Loading...
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 • •