HomeMy WebLinkAbout03/05/2013 09 Biosolids Drying Facility Design Agreement with Pharmer Engineering ff byy
BUSINESS OF THE CITY COUNCIL
- YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No.
For Meeting of March 5, 2013
ITEM TITLE: Resolution authorizing a Professional Services Agreement
with Pharmer Engineering, in the amount not to exceed
$531,684, to provide engineering services for design of a
Biosolids Drying Facility at the City's Wastewater
Treatment Plant
SUBMITTED BY: Debbie Cook, Director of Utilities & Engineering
Scott Schafer, Wastewater Division Manager
CONTACT Dean Smith, Utility Project Manager, (509) 249 -681
PERSON /TELEPHONE:
SUMMARY EXPLANATION:
The City of Yakima (City) Wastewater Division's 2004 Facility Plan identified the need for a
"Biosolids Dryer" at the Wastewater Treatment Plant (WWTP) to produce exceptional quality
Class A biosolids. The Biosolids Drying Facility will enable the City to produce a marketable
fertilizer product from the wastewater treatment process which will be marketed to the
agricultural community. The dried product may also be used for City Parks and by citizens.
The costs for disposal of the Class B biosolids will be eliminated while the bio -gas
generated by the WWTP's digesters will be used to fuel the dryer, minimizing the
operational costs of the dryer equipment. The Department of Ecology has classified the
Biosolids Dryer project as a "Green Project;" subsequently approving and funding the
project with low interest State Revolving Fund (SRF) loans with some forgivable principle to
assist the City in the design and construction of this system.
Using the Municipal Research and Services Center (MRSC) of Washington Roster, a
statewide small works and consultants roster system, followed by a competitive selection
process, the City selected Pharmer Engineering and their sub - consultant, CDM Smith. Each
has the technical knowledge and expertise to identify and develop the design work for a
biosolids drying facility at the City's WWTP. The terms of the Agreement would be in the
amount not to exceed Five Hundred Thirty -one Thousand, Six Hundred Eighty -Four Dollars
($531,684). (See attached Agreement with Exhibit "A," "B," and "C ").
Exhibit "A" of the Agreement describes the Scope of Work in more detail.
Exhibit "B" of the Agreement describes the Schedule of Rates and Fee Estimate.
Exhibit "C" of the Agreement describes the Project Schedule based on a March 6, 2013
Notice to Proceed.
Other
Resolution X Ordinance
(specify)
Mail to: Robert Pharmer P.E. Pharmer ' D. � ` '
Contract: 1998 W. Judith Lane, Boise, Idaho 83705
Contract Term: Amount: $531,684 Expiration Date:
Insurance Required? Yes
Funding Wastewater Faoi|ib/P Project Facility '-" Phone:
Source: ��tateRevolving Fund /��RF\Loan
'
APPROVED FOR
(0* Ef‘d
Cit
SUBMITTAL: '
STAFF RECOMMENDATION:
Staff respectfully requests City Council approve the Resolution authorizing the City Manager
to execute the accompanying contract.
BOARD/COMMISSION RECOMMENDATION:
ATTACHMENTS:
Click xodownload
Resolution Pharmer Bivsv|ido Dryer Facility
Pharmer 8ivso|ids Dryer Facility Project Agreement
Pharmer pv»iuit^f(' Scope ofam,xeiusuUuo Dryer FaciUtv Project
Pharmer sxhiuk^e^ Pharmer eiUing Rates
Pharmer Exhibit ^B^CDM Rate Schedule
Pharmer ExhIbit "C" Project Schedule
RESOLUTION NO. R -2013-
A RESOLUTION authorizing the City Manager to execute a Professional Services
Agreement with Pharmer Engineering in the amount not to exceed
$531,684 for Engineering Services for design of a new Biosolids Dryer
Facility at the City's Wastewater Treatment Plant.
WHEREAS, the City of Yakima (City) owns and operates wastewater collection and
treatment facilities in accordance with applicable Federal, State and Local regulations; and
WHEREAS, mandatory planning, coordination, and process analysis and
implementation is required to address regulatory requirements; and
WHEREAS, the City's Wastewater Division's 2004 Facility Plan identified the need for a
Biosolids Drying Facility at the City's Wastewater Treatment Plant (WWTP) to produce
exceptional quality Class A biosolids; and
WHEREAS, the Biosolids Dryer Facility will enable the City to produce a marketable
fertilizer product from the wastewater treatment process to be marketed to the agricultural
community and may also be used for City Parks and by citizens; and
WHEREAS, the costs for disposal of Class B biosolids will be eliminated while the bio-
gas generated by the WWTP's digesters will be used to fuel the dryer, minimizing the
operational costs of the dryer equipment; and
WHEREAS, the Department of Ecology has classified the Biosolids Dryer Facility project
as a "Green Project;" subsequently approving and funding the project with a low interest State
Revolving Fund (SRF) loan with a portion of forgivable principle to assist the City in the design
and construction of this system; and
WHEREAS, the City maintains a roster of consultants whose statements of qualifications
represent that they have the expertise necessary to perform the services required by the City;
and,
WHEREAS, the state of Washington requires these services to be performed by a
Professional Engineer; and
WHEREAS, the City desires to retain Pharmer Engineering and their sub - consultant,
CDM Smith, due to their technical knowledge and expertise in identifying and developing the
design work for a Biosolids Drying Facility at the City's WWTP; and
WHEREAS, the City Council has determined that it is in the best interest of the City to enter
into a Professional Services Agreement with Pharmer Engineering to assist the City in designing a
Biosolids Dryer Facility at the City's WWTP; now therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized and directed to execute the Professional
Services Agreement, attached hereto and incorporated herein by this reference, with Pharmer
Engineering to provide the City with Engineering Services for design of a new Biosolids Dryer
Facility at the City's WWTP, the cost for said professional engineering services not to exceed
Five Hundred Thirty -One Thousand Six Hundred and Eighty -Four Dollars ($531,684).
