Loading...
Backup Documents 09/26/2000 RBOARD OF COUNTY COMMISSIONERS REGULAR MEETING SEPTEMBER 26, 2000 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA Tuesday, September 26, 2000 9:00 a.m. NOTICE: ALL PERSONS WISHING TO SPEAK ON ANY AGENDA ITEM MUST REGISTER PRIOR TO SPEAKING. SPEAKERS MUST REGISTER WITH THE COUNTY MANAGER PRIOR TO THE PRESENTATION OF THE AGENDA ITEM TO BE ADDRESSED. COLLIER COUNTY ORDINANCE NO. 99-22 REQUIRES THAT ALL LOBBYISTS SHALL, BEFORE ENGAGING IN ANY LOBBYING ACTIVITIES (INCLUDING, BUT NOT LIMITED TO, ADDRESSING THE BOARD OF COUNTY COMMISSIONERS), REGISTER WITH THE CLERK TO THE BOARD AT THE BOARD MINUTES AND RECORDS DEPARTMENT. REQUESTS TO ADDRESS THE BOARD ON SUBJECTS WHICH ARE NOT ON THIS AGENDA MUST BE SUBMITTED IN WRITING WITH EXPLANATION TO THE COUNTY MANAGER AT LEAST 13 DAYS PRIOR TO THE DATE OF THE MEETING AND WILL BE HEARD UNDER "PUBLIC PETITIONS". ANY PERSON WHO DECIDES TO APPEAL A DECISION OF THIS BOARD WILL NEED A RECORD OF THE PROCEEDINGS PERTAINING THERETO, AND THEREFORE MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDINGS IS MADE, WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. ALL REGISTERED PUBLIC SPEAKERS WILL BE LIMITED TO FIVE (5) MINUTES UNLESS PERMISSION FOR ADDITIONAL TIME IS GRANTED BY THE CHAIRMAN. IF YOU ARE A PERSON WITH A DISABILITY WHO NEEDS ANY ACCOMMODATION IN ORDER TO PARTICIPATE IN THIS PROCEEDING, YOU ARE ENTITLED, AT NO COST TO YOU, TO THE PROVISION OF CERTAIN ASSISTANCE. PLEASE CONTACT THE COLLIER COUNTY FACILITIES MANAGEMENT DEPARTMENT LOCATED AT 3301 EAST TAMIAMI TRAIL, NAPLES, FLORIDA, 34112, (941) 774-8380; ASSISTED LISTENING DEVICES FOR THE HEARING IMPAIRED ARE AVAILABLE IN THE COUNTY COMMISSIONERS' OFFICE. LUNCH RECESS SCHEDULED FOR 12:00 NOON TO 1:00 P.M. RECESS SCHEDULED FOR 3:00 P.M. FOR THE DEDICATION OF THE DR. REVEREND MARTIN LUTHER KING JR. SUPERVISOR OF ELECTIONS BUILDING 1 September 26, 2000 ***Commissioner Berry absent as reflected by 4/0 votes*** INVOCATION - Reverend Robert Jacobs, Messiah Lutheran Church PLEDGE OF ALLEGIANCE APPROVAL OF AGENDAS Approved and/or adopted with changes - 410 APPROVAL OF CONSENT AGENDA. APPROVAL OF SUMMARY AGENDA. APPROVAL OF REGULAR AGENDA. APPROVAL OF MINUTES PROCLAMATIONS AND SERVICE AWARDS A. PROCLAMATIONS 1) Proclamation recognizing the Department of Public Information on receiving awards in the National Association of County Information Officers "2000 Awards of Excellence". To be accepted by Jean Merritt, Department of Public Information Director and Kady Arnold, Video Production Specialist. Adopted - 410 2) Proclamation proclaiming October 1-7, 2000 as "National 4-H Week". To be accepted by Sarah Riger, President of the 4-H County Council. Adopted - 4/0 3) Proclamation proclaiming October, 2000 as "National Domestic Violence Awareness Month, 2000" to be accepted by Sheriff Don Hunter and Kathy Herrmann. Adopted - 4/0 4) Proclamation proclaiming October 2, 2000 through October 8, 2000 as United Way of Collier County Campaign Kick-Off Week. To be accepted by Mr. Jerry Thirion, Campaign Chairman of United Way and Ms. Shannon Anderson, Campaign Development Director of United Way. Adopted - 410 s) Proclamation proclaiming October 1 through October 8,200 as "Mental Illness Awareness Week in Naples" to be accepted by Kathryn Leib- Hunter, Executive Director of NAMI of Collier County. Adopted - 4/0 2 September 26, 2000 SERVICE AWARDS Presented Added: 2) Denise Blanton, Extension Services - 25 yrs Murdo Smith, Parks and Recreation - 25 years C. PRESENTATIONS 1) Recommendation to recognize Peggy Forsythe, Secretary I, South Wastewater Department, as Employee of the Month for September 2000. Recognized 6. APPROVAL OF CLERK'S REPORT A. ANALYSIS OF CHANGES TO RESERVES FOR CONTINGENCIES. 7. PUBLIC PETITIONS Am Request for Public Petition to Code Enforcement Case No. 1999061081 - Removal of Java Plum Trees. Dale L. and Cheryl A. Horbal. No action taken 8. COUNTY MANAGER'S REPORT A. COMMUNITY DEVELOPMENT & ENVIRONMENTAL SERVICES 1) To provide the Board with information on efforts taken in the Code Enforcement Department to enhance department efficiency and increase proactive patrolling for violations. Report given 2) This item has been deleted. 3) A resolution authorizing submission of an application to the U.S. Department of Housing and Urban Development (HUD) for Urban County Qualification for participation in the Community Development Block Grant (CDBG) Program for fiscal years 2001-2003. Res. 2000-339 -Adopted 4/0 4) Response to the United States Army Corps of Engineers (CORPS) Environmental Impact Statement (ELS) Final Report (July 2000 Draft). Staff directed to forward comments to the Jacksonville District CORPS as outlined by staff 3 September 26, 2000 5) Approval of an Interlocal Agreement with the City of Marco Island enabling the County to provide regulatory oversight, permitting, and inspection services for explosives, excavation, well construction, and groundwater protection permitting. Approved - 410 B. TRANSPORTATION SERVICES C. PUBLIC UTILITIES 1) Amend Professional Services Agreement with Hole, Montes & Associates, Inc. for engineering services to expand capacity at the South County Water Reclamation Facility, RFP 93-2121, Project 73949. Approved - 4/0 2) Approve Purchase and Sale Agreement for Transfer of the Marco Water and Sewer District Assets to the City of Marco Island, adopt a Resolution approving the findings and facts relating to the Marco Island Water and Sewer District, and approve Interim Maintenance and Billing Service Agreements. Res. 2000-338 -Adopted 410 D. PUBLIC SERVICES E. SUPPORTSERVICES Moved from Item #16(E)5 1) Approve a Three-Year Lease Agreement with Ford Motor Company for Two Alternative Fuel Vehicles. (Staff Request) Also with Florida Power & Light - Approved 4/0 F. EMERGENCY SERVICES G. COUNTY MANAGER l) Recommendation to approve James V. Mudd to the position of Public Utilities Administrator. Approved - 4/0 H. AIRPORT AUTHORITY 9. COUNTY ATTORNEY'S REPORT Continued to October 10, 2000 to an Executive Session: 4 September 26, 2000 Recommendation that the Board of County Commissioners give direction to the Office of the County Attorney and Risk Management Department responding to proposal for settlement from Jeffrey Popp in Poppv. Collier County, Case No. 99-3286-CA, pending in the Twentieth Judicial Circuit in and for Collier County, Florida. 10. BOARD OF COUNTY COMMISSIONERS Appointment of member to the Citizens Advisory Task Force. Res. 2000-340 appointing Albert Doria, Jr. -Adopted 410 am Appointment of members to the Collier County Planning Commission. Res. 2000-341 reappointing Joyceanna J. Rautio for District 2 for a three year term and reappointing Gary Wrage to District 5. Subsequent appointments in District 2 will be for four year terms - Adopted 410 Appointment of members to the Golden Gate Community Center Advisory Committee. Res. 2000-342 appointing William E. Arthur and James J. Hennick - Adopted 410 Added: D. Letter of Agreement with Southwest Florida Crime Stoppers, Inc. (Commissioner Constantine's Request) Approved - 410 Added: E. Resolution Urging State Attorney's Office to expedite investigation of EduCorp loan (Commissioner Mac'Kie) Res. 2000-343 - Adopted 310 (Commissioner Constantine abstained) 11. OTHER ITEMS A. OTHER CONSTITUTIONAL OFFICERS B. COMMUNITY REDEVELOPMENT AGENCY C. PUBLIC COMMENT ON GENERAL TOPICS 1. Ken Thompson Regarding Sheriff Hunter and various other issues PUBLIC HEARINGS WILL BE HEARD IMMEDIATELY FOLLOWING STAFF ITEMS 5 September 26, 2000 12. ADVERTISED PUBLIC HEARINGS - BCC A. COMPREHENSIVE PLAN AMENDMENTS 1) Recommendation that the Board of County Commissioners adopt a resolution to approve the proposed Growth Management Plan Amendment to the Immokalee Area Master Plan and the Immokalee Future Land Use Map to delineate an Urban Infill and Redevelopment Area for transmittal to the Department of Community Affairs. Res. 2000-344 Adopted - 410 B. ZONING AMENDMENTS C. OTHER 1) Approve the rate Resolution to adjust landfill tipping fees, residential annual assessments and commercial waste collection fees for FY 2000/2001. Res. 2000-345 -Adopted as amended 410 2) Approve and adopt the Collier County Water Irrigation Ordinance regulating the hours of irrigation. Oral. 2000-6'1 - Adopted 410 3) Review Hearing to consider an alternative road impact fee calculation for the golf course at The Strand. Petitioner to provide alternative calculation method - 410 4) Review Hearing to consider an alternative road impact fee calculation for Naples Grande Golf Course. Staff recommendation - Approved 4/0 5) Review Hearing to consider an alternative road impact fee calculation for Golf Club of the Everglades. Continued until later in the meeting; Discussion continued; Petitioner to provide alternate fee calculation subject to receipt of affidavit clarifying an attempt was made to pay impact fee - 3/1 (Commissioner Constantine opposed) 6) Review Hearing to consider an alternative road impact fee calculation for Naples Lakes Country Club. Staff recommendation - Denied 410 7) Review Hearing to consider an alternative road impact fee calculation for Cedar Hammock Country Club. 6 September 26, 2000 Petitioner to provide alternative fee calculation - 410 8) Review Hearing to consider an alternative road impact fee calculation for Old Collier Golf Club. Petitioner to provide alternative fee calculation - 311 (Commissioner Constantine opposed) 13. BOARD OF ZONING APPEALS A. ADVERTISED PUBLIC HEARINGS B. OTHER 14. STAFF'S COMMUNICATIONS 15. BOARD OF COUNTY COMMISSIONERS' COMMUNICATIONS 16. CONSENT AGENDA - All matters listed under this item are considered to be routine and action will be taken by one motion without separate discussion of each item. If discussion is desired by a member of the Board, that item(s) will be removed from the Consent Agenda and considered separately. Approved and/or Adopted with changes - 410 A. COMMUNITY DEVELOPMENT & ENVIRONMENTAL SERVICES 1) This item has been deleted. 