HomeMy WebLinkAbout07/06/2010 08 Pharmer Engineering Agreement BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. f
For Meeting Of 07/06/10
ITEM TITLE: Request approval of a resolution authorizing the City Manager to execute an
agreement with Pharmer Engineering and the City of Yakima.
SUBMITTED BY: Dave Zabel!, Assistant City Manager
Scott Schafer, Wastewater Manager
Max Linden, Utility Engineer
CONTACT PERSON /TELEPHONE: Max Linden /575 -6077
SUMMARY EXPLANATION:
The City has mandatory planning, coordination, process analysis and implementation
responsibilities in order to address regulatory requirements including the design and
construction related services for a crystallization reactor for removal of phosphorus from
biosolids dewatering, capacity analysis for biogas utilization needs, and Facility plan cost
estimate and prioritization assistance. A Professional Licensed Engineer is required by the
State of Washington to perform these services, with services not to exceed $200,000.
•
The updating of the WWTP Facilities Plan is required as a part of the renewal of the City's
Wastewater NPDES permit. Updating this plan will allow for the estimate of current and future
costs associated with mandatory and growth related wastewater issues, thus providing better
development of planning priorities. Updating is also required to apply for financial assistance
from the Dept. of Ecology and the Public Works Trust Fund Board. Pharmer Engineering will
provide the required assistance to identify and estimate these costs.
(...continued on next page)
Resolution X Ordinance — Other (Specify) to authorize use of budgeted funds for Phase One
WWTP Improvements
Contract -- Mail to (name and address):
Funding Source WW Facilities Project (478 Fund) Budgeted
APPROVED FOR SUBMITTAL �.
City Manager
STAFF RECOMMENDATION: Staff respectfully requests City Council approve the resolution.
BOARD /COMMISSION RECOMMENDATION:
41) COUNCIL ACTION:
Page 1
(...continued from front page 1)
The contract scope includes implementation of cost effective near term WWTP modifications
which recognized by the Department of Ecology as pre - implementation of nutrient standards for
phosphorous and nitrogen. The Department of Ecology's TMDL is part of this, while at the
same time, addressing current operational problems including those related to seasonal
treatment of high strength industrial wastewater and struvite precipitation which currently clogs
digested sludge and centrate piping.
Exhibit "A" of the Agreement describes the scope of work in more detail.
•
Page 2.
• RESOLUTION NO. R -2010-
A RESOLUTION authorizing the City manager to execute an agreement with Pharmer
Engineering and the City of Yakima to provide wastewaster engineering
services for the Wastewater Division a copy of which is attached hereto
WHEREAS, the City of Yakima owns and operates wastewater collection and treatment
facilities in accord with applicable Federal, State and Local regulations; and
WHEREAS, mandatory planning, coordination, process analysis and implementation is
required to address regulatory requirements; and
WHEREAS, professional wastewater engineering services are required for
environmental mandates, community growth, replacement needs, and operational efficiencies;
and
WHEREAS, conceptual and pre design development, detailed design, implementation,
bid and construction related services along with other engineering assistance is required to
comply with mandated requirements; and
WHEREAS, with the addition of these mandated requirements, use of budgeted funding
is required to continue with current efforts to address these issues; and
® WHEREAS, the state of Washington requires performance of these services by a
Professional Licensed Engineer, and
WHEREAS, the City has completed the process of competitively selecting professional
engineering services by virtue of qualifications in compliance with applicable State requirements
for acquisition of professional services; and
WHEREAS, Pharmer Engineering has been selected to provide professional wastewater
engineering services to the City of Yakima Wastewater division, now therefore;
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized and directed to execute the attached
professional engineering services agreement with Pharmer Engineering to provide wastewaster
engineering service's for the Wastewater Division a copy of which Exhibit "A" of the 2010
agreement is attached hereto and by reference made a part hereof.
ADOPTED BY THE CITY COUNCIL this 6 day of July, 2010.
Micah Cawley, Mayor
ATTEST:
City Clerk
•
•
CITY OF YAKIMA AND PHARMER ENGINEERING
PROFESSIONAL SERVICES AGREEMENT
THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement ") is
made and entered into by and between the City of Yakima, a Washington municipal
corporation (hereinafter the "City "), and. Pharmer Engineering L.L.C., a company
licensed to do business in Washington (hereinafter the "Engineer ").
