Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
#24-8307 (Chemical Injection Partners Florida, LLC)
a FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #24-8307 for Deep Injection Well System Preventative Maintenance and Repairs THIS AGREEMENT, made and entered into on this 0 day of ,4Cuj 20 ?_5, by and between Chemical Injection Partners Florida,LLC O authorized to do business in the State of Florida, whose business address is 6230 University Parkway, Suite 201, Sarasota, Florida, 34240, (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a Three ( 3 ) year period, commencing ■ upon the date of Board approval; or ❑ eta and terminating on Three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for Two ( 2 ) additional One ( t ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order ❑ . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ Invitation to Bid (ITB) ❑ GtheF ( ) # 24-8307 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 U The procedure for obtaining Work under this Agreement is outlined in Exhibit A - Scope of Services attached hereto. 3.3 ❑ ❑ Ott • • 3.4 • ❑ 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): • • ; , ayrnent for the fixed price contract is authorized. • Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit-Price: The Co • inventory or cost verification). Page 2 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 4.5 ❑ : Travel and expenses shall be reimbursed as per Section 112.061 Fla. Stats. • Mileage $0.44.5 per mile 13reakfaet $6100 web $1-1,G0 Dinner • Aiffare class-fate Rental-ear Lodging • Packing items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. Page 3 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] S 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Chemical Injection Partners Florida,LLC Address: 6230 University Parkway,Ste.201 Sarasota,FL,34240 Authorized Agent: Mindy Helding Attention Name & Title: Executive Assistant Telephone: 941-253-0250 E-Mail(s): Mindy.Helding@cipsolutions.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Kari Hodgson Division Name: Solid Waste Division Address: 3339 Tamiami Trail East Naples, FL,34105 Administrative Agent/PM: Brett Rice Telephone: 239-252-2608 E-Mail(s): Brett.Rice@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CA0 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑■ Commercial General Liability: Coverage shall have minimum limits of $1,000,000.0o Per Occurrence, $2,000,000.00 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. II Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. • Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ t,000,000.00 for each accident. Page 5 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Cq0 D. ❑ liability for claims arising out of the performance of professional services under this E. I I seber Liability Coverage shall have minimum limits of$ per claim. F. ❑ : Cever-age shall have minimum limits of$ per claim. G. ❑ : Coverage shall have minimum limits of$ per claim. H. ❑ ge Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Page 6 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid Waste Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFP/ ❑■ ITB/❑ Other #24-8307 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and Other Exhibit/Attachment: Federal Contract Provisions and Assurances,Landfill DIW_MLPS Site Location, DIW_MLPS Site Specifications,Operational Guide,and Example Preventative Maintenance Schedule 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statutes, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(cicoltiercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Page 8 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. [■J CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project Page 9 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Cq site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. • WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. n TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. (III PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Page 11 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. n The Contractor shall make commercially reasonable efforts to notify Collier County within inal approval of proposed replacement personnel. n AGREEMENT STAFFING.The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ❑ take-pfeeedenee: • ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPSAcolliercountyfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. • SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision Page 13 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. IN WITNESS WHEREOF,the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of the Circuit COLLIER COUNTY, FLORIDA ,, Cowl'ittC Comptroller , . e - . By: ' .• 1,(4,40L By: )44%.,A144,11•'4"- Burt L. %ers ' Ghairmafl � i Dated- "`�?�f 4� �� ;) Md ) t (,YY,+d'']�-• Attest as to Chairman's p to,y� signature only Contractor's Witnesses: Chemical Injection Partners Florida,LLC Contractor cli' ..5\0lU-/i MS DBA i iki, ,.,4,_ IL/ad./M By: Contractor First Witness Signature Movrie. A. S i FccsJA44,-1--- in md y laih,1 tType/print signature and tit& 1'Type/print witness nemCV '"?&11L Contractor's Second Witness, I<EVi NITCLI L-t 3 ,/ TType/print witness name Appr ed as to F rm and Legality: Coun Attorney i-Lt nt Name Page 14 of 22 Fixed Term Service Multi-Contractor Agreement it [2024_ver.l] i '0 Exhibit A Scope of Services * following this page (pages 1 through 3 ) n this exhibit is not applicable Page 15 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] Exhibit A- Scope of Services #24-8307"Deep Injection Well System Preventative Maintenance and Repairs" Primary Vendor:Chemical Injection Partners Florida,LLC Secondary Vendor:Razorback,LLC The services are awarded on a primary and secondary basis. Should the primary not be able to provide the services,the division will contact the secondary,as necessary. The Solid & Hazardous Waste Management Division is seeking qualified Vendors to provide inspections, required reporting, preventative maintenance,and repair services on an as needed basis for County owned deep injection well(DIW)and master leachate pump station(MLPS). 1. LOCATION: Collier County Landfill 3730 White Lake Blvd. Naples,FL 34117 2. VENDOR REQUIREMENTS 2.1. Vendor must schedule all site visits with County staff. 2.2. Vendor must sign-in at the Scalehouse prior to coming on site. 2.3. For each site visit,the awarded Vendor will provide an Inspection/Maintenance Service Report.The Report should include the following: • Record of inspection including all findings/remarks for each system component • All preventative maintenance items completed • Recommend repairs,if applicable The Inspection/Maintenance Service Report must be completed and submitted by Vendor to County Representative upon preventative maintenance completion or within five(5)business days if repairs are recommended. 2.4. The Vendor shall use a County provided Inspection/Maintenance Service Report if requested to do so by the County. 2.5. All system inspections and observations and servicing shall be documented, including notations of repair, cleaning, replacements,etc. 3. PREVENTATIVE MAINTENANCE AND REPAIRS 3.1. Exhibits C—Operational Guide and Exhibit D—Example Preventative Maintenance Schedule should be used as reference. These documents are subject to change as needed. 3.2. The Vendor shall inspect and maintain all operational components of the system in accordance with the Operational Guide (Exhibit C). Examples include inspection,correction,repair,protection,and functional testing of system components included but not limited to: • HOA(Hand-Off-Auto)switches positions • Electrical cabinet/panel spring clips • All padlocks(e.g.lubricated)(all gates,valves panels,etc.). 3.3. Work associated with electrical controls and panels. Inspection, testing, cleaning, and repair or replace, as necessary, for system components,included but not limited to: • Exterior of cabinets/panels(i.e.,rust,corrosion,etc.) • Interior of cabinets/panels(i.e.,water intrusion,insects,etc.) • Rubber seals • Locks Page 1 of 3 Exhibit A—Scope of Services C40 • Light and alarm systems • Cooling systems • Filters 3.4. Inspect,clean,test,repair/replace operational system components of the DIW,included but not limited to safety features: • Fence and Gates • Site Lights(functioning during night and off during day) • Containment walls(interior and exterior),pads,and tank exteriors • Level sensing devices(mechanical float,or transducer) • Discharge pipes 3.5. Quarterly clean sediment and debris from the containment-sumps;and pressure wash sump pumps. 3.6. Run pumps manually to ensure proper operation without unusual sounds or leaks. 3.7. All system inspections and observations shall be documented,including notations of repair,cleaning,replacements,etc. 3.8. Clean debris from three(3)DIW pump filter baskets. 3.9. The Vendor will make all necessary repairs to bring the DIW/MLPS to proper operating condition. 3.10.If a repair is recommended,the Vendor will provide a quote to the County Representative within three(3)business days from the date of the inspection, unless it is determined to be an urgent repair, then the Vendor shall work with the County Representative for a quick resolution. 3.11.Should minor repairs or replacement parts be required or recommended by the Vendor while performing the preventative maintenance,and the Vendor is able to repair or replace during the preventative maintenance service,the Vendor shall provide a quote for any parts and labor related to the minor repair in writing prior to the repair and obtain the County Representative or their designee's approval.Labor rates and markup shall be in accordance with the Fee Schedule. 3.12.No single quote for a single repair project shall exceed$200,000.The County does reserve the right to competitively bid any repair project, if deemed in the best interest of the County. The County also reserves the right to separately purchase equipment required for the job and may request the Vendor to provide delivery and installation services. 3.13.The County Representative shall determine if the quote provided is fair,reasonable and within an acceptable spend threshold. 3.14.Labor rates and applicable markups shall be in accordance with the Fee Schedule. 3.15.Hourly labor rates shall be inclusive of all overhead.insurance,profit,travel,and use of company owned equipment(excluding rental equipment). 3.16.Should the Vendor need to hire a subcontractor,the subcontractor charges may be invoiced at cost plus 15%markup. A copy of the subcontractor's invoice shall be required with the Vendor's invoice. The subcontractor's hourly rate may not exceed the Vendor's hourly rates listed on the Fee Schedule. 3.17.Parts and materials must conform to the Collier County Vertical Standards,otherwise,they will require written approval from the County Representative or their designee. 3.18.Parts and materials may be invoiced at cost plus 10%markup. Parts/materials with a single item amount of$500.00 or more shall require the Vendor to provide backup documentation. All shipping or freight charges must have backup documentation regardless of amount. Should the Vendor need to rent equipment to complete the project,rental charges may be invoiced at cost plus 10%markup. A copy of the rental receipt,regardless of amount,showing the cost shall be required with the Vendor's invoice.Ancillary charges may be transferred to the County in the actual amount;however,mark-ups will not be allowed on taxes,freight/shipping,and/or permits. 4. WORK HOURS AND VENDOR CONTACT 4.1. Normal business hours shall be 7:00am to 5:00pm,Monday through Friday,excluding County observed holidays.After hours are considered to be requests outside of the normal business hours,weekends and County observed holidays or in the event Page 2 of 3 CAO Exhibit A—Scope of Services of a declared local state of emergency and vendor shall be paid 1.5x straight time applicable in accordance with the Fee Schedule. 4.2. The Vendor shall provide a company contact name, phone number and email address for all requests and shall be available twenty-four(24)hours per day,365 days per year. 4.3. The County will issue a Purchase Order prior to commencement of work.No work shall be performed until the Vendor is in receipt of an approved purchase order. 5. RESPONSE TIMES FOR REPAIRS/REPLACEMENTS 5.1. Normal Request • Vendor shall acknowledge a service request via email or phone call within one(1)business day from the time the County issued the request and begin work within five(5)business days of the initial request. • Additional response time may be approved in writing by the County. 5.2. Urgent Work Request • Vendor shall acknowledge an urgent request via email or phone call within two(2)hours of the request being sent by the County and shall coordinate with the County Representative for arrival time needed. • Vendor shall be paid 1.5x straight time hourly rate(s)in accordance with the Fee Schedule for urgent work requests regardless of the day or time the work is performed. 6. PRICE MODIFICATIONS 6.1 The Vendor may request a price modification no less than one hundred twenty(120)days prior to the end of the initial contract period. • Retroactive price adjustments are not authorized. • Submit price increase requests in writing by email to the County Representative or designee no less than 120 days before the end of the initial contract period. Vendor shall provide supporting documentation justifying price increases (examples:Vendor's material agreements,distributor invoices,proof of fuel increases,etc.)If there is no documented Proof,price modifications will not be considered. • County Representative or designee shall analyze prices to determine if increases are fair and reasonable. • During the review process,the Vendor shall continue to fill all purchase orders received at the current agreement prices. • Price modification requests are not guaranteed.If approved,the Procurement Director or designee will notify the Vendor in writing with the effective date of an approved price modification. • The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance,as amended. The Fee Schedule shall be modified with the price increases,or an amendment process as required,and uploaded into the County's Finance system. 7. SAFETY 7.1. The awarded Vendors shall comply with all Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA), the National Institute of Occupational Safety Hazards (NIOSH), the American National Standards Institute(ANSI),the National Fire Protection Association (NFPA),the Crane Manufacturers Association of America,Inc.(CMAA),National Electric Code(NEC),American Society of Mechanical Engineers(ASME), State and County regulations while performing work under the resultant Contract. Vendor shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. 7.2. Barricades shall be provided and utilized by the Vendor when work is performed in public areas, or when deemed necessary by the County. 