2) This item has been deleted. 3) Approve an Urban County Cooperation Agreement between Collier County and the City of Marco Island for federal fiscal years 2001-2003. Res. 2000-305 4) Approve an agreement with the Economic Development Council of Collier County, Inc. (EDC) to execute continuation of the Economic Diversification Program and provide a contribution to the EDC of up to $400,000 for fiscal year 2000-2001. 5) Lien Resolutions-Code Enforcement Case Numbers: 81016-110/Baron, Mimon, 810006-060/Moses,A. Joseph, 81113-004/Yeager, Jr. John C., 81230-054/Johnson, Mary, 81230-047 Lee, Albert & Margaret Lee. Res. 2000-306 through 2000-310, to recover public funds expended to affect the abatement of public nuisances 7 September 26, 2000 6) Lien Resolutions-Code Enforcement Case Numbers: 81027-018/Ramirez, Alfredo L. & Anne C., 80914-083/Coleman, Beverly Ann, ET AL, 80817- 080/Perez, Mirna A., 80903-035/RSG Family LTD Partnership. Res. 2000-311 through 2000-314, to recover public funds expended to affect the abatement of public nuisances 7) Lien Resolutions-Code Enforcement Case Numbers: 2000010008/Postelle; 2000010488/Legrand; 1999110881/Saintilien & Estiverne; 2000010722/Andujar. Res. 2000-315 through 2000-318, to recover public funds expended to affect the abatement of public nuisances 8) Lien Resolutions-Code Enforcement Case Numbers; 1999051517/Johnson; 1999120519/Lewis TR; 1999071082/Gomez; 1999070958/Goodman. Res. 2000-319 through 2000-322, to recover public funds expended to affect the abatement of public nuisances 9) Lien Resolution-Code Enforcement case numbers: 2000010055/LaRue; 1999101089/Sarns; 2000010024/Lerch; 1999120531/Holy Trinity. Res. 2000-323 through 2000-326, to recover public funds expended to affect the abatement of public nuisances lO) Lien Resolutions-Code Enforcement Case Numbers 1999091648/Trevino; 1999100438/Obergon; 1999100437/Obergon. Res. 2000-327 through 2000-329, to recover public funds expended to affect the abatement of public nuisances 11) Lien Resolutions-Code Enforcement case numbers 2000060813/Simon & Pikul; 2000060808/Cambruzzi; 2000060610/Sheehan. Res. 2000-330 through 2000-332, to recover public funds expended to affect the abatement of public nuisances Continued Indefinately: 12) Request to enter into an Indemnification Agreement for privacy wall improvements within Galleria Drive (Pelican March Unit Twenty Two) 13) Request to approve the recording of the final plat of "Fiddler's Creek Phase 2A, Unit One", and approval of the Standard Form Construction and Maintenance Agreement and approval of the amount of the Performance Security. 14) Request to approve for recording the final plat of "O'Hara's Addition". Added: 8 September 26, 2000 lS) Approve an Urban County Cooperation Agreement between Collier County and the City of Naples for federal fiscal years 2001-2003 Res. 2000-333 TRANSPORTATION SERVICES 1) Approve Amendment No. I to Work Order CDM-FT-99-12 with Camp, Dresser and McKee, Inc., for additional engineering analysis for the North Livingston Road Basin Study- Phase II (Project No. 31014). In the amount of $12,430 2) To enter into a Facilities Relocation Agreement for the Relocation of Sprint-Florida Incorporated, Telephone Switching Facilities in conflict with the proposed Four-Lane Improvements to Golden Gate Boulevard. Authorized replacement utility easements and reimbursement to Sprint-Florida, Inc. in an amount not to exceed $59,997 3) Approve Bid #00-3140, "Lely Golf Estates Beautification MSTU Roadway Grounds Maintenance." Awarded to Commercial Land Maintenance, Inc., in the amount of $58,000 4) Approve List of Qualified Engineering Firms for RFP #00-3115, Annual Contract for Traffic Engineering Consulting Services. David Plummet and Associates, Inc., Florida Transportation Engineering, Inc., Tindale-Oliver and Associates, Inc., Metro Transportation Group, Inc., Tampa Bay Engineering, Inc., Tampa Transportation Engineering, Inc., Kimley-Horn and Associates, Inc., TEl Engineering, Inc., Gray Calhoun and Associates, Inc., RWA, Inc., and WilsonMiller, Inc. Staff to begin contract negotiations 5) Approve Petition TM00-02 for the Neighborhood Traffic Management Program Project (NTMP) on Cypress Woods Drive between 14th Street and U.S. 41. For installation of traffic calming devices, in the estimated amount of $5,500 6) Reimbursement to Checker Cab for the expense of repairs to a County vehicle used for the Immokalee Circulator Public Transportation System. In the amount of $2,478.49 7) Contract with Intelitran for the provision of Transportation Disadvantaged Management Services. For three years retroactive to July 1, 1999 9 September 26, 2000 Cm 8) Award Bid #00-3134, Bucket Truck for the Traffic Operations Section. Awarded to Altec Industries, in the amount of $124,511 9) Approve Petition TM 95-09 for the Neighborhood Traffic Management Project (NTMP) on Broward Street from Floridian Avenue to Carolina Avenue. For installation of traffic calming devices, in the estimated amount of $5,500 10) Approve Change Order No. 2 to the Construction Contract #00-3054 Pine Ridge Road Six Lane Improvements (C.R. 31 to Logan Boulevard), Project No. 60111, CIE 41 With Better Roads, in the amount of $1,108,180.78 PUBLIC UTILITIES 1) Award a construction contract to Beach Construction Company, Inc. for the North County Regional Water Treatment Plant Odor Control Modifications, Bid 00-3139, Projects 70057, 70073, and 70890. In the amount of $993,700 2) Award a construction contract to Mitchell & Stark Construction Company, Inc. for the North County Regional Water Treatment Plant Chemical Feed Piping Replacement, Bid 00-3135, Project 70890. In the amount of $199,940 3) This item has been deleted. 4) Recommendation to award Bid #00-3133 -"Chemicals for Utilities." Rejected bids for Quick Lime and Membrane Scale Inhibitor and awarded the balance of bid to the vendors listed in Exhibit A of the Executive Summary, in the estimated amount of $656,251.50 5) Recommendation to award Bid #00-3136 -"Annual Contract for Sodium Hypochlorite Solution." Awarded to Allied Universal Corp., in the estimated amount of $226,560 6) Approve standardization of chemical scrubbers and purchase of an upgrade for North Regional County Wastewater Treatment Facility Chemical Scrubber. From U.S.Filter, in the amount of 29,200 7) Select engineering consultant for new County Barn Site Development, RFP 00-3114, Project 70059 and 73072. lO September 26, 2000 8) 9) lo) 11) 12) 13} 14) 15) Staff to begin negotiations with the number one ranked firm of WilsonMiller, Inc. Amend Work Order CDM-FT-99-6 for engineering services related to Effluent Resource Planning, Project 74029. With Camp Dresser & McKee, Inc., in the amount of $32,010 Approve a Change Order to a construction contract with Project Integration, Inc, for the North County Water Reclamation Facility 5-MGD Expansion Project, Bid 99-2908, Project 73031. in the amount of $363,133.32 Approval of the installation of telemetry at three wastewater lift stations and purchase of maintenance parts for existing telemetry from sole source. From Data Flow, Inc., in the estimated amount of $68,608.50 Authorization to use a sole-source software vendor for the Utility Billing and Account Receivable Management Software System. Waived the competitive bidding process and approved Source Computing, Inc. for water and sewer billing and accounts receivable management software for fiscal years 2000 and 2001, in an amount not to exceed $55,000 Approve Amendment to Work Order CDM-FT-98-11, to provide engineering services for the Manatee Pump Station upgrades, Contract 95-2422, Project 70052. Amendment ~,4 to contract with Camp Dresser & McKee, Inc., in the amount of $30,870 Approve Work Order PUED-14 to D.N. Higgins, Inc. for electric-actuated valves at the South County Regional Water Reclamation Facility, Contract 00-3087, Project 73916. In the amount of $178,000 Approve a budget amendment for payments to Waste Management, Inc. and Immokalee Disposal for Solid Waste Collection and Disposal Services. Authorize the Chairman to accept the Year 2000/2001 Recycling & Education, Waste Tire, and Litter Control and Prevention Grant Agreements and authorize the Solid Waste Director to sign the Agreements, 11 September 26, 2000 D. PUBLIC SERVICES 1) Approval of Agreement for Fiscal Year 2000-2001 Funding Contribution to the David Lawrence Mental Health Center, Inc. In the amount of $900,000 2) Approval of the Annual Contract Between Collier County and the State of Florida Department of Health for Operation of the Collier County Health Department. In the total amount of $905,500, $654,900 in cash contributions and $250,600 in RCC paid operating expenses 3) Approval of a Resolution Authorizing Expenditure of Funds for the United Way of Collier County Campaign Activities. Res. 2000-334, not to exceed $1,500 for fiscal year 2000/2001 Continued to October 10, 2000: 4) Approval of a Professional Services Contract with Ms. Maggie McCarty for the Operation of the Collier County Film Commission. 5) Approve a Budget Amendment for the increase in Medicaid Waiver Revenue and Program Costs 0) Approve a Budget Amendment to Authorize an Increase in Fiscal Year 1999-2000 Expenditures for the Payment of Mandated Client Assistance Programs. 7) Approve Grant Application for Clam Pass Park to Restore Nature Trails, Improve Walkovers, and Install Interpretive Signs. Grant application to Florida Coastal Management Program for a grant in the amount of $25,000 and matching funds of up to $25,000 8) Adopta Resolutionto Amendthe Collier County Parks and Recreation Facilities License and Fee Policy and Supemeding County Resolution No. 99-375. Res. 2000-335 E. SUPPORT SERVICES 1) Award RFP #00-3107 for Cellular Communication Services and Equipment to Alltel and Nextel. Awarded all cellular phone service to Alltel; Nextel awarded two-way radio communication and limited cellular phone service for use by EMS, Information Technology and DOR. 12 September 26, 2000 2) Award Bid No. 00-3095, Herbicides/Pesticides/Fungicides to a Variety of Bidders. Award for herbicides/pesticides/fungicides as per Attachment A in the Executive Summary; authorized purchase of Reward from Helena Chemical and United Horticulture 3) Approve a Budget Amendment to Appropriate the Maintenance Service Revenues for Reimbursement of Operating Expenses. 