HomeMy WebLinkAbout2012-004 WORK ORDER NUMBER
This Work Order Number _ 1 _ is entered into as of this 10th day of
January 2012_ pursuant to that certain Continuing Contract Agreement for
Professional Services entered into as of November 15 , 2011 , (the "Agreement' ) by and
between INDIAN RIVER COUNTY , a political subdivision of the State of Florida
(" COUNTY") and KIMLEY- HORN AND ASSOCIATES , INC . ( " CONSULTANT" ) ,
The COUNTY has selected the Consultant to perform the professional services set
forth on Exhibit 1 ( Scope of Work ) , attached to this Work Order and made part hereof by
this reference . The professional services will be performed by the Consultant for the fee
schedule set forth in Exhibit 1 ( Fee Schedule ) , attached to this Work. Order and made a
part hereof by this reference . The Consultant will perform the professional services within
the timeframe more particularly set forth in Exhibit 1 (Time Schedule ) , attached to this
Work Order and made a part hereof by this reference all in accordance with the terms and
provisions set forth in the Agreement . Pursuant to paragraph 1 . 4 of the Agreement ,
nothing contained in any Work Order shall conflict with the terms of the Agreement and the
terms of the Agreement shall be deemed to be incorporated in each individual Work Order
as if fully set forth herein ,
IN WITNESS WHEREOF , the parties hereto have executed this Work Order as of
the date first written above .
CONSULTANT : BOARD OF COUNTY COMMISSIONERS
KIMLEY- HORN AND ASSOCIATES , OF INDIAN RIVER COUNTY
INC .
ievin
By : BSchanen , P . E,eo,4�pMMlss� Ga C . Wheeler , Chairman
Title : Vice President �Jd e • ��F
• o
QC Approved Date : January 10 , 2012
Att0st : J . K . Barton , Clerk of Court
go
�ti9 go y
�bryFR co *too Deputy Clerk
b
Mb wpu iMuuN �C
Approved :
CO Y41 rtTjor
seph A aird , County Admiriistrator
l Afpproved Ttorm and egal sufficiency :
Alan Pol4ekwich , County Attorney
r
EXHIBIT # 1
Work Order Number 1
Membrane Replacement for RO Skids # 1 and #2 and
Product Water Quality Evaluation
North ( Hobart) RO Water Treatment Plant
Proiect Understanding
The existing membranes on skids # 1 and #2 at the Hobart water treatment plant are nearly 13
years old and should be considered for replacement . The existing skids are a 32x16 two-stage
array consisting of 288 � 8 -inch diameter membrane elements each. Replacement will consist of
removal and disposal of the existing elements , swabbing/cleaning of the existing pressure vessels ,
disinfection of RO skid product piping, installation of new membrane elements , flushing, and
startup and testing of new membranes. The work will be performed by an original equipment
manufacturer (OEM) who has experience performing this type of work. The work will be
publicly advertised for bidding through Indian River County ( IRC) purchasing department .
This work order will also consist of evaluating the impact of membrane selection on the finish
water quality of each of the RO plants (North Hobart and South Oslo Rd) and evaluation of
alternative finish water stabilization techniques . Based on technical reports from Carollo
prepared in May 2006 and February 2011 , the finish water at both facilities exhibits scaling and
corrosive tendencies which warrant further consideration. Improvement to finish water quality
through increased hardness and alkalinity techniques is recommended and will be evaluated as
part of this work order .
SCOPE OF SERVICES
The following scope will consist of finish water quality evaluation and a two-phase membrane
replacement program.
MEMBRANE EVALUATION
The first phase will be conducted to determine if membrane replacement is determined to be
reasonably necessary . If the results of Phase I indicate membrane replacement is recommended,
then the Phase 2 scope of services will be performed to replace membranes . Phase 1 will consist
of reviewing the existing plant operating information. Phase 2 will consist of preparation of final
membrane replacement scope of work, bidding phase , and observation of installation and
implementation of membrane replacement .
Task 1 — Review Performance of Existing RO Membranes
Initial review of some of the plant operating data suggests the older membranes provide better or
lower permeate conductivity water, but at a higher operating feedpressure . There also appears to
be a few anomalies between the older and newer RO skids in terms of performance consisting of
overall rejection , feed pressure , pressue drop (dP ) across the RO skid membranes , and profile
K :AWPB_Civil\General\Miller\Indian River County\Hobart Membrane Replacement rev3 with FW Stabilization . docxPage I of 4
data .
Consultant will collect information and review documentation furnished by IRCU staff,
consisting of skid operating historical data, membrane projections , projected and actual water
quality data , and membrane specifications .
Consultant will conduct a three day review of the two existing RO skids and two of the newer RO
skids , consisting of collection of profile data , reviewing calibration and performance data on the
flow meters ( orifice plates with pressure transmitters) , witness flow meter verification against
clearwell fill rates and feedwater pump performance, review flow meter installations , startup
membrane performance data, and historical trend data which may be available . Owner shall
furnish startup data, shop drawings and cut-sheets of equipment installed , and calibration data of
flow meters and conductivity transmitters .