ADOPTED BY THE CITY COUNCIL this 5 day of March, 2013.
ATTEST: Micah Cawley, Mayor
Sonya Claar -Tee, City Clerk
CITY OF YAKIMA AND PHARMER ENGINEERING
PROFESSIONAL SERVICES AGREEMENT
SLUDGE DRYER PROJECT
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) biosolids
handling side stream processes and other wastewater facilities planning support
services; and
WHEREAS, the Engineer has the experience and expertise necessary to provide
such independent Engineering services and is willing to provide the services 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 related to
planning and engineering technical support and process selection services resulting in
production of a preliminary design for a sludge dryer system which will receive
dewatered anaerobic digested biosolids and produce a Class A biosolids product. The
scope of services is described in more detail in Exhibit "A" attached and incorporated
into this Agreement by this reference. The City will direct the Engineer when to proceed
with each work task defined in the detailed scope of work shown in Exhibit A.
2. Additional Services.
a. City and Engineer agree that not all services to be performed by Engineer
such as final design, and construction services 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, and
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 City and Engineer according to the provisions set forth in
Section 3. Engineer shall not perform any Additional Services until
Page 1 of 8
City of Yakima Pharmer Engineering
Professional Services Agreement Sludge Dryer Project
authorized by City in writing; and once so authorized, such Additional
Services shall be considered part of Basic Services. If mutual agreement on
compensation or time adjustment cannot be 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 for
anticipated profit or unperformed Basic Services or Additional Services. If
City and Engineer cannot agree upon an equitable adjustment in the time 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 C. 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 level of effort cost schedule and schedule of hourly billing rates set
forth in Exhibit "B". Direct hourly billing rates shall be based on 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 the amount of Five Hundred Thirty-One Thousand, Six
Hundred Eighty-Four dollars ($531,684.) as shown in Exhibit B.
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;
• 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. Engineer, whenever possible, will use the least expensive form of
ground transportation.
Page 2 of 8
City of Yakima Pharmer Engineering
Professional Services Agreement Sludge Dryer Project
• 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
• Those accommodations shall be at a reasonably priced hotel/motel.
• That air travel shall be by coach class, and shall be used only when absolutely
necessary.
d. Telephone charges, in-house computer charges, in-house reproduction charges,
first class postage, overnight mail and shipping and FAX charges are not included in the
direct expense costs, but are considered included in the Schedule of Specific Hourly
Billing Rates (Exhibit ''B").
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 providing
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
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.
Page 3 of 8
City of Yakima Pharmer Engineering
Professional Services Agreement Sludge Dryer Project
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
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 § 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.
Page 4 of 8
City of Yakima Pharmer Engineering
Professional Services Agreement Sludge Dryer Project
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
officials, 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
Engineer, its officers, agents, employees or subcontractors in connection with or
incidental to the performance or non-performance of this Agreement.
b. 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).
c. 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.
d. Nothing contained in this Section or this Agreement shall be construed to
create a liability or a right of indemnification in any third party.
e. 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 One Million
Dollars ($1,000,000.00) 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-VI! 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
Page 5 of 8
City of Yakima Pharmer Engineering
Professional Services Agreement Sludge Dryer Project
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.
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 disputes through
negotiation in good faith as the preferred approach to dispute resolution and may
consider mediation as a supplement or alternative where mutually agreed to 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 Pharmer Engineering
Professional Services Agreement Sludge Dryer Project
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 RE.
Utility Project Manager
2220 East Viola
Yakima, WA 98901
TO Engineer: Robert D. Pharmer P.E.
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 in this Agreement gives, is
intended to give, or shall be construed to give or provide any right or benefit, whether
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.
Page 7 of 8
City of Yakima Pharmer Engineering
Professional Services Agreement Sludge Dryer Project
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: By
Tony O'Rourke, City Manager Robert D. Pharmer, President
Date: Date:
ATTEST:
Sonya Claar-Tee, City Clerk
City Contract No.
City Resolution No.
Page 8 of 8
City of Yakima Pharmer Engineering
Professional Services Agreement Sludge Dryer Project
Exhibit A
Scope of Work
Biosolids Dryer Project — Preliminary Design
Introduction
The City of Yakima, WA (City) currently owns and operates the Yakima Wastewater Treatment
Plant (WWTP). Primary solids and thickened waste activated solids are collected and managed
through 2-stage anaerobic digestion followed by dewatering with a centrifuge. Dewatered
anaerobic solids are then disposed of on local agricultural fields as a class B product. The City
previously completed a preliminary evaluation of possible biosolids treatment improvements to
meet Class A, Exceptional Quality requirements and selected drying as the preferred option.