7.3. Hazardous conditions shall be immediately reported to the County. Page 3 of 3 Exhibit A—Scope of Services ICAO Exhibit B Fee Schedule following this page (pages I through 1 ) Page 16 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO Exhibit B - Fee Schedule #24-8307 "Deep Injection Well System Preventative Maintenance and Repairs" Primary Vendor Description Rate Per Hour Supervisor $120.00 Service Technician $90.00 Helper $55.00 Markups,After Hours and Urgent Work Parts and Materials Markup Percent 10% Rental Equipment Markup Percent 10% Subcontractor Markup Percent 15% After Hours and Urgent Work 1.5 X Straight Time Hourly CAO Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] cA0 AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1,2024, pursuant to§787,06(13), Florida Statutes,when a contract is executed, renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: �Yleml c f (IYl jeC+ion Par+n{►ems Fl Cr dq� �.LL Address: L1a30 Vni✓ersilyAwy Sic Jo/ Sa►'asofiy FL 3Lt24C Phone Number: Authorized Representative's Name: tpek S}ov 1' Authorized Representative's Title: Presid-ekif Email Address: Mark. S}ot)f ohs • c orY► 1 AFFIDAVIT I, ark ST-O t' (Name of Authorized Representative),as authorized representative attest that prnila I !nJ<cfi'on f s rMem Nm ae of Nongovernmental Entity)does not use coercion for labor or services as defined In§787.06,Florida gAar{u d.Ai L�L Und penalty per ur I declare that I have read the foregoing Affidavit and that the facts stated in it are true, 11 t I O,2 (Signature of a thorized representative) Date STATE OF FI oricJu- COUNTY OF Ea as 04-A- Sworn to(or affirmed)and subscribed before me, by means ofIphysicaI presence or❑online ngta ization this 19 day of MarU i,2acZ, by Murk 9fr tA+- (Name of Affiant),who produced their //V as Identification or are personally known to me. dei tOtd/I ACM'c / Notary Public State of Florida I Notary Pt c 0 Mindy Lynn Holding I tl My Commission HH 636165 ')-3-a 9 Expires 2/3/2029 Commission Expires Personally Known I4/OR Produced Identification El] s Type of Identification Produced: NA CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM Version:2025.1 {;t,l_I 1 Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances n following this page (pages 1 through 13 ) ❑this exhibit is not applicable Page 18 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract,the Supplemental Conditions shall govern.This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract/Purchase Order. Compliance with Federal Law,Regulations and Executive Orders: The Sub-Recipient(County)agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the County harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. O 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards O 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide EXHIBIT I-1 11/24 Gp,O EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Access to Records: 1)The contractor agrees to provide the County,the Florida Department of Emergency Management, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act I FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images,graphics, sculptures,videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the County data first produced in the performance of this contract and data EXHIBIT I-2 11/24 GAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES required by the contract but not first produced in the performance of this contract in formats acceptable by the County. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy,#405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause— (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1)This clause does not prohibit contractors from providing—(i).A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. EXHIBIT I-3 11/24 Opp EXHIBIT FEDERAL CONTRACT PROVISIONS AND ASSURANCES (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii)Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women's business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract EXHIBIT I-4 11/24 Gp,O EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired —a) Competitively within a timeframe providing for compliance with the contract performance schedule; b) Meeting contract performance requirements; or c)At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline(CPG Program I US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience(over$10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than$100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s)to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the EXHIBIT I-5 11/24 GpO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1). (3)Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b)on this contract, any other federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or(b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D)A contractor's assignee(s); (E)A contractor's successor(s); or (F)A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (5). In the event of any violations of these clauses, the prime contractor, and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5)Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: EXHIBIT I-6 11/24 \� Gp,O EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act(CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part." Further Compliance with the Contract Work Hours and Safety Standards Act. (1)The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker's correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked; deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job." Clean Air Act (over$150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended,42 U.S.C.§7401 et seq. 2.The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. EXHIBIT I-7 11/24 G�` EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CONSTRUCTION ACTIVITIES Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: (1)The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin.The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3)The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7)In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part an the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1)through (8) in every subcontract or purchase order unless exempted by rules, EXHIBIT I-8 11/24 GPO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding EXHIBIT I-9 11/24 CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Compliance with Federal Law, Regulations, And Executive Orders and Acknowledgement of Federal Funding Certification This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor agrees to include in the subcontract that(1)the subcontractor is bound by the terms of this Agreement, (ii)the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the County and the Grantor Agency harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement,to the extent allowed and required by law. The County may document in the quarterly report the Contractor's progress in performing its work under this agreement. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Chemical Injection Partners Florida LLC Date January 28, 2025 Authorized Signature EXHIBIT I-10 11/24 ()CA° EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT,SUSPENSION,INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub-recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub-recipient's subcontractor is unable to certify to the above statement,the prospective contract shall attach an explanation to this form. CONTRACTOR Chemical Injection Partners Florida LLC By: Signature Mark Stout, President Name and Title 6230 University Parkway Suite 201 Street Address Sarasota, FL 34240 City, State, Zip Tax ID # 93-3139462 Application for UEI in progress UEI Unique Entity Identifier(for SAM.gov verification) January 28, 2025 Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD EXHIBIT I-11 11/24 CAO EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COWER COUNTY ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Zitatiks wf be verified. Urivereatv a statuses will requ re the PR ME to either prowde a rented statement or prowide source documentation that waildates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FE 0 NUMBER CONTRACT DOLLAR AMOUNT Chemical Injection Partners Florida LLC 93-3139462 AThE PP!P.IE A PLOP,DA-CEPTIFED CZAD,.ANTAGED VETEPAN .";PIE ACTIVITY OF 711IS CONTRACT MINOR,TV OP OMEN BUS ESS ENTEPPrELE? DBE? CONSTRUCTION? v CD DEE,MEE,,.4 BE,OP H.',E SMALL DISADvANTAGED Bug tr s.4 mm.1041'101+.FROM TIE SMALL BUSINESS r`"P al cONSUL7AT ON% ADMINSTRATION, A SEA v10E DISABLEO'vETERA.N WEE, v °MEV N SOB EA? '• S St:EMIL:5 CS A REVISION? El F ES.P.E,ISION NUMBER If PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION OBE M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORX OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY pee Beoiliol DOLLAR AMOUNT DOLLARS N/A N/A N/A N/A N/A N/A —0741.5 C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER Chemical Injection Partners Florida LLC February 11,2025 Executive Assistant EMAIL ADDRESS Of PRIME IS UBMITTER) TELEPHONE NUMBER FAX NUMBER mindy.heldinq@cipsolutions.com 941-253-0250 N/A NOTE:Ti*s informetma is wad to track and report antKipatad DBE c MBE participation in faderak -funised contracts.The anticipated DBE or MBE amount is vo,untary and will not become part&the contractual terms. This form must be suOinitted at tune of response to a s&icitation fend when awarded a Count contract,the prime wi be asked to update the information for the grant compaance fi>es. MINICOY CODE Black American BA tuspanic Arnencan rtative American NA Subcont.Aswan mencan SAA Astan-Pacific American APA Non-Minorm•Women NMV, Other:not of any other group listed 0 D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMEIr NAME CDWEF.coterp.4.a al Fs?a.P or RO•FEO, GRANT PP 0,1P.AM/CONTRACT ACCEPTED BY: DATE EXHIBIT I-12 11/24 CA0 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding$100,000) The undersigned [Contractor]certifies,to the best of his or her knowledge,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352(as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Chemical Injection Partners Florida LLC Contractor(Firm Name) • Signature of Contractor's uthorized Official Mark Stout, President Name and Title of Contractor's Authorized Official January 28, 2025 Date EXHIBIT I-13 11/24 CAO Other Exhibit/Attachment Description: Landfill DIW MLPS Site Location Fill following this page (pages 1 through 1 ) ❑this exhibit is not applicable Page 19 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO LANDFILL DIW/MLPS SITE LOCATION Contractors access to the Master Leachate Pump Station (MLPS) and the Deep Injection Well (DIW) sites, will be through the Collier County Landfill main gate entrance, where they will sign in at thew he scalehouse prior to going to the MLPS & DIW sites located along the Northwest sections of the Landfill. CCLF ENTRANCE 3730 WHITE LAKE BLVD. NAPLES, FL 34117 3'S'a —W'�-r x z"z :£z o " u `,, ;t- "fin 0.c `� s ,,M,p v 'aa-„ ;.. .. ',x. sar . a"'°_ �,:,'� ''�,'�.°` T° er , k-n "°'s'ai et A... ".man, a,. 4 4i `" �J/ ( u�yy"� • ..s v CAO Other Exhibit/Attachment Description: DIW MLPS Site Specifications n following this page (pages 1 through 3 ) this ❑exhibit is not applicable Page 20 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.I CAO DIW SITE SPECIFICATIONS Overview of DIW site: Drw MJE6T:an'MYL 1 �^(JtlY•GvdRffiY CRX•l 1 fi�N,:4,... ..,.AtW.�.d.'y32 LSO G�•,�irT °"•. Y..s7•ZY-3+7d•" • ST4L ;A�i - � � blYrri50 . .5�.7a'4 11 t.ST 01 tCtTs -,-.WVxGv-D�7G1 "nv 7wdtfYll-ce ws.cue z- ✓ 1" d,s�Sr FY ��sr �`s-Pct�dS{71b e r, L.�1'CdYS:-'e - , m� 4 3 k• Yxa✓ �. _ z Ar'�u}9 ? .VY•�a'r4; ..F-40T4 .w. I.ST k,10/ WUY.MGv 6L>iGl4u70i .g 1 i Llse:l.t let �.;°j1`� ,.e _.•X, e'a«Cxc.wAae,�s Rory '• ISttmov �y< - lnTti 1'U 8 0(1"�' `�\ 3LMY/9v 1 so3---- FS(dH,ifllt,tdfz wxa.l YST Moe ttom:- D'• • `p ..—.id7o*t'a�a I• I 3 �;�. - t''X4Y7 5Y z so7 Difo.I•LY 7{174 • # � Ull4W.dt0 DIW pumping arrangement: so;�•11 ��a>DF�+�4YdTMCtgM: OW.l;V ..� t4,v'V+xmetT ,.....1.3Y<3a'1LW • � r—iNW G'.'ASs \ i ft ai!}Gt5 tt t +,M� cuc.ux r:u:s Page 1 of 3 CAO Dual Zone Monitoring well: ;ice r 1 j i.DZMW DUAL ZONE MONITORING VVR.L f.. {{ 3 ':✓' //t ^ DZ"MW BV 8.0G3 -,4°- --OLtAYt'-[iV;602 DLMW.BV-2.003 Y r ✓' a DM1Y-CV-2005 1 Z.� p ; r. 0 34W By 2-�as Dzrnv-cv.a.00s ,�, ( N., NNN *�:. DZMWav-7-006`.3"',,-,-, `` O, }:' ,� Wig. :� .* `'I'%% .\ +r�`` r, sv.-I....023 I -. DZMW-CV-2,0007 '•. •`• ~'•-....GZMW-BV-2•drr7 `z: J^ FROM MASTER LEACVIATE . PALL,STATION Leachate Tanks: :, ,.`;1r.ayx, �"d '-, lip I , 1 7 1 $ Y a:& c f _ •� ! ! T + 'yea' ' A',6',"'"..,-..., 4'.."'" t'A''''' , ./ ami- �- SL- 6r.): �5 r yg. 0,.' , owx t s"a' y . R � ( �4 eiai 11118 W. _-'-"' , M____, f E° t,u<LL..1 ,..r '.e 1," ?.t^.A,. 4 gsFa' '-....,,^•� E a � a ,.I.V4 31 N' WM .w. t .L 1S[Y,l�-._ g�4P 3.tt'14'� SR`_i ..LAY x.�. 'k.• 'i Y ��?,��y.x1��yx�.�1���� Mva a k ws j3t �5 5. Yam`bYTxr� ..C.....1 ... Page 2 of 3 CAO MLPS SITE SPECIFICATIONS ' 3 f ii 6"Leach• ' b , • Emergency Generator Emergency 6"Diesel pipeline to SCWRr ' I ' ' w/automatic transfer switch bypass Leachate Pump « t�.fly closed a ,,- P' in event of power outage ro 'N''''''''''''''' '''Y,,*".'" A \ ' 1 y v. , .,!, ,,.....,--i. if. ', ,rel 4-1',--:,,, ri,, ,.... "ilfer ,,,,e. . ....n ,i, , , ,,,,,,,,, , ., ‘.. , „"ii „2„ . ., ,.. ..., , . ...„, , ' ... „,,,,,,. ,..... r .,„ z , ,,„, s� s te ,_� — ,,..,.. ..,,,..., , .. ...., ,. 1... '4 d Diesel bypass Leachate j "'`' , Pump suction line Mj ' �� �" from wet well ' , C + � � mil, _ �1 ' 8" Leachate discharge A - ", .EW pipeline to DIW storages 10 hp Submersible Pumps(x2) Leachate � , a.r ,. *� Discharge lines from MLPS wet well to DIW tanks—Normally Open `"SY MLPS(Part of the DIW System): Master Collection/Pumping point of all Collier County Landfill's Leachate Discharge Leachate is pumped to the Deep Injection Well Storage Tanks From the storage tanks into the Deep Injection Well Page 3 of 3 CAO Other Exhibit/Attachment Description: Operational Guide ❑� following this page (pages 1 through 57 ) Ilthis exhibit is not applicable Page 21 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO ."� �! e / .l'''. __ - •, l'', is '' o __ ,1001' : ' •¢ �__ A ' 0 �.. fr - I� s: Y a f„.<71•'• • , ., , • _..,„, ,,,,,„,,,,,,„..:,,,,:.,,,::,„:,:,:„„,c,,,,,,...,:......,., , , . ., „..,....:,.....,,,,,,, ,..,. _,,. ..„.. tla' orl; ?rt ., �3, r" � '�"'._ Sk"F i eaa, �- _'r..+.,". .., � �M y:,,,..„_,„,,,,,.,..;,,,,„..„,,,,,,,,,,,:, :„,„.......„.„....../„.„.„ ..,•,-•..f •' 7.-..:,•••`•:›••,..`,-, ':. ,....- '.(1.,1:11.••: .vim . h n +.�` o- - � y £ -!. 0 Ys. " . .r dd l ,,,,.., �■�■/ {■■■ a "a''''' U 1 e „.... . ISMIN „,„,,,„„,„„,,„„„,„,„„,,,,,„,,,,,,,„,„,„„„„„1„,,„„-,, „: 4 SW ANNEV:. allier County Solid Waste Division Leachate Storage and Deep Well Injection Facility .:,.vy ..v:.:/^Y('adtr,y....x.p w,:u� Nicholas l lcnslce i R'?; .� ,.;: 4 ,:. C o n so r . ,,,,,„„ ..,„,.„„__.. CN,O FINAL VER: 3-18-2023 Table of Contents Section - 1.1 General 1-1 1.2 Deep Injection Well Overview 1-1 1.3 Important Contacts 1-2 1.4 Alarm Code Cheat Sheet 1-3 1.6 Design Criteria 1-4 1.7 System Tags 1-5 1.8 Valve Locations 1-6 Section tandard. Operating Procedures........---.......... - 2.1 Operating Scenarios 2-1 2.1.1 Parallel Scenario 2-1 2.1.2 Single Tank Scenario 2-1 2..1.3 Draining a single tank 2-2 2.1.4 Manual Pump lhna>n 2-3 2.2 Compliance 2-3 2.2.1 Introduction 2-3 2.2.2 Testing intervals 2-4 2.2.3 Locations 2-4 2._2.4 Sampling Procedures 2-4 2.3 Dual Zone Monitoring Well (DZMW) 2-5 2.3..1 Overview 2-5 2.3.2 Design Criteria 2-5 2.3.3 Valves 2-6 2.3,4 Pump Controls 2-8 2.3.5 Sum 2-9 2,3.6 ;Misr' .. 2.4 Master Leachate Pump Station 2-10 2.4.1 Overview2-10 2.4.2 Design Criteria 2-10 Job number:W219000FL.04 Page 1-1 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division coo) FINAL VER: 3-18-2023 2.4.3.Pump Station Options 2.5 Leachate Storage Tanks 2-13 2.5,1 Overview 2-13 2.5.2Design Criteria 2-13 2.5.3 Attached(.'currponents 2-.14 2.6 DIW Injection Pump Station 2-19 2.6.1 Overview 2.6.2 Design Criteria 2-19 2.6.3 Pump Controls 2.6.4 Sump 2-19 2.7 Main Electrical area 2-19 2.7.1 Overview 2-19 2.7.2 Cabinets 2-20 2,73 rTL)s 2-21 Section Alternate Operating Procedures . ......... 