HomeMy WebLinkAboutR-2012-148 UASB and Electrical Improvements Project Agreement Amendment with Pharmer EngineeringA RESOLUTION
RESOLUTION NO. R-2012-148
authorizing the City Manager to amend the City's current Professional
Services Agreement with Pharmer Engineering (City Contract No. 2011-
43) in the amount not to exceed $231,312 to include additional design
development and engineering services during the construction phase of
the UASB and Electrical Improvements project.
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, development and implementation along with other assistance will be required
to comply with mandated requirements; and
WHEREAS, the City is currently engaged through City Contract No. 2011-43 with
Pharmer Engineering for the UASB design and Electrical Improvements at the Wastewater
Treatment Plant in the amount of $2,168,548; and
WHEREAS, additional design items outside of the original scope and schedule for the
UASB and Electrical Improvements project were identified due to the complexity of the project in
the reuse of existing structures and the unforeseen existing conditions., and
v
WHEREAS, such additions were determined necessary to improve the design and
successful outcome of the project; and
WHEREAS, Pharmer Engineering can provide these additional engineering services and
will agree to do so for an additional cost not to exceed $231,312, and
WHEREAS, the City finds the amendment to the current contract with Pharmer
Engineering necessary to successfully complete the project, which amendment is set forth as
"Exhibit B" to the existing contract with Pharmer Engineering, and which amendment is attached
hereto and incorporated herein by this reference; now therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
That the amendment attached hereto and denoted as Exhibit "B" to City Contract No
2011-43 by and between the City of Yakima and Pharmer Engineering, is hereby approved, and
the City Manager is hereby authorized to administer such agreement, as amended, and to
append the attached "Exhibit B" to City Contract No. 2011-43 with Pharmer Engineering Such
amendment increases compensation payable under the agreement in the amount not to exceed
Two Hundred Thirty One Thousand Three Hundred Twelve Dollars ($231,312), to provide
additional design development and engineering services during the construction phase of the
UASB and Electrical Improvements project.
ADOPTED BY THE CITY COUNCIL this 4th day of December, 2012
Micah Cawle
EST:
City Clerk
, Mayor
Exhibit "A"
City of Yakima Wastewater Treatment Consulting Services
North End Power and Industrial Pretreatment
Amendment No. 2
SCOPE OF WORK
Additional Services During Construction and Electrical Design Effort
Design Budget Increase: Additional electrical engineering were required as a result of the
Industrial pump station relocation and other UASB design changes just prior to bidding. The
changes included in this Amendment cover these required efforts.
Engineering Services During Construction (SDC): Additional budget for additional efforts
required to support the construction project. The increase includes additional non-resident service
by both Conley Engineering and Pharmer Engineering and roughly doubles the amount of time the
resident project representative (RPR) is on-site.
BASIC SERVICES - Include 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 Power Distribution Upgrades on the North side of
the Plant and the installation of an Industrial Waste Anaerobic process.
Fee. Compensation for the additional work identified in this Amendment No. 2 shall follow the
specific conditions stated in City Contract No. 2011-43 and the total cost of all additional work
described herein shall not exceed Two Hundred Thirty-one Thousand, Three Hundred Twelve
dollars ($231,312.00) as specified in Table 1, below. The cost total shall be an aggregate of
levels of effort which may vary between individual items compared to projected levels of
effort.
Exhibit A, Table 1
Additional Fee for Addendum Scope of Services
1
Pharmer Engineering
Direct Labor
Conley Engineering
Direct Labor
Total
Task 1 -Design Budget
Increase
Design Services
$0
$46,000
$46,000
Task 2- Engineering Services
During Construction
Non -Resident
Engineering Services
$45,000
$48,000
$93,000
Resident
Engineering Services
$92 .312
$0
$92.312
Total (Task 1 and 2)
$137,312
$94,000
$231,312
1
CITY OF YAKIMA
B
PHARMER ENGINEERING
• `� By:
'Rou ke, City Manager obertlJ. Pharmer, President
Date:
V2 -(a- \Z.
Date: %//%
City Contract No. 2011-43
City Resolution No. ' go/�
2
October 9, 2012 (Rev 10/25/2012)
Mr. Scott Schafer and
Mr. Dean Smith, P.E.