4) Adopt a Resolution to Correct a Scrivener's Error in Resolution No. 2000- 243, Which Authorized the Exchange of Property. Res. 2000-336, regarding White Lake Boulevard right-of.way Moved to 8E1 5) Approve a Three-Year Lease Agreement with Ford Motor Company for Two Alternative Fuel Vehicle 6) Approve a Budget Amendment for the Repair and relocation of Ice Storage Tanks Used at the Main Campus Chiller Plant (air conditioning system). Continued to October 10, 2000: 7) Approval of a Limited Use License Agreement with the Golden Gate Area Chamber of Commeme, Incorporated, in Order to Hold Activities for the Golden Gate Festival. 8) Award of RFP #00-3108, "Group Benefits Consulting Services", to Willis Corporation. Staff authorized to begin contract negotiations 9) This item has been deleted. 10) Approval of the Purchase of Property and Casualty Insurance and Related Services. As outlined in the Executive Summary 11) Approval of Changes to the Collier County Group Benefit Plan. Elimination of the $200 deductible and addition of a $25 office visit co-pay as outlined in the Executive Summary with an effective date of January 1,200'1 '12) Approve a budget amendment in the amount of $1,129 that will recognize additional grant proceeds received from the Corporation for National Service for the purpose of funding the RSVP Director's attendance at the 13 September 26, 2000 National Senior Service and National Community Service Conference. 13) Approval for award of RFP 00-3112 for communications services to Aztek Communications, Kent Technologies and Black Box Network Services. For telephone and network wiring and related hardware 14) Approval of budget amendments in the amount of $1,050,000 that will transfer funds from the Workers' Compensation Fund to the Group Health Fund for payment of employee claims through September 30, 2000. EMERGENCY SERVICES 1) Approval of a contract between Collier County and Dr. Marta U. Coburn, M.D., Florida District Twenty Medical Examiner for Collier County, Florida doing business as District Twenty Medical Examiner. in the amount of $675,900 COUNTY MANAGER 1) Approval of Budget Amendment Report - Budget Amendment #00-478; #00-480; #00-481;#00-488; #00-497; #00-498; #00-499; #00-502; #00- 503. 2) Approval of Budget Amendment in the County Manager's Office. 3) Approval of Tourist Development Fund Budget Amendments. AIRPORT AUTHORITY 1) Immokalee Regional Airport - extension of temporary use permit for ImmokaJee Regional Raceway. To operate drag-racing facility through Feb. 28, 2001 2) Transfer Mamo Island Airport waterline to Florida Water Services Corporation. BOARD OF COUNTY COMMISSIONERS MISCELLANEOUS CORRESPONDENCE OTHER CONSTITUTIONAL OFFICERS 1) Approve a Fund 199 reserves budget amendment for 911 expenses related to system upgrades for mapping and 911 database. 14 September 26, 2000 2) Approval of Budget Amendment in Court Administration. 3) Accept a Civil Traffic Hearing Officer Grant-In Aid of $10,856.43 from the Office of the State Court Administrator and authorize Chairman to sign the Agreement. L. COUNTY ATTORNEY 1) Approval of the Stipulated Final Judgment for Parcel Nos. 135 and 935 in the eminent domain lawsuit entitled Collier County v, Radio Road Joint Venture, et al., Case No. 98-1396-CA (Livingston Road Extension - Golden Gate Boulevard to Radio Road) Project. Staff to deposit the sum of $15,888.50 into the Registry of the Court and to pay attorney's fees in the amount of $7,256 17. SUMMARY AGENDA - THIS SECTION IS FOR ADVERTISED PUBLIC HEARINGS AND MUST MEET THE FOLLOWING CRITERIA: 1) A RECOMMENDATION FOR APPROVAL FROM STAFF; 2) UNANIMOUS RECOMMENDATION FOR APPROVAL BY THE COLLIER COUNTY PLANNING COMMISSION OR OTHER AUTHORIZING AGENCIES OF ALL MEMBERS PRESENT AND VOTING; 3) NO WRITTEN OR ORAL OBJECTIONS TO THE ITEM RECEIVED BY STAFF, THE COLLIER COUNTY PLANNING COMMISSION, OTHER AUTHORIZING AGENCIES OR THE BOARD, PRIOR TO THE COMMENCEMENT OF THE BCC MEETING ON WHICH THE ITEMS ARE SCHEDULED TO BE HEARD; AND 4) NO INDIVIDUALS ARE REGISTERED TO SPEAK IN OPPOSITION TO THE ITEM. Adopt a Resolution approving amendments to the Fiscal Year 1999-00 Adopted Budget. BAR 2000-03 Petition SNR-2000-05, Roger G. Carter, representing RWA, Incorporated, requesting a street name change from Castello Way to Savona Way, located in Mediterra Parcel 102, in Section 12, Township 48 South, Range 25 East. Res. 2000-337 Adopt Ordinance 2000- , a scrivener's ordinance correcting errors in Collier County Ordinance No. 97-10, "Collier County Water Safety and Vessel Control Ordinance". Oral. 2000-60 18. ADJOURN INQUIRIES CONCERNING CHANGES TO THE BOARD'S AGENDA SHOULD BE MADE TO THE COUNTY MANAGER'S OFFICE AT 774-8383. 15 September 26, 2000 AGENDA CHANGES BOARD OF COUNTY COMMISSIONERS' MEETING SEPTEMBER 26~ 2000 ADD: ITEM 16(A)15: Approve an Urban County Cooperation Agreement between Collier County and the City of Naples for federal fiscal years 2001- 2003. ADD: ITEM 10 D: Letter of Agreement with Southwest Florida Crime Stoppers, Inc. (Commissioner Constantine's request.) ADD: ITEM 5(B)2: Murdo Smith, Parks and Recreation - 25 years CONTINUE: ITEM 16(A)12 Indefinitely - Request to enter into an Indemnification Agreement for privacy wall improvements within Galleria Drive (Pelican Marsh Unit Twenty-Two) (Staff's Request) CONTINUE: ITEM 16(E)7 to the meetinR of October 10 - Approval of a Limited Use License Agreement with the Golden Gate Area Chamber of Commerce, Incorporated, in Order to Hold Activities for the Golden Gate Festival. (Commissioner Constantine's Request.) DELETE: ITEM 16(E)5 - Approve A Three-Year Lease Agreement with Ford Motor Company for Two Alternative Fuel Vehicles. (Staff Request.) NOTE: The dedication for the Supervisor of Elections/Dr. Reverend Martin Luther King Jr. Building has a time certain for 3:00 p.m. NOTE: Hear item 8(G)1 regarding "Recommendation to approve James V. Mudd to the position of Public Utilities Administrator" immediately following Proclamations, Service Awards and Presentations. "5A 1 WHEREAS, WHEREAS, WHEREAS, WHEREAS, PROCLAMATION The Collier County Department of Public Information won four awards in the National Association of County Information Officers "2000 Awards of Excellence" competition for programs produced for county government's Channel 54 television station; and, The Department of Public Information received the top "excellent" award in the audio visual productions class for counties with populations under 500,000 for its monthly County Highlights program, which featured Emergency Medical Services, and is a collaborative effort with MediaOne, and broadcast on Channel I0 as well as Channel 54; and, In the same category, the department was one of three counties that received a "meritorious" award, also for County Highlights; and, The department's Social Security and Other Good Things With Jack Fordham and an Employee of the Month piece on a county librarian each received "meritorious" awards in another audio visual productions category; and WHEREAS, Departre{ Merritt and Video to WHERF_~4S, WHEREAS, received for the arity office; and, Manager's NOt4 ~ers of Collier irector Jean : being recognized in the National of Excellence." DONE AND ORDERED PROCLAMATION ~HEREA$, ~VHEREA$, WHEREAS, ~VHEREA$, the goal of 4-H is to provide educational opportunities for the youth and adult volunteers in Collier County in the areas of leadership, citizenship, personal development, and practical skills,' and, these actiWties have resulted in/earning experiences and accomplishments that have received State and National recognition,' and, the Board of County Commissioners of Collier County feels this 4-H program contributes to the overall development of our youth and strengthens our communities,' and, the 4-H members receive inspiration and guidance from interested parents, Cooperative Extension Service workers and Staff volunteer adult and teen leaders , community organizations ~ NOW f 2000be Board/n giving ,f DONE AND FLORIDA BROCK, CLERK TIMOTHY CHAIRMAN PROCLAMATION WHER£A$, WHEREAS, WHEREAS, WHEREAS, WHEREAS, domestic violence is of major public concern for county, state and nation and is now the single most frequent cause of injury to women.' and. aft persons have o basic right to feel safe from harm at all times, espect~lly th their homes, schools, commum't~, and dumhg the conduct of business th the workplace,' and, domestic violence is o universal societal problem with consequences reachin9 far beyond the realm of the family and that domestic violence is not a private family matter but is a crime that has devastating effects on the victims, their children, communities, and the workplace,' and. domestic violence via/ares an individ~l~ privacy, dignity, security, and humam'O,,' and, there is on increased need for public awareness, education, and on/form efforts of government, community associations, health professionals, law enforcement, prosecutors, businesses, educators. andrei/g/nos organizations to address domestic violence, intervention, and treatment for victims end ' our to address these WHEREAS, n'S '~zero NOW DONE AND ORDERED FLORIDA PI~OCLAA~A TXON since 1957, the tlnited Way of Collier County has sponsored and funded qualified, non-profit community o9encies which provide essenHol sociol and health services to our ciHzens; and, throu9hout the 44 year history of the United Way of Collier County, the or9on/zoHon has demonstrated conHnued growth and is currently fundin9 ~3 community o9encies providin9 