3-23 3.1 Series Mode 3-23 3_1..1 Description .3-2 3 3.2 Direct Injection 3-24 3.2,1 Description„.. 3-24 3.2.2 Steps 3-24 3.3 Level Switch Checks 3-25 3,3,1 Overview 3 2 5 3.3.2 Steps 3-25 3.4 Tanker Loading 3-27 3.4.1 Description 3-27 .3,4.2 Steps 3-27 3.5 Sump Pumps 3-28 3.5.1 Descriptiofr.. 3 2tti' 3.5.21;ST.Sump..... 3 2s' 3.5.3 Di.11W Sump 3-29 3.5.4.l.)IWi..:PS area sump 3-29 Job number:W219000FL.04 Page 1-2 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division FINAL VER: 3-18-2023 :Section 4 Alarms ............ 4.1 General 4-30 Section 5 'Croubleshooting„..„...„ 531 5.1 Overview 5-31 5.2 Flow Complications 5-32 5.2.1 Infection pump showing running but not showing/low in S(,41.).4 ............ „5-,32 5.3 Level Complications 5-33 5.3..1 Level Sensors 5.4 Pressure Complications 5-33 5.5 SCADA Complications 5-34 5.6 Power Complications 5-34 5.7 Sump failure 5-34 5.8 MOV Valve Issues 5-34 5.8.1 120V(control)power loss 5-34 - • Section 6 Emergency Operation kicenarms 6-35 6.1 Power Outages 6-35 6.I,I Deep Injection Well 6-35 6.1_2 Master Leachate Pump Station 6-35 6.2 Leaks 6-35 6.3 Pipe Damage 6-35 6.4 Tanks 6-36 6.4.1 Supetlicial Damages' 6-36 64.2 Tank Seams 6-36 6 4.$ Weather Events 6-36 6.5 SCADA Outages 6-37 6 5, Alarms ........... .....„. ... .... 6-37 6.5.2.Procedures 6-37 Job number:W2 19000F1.04 Page 1-3 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 Section Maintenance •.............A6%s.k%tlkti%kc%kk%%kk%kk%ak%kkkaMkkL4.'2%k.k - 8 Section 8 Safety Section 9 Limitations-------------------..... -40 Table of Figures Figure 1 Full Editable Alarm List Link 1-3 Figure 2 WSA Draft O&M Manual Link 1-4 Figure 3 Golder O&M Manual Link 1-4 Figure 4 Excerpt from Equipment ID Matrix 1-5 Figure 5 Excerpt from Valve ID Matrix 1-5 Figure 6 Valve and Equipment ID Matrix Link 1-5 Figure 7 DIW Valve Location Map (Overview) 1-6 Figure 8 IPS Valve Location Map (detail) 1-7 Figure 9 DZMW Valve Location Map (detail) 1-8 Figure 10 Parallel Mode Valving Matrix 2-2 Figure 11 Single Tank Scenario Valving Matrix 2-1 Figure 12 Tank Draining Scenario Valving Matrix 2-3 Figure 13 WSA DIW Monitoring Protocol Link 2-4 Figure 14 DIW FDEP Permit 2-4 Figure 15 DZMW Upper and Lower Zones 2-6 Figure 16 DZMW Overall Valve Matrix 2-7 Figure 17 DZMW Valve Map ISO Diagram 2-8 Figure 18 DZMW Pump Controls 2-9 Figure 19 MLPS CC O&M Manual 2-10 Figure 20 MLPS Brown and Caldwell SOP Manual 2-10 Figure 21 MLPS 8" Main to DIW Drawings 2-11 Figure 22 MLPS Backup Generator Manual 2-11 Figure 23 MLPS Pump Station Piping Overview 2-11 Figure 24 Valving for LST/DIW at the MLPS 2-12 Figure 25 MLPS Valves to Warren Street WRF 2-13 Job number:W219000FL.04 Page 1-4 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 Figure 26 Annotated Tank Attached Equipment ID Tag Photo 2-14 Figure 27 Odor Control Devices 2-16 Figure 28 Air/Vacuum Relief Valve 2-17 Figure 29 LST Overflow Pipe 2-18 Figure 30 Circuit Breaker Panels 2-20 Figure 31 West Electrical Rack 2-20 Figure 32 East Electrical Rack 2-21 Figure 33 Variable Frequency Drives Submittal 2-22 Figure 34 Sump Discharge Line 3-28 Figure 35 Example Flowchart 5-32 Figure 36 Editable Flow Chart (Created in Visio) 5-32 Figure 37 Link to Maintenance Task Matrix 7-38 Job number:W219000FL.04 Page 1-5 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 Section 1 Introduction Li General The purpose of this manual is to provide new operators with guidelines to aid in operating the leachate storage and deep injection well system.This guide is meant to serve as a living document which must be updated whenever changes are made to the system. For more in-depth explanations please refer to the full O&M manual for the site. Leachate in this context can be defined as the liquid that seeps through a landfill, this liquid can originate as rain, byproducts of decomposition or liquids contained in the wastes themselves.This liquid can be contaminated with a wide variety of substances, the deep injection well (DIW) was constructed as a means for disposal of this waste. The leachate is collected from each of the cells and is sent to the master leachate pump station (MLPS). The MLPS then pumps the leachate to either the DIW system or to the Warren Street WRF. The leachate pumped to the DIW can either be pumped directly down the well, or into the two 50,000 gallon tanks on site. From the onsite storage tanks the leachate is then pumped down into the deep injection well for disposal. Job number:W219000FL.04 Page 1-1 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division GAO FINAL VER: 3-18-2023 1.2 Deep Injection Well Overview Collier County Solid & Hazardous Waste Management Division (Collier County) has expanded its waste management facilities to be able to store and/or inject leachate into a Deep Injection Well (DIW). The project included installing an 8"leachate forced main from the existing master leachate pump station (MLPS)to feed two 50,000-gallon capacity Leachate Storage Tanks (LSTs). The Injection well Pump Station (IPS) pumps the leachate into the DIW through two 20 HP horizontal centrifugal pumps with a third pump to act as a stand-by. The DIWPS pumps will be equipped with variable frequency drivers (VFDs). The design flow rate for the system is 400 GPM and the discharge pressure at the DIW of 95 ft TDH. The system also has a Dual Zone Monitoring Well(DZMW)equipped with two 1.5 HP horizontal centrifugal pumps that can take samples from the lower and upper level of the well through a sampling port with the leachate being pumped into the LSTs through a 2" line. This guide is meant as a general overview for current and future system operators, for more detailed and specific information consult either the O&M above or the other technical resources that can be found embedded in this document. The technical resources and source elements are embedded in this guide as icon objects, to access them you must open this guide in Microsoft Word, then simply double click the icon to open the embedded document. This guide is intended as a living document to refined, added to, corrected, updated, and expanded by and for the operational staff of the Collier County Leachate Storage and Deep Well Injection Facility. Job number:W219000FL.04 Page 1-1 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAD FINAL VER: 3-18-2023 1.3 Important Contacts Below is a list of contact information for operators to use if there is a problem with the LST/DIW system. The first line supervisor should always be the first contact. This list should be reviewed at least monthly and updated as needed. Physical copies of this list should be printed out and posted in safe accessible areas, it is also advisable for relevant on call parties to keep a physical copy of this list at home where it is accessible should there be a power or internet outage. Extra space is provided for additional contacts to be added as needed. Some examples are provided but the list must be populated by relevant county staff. PrimaryAlternate Title Agency Name Email Address Phone# Phone# , . DIW/LST CC Solid Operator Waste DIW/LST CC Solid Supervisor Waste Supervisor Waste Management FP&L Coordinator CC Safety Fire Department _ CC Sheriff's dept. Technical Consor Nick Henslee 602-6791-1101 - nhenslee@consoreng.com Principal Engineering Coordinator FDEP General Mechanical Service Warren Street Collier County WRF Water Services Job number:W219000FL.04 Page 1-2 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAD FINAL VER: 3-18-2023 1..4 Alarm Code Chat fil ; Below is a list of all the alarms currently set up at for the DIW/LST system. The items listed in blue are the suggested minimum items assigned to the Win911 callout system, this list should be checked and update to reflect current alarms and call out items, a link to the editable master list is also provided below. Alarm Tag Alarm Description Alarm Tag Alarm Description DLW F 1: AtAi Lower Monitor,;eii High High:Slam; Ls,. 'KO( `.i-ii ALPA Lea,lig,.,✓r avt rank li High.+O Alarm DIW PIT_401 HI_ALM Lower Monitor Well PSI High Alarm .:; Sr.3MP AIM TrW Storage Tank Area Sump Alarm DIW PIT_401_LOLO ALM Lower Monitor Well PSI Low Low Alarm LST_SOV004_ALARM Leachate Storage Tank 2 Outlet Valve Alarm DIW PIT_401 LO_ALM Lower Monitor Well PSI Low Alarm LST SDV003 ALARM Leachate Storage Tank 1 Outlet Valve Alarm ^i 1 n'_P :_t:;:>M E}trtEiR Deep injer.^cn'We I I PLC Communicaton Error LST_SDV002 ALARM Leachate Storage Tank 2 Inlet Valve Alarm DIW_PUMP_LOW_FLOWALARM Deep Injection Well Pump Low Flow Alarm LST SDV001_ALARM Leachate Storage Tank llnlet Valve Alarm HUMP ALM DEW Sample Area Sump Alarm LFS_CWEATHER_COMM_ERROR Weather Station Comm Error DI W_SDVOSOALARM Deep Injection Well Bypass Valve Alarm DIW_P3 FTR Deep Injection Well Pump 1 Fall to Run S DIW_PIT_301_LO_ALM Upper Monitor Well PSI Low Alarm DIWPl FAULT Deep Injection Well Pump lFault Status WMI_ALERT_LS_LIT_LAHH WMI notification of high level alarm LST__KG02_iSi. Leachate Storage Tank 2 Low Levei SerWI: WIN911 TEST BIT Thls is a test of the Win911System DBP_COMM_ERROR Diesel Bypass Pump Communication Error DIW_PIT301_LOLO_ALM Upper Monitor Well PSI Low Low Alarm LFLPS_UPS_LOW_BAT_H UPS Alarm Low Battery LFLPS_DBP_FAULTED BYPASS PUMP FAULTED LFLSP_VALVE_POSITIONALM Plant and DIW Valve are both Open or Closed LFLPS_DBP_NOT_IN_AUTO BYPASS PUMP NOT IN AUTO LFLPS_PUMP_2_FTS_H Pump 2 Failed to Start WIN911 DAILY_TEST Bit triggered by PLC to test cal lout. LFS_LPSPLC_COMM_ERROR Leachate Pump Station PLC Comms Loss DIW_PIT301_HI_ALM Upper Monitor Well PSI High Alarm LFLPS_PUMP_2_FTSTP_H Pump 2 Failed to Stop DIW_PIT301_HIHI_ALM Upper Monitor Well High High Alarm LFLPSPUMP_1_FTS_H Pump 1 Failed to Start 'W._F'_+_iiO_FLCit`_ALAIM Deep injection Well Pump 3No Flow Stir: LFLPS PUMP_1_FTSTP_H Pump'Failed to Stop "?.....,K..,02 J.TH+ ,vac*:to Storage Tank 2High Level R:`r. LFLPS PLC MAIN_PFR_H Lift Station Power Fail Alarm DI W_P3_FTR Deep Injection Well Pump 3 Fail to Run S LFLPS_PLC_FLT_H LCP1000 PLC IS IN FAULT DIW_P3_FAULT Deep Injection Well Pump 3 Fault Status LFLPS_PLANT_VALVE_FAIL_TO_OPEN_ Effluent Valve to WW Plant Fail to Open Alarm LFLPS_INF NWVLV COMMS NW Influent Valve HART Comms Alarm LFLPS_PLANT_VALVE_FAIL_TO_CLOSE Effluent Valve to WW Plant Fail to Close Alarm DIW_P2_NO_FLOW_ALARM Deep Injection Well Pump 2 No Flow Alarm LFLPS_PHASE_FLT_H LCP POWER PHASE FAILURE DIW_P2_FTR Deep Injection Well Pump 2 Fail to Run S LFLPS_P1012_SLR_H Pump 2 Seal Leak LFLPS_INF_SEVLV_COMMS SE Influent Valve HART Comms Alarm LFLPS_P1012_OTR_H Pump 2 Overtemp DIW P2 FAULT Deep Injection Well Pump 2 Fault Status LFLPS_P1012_FLT_H Pump 2 Failure DM JI i 9o.FLOW,ALARM Deep Inlertitan Well Primp 1 No Flow Alarm LFLPS_P1011_SLR_H Pump 1 Seal Leak LST_TKOGI_t.C_ALM Leachate Storage Tank 2 Low Alarm LFLPS_P1011_FLT_H Pump'Failure .S`i 1700_H ft tatron High Level Alarm i11W:LST TK002_LOLO_ALM Leachate Storage Tank 2 Low Low Alarm :�htP.,-: ....r IST 1FOi2 H' AEA': Leach:41:e Storage Tank2 H ti Alarm LFLPS_INF_VLV_FTCLS_H Influent Valve Failed to Closed Alarm WMI_DAILY_TEST Test bit for WMI email testing LPLPS_FLOW FLT_H Flow Signal Error SY3K502,LHUAI...ALM Lea:hate Ira. rHigh Alarm LFLPS_DOOR_H LCP DOOR OPENED LST TKOit1 LSL Leachate St, -'-ioltiwitch PRESSURE_HIGH DIW Pressure Hi HI LS1_TK001 LSH Leachate SL LFLPS_DIW_VALVE_FAIL TO_OPEN Effluent Valve to DIW Fail to Open Alarm LST TK001_LOALM Leachate Storage Tank 1 Low Alarm LFLPS_DIW_VALVE_FAIL TO_CLOSE Effluent Valve to DIW Fail to Close Alarm LST_TK001 LOLO ALM t.ea::h. LFLPS 1012 AMP FLT H Pump 2Amps Error LST'_.TKC01_.,HI.ALM Lean': - LFLPS_1011 AMP FLT H Pump lAmps Error LFLPS_P1011 OTR H Pump lOvertemp HI Alarm list.xlsx Figure / Full F,dilable Alarm List Link • Job number:W219000FL.04 Page 1-3 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division FINAL VER: 3-18-2023 1.6 Design Criteria The full design criteria for the system can be found in section 3 of the O&M submitted by WSA engineering in the link below: WSA Collier O and M Manual 12142021 1-4,rure 2 WSA Draft O1L11 Vlarrual_Link Additional process information and drawings can be found in the Golder submitted operational and control philosophy linked below: D1A6F755.pdf Figure ;Golder O&M Vanual Link This guide is meant as a general overview for current and future system operators, for more detailed and specific information consult either the O&M above or the other technical resources that can be found embedded in this document. The following list contains elements that are not specifically listed in the technical specifications but are observed through experience running the system. This list should be checked regularly and updated if conditions change. • While it should never be intentionally used, it is worth noting that the LST containment area has a liquid capacity in excess of 125,000 gallons. • Each injection pumps were capable of injecting flows of around 400 GPM when new, however, this will inevitably diminish as the impellers wear down over time. Running more than one pump at a time will have a diminishing return, for example, during initial testing running two pumps at a time only produced around 700 GPM of flow and running three pumps (never advisable under normal circumstances) only produced around 900 GPM of flow. • The dual zone pumps will always flow at different rates as the deeper well has greater artesian pressure than the shallow well. During initial testing, these rates were around 30 and 50 GPM respectively. Job number:W219000FL.04 Page 1-4 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 ..1.7 System Tags As part of this SOP project, Consor was asked to develop a cohesive list of asset tags to identify important system components and equipment. The full list is embedded in this document and can be accessed using the link below. The excel sheet is set up to automatically populate asset tag style identifiers based on the user entered parameters so that they can easily be altered or updated should the need arise. For clarity, the lists of equipment and valves are separated into separate tabs. The sheet also contains preprogramed forms for the list of valves involved in changing the system to a variety of different operating modes,to use these forms only the valve number on the left side of the main list is needed, the remaining information will populate the remaining fields automatically. Collier County DIW Master Equipment Matrix AG: Analog Gauge DO: Digital Discrete IPS: Injection Pump Station MELP: Main Electrical Pad PW: Pulse Width(Modulating) ARV: Air Releif Valve DIW: Deep Injection Well LO: Level Gauge MS: Motor Starter SFST: Soft Start CMS: Combinlatlon air/vacuum ❑PG: Digital Pressure Gauge LIT: Level Indicating Transmitter P: Pump TMP: Temperature gauge CPMP: Centrifugal Pump OZMW: Dual Zone Monitoring Well LS: Level Switch PG: Pressure Guuge VFD: Variable Frequency Drive DA: Digital Analog FLW: Flow Meter LST: Leachate Storage Tank PIT: Pressure Indicating Transmitter Number Eqpt Function Description Location Long Location instance ID Tag ASSOC Short 1 71 LIT Tank 1level radar level indicator Top of tank 1 LST 001 L5T-LIT-T1-001 2 T2 LIT Tank 2 level radar level indicator Top of tank 2 LIT 002 LST-LIT-T2-002 3 TD LS Tank 1 high level switch NW side of tank 1 LST 001 LST-LS-T1-001 4 T1 LS Tank Slow level switch NW side of tank 1 LST 002 LST-LS-T1-002 5 T2 LS Tank 2 high level switch NW side of tank 2 LST 003 LST-LS-72-003 6 T2 LS Tank 21ow level switch NW side of tank 2 LST 004 LST-LS-T2-004 7 T1 LG Tank 1 mechanical level gauge North side of tank 1 LST 001 LST-LG-T1-001 8 T1 LG Tank 1 mechanical level gauge North side of tank 2 LST 002 LST-LG-T1-002 9 IPS LS Injection pump l flow switch Injection pump pad south IPS 005 IPS-LS-IP1-005 10 IP2 LS Injection pump 2flow switch Injection pump pad center IPS 006 IPS-LS-IP2-006 11 IP3 LS Injection pump 3 flow switch Injection pump pad north IPS 007 IPS-LS-IP3-007 Figure 4 Excerpt.from Equipment IT)At<.rtrre Collier County DIW Master Valving Matrix MOV: Motor Operated Valve DV: Gate Valve CV: Check Valve BFV: Butterfly Valve DV: Ball Valve SGV SubGrade Valve PGV: Plug Valve Site Location Number Inches) Type Description Location Long Short Instance ID Tag 1 6 MOV Tank one influent valve SE of LSTs LST 001 LST-MOV-6-001 2 6 MOV Tank two influent valve SE of ISTs LST 002 LST-MOV-6-002 3 6 GV Tank two Influent valve SE side of tank2 LST 003 LST-GV-6-003 4 6 GV Tank one influent valve SE side of tank 1 LST 004 LST-GV-6-004 5 6 GV Tank one effluent valve NE side of tank 1 LST 005 LST-GV-6-005 6 6 GV Tank two effluent valve NE side of tank 2 LST 006 LST-GV-6-006 7 6 MOV Tank two effluent valve NE of ISTs LST 007 LST-MOV-6-007 8 6 MOV Tank one effluent valve NE of LSTs LST 008 LST-MOV-6-008 9 4 GV Pump I influent valve Injection pump pad south IPS 001 IPS-GV-4-001 10 4 GV Pump 2 influent valve Injection pump pad center IPS 002 IPS-GV-4-002 11 4 GV Pump 3 Influent valve Injection pump pad north IPS 003 IPS-GV-4-003 Figure 5 Excerpt from Valve If)Matrix P! Valve and Equiptment Matrix F Figure 6 Valve and Equipment II)Matrix Link Job number:W219000FL.04 Page 1-5 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division Gp.O FINAL VER: 3-18-2023 Locations Below are several drawings that show the location of the valves listed by tag number for the DIW and MLPS: \, DIW-0O1 \ \ EXISTING DEEP -s, INJECTION WELL ,` \ olW cv-a-a2s \\ \\ DIW-GV-8.003-^., .