Yakima Regional WWTP
2220 East Viola
Yakima, Washington 98901
PHARMER
ENGINEERING
1998 W. Judith Lane
Boise, Idaho 83705
Phone (208) 433-1900
Fax (208) 433-1901
www.pharmereng.com
Subject: UASB and Electrical Improvements - Engineering Contract Adjustment
Follow-up to original letter dated June 15, 2012
Dear Scott and Dean:
This letter addresses issues related to our June 15, 2012 Contract Adjustment Request. That letter
requested a budget increase based on a design over -run as well as a budget increase on engineering
services during construction. If acceptable, we would like the City to consider those two as separate issues.
As such, we discuss them separately below.
Item 1: Design Budget Increase Request. This item was related to a cost over -run during design by
Conley Engineering that we were proposing to pass through to the City without a markup. As you know,
the majority of the electrical and instrumentation design efforts are completed at the very end of the design
process which is often an intense and rigorous time. Because of that, the effect on Conley's budget related
to the expanded scope of work was difficult to assess until the work was complete. As it turned out, the
additional work completed did have a significant effect on Conley's budget. In contrast, the additional
scope of work from Pharmer's portion of the design was easier to accommodate because we had more time
assess the situation. For this reason, we requested an increase in budget to come closer to keeping Conley
Engineering whole but nothing for Pharmer.
In this matter, we sincerely apologize for not bringing this cost over -run to your attention until after the
design was completed. While difficult to assess for some technical areas such as electrical design, we
should have had processes in-place to manage the budget/progress/scope as a whole. If we had, we may
have been able to request additional fee for the additional services at an earlier date. In the future with the
construction portion of this specific project as well as any future work with the City of Yakima, we will
take the following steps with our subconsultants to manage budgets:
• Scope Creep / Out of Scope Work: We will stay familiar with our scope of work. When
additional work is requested such as new areas of work or re -designs, we will notify the City's
project manager of the situation. At that time, the City can choose whether or not to move forward
with additional work with a proposed fee.
• Schedule/budget tracking. Each month during invoicing periods, we will ask our subconsultants
to respond to a cost loaded progress schedule update. In doing so, they will be forced to assess
Mr. Scott Schafer and Mr. Dean Smith October 9, 2012 (rev 10/25/2012)
Page 2
where they are with their budgets related to progress. Subconsultants will not be allowed a cost
increase unless notifying ahead of time and getting prior approval from the City.
Our June 15, 2012 letter requested an additional $92,000 for the design fee over -run. Because of our late
submission and based on further discussions with you, we would like to share more of the burden and are
revising that request to half of that or $46,000. We understand that agreeing to pay all or part of this is
entirely the City's prerogative.
Item 2: Engineering Services During Construction (SDC). Our June 15 letter requested additional
budget for what we expect would be additional efforts required to support the construction project. The
increase included additional non-resident service by both Conley and Pharmer and roughly doubling the
amount of time we have resident project representative (RPR) on-site. Those numbers are documented in
detail within the June 15 letter packet.
Summary of Requested Changes. The total cost increase request is as follows:
• Item 1: Design Over -Run. Conley (increase with no markup)
$46,000
• Item 2: Engineering Services During Construction
o Pharmer Non -Resident Services $45,000
o Conley Non -Resident Services (no markup) $48,000
o RPR (increase from 8 to 18 months) $92,312
o Total Addition, SDC $185,312
• Total Contract Increase, Item 1 + Item 2 (if both are approved) $231,312
We have sincerely appreciated the chance to work with you and all the staff at Yakima. If there is need for
further discussion please call so we can discuss by phone or in person. Thank you for considering this
request.
Best Regards,
Robert D. Pharmer
President
Attachments: Revised Attachment B June letter
June 15 letter with attachment
cc: Pat Conley, Conley Engineering
Project File 10297
Dan Barbeau
Principal, Project Manager
EXHIBIT B
Pharmer Engineering - Level of Effort Breakdown Estimates, on Time and Expense Contract
Wastewater Treatment Consulting Services
October 2012
City of Yakima, Washington
Task
Pharmer Engineering
Subconsu@ants
Total Labe,
and Subs
Comments
Bob
Pharmer,
P.E. (ID)
3160
Hours
Dan
Barbee,,,
P.E. UD)
0150
Hours
Carl
HipweO,
P.E.