This project initiates the City's overall plan to install. construct, and operate a new biosolids
dryer at the Yakima WWTP.
There are a wide variety of biosolids dryer options on the market today and the appropriateness
of a given technology varies considerably between different treatment plants. As a result, the
typical wastewater industry approach is for the owner to pre-select a specific dryer prior to
initiating final design of the construction documents. It is also common for owners to pre-
purchase a dryer vendor package before completing final design for the necessary supporting
infrastructure. This approach allows the engineering team to design and size all associated
improvements most cost effectively and best match the specific operating demands of the dryer.
This approach, combined with standard design/bid/build procurement for future construction
project delivery, has been assumed herein.
The purpose of this phase of the project is to evaluate possible biosolids drier technologies, select
the most appropriate technology for the plant, and develop preliminary design information that
forms the basis of final design and equipment procurement. To this end, the Consultant will
complete the following tasks:
• Task 1 — Project Management
• Task 2 — Solids Plant Mass Balance and Dryer Design Criteria
• Task 3 — Market Analysis for Class A. Exceptional Quality Product
• Task 4 — Screening of Available Dryer Technologies
• Task 5 — Review of Applicable Regulatory Requirements
• Task 6 — Develop and Evaluate Dryer Alternatives
• Task 7 -- Preliminary Facilities Design for Selected Dryer
• Task 8 — Produce and Present Final Preliminary Design Report
• Task 9 — Procurement of Selected Dryer Vendor Package
A project background and a description of activities to be conducted under each task are included
below. A preliminary list of meetings and teleconference calls is included as an attachment.
Exhibit A Pharmer Engineering
Scope of Work 1 Page
Background
The Yakima WWTP has a rated capacity of 21.5 MGD, 53,400 lb. BOD5/day and 38,600 lb.
TSS/day (WDOE, NPDES #WA0024023). Treatment facilities at the Yakima WWTP include:
• Liquid stream — screening (1/2 bar), grit removal, primary sedimentation, activated
sludge aeration, trickling filters, secondary clarification, and UV disinfection
• Solids stream — grit collection, dissolved air flotation sludge thickening, primary and
secondary sludge digestion, industrial wastewater treatment with an upflow anaerobic
sludge blanket (UASB) system, nutrient removal with struvite recovery, centrifuge
dewatering, and land application on agricultural fields.
This project phase is intended to result in selection of a specific biosolids dryer technology and
associated facility improvements which can meet current and future needs. Currently, digested
sludge is dewatered with a centrifuge. This process produces a Class B biosolids product which
is used for land application on agricultural land. The City has requested evaluation of the
potential for an alternative approach which may result in a marketable Class A, Exceptional
Quality biosolids product which could he sold and/or distributed locally.
Scope of Work
This scope of work represents the initial engineering and decision making steps which are
needed prior to initiating final engineering design of a new biosolids dryer for the Yakima
WWTP. The Consultant's role is to provide engineering technical support and facilitation and
find the "best fit dryer technology for the City of Yakima. Activities in this scope include
evaluating possible biosolids drier technologies, summarizing the market demands and
regulatory requirements, selecting the most appropriate technology, coordinating supporting
infrastructure needed for the selected dryer, and developing preliminary design information.
Work completed in this phase forms the basis of final design and terms for equipment
procurement. The major deliverables from this phase of the project will be a Request for
Proposals which will be used to solicit cost and detailed technical information from dryer
suppliers, a Preliminary Design Report (PDR) which represents a 10% engineering design level,
and an Equipment Pre-Purchase Contract proposed by the selected dryer supplier. This scope of
work is limited to the predesign phase; a contract amendment would be needed to authorize final
engineering design activities.
This scope and budget assumes that it is the City's intent to pre-purchase a dryer as a vendor
supplied package prior to initiating final engineering design and then later assign this City
vendor contract to a general construction contractor who will be selected via a traditional bidding
process. The Consultant will assist the City to competitively select a preferred dryer vendor
under Task 6. Work done under Tasks 1-5 produces the necessary criteria for this competitive
selection. Work performed under Tasks 7 and 8 establishes a 10% level of design for all of the
facilities needed in association with the selected dryer. Task 9 provides for Consultant support
with execution of a pre-purchase contract with the supplier of the dryer. This approach, often
referred to as a - pre-purchase, contractor assigned", is commonly used for complex mechanical
equipment where different equipment can have significantly different building and facility needs.
Exhibit A Pharmer Engineering
Scope of Work 21Page
This approach is especially useful here because it allows the City flexibility to solicit bid
proposals from different types of dryers.
Task 1 — Project Management
The project management task involves contract management and administration activities
including management of budget, schedule, scope, and quality control. The Cost Performance
Index or CPI (actual costs incurred divided by expected costs) and Schedule Performance Index
or SPI (actual days expended divided by expected days) for the work completed will be tracked
and reported periodically, as compared to the project plan. This task also involves incorporating
project status into the monthly progress reports, monthly schedule updates, quality control and
assurance, invoicing, and preparation of contract amendments. This task includes facilitation of
communications between the design team and the City of Yakima staff.