services to all areas of our County,' and, the 2000/2001 Community Campai9n off/c/ally be9ins on October 3, 3000,' and, the Board of County Commissioners gra~efully acknowled9es and supports the ~ the United Way of Collier NOW Commissioners WEEK ~tember, R5 ATTEST: DWIGHT E. BROCK, CLERK TANT~NE, CHAIRMAN WHEREAS, WHEREAS, PI~OCLA/AA T-TON severe mental illnesses such as schizophrenia. bipolar dim~der (manic depres~ive illness3, major depression, obsessive compulsive diso~der, and severe anxiety disorders affect one in every fiw families annually; and, severe mental illnesses are more commo~ than cancer, diabetes, and heor~ disease and are the number one reason for hospital admissiona nationwide, and that on any given day ~1 potcent of all hospital beds are filled by people with severe mental illness; and. biomedical disorders of the brain; and, the ~atment success rate for schizophrenia is 60 potcent, 6§ percent for major depresaion, and 80 parcent for bipolar d/somter compared to only ~0 parcent for chronic physical disorders such as heart disease. diabetes or of these brain disordera resultin9 in more effective lreatments that allow people to reclaim and, brain societal and discrimination from severe mental illnesses to less insurance from equally 5 County, as aymptoms of RESOLUTION NO. 2000 - 3 3 9 A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, TO AUTHORIZE SUBMISSION OF AN APPLICATION TO THE U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) FOR URBAN COUNTY QUALIFICATION FOR PARTICIPATION IN THE COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROGRAM FOR FISCAL YEARS 2001-2003. WHEREAS, the U.S. Department of Housing and Urban Development (HUD) has notified Collier County that it qualifies for entitlement status as an urban county, based on a total combined population of 200,000 or more (excluding metropolitan cities) from the unincorporated areas and participating incorporated areas. WHEREAS, HUD has provided Collier County with instructions for Urban County Qualification for participation in the Community Development Block Grant (CDBG) Program for Fiscal Years 2001-2003 and, WHEREAS, the funds previously given to Collier County in the form of grants through the Department of Community Affairs (DCA) under the Small Cities and Counties program would be replaced with funds directly from HUD. This funding adheres to the same HUD guidelines and are for projects that benefit low--and moderate--income persons, aid in the prevention or elimination of slums or blight, or meet other community development needs having a particular urgency because existing conditions pose a serious and immediate threat to the health or welfare of the community and where other financial resources are not available to meet such needs; and WHEREAS, by September 1, 2000 Collier County was required to notify incorporated areas of the county of their options for exclusion from or participation in the urban county and, WHEREAS, by September 8, 2000, any included unit of general local government electing to be excluded from an urban county was required to notify the county and HUD, in writing, that it elected to be excluded and, WHEREAS, Urban counties entering into cooperation agreements with the units of general local government located in whole or in part within the county, must submit to HUD executed cooperation agreements, together with evidence of authorization by the governing bodies of both parties (county and included unit) executed by the proper officials in sufficient time to meet the deadline for submission indicated in the schedule provided by HUD and, WHEREAS, by September 29, 2000 any county seeking to qualify as an urban county '8A 3 must submit to the appropriate HUD Field O£fice all qualification documentation required. NOW, THEREFORE BE 1T RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, THAT: The Collier County Board of County Commissioners hereby directs the Collier County Department of Housing and Urban Improvement to prepare, or cause to be prepared, an application to the U.S, Department of Housing and Urban Improvement (HUD). The Board of County Commissioners hereby authorizes the County Manager, or the Division Administrator for Community Development & Environmental Services, as their designee to sign the application and other documents pertaining to the application, to accept the grant funds on behalf of the County, and to act in behalf of the Board of County Commissioners to sign all documents, including the reports necessary for administration if the County receives the Urban County status. BE IT FURTHER RESOLVED that this Resolution be recorded by the Clerk of Courts in the Public Records of Collier County, Florida. This Resolution adopted this~:~g~:tay of~_, 2000 after motion, second apd majority vote favoring same. ATTEST!: ~.DWIQI4T: E. BROCK, CLERK By:/ ? Deputy Clerk Attest as to Chatrt n's Approved as to form and atr~~X3/~hncy: Assistant County Attorney By: BOAPal9 OF COUNTY COMMISSIONERS OF ~OLLIER COUNTY, FLORIDA q:XMO Hg'J. CO r a4rqE, G:Entitlement/Resolution David E. Brandi District 1 James D. Carter, Ph.D. District 2 Timothy J. Constantine District 3 Pamela S. Mac'Kie District 4 Barbara B. Berry District 5 3301 East Tamiami Trail · Naples, Florida 34112-4977 {941} 774-8097- Fax (941) 77413602 September 26, 2000 Mr. Ken Dugger Department of the Army, Regulatory Division, Jacksonville District Corps of Engineers P.O. Box 4970 Jacksonville, FL 32232-0019 Re: Collier County Comments of EIS Dear Mr. Dugger: Collier County wishes to thank you for this additional opportunity to comment on the July 2000 draft of the Summary Environmental Impact Statement on Improving the Regulatory Process in Southwest Florida Lee and Collier Counties (the "Summary"). While it is clear that the Corps has considered several of the concerns highlighted in a January 11, 2000 letter signed by myself as BCC chairman and sent to your attention, the Collier County Board of Commissioners still has some serious concerns with the Draft EIS. It must be reiterated that the preferred alternative should be the existing Collier and Lee County Comprehensive Plans. During the Alternatives Development Group process (ADG), various Corps officials repeatedly stated that the existing comprehensive plans are the preferred alternatives. The final document should have no conflicts with the respective counties' comprehensive plans. Additionally, Collier County offers the following specific comments: 1. The Draft EIS does currently address the appropriateness and potential development of regional or localized general permits. The Draft EIS should go further by including the development of such permits as a specific objective and setting forth time-frames within which general permits shall be developed for specific urban areas with fewer wetland concerns, and for existing approved platted subdivisions such as North Golden Gate Estates. 2. The appropriateness and availability of off-site mitigation is still not clear. The objective of the draft EIS is to better enable the Corps to predict cumulative and secondary impacts of proposed development. Ultimately, the Corps is charged with ensuring that there is full compliance with Section 404 of the Clean Water Act of 1972. It stands to reason then that, 8A4 where there are areas within the boundaries of the ElS that have been identified as large connected wetland systems, these areas are of higher value in furthering provisions of Section 404 of the Clean Water Act of 1972. It would make sense, then, for the EIS to include incentives or protection measures, including the prioritization of mitigation sites in a manner that directs these mitigation efforts to these most valuable wetland areas first. Collier County still has serious concerns regarding the current water quality conditions depicted in the EIS. Collier County concurs that the process of delineating flow-ways, identifying significant hydrological natural resoumes and ranking water quality issues by group consensus (ADG) is subjective and lacks scientific objectivity. Such decisions should be based on sound scientific data. It is recommended that a more comprehensive water quality analysis be completed using all existing data and with a standardized methodology. Finally, Collier County again wishes to express concern over the potential economic impacts that may accompany the recommendations of the EIS. Since the National Environmental Policy Act (NEPA) requires the Corps to make every effort to reconcile the Actions proposed in the Draft EIS with the County's local comprehensive plan, every effort should be made to minimize conflicts with that plan. Where conflicts are unavoidable, then the Draft EIS should clearly identify methods minimize the impacts to private property owners. One obvious example is a funded acquisition program where valuable jurisdictional lands may be acquired at fair market value. Again, Collier County appreciates the opportunity to once again participate in and comment on the EIS process. These comments are intended to be constructive in nature. Incorporation of the County's concerns will result in a more efficient, comprehensive, and balanced regulatory process. Please do not hesitate to contact William Lorenz, P.E., Na~ural Resource Department Director or Bob Mulhere, AICP, Planning Services Director, if yoti havre specific questions or comments regarding these issues. cc: Joe R. Miller, Colonel U.S. Army, District Office John R. Hall, Chief Corps Jacksonville District Regulatory Division Robert B. Barron Corps Jacksonville District Regulatory Division Mike McNees Assistant County Administrator Tom Olliff, County Manager Vincent A. Cautero, AICP, Administrator Community Development & Environmental Services William Lorenz, P.E., Director, Natural Resources Department Bob Mulhere, AICP, Planning Services Director 5 MEMORANDUM Date: To: From: Re: October 3, 2000 Vincent Cautero, Administrator Community Development and Environmental Services Div. Ellie Hoffman, Deputy Clerk Minutes & Records Department Interlocal Agreement with the City of Marco Island Enabling the County to Provide Regulatory Oversight, Permitting, and Inspection Services for Explosives, Excavation, Well Construction, and Groundwater Protection Permitting Please find enclosed the original document as referenced above, Agenda Item #8A5, as approved by the Board of County Commissioners on Septeraber 26, 2000. Kindly forward this agreement to the city of Marco Island for the required signatures and return the fully executed original to Minutes and Records. If you should have any questions, please call me at 774-8406. Thank you. Enclosure Retn: CLBR~ TO ?HB BOARD IN?BROFFICB47H ~LOOR 7240 2712680 OR: 2742 PG: 1849 .