(Ip WA)
5150
Hours
Jr. Engin
eels)
$105
Hours
Senor
Designer
3120
Hours
Admin
465
Hours
RPR
585
Hews
Pharmer
Labor
CONLEY
ENGINEERING
INC.
MINOR SUB ESTIMATES
Misc,
OOCs and
Travel
Task Totals
HVAC
ARCH
STRU
SURV
GEO
OTHER
Total Subs
Plus 10%
1 Design Services
A North End Power Distribution
9651,898
1 Predesign
20
40
0
20
0
0
511.300
5213,290
43000
$3,000
62000
95000
5248,919
3260,219
32.000
2 Detailed Design
0
146.840
5247,990
5342.639
5388,479
51,000
Temp Weed from South End
2
8
0
4
D
0
Demolish existing equipment
2
4
0
0
0
0
Design New service distribution mW switchgear
2
4
0
0
1 0
0
I
Design new 000 kW generator and ancillaries
2
4D
0
60
40
0
0
I
$2000
$4000
62500
Design newead circum to existing buildings
2
4
0
I 0
0
0
1
Existing equipment and building modifwaitans
2
60
0
40
80
0
0
030000
$10,000
$10,000
95000
_
Boiler Building, Electrical Upgrades Only
0
4
0
1 0
0
0
B IndualrulWaatewaler Preliminary Design
1 Predeslgn
594,350
98,140
$8,954
5103.304
$105304
On adz workshops
32
32
0
52,200
Una process evaluations
50
100
40
1 120
40
0
Pilot testing and sae visas
8
30
8
50
0
Draft report
20
30
B
80
60
20
0
2 Detailed Design
0
9368,196
568,360
8144,996
5204,961
9910,861
On Sae Visit
120
120
20
40
0
56,000
Genii Ehnen%
6
16
00
120
40
4
0
Civa Design
12
60
25
180
250
4
0
Geotechnical and Survey
2
4
4
0
0
06,000
612,000
Process Mechanical
100
1B0
2D
325
250
4
0
Architectural
6
16
20
60
4
0
I
910,000
5226t0r05
16
16
40
60
4
0
I
925,000
Mechanical HVAC
16
20
60
4
0
I
312000
Electrical and 185
4
30
80
60
4
0
I
Specifications
42
40
280
4
0
1
2 Change Order Increase, 70 Pharmer markup
1 Multiple Items (Reduced from 992,000 to 946,000) Oct 2012
$0
946,000
546,200
946,000
2 Bidding Support Serwces
A North End Power Distribution
4
20
8
20
20
20
910.640
919,909
521,570
532,210
57,250
939,490
25 plan sots
and ono trip
B. Industrial Wastewater
20
25
20
80
20
40
523,350
93,990
54,369
427,739
57,250
534,989
25 plan sets
and aro trip
3 Servkea purine Construction
A. 1. North End Power Dutnbnten
1 913,420
5217,908
3239,587
5253,007
5254 007
Of4Oe ssrwces(Shop drwogs, R710. C.O.s, clarifications, etc)
0
0
0
0
0
I 0
0
1
Onsite RPR (periodic wade by Conley oMy)
0
0
0
0
0
I 0
0
I
Special Inspections
0
0
0
0
0
0
0
1
COmnssdon0n2
0
0
0
0
0
0
0
I
Programmng
0
0
0
0
0
0
0
startup
20
10
0
0
0
0
D
31,000
08M Manuals
D
0
0
0
0
0
0
Record Drawings
2
10
0 "
20
40
0
0
B. 2. North End Power -HMI and PLC Programming
50
6117,040
3128.744
3128,744
5128,744
C Industrial Wastewater Treatment Facility
9317,620
963,209
3102,528
3420,146
5427,949
Offsite services (Shap dn4ngs, RPI,, C 0.s, GarRaSens, etc)
100
180
0
370
150
80
0
54,500
Onsite RPR (lull time) 8 Months full time
0
0
0
0
I
0
1,560
Special Inspections (not included)
2
0
0
0
D
90
Canmss,onong
0
40
0
40
8
2
0
Progranenng
0
16
0
24
0
0
0
Startup
20
40
0
20
20 I
0
0
1
630,000
53,000
020 Manuals
0
20
0
150
0
40
0
Record Drawings
2
16
8
40
170
0
0
0 Change Order Increase
3137,312
648,000
5185,312
9106,312
P2arrror non-resident
545,000
Pharmer Resident, increase from 0 18 months of labor
892,312
Conley Services with n0 Pharmer Markup
548,000
4 Protect Management
D
40
0
0
40
0
99,900
30
28,600
37,250
515,850
Original Contract Amount
32,196,698
Changes, Deelgn and Services During Construction (June 2012)
5231 312
