#24-8307 (Razorback, LLC) 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 g191 day of /�//
/ 20�,�,
by and between Razorback,LLC
authorized to do business in the State of Florida, whose business address is
177 Anclote Road, Tarpon Springs, Florida, 34689, (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 n upon the date of Board approval; or _ en 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 ( 1 ) 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 ❑Notice to Proceed.
3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the
terms and conditions of Li ■❑ Invitation to Bid (ITB) U
Other ( ) # 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]
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 n The procedure for obtaining Work under this Agreement is outlined in Exhibit A —
Scope of Services attached hereto.
3.3 ❑ n Other
Exhibit/Attachment:
3.4 ❑ •
Price Methodology selected in 4.1.
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):
•
•
•
satisfaction of the County's project manager before payment for the fixed price contraet
is authorized.
n 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.
•
invoice must identify the unit price and the number of units received (no contractor
inventory or cost verification).
Page 2 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
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 "'aches"
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 n (check : Travel and
R
•
Mileage $0.444.5-per le
Q eakfast $6 00
-Lunen _ $44,00
Dinner $49-99
Ai4afe Actual ticket c-est-li ed-ta
etas&--fare
Rental-ear Aet l-;en4aI--eost limited to compact -of
l--odging
Parking
long distance charges, fax charges, photocopying charges and postage. Reimbursable
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]
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: Razorback,LLC
Address: 177 Anclote Road
Tarpon Springs, FL,34689
Authorized Agent: Anthony Houllis
Attention Name & Title: MGRM
Telephone: 727-938-9500
E-Mail(s): anthony@razorbackllc.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
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.I]
Odd
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. EU Commercial General Liability: Coverage shall have minimum limits of
$1,000,000.00 Per Occurrence, $2,000,000.00 aggregate for Bodily Injury Liability
and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply
per project. This shall include Premises and Operations; Independent Contractors;
Products and Completed Operations and Contractual Liability.
B. n Business Auto Liability: Coverage shall have minimum limits of$ 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. Li 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$ 1,000,000.00 for each accident.
Page 5 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
pd/D
D. n ' ' ed.-by the Contractor to ensure its legal
fer
Agrees . •
E. ❑
F. ❑ : GeveFage
shall havc minimum limits of$ per claim.
G. ❑ : Covcragc
ror 4W,
H. ❑ : GeveFage
wave_' -ele►
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.I]
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/n Other
##24-8307 , including Exhibits, Attachments and Addenda/Addendum, n cuboequent
quotes, and Ill 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]
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(r colliercountvfl.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]
Of)
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. n 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]
OA°
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. 1111 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. IUj 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]
COd�
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]
0143
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. I I
persons-w !
.
and/or experiencc. (2) that the County is notified .
seven (7) days of the change. The County retains final approval of proposed replacement
peFsonfiel,
• 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. ❑
ef...any-ef th
aloe
tale-pleenee:
II 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]
0dD
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-FMOPS@colliercountyfl.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 Sheriffs 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]
AND
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.
• ATTST: BOARD OF COUNTY COMMISSIONERS
Crystal ISs. Kinzel, Clerk of the Circuit COLLIER COUNTY, FLORIDA
Court and Comptroller
By: By:
4€4,%...ddr-€441.64--
est as to Chairman's Bu L.Saunders , Chairman
bat ':,.", & Lk ?O. i nature only
AL)
Contractor's Witnesses: Razorback,LLC
Contractor
7
DBA
By:
ontfactor s first Witness / Signature
l• l 5 Q
1"VLoic, . ilL S TType/print sig ature and and t�1'
tType/print witness na T
r
ntractor's Second Witness
6ocaio,bas La-
TType/print witness namel
r ved as to a d Legality:g
Count Attorney
Print Name
Page 14 of 22
Fixed Term Service Multi-Contractor Agreement op
[2024_ver.I] 1
o
4
Exhibit A
Scope of Services
1�1 following this page (pages through 3 )
n this exhibit is not applicable
Page 15 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.I]
OVD
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 OVrJ
• 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 or 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
Exhibit A—Scope of Services
ONO
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 OV,J
Exhibit B
Fee Schedule
following this page (pages 1 through 1 )
Page 16 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
OVD
Exhibit B-Fee Schedule
#24-8307 "Deep Injection Well System Preventative Maintenance and Repairs"
Secondary Vendor
Description Rate Per Hour
Supervisor $ 147.00
Service Technician $ 120.00
Helper $ 23.50
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
Exhibit C
Affidavit Regarding Labor and Services
following this page
Page 17 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
oVD
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: Razorback LLC
Address: 177 Anclote Road, Tarpon Springs, FL 34689
Phone Number: 727-938-9500
Authorized Representative's Name: Anthony Houllis
Authorized Representative's Title: MGRM
Email Address: ANTHONY@RAZORBACKLLC.COM
AFFIDAVIT
Anthony Houllis (Name of Authorized Representative),as authorized representative attest
that Razorback LLC (Name of Nongovernmental Entity)does not use coercion for labor or
services as defined in§787.06,Florida Statutes.
Under pe Ity of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true.
--71 ---" 03/19/2025
� t_
(Signature of authorized representative) Date
STATE OF Florida
COUNTY OF Pinellas
Sworn to(or affirmed)and subscribed before me,by means of physical presence or 0 online notarization this
19 day of March ,2025 ,by Ant op Houllis (Name of Affiant),who produced their
as id n . 'cation or are pe•� I kno o me.
..,...,,
of ry ei
,,,g::: Heather B.Stomas
. Comm.:Hit 384863
'`, Expires:July 10,2027
Commission Expires
&"s Notary Public-Stale of Florida
Personally Known 14 OR Produced Identification CO
Type of Identification Produced:
CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM Version:2025.1
( A0
Other Exhibit/Attachment
Description: Federal Contract Provisions and Assurances
iii following this page (pages 1 through 13 )
nthis exhibit is not applicable
Page 18 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
0d
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 CD
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.
OHS 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 1 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
�Q,O
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
CP"
EXHIBIT I
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
CiA�
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(CPC)Program(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
CPO
EXHIBIT
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
CM)
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
O
11/24
v
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 c
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
C .
