inc who willl provide shop drawing review and answer questions on electrical and instrumentation system elements. New scope also includes a trip by the structural engineer to review the facility after completion to meet IBC requirements. B. On -site Resident Services. The purpose of the on -site representation is to ensure the project is being built according to the Contract Documents, provide an interface for the construction field superintendent, and document the work. The project will have a part-time (-10 hours per week) resident project representative (RPR) provided by Pharmer. The RPR will be on -site and help determine the project is built according to the Contract Documents. The RPR will provide observation, document work progress, check work, answer a very limited scope of field questions, route scope -of -work or substitution questions to the Pharmer project manager. The RPR will be single point of contact with the construction field staff and will communicate to the construction superintendent. The RPR will also ensure third party testing laboratory conduct materials testing as required. Set -up and conduct a one -day final inspection, and prepare final project deficiencies punch list. Monitor the completion of punch -list work, and inform the City about completion status and remaining General Contractor work prior to construction document closure. Monthly progress reports accompanying recommendations for payment. C. Owner and Special Inspections. International Building Code requires certain third party special inspections depending on the work. Pharmer will coordinate quality assurance testing (shop and filed). Provide technical specialists to witness and review specific construction issues in the field. Provide interpretations of the contract drawings and specifications during the construction period and evaluate requested deviations from the approved drawings and specifications. Pharmer has not budgeted for Owner Special Inspections because it is likely an element the Owner has contracts in -place to provide. D. Commissioning. Commissioning is the key part of the project that makes sure all the individual components of the project function as planned. Commissioning includes individual 6 ® • • i tems checks and then areview of the full mechanical system. Pharmer will verify mechanical systems. Conley will witness rotational checks, loop checks, and signal conditioning checks. E. Programming. Conley will program PLC, completing screen development, loop tuning. F. Startup. Pharmer Startup services were general included in the original scope of work for a simpler scope of work. A separate day of labor is included for additional Pharmer services. CEI's services are added. G. Record Drawings. This item was generally included in the original scope of work for Pharrner portion of the project for a simpler scope of work. Additional hours have been added to accommodate the more complex installation. Conley Engineering Inc will provide electrical and instrumentation record drawings. TASK 4 — Project Management / City Coordination - Conduct activities to maintain coordination of the work with the Owner. Meet with Owner on a regular basis to review progress of the project. Submit monthly reports summarizing the progress of the project by task, for its duration. The reports will be submitted along with monthly invoices. The progress reports will document progress made toward completion of the project, and provide updated information on budget and schedule. Perform the general administrative duties associated with the project, including preparation of correspondence, office administration, administration of contracts with sub - consultants, and progress monitoring. 