New Contract Total (June 2012)
578
1271
281
2251
1425
272
1560
5883,276
91,101,430
547,000
527,000
639,500
311,000
512,020
335,000
51,244,023
93,390,610
141,210
52,399,860
PHARMER
ENGINEERING
1998 W. Judith Lane
Boise, Idaho 83705
Phone (208) 433-1900
Fax (208) 433-1901
www.pharmereng.com
June 15, 2012
Mr. Dean Smith, P.E.
Yakima Regional WWTP
2220 East Viola
Yakima, Washington 98901
Subject: UASB and Electrical Improvements - Engineering Contract Adjustment
Dear Dean:
Per our recent conversations, this letter requests an increase in our contract amount for the design
engineering as well as the engineering services during construction. The scope of changes include design
over -runs as well as proportionate increases in engineering services during construction. The following
explains efforts in each area.
Design Budget Increase Request. The project scope and complexity increased throughout the design.
Conley Engineering provided a high quality design on scope of work that expanded and so their budget
effort was severely impacted. They have produced a letter detailing the situation dated June 4 which is
attached to this letter. They are requesting budget increase of $92,000 cover only a portion of their project
overrun. Pharmer Engineering would like to pass through this cost without a markup to help alleviate
budget constraints. The Pharmer effort was about as estimated so there is no need for an increase for our
direct services.
Engineering Services During Construction (SDC). We expect that the scope and complexity changes to
also be seen in our SDC portion of work.
For non-resident labor, Conley is requesting an additional $48,000. Per our discussions with you, this
increase will also be without a markup. Pharmer would like to request an additional of $45,000 to
accommodate more non-resident services effort during construction.
The final items is a requested increase for the resident project representative (RPR). Because the successful
bidder is -$2.5 million less than the second place bidder and because of unfamiliarity with the successful
bidder, we would like to extend the budget for on-site RPR. The contract basis is for 8 months of on-site
time with an original budget breakout for this portion of work was $132,600. We would like to increase the
budget to allow the RPR to be on-site up to 18 months. Based on 40 hour work weeks and the personnel
we have identified for this work, we expect we will need an additional $90,312. We may not need this
much on-site time but we would like to have budget to accommodate should it be necessary.
Mr, Dean Smith, P.E.
Pag
0mary of Requested Changes. The total cost increase request is as follows:
ca
v • Design. Conley (increase with no markup)
June 15, 2012
$92,000
• Engineering Services During Construction
o Pharmer Non -Resident Services $45,000
o Conley Non -Resident Services (no markup) $48,000
o RPR (increase from 8 to 18 months) $92,312
o Total Addition, SDC $185,312
• Total Contract Increase $277,312
We appreciate the opportunity to work with you on this project. Please call if there is need for further
discussion.
Best Regards,
JL
Dan Barbeau
Attachments: Letter from Conley Engineering (June 4, 2012)
cc:
Bob Pharmer, Pharmer Engineering
Pat Conley, Conley Engineering
Ploject File 10297
Conley Engineering, Inc.