Consultant will discuss with Dow Filmtec the membrane performance differences observed
between the older and newer membranes .
Consultant will prepare a summary of findings and provide a recommendation of the next course
of action beyond what is listed in phase 2 , if any, to take. Consultant will provide these
recommendations in writing and attend one meeting to discuss findings .
FINISH WATER STABILIZATION EVALUATION
Task 2 — Evaluate Finish Water Stabilization Techniques
Consultant will review reports and historical information (Carollo Reports May 2006 , Feb 2011 ,
AWC SEM & FT - IR Nov 2011 Report) on corrosion issues related to both the North and South
RO water plants .
Consultant will meet with IRC Utilities staff to define finish water quality goals which are
consistent and aligned with finish water stabilization techniques . Table 2 of the May 2006
Carollo report will be used as the basis for this task.
Consultant will evaluate alternative membranes which may provide enhanced permeate alkalinity
and hardness . Consultant will evaluate membrane selection with up to two membrane suppliers .
Consultant will evaluate two (2 ) finish water stabilization techniques to enhance both hardness
and alkalinity . Consultant will define the elements of each , advantages and disadvantages of
each, and opinions of cost to implement at each facility and provide a sununary table of these
alternatives .
Consultant will evaluate a reduction in blend ratios which will affect product water quality . A
reduction in blending of raw water may be needed to achieve a reduction in finish water system
THM/HAA ' s that are consistent with IRCU ' s stage 2 disinfection byproduct study . Since a
reduction in blend ratios will affect plant capacities , blend ratios reductions will only be evaluated
to the extent of increasing RO production or recovery to offset these reductions .
Consultant will prepare a summary report of our findings , submit electronic copies to IRCU staff
for review, and attend one meeting to discuss these findings .
K :AWPB Civil\Genera]\Miller\Indian River County\Hobart Membrane Replacement rev3 with FW Stabilization . doexPage 2 of 4
PHASE 2 — MEMBRANE REPLACEMENT
Task 3 — Prepare Scope of Work
Consultant will utilize electronic file of draft scope prepared by IRCU staff as a basis for
preparing technical specifications for membrane replacement . Consultant will finalize membrane
replacement specification and prepare scope of work as described in project understanding .
Consultant will review scope of work and technical specifications with Owner and identify
specific areas in the proposed work, which might be of interest to IRCU staff.
It is assumed that a permit is not required to replace membranes and that only a notification to the
DEP agency is required prior to commencement of their replacement , per FDEP 62 -555 . 520 .
Consultant will prepare and submit a notification letter to FDEP .
Task 4 — Bidding Phase
Consultant will prepare electronic copy of document for IRC purchasing department to be utilized
for bidding purposes . It is assumed that only text files will be used and no CADD drawings will
be produced. IRC purchasing department will advertise and administer the procurement of the
bidding and respond to potential bidder questions . The Consultant will respond to OEM
questions and prepare an addendum, if required, which will be distributed to all the contract
document holders by IRC purchasing dept .
Consultant will review bids , provide a summary of comments , and a letter that identifies the
lowest responsive , responsible bidder.
Task 5 — Observation and Startup
Consultant will attend a pre-work meeting with the selected OEM and IRCU staff to discuss the
scheduling and scope of work the OEM will perform.
Consultant will review submittals on membrane elements and respond to OEM and IRCU staff
with comments .
Consultant will provide up to two days of on-site observations of membrane installation in an
effort to track and monitor loading of the membrane elements .
Consultant will provide up to two days of startup observations , consisting; of review of profile
data , membrane system performance, and water quality test results in order to determine if
membrane performance meets the technical specifications .
TIME SCHEDULE
Consultant will conduct Task 1 and 2 within 4 -6 weeks from notice to proceed. Consultant will
prepare final specifications (Task 3 ) within three (3 ) weeks of notice to proceed. Assuming
bidding phase is up to 4 — 6 weeks , it is assumed that Task 5 can be completed within 4 - 6 weeks
after OEM selection.
K :\WPB-Civil\General \Miller\lndian River County\Hobart Membrane Replacement rev3 with FW Stabilization . doexPage 3 of 4
FEESCHEDULE
We will provide these services in accordance with our Continuing Services Contract Agreement
for Professional Services dated November 15 , 2011 , with Indian River County .
The Consultant will provide professional services for Task 1 through Task 4 on a lump sum fee
basis as follows :
Task No . Task Task Fee
PHASE 1
Task 1 Review Existing Performance $ 89800
Task 2 Evaluate Finish Water Stabilization Techniques $ 17 ,000
PHASE 2
Task 3 Prepare Scope of Work $ 49500
Task 4 Bidding Phase $ 49000
Task 5 Observation and Startup $ 89000
Total Lump Sum Fee = $ 42 ,300
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project , but may be
required depending on circumstances that may arise during the execution of this project.
Additional services include, but may not be limited to the following :
• Design drawings of any modification to the RO skids
• Permit applications for any plant component additions which may be necessary .
K :AWPD_Civil\General\Miller\Indian River County\Hobart Membrane Replacement rev3 with FW Stabilization . docxPage 4 of 4