--""-.DIW-GV-8-002 .11 O "; LST-G DIWPS-P-003 6-006 /r PUMP • ) LST DV 6 006--- / TankV Ij/ ' LST CV 3.004 - , - /- LST•Gb•3-010 / DIWpS-P-002 , i •Q LST-GV-3009-- /' �� —PUMP J DIW-GV-8-009...-� ` ^ ¢itIpf DIW-GV-8- I— PS-GV-4.003-• `;• !-IP .B - 11 Tank x2 I ! PS CV 4 002-. ` ! 'y�IPS-BP 1 010 PS-GV-4001 '`"``� sue' /� LST-GV a Cu4 ~ "`�. or.'�/iPS Gv-6.007 ELECTRICAL PANELS f _ II EMERGENCY GENERATOR LST MOV 6-007 d6cy ' �', '" - ` s _. ELECTRICAL PANELS r"1,$Tl'1V'°G3 -i 1_ST-MOV-6-008 - .� i7 �! 07.MW s..: `yS t�``1. ' I /" ........DUAL ZONE LOT MOV 6 001 'yai�.�`�, '\�, OZMW BV 2 003---. MONITORING WELL I..ST-MOV-6-002--,' as` \, 1 s �.. °'ar��` „ '.,, �� ( --- DZMW-BV-2001 ��`� /�`F�a,�a7,`,\ ` :II,'--� --DZMW-BV-2002'.., ,.,� i" -. `rF4. el'( 1 ....-_ ^_:........DZMW-BV-2.004 S$ ,.iY DZMW-0V-2-007 �, P `II ,`1�I~ "`,—DZMW-BV-2-006 DZMW-CV-2 005 , - S 16 DZMW CV-2006 '`;� q ��•'-•"•--DZMW-BV-2 OOe OZMW-CV-7.0057! �Lf' Figure 71)1it'Valve T ocation Map(Overrielt) Job number:W219000FL.04 Page 1-6 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division �' FINAL VER: 3-18-2023 5.DIW-001 EXISTING DEEP INJECTION WELL (UNDER CONSTRUCTION) I T /• / Z) / -DM GV R 023 DIW-GV.R-002 DIW-GV-R•.03--.� \ - ,/ `+41 pL0-R•a10R0017 / 4IN'''''.4*, / I ,.......Lsr- v D-o10/ 7 DIWGVB-001 LST CV.3.0U --._.,�__-_ '•........IPS SFV-R-0I I / r IPS ON 4003--_, `\ -.-- - r Dnvay.R.00y — ,+ ,''�` r �III9,1 IPS GV 4002 -„ •y., �,� ` \C �p ..,._ IPS-GV ..` \ ` Y ` - p •D� .' l Jr' IP6-CV-a,001 \.� 1 ,„,, 40• i IPS-GV R 008 \� �„ �.- i • \ �,r :A.' a�•+ . . \ '-IPS-GV 6-00i ..._....._.. ..(�'' ,,,,,,//! ,,,, ��.. 'I 4,+Ifr`Ate1 y PROM ITS R. if , .�JC-., ; ELECTRIC AL PANELS Figure 8 IPS Valve Location ilap(detail) Job number:W219000FL.04 Page 1-7 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division Cpp FINAL VER: 3-18-2023 � I•DZMW I DUAL ZONE MONITORING SW-2^-P080-032 i 11 'WELL `/.s' j,�sw-2^-Bo9a0as I I r"-%- DZMW-BV•2.001 / 1 jOW-2^-HOBO-023 I I r/ ✓•,"�l / DZMW BV-2-003 �„ 1 �' �.--`DZMW-BV-2902 l -TL-6^-HOBO-001 ��r' /'� SS ozMwcv.2-005 'Ir\NN E` —DZMW-eve-ooa/ DZMw-cv-aoo6 M1 2s 'yam \\ J DZMW BV-2-ooa'`i:, \ �\\\ Paz, �\ DZMW`BV•2.006=K `, :2.s` 1 I ~ � . -\, ` c,0,. `, 4 ' ,, ~1~ DZMW-CV-2.0007 . ` `2-,Z,z "...N.,.I `C r,.� --DZMW-BV•2•007 FROM MASTER LEACHATE jai \`SW1^•BOB0-037 PUMP STATION ��� 1"igure 9 1.)7:11117 Valve Locution;slap(detail) Job number:W219000FL.04 Page 1-8 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division GAO FINAL VER: 3-18-2023 Section 2 Standard Operating Procedures 2.1 Operating Scenarios 2.1 . 1 Parallel Scenario 2.1. 1. 1 Description The parallel operating scenario refers to the configuration of the storage tanks.In this configuration both tanks are tied together through the pipework in such a way that they behave as a single tank, the levels in each tank should remain parallel. The primary difference between this scenario and the others are that volume of leachate per foot of tank level change is doubled (roughly 4,000 gallons per foot). The tanks are connected through both the influent and effluent valve manifolds. Under current settings, while operating in parallel mode the MLPS submersible pumps should come on at their set float levels [find out what these levels are] and begin filling the LSTs. Both tanks should fill and empty at roughly the same rate (the east tank may be slightly faster initially due to proximity to the header). When the tanks reach a level of 12 feet, the lead injection pump should turn on and drain both tanks to a level of 4 feet as determined by the lead level sensor before shutting off After the pump shuts off,the"lead"designation in SCADA should switch to the next available pump in the sequence. 2.1.1.2 Steps The parallel set up may be achieved from an initial starting point of any state, for purposes of clarity the steps below must assume that the initial state of the system is with all valves closed and all pumping systems off. All valves must be opened in the same order given by the valving table, any valve not on the valving table should be closed when running the system in parallel mode. Steps: 1. Ensure that all pumping systems are off, that all system MOVs have power and are in AUTO control,and that all valves not listed in the table below are closed,DO NOT assume that they are closed. 2. Open the MANUAL valves listed in the table below in the order given. 3. Select"parallel" in the mode section of the SCADA system, select either tank as lead, and give the system the start command. Verify that the MOVs listed in the valving table below open and that the others remain closed, see the SCADA section below the valving table for details and screenshots. 4. Note the start time in the log and monitor the system for proper operation as described above. Job number:W219000FL.04 Page 2-1 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAD FINAL VER: 3-18-2023 2..1.1.3 Valves Collier County DIW Parallel Mode Valving Matrix Size Location Number (inches) Type Description Location Long Short ID Tag Image 43 6 GV MLPS to DIW At MLPS MLPS MLPS-GV-6-001 0 44 6 MOV MLPS to DIW At MLPS MLPS MLPS-MOV-6-002 0 47 8 SGV Leachate transmition line iso Along transmission line @ landfill wesr road 1 MLPS MLPS-SGV-8-005 0 48 8 SGV Leachate transmition line iso Along transmission line @ landfill west road 2 MLPS MLPS-SGV-8-006 0 49 8 SGV Leachate transmitlon line Iso Along transmission line @ landfill west road 3 MLPS MLPS-SGV-8-007 0 50 8 SGV Leachate transmition line iso Along transmission line @ landfill west road 4 MLPS MLPS-SGV-8-008 0 1 6 MOV Tank one influent valve SE of LSTs LST LST-MOV-6-001 0 2 6 MOV Tank two influent valve SE of LSTs LST LST-MOV-6-002 0 3 6 GV Tank two influent valve SE side of tank 2 LST LST-GV-6-003 0 4 6 GV Tank one Influent valve SE side of tank 1 LST LST-GV-6-004 0 5 6 GV Tank one effluent valve NE side of tank 1 LST LST-GV-6-005 0 6 6 GV Tank two effluent valve NE side of tank 2 LST LST-GV-6-006 0 7 6 MOV Tank two effluent valve NE of LSTs LST LST-MOV-6-007 0 8 6 MOV Tank one effluent valve NE of LSTs LST LST-MOV-6-008 0 9 4 GV Pump 1 Influent valve Injection pump pad south IPS IPS-GV-4-001 0 10 4 GV Pump 2 influent valve Injection pump pad center IPS IPS-GV-4-002 0 11 4 GV Pump 3 Influent valve Injection pump pad north IPS IPS-GV-4-003 0 15 6 GV Injection pump header effluent Injection pump pad near flow meter IPS IPS-GV-6-007 0 16 8 GV Injection manifold valve NE corner of exposed 8"pipework DIW DIW-GV-8-001 0 17 8 GV DIW Inlet Isolation Directly east of the wellhead DIW DIW-GV-8-002 0 43 6 GV MLPS to DIW At MLPS MLPS MLPS-GV-6-001 0 26 3 GV Sump Discharge valve to Tank 1 NE of LST 2 LST LST-GV-3-012 0 27 3 GV Sump Discharge valve to Tank 2 NE of LST 2 LST LST-GV-3-013 0 Figure 10 Parallel Mode Valving Matrix 2.1.1.4 SCADA To run in parallel mode all four tank valves should be in auto and both tanks should be set as "in service." Job number:W219000FL.04 Page 2-2 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 2.1.2 Single Tank Scenario 2.1.2.1 Description The single tank scenario is one where either of the leachate storage tanks are in operation alone. This will most likely be the case when one tank is out for cleaning or repairs. At this time, it may also be necessary to manually drain the tank being taken out of service. For instructions on manually draining a tank see the next section titled"draining a single tank"later in this document. 2.1.2.2 Steps For the purposes of this guide, we will assume that the single tank scenario is being transitioned to from the parallel operation mode as this is the standard operation mode for the system. For clarity, this section will also assume that tank 1 is being taken out of service, to take tank 2 out of service it is the same operation with the exception that the tank two valves are closed instead of tank 1. Valving tables for taking either tank out of service will be provided. Steps: 1. While operating in parallel mode open SCADA and switch the tank to be taken offline from "in service"to "out of service." 2. This should cause the MOV influent and effluent valves for the tank being taken offline to close and the duty level sensor to switch to the in-service tank. Verify in the field that this has occurred. 3. Close and tag out the manual valves for the tank being taken out of service. 4. Close and tag out the sump valves for the tank to be taken out of service. 5. Turn off and tag out the MOV valves for the tank being taken out of service. 2.1.2..E Valves Collier County DIW Master Valving Matrix Number Size Type Description Location Long Location Instance ID Tag Image (inches) Short 1 6 MOV Tank one influent valve SE of LSTs LST 1 LST-MOV-6-001 0 4 6 GV Tank one Influent valve SE side of tank 1 LST 4 LST-GV-6-004 0 5 6 GV Tank one effluent valve NE side of tank 1 LST S LST-GV-6-005 0 8 6 MOV Tank one effluent valve NE of LSTs LST 8 LST-MOV-6-008 0 9 4 GV Pump 1 influent valve Injection pump pad south IPS 1 IPS-GV-4-001 0 10 4 GV Pump 2 Influent valve Injection pump pad center IPS 2 IPS-GV-4-002 0 11 4 GV Pump 3 influent valve Injection pump pad north IPS 3 IPS-GV-4-003 0 15 6 GV Injection pump header effluent Injection pump pad near flow meter IPS 7 IPS-GV-6-007 0 16 8 GV Injection manifold valve NE corner of exposed 8"pipework DIW 1 DIW-GV-8-001 0 17 8 GV DIW inlet isolation Directly east of the wellhead DIW 2 DIW-GV-8-002 0 18 8 GV DIW Wellhead shutoff Directly on top of the wellhead DIW 3 DIW-GV-8-003 0 /-"igirire I 1 Single Tank Scenario Valving Matrix Job number:W219000FL.04 Page 2-1 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 2.1 .3 Draining a single tank. 2. 1.3.1 Description This section covers how to drain a single tank. This will typically occur to allow for cleaning or repair of one of the leachate storage tanks. This procedure involves first draining both tanks, then isolating and draining the tank coming out of service using the injection pumps at a lower rate to reduce vortexing and subsequent air intrusion. After pumping the tank down as far as it can go, the other tank is returned to service and the remaining liquid is removed from the desired tank using the 1"drain and/or a submersible pump through the manway. 2,1.3.2 Steps For the purposes of this guide, we will assume that the single tank scenario is being transitioned to from the parallel operation mode as this is the standard operation mode for the system. Steps: 1. Manually start a pump down cycle through SCADA.(See the"manual pump down"section later in this guide) 2. While operating in parallel mode open SCADA select the tank to be taken offline and switch it to "out of Service." 3. This should cause the MOV influent and effluent valves for the tank being taken offline to close. Verify in the field that this has occurred. 4. Close the manual inlet and sump inlet valves for the tank being taken out of service. 5. Turn off and tag out the inlet MOV valve for the tank being taken out of service. 6. Place all injection pumps in local manual off position. 7. Close the manual, MOV, or both outlets from the tank that is to remain in service. 8. Start any one of the injection pumps, reduce the flow rate down to around 150 GPM (this can be done either through the VFD or by slowly pinching down on the pump effluent manifold valve until the desired flow is achieved. 9. Pump down the tank that is to be taken out of service until the injection pump begins taking on air (around 1.5 —2 feet) there will be an obvious sound change at the pump when this begins to happen. When air is heard shut the pump off. 10. Close both the manual and MOV effluent valves on the tank coming out of service. 11. Reopen both the manual and MOV effluent valves for the tank remaining in service. 12. Put all of the injection pumps back into automatic control. 13. At this point,the remaining volume in the tank can be drained in a variety of ways.Opening the 1" drain valve will take the tank down to about 8". Alternatively, the manway can be unbolted and opened, and the rest can be drained using a submersible pump. Job number:W219000FL.04 Page 2-2 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 2.1.3.3 Valves Collier County DIW Master Valving Matrix Number (Inches)Size Type Description Location Long Short Location Instance ID Tag Image 1 6 MOV Tank one influent valve SE of LSTs LST 1 LST-MOV-6-001 0 2 6 MOV Tank two influent valve SE of LSTs LST 2 LST-MOV-6-002 0 3 6 GV Tank two influent valve SE side of tank 2 LST 3 LST-GV-6-003 0 4 6 GV Tank one influent valve SE side of tank 1 LST 4 LST-GV-6-004 0 5 6 GV Tank one effluent valve NE side of tank 1 LST 5 LST-GV-6-005 0 6 6 GV Tank two effluent valve NE side of tank 2 LST 6 LST-GV-6-006 0 7 6 MOV Tank two effluent valve NE of LSTs LST 7 LST-MOV-6-007 0 8 6 MOV Tank one effluent valve NE of LSTs LST 8 LST-MOV-6-008 0 9 4 GV Pump 1 influent valve Injection pump pad south IPS 1 IPS-GV-4-001 0 10 4 GV Pump 2 influent valve Injection pump pad center IPS 2 IPS-GV-4-002 0 11 4 GV Pump3 influent valve Injection pump pad north IPS 3 IPS-GV-4-003 0 15 6 GV Injection pump header effluent Injection pump pad near flow meter IPS 7 IPS-GV-6-007 0 16 8 GV Injection manifold valve NE corner of exposed 8"pipework DIW 1 DIW-GV-8-001 0 17 8 GV DIW Inlet Isolation Directly east of the wellhead DIW 2 DIW-GV-8-002 0 18 8 GV DIW Wellhead shutoff Directly on top of the wellhead DIW 3 DIW-GV-8-003 0 26 3 GV Sump Discharge valve to Tank 1 NE of LST 2 LST 12 LST-GV-3-012 0 27 3 GV Sump Discharge valve to Tank 2 NE of LST 2 LST 13 LST-GV-3-013 0 Figure 12 Tank Draining Scenario fralring_1darrix 2.1.3.4 Misc. Safety: These tanks should be considered a permit required confined space, entry will require lockout tagout,atmospheric monitoring,and other appropriate measures such as forced ventilation. 