Consulting Electrical Engineers
MEMORANDUM
June 4, 2012
To: Dean Smith
City of Yakima
From: Nathanael Palmatier
Re: Request for Increase in the Electrical Construction and Design Budget
City of Yakima — Waste Water Treatment Facility
Upgrade — PHEI 1101
During the course of design, the project scope increased and became more complex due to reuse
of existing structures and unforeseen existing conditions, both of which increased the overall
design and construction scope. We proceeded with the design despite not requesting funding
beforehand because it was difficult to estimate the increased complexity and, in our judgment,
the design work was necessary for a successful project execution by a contractor. We would like
to request some additional compensation for a portion of the design work and construction
administration corresponding to the additional effort. We have discussed this with Dan Barbeau
at Pharmer Engineering prior to forwarding this request to you.
Our original budget for the design work was $569,513 and we have spent $690,762. We are
requesting $92,000 to partially offset the difference between these amounts of $121,249. Our
original construction administration budget for the project was $248,271 and we are requesting
an additional $48,000 to offset the expected increase in work effort for construction
administration due to the longer duration of the project and difficulties of existing conditions.
We are not requesting any additional budget for the programming work.
The added work effort was largely tied to the following:
NORTH ELECTRICAL BUILDING
The design cost for the North Electrical Building (NEB) was estimated as a new building
construction with no impact from the existing primary distribution system. The City elected to
reuse an existing structure for construction cost benefits which, because of the nearby existing
power distribution equipment, required designing a sequenced construction arrangement. That
location increased the complexity of the design effort because of the proximity to buried medium
voltage (12,470 Volts) power lines. The duration of construction will increase because of a
phased sequence of construction needed to work around the existing power distribution
equipment. The increased duration will also increase the construction administration costs due to
more onsite observations, RFIs, changes, construction drawings, and similar.
C2 WATER BUILDING (FORMERLY CHLORINATION BUILDING)
Our assumption for the C2 Water Building was to replace the existing equipment in place with
similar functionality. It was later determined that the City would benefit from adjustable speed
IlshermanlS-dataUOBSIPHE1111011memo-NGP-120601-Electrical Construction and Design Budget Request for Increase.docx
P 0 Box 8326, Yakima, WA 98908 • 1433 Lakeside Court, Suite 100, Yakima, WA 98902
Voice: 509-965-9872 • Fax: 509-965-9873
PHEI 1101 - REQUEST FOR INCREASE IN THE ELECTRICAL CONSTRUCTION AND DESIGN BUDGET
imps but that decision made an in place upgrade of the existing electrical equipment less
v desirable. A new room was constructed from the existing building to accommodate the
adjustable speed pumps in the C2 Water Building as well as the adjacent Trickling Filter
Clarifier Effluent Pump Station and Trickling Filter De-gritter station. The consolidation of the
existing motor control equipment for the adjacent process areas was needed because electrical
codes would otherwise require significantly more expensive equipment to replace the old
equipment in their existing locations.
INDUSTRIAL WASTE PUMP STATION
The proposal was based upon building a pump station near the existing Industrial Waste Pump
Station, which is where the NEB will be built. During the course of design, the lift station was
changed from within the building to across Viola Avenue (from the plant) which required design
of an additional control panel and temporary service and starter panels.
INFLUENT BUILDING
Our assumption from the original proposal for the Influent building was to separate the motor
control and power distribution from the Headworks/Screenings area to reduce the electrical
requirements of the Influent Building. Because of imminent addition of secondary screens (in a
future project) to the Influent Building, the advantages to the City of separating the
Headworks/Screenings area from the Influent Building diminished. We therefore expended more
work effort on the existing conditions of the existing Headworks/Screenings area than we had
originally anticipated. A separate room in the Influent Building was designed and provisions for
the future secondary screenings additions were designed.
UASB DESIGN
Our assumptions for the process area for the UASB reactor was a much smaller building and less
complex pumping arrangement consisting of a total of 40 horsepower of process load and 25
kVA of building and miscellaneous loading. The actual work (including future facilities) consists
of nearly 300 horsepower of process load, 50 kVA of building loads, explosive gas detection,
multiple instrumentation control loops, odor control, and air compressor rehabilitation.