The Consultant will conduct a Project Kickoff Meeting and Site Visit to review, discuss, and
endorse the project objectives, scope, schedule, and list of deliverables. The meeting will be
facilitated by the Consultant staff, and will be conducted at a location determined by City staff.
The expected outcomes of the Kickoff Meeting include:
1) Conduct site visit, staff interviews and data collection
2) List of evaluation criteria upon which dryer types will be screened and specific vendor-
proposed dryer alternatives evaluated. Suggested groupings for evaluation criteria
include the City's bottom-line objectives (e.g., economic, social, environmental, and
operational) and appropriate weightings.
3) Any known dryer process and operational preferences (e.g. owner vs. private operator;
continuous vs. batch process; desired hours of operation)
The Consultant will also conduct a Project Quality Management Meeting (PQM) at the onset of
the project. The purpose of the PQM is to establish the quality metrics and quality assurance
roles and protocols for this project. The PQM will include the full project team, including City
staff, Consultant's technical discipline leads, and the Consultant's QA/QC review staff, If
possible, Consultant may hold the PQM on the same date as the kick-off meeting.
To provide periodic project updates, a project progress conference call will be held
approximately every two weeks. It is anticipated six progress meetings in total will be conducted
under this scope phase. The Consultant will prepare an agenda and presentation materials for the
meetings. Following each meeting, the Consultant will prepare a summary document critical
decisions and action items.
Deliverables:
▪ Meeting agendas and handouts
• A PQM Plan
• Monthly invoices
City Re,sponsihilities:
Exhibit A Pharrner Engineering
Scope of Work 3 I P a 1.1
• City staff will attend and participate in the Kick-Off Meeting, PQM Meeting, and
periodic progress conference calls. Staff who have active roles in operations and maintenance
at the facility should be included.
• City staff will review and comment on the meeting summaries
Task 2 —Solids Plant Mass Balance and Dryer Design Criteria Update
The Consultant will gather and evaluate historical data and projected future flows and loadings to
update existing computer modeling for the solids mass balance to determine the existing and
future biosolids quantities, biogas production estimates, and other key dryer design criteria. The
planning horizon for the projection will be through calendar year 2030. The Consultant will
depend on available data provided by the City for this update, including influent and effluent
data from both the liquid and solid treatment process trains. The results of this task set the basis
for design for new dryer facilities.
Another data need involves defining the physical and chemical parameters of the digested
biosolids cake. Quantification of the following parameters are expected to be requested by dryer
suppliers: Content of ash, grit, fiber, FOG, organics, coarse material, fines; % of dry solids; pH;
and chemical composition (e.g., chloride, sulphur, fluoride, phosphorous, nitrogen, heavy
metals).
Deliverables:
• The Consultant will generate and submit a request for information prior to the project
kick-off meeting requesting specific data, reports, etc.
• Charts and data tables suitable for distribution at progress meeting (e.g., design criteria
table)
City Responsibilities:
• Provide the information requested by the Consultant, as available. The following
information will likely be requested: monthly operating reports for the past 5 years in Excel
format; utility and chemical usage reports and billing data; sludge processing equipment run
times and operating data; sludge disposal records; cake composition; and projections of
future wastewater flows and waste loads.
Task 3 — Market Analysis for Class A, Exceptional Quality Product
The Consultant will evaluate the market potential for a dried Class A, Exceptional Quality
biosolids product from the Yakima WWTP. Key elements of the evaluation will include the
identification of target market segments and product characteristics that are most critical to those
markets. Toward this end, the Consultant will interview-potential product users, including with
local agricultural extension agents, farmers, land holders, parks and recreation departments,
WSDOT, and landscaping industry representatives. To the extent possible, these interviews will
be conducted in person, so that interviewees can view and compare various dried product
samples. In addition, the Consultant will contact other wastewater treatment agencies that are
land applying biosolids in the area or have final biosolids products similar to what Yakima may
opt to produce to further define market characteristics. Another resource the Consultant will
Exhibit A Pharmer Engineering
Scope of Work 4 Page
contact are local entities involved in the biosolids to land application businesses (e.g., Natural
Selections). Based upon these efforts, the Consultant will develop a list of potential markets for a
heat-dried biosolids from the City of Yakima, defining for each: the potential market size;
market-specific opportunities and constraints; preferred product characteristics; and the potential
price that the dried product might be able to command. It is intended that City staff will be
utilized to assist the Consultant when possible so to benefit from the local knowledge and
contacts the City staff may have with local growers.
Deliverables:
• Site visit to research and interview local markets (2-3 days)
• Questionnaire and/or survey form
• Technical memo providing an overview of the market for biosolids, a description of
typical target markets, key marketability factors, and a list of suggested best potential
markets.
• Site visit to present results to the team
• Report section formatted for the PDR
• Specifications regarding product characteristics and other criteria found to be important
to the local market will be included in the Request for Proposals (see Task 6).
City Responsibilities,
• The City will provide a list of local farmers and land holders with whom the Consultant
may contact.
• The City may opt to provide staff to accompany the Consultant on visits or participate in
interviews with locals.
