Loading...
HomeMy WebLinkAboutR-2010-085 Pharmer Engineering AgreementRESOLUTION NO. R-2010-85 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 services 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 6th day of July, 2010. ATTEST: Micah Cawley, Maor g- 20/O.-SS— CITY O/O-SS CITY OF YAKIMA AND PHARMER ENGINEERING PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the. "City"), and Pharmer Engineering L.L.C., a company licensed to do business in Washington (hereinafter the "Engineer"). WHEREAS, the City desires to retain the 'Engineer to provide planning, engineering, design and construction support services for additions and modifications to the City of Yakima Regional Wastewater Treatment Plant.(YRWWTP) 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 operatioh, 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. Page 2 of 8 City of Yakima and Pharmer Engineenng 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 4 of 8 City of Yakima and Pharmer Engineenng 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 ito 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 dearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VII or higher in Best's Guide. If the policy is on a claim made basis, the retroactive date of the insurance policy shall be on or before the date this contract is executed by both parties hereto, or shall provide full prior acts coverage. The insurance coverage or substantially identical coverage sufficient to fully satisfy these requirements shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. Page 5of8 City of Yakima and Pharmer Engineenng 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. Page 6 of 8 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. Page 7 of 8 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 By: R. A. Zais, Jr., City Manager Date: % A EST: 7/ o AO & Deborah Kloster, City lerk City Contract No. Page 8of8 City of Yakima and Pharmer Engineering Professional Services Agreement PHARMER ENGINEERING Date: 7 /1/6 . 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 WWTP 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 1 Task1 - Prepare a plant mass balance. Develop for current base conditions at the WVVTF 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 EXHIBIT B Pharmer Engineering - Level of Effort Breakdown Wastewater Treatment Consulting Services City of Yakima, Washington Work Package / Task Pharmer Engineering Subcontractors: Bob Pharmer, P.E. (ID) $165 Hours Dan Barbeau, P.E. (ID) $145 Hours Cart Hipwell, P.E. (ID, WA) $145 Hours Josh -Reed, E.I.T. $94 Hours Jesse Neilson; P.E. (UT) S102 Hours Jim Hunt $116 Hours Admin Lisa Martin / Linda Montgo mery $63 Hours Tamarack Grove Misc. ODCs and Travel Total Hours Task Totals Brian Slelaff, P.E. (ID, WA) $116 Hours Designer 570 Hours 0 Project Management 8 4 0 0 12 $1,412 WP1 Struvite recovery system Implementation project elements 6 6 24 8 16 36 0 4 0 8 0 96 16 27 46 264 24 25 12 --_— - • 62 16 _$78,154 -_ -------.----- ---- - ----.------ -- --- — 1 Concept Design. Develop prelimmary_conceptual design. Review Meeting $1,000 2 Cost Estimates. Finalize the conceptual design and develop cost estimates for equipment installation and O&M, including chemical costs, based on the agreed upon design criteria 1 6 4 12 16 12 8 32 0 12 0 4 0 2 0 40 0 1 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 W /TP SCADA system. 0 32 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. 60 16 80 Review Meetings / Structural Site Review 8 8 0 0 8 $1,500 5 Procurement Assistance. Assist City staff with requests for 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 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. 1 0 0 20 6 24 4 4 30 0 0 0 0 2 0 0 0 __ 8 0 0 0 $1,000 7 SDC. 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 Site Visit 8 8 -- 0 0 Site Visit 8 8 0 0 51,000 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: Bob Pharmer, P.E. (ID) $155 Hours Dan Barbeau, P.E. (ID) 5145 Hours Carl Hlpwell, P.E. (ID, WA) $145 Hours Josh Reed, E.I.T. $94 Hours Jesse Neilson, P.E. (UT) $102 Hours Jim Hunt $116 Hours Admin Lisa Martin / Linda Montgo men/ $63 Hours Tamarack Grove Designer $70 Hours Misc. ODCs and Travel Total Hours Task Totals Brian Sielaff, P.E. (ID, WA) $115 Hours WP2 Capacity, Biogas, Biosollds Analyses 0 $1,500 552 $71,024 1 Prepare a plant mass balance. 2 8 36 0 Review Meetings 12 12 12 0 2 Plant Capacity Assessment. 4 6 24 0 3 Anaerobic Pretreatment Feasibility Evaluation 20 6 40 12 16 40 12 40 12 0 0 0 0 0 3 Biogas Production. 4 Existing Heat Demands. 4 16 8 0 0 5 Uses of Excess Dgster Gas. 16 4 48 12 — 44 32 12 12 6 7 Technical Memorandum 0 0 $1,500 Review Meetings 12 12 0 0 WP3 Provide support as needed to City staff and d the City's Review Meetings 0 0 0 $1,000 $1,000 16 108 16 242 $49'184 8 8 0 1 Facility Plan Amendment and Implementation Assistance. Assist with updating cost estimates and prioritization of the elements of the capital improvements plan in the 2004 Facilities Plan. 10 40 24 24 0 10 0 0 Review Meetings 8 8 0 0 2 Other Facility Plan Update Activities.Other support to City staff and City consultants in updating the 2004 Facilities Plan. 40 40 40 42 50 30 0 0 WP4 Additional Services $0 Total„*q,>;: c4zi::=,ek...rac`'aTAcs:,s-:t..;,.-:,..-1n:?::xr,2,`,z=1Wa4"u. Tft��94aist a_.Y' - .,41,1 iitiri+`1 Phamer LOE Breakdown / City of Yakima, Washington Page 2 of 2 6/11/2010 • • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. fc 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: 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. • •