ADDITION COMPENSATION
For the effort listed above, we would like to request a total of $140,000 to cover a portion of the
increases in the effort for design and expected construction administration. The following is a
summary of the additional work effort we are requesting:
cc: Dan Barbeau, Pharmer Engineering, Inc
Conley Engineering, Inc. Page 2
Design
Construction
Total
North Electrical Building
$20,000
$12,000
$32,000
C2 Water Building
$20,000
$11,000
$31,000
Industrial Waste Pump Station
$15,000
$ 3,000
$18,000
Influent Building
$15,000
$10,000
$25,000
UASB Design
$22,000
$12,000
$34,000
$92,000
$48,000
$140,000
cc: Dan Barbeau, Pharmer Engineering, Inc
Conley Engineering, Inc. Page 2
EXHIBIT B
Pharmer Engineering - Level of Effort Breakdown Estimates, on Time and Expense Contract
Wastewater Treatment Consulting Services
City of Yakima, Washington
Task
Phamner Engineering
Subconsultants
Total Labor
and Subs
Comments
Bob
Pharmer,
P.E. (ID)
0160
Hours
Dan
Barbee,
P.E. (ID)
8150
Hours
Carl
Hipwell.
P.E.
(ID, WA
9150
Hours
Jr. Engin.
eer(s)
5105
Hours
Senor
Decgner
5120
Hours
Admin
865
Hours
RPR
885
Hours
Pharmer
Labor
CONLEY
ENGINEERING
INC,
MINOR SUB ESTIMATES
Misc.
O0 414
Travel
Task Totals
HVAC
ARCH
STRU
9URV
GEO
OTHER
Total Subs
Plus 10%
1 Deson Services
A North End Power Distribution
5951,698
1 Predesign
20
40
0
20
0
0
511,300
5213,290
83000
$3000
1 S2,000
950110
5248,919
9260,219
52,000
2 Detailed Design0
545640
5247 990
5342839
8388,479
91,000
Temp retied hom South End
2
8
I 0
4
0
0
Demolish existing equipment
2
4
1 0
0
0
0
Design New service distnbution and switchgear
2
4
1 00
0
0
Design new 800 kW generator and ancillaries
2
40
1 0
60
40
0
0
S]000
54000
023500
Design new ked circuits to existing buildings
2
2
4
60
0
0
0
40
BO
0
0
0
0
90,00
$10,000
510,0011
55,000
Existing equipment a50 building modificartane
Soder Building, Electrosol Upgrades Only
0
4
0
0
0
0
B Industrial Wastewater Preliminary Design
1 Predesign
594,350
58,140
58,954
9103,304
5105,304
On ado workshops
32
320
52,000
UM process evaluations
50
100
40
120
40
0
Pilot testing and sae visits
B
30
8
50
0
Drell report
20
30
8
BD
60
20
0
2 Detailed Design
0
5356,155
569,360
5146696
9504,851
96,000
5510,851
On Site Vsfte
120
120
20
40
0
Gened Elements
6
16
80
120
40
4
0
emit Design
12
W
25
180
250
4
0
Geotechnical and Survey
2
4
4
8
0
56000
812000
Pmcees Mechanical
100
180
20
325
250
4
0
ArcMecturel
6
i6
20
60
4
0
1010,000
Structural
16
16
40
60
4
0
925,000
Mechanical HVAC
16
20
60
4
0
512000 1
Electneal and 16C
4
30
80
60
4
0
_
Specifications
40
40
280
4
0
C Change Order Increase, no Pharmer markup
1 Multiple Items
SO
592,000
592,000
552,000
2 Bidding Support Services
A North End Power Distribution
4
20
8
20
20
20
510,640
519,609
921,570
532,210
57,250
939,460
25 plan sets
and one top
B. Industrial Wastewater
20
25
20
80
20
40
323,350
$3,990
54,389
$27,739
$7,250
934.989
25 plan sets
and one tnp
3 Services During Construction
A. 1. North End Power Distribution
913,420
5217,806
5239,587
5253,007
9254,007
011 -see services (Slop cinemas, RHs, C 0 s, clanfications, etc)
0
0
1 0
0
0
0
0
Onsite RPR (perodc wads by Conley only)
0
0
0
0
0
0
0
Special Inspections
0
0
0
0
0
0
0
Commssorong
0
0
0
0
0
0
0
Programming
0
0
0
0
0
0
0
Startup
20
10
0
0
0
0
0
91,000
O&M Manuals
0
0
0
0
0
0
0
800014 Drawings
2
10
0
20
40
0
0
B. 2. North End Power -HMI and PLC Programming
50
9117040
9128,744
9128,744
5128,744
C Industrial Wastewater Treatment Facility
9317,920
963,205
$102,526
5420,146
9427646
ORsde services (Shop &wings, RFls, 0.0.5, clanficatcrs, els)
100
0
180
0
0
0
370
0
150
80
0
0
1,560
54,500