Task 4 — Screening of Available Dryer Technologies
There are a number of biosolids drying technologies and proprietary processes are available on
the market today. The Consultant will provide information about several technologies which
appear feasible for the City's unique circumstances. The example list includes: rotary drum
dryer, belt dryer, disc dryer, paddle, and solar dryer. The Consultant will provide fact sheets for
each of the dryer technology types and summary information about the different dryer
manufacturers. The technology fact sheets will include a general description of the technology, a
list of major equipment components and supporting equipment typically used in the process, and
a description of the biosolids product that is generally produced from that technology.
Manufacturer information will identify the number of North American installations known to the
Consultant and describe unique features of a particular manufactures system compared to the
other dryers within that technology type.
The Consultant will facilitate a workshop to screen the many dryer options down to no more than
2 separate technology types and 4 different total manufacturers. Possible screening criteria could
include: direct vs. indirect drying; continuous vs. batch process operation; operating schedule;
Exhibit A Pharmer Engineering
Scope of Work 5 I P a g c
resulting product characteristics; maintenance, reliability, and outage considerations; energy
efficiency; ability to handle the expected range of cake characteristics; regulatory compliance;
number of existing installations; and materials of construction.
During the screening workshop, procurement considerations should also be discussed. In
general, plant owners often pre-purchase the desired dryer and have the manufacturer furnish and
install the equipment as a vendor-installed package. Supporting facilities (e.g., a building, sludge
conveyance, cake storage, gas handling, water systems, etc.) are usually engineered in
conjunction with the known elements of the selected dryer and these are built by the owner, often
using a traditional design-bid-build approach. This scope assumes that the City will pre-select
the dryer manufacturer using a competitive RFP process on the basis of - best value'', enter into a
pre-purchase contract with the supplier of the selected dryer, and move forward into final design
of the complete facility. During this workshop, a draft list of criteria which the City wishes to use
to determine best value of received proposals can be prepared; this list will be finalized and
included in the RFP released under Task 6, Frequently used criteria to make a best value
decision commonly include capital cost (e.g., cost of dryer equipment F.O.B., cost of installation
of dryer, cost of supporting facilities), operations and maintenance cost (e.g., power, fuel,
maintenance), and quality criteria (e.g., materials of construction, product hardness, guaranteed
response time for on-site technical support). The team should confirm this plan and/or discuss
alternative approaches early in the project.
Deliverables,
• Charts, tables, and photos suitable for presentation at screening meeting
• A technical memorandum summarizing the screening process, procurement discussion,
and other results of the workshop
• Report section formatted for the PDR
City Roponsibilities:
• The City will provide key staff for attendance at the screening workshop, including
operations and maintenance personnel as appropriate.
• The City will offer insight about the city's preferred procurement approach and provide a
copy of any policy documents relevant to capital projects that the Consultant should be aware
of.
Task 5 - Review of Applicable Regulatory Requirements
The Consultant will summarize the applicable regulatory requirements involved in permitting a
new sludge dryer and distribution of a Class A, Exceptional Quality dried biosolids product and
how these requirements apply to the possible dryer alternatives evaluated in Task 6. Relevant
regulatory requirements will be reviewed. Unique requirements of this dryer project include
consideration of each of the following regulations:
Exhibit A Pharmer Engineering
Scope of Work 6 Page.
WAC 173-308-205 - This new regulation is entitled - Significantly Remove Manufactured
Inerts and is applicable to biosolids that are disposed of in any way other than directly
landfilled. As written, it limits `*recognizable manufactured inerts" to 1% by volume for
biosolids that are distributed - ...in a bag or other container." A meeting with the Washington
Department of Ecology (WDOE) will be held to better understand the state's exceptions for
compliance and what is involved in their process to receive approval for treatment alternatives
to 3/8 bar screens. It is recommended that the consultant participate in this meeting with the
City and WDOE as an early activity in the project.
NFPA 820 - This and other sections of the fire code will be examined to determine the fire
safety constraints associated with different dryer equipment types and the conceptual design
of the facility layout. As an example. this evaluation will determine which physical areas will
require explosion proof motors and/or fire suppression systems.
EPA Class A, Exceptional Quality Biosolids - The goal of this project is to produce a Class A,
Exceptional Quality biosolids via drying. Class A, Exceptional Quality regulations influence
mechanical process design, equipment selection, characteristics of the final dried biosolids
product, and the associated biosolids marketing and disposal plan.
EPA Title V air emissions - The Consultant anticipates that the Yakima WWTP may have an
existing facility-wide minor source 40 CFR Part 70 Title V air emissions permit, administered
by Yakima Regional Clean Air Agency (YRCAA), which would require updating prior to
modifying existing emissions sources or installing new ones. While revising this permit is not
directly included in this scope of work. the team will gather necessary technical data from the
selected dryer manufacturer to facilitate permit amendment at a later date prior to
commissioning a new dryer.
Deliverables:
• Meet with WDOE regional staff
• Report section formatted for the PDR
City Responsibilities:
• Attend WDOE meeting
Task 6 - Develop and Evaluate Dryer Alternatives
The goal of this task is to develop alternatives to meet future facility requirements with enough
equipment specificity on which a final facility design can be based. The Consultant will assist
the City to prequalify dryer vendors and to competitively select on the basis of "best value" one
manufacturer on which to base the final facility design. The means to achieve this would be to
use a Request for Proposals (RFP) process and have the City send out the RFP to a variety of
dryer suppliers - those who manufacture the type of dryer which was short-listed as a result of
the screening process conducted earlier.