¢,. RBCORDBD in the OFFICIAL RB¢ORDS o[ ¢OLLIBR COUH?Y, FL COPlBS 11/l:J/~000 at 10:~§AH D~IGHT B. BROCK, CLBRK INTERLOCAL AGREEMENT 8 A THIS INTERLOCAL AGREEMENT (the "Agreement") is entered into this ~ day of c~.g~-o , 2000, by and between THE CITY OF MARCO ISLAND, FLORIDA, heFeir~after called the "City," and the BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, a political subdivision of the State of Florida, hereinafter called the "County." The City and the County are sometimes collectively referred to herein as the "parties" or individually as the "party." WITNESSETH: WHEREAS, the City was incorporated by Special Act of the Florida Legislature approved on August 28, 1997, and thereafter by referendum; and WHEREAS, Chapter 163, Florida Statutes, requires all municipal governments to prepare and adopt land development regulations within one year of Comprehensive Plan adoption; and WHEREAS, the City is located within Collier County, Florida; and WHEREAS, the County has successfully implemented land development regulations and services regarding explosives, excavation, well construction, and groundwater protection activities in its Land Development Code; and WHEREAS, Section 163.01(2), Florida Statutes, permits local governmental units to make the most efficient use of their resources by enabling them to cooperate with each other to provide services in a manner that will accord best with geographic, economic, population and other factors influencing the needs and development of local communities; and WHEREAS, the parties recognize that the County has the experience and expertise in regulating the above mentioned development activities, and that extending such regulatory authority to include activities within the City presents a rational means to effectively and comprehensively address those development activities; and WHEREAS, the City desires to have the County provide such regulatory services and the County desires to perform such regulatory services. NOW, THEREFORE, in consideration of the mutual covenants contained herein, the parties hereby agree as follows: 1. The County will provide complete regulatory oversight, permitting, and inspection services within the City related to the following development 15.00 3.00 OR: 2742 PG: 8 1850 A5 activities regulated by the Collier County Land Development Code ("LDC"): ao Division 3.4 Explosives, Division 3.5 Excavation, Division 3.6 Well Construction, and Division 3.16 Groundwater Protection. The County will collect and retain such fees as established by, or as may be subsequently established by a fee resolution superseding County Fee Resolution Number 99-328 for development activities regulated by the above-referenced LDC Divisions. The development activities on Marco Island will be subject to the same fee schedule applicable to the unincorporated areas of the County. The City is not entitled to any portion of the permit fees collected by the County related to the above-referenced development activities. The City will accept all development applications for activities permitted and authorized by the County under this Agreement and forward same, with fees collected, to the County in a timely manner. County staff will be allowed to conduct such on-site inspections for regulated development activities as deemed necessary by the County. Upon execution of this Agreement the City will amend its current Land Development Code to remove such provisions that could conflict with the intent, terms, or conditions of this Agreement. Until so amended, the provisions of the Collier County LDC, where they may conflict with the Marco Island LDC, will control. This Agreement becomes effective upon execution by both parties and will continue in full force and effect until such time as written notice is delivered by one party to the other notifying them that the other party is terminating this Agreement. Activities performed by the County under this Agreement will not terminate until six (6) months after the date of delivery of the written notification. The County's liability coverage will extend to both the County and County staff in the exercise of the terms of this Agreement, subject to the normal exclusions. Violations of regulations related to development activities performed under the terms of this Agreement may be referred by the County to: 1) the City of Marco Island Code Enforcement Board, 2) the City of Marco Island Construction Board of Adjustment and Appeals, or 3) the Collier County Contractor Licensing Board, depending on the circumstance of the violation. Decisions to refer violations will be made collectively by *** OR: 2742 PG: 1851 8A5 the Collier County Community Development and Environmental Services Administrator and the City of Marco Island Community Development Director. Upon execution, this Agreement will be recorded by the County in the Official Records of Collier County, Florida. CITY OF MARCO ISLAND, FLORIDA By: in, Chairman Attest: A. William Moss, City Manager Approved as to form and legal Sufficiency for the City of Marco Island, Florida: Kenneth B. Cuyler, Es~ City Attorney Attest: ght E. Brock, . Clerk of Courts - Attest as 'to' :Chat~i~' s." Approved as to form and legal sufficiency for Collier County, Florida: Patrick G. White, Esquire Assistant County Attorney r8c 1 SOUTH COUNTY REGIONAL WASTEWATER TREATMENT PLANT EXPANSION AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT ,, This A~endment No. 10 to the Agreement dated March 15, 1994 (hereinafter AGREEMENT ) is made and entered into this ~ day of ~ 2000, by and between the Board of County Commissioners for Collier County, Florida, a pohtical subdivision of the State of Florida and Governing Board of the Collier County Water-Sewer District (hereinafter referred to as the "OWNER") and Hole, Montes & Associates, Inc., a Florida corporation, authorized to do business in the State of Florida whose business address is 715 Tenth Street South, P.O. Box 1586, Naples, Florida 34106 (hereinafter referred to as the "CONSULTANT"). WITNESSETH WHEREAS, OWNER and CONSULTANT currently have a valid professional services agreement for the provision of professional services for the South County Regional Wastewater Treatment Plant Expansion (hereinafter referred to as "PROJECT"), said services more fully described in said AGREEMENT; and WHEREAS, OWNER and CONSULTANT agree some modifications to the services being contemplated under said AGREEMENT are necessary; and WHEREAS, CONSULTANT represents that he has the expertise and the type of professional services that will be required for completion of the project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, parties agree as follows: ARTICLE ONE 1.1 CONSULTANT shall provide to OWNER professional engineering services in all phases of the project to which this Amendment applies. 1.2 CONSULTANT shall provide professional services in addition to those as outlined in said AGREEMENT as noted in Schedule A of this Amendment, as attached hereto. ARTICLE TWO 2.1 OWNER agrees to compensate CONSULTANT for services rendered hereunder as prescribed in Schedule B, entitled "Basis of Compensation", as outlined in said AGREEMENT with the modifications to Attachments A and C to said AGREEMENT which are attached hereto and made a part hereof. AMENDMENT NO. 10 page I of 2 Revised 7/5/2000 (2:40 PM) 8C ARTICLE THREE 3.1 The schedule for said Project, shall be as shown in said agreement with modifications as shown in the revised Schedule C as attached hereto. ARTICLE FOUR 4.1 All articles of said AGREEMENT, as amended, shall remain in full force and effect, and shall not be modified by this Amendment. IN WITNESS WHEREOF, the parties hereto have executed this Amendment to Professional Services Agreement for professional engineering services for the South County Regional Wastewater Treatment Plant Expansion the day and year first written above.. :.;. ATTEST: BOARD OF COUNTY COMMISI~IONERS FOR COLLIER COUNTY, FLORIDA-'~ A POLITICAL ATTEST: DWIGHT E. BROCK, CLERK Attest to Chairman's By: Mgn~ture oalY, Clerk SUBDIVISION OF THE STAT£ OF FLORIDA AND AS EX-OFFICIO THE ' GOVERNING BOARD OF THE CO~ C .,Q~qTY WATER- SEWER DIt~R'IUT. :" ' h an Approved as to form and legal sufficiency: Assistant County Attorney Witn ' s HOLE, MONTES & ASSOCIATES, INC. By: Ronald E. Benson, Jr., Ph.D., P.E. Senior Vice President (CORPORATE SEAL) Witness AMENDMENT NO. 10 page 2 of 2 Revised 7/5/2000 (2:40 PM) 8C I SUPPLEMENT NO. 10 TO SCHEDULE A SCOPE OF SERVICES HMA FILE NO. 2000055 This serves as a supplement and clarification of Schedule A, Scope of Services as provided in the Professional Services Agreement dated March 15, 1994. This project amendment consists of that work that is necessary to increase the capacity of the South County Regional Water Reclamation Facility from 8 million gallons per day to 11 million gallons per day (maximum three-month average daily flow). The scope of services is described as follows: Phase Ill Expansion to 11 MGD A.3 Preliminary Design In order to reduce the impact of peak flows on the performance of the South County Regional Water Reclamation Facility (SCWRF), the Preliminary Treatment system will