WHEREAS, the City desires to retain the Engineer to provide planning,
engineering, design and construction support services for additions and modifications to
the City of Yakima Regional Wastewater Treatment Plant (YRWVVTP) 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, referred to
as Basic Services, related to planning, design and construction oversight for- a
crystallization reactor for removal of phosphorus in the form of struvite from the digested
• biosolids dewatering centrifuge side stream. The scope of engineering services shall
also include a preliminary assessment of alternatives for handling high strength industrial
wastewater which is currently combined with the domestic wastewater for treatment in
the Yakima Regional Wastewater Treatment Plant (YRWWTP). The scope of work shall
also include other engineering services in support of ongoing WWTP facilities planning
conducted by City staff and the City's other engineering consultants. The scope of
services is described in more detail in Exhibit "A" attached and incorporated by this
reference. The City will direct the Engineer when to proceed with each Phase of the
scope of work.
2. Additional Services.
a. The City and Engineer agree that not all services performed by the Engineer
can be defined in detail at the time this Agreement is executed and that Additional
Services not covered in Exhibit "A" may be needed during performance of the
Agreement. City may, at any time, by written order, direct Engineer to revise portions of
Basic Services previously completed in a satisfactory manner, delete portions of Basic
Services, suspend Basic Services, terminate Basic Services or request that Engineer
perform Additional Services beyond the scope of Basic Services. Such changes
hereinafter shall be referred to as "Additional Services ".
b. If such Additional Services cause an increase or decrease in Engineer's cost
of, or time required for, performance of any services under this Agreement, a contract
price and /or completion time adjustment pursuant to this Agreement may be made and
this Agreement may be modified in writing accordingly.
• Page 1 of 8
City of Yakima and Pharmer Engineering •
Professional Services Agreement
c. Compensation for each such request for. Additional Services will be
negotiated by the City and the Engineer according to the provisions set forth in Section
3. Engineer shall not perform any Additional Services until authorized by City in writing.
Once so authorized, such Additional Services shall be considered part of Basic Services.
If mutual agreement on compensation or time adjustment cannot be 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 A. When directed by the City, the Engineer shall
proceed in a timely and diligent manner to provide all services required hereunder.
•
4. Consideration.
a. The City shall pay the Engineer for basic services described in Exhibit A, in
accordance with the payment schedule set forth in Exhibit "B ", based on the Engineer's
direct salaries plus Direct Expenses, plus applicable sales, use, value added, business
transfer, gross receipts or other similar taxes. Direct salaries are the amount of wages
or salaries paid Engineer's employees for basic services directly performed and
described in Exhibit A, exclusive of all payroll related taxes, payments, premiums and
benefits. Direct salaries may be increased once on an annual basis. Unless the parties
otherwise modify this Agreement, the total compensation paid to the Engineer for all
services provided under this Agreement shall not exceed Two Hundred Thousand
Dollars ($200,000.00).
b. Direct Expenses are those necessary costs and charges incurred for Basic
Services including, but not limited to: (1) the direct costs of transportation, meals and
lodging; (2) insurance, letters of credit, bonds, and equipment and supplies, specific to
the Basic Services and approved in advance by the City; and (3) Engineer's direct costs
for subcontracted professional services, laboratory tests, analysis, printing and
reproduction services, and CADD services.
•
c. Travel costs, including transportation, lodging, subsistence and incidental
expenses incurred by employees of the Engineer and each of the Sub - consultants in
connection with Basic Services, shall be subject to the following;
1) That a Maximum of U.S. INTERNAL REVENUE SERVICE allowed cents
per mile will be paid for the operation, maintenance and depreciation
costs of company or individually owned vehicles for that portion of time
they are used for Basic Services. The Engineer, whenever possible, will
use the least expensive form of ground transportation.
Page2of8
City of Yakima and Pharmer Engineering
Professional Services Agreement
2) That reimbursement for meals inclusive of tips, shall not exceed a
maximum of $40 per day per person. This rate may be adjusted on a
yearly basis
3) Those accommodations shall be at a reasonably priced hotel /motel.