Exhibit A Pharmer Engineering
Scope of Work 7 Pi
The Consultant would prepare the technical and qualifications portion of the RFP in order to
insure technical applicability and the consistency and comparability of received proposals. This
deliverable would include the following elements:
• Format, content, due dates etc. of responsive proposal
• Required qualifications of responsible manufacturers and suppliers
• Technical parameters
• Scope of supply, services, and installation work
• Cost /price assumptions
• Desired characteristics of the resulting dried biosolid
• Desired operational metrics for the installed facility
• Scoring and evaluation criteria for qualified manufacturers /suppliers
Technical parameters to be included in the RFP would include the relevant technical information
which will be needed by prospective dryer suppliers to prepare a sufficiently detailed and
accurate proposal. For example: design criteria for dryer sizing, material requirements, fuel
availability, available footprint, evaluation criteria, background site plan drawings, and
conceptual process schematic drawings. Schematic drawings would include the dryer, biogas
supply and exhaust, sludge conveyance systems, and air supply.
Proposers will be required by the RFP to demonstrate their qualifications based on their
experience, track record, and availability. The proposals will include thermal drying and heat
and material balance calculations in Excel spreadsheets. Preliminary equipment sizing, biogas
and natural gas usage estimates, water usage, recycle flows, odor control, drainage, chemical
handling systems, electrical power demands, process flow schematics, and plan and section
views showing possible layout of the facilities within the existing site would be included.
Proposals would be required to include plan and section drawings which show the dryer, biogas
supply and exhaust, sludge conveyance systems, air supply, odor control equipment, and other
major dryer process components. A responsive proposal would also include the terms of a
proposed purchase contract and establish the price, list of delivered goods and services,
exclusions, and other details clarifying the proposed roles and responsibilities of the supplier for
that dryer alternative.
The Consultant will meet with the City to receive comments on the draft RFP and then finalize
the RFP. This scope assumes that the City will let the RFP and arrange to receive, record, and
distribute copies of the submitted proposals.
The Consultant will evaluate the proposals as compared to the criteria set forth in the RFP and
scoring criteria developed by the team in advance. The Consultant will review the thermal
drying and mass and energy balance spreadsheet calculations provided by the proposers provide
comments on these calculations. Comparative cost estimates will be prepared by the Consultant
for the supporting infrastructure which would be needed to in association with each dryer
proposal in order to assist the City in evaluating dryer alternatives. Unit costs for similar
facilities updated for inflation will be used to generate these comparative cost estimates (e.g.,
$/sf for a dryer building). Only items which differ significantly between the proposals would be
included in the cost estimates prepared under this task. (A complete cost estimate is included
under Task 7 for the selected dryer.)
Exhibit A Phanner Engineering
Scope of Work 8 ' P a e
The Consultant will facilitate a proposal review and equipment selection meeting with the City.
The Consultant will then summarize the results of the project team's review of the proposals via
a memorandum to document the decision making process.
This scope is limited to Consultant evaluation of up to four dryer alternatives as they are
specifically described in qualified competing proposals from the dryer vendors. This task does
not include consideration of other treatment processes or plant upgrades, alternative equipment
procurement methods, inclusion of energy recovery equipment, or engineering analysis to
optimize the proposals.
Deliverables:
• Draft RFP and meeting with City to review this draft
• Final RFP
• Addenda
• Memorandum summarizing the review and engineering analysis of submitted proposals,
how the proposals compared to evaluation criteria set forth in the RFP, and reporting the final
team scoring of received proposals; meeting with City on same.
City Responsibilities:
• Provide input on desired dryer process characteristics and RFP evaluation criteria
• Provide cake samples and/or lab analysis data on cake to quantify key parameters
• Provide the boiler plate section and city legal review of the RFP prior to issuance
• Provide guidance on preferences for items that may influence cost differences between
the alternatives (e.g. architecture type of pre-engineered vs. stick built).
• Conduct the RFP advertising and receiving process; distribute copies of the received
proposals
• Staff review the received proposals and provide feedback in team setting
Task 7 — Preliminary Design for Selected Dryer
Work completed under this subtask includes preliminary design of facilities needed to support
the dryer selected by the City under Task 6. This scope of work is considered about a 10% level
of design for the complete facility.
The Consultant will update the heat and material balances around the dryer and add specificity to
the process flow schematics for the selected dryer. Preliminary equipment sizing information
and preliminary process flow schematics for the main supporting systems (e.g., solids
conveyance systems, biogas and natural gas supply, air supply, water, odor control, chemical
handling, dryer exhaust, heat recovery) will be provided. Means to optimize the selected drying
process and/or facilities layout for operational efficiency (e.g., heat recovery, ease of operations)
will be evaluated under this task.