2.1 .4 Manual Pump Down 2.1.4..1 Description The manual pump down function is designed to initiate the normal tank draining sequence prior to the tank level reaching the operator designated high level. The function is completed through SCADA with a single button. Assuming that the system has already been set up to one of the normal operational modes no additional valving will be needed. If the system is not already set up, see the"parallel mode"section earlier in this document. 2.1.4.2 Steps 1. Open SCADA 2. Ensure that low tank stop level is at desired elevation. 3. Click the manual pump down button shown below and monitor for proper operation. 2.2 Compliance 2.2. 1 Introduction The leachate injection process is regulated by the Florida Department of Environmental Protection (FDEP) and requires a variety of samples to be taken and analyzed at various intervals. There are two primary places this process is monitored; one is at the injection well itself where the back Job number:W219000FL.04 Page 2-3 LST/DIW Operators Manual CAO March 2023 Collier County Solid Waste Division 1 FINAL VER: 3-18-2023 pressure from the well and the liquid being pumped in are monitored, the second is at the Dual Zone Monitoring Well (DZMW)where similar parameters are monitored. 2.2.2 Testing intervals Under current preliminary permit conditions,the average maximum and minimum pressure at both the deep injection well and both levels of the DZMW must be monitored continuously. This is done automatically using Rosemount pressure sensors mounted at each well head and captured by the historian in SCADA. In the event of a communications failure manual readings may be required. Both the DIW and DZMW also require liquid samples to be pulled and analyzed monthly. 2.2.3 Locations • The leachate is sampled form the port located [Insert current sampling location] • The upper dual zone is sampled from the port located [Insert current sampling location] • The lower dual zone is sampled from the port located [Insert current sampling location] 2.2.4 Sampling Procedures The sampling procedures are covered in greater depth in the document embedded below provided by Water Science Associates, who is currently conducting the sampling under contract with the County. It is anticipated that sometime after the completion of this document that this duty will be turned over to County operations staff,this section and attachments may need to be updated at that time. DIW Monitoring Protocol -Copy.doc: Figure 13 II'S,' 1)111/Monitoring Protocol Link For reference, a copy of the most recent FDEP operating permit for the DIW can be found in the link below: D Exp 2027-05-09_WACS IC Figure 14 1)111%FDEP Permit Job number:W219000FL.04 Page 2-4 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 2.3 Dual Zone Monitoring Well (I)ZMW) 2.3.1 Overview The dual zone monitoring well is located due east of the leachate storage tank containment area. The purpose of the DZMW is to monitor the conditions of the groundwater at two different depths above the deep injection well to ensure that none of the material being injected is seeping upwards into the upper aquifers which are often used for drinking water and agriculture. There are three two-inch lines leaving the DZMW area, one for each pump and one for the area sump. All three of these lines come together with the line from the LST area sump and come up from the ground as the three-inch line adjacent to the six-inch LST discharge lines located due west of the DZMW area. These three-inch lines then rise around eighteen feet up and discharge into the side of the LST tanks. It is important to keep this in mind, especially if the LST tanks are being run in bypass without the injection pumps, as the tanks can be overfilled by the sumps, the sample pumps, or both. 2.3,2 Design. Criteria The DZMW consists of two separate wells within the same casing. The first well, called the upper zone is in the larger diameter casing set at a depth of 1,055 feet. It may be a bit counter intuitive being the shallowest well, but the upper zone is the one that pumps out slower. This is due to hydrology, particularly a difference in the artesin pressure at different depths in different geologic formations here in Florida.The second casing is a smaller diameter, referred to as the lower zone, is set a depth of 1,338 feet. Both pumps use the same 2 hp motors but have slightly different size impellers. For more detailed information on the pumps and set up, please refer to the Golder specifications in the appendix of this document. Job number:W219000FL.04 Page 2-5 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 ,=`' 4-g*, i �cg,^ "fit tM �, 1 �,` *.k; C. fi- Ni 1- a k ,,, } t- ,1 .. - ''.1'F' ';.!,, t , — ii r L - '. ,444iiil''''` 1 \ , ,,, ,...eli,,,,, . ii* „ . ,...- ,11,0, 4 ,, , _ (... , .,..4., , r7:?":4112-, *.'w,. 4rp.c..... .20 , ,.4, I 1 1 !. i '', —_r . ,, + -....—• tilt ----alt.), v. , a„.,t1 t ,_a _ U,�per zone =t /14 r ,s'ay y1°• Figure 15 1)/MW t-'per and Lower Zones 2.3.3 Valves 2.3 3. 1 Saniplrng%pttrging Steps. To set the pumps up for the pre sampling purge simply open all the valves on the valve list below (the valve for the sump and the main 3-inch sump line valves should always be open unless maintenance is being conducted).If only running one pump,be sure to close the valves on the non- running pump.Once the purge is completed there is a sample port on the underside of each pipeline near the pump that can be opened to begin pre sample testing and to take samples. Once sampling is completed stop the pump and close all valves except for the sump valve. Job number:W219000FL.04 Page 2-6 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO L� FINAL VER: 3-18-2023 2.3..3.' 17111/1 il' T Tail,e list Collier County DZMW Vale Matrix Size Location Number Type Description Location Long Instance ID Tag (Inches) Short 28 2 BV DZMW Lower Shut off At DZMW head DZMW 1 DZMW-BV-2-001 29 2 BV DZMW Upper Shut off At DZMW head DZMW 2 DZMW-BV-2-002 30 2 BV DZMW Lower pump suction isolation At DZMW north of lower pump DZMW 3 DZMW-BV-2-003 31 2 BV DZMW Upper pump suction isolation At DZMW north of upper pump DZMW 4 DZMW-BV-2-004 32 2 CV DZMW Lower pump discharge check At DZMW south of lower pump DZMW 5 DZMW-CV-2-005 33 2 CV DZMW Upper pump discharge check At DZMW south of upper pump DZMW 6 DZMW-CV-2-006 34 2 CV DZMW sump pump discharge check At DZMW south of sump pump DZMW 7 DZMW-CV-2-007 35 2 BV DZMW Lower pump discharge At DZMW south of lower pump DZMW 8 DZMW-BV-2-008 36 2 BV DZMW Upper pump discharge At DZMW south of upper pump DZMW 9 DZMW-BV-2-009 37 2 BV DZMW sump pump discharge isolation At DZMW south of sump pump DZMW 10 DZMW-BV-2-0010 11 4 GV Pump 3 influent valve Injection pump pad north IPS 3 IPS-GV-4-003 15 6 GV Injection pump header effluent Injection pump pad near flow meter IPS 7 IPS-GV-6-007 16 8 GV Injection manifold valve NE corner of exposed 8"pipework DIW 1 DIW-GV-8-001 17 8 GV DIW inlet isolation Directly east of the wellhead DIW 2 DIW-GV-8-002 43 6 GV MLPS to DIW At MLPS MLPS 1 MLPS-GV-6-001 26 3 GV Sump Discharge valve to Tank 1 NE of LST 2 LST 12 LST-GV-3-012 27 3 GV Sump Discharge valve to Tank 2 NE of LST 2 LST 13 LST-GV-3-013 Figure 16 C)1r1.1W Overall i'ati'c> Nlairix Job number:W219000FL.04 Page 2-7 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 2.3.3.3T_)ZMW valve snap ELECTRICAL PANELS SW-2"-H0B0-015 DZMW DUAL ZONE MONITORING SW-2"-P080-032 11111 WELL/-SW-2"-8080-033//TL DZMW-BV"2.001 -8"-H08023MW-8V-203—• a y..' DZMWBV-2-002 •8'-HOBO1 � DZMW-BV-2.004 TV DZWCV2D06 DZMWBV•2 008�`Ka� \ \\ �,��?h...'.r ° il,-/ N. I N\`DZMW.BV-2 00 .� ‘` `ai \`�` a•,... DZMW-CV2-0007 `` Utl : \` �.�;•Z.� -_DZMW-BV-2-007 ''':10:) ''t",N FROM MASTER LEACHATE��__���� ,,jj��,,1J� SW-i'-8000-037 PUMP STATION�V'� Figure t 7 DIVIPV Valve Map ISO Diagram 2.3.4 Pump Controls The DZMW well pumps can only be started and stopped in local control. The controls for the pumps are located on the electrical rack just west of the containment area around the well (see Figure 18 below). For each pump there are three valves that must be opened before starting the pump, one at the wellhead, one on the suction side of the pump, and one on the discharge header just south of the pumps. It is especially important to make sure that the valves are closed when the system is not in use, particularly the lower well, as there is sufficient artesian pressure for the water to continue flowing into the LST tanks even after the pump has been stopped. Job number:W219000FL.04 Page 2-8 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 ti a � � tom, cis. , DZMVV-1 7 ... } t lnwc�'16ne V... 7, aE` a E -- t .3 : i-t © 10 k lag 3 u lin,'' 1ST- �.y, .,, / � 4, I. % n 1, t ,,,.«. «,t , ,gy X" "�' a r e s e , t Reset Switch e m,. x, Figure 181)Zi414"Pump Controls 2.3.5 Sump The DZMW has a containment area sump with a pump that discharges either into the LSTs or it is possible to be valved to discharge directly into the deep injection well or a tanker truck(the latter two scenarios are unlikely and have yet to be tested). In addition to liquids from the DZMW containment area, this sump is also fed from the small 8-inch sump in the southeast corner of the injection pump containment area, and from the four ARVs that are also in the injection pump containment area,these lines are manifolded together into a 2-inch HDPE line underground that comes out on the east side of the DZMW sump around two feet from the top. This line can be prone to air binding and clogging due to the small diameter and low slope, it may need to be blown out with air or water periodically. 2.3.6 Misc. Many wells in southwest Florida have a unique characteristic in that the water inside them is pressurized and can rise above ground level without being pumped, this characteristic is called artesian pressure. The reasons for this are due to unique geologic features relatively low elevation and the differences in density between fresh water and seawater. This fact is important to keep in mind when working with all three wells on the DIW site. Before opening any lines for maintenance,one must ensure that a valve is closed upstream to prevent unexpected outflow.Also, it is important to be sure and close valves after sampling as the well can have enough pressure to send water to the LSTs even though no pump is running. Job number:W219000FL.04 Page 2-9 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 2.4 Master Leachate Pumn Station 2.4.1 Overview The Master Leachate Pump Station (MLPS) collects the leachate from all the landfill cells and then pumps it to either the DIW system or to the Warren Street WTF. The station consists of two submersible pumps and one diesel powered back up pump. The DIW and the MLPS have their own respective SCADA systems, however, they can communicate with each other. The normally discharges to the LSTs,however,the DIW system can be configured to have the station bypass the tanks and pump directly into the deep injection well or into a tanker truck. See the "Alternate Operating Procedures" section in this guide for information on how to set this up. 2.4.2 Design Criteria The master leachate pump station is a 3,000 gallon wet well that serves as a central collection point for the leachate coming off the landfill cells. The station has two 10 hp submersible pumps and one diesel powered backup pump that can send this incoming flow to the Leachate Storage Tanks, the Deep Injection Well, or to the Warren Street WRF via the county collection system. For more detailed information on the MLPS, including information on the diesel back up pump, generator, and MOV valves please see Figure 19, Figure 20, Figure 21, and Figure 22 below. D Master Leach ate Pump Station OM m Figure 19 :tlLPS CC OclM Manual MLPS SOP.docx Figure 20 MLPS Brown and Caldwell SOP Manual Job number:W219000FL.04 Page 2-10 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 D Landfill 8in LFM MLPS to DIW As-Buil 1-wine 21 ,,1LPS 8".1Hain to 1)1ii Drawing. a -7 Backup Genset at the MLPS SOP 20. Figure '72 ;11LP5'Backup trencrator A9anual a Ha iJ ' i. � � 1 gal, �1 � ., l a� TT ski 1 . .. ' : ` $ ter,, , .�; �o." '�"'�' n ir» „ �. .'" ...4- 1,100. t '0143�Pi .+z+ Fq �, i ,,� � lCA Mi mble Pu�p-.. 7,. , r I xg; ' 1•"ikure 23 1\1LP,S 1'uinp Station Piping Overview 2.4.3 Pump Station Options Through the valving manifold at the MLPS the discharge from the pumps can be sent in one of two directions,the flow can either be sent to the LST/DIW area or to the county collections system. Sending the flow to the collection system is considered a last resort in case of emergency or if the DIW is to be out of service for a prolonged amount of time. The decision to send flow to the collection system should be approved by supervision, and requires notifying the Warren Street WRF, and may require notification and explanation to FDEP. If the decision is made to send flow to the collection system be sure to keep accurate notes concerning the situation and record the totalizer readings on all flow meters before making the switch. Before making any changes to the MLPS valving all three pumps (two submersibles and one diesel) should be turned off and placed into local control. Also, to avoid dangerous water hammer in the system, only one set of valves should be open at any given time, in other words, close the current destination before opening the valves for the new destination. Job number:W219000FL.04 Page 2-11 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAA FINAL VER: 3-18-2023 7.4.3.1 Deep Injection Well There are two valves that are typically used to start or stop flow to the DIW/LST area, these will both be open when sending leachate to either the LSTs or directly injecting it into the DIW. The valves are located on the southwest side of MLPS pad (see Figure 24 below). It should bea noted that there are 4 additional isolation valves along the 8-inch line leading to the DIW/LST area, these valves are underground and not typically used. For the exact locations of the additional isolation valves see the drawings embedded in Figure 21 above. .. 5749 Ygt `"" . '�Y"' m Nam.. �'r.`.. T � "r _ .�.a,.�,•.; � -44 icy d,> �`, 1 iottre 24 Y"ulrin&for Ib`I 1)1Wat the 111PJ' tY.rrren Street As discussed above, the option to send leachate to the Warren Street WRF via the county collection system, should be seen as an absolute last resort. Before opting to send this flow both supervision and the Warren Street WRF personnel must be notified. Since the line to the treatment plant flows downhill, it will likely be empty, the line going to the DIW/LST is connected to either elevated storage tanks, or to the deep injection well which is under constant artesian pressure, it is very important that the two valves for the DiIW/LST are closed before opening the valves to warren street. Failure to do so could result in a surge going through the line that can damage or break fittings. After opening the valves to warren street it is advisable to refill the line slowly, this can be accomplished by pinching down on the discharge lines from the MLPS pumps and only turning on the pumps for a few seconds at a time until the line is refilled. Job number:W219000FL.04 Page 2-12 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 .t. t . . ,,,—.-"i''' ' -11.4A 1,, / - ri; i :'---- *ql• : ----‘ 'V It V\ \\ \\II 1 1 t 's:' 1: fi ' - , - -- ',' ,17-- .:.' etas 7: , ii- '' , ,. 