be modified and improved. The Preliminary Treatment system will be designed to allow peak flows as high as 40 million gallons per day (mgd) to be screened and degritted prior to direction of the influent flow to either the aeration basins for treatment or bypassed to the new flow equalization system. Flows less than 28 mgd will be treated by the new mechanical bar screens and grit removal equipment, while flows in excess of 28 mgd will be treated by the existing mechanical bar screen and grit removal system. Following preliminary treatment, flows treated by the new bar screens and grit removal systems will flow directly into the aeration basins. Flows treated by the existing bar screen and grit removal system will be diverted into the new flow equalization basin through the use of adjustable height overflow weirs and new influent bypass channel. Three new aeration passes, similar to the existing six passes, will be constructed for use as aeration basin passes. Four of the existing aeration passes will be modified to allow use as either aeration basin passes or for flow equalization. The odor control system will be modified to allow simultaneous use for scrubbing the air at the new and existing preliminary treatment facilities at the same time as treating the air from the aeration basin passes that will be used for flow equalization. Flow entering the Flow Equalization Basin will be measured using the existing Parshall Flume. Sidestream flows (filter backwash water, belt press flitrate, etc.) will be sent to the Flow Equalization Basin via existing Plant Pump Station. The level of liquid in the flow equalization basin passes will be monitored with signal sent back to the plant control system. A new on-site pumping station will be designed to allow return of the stored influent wastewater from the equalization basin back to the head of the treatment plant for treatment during low flow periods. Control of SCHEDULE A page I o1'5 Revised: 07/05/00 (2:01 PM) "81: 1_' the pumping rate for this pumping station will be via the plant operator inputting the desired return flow rate into the plant control system with the VFD and flow meter controlling the pumping rate. A new effluent pipeline will be designed to allow a high volume of effluent to be available fi)r washing down the Equalization Basin passes. In order to increase the flow capacity of the existing mixed liquor pipelines that convey the mixed liquor fi'om the aeration basins to the cladtiers, a new flow control splitting structure will be constructed in the vicinity of the planned future clarifiers. This will allow thc mixed liquor leaving the aeration basin to tlow in both existing pipes to the new flow splitting structure under all conditions, eveu with OllC clarifier off-line, while being able to handle the increase iu plant capacity withont the need to construct a new pipeline. A Rcaeration Basin compartment will be included as part of the flow splitting structure to allow increasing the dissolved oxygen levcl of the mixed liquor prior to clarification. 'lhc design will include modifications to the existing clarifiers to improve settling pcrlbrmancc and effluent qoality. The existing scum collectiou and removal systems will be removed and replaced with new full-radius troughs and squccgec arms. 1)ensity current bat'tics will bc installed around the perimeter of the clarifiers to extend inward t?om the ef'fineut launder channels. A new effluent filtration and disinfcction structure will be designed. The new structure will be designed to be approximately equal in volume to the existing four filters and two existing chlorine contact chambers. The new structure will be designed to allow either (1) initial construction of two filters and one chlorine contact chamber at this time with future addition of two more filters and a fourth chlorine contact chamber, or (2) construction of all filters and chlorine contact chambers at this time. The existing chlorine feed system wilI be modified to allow chlorine solution to be fed prior to the new filters and prior to the new chlorine contact chamber. New chemical feed pumps will be used to replace the existing pumps as well as for handling new needs. The design will include modifications to the effluent turbidity and chlorine residual monitoring systems to allow monitoring of the filtered effluent and chlorinated effluent as required by FDEP for meeting high level disinfection standards. New effluent transfer pumps will be designed to transfer effluent from the chlorine contact chamber to the existing effluent storage tanks. These pumps will be provided with a noise containing enclosure. The design will include lining of the on-site effluent pond to allow it to be used as a "reject" pond for storage of effluent that does not meet FDEP reuse standards for return to the head of the treatment plant for later treatment. Piping modifications will be made to allow the new pump station proposed for use by the flow equalization basin to also be used to return flow from the lined "reject" ponds to the preliminary treatment structure. A Preliminary Design kickoff meeting will be held with all key personnel that will represent both the OWNER and CONSULTANT in attendance. This meeting will include a review of the Preliminary Design scope as outlined above, allowing input from all parties as how to begin to implement these improvements during the detailed design. CONSULTANT will prepare a memorandum summarizing the discussions held during SCHEDUI.E A page 2 of 5 Revised: 07/05/00 (2:0I PM) this meeting. CONSULTANT will distribute copies of the memorandum to all participants in the meeting for review. OWNER will acknowledge accuracy of the memorandum either through suggested revisions and additions or throngh correspondence agreeing that the memorandum accurately identifies their review comments. Five sets of approximately 30 percent complete drawings (11" x 17") will bc prepared for review by the OWNER for the purpose of further outlining to the OWNER the improvements flint arc being designed. A prcliminary opinion of probable prqjcct cost will bc prepared by the CONS[Jlfl'ANF. A 30 percent Design R. evicw Workshop will hc bcld for the purpose of tile CONSULTANT explaining the design wnrk templeled to date and soliciting input l?om tile OWNF~R. CONSULTANT will prepare a memorandmn summarizing the discussions held during this raceting. CONSULTANT will distribute copies of the men~orandum to all participants in the meeting for rcvicw. OWNER will acknowledge accuracy of the memoraudum either lhrough suggested revisions and additions or through correspondence agreeing that the memorandum accurately identifies their review commonis. Five sets of approximately 60 percent complete drawings (1 I" x 17") will be prepared review by tile OWNER for the purpose of furtber outlining to the OWNER the improvements that are being designed. CONSULTANT shall submit a revised preliminary opinion of probable project costs for review and approval by the OWNER. A 60 percent Design Review Workshop will be held for the purpose of the CONSULTANT explaining the design work completed to date and soliciting input from the OWNER. CONSULTANT will prepare a memorandum summarizing the discussions held during this meeting. CONSULTANT will distribute copies of the memorandum to all participants in the meeting for review. OWNER will acknowledge accuracy of the memorandum either through suggested revisions and additions or through correspondence agreeing that the memorandum accurately identifies their review comments. CONSULTANT will provide OWNER with five copies of preliminary Contract Documents (90 percent) for review and approval by the OWNER. OWNER will schedule a meeting with CONSULTANT to provide review comments. Following the 90 percent review meeting, CONSULTANT will prepare a memorandum summarizing the discussions held during this meeting. CONSULTANT will distribute copies of the memorandum to all participants in the meeting for review. OWNER will acknowledge accuracy of the memorandum either through suggested revisions and additions or through correspondence agreeing that the memorandum accurately identifies their review comments. A.4 Final Design Following review of the preliminary Contract Documents with the OWNER, the CONSULTANT will complete the design to incorporate the OWNER'S review comments. SCHEDULE A page 3 of 5 Revised: 07/05/00 (2:01 PM) 8C 1 A.6 A.7 CONSULTANT will provide OWNER with five copies of final Contract Documents (11" x 17" and full-size) and CONSULTANT'S final opinion of probable project costs for review and approval by the OWNER. Contract Administration - to be determined later Detailed Observation - to be determined later Additional Services Citizen Advisory Committee CONSULTANT will coordinate with the OWNER concerniog an appointed group of person,s who will serve as the Citizen Advisory Committee regarding expansion and upgrade of the South County Regional Water Reclamation Facility. CONSULTANT will prepare exhibits and technical briefing documents in addition to assisting OWNER with presentations to the Citizen Advisory Committee. Geotechnical Site Investigation CONSULTANT will obtain the services of a Geotechnical Consultant for the purposes of performing subsurface exploration and providing foundation recommendations. OWNER will reimburse the CONSULTANT for costs associated with coordination with the Geotechnical Consultant in addition to reimbursement of the cost of the Geotechnical Consultant. Reimbursable Expenses OWNER will reimburse the CONSULTANT for expenses incurred on behalf of the OWNER that are not identified elsewhere in this agreement. For example, printing of extra sets of Contract Documents or other items that may be requested by the OWNER during the project will be reimbursed, Cost of making copies of contract documents necessary for obtaining permitting and approvals such as Construction Manager to obtain Building