Loading...
HomeMy WebLinkAbout2015-055F a` WORK ORDER NUMBER 1 Water Distribution System Water Quality and Corrosion Investigation This Work Order Number 1 is entered into as of thilOth day ofMarch , 2015, pursuant to that certain Continuing Contract Agreement for Professional Services, dated November 15, 2011, and that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of this 4th day of November, 2014 (collectively referred to as 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 A (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 B (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 A (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: Kimley-Horn and Associates, Inc. By: Title: Vice President BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY Wesley S. Davis , Chairman BCC Approved Date: March 10, 2015 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: alatr 1:,10.e-ent,0 l71 t7 - /) Approved: Approved as to form and legal sufficiency: Deputy Clerk /4/osePh A. Baird, County Admirtiistrator Ian T. Reingold, County Attorney EXHIBIT #A Work Order Number 1 Water Distribution System Water Quality and Corrosion Coupon Investigation PROJECT UNDERSTANDING Indian River County Utilities recently completed installation of two finish water stabilization projects at the North Hobart and South Oslo Rd water treatment plants. The systems installed utilize carbon dioxide (CO2) addition and lime slurry injection for purposes of increasing hardness and alkalinity of the drinking water. This system was installed as a replacement to the zinc orthophosphate corrosion inhibitor system and is intended to improve the scaling potential and reduce the corrosivity of the membrane treated finish water. There is a desire to conduct coupon testing and evaluate corrosion potential within the water distribution system to insure water quality remains consistent and non -corrosive throughout the entire distribution system. The following scope consists of conducting coupon testing and a corrosion investigation of the water distribution system at each of the two water treatment facilities. The phasing will include coupon testing with 1) the current water plant operation using lime and carbon dioxide with corrosion inhibitor, and 2) increased lime and carbon dioxide feed without corrosion inhibitor. SCOPE OF SERVICES TASK 1— Evaluate Distribution System Water Quality Consultant will review water system quality testing and coordinate with staff to collect available information regarding lead and copper testing, DBP testing, and bacteriological testing within the service area. Consultant will provide recommendations for additional parameters to be tested in the distribution system. Consultant will review results and provide recommendations for adjustment of post- treatment chemical dosages (lime, CO2, etc.) and operations of each of the water plants to achieve a consistent, non -corrosive, slightly scale -forming water quality. Consultant will organize and review the information in order to develop tendencies and/or identify trends in consistent test results. The intent is to determine trends, discrepancies, inadequate data, and other findings that will contribute to understanding the historical values for corrosivity within the service area. K:\WPB_Civil\General\Miller\Indian River County\Proposals\2015 Coupon Testing ERCU rev3.doc TASK 2 — Coordinate Coupon Corrosion Test Rack Installation and Testing Consultant will coordinate installation of up to two (2) coupon test racks at each water plant site, consisting of water supply, sample water disposal, power supply and monitoring. Consultant will prepare a schematic design for the recommended coupon test unit configuration. Indian River County Utilities (IRCU) will fabricate and be the Owners of these racks. Consultant will coordinate with IRCU specific location of the rack installation at two (2) locations; • North Hobart water plant • South Oslo Rd. water plant Consultant will assist IRCU staff in the supervision of the corrosion study and provide limited supervision of operation of copper corrosion testing unit. Water treatment staff will manage the day to day operations, sampling, and data collection from the pilot unit. This proposal assumes that the county laboratories staff will perform the analytical testing associated with temperature, alkalinity, hardness (Ca and Total), chloride, sulfate, copper, free chlorine and pH. This proposal also assumes that IRCU operating staff will add chemicals to their devices as required to maintain pH and water quality targets. Any testing that is not able to be performed by the County laboratory will be performed by an independent testing laboratory retained and paid by the County. This proposal assumes that the coupon testing will be continued over a 4 to 6 month period for each phase of testing, for a total of 8 to 12 months. The program for specific water quality parameters to be tested and their duration will be developed as a part of our work on Task 1. It is assumed that the coupon test unit will be operated and cycled when exposed to free chlorine disinfectant. It is assumed that each water plant site will include two racks; one blank and one with suggested corrosion inhibitor. Each rack will include mild steel, lead, copper, and ductile iron (cement -lined) sets of coupons. One rack, two locations, for remote sites will be utilized and monitored also. Coupon racks will be fabricated by IRCU and coupons provided by American Water Chemicals, Inc. (AWC), or equal. Coupons will be tested by a third party in accordance with ASTM standards and cleaned in accordance with ASTM Gl. It is assumed that coupons will be pulled and tested at 30, 90, and 120 day time frame. The cost of coupon samples will be borne by IRCU. Consultant will attend kick off meeting with staff to discuss installation and monitoring of test racks with IRCU staff. It is assumed that test racks will be delivered to each site and setup and installation will be connected with IRCU staff support. K:\WPB_Civil\General\Miller\Indian River County\Proposals\2015 Coupon Testing IRCU rev3 doc TASK 3 — Evaluate 30 -day, 90 -day, 120 -day Coupon Test Results Consultant will coordinate 30 -day coupon testing and evaluate results of the coupon tests for two phases of testing as described herein. Consultant will review 30 day test results to determine if feed rates of corrosion inhibitor are adequate, and determine if additional adjustments to the test rack are necessary. The cost for testing will be by IRCU. Consultant will determine if 90 day or 120 -day coupon testing is advisable based on the 30 -day test results. Consultant will evaluate the 30 -day and 90/120 day test results and provide a summary of the results for both phases of testing. TASK 4 — Prepare Summary Report and Recommendations Consultant will prepare up to four copies of a corrosion study technical memorandum summarizing the results of both phases of the 120 day investigation and characterizing the potential for lead and copper corrosion of the finished water as well as the impacts the corrosion inhibitors can have on that projected corrosion. Consultant will review and meet to discuss the results and receive comments. Consultant will attend one review meeting with IRCU staff. Recommendations may consist of further coupon testing, or further adjustments to finish water quality goals. Consultant will provide four (4) copies of final report and electronic version in pdf format. SCHEDULE Consultant will complete these tasks in a timely manner and mutually agreed upon schedule. It is anticipated that the scope of services will be complete within eight (8) to twelve (12) months. FEE SCHEDULE Consultant will provide these services in accordance with our Continuing Services Contract Agreement for Professional Services dated November 15, 2011, extended and amended November 4th, 2014, with Indian River County. TASK 1 Evaluate Distribution System Water Quality $ 4,700 TASK 2 Coordination - Test Rack Testing $13,100 TASK 3 Evaluate 30 -day, 90/120 -day Coupon Test Results $ 5,500 TASK 4 Prepare Summary Report and Recommendations $ 9,600 TOTAL $32,900 K:\WPB_Civil\General\Miller\Indian River County\Proposals\2015 Coupon Testing IRCU rev3 doc ADDITIONAL SERVICES The following services can be provided as additional services under separate future task order: • Further testing beyond what is listed herein can be provided as additional service. • Additional meetings with IRCU staff, if applicable. • Design of chemical feed systems or alternate treatment systems • Construction of a coupon test unit is not included • Coupon costs not included. K:\WPB_Civil\General\Miller\Indian River County\Proposals\2015 Coupon Testing IRCU rev3 doc