Exhibit A Pharmer Engineering
Scope of VVork 9 Page
The Consultant will prepare conceptual plan drawings showing how the dryer building will
layout within the existing site. Building dimensions for the Dryer Building and other structures
will be shown in preliminary plan based on the dryer vendor-supplied information and the City's
expressed architectural preferences. Structural and HVAC plans, elevations, and architectural
renderings for the dryer building, mechanical drawings, and specifications would not be included
at this level of design however a draft drawing and specification list would be prepared, The
Consultant will provide an opinion of probable cost for all capital improvements associated with
the biosolids dryer construction project.
Deliverables.
• Technical memo summarizing the basis for design for the selected dryer. Contents to
include:
o Preliminary process flow schematics
o Preliminary equipment sizing information
o Site layout plan
o Draft drawing list and list of specifications expected for construction
• Opinion of probable cost for project capital improvements (including selected dryer package)
• Report section formatted for the PDR
City Responsibilities:
• Provide as-built drawings and autocadd drawings of existing facility
• Provide guidance on the City's preferences for all facilities
• Provide feedback on information circulated during meetings
Task 8 — Produce and Present Final Preliminary Design Report
The Consultant will prepare a draft Preliminary Design Report (PDR) summarizing the findings
and conclusions of Tasks 1 through 7. The report will include planning level cost estimates for
recommended improvements and a recommended implementation schedule for capital
improvements. The expected outline of the PDR is:
Section 1: Project Scope and Background
Section 2: Current and Future Sources and Quantities of Biosolids
Section 3: Available Dryer Technologies
Section 4: Applicable Regulatory Requirements
Section 5: Market Analysis for Class A, Exceptional Quality Biosolids
Section 6: Evaluation of Biosolids Dryer Alternatives
Section 7: Preliminary Facilities Design for Selected Drier
The City will review the draft report and provide comments to the Consultant for incorporation
into the final PDR. The Consultant will address outstanding items and will meet with the city or
to discuss comments via conference call. After comments are addressed, a final PDR will be
Exhibit A Pharmer Engineering
Scope of Work 10IPage
delivered to the City. This document creates the foundation for final design and equipment
procurement.
Deliverables:
• 5 hardcopies and 5 electronic copies (PDF format on CD) of both the draft and final PDR
City Responsibilities:
• Review draft report and provide comments
• Collect all comments into a single list of items or into one copy of the report
Task 9 —Procurement of Selected Dryer Vendor Package
As previously described, this scope assumes that it is the City's intent to pre-purchase a dryer as
a vendor supplied package prior to initiating final engineering design and then later assign this
city-vendor contract to a general construction contractor who will be selected via a traditional
bidding process. The City competitively selected a preferred dryer vendor under Task 6. Under
this Task 9, the Consultant will assist the city to negotiate a final contract with that supplier.
Engineering support is usually needed to coordinate vendor packages with an associated
construction contract and general contractor. Engineering calculations, drawings, and other
details will be provided by the Consultant to the dryer supplier in order to support execution of a
city-supplier pre-purchase contract. Because the extent of this work is currently unknown, the
project budget offers an allowance for vendor coordination by the Consultant. Additional
support beyond this allowance can be provided via amendment and/or during preparation of final
construction documents.
Deliverables.
• Drawings from the PDR
• One-line electrical diagram
• Dryer Specification
• Division 0 and l Specifications for contractual and procedural purposes
• Support Technical Specifications
Boiler plate contract documents will not he included. It is assumed that the City's will prepare
its front end documents and provide contracting activities to complete contract execution
between the City and the Dryer vendor.
Exhibit A Pharmer Engineering
Scope of Work II Page
Suggested List of Meetings
In- Conference
Meeting Purpose person Call
Project Kick-Off X
Project Quality Management X
Market Survey Planning Meeting X
Project Progress X
Meet with WDOE X
Project Progress X