Permit or for submittal to the County, FDEP and SFWMD will be reimbursed under this item. Permitting and Approvals CONSULTANT will assist OWNER in obtaining permits and approvals necessary for construction of the project. Anticipated permits and approvals include Site Development Plan and surface water management permit. Building Permit is the responsibility of the Construction Manager. Coordination by the CONSULTANT with the Construction Manager to provide information necessary for the Construction Manager to obtain the SCHEDULE A page 4 of 5 Revised: 07/05/00 (2:01 PM) Building Permit will be provided as an additional service under this item. Preparation of FDEP permit application is included under Coutract Amendment No. 7. Support Services Prot~ssional services not identified elsewhere. OWNER may authorize CONSULTANT to perform work associated with changes to project scope or requested additional investigations and evaluations, attend additional meetings with OWNI'.'R, perlbrm additional services identified duriug desigu and permitting, and address changes idcnlified as a restlit of value engineering proposals by the C/M. Sum, eying CONSULTANT will update site survey as needed for design of the identified improvcments to be designed. In addition, CONSULTANT will perkran any survey activities specifically requested by the OWNER. Coordination with Construction Manager It is uuderstood an indcpeudent ConstructJun Manager (C/M) will be selected by the OWNER to provide construction services based ou a guaranteed ~r~aximum price and a specified timc for completion of the project, all as designed by thc CONSULTANT. The C/M services during design will consist of value analysis and constructibility rcvicws. The design concepts identified in this scope of services provide the basis of the CONSULTANT's work. Changes to the scope as identified in this agreement or evaluation of value engineering proposals suggested by the C/M would be addressed by the CONSULTANT as additional Support Services. CONSULTANT will participate in meetings with the C/M to answer questions and to perform independent evaluations of C/M suggested alternatives. CONSULTANT will review price and project cost information prepared by the C/M and assist OWNER in negotiation of Guaranteed Maximum Price (GMP). SCHEDULE A page 5 of 5 Revised: 07/05/00 (2:01 PM) r8c 3. SCHEDULE B - ATTACHMENT A Amendment No. 10 SCHEDULE OF FEES FOR BASIC SERVICES PHASE II-A WWTP Disinfection System A.2 Design Report A.3 Preliminary Design A.4 Final Design A.5 Bidding Services A.6 Contract Administration PHASE II-A Royal Palm Irrigation Pump System A.2 Design Report A.3 Preliminary Design A.4 Final Design A.5 Bidding Services A.6 Contract Administration PHASE 11-A WWTP Design A.2 Design Report A.3 Preliminary Design A.4 Final Design A.5 Bidding Services A.5.1 Reclaimed Water PS/Elec Bldg - Equipment A.5.2 Reclaimed Water PS/Elec Bldg ~ Construction A.5.3 Phase I Improvements A.6 Contract Administration A.6.1 Reclaimed Water PS/Elec Bldg - Equipment A.6.2 Reclaimed Water PS/Elec Bldg - Construction A.6.3 Phase I Improvements Current Bud~t $2,800 $10,300 $3,900 $1,600 $9,700 $5O0 $5,600 $1,600 By Owner By Owner $290,000 $75O,OOO $150,000 $10,000 $15,000 $30,000 $20,000 $120,000 $355,000 Amendment No, 10 $2.800 $10,300 $3,90O $1,600 $9,700 $500 $5,600 $1,600 By Owner By Owner $290,000 $750,000 $150,000 $10,000 $15,000 $3O,O0O $20,000 $120,000 $355,000 SCHEDULE B ATTACHMENT A page 1 of 2 Revised 7/5/2000 (2:1 I PM) 'Sg I PHASE 11-C RECLAIMED WATER SYSTEM UPGRADES TO SERVE LAKEWOOl) A.2 Design Report $9,000 $9,000 A.3 Preliminary Design $52,000 $52,000 A.4 Final Design $29,000 $29,000 A.5 Bidding Services $6,000 $6,000 A.6 Contract Administration $44,000 $44,000 PHASE 11-D EFFLUENT STORAGE EXPANSION A.2 Dcsign Rcport A.3 Preliminary Design A.4 Final Design A.5 Bidding Services A.6 Conlract Administration To Be Determined To Be [)ctcrmincd To Be Determined To Be Determined To Be l)etermined To Be Determined To Be Determined To Be Determined To Be Determined To Be l)etcrmincd PHASE I11 EXPANSION TO 11 MGI) A.3 Preliminary Design A.4 Final Design A.6 Contract Administration $0 $600,000 $0 $200,000 $0 To Be Determined SCHEDUI,E B ATTACHMENTA page 2 of 2 Revised 7/5/2000 (2:1 I PM) 80 1 SCHEDULE B - ATTACHMENT B CONSULTANT'S EMPLOYEE HOURLY RATE SCHEDULE Principal Engineer VI ...........................................................................................$135.00 per hour Environmental Engineer V ...................................................................................$125.00 per hour Environmental Engineer IV ..................................................................................$105.00 per hour Environmental Engineer III ..................................................................................$ 90.00 per hour Enviromnental Engineer II ....................................................................................$ 75.00 per hour t~:nvironmenlal Engineer 1 .....................................................................................$ 60.00 per hour Environmental Operalions Specialist ....................................................................$ 70.00 per hour Engineer Tech V ...................................................................................................$ 70.00 per hour Engineer Tech IV ..................................................................................................$ 65.00 per hour Engineer Tech Ill ..................................................................................................$ 60.00 per hour Engineer Tech II ....................................................................................................$ 55.00 per hour Em in¢cr Tech 1 .....................................................................................................$ 45.00 per hour Contract Administralor (P.E.) ...............................................................................$ 85.00 per hour Contract Administrator .........................................................................................$ 70.00 per hour Construction Field Representative IV ...................................................................$ 65.00 per honr Construction Field P, epresentative 11! ...................................................................$ 55.00perhour Construction Field Representalivc 1I ....................................................................$ 45.00 per hour Conslruction Fi¢Id Representative I ......................................................................$ 35.00 per hour Senior Planner .......................................................................................................$105.00 per hour Planner ..................................................................................................................$ 70.00 per hour Surveyor V ............................................................................................................$100.00 per hour Surveyor IV ...........................................................................................................$ 85.00 per hour Surveyor III ...........................................................................................................$ 65.00 per hour Survey Tech IV .....................................................................................................$ 55.00 per hour Survey Tech I:I[ .....................................................................................................$ 50.00 per hour Survey Tech 1I .......................................................................................................$ 45.00 per hour Survey Tech 1 ........................................................................................................$ 40.00 per hour 2 Man Survey Crew ..............................................................................................$ 85.00 per hour 3 Man Survey Crew ..............................................................................................$100.00 per hour GPS Operator ........................................................................................................$ 65.00 per hour Technician IV ........................................................................................................$ 45.00 per hour Technician Ill ........................................................................................................$ 40.00 per hour Technician II .........................................................................................................$ 35.00 per hour Technician I ..........................................................................................................