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
CAO
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
----------
COLLIER COUNTY
ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT
Status.'Nil;be ,:arilscl lirwerr,arOe statuses redulre the PR ME to either prowde a revnes statement or provide source documentation that validates a
status.
A. PRIME VENDOR/CONTRACTOR INFORMATION
PRIME NAME PRIME FED NumEEP CONTRACT DOLLAR AMOUNT
Chemical Injection Partners Florida LLC 93-3139462
THE PpimE FLORiDA-CERT'F DISAD':ANTAGED VETERAN 5 THE ACTIVrr,OF MIS CONTIZACT.
miNORiTY OP WOMEN 84.1S,!: ENTERPRiSE%
DBE? CONSTRUCTION 7Y
HE'MEE;v•BE,OF HA E SMALL DISAD),ANTAGED
8JS,NESS CERTIFcnr.lot,fear,THE SMALL BUSINESS MBE' \ CONSUL,A7ON? 0
A,DMINLSIPA'TION: A SE R'OCE DISABLED.rEPA', ABF OMER?' 0N
tots ei
Is',II -5L BMISS ON A REVISION? CIT) F YES,REVISION hUMBER
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 WwEE SUBCONTRACTOR OR SUPPLIER TYPE OF WORit,OR Emmcrry CODE SUB/SUPPLIER PERCENT OF CONTRACT
VETERAN NAME SPECIALT' ISee Below! DOLLAR ANIOWa DOLL4Fr5
N/A N/A N/A N/A N/A N/A
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 ISUDNUTTER) TELEPHONE NUMBER FAX NUMBER
mindy.heldinqAcipsolutions.com 941-253-0250 N/A
NOTE:T. mforrnaton is used to track and report art spared DBE or MBE participation in federally-funded contracts, The anticipated Dee or
MBE amount is voluntary and will not become part oi4 the contractua terms. This form must be submitted at time of response to a
sVicitation f and ,Ken aviarded a county contract.,the prime be asked to update the information for the grant compliance fi‘les.
ETHNICITY WOE
'lack American BA
Hispanic rre,ican HA
Native American NA
Subcont As art American SAA
Asian-Paafic American APA
Non-Minorny Women NMOi
other.not of arty-other group listed
D.SECTION TO BE COMPLETED BY COLLIER COUNTY
DEPA,ATMENT NAME COWER DiTFCiTa Ft P'PorSO:RED GPANT PROGRAM/CONTRACT
ACCEPTED BY: DATE
EXHIBIT I-12
11/24
CAO
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 Authorized Official
Mark Stout, President
Name and Title of Contractor's Authorized Official
January 28, 2025
Date
EXHIBIT I-13
11/24
C40
Other Exhibit/Attachment
Description: Landfill DIW MLPS Site Location
* following this page (pages 1 through 1 )
nthis exhibit is not applicable
Page 19 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.I]
eA 0
EXHIBIT A
LANDFILL DIW/MLPS SITE LOCATION
Contractors access to the Master Leachate Pump Station (MLPS) and the Deep Injection Well
(DIVV) sites, will be through the Collier County Landfill main gate entrance, where they will sign
in at the scalehouse prior to going to the MLPS & DIW sites located along the Northwest
sections of the Landfill.
CCLF ENTRANCE
3730 WHITE LAKE BLVD.
Mr NAPLES, FL 34117
al
IMPPF
X .bi,
e10
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.1]
Cl 0
DIW SITE
SPECIFICATIONS
Overview of DIW site:
Diwom
... wole•G DBF4e---,
DUCC•ONWEL,.. e
t ,
\,
04-005 ,,,
lib
,,
e•• ., DIBB.1..PDOZ
/ NAM
• / a ,..-'1.,•••CO+IOW '
MPS•Bee2
,. • i - i INV,6•,`avo;--- ,,,....• to. t OtY1'.V.B•>CO ,,
I 7 ,' DisetV4D03-,
, • ••
. i efeS.CV•4403 ...,‘'...
I ..
LS,..W.D-104 l it kb
'..-- .
• ,..."..,".. - - 1 14 , •C..tielee4,DB•.;.keBeDA• el
1.D•1404 D'OD•. 1 •,.0 „,...., . ' a',,0 I,
z ..s..`" ..,„,e.••• ,
, ket,ceeDDB-1•..1.-3
I•Tetet.ei.C.'s.' •...••••..". _,....' Vi ' „.„,/,/'
ee— ';`,". - ,•.;t C.,.1 o.,.kit.)K,., 1,,k, ,
t , OZDNY
f,:r,....:.,, .4.,...- ,, ,..,.....s.....
''.•>,,,...:..., ,... tuut,by zr 403,---, ,.' .,•' A.91.141"OnlAtt",WE3 A
, .0/ '44.4‘..2.1`....›.,. ,.•"
LOS'JOY B OW e." `..,,,,,,.,•.,........,
...
..,:... . .e.,
B., DADOptty.2.00.
•-,.... 4e-1 ...,e. ,..:;`,..t:•,..:•• All .-^, 11-1 . 07,Av
`,......."' 4 i 1‘;;----:.----
-,-, 4.,It
Dtvw c.v,2 oce.--,,,i ,,,„ ,..,;,. , --czvw 0',
tvtoh.cv'i!,coc ,/ ,4.•
On"'.:;,/2,OtO•./...,0,'"
--
DIW pumping arrangement:
1„ ,
1;:"''
/,ut,reetoter,
VA Dv ttet
„-.• `
—--,., , , , •
4--
,. .,
.e.".'
'`e*.N.'":84. -. ee-,,,,C,":". •-•-- ...,..,,,,,p„mt,,
Pagel of 3
,,t-,
Dual Zone Monitoring well:
# .lc),ZM ZOW
vE ta,TO$wu
wr.tso.,2,rRc 632 Cj ' ,i� r t?ZP.tW•f3V t"00Y
ULMW V"2.003_" 1 `�„.-J' i 1 ^-''r' -r,--�"""'Ct161FV 11V-:""OG!
I f ! -Tt..k'.r1i .0a7 fr^',
` o7P/ C V-z.2C 5 ? � `•� i t .
"a a ,
3G E .f'' ,,,,'' UziAW BV 2 004
'.>a. pLM4YLY"2.00&-V\, .''@ e Q %';;i^
,,
z" ��� �t \\\�' 1 -," yi a- f
....