7 • Exhibit A (Page 8) Boiler Replacement and Biogas Pressurization • Level of Effort Breakdown Wastewater Treatment Consulting Services • City of Yakima, Washington Pharmer Engineering, LLC • 'Work Package / Task Pharmer Engineering Subconsultants - - , Bob Dan Cad m Jr. Engin. Senior I Admin 'RPR Pharmer CONLEY ENGINEERING IN CEI Total OTHER SUB ESTIMATES - Misc. - Phonier Barbeau Hipwell cells) Designer Labor - HVAC / SURV/ AIR PERMIT Total Total labor ODCs and Tank Totals Comments Project Trav / Arch /Slr GEOT Sub and Subs Pdncipal Engineer 10% 3160 8150 3150 8105 0120 $65 285 3160 $125 Hours Hours Hours Hours Hours Hours Hours Hours ' 1 Boiler Replacement . l 5109,605 541,030 ' 061,030 5170,635 $7,000 0177,635 ' Task 1.1 Planning and Design 1 - Air Permlt5ng 4 4 $20,000 - $1,000 Design Development Memo 2 16 16 30 20 • 8 12 1 ' r E. uipment Pre- Purchse 4 - 2 16 30 4 20 Detailed Design 5 10 50 75 160 8 8 20 80 1.2 Bidding Assistance 4 4 8 24 8 4 8 4 8 53,000 1.30 Engineering Servicess During Constr Ott -site services 8 20 40 8 12 52,000 On -site RPR (periodic visits by Conley only) 12 120 Special Inspections - . Commissionong 2 12 16 4 30 Programming - 40 Startup 8 2 4 ' - 2 12 $1,000 08M Manuals _ 8 80 2 4 ■ Record Drawings 2 2 10 ' 20 60 4 40 - 2 Stnrvfte System Engineering 0 24 4 8 44 0 132 $17,940 531,440 834,584 052,524 $2,000 554,524 ' 2.1 Design Services - 2.2 Bidding Assistance 8 6 4 12 8 $2,000 2.3 Engineering Servicess During_Constr - • Assistance Durin /Bg g P dcin idding - 4 i Conformed Drawing Development 20 • 16 Shop Drawing Review 32 RFIs 4 24 Site Visits 4 20 On -Site Inspector - 120 PLC Programming 8 40 Scads Programming 4 40 ' Operator Interface Screen Development 4 30 ' Record Drawings - 4 20 8 30 Commissioning - 8 Startup Assistance • 8 2 4 Operational Review /Assistance 8 4 - 3 Project Management 0 40 0 0 20 0 07,300 $0 $7,300 $7,300 u'r:f S;fir- +ris£1,.' =n= - ,,.,�- �,. -.,, - :.:w�_ �;.r -•.:. - ., _ _ _ _ .w, ,, , , 't.-.r" Y°',� W ='A... tom" � l'' "- ?=t ;'a'x- - - �,k .;g «o- r' :'� - c - ,x: - °a8. �'F::'.a_ _�,` +ty�_. w�4 s..;. - ,,r...- t" ,. �. , f 4, . , .._T .. zs . . _.tea 35. 'A :- . .� .. r,�, "".r - a _ ., .i�".r:152�t > -' f �+ - . :,�...96 <. _ = 40D;�"t`. a34` � 574 ,'��.°o.' � ' � i '�_ � - a .. - � r.�, .. r '4 ,: _ �. '? .:t'- .�.. -. 3r: _ . ��., ,: r»; r °� �_ ..- f� _ ,66 _92.. . `''5A4 ` Yts7 0. D F D- _: a�00- - 95 24', 220' ? 3S ti. :,�-; _:.,?: ..�. a.,.'es��v� :•,v �,�r r��ts':, .. ..�,.�.. �- '-a-,� .. >..� ,_� n-F�t sip -,,.,, - -4 � .2A� a�3��..z.� $. :4 ,6._ s.5.� DO- asY ..- ...- .,,. _. ,.:, r�r,._ MT-1'A �'.,_._ .. , ?3�.. �- „�, -<,. i,- ...,.�y. ` .,:'�`''.- ,_,>x�. , .r+�. a,.�. � aP+-s,,, �$ r-� �,.a'�'. - .�J _ - .. ,... . � .ri+: -a. �� -,.. z.., .- r - - ?�'�i'n.' ;1a :,. i ;- grv�r'+k: � l a. .p,,Y - , r r � n '� :: �,., f t. L^ F_. -. F V A'4' � - , a":2� - 4 4P "Ana' • • . - - - - • III I . 0 . lii • • • • • • • EXIBIT B Boiler Replacement and Biogas Pressurization • Level of Effort Breakdown Wastewater Treatment Consulting Services • City of Yakima, Washington Pharmer Engineering, LLC • • Work Package 1 Task Pharmer Engineering Subconsultants . Bob Dan CaO Jr. Engin. Senior Adman RPR Pharmer CONLEY ENGINEERING IN CEI Total OTHER SUB ESTIMATES ' Misc. Pharmer Barbeau Hipwell eer(s) Designer" Labor Total Labor ODco and Comments HVAC / SURV / AIR PERMIT Total Task Total • • Project Travel 1 Arch /Str GEOT Subs Plus a nd Subs Principal Engineer 10% 5160 $150 . $150 0105 5120 $65 585 5160 5125 Hours Hours Hours Hours Hours Hours Hours - Hours 1 Boiler Replacement 5109,605 $41,030 561,030 5170,635 $7,000 $177,635 Task 1.1 Planning and Design Air Permitting 4 4 520,000 51,000 Design Development Memo 2 16 16 30 20 8 . 