Market Assessment Field Work (2-day) X
Screening Workshop X
Procurement Discussion X
Market Analysis Results X
Project Progress X
Review of the Draft RFP X
Review/Analysis of Proposals X
Project Progress X
Review of Draft PDR X
Pre-Purchase Contract Coordination X
Project Progress X
Vendor Negotiations X
Project Progress X
Exhibit A Pharmer Engineering
Scope of Work 121Page
Exhibit "B"
Pharmer Engineering, LLC
Schedule of Hourly Rates
2013
Employee Classification Hourly Rate (USD$)
Engineer /Specialist VI $179.00
Engineer /Specialist V $162.00
Engineer /Specialist IV $146.00
Engineer /Specialist III $125.00
Engineer /Specialist II $115.00
Engineer /Specialist I $106.00
Technician /IT Manager IV $130.00
Technician III $90.00
Technician II $74.00
Construction Inspector III $85.00
Construction Manager IV $108.00
Engineering Summer Intern $35.00
Administrative Assistance $70.00
CDM SMITH
SCHEDULE OF HOURLY RATES
January 2013
Categories Hourly Rate (USD$)
Engineers /Scientists /Planners:
Grade 1 130.00
Grade 2 140.00
Grade 3 150.00
Grade 4 160.00
Grade 5 170.00
Grade 6 180.00
Grade 7 190.00
Principal /Grade 8 200.00
Associate /Grade 9 220.00
Vice President 250.00
Sr. Vice President 285.00
Support Service:
Designer Drafter 1 80.00
Designer Drafter 2 90.00
Designer Drafter 3 100.00
Designer Drafter 4 &5 120.00
Designer Drafter 6 130.00
Designer Drafter 7 140.00
Designer Drafter 8 150.00
Administrative Manager 100.00
Administrative Assistant /Word Processor 90.00
Regional Financial Manager 150.00
Financial Manager 120.00
Project Assistant 110.00
Contract Administrator 110.00
Finance Assistant 80.00
CDM Smith RATES 2013.doc
ESTIMATED PROJECT SCHEDULE
Task Name Start Finish
Task 1- Project Management Tue 2/5/13 Mon 4/27/15
Notice to Proceed Wed 3/6/13 Wed 3/6/13
Execute subcontracts Wed 3/6/13 Fri 3/15/13
Kick -Off Meeting / PQM Wed 3/27/13 Wed 3/27/13
Prepare Work Plan, Communication List, Eval Criteria, Preferences Thu 3/28/13 Tue 4/16/13
Memo Summarizing Kick -Off Decisions Tue 4/16/13 Tue 4/16/13
Progress Calls Thu 3/21/13 Mon 5/25/15
Task 2- Plant Mass Balance Tue 3/19/13 Fri 4/26/13
Submit Data Request to City Tue 3/19/13 Tue 3/19/13
Biosolids Lab Analysis Wed 3/20/13 Tue 4/2/13
Receive Information Tue 4/2/13 Tue 4/2/13
Run Calculations Wed 4/17/13 Fri 4/26/13
Task 3 - Market Analysis Tue 4/2/13 Tue 5/21/13
Landholder list provided by City Tue 4/2/13 Tue 4/2/13
Background Research Wed 4/3/13 Thu 4/11/13
Develop Survey Fri 4/12/13 Thu 4/25/13
Local Market Interview Fri 4/26/13 Tue 4/30/13
Draft Tech memo Wed 5/1/13 Tue 5/21/13
Market Analysis Presentation Tue 5/21/13 Tue 5/21/13
Task 4 - Screening Wed 4/17/13 Tue 5/21/13
Prepare Fact Sheets Wed 4/17/13 Wed 5/15/13
Screening Workshop Tue 5/21/13 Tue 5/21/13
Task 5 - Review Regulatory Wed 4/17/13 Tue 5/21/13
Background Research Wed 4/17/13 Fri 4/26/13
WDOE Meeting Tue 5/21/13 Tue 5/21/13
Task 6 - D &E Dryer Alternatives Wed 5/22/13 Mon 10/7/13
Prepare Draft RFP Wed 5/22/13 Thu 6/20/13
City Reviews Draft RFP Fri 6/21/13 Fri 7/5/13
Meet to Review Draft RFP Fri 7/5/13 Fri 7/5/13
Finalize RFP Mon 7/8/13 Thu 7/25/13
RFP Issued Thu 7/25/13 Thu 7/25/13
Qualifications Due Fri 7/26/13 Thu 8/8/13
Qualitifed Proposers Listed Fri 8/9/13 Thu 8/15/13
Proposals Due Fri 8/16/13 Thu 8/29/13
Review Period Fri 8/30/13 Mon 9/30/13
Proposal Review Meeting Mon 9/30/13 Mon 9/30/13
Dryer Selection Memo Issued Mon 10/7/13 Mon 10/7/13
Task 7 Predesign Selected Dryer Tue 10/8/13 Tue 12/3/13
Facility Flows & Equip. Sizing Tue 10/8/13 Mon 10/21/13
CADD drawings Tue 10/22/13 Mon 11/4/13
Prepare Capital Cost Estimate Tue 11/5/13 Tue 11/19/13
Draft List of Drawings & Specs Tue 11/5/13 Fri 11/8/13
Tech Memo on Selected Dryer Tue 11/19/13 Tue 11/19/13
City Review and Comment Wed 11/20/13 Tue 12/3/13
Task 8 - PDR Wed 12/4/13 Wed 1/8/14
Prepare Draft PDR Wed 12/4/13 Tue 12/17/13
Draft PDF Delivered Tue 12/17/13 Tue 12/17/13
Review by City Wed 12/18/13 Wed 1/1/14
Incorporate Comments Thu 1/2/14 Wed 1/8/14
Final PDR Issued Wed 1/8/14 Wed 1/8/14
Task 9 - Procurement of Selected Dryer Thu 10/10/13 Fri 12/13/13
Meet with Selected Vendor Thu 10/10/13 Thu 10/10/13
Prepare Drawings and Specs Fri 10/11/13 Fri 11/22/13
Draft Procurement Contract Delivered Fri 11/22/13 Fri 11/22/13
Contract Processing by City Mon 11/25/13 Fri 12/13/13
Procurement Contract Awarded Fri 12/13/13 Fri 12/13/13
Future Tasks Wed 1/1/14 Wed 5/6/15
A/E Contract Amendment Wed 1/1/14 Wed 1/1/14
Final Design Thu 1/2/14 Wed 4/23/14
Construction bidding Thu 4/24/14 Wed 6/4/14
Construction Award Wed 6/4/14 Wed 6/4/14
Construction Period Thu 6/5/14 Wed 5/6/15
Dryer Equipment Delivery Wed 10/22/14 Wed 10/22/14