4) That air travel shall be by coach class, and shall be used only when
absolutely necessary.
d. Telephone charges, in -house computer charges, in -house reproduction
charges, first class postage, overnight mail and shipping and FAX charges are not
reimbursable Direct Expenses, but are considered fully reimbursed' as a part of
Subsection 5.1 Direct Salary factor.
e'. Professional Sub - Consultants. Professional Sub - consultants are those costs
for Engineering, management consulting, surveying, geotechnical services and similar
professional services approved in advance by the City. Reimbursement for Professional
Sub- consultants will . be on the basis of 1.10 times the actual costs billed by the
Professional Sub - consultant for services provided to the City through this Agreement.
f. The Engineer shall submit to the City monthly invoices itemizing tasks
accomplished and percent completed to date. Upon receipt of said monthly invoice, the
City shall make payment to the Engineer within thirty (30) calendar days; provided,
however,- that all payments are expressly conditioned upon the Engineer's performing
services that are satisfactory to the City.
g. The Engineer shall maintain adequate files and records to substantiate all
amounts itemized on the monthly invoices. In the event that either party exercises its
right to terminate this Agreement in accordance with Section 20, the Engineer shall be
compensated in accordance with the above terms for all satisfactory services provided to
the City up to the effective Agreement termination date.
5. Information Provided by the City. The Engineer shall provide guidance to the
City in determining the data required for purposes of the contemplated services. The
City agrees to use reasonable efforts to provide data and information specifically
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 and Pharmer Engineering •
Professional Services Agreement
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 U.S.C. § 12101 et seq. (ADA) and its
implementing regulations and Washington State's anti discrimination law as contained in
RCW Chapter 49.60 and its implementing regulations with regard to the activities and
services provided pursuant to this Agreement. The ADA provides comprehensive civil
rights to individuals with disabilities in the area of employment, public accommodations,
public transportation, state and local government services and telecommunications.
11. Compliance with Law. The Engineer agrees to perform those services under
and pursuant to this Agreement in full compliance with any and all applicable laws, rules,
and regulations adopted or promulgated by any governmental agency or regulatory
body, whether federal,•state, local or otherwise.
12. No Conflict of Interest. The Engineer covenants that neither it nor its
employees have any interest and shall not hereafter acquire any - interest, direct or
indirect, which would conflict in any manner or degree with the performance of this
Agreement. The Engineer further covenants that it will not hire anyone or any entity
having such a conflict of interest during the performance of this Agreement.
Page •
City of Yakima and Pharmer Engineering
Professional Services Agreement
• 13. No Insurance. It is understood the City does not maintain liability insurance for
the Engineer and its officers, directors, employees and agents.
14. Indemnification.
a. The Engineer agrees to hold harmless and indemnify the City, its elected and
appointed officials, officers, employees, agents and volunteers from and against any
actions, claims, liability, damages, judgments, costs of defense and expenses (including
reasonable attorney's fees) if judged as damages which result from or arise out of the
negligent acts, errors or emissions of the Engineer, its officers, agents, employees or
subcontractors in connection with or incidental to the performance or non - performance
of this Agreement.
b. The City agrees to hold harmless and indemnify the Engineer, its officers,
employees, and agents, from and against any and all suits, actions, claims, liability,
damages, judgments, costs of defense and expenses (including reasonable attorney's
fees) which result from or arise out of the negligence of the City, its officers, agents,
employees or subcontractors, in connection with or incidental to the performance or non-
performance of this Agreement.
c. In the event that both the Engineer and the City are negligent, each party
shall be liable for its contributory share of negligence for any resulting suits, actions,
claims, liability, damages, judgments, costs and expenses (including reasonable
attorney's fees).
d. The foregoing indemnity is specifically and expressly intended to constitute a
• waiver of the Engineer's immunity under Washington's Industrial Insurance Act, RCW
Title 51, as respects the other party only, and only to the extent necessary to provide the
indemnified party with a full and complete indemnity of claims made by the Engineer's
employees. The parties acknowledge that these provisions were specifically negotiated
and agreed upon by them.
e. Nothing contained in this Section or this Agreement shall be construed to
create a liability or,a right of indemnification in any third party.
f. This Section of the Agreement shall survive the term or expiration of this
Agreement and shall be binding on the parties to this Agreement.
15. Insurance Provided by Engineer.
a. Professional Liability Insurance. On or before the date this Agreement is fully
executed by the parties, the Engineer shall provide the City with a certificate of
insurance as evidence of professional liability coverage with a limit of at least Two Million
Dollars ($2,000,000.00) for each wrongful act and an annual aggregate limit of at least
Two Million Dollars ($2,000,000.00). The certificate shall clearly state who the provider
is, the amount of coverage, the policy number, and when the policy and provisions
• provided are in effect. The insurance shall be with an insurance company rated A -VII or
higher in Best's Guide. If the policy is on a claim made basis, the retroactive date of the
insurance policy shall be on or before the date this contract is executed by both parties
hereto, or shall provide full prior acts coverage. The insurance coverage or substantially •
identical coverage sufficient to fully satisfy these requirements shall remain in effect
during the term of this Agreement and for a minimum of three (3) years following the
40 termination of this Agreement.