'c''\\.\\\.\\I \ ° "I" : *,i -,',. ---;," ':' ''::'-..it y—yt D CL Valve La K^Ri� d -\ , x ,... & eta , - 1"'k r #" � ;, y ' k �d ..4 9" '?,,, 'ii '' ''' '''.4-''' 1 jj: F''''' ' 4 ' „,!,^ i' . -,. ,..4 -4 :'''' ' ' -,,' '"'-,.., - ''k...'') ""----. "--****:,****,:,'4:;: ''''-`•% 1,, , ' 1, 7 u•a 'S :111 f',S 1 olres to LI'ut rare.titreet 6G%Zf 2.5 Leachate Storage Tanks 2.5.1 Overview The Leachate Storage Tanks (LSTs) are two 50,000-gallon (nominal) storage tanks that are designed to hold leachate pumped from the MLPS prior to the waste being pumped down to the Deep Injection Well (DIW). The tanks were installed and can be maintained by a company called the Florida Aquastore. The sidewalls of the tanks are constructed from panels of glass coated mild steel that vary in thickness from bottom to top (with the thicker ones being at the bottom) the panels are held together by plastic capped stainless-steel bolts and the joints are sealed with a proprietary caulking compound. The roofs of the tanks are constructed of aluminum panels bolted to an aluminum beam structure spanning the tank rim. The ladder, the manway, and the nozzles which connect the pipes and equipment to the tank are constructed of galvanized steel. While these types of tanks generally perform well, they do require regular visual inspection. The nature of the glass lined panels is such that rapid corrosion Is possible if the glass is compromised by impacts or mechanical stresses, also the sheer number of seams and bolts increases the possibility of developing leaks as the caulking material becomes less pliable over time. 2.5,2 Design Criteria Full design criteria can be found in O&M manual embedded in Figure 3 in the beginning of this guide. On the operator level it is worth noting that while the nominal storage capacity of the system is 100,000 gallons, the useful capacity may be significantly less. It can be roughly estimated that each LST can hold around 2,000 gallons of liquid per foot. With two tanks in parallel service this would be roughly 4,000 per foot of available tank space. Under current settings the bottom 4-feet Job number:W219000FL.04 Page 2-13 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 of tank space is not used as it is difficult for the pumps to operate blow this level without drawing in air. The overfill for the tanks are roughly 1.5 feet from the actual top of the tank and cannot be used for storage. This reduces the usable storage capacity of the system to around 78,000 gallons. 1.5.3 Attached Components 4-1 1...— - ' '''.' .1'4 /''''4',..,,,-'lt,;;;0'.,„,. 1 ix , , --:-,0. ., t,4,.....,- '-,',,, i ty,1 DA LJ7 tar PLC-LC�Crflthl v c _. ', y . 114.ti - f., ' . ..2 . ;R Y�, ' �' ti, iSi Ls-LC Gil ' __ _ / 1 s4.44;,"tom 4 li .mot ® — � � � 1 _ � C `` r t� �,,, ■ 'S 00'04 3 u„scr .n..,,,OrrEe e.t os.irr _,r,�'a �,I'ti)r At+-L02 +„ „e a'. .,.w..�,.�+ • � -q tS*65 DO3d 1ST IMP AC A4i �r tip w 'lG[G 092-.YM aneme<nMkY.ierC Wt .—' —.., _,.a"+s 3'✓PYSW:fi;w.1 wx F[GO'vl:'Y<orc imun%v[pMt 'YF.xG Sl 2[rt«enYnpvaue Vyp swceocsc� mroc..er«n.�ont SKCL.GM2:Oro akc Mk[t«= sis '0 4.1 dMV t,9A4"L<1 4 ,.' Figure 26,1 nnotated Tank,4ttacheti 1,:yuipn;ent 11) Tag Photo 2,5.3.1 Level metering devices The LST tanks have three separate means of determining liquid level, a mechanical, or analog level indicator which consists of a float, two pulleys and an external indicator board, there is also one digital radar level indicator mounted on top of each tank, and two (high and low) discrete level switches on each tank. Each performs a different function which is described in the sections below. 2.5.3.1.1 Mechanical Analog The analog level indicators are the long strip of numbered measurements on the outside of the tank indicated by the red weight that moves up and down. These would be considered the most reliable form of reading as they are a direct measurement of the liquid level in the tank. These simple devices consist of a stainless-steel float inside the tank with two guide wires and one cable that goes up through the top of the tank and through a pipe that has a pulley inside of it, it then goes through a second piece of pipe with a pully to direct the cable back down the front of Job number:W219000FL.04 Page 2-14 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 the number board on the north side of each tank. This cable is then attached to the large red weight that travels along the number board to indicate the tank level. Reading the level on these can be a bit counterintuitive at first as the largest number on the board is at the bottom of the scale and the smallest number is at the top. The reason it is set this way is because the float on the inside of the tank and the weigh on the outside of the tank move in opposite directions in response to tank level changes. When the level in the tank goes down,the float inside the tank goes down with it, as the float goes down, it pulls on the cable attached to the indicator weight outside which pulls the weight up, thus indicating a drop in level. 2.5.3.1.2 Digital radar Analog The digital sensors are the two Rosemount radar level sensors mounted on top of the tank,these sensors work by bouncing a radio signal off the surface of the liquid and timing how long it takes to return. These sensors are the ones that provide the data seen on the SCADA screen and provide the reading responsible for starting and stopping the injection pumps. These types of sensors are robust but can be prone to error from issues like foam in the tank, dirt on the sensor or excessive moisture. They will require periodic cleaning. It is important to keep in mind that disturbing the sensor or putting something underneath it for cleaning will change the level reading and may set off an alarm or cause the pumps to start or stop unexpectedly. Before performing any kind of maintenance on these sensors be sure to take them out of service on SCADA 2.5.3.1.3 Discrete The term "discrete" in the realm of sensors simply means that it is an off or on signal, not unlike a standard light switch (discrete) and a dimmer switch (analog or digital). This is why the two level indicators on the side of the tank are referred to as"level switches". These level switches are positioned on each tank around the 2-foot and 19-foot levels,their primary function is to function as a backup system to warn the operator or protect the pumps should the radar level sensors fail for some reason. These types of level switches work by sensing a temperature differential between a heated rod and a thermometer on the sensing end. Liquid has different thermal properties than air and this is what the sensor uses to detect whether it is submerged in liquid. These sensors have a sensitivity adjustment that may need to be changed over time, as such their function should be tested on an annual basis (instructions on how to perform these checks is contained in section 3.3 of this guide). The action of the high-level switch at present simply produces an ltjarm in SCADA;however, future plans n3afjntegrate It with the MLPS and DIW system and cause it to either switch to bypass mode, or to send the waste to warren street to prevent overfilling the tanks. This guide should be revised if or when those changes are made. The low-level switch is currently tied to the injection pumps through the if the low-level switch is triggered it will not allow the injection pumps to run as allowing them to continue running below this level may damage the pumps over time. Job number:W219000FL.04 Page 2-15 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division O FINAL VER: 3-18-2023 2..; 2 Tc'ntperatitre indicators Each tank is equipped with a mechanical thermometer located adjacent to the low-level switches, these may at some point be needed for compliance or other reasons but are not presently recorded at any regular interval. 2.5.3.3 Odor Control The odor control devices are the vertical black plastic tubes pictured below in Figure 27. Inside of these tubes is a roughly 5-pound bag of carbon. The initial idea was to force the displaced air in the tanks through these devices as the tanks were being filled from the MLPS. However, as construction progressed it became clear that these tanks were not designed to be sealed or pressurized. Presently it was determined that more modifications would be necessary to create a functional control system, and that the odor from the tanks was not significant enough to need control so the devices are only slated to have the carbon changed out once a year. 4 l g yk x r< l '11 • }}}} t�dor Control t A. 1 , * 3 ,,!.,‘ , ,,,,,,..,43 e-::- ' +i' , ' f N x cK 5r iiiSSS y j.-...... •: l aC'R 3 � i �{( ' \ x j7 1z', :, It z . Li 'r4 ( r4 ''' MallnitoriNNW'XOtittirmt2tz $ :.'1 ill ir ':''' ' 11 14 °°., I : ':";:,';':,°- , ' iC ar Control . 444 �_ 1' ,. : :f'fi h'icnlra'-Odor Control 1>erice.s Job number:W219000FL.04 Page 2-16 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO 0 FINAL VER: 3-18-2023 ".5.3.4 Air/Vacutrrn relief F > .•` � - �Y n r��P �`''.',.fib + _ �S�F` F'��� A:gvartr .,� few r. 8 � � 'ah'was• .. ..., ..r...un ,_m {y.'. —414 d Fik*ur'er'S t1ir%I'acaruna Rcrlie/iulrr�.r As mentioned in the previous section, the LSTs are not designed to be pressurized,the pressure limitation given by the manufacturer is+/-2 inches of water column (-0.072 PSI). The tanks can be pressurized when filling or emptying due to the space occupied by the liquid, so to ensure that the tanks do not exceed their pressure limits the combination air/vacuum relief valves pictured above were installed. These work by using two separate approximate 12"diameter weighted plates, one on the top and one on the bottom that are set up to release any pressures above 1"of water column or below-1" of water column. They will need to be inspected periodically to ensure that the plates have not become stuck or obstructed, Job number:W219000FL.04 Page 2-17 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 1.5.3.5 Overflow pipes Each tank is equipped with a six-inch emergency overflow pipe. Inside the tank there is a box over the inlet to the overflow that is open at the top, so the tank will not begin overfilling until the liquid level inside is above the top of the emergency overflow pipe. At the bottom of the overflow pipe there is a J-trap type of bend,this device is to prevent gasses from escaping the tank while still providing the ability to safely over fill. These traps are covered with a screen to prevent animals from entering the pipe,the traps should be full of water and will need to be topped off periodically,they don't need to be completely full to function, but should be at least halfway full. Q '- 4 lit- , F Overflow Pipe ,�' ' . - ',.4.... .4 —31—, —I, .....-44..........,. s,„ ,,, ; , i. :- ,ill i!,„,01 1 :.,:c..11110?"1:il • ,i Ll.klee ,*.41 Ell l ip ., '�`�rr+S W It1 ..m„, 3 i ,4,.. , '1; 'l' !rift\t------ .17:iirri't q ` r - 11 . r,,,, o p C x _•_......yr......'.v.,wry j 0 T y.,e" y e".r'h gib - 4. t Screened •'p t, • reen .. ,. + Figura 29 L.S'T()verf7nw Prpe Job number: W2191100F1,.04 Page 2-18 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division , CAO FINAL VER: 3-18-2023 mt DM Injection Pump Station 2.6.1 Overview The Deep Injection Well Pump Station (IPS) consists of three 20 horsepower horizontal centrifugal pumps. It is located due east of the LST pad, its primary purpose is to pump leachate from the LSTs to the DIW. The station can also be used in a variety of other configurations such as transferring liquid from one tank to another, recirculated the leachate in the tanks, sending liquid back to the MLPS, and for sending liquid to, or removing liquid from tanker trucks. 2.6.2 Design Criteria Each pump has a maximum pumping capacity of around 400 GPM when pumping down to the DIW and has a maximum TDH of 94.9 feet (-41 PSI) and are rated for a minimum continuous flow rate of 113.6 GPM. 2.6.3 Pump Controls The pumps can be controlled either remotely through SCADA or in the field at the VFD panels. 2.6.4 Sump The IPS has an 8"X 8" sump located in the southeast corner;this sump is manifolded in with the 4 air relief valves alsolon the IPS ipad+. The sump is a 2"i line that makes a U-turn underground and empties out on the west side of the DZMW about two feet below the grating. Since this line is relatively-small ad has very little slope it can beirone to cioggln "WlthiDaV$Ii"slid other'such debris and may noed to,Pc blown put with a ihosc periodically, 2.7 Main Electrical area 2.7.1 Overview The main electrical pad is located west of the DIWLPS, this is where the main electrical feed for the area comes in and is distributed out to the equipment and devices in the area. The cabinets in this area contain dangerous currents and voltages and should only be opened by qualified personnel with appropriate training. Job number:W219000FL.04 Page 2-19 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 2.7.2 Cabinets 2.7,2,1 Circuit Breaker Panels r , t w -♦ s 12O Volt Breaker , -r''i Panel ' ' , ,_-, .. . .. . . ,...„,.. , -,,, ...._,..,..,_ ,,, , . .,,,, 44, ,,,„ ...,... 3.A ' - — - ! '-.... on .. r'4 �. a ' • a . s , Transformer ';',.......,AC*,,, a , Ai3 Y , o ' fl .e.F,$u rosy i 3' A 4" b .. " a_u Figure 30 Circuit Breaker Panels 2.7. 2.2 West Rack +► P :. .., , 11, s_: - c$oernclriotyx(cameras" y ` .; rti . „, : , , ,„. ,,,...., . ,,„„ , ,. .. ,. ., ,., , .„,„ ,, $1 •' 4—11411 - I • • I i,tfurc 31 U'est Electrical hack Job number:W219000FL.04 Page 2-20 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division cF FINAL VER: 3-18-2023 2.7.2.3 East Rack I - Communiratons as ' box(sCADA) /C r� �. Main a g X ''.°. 'a"^ Rower ''' i Disconnect � ';„,,.„ ' „ _ PLC Cantro3Box � p� .1 'cit-MA ' iffiliipitu Rio out Figure 32 Easi Electrical Rack 2.7.3 V.FDs 2.7.3.1 Overview The injection pumps are controlled by Variable Frequency Drives (VFDs) which can modulate the number of hertz that the motor turns at to speed up or slow down the pumps. These controllers are located on the main electrical rack. Under normal circumstances the pumps run at 90-100%of their full potential, presently the only scenarios that would need the pumps to run slower would be when draining a tank to either take it out of service, or to test its low-level switch. The pumps have a manufacturer stipulated minimum sustained flow rate of 113 gpm, even though the VFDs may be able to run lower, it is important to not run the pumps below this rate for any significant amount of time. 2.7.3.2 Starting and Stopping Pumps in Local Control There are times when it may be necessary to run the injection pumps using the controls in the field, some examples would be when draining a tank or during a SCADA outage. Steps to start a pump at the VFD: 1. [Outline simplified steps to start a pump locally] Steps to stop a pump at the VFD: 1. [Outline simplified steps to stop a pump locally] 2.7.3.3 Changing Pump Running Speed There are situations where a pump will need to run at a lower speed than normal, for example during the last part of tank draining. Steps to change the pump run speed at the VFD: Job number:W219000FL.04 Page 2-21 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAC 0 FINAL VER: 3-18-2023 1. [Outline simplified steps to alter run speed at the VFD] 2.7.3.4 Cleaning Cabinet Filters The cooling system for the VFDs runs continuously, over time dust and debris can build up on the coiling system air filters. This buildup blocks the flow of air and reduces the unit's ability to cool the VFDs which can result in damage or failure of the drives. The filters should be checked at least weekly and cleaned at least [insert present cleaning interval here]. Steps to clean the VFD filters: 1. [Outline simplified filter cleaning steps wit pictures] 2.7.3.5 Detailed VFD information For detailed electrical information about the VFDs please see the equipment submittal embedded in Figure 33 below: D Submittal 262923-001 VFD Pac Figure 33 Variable Frequency Drives Submittal Job number:W219000FL.04 Page 2-22 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 Section 3 Alternate Operating Procedures 3. 