,fit AZMW-8V-2V ' �� 0. n:
r
x
i7LMW 9V•2"CUB r 3'._,3t �.....,, `�,--.
`�4 I # z 1 axhrrr cv2-oon',
(J " y� --�62MW"$V.2;h73
FROM MASTER 4EAGF±.ATE ..-,y"Y/ ,".S-•I..+'.4Y,B0.037
p✓,p 5TATtUN.._-_.-,_,.......,�
Leachate Tanks:
j1 ]y5 '
i 1 2A�a9 i
t",.,,,, ,,,,;„,;;;;,,,, .. i: ar - y ,,, t, .., , _ At , , ,,,,,,,
p�3Y `'3¢ d air'' s j qa`h� y'' ..,I�Li...�.ua> I -
�Yi•�' y..F g -' Yi t I - ' f v2 p"� t*
SIM
, #, filet .
. 1
_, 1� I i --fist
a'aYPs ar ;tri ti%„.1..'2A,.. >AFM *{
d3
_ �S tCt ewe .TES
�v�^�4 Ct }j -
Page 2 of 3
MLPS SITE SPECIFICATIONS
6"1e�a+c ,: , Emergency Generator
Emergency 6"Diesel pipeline to SCWRF-+ i w/auto1natic transfer switch
b abyy � py` � 7 �� in.,.
n event of power Outage
m�.4! r rta'�'3 �, ` '.„ab � .
ww. Y ` IN r ;� �- o 1K�OFfIY,NOc
ip
`" \loom ~ to
JF 4t,iir sir A?
rY i*Ps�3 ,. @$ 'My C,14 TYF; •X '4 eY oS
F *aS of " 4 a
Diesel bypass Leachate
4 0 �� x ,fit
Pump suction line s, �r
,/l,ls,,x,,.,,j.,N;tl
from wet well I'� .su° ,� k �ti ,. '
;x \ 8 Leachate discharge gi
pipeline to DIW storages `�
10 hp Submersible Pumps (x2) Leachate p,
Discharge lines from MLPS wet well to DIW tanks sea:
Normally Open � 4
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
Other Exhibit/Attachment
Description: Operational Guide
n following this page (pages 1 through 57 ) this
nexhibit is not applicable
Page 21 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.1]
c'�O
1
t,- "' f l r ,
$ '`+ r - i
q ,a ,-- „, --� j
kt
R i
t
E"
y
�4.cs:::::.,,
�:
r ,
\,.
ii '" :* 'y22( � 4'� .' * k� ` j x �� � I w
o-, �, ----.41 ., y
j f j
t.
EA 8 -,i s'. r„
Si R • ...T cif
F ,:,, 11044,q,Y
s g
,ologifigINI
oo
' .so i
OperationaTGuide : i
Ep„e' µI!?�q,,,,,,.„,„;,„„„,,,...,„,:,...,.::,,,,,
.,
Collier ,....:.........
County Solid Waste Division .Leachate Storage and Deep Well .......................................
Injection Facility
„.. �,`. sXx g4:,,'3�'. "'ca .'. � s .;:,,,,,, ,; „,'' t'Y „.: sa
e
` Nicholas I:lenslec 3718/73
".,,,,,,,,,,,,,,,,, consor
,,,,„
FINAL VER: 3-18-2023
Table ot Contents
Section .1 Introduction........................................... ............
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 2 Standard. Operating Procedure ;s....a._..._—.., . 4
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 lank 2-2
2.1.4 Manual Pump Dmi'n 2-3
2.2 Compliance 2-3
2.2.1 Introduction 2-3
2.2.2 7esiin£'inter•l all -4
2.2.3 J of(at qn 2-4
2.2.4.Sanijilirit; 'rac'cdurei�' 2-4
2.3 Dual Zone,Mamitaring Well (DZMW) 2-5
2.3.1 2-5
2.3.2 Design Criteria 2-5
2.3.3 Valves
ties t'
2.3.4 Plant) Controls
2.3.5 Sump 2-9
2..36 , 1isr; ? tj
2.4 Master Leachate Pump Station 2-10
2.4.1 Overview 2-.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
C'AO
FINAL VER: 3-18-2023
2.4.3 Pump Station Options 2-.1.1
2.5 Leachate Storage Tanks 2-13
2.5.1 Overview 2-13
2.5.2 Design Criteria 2-13
2.5.3 A ttac hedCompone nts 2-.14
2.6 DIW Injection Pump Station 2-19
Overview 2-.19
2.6.2 Design Criteria 2-19
2,6,3 Pump ('ontrols 2-19
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
2.7.3 PTEDs 2-2.1
Section 3 Alternate Operating Procedures 3-23
3.1 Series Mode 3-23
3.1,1 .Descriptiem 3-23
3.2 Direct Injection 3-24
3.2,1 Description ,,,,,,,,,,,,,, , ,,,,,, 3-24
3.2.2 Steps 3-'4
3.3 Level Switch Checks 3-25
3,3,1 Overview'
3.3,2 Steps 3-?5
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 Description 3-'8
3.5.2 LST Sump 3-28
3,5.3 DZA1117 Sump 3-29
3,5.4 DJWLPS area,VU177:11 3-29
Job number:W219000FL.04 Page 1-2 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division
CA°
FINAL VER: 3-18-2023
Section 4 „Alarms .........................a...... 4-
4.1 General 4-30
Section 5 Troubleshooting
5.1 Overview 5-31
5.2 Flow Complications 5-32
5.2.1 Injection pump showing running but not showing/low in S(.'A 1)4 5_,??
5.3 Level Complications 5-33
1.3.1 Level Sensors 5-33
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
. .8.1 1201'(control)power loss
Section 6 Emergency Operation Scenarios ..............n.....na 5
6.1 Power Outages 6-35
6.1.1 Deep Injection Well 6-3.5
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..l Superficial Damages 6-36
6.4.2 Tank Seams 6-36
6.4.3 Weather Events 6-36
6.5 SCADA Outages 6-37
6.5.1 .harms 6-37
65.2 Procedures 6-37
Job number:W219000FL.04 Page 1-3 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division
CAO
FINAL VER: 3-18-2023
Section 7 Maintenance -3
Section 8 Safety ...............w... �w�.#,������.�.....�.... x���� ...... ��...d -
39
Section 9 Limitations-----_—_—....