Page 5 of 8
City of Yakima and Pharmer Engineering •
Professional Services Agreement
b. Commercial Liability Insurance. On or before the date this Agreement is fully
executed by the parties, the Engineer shall provide the City with a certificate of
insurance as proof of commercial liability insurance with a minimum liability limit of One
Million Dollars ($1,000,000.00) per occurrence /aggregate limit bodily injury and property
damage. The certificate shall clearly state who the provider is, the amount of coverage,
the policy number, and when the policy and provisions provided are in effect. Said
policy shall be in effect for. the duration of this Agreement. The policy shall name the
City, its elected officials, officers, agents, and employees as additional insured as to this
project only and shall contain a clause that the insurer will not cancel or reduce in limits
the insurance without first giving the City thirty (30) calendar days' prior written notice.
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.
Page6of8
City of Yakima and Pharmer Engineering
Professional Services Agreement
•
•
•
19. Dispute Resolution. The parties shall strive to resolve all conflicts through
negotiation in good faith as the preferred approach to dispute resolution and may
consider mediation, or other form of dispute resolution, as a supplement or alternative
where mutually agreed to by the Parties in =writing.
20. . Termination. Either party may terminate this Agreement at any. time, with or
without cause, by providing the other party with written notice of termination, ten (10)
calendar days prior to the termination date.
•
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: Max Linden, Utility Engineer
City of Yakima, Wastewater
2220 East Viola
Yakima, WA 98901
TO Engineer: Dan Barbeau
Pharmer Engineering
•
1998 W. Judith Lane
• Boise, Idaho 83705
or to such other addresses as the parties may hereafter designate in writing. Notices
and /or demands shall be sent by registered or certified mail, postage prepaid or hand
delivered. Such notices shall be deemed effective when mailed or hand delivered at the
addresses specified above.
23. Third Parties. The City and the Engineer are the only parties to this Agreement
and are the only parties entitled to enforce its terms. Nothing 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.
• Page7of8
City of Yakima and Pharmer Engineering
Professional Services Agreement
•
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.
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:
R. A. Zais, Jr., City Manager
Date: Date:
ATTEST:
•
Deborah Kloster, City Clerk
City Contract No.
•
•
City Resolution No.
•
•
•
•
•
•
•
Page 8 of 8
•
•
City of Yakima and Pharmer Engineering
Professional Services Agreement
• Exhibit "A"
, City of Yakima Waste Water Treatment Consulting Services
• Pharmer Engineering scope of work
WORK PACKAGE 1 - Struvite recovery system implementation project elements
BASIC SERVICES - The Engineer shall provide engineering services, related to planning,
design, and construction oversight for a crystallization reactor for removal of phosphorus in
the form of struvite from the digested biosolids dewatering centrifuge side stream.
•
Task 1- Develop preliminary conceptual design.
Task 2- Finalize the conceptual design and develop cost estimates for equipment
installation and O &M, including chemical costs, based on the agreed upon design
criteria.
Task 3 - Design development and detailed implementation plan:. Coordinate
structural, electrical, and mechanical design elements. Develop a detailed narrative
description of the process control algorithms and a list of the discrete and analog
• inputs to the control system PLC. In consultation with City staff and City consultants,
define how the struvite recovery control system will be integrated into the WVVTP
SCADA system.
• Task 4- Detailed Design: Develop the detailed structural and mechanical design for
the struvite recovery reactor facilities. Coordinate the process and mechanical design
with the electrical' power and control systems design to be provided by the City's
consultants. Coordinate with City staff and the City's consultants on the
specifications and procurement strategies for pumping equipment and
instrumentation system components. Develop design documents suitable for
solicitation of bids under the small works roster program. Included in this task will be
development of a request for cost proposals from any. vendor designed proprietary
struvite recovery systems.
Task 5 — Assist City staff with requests for bids from fabricators, contractors, vendors, .
and equipment suppliers for the Owner designed struvite recovery system option.
Task 6 — Review bid proposals, including any proposals received for vendor designed
proprietary struvite recovery systems, and assist City staff in making a determination
on the award of a contract for the installation of a system.