1 Series Mode 3. 1 .I Description Series mode was one of the original designs for the system, however, through the construction process, it was decided that parallel mode was preferable for its relative simplicity. This mode remains an option as there may be some future circumstances that make it advantageous. The valving for this set up is identical to the parallel set up (see parallel mode section for valving instructions). The key difference in this mode will be handled via SCADA. When series mode is selected one tank will fill at a time, when the online tank reaches the operator-controlled set point the second tank will come online and begin filling, the first tank will then be pumped to the injection well. This cycle will alternate back and forth until changed. Job number:W219000FL.04 Page 3-23 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division FINAL VER: 3-18-2023 3.2 Direct Injection 3.2.1 Description Direct injection refers to a scenario where the pumps at the master leachate station bypass the LSTs and inject the leachate directly into the DIW. It should be noted that presently this does not negate the need for the injection pumps entirely as the area sumps and ARVs will still flow into the LSTs. It is technically possible to valve the sumps to flow directly to the DIW as well, however,the system may not have been designed to do so and this action has not been tested. 3.2.2 Steps The following procedure assumes that the starting position is in the parallel mode scenario. For more information see the parallel section of this document. 1. Before valving the system for this scenario, the injection pumps, and all 3 MLPS pumps (including the DBP pump) need to be shut off,this must be done in the field at the panels. 2. Next close the influent valves for the LST tanks. This can be done with the manual valves, the MOV valves, or both. 3. Then open both the manual and MOV valve at the MLPS/Recirculation interconnect valve. 4. The discharge header valve for the injection pumps may also be closed at this point, if need be, however the check valves on the pumps should be sufficient to prevent flow in this direction so it is not mandatory to do so. 5. After the valving is completed, both the MLPS and the injection pumps can be returned to service. Job number:W219000FL.04 Page 3-24 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 3.3 Level Switch. Checks 3.3.1 Overview The most direct way to test the functionality of the overflow switches in the LST tanks is to use the leachate in the tanks themselves to do so. This method requires first getting the tanks to a specific level and then manually transferring the liquid from one tank to the other and then back in order to bring the level in each tank above then below the level of the switches. This operation should be done carefully and ideally with two people. The initial liquid level in the tanks is very important. Too little liquid and you will not be able to hit the high points, too much and the tank being filled will overflow before the one being emptied can hit its low-level switch. The magic number for this should be around 11 feet in both tanks. 3.3.2 Steps This scenario assumes that the tanks are operating in parallel mode (see earlier sections in this guide for information on how to set that mode up). The order of valving in this scenario is important, this scenario should also be conducted expeditiously as the flow from the MLPS will continue and may contribute too much liquid if too much time is taken. Use caution as it is possible to overflow a tank in this scenario if care is not taken. Steps: 1. Fill both tanks to a level of 11 feet. 2. Place all 3 injection pumps into local control. 3. Shut one or both valves at the DIW wellhead. 4. Manually close the leachate and sump influent to LST 1 5. Manually close the effluent from LST 2 and the influent to LST 1 6. Open the bypass/interconnect valve. 7. Manually start one of the injection pumps to begin transferring leachate from LST 1 to LST 2 8. The transfer can be conducted at full speed initially, however, once the level in LST 1 gets down to around 4 feet you will need to start slowing the pump down to around 150- 200 gpm to prevent the pump from vortexing and drawing in air. The pump can be slowed down by using the VFD controls, by pinching down on the main effluent header valve (right before the flow meter) or both if necessary. 9. The high-level switch should activate in LST 2 first when the level hits around 18-19 feet. The low-level switch in LST 1 should activate when the level gets down to around 2 feet. 10. Once the first test is completed, stop the injection pump. 11. Next you will reverse the positions of the influent and effluent valves on the LST tanks, starting by opening the effluent on LST 2 and closing the influent to LST 2,then open the influent to LST 1 and close the effluent from LST 1. 12. While changing the valving the level in the two tanks should equalize. Ensure that you have not gained more than a foot of water between the two tanks during the testing Job number:W219000FL.04 Page 3-25 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 process, if you have, you will need to pump some down to the DIW before continuing the test. 13. Once the valves are swapped and the level is verified start the injection pump and repeat the process above to verify the high-level switch on LST 1 and the low level switch on LST 2. 14. After testing, close the bypass/recirc valve BEFORE opening the valve at the DIW wellhead, then open the influent and effluent valves to both tanks and the sump valve then clear any alarms before putting the injection pumps back into local control. Job number:W219000FL.04 Page 3-26 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division 010 FINAL VER: 3-18-2023 3.4 Tanker Loading 3.4.1 Description The system has the capability to both receive and discharge to tanker trucks, material from trucks can be sent to either the tanks or directly to the well and could do so either using the injection pumps or from tankers that have their own built-in pumps. This operation was not deemed likely and was exempted at the time of this writing, later operators to fill in if needed. 3.4.2 Steps [fill in steps if this becomes a likely operation] 3.4.2.1 Loading with injection pumps [fill in steps if this becomes a likely operation] 3.4.2.2 Loading with pony pump [fill in steps if this becomes a likely operation] 3.4.2.3 Offloading with injection pumps to tank [fill in steps if this becomes a likely operation] 3.4.2.4 Offloading with injection pumps to well [fill in steps if this becomes a likely operation] 3.4.2.5 Offloading with pony pumps to well [fill in steps if this becomes a likely operation] 3.4.2.6 Offloading with pony pump to tanks [fill in steps if this becomes a likely operation] Job number:W219000FL.04 Page 3-27 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CAO FINAL VER: 3-18-2023 3.5 Sump Pumps 3.5.1 Description The DIW system has two collection sumps. The first is in the northeast corner of the containment area around the LST tanks. The second is located on the south side of the DZMW containment area. The effluent from both sumps goes into a combined manifold underground and emerges between the effluent lines from the LST tanks just outside the containment area (see Figure 34 below). Since both sumps are manifolded together, it is possible for one sump to feed into the other if one of the discharge check valves fails. This manifold also carries the discharge from the DZMW pumps which could backfill into one of the if the check valves fails open. For this reason, it is important to keep a close eye on these sumps and report any abnormal behavior to supervision immediately. 1 1 .`+s•'-er v to *'" •; / Ace , " we "' I—Vik • P a .* •s <. �" x x s s r ,Ad`vas�F4gppp8 a. yy.,,y,, , :. �` jW`•. p'yy.�,,°S,s" j A.g°�i" vr:a}t• gA Y„ f A 7 ''+' '� X i ;y�-. je > ^; 4,4 1'iirurc°:34:Sump Discharge I:mmre N3 3.5.2 I:.LS1' Sump The LST sump discharge splits into two lines, the line parallel to the check valve (see below) leads to the manifold that discharges to the LST tanks. The second line leads to the suction manifold for the injection pumps, the purpose of this line is unclear, and this valve should never be opened under any current operational strategy. Job number:W219000FL.04 Page 3-28 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division Cp. FINAL VER: 3-18-2023 s: p r �. ,•` Check i$7ve �' Y�iva co l� $:�:Y on 54.z � r ` hQt 4F 641 , 7 f �9, t5rffiuMp �P ,� , a, .l .. acre rir t f e u' r4 Ai `' avt 3'Y ,, .1 f M i. is ,. E '" a ski p mow: } ', °04 I e. <; ` L i iF elf ", i5 �,y 1b , 1 tS fk`t, 44r 3.5.3 DZMW Sump The DZMW sump receives flow from both the DZMW containment area, and the DIWLPS area. The flow from the LPS area comes in around 1.5 feet below the grating from a 2"HDPE pipe. This sump is also used for collecting the runoff water during the continuous sampling portion of the monthly DZMW testing. 3.5.4 DIWI.:PS area sump The leachate injection pump area sump is 8"X 8" grated square located in the southeast corner of the containment area. The 2"sump drain line is manifolded underground and tied together with the vents from the 4 ARVs also located in.the LPS containment area before turning west and eventually ending up in the DZMW sump. This drain line is relatively small, has a number of 90-degree bends and minimal slope. This unfortunately makes the sump prone to clogging, it would be advisable to check this sump frequently, clear out any leaves and flush it with water at least weekly to make sure it is working. Job number:W219000FL.04 Page 3-29 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division GA( FINAL VER: 3-18-2023 Section 4 Alarms 4. General. All alarms at the DIW should be treated as important and investigated as soon as it is safe and practical to do so. If an alarm is reoccurring and becoming a nuisance contact supervision and work with IT to resolve the issue. Often systems like this will develop errant issues that will cause repetitive alarms for things that are not serious, this leads to a sense of complacency that can cause operational staff to inadvertently ignore something that later turns out to be critical.A full list of current alarms can be found embedded in Figure 1 of this guide. Job number:W219000FL.04 Page 4-30 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division p G � FINAL VER: 3-18-2023 Section 5 Troubleshooting 5. 1 OvOverview Encountering problems is a normal part of any complex system, unfortunately every problem that might occur cannot be predicted in advance. Operators are encouraged to reach out to their supervision whenever something unexpected occurs. The first priority is to get the system back up and running, however, it is also important to keep track of the actions taken and the circumstances encountered during the event. After the situation is resolved,the operators are encouraged to conduct an after action review and capture the results in this guide so that it may be passed along should the same situation ever occur again. The following section is comprised largely of such events that occurred as the system was first being brought into operation. One method for capturing the problem solving process is by using a flow chart, an example of this method is depicted in Figure 35 below which covers a situation where the injection pump showed in SCADA that it was running, but there wasn't any flow showing in SCADA. The flow chart was created in MS Visio and a link to an embedded editable version of the chart is also included as Figure 36. Job number:W219000FL.04 Page 5-31 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division Gp,C FINAL VER: 3-18-2023 5.2 Flow Complications 5.2.1 Injection pump showing running but not showing flow in SCADA Injection pump \: / shows running but ✓ /- coif tl}� • Is the arm no flaw in SCADA Is the pump ``Does the field Site valves of the check valve running in the ,es meter show any -N Yes. on tile- for that pump field? flow? raised? Atli.i two Pumps \/ , No No N o- Y \ Is thepr\ pump now Ye Will the pump run Is the pump valvad`. Does the pump showing flow? n local control? correctly? / now show flow'? i. No vas yes No No Yes l V poi oft between bto"K,rod 1 s ra&+f mettle and pump rril ` ' s y i . contact altl 3" 1.Dort rn ii1 ' 7} 4 b � 9yaf 4y }�a figure 35 kraal/)le I lots chart t:� 1 Troubleshooting flow chart.vsdx Figure 36 Editable Flow Chart(Created in I'isio) • Job number:W219000FL.04 Page 5-32 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division GNO FINAL VER: 3-18-2023 5.3 Level Complications 5.3.1 Level Sensors The LSTs have 3 independent level measuring systems, analog radar, analog mechanical, and digital high and low sensors. 5.3.1. 1 Radar Level Sensors The most critical is the radar analog system. The radar system provides level information to the PLC and SCADA this information us used to start and stop the injection pumps when running the system in automatic control. An incorrect or nonexistent reading from one or both of the radar sensors can cause the pumps to start or fail to start unexpectedly and should be one of the first items checked if the pumps are behaving strangely. To verify the operation of the radar level sensors, compare the readings on SCADA with the readings on the mechanical gauges (looks like a large ruler) on the sides of the tanks, these systems are completely independent with the mechanical gauges being the more reliable of the two. If the mechanical gauges agree with the SCADA readings it is most likely that the radar is reading correctly, and the problem lies elsewhere. If one of the radar gauges does not agree with the mechanical gauge,take that tank out of service and contact your supervisor for repair. ?.3.1.2 Digital Level Switches A "digital"indicator in this context simply means that it has only two possible conditions, in this case on or off. The LST tanks each have two level switches, one at the high-level limit (around 18 feet), and one at the low-level limit(around 3 feet)these switches send a signal to the PLC indicating that there is, or is not liquid in the tank at that level. For the injection pumps to run the lower-level switches on whichever tanks are active must show that they have liquid present at that level. If the pumps are failing to run, it might be due to a low-level condition, or a malfunction of one or both of the low-level switches. At the time of this writing, the high-level switches do not perform any actions they simply issue a high-level alarm in SCADA and trigger a Win911 alarm. There has been discussion and possibly plans to have the high-level switches automatically trigger a system switch to bypass mode, however that had not been implemented as of this writing. 