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 C
40
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 i Introduction
1 . 1 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
CA0
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
cAo
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
Primary Alternate
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
coo
FINAL VER: 3-18-2023
1..4 Alarm Code Cheat Sheet
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
i]1,A,PIl 401 hill AIM Lower Monitorl`ve.i High hill Akira .ST :K at Ha-h ALM ...r.St act Dick!High High Alarm
DIW PIT 401 HI ALM Lower Monitor Well PSI High Alarm LIT SUMP ALM .DiW l.rurnge Tank Area Sumo Alarm
DIW PIT_401 LOLO_ALM Lower Monitor Well PSI Low Low Alarm LST_SDV004 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
DIM PLL:_COMM,EvROk Deep Injection Well PLCCemmure cation Error LST SDV002_ALARM Leachate Storage Tank 2 Inlet Valve Alarm
DIW PUMP LOW FLOW ALARM Deep Injection Well Pump Low Flow Alarm LST_SDV001 ALARM Leachate Storage Tank 11nlet Valve Alarm
DIW SAMPLE SLlMr'ALM Di Sample Are a Sump Alarm LFS CWEATHER COMM_ERROR Weather Station Comm Error
DI W_SDVOSO_ALARM Deep Injection Well Bypass Valve Alarm DIW P1_FTR Deep Injection Well Pump 1 Fail to Run S
DIW PIT 301 LO ALM Upper Monitor Well PSI Low Alarm DIW P1_FAULT Deep Injection Well Pump l Fault Status
WMI_ALERT_LS_LIT_LAHH WMI notification of high level alarm ST TKW2 LSL Leach ate Storage Tank 2 Low Level Switch
WIN911 TEST_BIT This is a test of the Wi n911 System DBP COMM ERROR Diesel Bypass Pump Communication Error
DIW-PIT 301 LOLO ALM Upper Monitor Well PSI Low Low Alarm LFLPS_UPS LOW BA7 H UPS Alarm Low Battery
LFLPS_DBP FAULTED BYPASS PUMP FAULTED LFLSP_VALVE_POSITION ALM Plant and DIW Valve are both Open or Closed
LFLPS_OBP_N OT 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 Leach ate Pump Station PLC Comms Loss
DIW PI- T_301_HI_ALM Upper Monitor Well PSI High Alarm LFLPS_PUMP_2_FTSTP_H Pump 2 Failed to Stop
DIW_PIT 301 HIHI_ALM Upper Monitor Well Hlgh High Alarm LFLPS_PUMP_S FTS H Pump 1 Failed to Start
121W P3 NO FLOW ALARM Deep Injection Well Pump 3 No Flow Alarm LFLPS_PUMP 1 FTSTP H Pump 1 Failed to Stop
i_;T TKiXI2.LW Leachate Storage Tank 2 High Level Siiii, LFLPS_PLC MAIN_PFR H Lift Station Power Fail Alarm
DIW P3 FTR Deep Injection Well Pump 3 Fail to RunS 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
DIW P1 NO FLOW ALARM Deep inl.. :Ah+.,1 LFLPSTP1011 SLR_H Pump 1Seal Leak
LST TK002_LU ALM Lvacr •, LFLPS_P1011_FLT H Pump 1Fallure
LST_TK002_LOLO ALM Leachate Storage Tank 2 Low Low Alarm .FLPS_L SH_1iX)D_H Lift Station High Level Aia rm('rioatl
LSi_,Tx002 HI ALM Leaciium Storege Tank 2 High A itIrrit LFLPS INF_VLV FTCLS H Influent Valve Failed to Closed Alarm
WMI_DAILY_TEST Test bit for WMI email testing Liiit.PS iLOW_FLT_ti Flow Signal Error
i.ST_TEDDO2_HIHi AI.M Leachate Storage Tank 2High High Alarm LFLPS DOOR H LCP DOOR OPENED
LSI TKO M LSI._ Leachate Storage Tank now Level Switch PRESSURE_HIGH DIW Pressure Hi Hi
Lsr_TKOC1 LSH Leachate Storage Tank 1High Level S•wlk LFLPS_DIW VALVE FAIL_TO OPEN Effluent Valve to DIW Fail to Open Alarm
LST TKOOS LO_ALM Leachate Storage Tank 1 Low Alarm LFLPS_DI W_VALVE FAIL TO CLOSE Effluent Valve to DIW Fall to Close Alarm
LSi TK.001 LOW ALM Leachate Storage Tank l Low Low Alarm: LFLPS_1012_AMP_FLT H Pump 2Amps Error
LS7TK001_HI_ALM Leachate Storage Tank 1Hrgh Alarm LFLPS_1011_AMP_FLT H Pump lAmps Error
LFLPS_P1011 OTR H Pump lOvertemp
EV
Alarm Iist.xlsx
Figure I Full Ecliruhle Alarm List Link •
Job number: W219000FL.04 Page 1-3 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division C,
Ap
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:
D
WSA_Collier C and
M Manual_12142021
I igure 2 14/SA Dram O&M Manual Link
Additional process information and drawings can be found in the Golder submitted operational
and control philosophy linked below:
D1A6F755.pdf
Figure 3 Go/der O&M Manual 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 LG: Level Gauge MS: Motor Starter SFST: Soft Start
CMB: Combiniatinn air/vacuum DPG: Digital Pressure Gauge UT: Level Indicating Transmitter P: Pump IMP: Temperature gauge
CPMP: Centrifugal Pump DZMW: Dual Zone Monitoring Well LS: Level Switch PG: Pressure Guage VFD: Variable Frequency Drive
DA: Digital Analog FLW: Flow Meter LST: Leachate Storage Tank PIT: Pressure Indicating Transmitter
Number Eqpt Function Desciption location long Location Instance ID Tag
ASSOC Short
1 T1 LIT Tank l level radar level indicator Top of tank 1 LST 001 LST-LIT-T1-001
2 T2 LIT Tank 2 level radar level indicator Top of tank 2 LST 002 LST-LIT-T2-002
3 T1 LS Tank thigh level switch NW side of tank 1 LST 001 LST-LS-T1-001
4 T1 LS Tank S low level switch NW side of tank 1 LST 002 LST-LS-T1-002
S T2 LS Tank 2 high level switch NW side of tank LST 003 LST-LS-T2-003
6 T2 LS Tank glow 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 l LST 001 LST-LG-T1-001
8 T1 LG Tank l mechanical level gauge North side of tank 2 LST 002 LST-LG-T1-002
9 IP1 LS Injection pump l flow switch Injection pump pad south IPS 005 IPS-LS-IP1-005
10 IP2 LS Injection pump 2 flow 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-IS-IP3-007
Figure 4 Excerpt from Equipment II)Matrix
Collier County DIW Master Valving Matrix —
MOV: Motor Operated Valve DV: Gate Valve CV: Check Valve &FV: Butterfly Valve BV: Ball Valve
SGV SubGrade Valve PGV: Plug Valve
Number Sim Type Description Location Long Location Instance ID Tag
(Inches) Short
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 LSTs 15T 002 LST-MOV-6-002
3 6 GV Tank two influent valve SE side of tank 2 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 LSTs LST 007 LST-MOV-6-007
8 6 MOV Tank one effluent valve NE of LSTs LST 008 LIT-MOV-6-008
9 4 GV Pump 1 influent valve Injection pump pad south IPS 001 IP5-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 ii)Matrix
l'r
Valve and
Equiptment Matrix F
Figure 6 Valvee and Equipment ID Matrix Link
Job number:W219000FL.04 Page 1-5 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division CAIp
FINAL VER: 3-18-2023
Valve Locations
Below are several drawings that show the location of the valves listed by tag number for the
DIW and MLPS:
\\ \.\ W DI001
EXISTING DEEP ---1
\ INJECTION WELL.