Task 7 - Construction related engineering services: Review of shop drawings provide
support to City staff during the installation of the struvite recovery system, by
telephone, email and site visits, as may be requested by City staff.
•
WORK PACKAGE 2 - Capacity, Biogas, Biosolids Analyses
BASIC SERVICES — Assist the City of Yakima by developing capacity analyses based on
mass loading criteria, an analysis • of biogas production, a biogas utilization needs
. assessment, and a planning level comparison of biosolids stabilization technologies for both •
combined and separate treatment of high strength industrial waste
40 '
. 1
•
Task1 — Prepare a plant mass balance. Develop for current base conditions at the
WWTF and calibrate so results match plant data as best as possible. Also develop
for peak of food process season. (Note that plant mass balances have a tendency to
over predict digested application based on annual 503 biosolids application reports.)
Task 2 — Plant Capacity Assessment. Use the plant mass balance for a planning
level capacity analysis of the WWTF. The product should be a conclusion on the safe
allocation the facility has for industrial input peaks.
Task 3 — Anaerobic Pretreatment Feasibility. Evaluation. A preliminary
assessment of alternatives for handling high strength industrial wastewater which is
currently being combined with the domestic wastewater for treatment in the Yakima
Regional Wastewater Treatment Plant (YRWWTP). A stand -alone technical memo
will be developed for this task.
Task 4 — Biogas Production. Use the plant mass balance to develop gas
production capabilities for the baseline condition as well as various alternative inputs
into existing anaerobic digesters. Also develop potential gas quantities that would
come from an industrial pretreatment facility.
' Task 5 — Existing Heat Demands. Develop a heat balance on the anaerobic
digestion system to develop the baseline need. Also include any other existing uses
of heat from the digestion system such as building heat throughout the plant or hot
water flushing elsewhere.
Task 6 — Uses of Excess Digester Gas. Use the excess gas calculated based on
Tasks 4 and 5 to develop alternative uses of any excess gas. The uses under
consideration will be cogeneration, additional building heat, sludge drying, and
additional heat for sludge heating for time /temperature treatment to meet Class A
biosolids alternatives.
Task 7 — Technical Memorandum. Write a technical memorandum summarizing
findings of each task above. Draft memo will be issued and discussed at a review
meeting. Comments and feedback from meeting will be used for final memorandum.
WORK PACKAGE 3 - Provide support as needed to City staff and the City's consultant
with tasks related to the update of the 2004 Wastewater Facilities Plan.
•
BASIC SERVICES - Assist the City of Yakima with upgrading the 2004 Wastewater facility
plan as needed.
Task 1 — Assist with updating cost estimates and prioritization of the elements of the
capital improvements plan in the 2004 Facilities Plan.
Task 2 — Other support to City staff and City consultants in updating the 2004
Facilities Plan.
WORK PACKAGE 4 - Additional Services
BASIC SERVICES - Additional services may be negotiated and mutually agreed to in
accordance with Article 2 of the Engineering Services Agreements. These services could
include, but may not be limited to a Facilities Plan amendment addressing alternatives for
separate treatment of high strength industrial wastewater, and design of some of the capital
improvements identified in the 2004 Facilities Plan and subsequent amendments.
2
•
i EXHI 0
B
Pharmer Engineering - Level of Effort Breakdown
•
. Wastewater Treatment Consulting Services •
City of Yakima, Washington
•
Work Package 1 Task Pharmer Engineering Subcontractors:
Admin Tamarack Grove
Bob Dan Carl Josh Jesse Jim Hunt Lisa Brian Designer Misc. Total Task Totals •
Pharmer, Barbeau, Hipwell, Reed, Neilson, Martin / Sielaff, P.E. ODCs Hours
P.E. (ID) P.E. (ID) P.E. E.I.T. P.E. (UT) Linda (ID, WA) and
•
(ID, WA) Montgo Travel
•
mery
$155 - $145 $145 $94 $102 $115 $63 $115 $70
Hours • Hours Hours Hours Hours Hours Hours Hours Hours
0 Project Management • 8 4 0 0 12 - $1,412
WP1 Struvite recovery system implementation project elements $78,154
1 Concept Design. Develop preliminary conceptual design. 8 . 24 16 '36 4 8 -0 96
Review Meeting 8 8 0 0 $1,000 16 .
