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