\�\ `\ 1. 01W-GV-8.023.
DIW-GV-8-002
.\ �\ :. DIW-GV-8.003....••�
.10
! \\
LST-G8005 ' _DIWPS P.003
LST-GV.G.pOG ..... / PUMP
Tar*R1 LST•CV 3-004 LST-GV-3.010
I —`� /� DIWPS-P-002
I! l LST-GV 3-DOH �' ��`��� / /'--PUMP
�' '" t DIW-GV 6 009 wi, --DIW GV 8 00-T ,y
l q
�' PS-GV-4-003--"� s`: p-♦?11
PS CV-4-003- • /�
Tank l2 PS CV 4 002--� ~' 4". I 1 � ,•�IP5-BfV B�fi?0
1 ��a s; P GV 4-001 ,ti ti �or• ,(
J y± PS-CV-4 001
Pa GV 8008 Yf 0® >y.IPS-GV•8.007 ELECTRICAL PANELS
N .
Aft ° /--EMERGENCY GENERATOR
• . LST-MOV8-007 - �q4' j-,„ , 4 '•
i' . LST•GVa=013 '\ 48ti n 1,0Ir
, --ELECTRICAL PANELS
' 'i""`t,�• ... 6.003 LST•GV-3-012° \ %
'.,. j LST-MOV-6-066 4 �.`�� U O.• j,•� DZMW
1ST MOV-6.001 F' y`��,�:•••,. `. DZMW-EV 2 003-- I /'MONITUAL ZONEIN
E �44� �` I' / MONITORING WELL
IST-MOV-S-002.... `,x"..- .�� '0, ,//
`` •
`• ...' 8a_4`•h+�.,. , �,,, - �0,`.: R---- DZMW-BV-2-001
, � ?•Sa �,\ pi.- -—D2MW BV 2002
�' gs �, •' 3# •"..........DZMWBV-2004
Y
2 �11 `t I•~ '--^DZMW-eV2007
DZMW-CV•2-905--'%'/rr .rj •~ -"• -DZMW-8V-2.006
DZMWCV-2.006 f\ ys� �`- DZMW-BV-2-008
DZMW-CV-2.0007 _ye'
_14
I.'igure 'D./li'Valve Location Map(Overview)
Job number:W219000FL.04 Page 1-6 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division an
0
FINAL VER: 3-18-2023
t DIW-001
EXISTING DEEP INJECTION WELL
.,JNOEN CONSTRUCTION)
1
1 T
I /
i 02/
/ DIW-GV'8'029
' --OIWGVB'0O2
�Il;a, •,.. /-LD.e•.noeo•uv
I N,.„,,,yp
�. '--LS1-GV-3-010
I�L.
LST.cV.3.00'.— I. j -IPS'BF'v-0-0,I
1.8TGV 5008 -'—' j ''
PS•BFV'8'OfU
IPS-GV-4'009-\ II♦`i.T ._ _r--
IpS-CV-4-003--,- `-..``DIW-GV-8C 9 \.._._-. � __.... Yle.y4(� - --
IPS GV-400? ,-- \ �. �I ,8.�
iii
IPS'GV 8-008 `p ® I \
� \ � �. e
\`\ `. . ma,,,,.. o� ; ,
\\L 4� uL I v -IPS GV'6'OOT
...k ,' I mom .:�'�
` r
.Jc0 j. ELECTR,AL PANELS
Figure S IPS Valve Location Alai)(detail)
Job number:W219000FL.04 Page 1-7 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division
CAL
FINAL VER: 3-18-2023
' s.DZMW
DUAL ZONE MONITORING
/ //''7
<, \:\ I 1
r-SW-2'-P080-032 ,; J WF.L4.
,/--SW2^-6060-033 ( I -
` ''
,�;,.---- DZMW-BV-2-00I
DW-2"-H060.023
y r .d DZMW-BV-2 00
DZMW-BV-2.003--.,r` .--r -/—
TL-8'-HOBO-001 i i
a; DZMW-CV-2 005 -, / 1`•! r'"
3.04
// '' , DZMW-CV•2006 --
Z;. DZMW-BV 2-006 �., \ �,,,, I I N
.-'" I `�`` .�. �'-SW 2"-HOB0 Ott
' ` _,.