2 Cost Estimates. Finalize the conceptual design and develop 1 12 • 12 0 0 2 0 27
cost estimates for equipment installation and O &M, including •
chemical costs; based on the agreed upon design criteria. -
3 Design development and detailed implementation plan: 6 16 8 12 4 0 0 46
' Coordinate structural, electrical, and mechanical design
elements. Develop a detailed narrative description of the
process control algorithms and a list of the discrete and analog .
.: inputs to the:control system PLC. In consultation with City staff
and City consultants, defihe how the struvite recovery control
system will be integrated into the WWTP SCADA system.
•
•
4 Detailed Design: Develop the detailed structural and 4 60 16 • 32 80 0 40 32 264
' mechanical design for the struvite recovery reactor facilities. -
' Coordinate the process and mechanical design with the
•
• electrical power and control systems design to be provided by
' the City's consultants. Coordinate with City staff and the City's .
•
consultants on the specifications and procurement strategies for
•
pumping equipment and instrumentation system components. .
•
Develop design documents suitable for solicitation of bids under .
the small works roster program. Included in this task will be
- development of a request for cost proposals from any vendor
designed proprietary struvite recovery systems. •
• • Review Meetings/ Structural Site Review . 8 8 0 0 . 8 $1,500 24
5 Procurement Assistance. Assist City staff with requests for 1 20 4 : 0 0. 0 0 25
bids from fabricators, contractors, vendors, and equipment .
suppliers for the Owner designed struvite recovery system '
•
option. .
6 Bid Review. Review bid proposals, including any proposals 0 '6 4 • 0 2 0 0 12
received for vendor designed proprietary struvite recovery
systems, and assist City staff in making a determination on the
award of a contract for the installation of a system. • • .
7 SDC. Construction related engineering services: Review of 0 24 30 0 0 8 0 62
shop drawings, provide support to City staff during the
installation of the struvite recovery system, by telephone, email •
and site visits, as may be requested by City staff •
Site Visit 8 8 0 0 $1,000 16
Site Visit 8 8 0 0 $1,000 16 •
•
' Phamer LOE Breakdown / .
City of Yakima, Washington Page 1 of 2 6/11/2010
•
•
•
EXHIBIT B
•
Pharmer Engineering - Level of Effort Breakdown
Wastewater Treatment Consulting Services .
•
City of Yakima, Washington
Work Package / Task Pharmer Engineering Subcontractors:
Admin Tamarack Grove
Bob Dan Carl Josh Jesse Jim Hunt Lisa Brian Designer Misc. Total Task Totals
Pharmer, Barbeau, Hipwell, Reed, Neilson, Martin / Sielaff, P.E. ODCs Hours
P.E. (ID) P.E. (ID) P.E. E.I.T. P.E. (UT) Linda (ID, WA) and
(ID, WA) Montgo Travel
mery
• $155 $145 $145 $94 $102 $115 $63 $115 $70
Hours Hours Hours Hours Hours Hours Hours Hours Hours
WP2 Capacity, Biogas, Biosolids Analyses . 552 $71,024
1 Prepare a plant mass balance. 2 8 36 0 $1,500
Review Meetings 12 12 12 0 0
2 Plant Capacity Assessment. 4 6 • 24 0
3 Anaerobic Pretreatment Feasibility Evaluation 20 40 16 40 40 12 0
3 Biogas Production. 6 12 12 0 0 .
4 Existing Heat Demands. 4 16 8. 0 0
5 Uses of Excess Digester Gas. 16 48 44 0 0
7 Technical Memorandum 4 12 32 12 6 0 0
Review Meetings 12 12 12 0 0 $1,500
•
' WP3 Provide support as needed to City staff and the City's $49,184
Review Meetings 8 8 0 0 0 0 $1,000 • 16
1 Facility Plan Amendment and Implementation Assistance. 10 40 24 24 10 0 108
Assist with updating cost estimates and prioritization of the
elements of the capital improvements plan in the 2004 Facilities
' Plan.
Review Meetings 8 8 4 0 0 0 0 $1,000 16 -
2 . Other Facility Plan Update Activities.Other support to City 40 40 40 42 50 30 0 0 242
staff and City consultants in updating the 2004 Facilities Plan. ,
WP4 Additional Services $0
1 0 .
Totalt..w: f IZEM.., _EIINM?? wMMITME�'�c, NMESTWAM MI98f0 lif.0164 4.aw.zT2Mgg212 -_l X180.k.gg254..SM,.,.72 : <E h'i7.46624% ,. k232EM EtWiZt M2102%1 teR5199177!l�i O
•
•
Pha� reakdown /
City .a Washington • Page 400