12 Equipment Pre- Purchse 4 2 16 30 4 20 • Detailed Design 5 • 10 50 75 160 8 8 20 80 • 1.2 Bidding Assistance 4 4 8 24 8 4 8 4 8 53,000 1.30 Engineering Servicess During Constr Off -site services '6 20 40 . On -site RPR (periodic visits by Conley only) 12 120 8 12 52,000 I • Special Inspections Commissionong 2 • 12 16 4 30 • - Programming - • 40 • . Startup • 8 2 4 - 2 12 51,000 O&M Manuals 8 80 2 4 - Record Drawings 2 2 10 20 60 4 40 2 Stmvite System Engineering 0 24 4 8 44 0 132 $17,940 531,440 $34,584 552,524 $2,000 554,524 2.1 Design Services ' • 2.2 Bidding Assistance 8 8 4 12 8 52,000 2.3 Engineerin Servicess Du ring Constr - ' Assistance During Pricing/Bidding 4 , Conformed Drawing Development 20 16 - Shop Drawing Review 32 RI's 4 24 Site Visits • On -Site Inspector 120 4 20 - PLC Programming . e 40 i Scads Programming • 4 40 - ^ Operator Interface Screen Development • 4 30 - Record Drawings 4 20 8 30 ' Commissioning 8 Startup Assistance 8 2 4 • Operational Review /Assistance 8 4 • . • 3 Project Management 0 40 0 0 20 0 57,300 . - .�,��,,..ca , i .. - - - _ - " 50 37,300 E7,300 ..., .;.ti. , ,. ,:r. - .c� ,.:: �..:..�..�- ,.>=,v -; - �..::r:5 ^;,�. -:,, - arm _ _J . �:'.. r te::: = � - " NIP ,,i10 t -138 i_,fi�152:. "=,3 5 ., n-t � : • x £ -`" N . ,�v'i. �r '`� v.,- :;Y za.d6" •.1 2 • r. *i "_' *'5 ��7'!'�::0 t :� r e 7a.' v;S ,84 .4,. - S 7 '�SDir:. 0, "r.', ,' 2 0'80D; 95'14+ - � � ��'�. � .: •Y=1 3� �,.. � €•. �� � ;�.,+�. :�; .r:. _ 5. '$ ,�S 5230' - t � s^"2'v� 3r ., - �& . -. '^ ...,:, �:." "^ . ;:...,; ...�i, � - _3 i _ .i"' _ At s ,6. -. .. _ .,,..... . .., ...,_.,, '_fs;�, . °,.,..1ts..., . _ . .. - �.5: ,�. - ne. .� ,,45? �. A _ -,S A 59 ° ." -,,,r..5.1:1 u � x,r _.- -..._- „,. x ._:.. ?���r< ^x�: . �,,.. .,- - - ...x. " >_ ,, m_ x,..� _. . ..��:'fiti?`eg- .`� >iri :..�.. -�., ...:t:sn- ,_,x!11_ .,,a uee::.,.�t,�v..,..,.xi_.,:v._� . - `3�� +��.:,�. - N SI:., _ .P,�.. ,'� _ t� : � >, , i. - � sa+::.. x .. ,. ._ I�'Gy_,z ._._.,,,��.;e::��..a= �.:x.� ^..:rT.�:x b!...,. •. �s:,e;?.a;� > -,. �:i;�,� • EXHIBIT "B" SCHEDULE OF RATES FOR Pharmer Engineering, LLC and their Sub - Consultant Conley Engineering Inc. Invoices include all labor charges, other direct costs, and costs associated with support services. Charges include onty those services directly attributable to the execution of the work per Section 4 of the City of Yakima and Pharmer Engineering Professional Services Agreement. Rates by labor category are as follows: Pharmer Engineering, LLC Hourly Rate Schedule 2011 Employee Classification Hourly Rate Engineer /Specialist VI $160 Engineer /Specialist V $150 Engineer /Specialist IV $130 Engineer /Specialist III $115 Engineer /Specialist II $105 Engineer /Specialist I $ 98 Technician /IT Manager IV $120 Technician III $ 83 Technician II $ 70 Construction Inspector III $ 85 Construction Manager IV $ 98 Administrative Assistant $ 65 Conley Engineering Inc. Hourly Rate Schedule 2011 Employee Classification Hourly Rate Principal Engineer /City $145 Senior Professional Engineer $135 Professional Engineer $120 Registered Communications $110 Distribution Designer (RCDD) Project Engineer $100 Cad Designer $. 90 Cad Technician $ 80 Engineering Technician $ 80 Administrative $ 55 Subcontractor costs will be invoiced at cost... Other direct costs, including materials, travel, and subsistence will be invoiced at actual cost. Exhibit "B" Page 1 of 1