' I� !DZMW-BV•2.006 "�Z,-. i • �
`\`� ,` 4:: I ` a `— DZMWCV-Z-0007
1
` � ` OZMW BV 2 007\.FROM MASTER LEACNATE � � \�-SW-t^-BOBO-oar
PUMP STATION Vi'�
Itgui e 9 1.)ZAl117 Valve I,,, at,tea flap(,),4,i1)
Job number:W219000FL.04 Page 1-8 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division C4®
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-I LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division e
FINAL VER: 3-18-2023
2. 1.1..3 Valves
Collier County DIW Parallel Mode Valving Matrix
Number Size Type Description Location
1lnches) Vp p 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 transmition line iso Along transmission line @ landfill west road 3 MLPS MLPS-SGV-8-007 0
SO 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.A1tade Valving MMatrix
2.1.1.4 SC.4.DA
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/DTW Operators Manual
March 2023 Collier County Solid Waste Division
Coo
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, 1.2.3 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 5 LST-GV-6-005 0
8 6 MOV Tank one effluent valve NE of LSTs LET 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
Figure II 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
Size Location
Number (Inches) Type Description Location Lang Short Instance ID Tag Image
1 6 MOV Tank one influent valve SE of LSTs LIT 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 S 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 LOT 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 1ST 2 LST 12 LST-GV-3-012 0
27 3 GV Sump Discharge valve to Tank 2 NE of LOT 2 LST 13 LST-GV-3-013 0
Figure 12 Tank Draining:Scenario halving Matrix
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.E Manual Pump :[:)awn.
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.
12 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
March 2023 Collier County Solid Waste Division
CAO
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 'USA I)IU'Monitoring Protocol Link
For reference, a copy of the most recent FDEP operating permit for the DIW can be found in the
link below:
Exp
2027-05-09_WACS II
Figure 1-I 1)11+'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 (.:)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
xr x r,-,
>" 'a x ask. i,. r^� poi i :
+%
q,
kvV.
KE 1t' 1:f�"... if• -. .
r ., w i Lower Zone
lik.
4., .,,,..,,,A, , -,,,, , , , ------,„ - ,, , ,
t Upper Len, "--''�'
Figure 15 LDZAIW I'peer and Lower Zones
2.3.3 Valves
2.3.3. 1 Surnpling/p urging 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
•
•
FINAL VER: 3-18-2023
2.3.3.2 DZA W Valve list
Collier County DZMW Vale Matrix
Number Size
1 Type Description Location
(Inches) p Location Long Short Instance ID Tag
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 D2MW-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 01W 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 LST2 LST 12 LST-GV-3-012
27 3 GV Sump Discharge valve to Tank 2 NE of LST2 LST 13 LST-GV-3-013
Figure 161.)/MW Overall Valve Mairir
Job number: W219000FL.04 Page 2-7 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division
CAC
FINAL VER: 3-18-2023
2.3 3.3 DZ,V1TV valve map
ELECTRICAL PANELS-\
fri.
,- SSW-2"-HOBO-019
1 DZMW
-[11
/ DUAL ZONE MONITORING
SW-2'•POBO-032 '�'-/ - 'WELL
SW-2'-BOBO-033 � %_:----DZMW BV-2.001
OW2"-H080-023
UMW-BV-2-003— I 011100111111
�--^D2MW-BV-2-002
TL-8'-H0130-001 c°III ®� - ram,•
?� ` DZMW-CV 2-ow 1 r,`-- "'p. _"%.:i'--D7MW-RV-2-004
DZMW BV 2008>tg„y^`` -1 " -
k.
Rt�•�:t. ``A- II e p9,•yo \jam
`2•.' .� `t.' SW-2'-H080.021
DZMWBV-2-006 1\
,` :.. I �'`- DZMW-0V 2-0007
"" 2 '
II (-
` '` `11, DZMWBV-2-007
9�ij
i
FROM MASTER LEACHATE_41J SW-1'-DOBO-037
PUMP STATION %•
I igere I"t)ZMI-MW 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
• ai !ate
•
a a
Lnwrr lure Vump4
-°r 7
MAP
.:3 ..
t-aa.
'f ,&
I
r tl� ,_ 1 4r 1 P
Reset Sc
d 'M 8s h Figure IS i)L.AIW l'uinp C'ontrn/s
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 M isc.
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
2A . ' .Ast r Leachate Pump 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 Leachate
Pump Station OM m
Figure 19 MI PS CC O&1f Manual
MLPS SOP.docx
Figure 20;11I,PS 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
[II
Landfill 8in LFM
MLPS to DIW As-Buil
Figure 21 MLPS 8"Main to 1)1117 Drawings
D
1-7 Backup Genset
at the MLPS SOP 20.
figure 22 A.1LPS Backup Generator Manual
_ , r' , •
V.
ti:
I' OP
S
are
1 —,_.1. _ — -,,,,:-,-. - - ..z:::,-- I/7 ,:til 7,---„, P-( i - -
i 1 - k wn 1w:w mn ..' .. i ;" .'
iri
it
,„..
.,..,. . - '
,-� Subma+sPA Pump . °" ,,' A�.
...„
l'a ..
,I,.P _
� ti .es ^'� � �'d M
12i.'urn'23 .'tfLPS Pump Station Piping Oven iew
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 C,A
0
FINAL VER: 3-18-2023
2.4.3, I 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 be 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.
11
f._
-444
gym• - t4r
w. >
MW .E +, '4 �� _ •�;
„A ': i r b altiaiur.v ' � Mr
gem s µ, 'd�YK�+rr@ 3Kyr .7 6
\eI
4164 c
/Figure 24 >'alving Iiir I.,SI''1,14'at the.19LF'C
2.4.3.2 Warren 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 D.IW/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 CA
FINAL VER: 3-18-2023
- ..,. t, 400,„.c'' ,' ' ,t4.- 4„.. °
ii
$
i
{
r - , 4 , - ,. ' ..„. , 4, ----..,::::, , 17-4...jti.„' - ' ,,..__, ' ,,,, ..
, , , ..,-,., --,, , -----, , ---,-, i '4141i.:i :-.4.-..; , 4111!
�.'a"v.«u£.. .. . ..0 mkw"..
Figure 2.5,IILPS I'alves to Warren Street I RF
7.5 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.
2.5.3 Attached Components
4
1 DA]Hil 41. ST
Y 3 _
11
sr LC oD-aoz
CI tS-031-LLLI
'+ —' �I j } tSTiC-A+.Mzi a ...... 111
as
,. .,R �,. ,ta, ��nu� �� � .,a5]+c, �ri •� �—.. ]+Y.csoc]ta `3 .� 13t*nAc u�an
+r soaae■ a,. x.