5.4 ressure Complications There should not be any immediately destructive pressure situations possible in the DIW system under normal circumstances. The maximum operating pressure of the deep injection well is 117 psi which is far greater than the injection pumps are capable of creating. The pumps have a shut off head of 101.9 feet which means that they will stop pumping liquid at around 44 psi, all other components of the system are rated for pressures higher than this shut off head. Job number:W219000FL.04 Page 5-33 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division Gp,O FINAL VER: 3-18-2023 5.5 SCADA Complications The SCADA system has control over the 5 MOV valves and the 3 injection pumps on site, it is also responsible for recording the pressure at both the DIW and DZMW as well as the flow sent to the DIW through the injection pumps. These readings are required for compliance so if SCADA should fail for some reason supervision needs to be notified immediately and manual readings will need to be taken. The system can be run using local controls if necessary, however, if SCADA is offline it will likely be best to put the system into bypass mode until it is repaired. When operating in bypass mode, it will be important to take note of exactly when the switch is made and what the totalizer readings were on both the DIW flow meter and the two flow meters at the MLPS. When operating in bypass mode, the flow meter at the MLPS becomes the compliance recording for flow so it is important to keep track of the switch so that it can be accurately reported later. 5.6 Power Complications The DIW/LST does not currently have a backup power system and will be inoperable if power is lost. The MLPS that feeds the LST tanks does have back up power and will continue to send leachate even if the power is off to the rest of the area. For this reason, it is important to take action if there is a power failure as the LST tanks will eventually overfill. Presently the preferred action is to switch the system to direct injection mode (covered in section 3.2 of this guide). 5.7 Sump failure Presently neither of the two area sumps (see section 3.5 for details on the sump areas) have back up pumps installed, if one of the sump pumps fails, it may become necessary to use a temporary pump to remove water from the containment area. The simplest method may be to set up a temporary pump to move the water from the containment area with the failed pump to the containment area that is still working. If transferring from one area to another,the process needs to be closely monitored, especially if going from the LST area to the DZMW well area. If the transfer rate is higher than the rate that the sump pump can remove water, the DZMW/DIWLPS containment areas can easily be overfilled and spilled. Material in the sumps can and likely will be comingled with at least some leachate, as such it should be approached with the same safety and environmental precautions as one would if handling the leachate directly. 5.8 MOV Valve Issues 5.8. 1 1.20V (control) power loss During the installation of the VFDs(11-8-2022) it was accidentally discovered that loss of the control signal to the tank influent VFDs caused the MOVs to spontaneously close. This caused the MLPS to deadhead and begin overfilling. This issue may be corrected after the completion of this document, be sure to update this section if/when that happens. Job number:W219000FL.04 Page 5-34 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division cPkO FINAL VER: 3-18-2023 Section 6 Emergency Operation Scenarios 6.,1 Power Outages 6. 1 .1 Deep Injection Well Power outages can occur at the DIW in a variety of ways, the operator and other designated staff need to pay close attention when alarms come in from the system and conditions should be verified in the field whenever possible or safe to do so. Full power outages at the DIW will often present as a cascade of communications failures or "corn faults,"however, this may also happen if there is an issue with the communications relay between SCADA and the site. In either case a field investigation will be needed. One of the quickest ways to see if there is a power loss will be on the power meter at the main electrical rack. If the display on the meter is blank, the main power to the site is offline and FPL should be contacted, however,the presence of this display does not rule out a partial power loss. In a partial power loss only one or two of the three phases of power coming into the site have been lost. 6.1 .2 Master Leachate Pump Station The MLPS has several redundancies for power loss, the first is the backup generator that should activate after 30 seconds of line power loss and should transfer back to normal operation once power is restored. In addition to the backup generator the MLPS has a backup pump that runs on diesel power. This pump is activated by a mechanical float in the MLPS sump. 6.2 Leaks The leachate contained in the pipelines and tanks of the DIW is considered a hazardous substance. Any leaks even if they are inside of the containment areas must be mitigated and reported to supervision as soon as possible. Use caution and proper PPE when handling leachate. Do not use metal containers to mitigate any leaks as they are easily corroded by the leachate Polyethylene or HDPE is preferred. 6.3 Pipe Damage The pipework for the DIW system is HDPE both above and below ground, while this material is strong and extremely corrosion resistant, it does have some properties that can cause leaks or breaks in some circumstances, and it should be monitored frequently. One of the drawbacks of HDPE is that it has a high rate of expansion and contraction due to temperature, this will cause the above ground pipework to shift around noticeably throughout the course of the day. This back and forth shifting can cause strain and possibly leaks at the connection points over time. To mitigate this, the operator should be visually checking the pipework daily, and it may be a good idea to have the bolts on the connections and the pipe stands tightened to the appropriate torque Job number:W219000FL.04 Page 6-35 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division CFO FINAL VER: 3-18-2023 once a year or so. The underground portions of the are welded and should remain relatively stable, however, being a softer material, HDPE can be damaged by hard sharp materials underground (broken rocks would be the most common example). While care was taken to remove such items during the pipe installation, there is always a possibility of encountering them as the pipe settles over time. The leachate lines underground are not under a great deal of pressure, this means that a leak or break in the line may not be immediately visible. For these reasons it is important that the operators know the path of the leachate lines underground and make a point to watch for any unusual changes in the ground above the leachate line. There are several indicators that there may be trouble in an underground line. One indicator of a problem would be the sudden or gradually increasing appearance of dirt or soil in the leachate tanks, sample lines or strainer baskets of the pumps. Other indicators might be unusual wetness in areas along the pipe or sinking/subsistence of the ground above where the pipes are running. These or any other unusual observations should be reported to supervisor at once. 6.4 Tanks 6.4.1 Superficial Damages The LSTs are made of relatively thin carbon steel coated with a baked-on glass surface to prevent corrosion. Impacts from hard objects (such as a rock thrown from a lawn mower, or accidental impact from tools or items being caried in the area etc.) can easily break or crack this glass coating. Once the glass is compromised the steel underneath will begin corroding almost immediately,this corrosion causes the steel expand and break off more of the glass and so on. For this reason the tanks should be visually inspected every shift, and even small seemingly cosmetic damages to the exterior or any signs of corrosion should be noted and addressed as quickly as possible. The tanks were installed by the Florida Aquastore, any questions about tank repairs not covered in their O&M manual (which is embedded in the maintenance section of this guide) should be directed to them. 6.4.2 Tank Seams The LST tanks are constructed by overlapping individual sheets and securing them with bolts. The seams between these sheets are the weakest part of the tanks and the most prone to leakage, especially during temperature changes. If evidence of leakage is found along the seams inform supervision and take the tank out of service as soon as practical so that repairs can be executed. Pay special attention to the concrete around the tank, look for wetness or discoloration that was not there previously as these leaks are not always constant or easy to see on the seams themselves. 6.4.3 Weather Events The LST tanks are designed to withstand hurricane force winds, however, sustained high winds still put a considerable amount of force and strain on the tanks. For this reason,when expecting Job number:W219000FL.04 Page 6-36 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division FINAL VER: 3-18-2023 a strong wind event such as a hurricane or tropical storms, it is advisable to adjust the setpoints for the filling and emptying of the tanks from 4 feet and 12 feet to 8 feet and 10 feet. Having the extra liquid stored in the tank will help to stabilize it and reduce the amount of flex it experiences from wind pressure, lowering the high limit also helps to ensure that there is some extra holding capacity in the tanks should there be any issues with the injection pumps during the storm. Another option would be to simply fill the tanks to 8 feet and put the system in bypass mode for the duration of the storm, however, this action should be approved by supervision. 6.5 SCADA Outages 6.5.1 Alarms As of this writing, there is no specific alarm triggered if there is a SCADA outage,when there have been outages they presented as a cascade of communication errors or"com faults." The readouts in SCADA may become frozen at their last reading or may show all question marks. 6.5.2 Procedures The DIW/LST system can not run in automatic control without the SCADA system, so for a longer duration outage there are two options. If the leachate flows are low (50,000 GPD or less) and no rain is expected the LST tanks can be pumped down manually using the VFD Controls at the pumps. The other option would be to put the system into direct injection mode(section 3.3 of this guide), the MLPS operates on mechanical floats and does not require an active SCADA system to continue running. Job number:W219000FL.04 Page 6-37 LST/D1W Operators Manual March 2023 Collier County Solid Waste Division CP,O FINAL VER: 3-18-2023 Section 7 Maintenance The maintenance necessary for the DIW has been separated into operator level and professional level tasks (depicted below). To facilitate easy adjustment of tasks and creation of check lists this list is embedded into this SOP in excel format, the list also contains links to the associated maintenance manual for each task. Item Manufacturer pally We,Mly Monthly Sem Annually Yearly >5 years Ration WWI (Impel Moto Volvo Open So I Val.Kluotor Raton, • Promo*[anon flow Male.lel.1 rMiM ..•.• .....o....ore Beau..,.i.. .i......,.,... Mow Mwmltoal 'holm w i..,. Leval Motors l.l.nmu4 a-.mo.m ...e.. Lore l molars loony Noe.Croo,P, amid, volon Plastic thadc• Prob. , , War/mt.luvims IaaWl .alu]5 Ilwa rower op,a s Maintenance Procedure List R3 NF Figure 37 Link to.ttainterurnce Task Matrix Job number:W219000FL.04 Page 7-38 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division GNO FINAL VER: 3-48-2023 Section 8 Safety [Embed county provided site specific safety plan here] Job number:W219000FL.04 Page 8-39 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division FINAL VER: 3-18-2023 Section 9 Limitations This document was prepared solely for Collier County Solid Waste Division in accordance with professional standards at the time the services were performed and in accordance with the contract between Collier County and Consor. This document is governed by the specific scope of work authorized by Collier County; it is not intended to be relied upon by any other party. We have relied on information or instructions provided by Collier County and other parties and, unless otherwise expressly indicated, have made no independent investigation as to the validity, completeness, or accuracy of such information. Further, Consor makes no warranties, express or implied, with respect to this document, except or those, if any, contained in the agreement pursuant to which the document was prepared. All data, drawings, documents, or information contained this report have been prepared exclusively for the person or entity to whom it was addressed and may not be relied upon by any other person or entity without the prior written consent of Consor unless otherwise provided by the Agreement pursuant to which these services were provided. Job number:W219000FL.04 Page 9-40 LST/DIW Operators Manual March 2023 Collier County Solid Waste Division Gt.Q / Other Exhibit/Attachment Description: Example Preventative Maintenance Schedule ■ following this page (pages 1 through 2 ) this (exhibit is not applicable Page 22 of 22 Fixed Term Service Multi-Contractor Agreement [2024_ver.I] G f.G 1O Item Ma AufaCturet Oe.riptIOn wv rc rwe Daly Weekly M thly ! Sean Annually yearly >5 years w�w.I lilt -:. . ... -. y wra. v.erwa rrII u.a6ww nabe • ,,. ..,., Combinatlon Air Release Valve DeZor, 316 Stainless Steel ISO psi,Single Binh I .. WunweNwww. !terns in are designated as operator level tasks Val �.._ . seear.- Voneletmpermmawherzembewe, Items in are designated an professional level -- "" ""' - """' --""—`- Butterfly Valve DeZurIS Ductile lre3:29on,Rubber Seated,G.Smle[,AVIWA w.veprvbrca Mmw. teaks. Jetta. rw vW1+ Submeribe Grinder pump Goulds 1GD,Dual Seal k ,� „ J Ve a.ru rrrr roam,� Full Dort 1000 WOG Ball Valve P Chen International Carbon Steel,Threaded Ends IrY- "'^'o'^c^"" n, xv e I ,sWI ,,part w rR FIG B,Valve American Valve 4000Series Flanged BailI��___...Valve .I „Hre r,ar,-m. osr' rRr an IM. Flanged Gate Valve Kennedy Valve sated,AW WA.ZSD PSI 1wen I�� ^. vv rye r Or .i T Sarin.Check Valve cenrmOV Bronze y Vpon BallValve DeZurik Stainless Steed Rotork Retueter J ,v v ,,.• Vport Ball Valve Actuator Rom. IDTMSDD II } L[�rl[L Bel Double Door Check Valve DeZurlk Ductile Iron Body w/Stainless Steel Accessories 11 Vr �n t - Pressure.noes Rosemont Electronic Milne pressure meters www Pa. ue wa.arvw. rug ' ee wee T.011 Prcswrc Gaugesnshcroh inllm anal diem yew • -,_ analog pressure Pales Few Meter 16 Inch) Noting Inllne mW meter - I /dam e.v..n _^ flow Meters(l Inch) Wonne mine mag meter d Level Meters(electronic) Rosemount Radar Level Sensors ear I r• Iw.r.r..r L.. Level meters(anaiogl unkpwn Tank mounted lydicatorsPolley system) I , + ,u.u.ia.-w...,r ^r ' Dllferertle pressure Gauge, Ashcroft Diflerentlel pressure gauges for strainers I r..,n r rww�r esd<lo Y t,.4 an — Temperature geuPs Ashcroft Analog Milne temperaturePWe[ s n•.rsmr,m=n y f �a•a +r kw va ux.x.t vn. Level Sensors Rosemount Electronic Level Sensor[ ro- w GF;O iniection pumps Goulds lO Ile centrINHI pumps - o�u..... 'ice Fe,a mwrtm .—.._.( n '". .—..--- Ball valves Ashcroft 1/2 to]'ball valves a iYa ma,genu. .mro.r uaM.l rc�rxwirer "� —_••.• Bias.checks Rollne Substitute cbec4at UMW N/A uv"a.win t Odor control Gavle. PaNed carbon on top of tanks ^A wcri+.e.nWi '..-._~ �_^^ lea.01JrA11017A11.Al.A 11A25 Florida Aqua 5.re SOk glass line tanksLLJ :a J' lu.a rwnr l 11:A3 pow. vO