Onsne R PR gull time) 8 Months ha time
Special Inspech0ns (rot included)
2
0
0
0
0
50
Commssionong
0
40
0
40
8
0
0
Pmgmmmaq
0
16
0
24
0
0
0
Startup
20
40
0
20
20
0
0
330000
53,030
06M Manuals
0
20
0
150
0
40
0
800014 Drawings
2
16
8
40
170
0
0
0 Change Order Increase
5137,312
548,000
$185,312
5185,312
Phxm1er non-resident
545,000
592,312
Pharmer Resident increase from 6 to 19 months of labor
Conley Service. with no Pharmer Markup
548,000
4 Project Management
0
40
0
0
400
59,6011
$0
88600
$7,250
915,850
Original Contract Amount
52,169,648
Changes, Design and Services During Construction (June 2012)
$277,312
New Contract Total (June 2012)
57B
1271
281
2251
1428
272
1560
5883,276
51,147,430
547,000
$27A00
939,5110
911,000
912,000
535,600
91,214,023
92,404,910
941,250
52,445,860
•
•
•
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No.
For Meeting of: December 4, 2012
ITEM TITLE:
SUBMITTED BY:
CONTACT
PERSON/TELEPHONE:
SUMMARY EXPLANATION:
Resolution authorizing amendment to the existing
Professional Services Agreement with Pharmer
Engineering for the Upflow Anaerobic Sludge Blanket
(UASB) Bioreactor and Electrical Improvements project.
Scott Schafer, Wastewater Division Manager
Dean Smith, Utility Project Manager
Dean Smith/249-6814
The City is currently engaged through City Contract No. 2011-43 with Pharmer Engineering
(Pharmer) for the UASB design and Electrical Improvements at the Wastewater Treatment
Plant in the amount of $2,168,548. Additional design items outside of the original scope and
schedule were identified due to the complexity of the project. Such additions were
determined necessary to improve the design and successful outcome of the project. There
are two separate issues regarding this matter that need to be addressed.
The first issue is a $92,000 cost over -run during design by Conley Engineering that should
have been avoided by Pharmer and the City. Both take responsibility for not tracking and
seeking prior approval. Wastewater has required Pharmer to cover half of the cost -over run;
reducing the amount to $46,000. To restore public trust and accountability, Wastewater has
set up provisions with its consultants to ensure such an event like this does not occur again
on future projects.
The second issue is the pre -approval request of $185,312 for anticipated engineering
services identified during construction as a result of the complexity in the reuse of existing
structures and the unforeseen existing conditions. The entire cost of the project still remains
within budget.
Attached is a letter dated October 9, 2012 from Pharmer Engineering requesting contract
adjustment details and justification. The letter also explains the reduction in the cost over-
run amount and provisions to prevent future cost over -runs from occurring. The revised
"Exhibit A" of this Agreement indicates the amendment in the amount not to exceed
$231,312. Exhibit B increases from $2,168,548 to $2,399,860 to allow for the design cost
over -run of $46,000 and the pre -approval request of $185,312 for anticipated engineering
services.
Resolution X Ordinance
Contract: Mail to:
Other
(specify)
Contract Term: Amount: $231,312 Expiration Date:
Insurance Required? No
Funding Wastewater Facility Project Fund 478 Phone:
Source:
APPROVED FOR
SUBMITTAL: City Manager
STAFF RECOMMENDATION:
Staff respectfully requests City Council approve the resolution authorizing the City Manager
to amend the existing contract.
BOARD/COMMISSION RECOMMENDATION:
ATTACHMENTS:
Click to download
❑ Revised Pharmer Resolution
❑ Revised Pharmer Exhibit A 11-19-12
❑ Revised Oct 9, 2012 Pharmer Letter with Exhibit B
•
•