L7'7.va�wap 'rM vne+mora4we7ue
tsr..Fv-+uoaz:-v..orc+.no..vww
ISFCG('ACC fC1 OEor( +a tort
Figure 26 innolated Tank Attached Equipment ID 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 backups stem to warn tlle,operator or,protect the pumps should the radar level
sensors fail for 1101110 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 alarm in SCADA, however,
future plans may integrate 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 cAO
FINAL VER: 3-18-2023
'..5 3.2 Temperature 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.
t
Y
�
a
t
Odor Control
fix' 4 .
t
I I ' I, ,i 4.
Ilit any,. 4; v'� i i. .T
' t Y '..
t 7///17///izet i , 1, w Na II -�,z
:' y ,'� k Odor-Control}. 1, •.a �� } ', �,3
ff" 1
1 d
; s-,i
. IA , ,,. . , , ,,
t."
figure 27 Odor c'curtro(Device,
Job number:W219000FL.04 Page 2-16 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division
CA
FINAL VER: 3-18-2023
1.5.3.4 .4i`/l'acuum relief
'} ' t r. "
d
ewe VittVe
' ''''' ''''' , ''.k.:;'1:°k.7'.4*-11:ril!4!,-,1".' t'41'..--1 '7:i LE:.,
1 ''', w
Yu f
,' .. .44,.� ,, a� 88$ _
t
Pigara 28 4llr,7'acuum Relief Valve
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/D1W Operators Manual
March 2023 Collier County Solid Waste Division CA
0
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.
S
, i al
,,:✓ y
JAW
Ai
a Overflow Pipe $'-0" ji ''
' � °e we o `� • 'i,
C
'illt
i? A ry, 11 jjj Y( i Q
1 wMks
lit , 1 ,,•4, �
�,w;, + --^.mac r.., U 1
A ,
1 t: CIF
Screened i ,.. 'b +� ., €
J trap "4 ',.. - a
,'" z,
,,,,,, ,.,, ,,,,,<:, ,,,, , ,- - -Iwo- , -
Figure 291ST Overfirni-Pipe
Job number:W219000FL.04 Page 2-18 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division eA
FINAL VER: 3-18-2023
2.6 DI NA' 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 also on the IPS pad. The sump is a 2" 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 and has very little slope it can be prone to clogging with leaves and other such
debris and may need to be blown out with a hose 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
3 3 f faase ±
St;rga ,_..°� � arm „. , q '7 «w
Protector �,_ 1 _ ,.,- s„ }a. :,., Panel
a 480VottBreaker .,40 t
4
: ., volt Breaker43',• u
r'
` ° Pane! `"
$ az Panel
`�. E Av `fir y z iii
:4.
n .. K 4. h8
Transformer
s e
•.. r
33
Figure 30('ircttit Breaker Panels
2. 7.2.2 West Rack
le
a, -- ____ _
1111
•
011
•
.:.=6 ry,°$ 111
•:1 1 ..... w.
11111111111111111.1111111
Figure 31 West kYe crricat Rack
Job number:W2 19000FL.04 Page 2-20 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division
CAO
FINAL VER: 3-18-2023
2.7.2.3 East Rack
, Ili
ffi
rt t_untirri ocx
1E w r ��a� ,1t 9 1 �l ` ���Il r^o/ �/�o
t r
Figure 32 East Electrical Rack
2.7.3 VFDs
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 Putnp 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
CAO
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 VED Information
For detailed electrical information about the VFDs please see the equipment submittal embedded
in Figure 33 below:
1
Submittal
262923-001 VFD Pac
Figure 33 Variable Frequency Drives Suhnrit,al
Job number:W219000FL.04 Page 2-22 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division C
A®
FINAL VER: 3-18-2023
Section 3 Alternate Operating Procedures
Series Mode
31 .1.1 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
CAo
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
0,10
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
Coo
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
c10
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. I 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 infection pumps to tank
[fill in steps if this becomes a likely operation]
3.4.2.4 Qf floading 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
0,10
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.
"�;.• 3 ..fey. 8
I
1 1
,��
,%t,: ,` r ?,� S .t ay ntn N
...' „M.ro- fi„' '. : -�: �r '' �S�4 rT%
yy �-° { °+:b b 4li`a''@'� 3°W,g+tY`y.�°r.. ry�y�'` .,., •-.a$ji4��..� y�J.d . 1{'a" +qy�•
/"v-..`ri +i 4?, !
Figure?-1;S'urnp I)". ha'ge hue
3.5.2 1..,ST 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
CAO
FINAL VER: 3-18-2023
F
_ 4 �. ..*'`� ; h,7
.}iunYalvi �; , .v WYctdL$$ t€, , •.
.,, •xy. k > t
�' vow,vet ,5i't ins �G .' T. ,S
t d
x
�' r 9
a
.4-1V . ..,... ,' ,,,,,,,,,!,„,c,,,, ,,,,i,,,,,,,,, '''- "L.'ibti,,,,,..0.„-,,;',:;rt:tr,,',r,,,^:,:'44;,,,..:1--,eatotT. cy.,
3.5.3 D2..M VV 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 DI WLPS 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 manifnlded 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 Manua}
March 2023 Collier County Solid Waste Division
C40
FINAL VER: 3-18-2023
Section 4 Alarms
4.1 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
A0
FINAL VER: 3-18-2023
Section 5 Troubleshooting
5.1 Overview
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
CAO
FINAL VER: 3-18-2023
5.2 Flow (7,()/nplications
-'\
5.2.1 Injection pump showing running but not showing flow in SCADA
(3. t,-,,:',.
/
Injection pump
,„
es the field
shows running but .
Is the pump /meterD° show any , -N efftohlrestathehihasete:06::1?mmvaPive'''' Yes* gnatpt°1:14:::':11;3:::v17.•
no flown SCADA .!.. running in theYes' flow/
field?
No
,
Y
N
/\\
:
/ \
,/ \
Will puinp rutX i
Is the pump now\\i Yes / the in local r,ontroly
showing flow? Is thecoprureactipipyalv/ed'•..
\ ,
• npoei,7shtiolewPfleovymp
yes
No
—
1 .
Yes YeS r
No
No
‘, MigINTRIM
yes
v
* , ,,,,,,v3:,m p.;„::., , ,,,.e.Nt.A.;•i,04,,, ' , ,,,,,,,. ,., .,,,,,,, ,,':.,,,.
.e. 7
,,;?:Ft,._:;„ij,:4,443ivi,:d upti,4, 4
. k..1.''*,ki.li riA4V1?;:'; ntl,:,';,:A'fi
' '•:-;`,',,,`:i' .. ',':',"":'",5 5,;,;1.14 "ni ':4',: 7,,,t.T.:.4;,'''!:''.:,;.rv., 674',,D.,..,.. .
V•k0''' O''I' ':•"!'-'::: ',:-:'',g:''''
.•'..,','Ai,•lIl ,;.,:ii..v',;•.,,,.:,,,;'<fa,,,KAW'..? ' %+1,":!714'1 V'. '' ',''''''''''+1,'',441,4.., ''''..i 110.10),*),P'''44;:,!;',,'
R '
. •
'''''4544 .;,i;114iililA'-'1
,. ttg.,•t,,,,-,kr.`.K,i.i.:!...,„,A;.r. Wei.04;t4,..q;',','',", ''''' ' '
• ,'",wwirA Rt*tk ,',hirso ''''''''''""
Figure 35 E.. ainnle h
el at 1
ionic-hart
Troubleshooting
flow chart.vsdx
Figure 36 Edirahle Row Chart(Created in Visio)
Job number:W219000FL.04 Page 5-32 LST/DIW Operators Manual
March 2023
Collier County Solid Waste Division
CAO
FINAL VER: 3-18-2023
.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.
5.3.1.2 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 Pressure 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
CAO
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.
.6 _e $ 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 Sumpfailure
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 120V (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 CA0
FINAL VER: 3-18-2023
Section 6 Emergency Operation Scenarios
.1 Power Outages
6. l .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 C
40
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 6A 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 caned 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
Ap
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 S+CADA. 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/DIW Operators Manual
March 2023 Collier County Solid Waste Division CAO
ANAL 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.
0. M6W0f„„, DBIIY Weedy Monthly Selrf Annually Yearly •S Veen
•
fte .M Val*, gM nrYM.M
rywe6
s MUe.velw Caney .,. ..,.......,...
Double Door Cho&Valve
Praaave Sanwa
Pratsur•Ga."
flaw Mwter161M1 wra4. c r. e o w,..,r•-•
flow M.Mr.lal.nl
ur.lrwMn lelkew.l Pawn..
Laval meter.bwa uMiwn t .. •••,. .n.r
pups Aluurc.
Maintenance
Procedure List R3 NE
Figure 37 Link to Maintenance Task Matrix
Job number:W219000FL.04 Page 7-38 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division
CAO
FINAL VER: 3-18-2023
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
CAo
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:W2l9000FL.04 Page 9-40 LST/DIW Operators Manual
March 2023 Collier County Solid Waste Division
CAO
Other Exhibit/Attachment
Description: Example Preventative Maintenance Schedule
• following this page (pages 1 through 2 )
nthis exhibit is not applicable
Page 22 of 22
Fixed Term Service Multi-Contractor Agreement
[2024_ver.I]
C11 0
Item ManOfdclurer� to ._...._.-r .,_.... ._.... .....___. ._.._, ...._
Oe.c ptron M anne
x Y Weekly Monthly I Semi Annually Yearly r5 years
Gail
CombMatson Air Release Valve DeZurle 316Stalnless Steel 150pz,S de Body I Items In oat o a eeg s operator level eases—
cftsst X mate
terns in are designated as professional level
Butterfly Bah,. DaZm* Ductile Im3.290n,Rubber Seated.GsSerles.AWWA A r. r tasFs.
Submersible Grinder Pume Gould: 060,Dual Seal I '] r ..••tee. _—__---- Ire rest ___. ,_
^_
Full Port Tact WOG Ball Vance ra Chen International Carbon Steel,Threw.Threw.Enos I I
DO Bail Valve American Valve A000 Sells flanged Ball VaNe II .•'
flanged Gale Valve Kennedy VaNe Seated.AWWA.250 PSI 1 I� �—__—_—__yy
Swine Check Valve Kanm0y Bronx III,,,,,,-- ���
Vporq Ball VaNe De2urll Slabless Serer.Roma Actuator ,
T—
Vpon Ball valve Actuator Rotate 101M4M
v .. _ ..... ,....ii.
Double Door Cheek Valve De3ud1 Gum.Iron Botly w/Sx nlenSLeelAuessorks �YbLYW
Pxewre Ynwn Roseman Demonic Milne pressure meters sans
Pressure Gauges Atilcrofl Wine analog pressure sauges w sI ___— �_.—__ ._.__ ..____
_ .... ..
Plow Meter 161mF1 ManeInline mag meter 11geY/
non/meters IS Ina Prolim Inllne ma.meter u
.
LwMMaxnlelenronlol Rosemount Radar Level SensorsSensorsIr.l ( ..,;... _____.
Level meters lanalaRI llneown Tan.mounted indicators(Puaay*Vateml
_T Differentia pressure Gauges Ashcroft Differential pressure gauges On strainers , __
Temperature ...rot gauges Analog he temperature J
ir. mperanu L�L333���reeeWWW
__ __ __ _ _ _ _.,.
�u ..,..r.v...,r..
level Sensors Rosemount Electronk LmlSennrs r.r
4 :44�
.Alli IN
nen Pumps Goulds 30 HP•t!Nwl Pump, ,roe os e. ,a«,
Pall vs.; .,n.,en ip to 3"b.q wtw ICI .. "AA,. .. —.----------
PIa,9e,M1ee4 Reline SubnM[e.httka at 03AIW WA
om e�w,vol nearea Ptaee..mm e.roPdt.m, # .�
Lea.01).AlI11AlS 1)+All:Az.A FlalEa Aqua Stme 5pk I '3'y mltm a+M�.wM1 9
I1.V5 Pa+,Inetlateel unka _ ttlaKervhP, <d}G }
a :IT7 t