$ 30.00 per hour This Fee Schedule is effective for one year from date of the LETTER AGREEMENT. SCHEDULE B ATTACHMENT B page I of I Revised 7/5/2000 (2:13 PM) 8C 1" SCHEDULE B - ATTACHMENT C Amendment No. 10 CONSULTANT'S ESTIMATE OF ADDITIONAL SERVICES (INCLUDING DETAILED OBSERVATION OF CONSTRUCTION) Phase ! A.1 Preliminary Serviccs A.I.1 Preliminary Engineering Report A.1.2 Review of Odor Control A. 1.3 Review of Effl. Disinfection A.1.4 Capacity Analysis Rcport A.1.5 Conditional Use Applic. A.1.6 Odor Control Committce Current Amendment Budget No. 10 $172,000 $172,000 Incl. Above Incl. Above Incl. Above Incl. Above $25.000 $25,000 $33,000 $33,000 $35,000 $35,000 Phase 11-A WWTP Disinfection System A.7 Detailed Observation $3,700 $3,700 Phase II-A Royal Palm Irrigation Pump Station A.7 Detailed Observation By Owner A.8 Investigation/Evaluation $6,500 A.9 Design/Permitting- Pump Station $22,000 A.10Design/Permitting Building $25,000 A.t 1 Bidding Services $4,000 A.12 Cont. Admin/Detailed Observation Pump Station$18,000 A.13 Cont. Admin/Detailed Observation - Building$16,000 By Owner $6,500 $22,0O0 $25,0O0 $4,0O0 $18,000 $16,000 Phase II-A WWTP Design A.7 Detailed Observation A.7.1 Reclaimed Water PS/Elec. Bldg. - Construction A.7.2 Phase I Improvements Phase II-B Deep Injection Well $90,000 $265,OO0 $90,000 $265,000 A.8 Data Review and System A.9 Design and Construction Permit Applications A.9a Add 2nd Deep Well Design & Permitting A.10 Well Construction Observation and Testing A.11 Report A. 12 Operating Permit Application $43,000 $9O,OOO $25,000 $370,000 $36,000 $18,000 $43,000 $90,0O0 $25,000 $37O,000 $36,000 $18,000 SCHEDULE B ATTACHMENT C page 1 of 2 Revised 7/5/2000 (2:21 PM) 8C Phase II-C Reclaimed Water System Upgrades to Serve Lakewood A. 13 Detailed Observation $10,900 $10,900 A.14 Surveying/Easements $23,100 $23,100 A.15 Permitting $6,000 $6,000 AA6 Startup Assistance $5,000 $5,000 Phase II-D Effluent Storage Expansion A. I7 Detailed Observation A.18 Snrveying/Easc~nents A.19 Permilting A.20 Startup Assistance To Be Determined To Be l)ctcrmined To Bc Determined To Be Determined Phase II Additional Services Surveying Permitting/Approvals Reuse Master Plan Reimbursable Expenses Geotechnical Site Investigation Progress Photos Startup Assistance O&M Manual Operational Support Services Warranty Inspection FDEP Operation Permit FDEP SRF Management Structural Analysis of Reuse Tank $30,000 $40,000 $100,000 $10,000 $2,000 $10,000 $40,00O $50,000 $55,O0O $18,000 $10,000 $103,696 $60,000 Phase III Expansion to 11 MGD A.7 Detailded Observation $0 Phase I11 Additional Services Citizen Advisory Committee Surveying Permitting/Approvals Reimbursable Expenses Geotechnical Site Investigation Support Services Coordination with C/M $0 $o $o $o $o $o $o To Be Determined 'Fo Be Determined To Be Determined To Be Determined $30,000 $40,000 $100,000 $10,000 $2,000 $10 000 $40 000 $50 000 $55 000 $18 000 $10 000 $103 696 $60 000 To Be Determined $15,000 $15,000 $25,000 $15,000 $2O,OOO $45,000 $60,000 SCHEDULE B ATTACHMENT C page 2 of 2 Revised 7/5/2000 (2:21 PM) 8C 1 SCHEDULE C AmendmentNo. 10 PROJECTSCHEDULE PHASE 1 Preliminary Engineering Report Conditional Use Application Capacity Analysis Report Review Meeting l)raft Report Final Report Odor Advisory Panel PHASE il WWTP Disinfection System Design Report Preliminary Design Final Design Bid Services Construction Contract Admin. Detailed Observation Permitting/Approvals Royal Palm Irrigation Pump System Design Report Preliminary Design Final Design Permitting/Approvals WWTP Design Report Review Meeting - Immediate Actions Review Meeting - Phased Expansion Preliminary Draft Report and Draft Permit Application Final Report and Final Permit Application Complete Complete Complete Complete On-hold Complete Complete Complete Complete Complete Complete Complete Complete Complete Complete Complete Complete Complete Complete Complete On-hold SCHEDULEC page I of 3 Revised 7/5/2000 2:16 PM '8C 1 PHASE II Reuse Master Plan Preliminary Draft Report Final Report Deep Injection Well Data Review & Design Analysis Design & Construction Pcrmit AppI. Well Construction Testing Reports Operating Pcrmit Appl. Reclaimed Water System Upgrades Design Report Preliminary l)csign Final Design Bid Services Construction Contract Admin. Detailed Observation Surveying/Easements Permitting Startup Assistance Effluent Storage Expansion Design Report Preliminary Design Final Design Bid Services Construction Contract Admin. Detailed Observation Surveying/Easements Permitting Startup Assistance WWTP Design Preliminary Design Reclaimed Water PS/Elec. Bldg. Phase 1 Improvements Final Design Reclaimed Water PS/Elec. Bldg. Phase I Improvements Surveying Geotechnical Site Investigation On-hold On-hold Complete Complete Complete Complete Complete Complete Complete Complete Complele Complete Complete Complete Complete Complete To Be Determined To Be Determined To Be Determined To Be Determined To Be Determined To Be Determined To Be Determined To Be Determined To Be Determined Complete Complete Complete Complete Complete Complete SCHEDUI,E C page 2 of 3 Revised 7/5/2000 2:16 PM PHASE II WWTP Construction Phase Services Bid Services Reclaimed Water PS/Elec Bldg Phase I Improvements Construction Contract Administration Reclaimed Water PS/Elcc Bldg Phase 1 hnprovcments Detailed Observation Reclainred Water PS/Elec Bldg Phase 1 hnprovements Starmp Assistance Reclaimed Water PS/Elcc Bldg Phase I Improvements PItASEIIi WWTP Design Preliminary Design Final Design Surveying Geotechnical Site Investigation Citizen Advisory Committee Permitting/Approvals Support Services Coordination with C/M WWTP Construction Phase Services Construction Contract Administration Detailed Observation 8C 1' Complete Complete Complete Complete Complete Complete Complete Complete 120 days after approved minutes of Preliminary Design Kick-off meeting 60 days after approved Preliminary Design 60 days after authorization 90 days after authorization Ongoing during Phase III duration Ongoing during Phase III duration Ongoing during Phase III duration Ongoing during Phase Ill duration To be determined To be determined SCHEDULE C page 3 of 3 Revised 7/5/2000 2:16 PM m.: 2'/0'/338 OR: 2'/37 PG: 1874 CLNRK YO ?H! BOARD RICORDBD tn the O~ICIIL RNCORDH of COLLINR COUNYY, ~L RNC ~B{ INTNRO~ICB 4YH {LOOR 10/30/2000 at O2:ISPM DWIGHT N. BROCK, CLBRI COPIB8 : '""(" ~SOLUTIONNO. 2000-338 t 8c ~aOL~T10~'~ T~ BO~D OF CO~TY CO~ISSIONERs OF COLLAR CO~, FLO~DA, ~ THE GO~~G BODY OF COLLIER CO~TY ~ AS EX-OFFICIO THE GOVE~G BO~ OF THE COLLIER CO~Y WATER- SEWER DIST~CT ~D THE ~CO WATER ~D SEWER DISTRICT; PROVinG F~GS PURSUIT TO SECTION 125.3401, FLORIDA STA~ES; DETE~~G T~ S~E ~D T~SFER OF THE ~CO WASTEWA~R SERVICE TE~ITORY IS ~ THE PUBLIC ~TE~ST, CONS~ER~G CERT~ M~IMUM C~TER~ ~D STATUTORY PO~TS OF CONSIDE~TION ~ ~~G ~D ~OPT~G A STATEMENT THAT THE SALE ~D T~SFER AG~E~NT IS ~ THE PUBLIC ~TE~ST. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, as the Governing Body of Collier County and as Ex- Officio the Governing Board of the Collier County Water-Sewer District, that: The Board of County Commissioner has considered the sale and transfer agreement after reviewing other options at its May 2, 2000 Board meeting. This sale is being conducted pursuant to Section 125.3401, Florida Statutes, and having considered by way of example and not limitation, as follows: The Board of County Commissioners of Collier County, Florida, as the Governing Body of Collier County and as ex-Officio the Governing Board of the Marco Water and Sewer District hereinafter "MWSD", and staff from the City of Marco Island (hereafter "City") have considered and reviewed the most recent available income and expense statement for the utility, the most recent available balance sheet for the utility, listing assets, liabilities, contributions in aid on construction and the accumulated appreciation thereof, and a statement of the existing rate base of the utility for regulatory purposes. This information was obtained from the Collier County Public Utilities Division. o The City, by and through its Public Works Department staff, has investigated and is generally apprised as to the physical condition of the wastewater facilities. The County has negotiated with City and the parties have come a written agreement (attached hereto) which reasonably assures that' the County · shall continuously and properly operate the utility system until closing, on the sale and transfer, and the City will operate and maintain the utility systems thereafter. The City has considered the reasonableness of entering into a purchase ' agreement with County. The agreement requires that the County's interest in all easements, licenses and right-of-way owned by County for the construction, operation and maintenance of the Marco utility system. Title to all wastewater gravity and force main lines, lift stations, manholes, and other 15.00 3.00 1,00 appurtenances shall bequit-claimed through a Bill of Sale from the County to the City. The Chairman of this Board is hereby authorized to execute that Bill of Sale on behalf of the County and the District. The City has determined that the subject agreement is the best alternative and that the consideration~ covenants and terms thereof are reasonable. This determination is made partially in the interest of providing for a smooth service transition in a n attempt to avoid dispute or opportunity cost, both knmvn and unknown, and in the interest of mutual cooperation aimed at best servicing the public in expeditious and efficient fashion. 10. 11. 12. The City has considered the impacts of the consequences of the subject sale and transfer agreement on both the ratepayers within the MWSD service area as well as ratepayers within the CCWSD. 6. The County has agreed to construct the necessary pipeline work.and pump station upgrades to connect the existing 8" force main on North Barfield Drive (in the vicinity of Honduras Ave.) to the existing 12" force main on North Barfield (in the vicinity of Barbados Ave.). 7. The City has agreed to collect all impact fees for the MWSD for present customers as well as future customers, in conformance with Florida Water Services impact fee rates. The City has also agreed to collect any outstanding assessment receivable. o It is in the public interest that the County transfers the utility assets to the City to be able to serve customers within the City's jurisdiction. It is also in the public interest that long-range planning, operational and financial management and long term maintenance, upkeep and operation of wastewater facilities within the City are reasonably uniform, efficient and economical. With the exception of the current and future customers in Goodland, the entire MWSD service area is within the City's municipal boundaries. The Collier County Water-Sewer District incorporates the Goodland area. Florida Water Services, a private utility that is regulated by theCollier County Water and Wastewater Authority, operates a regional wastewater treatment facility that will provide the City with a disposal source as speci~ed in previous agreement between Florida Water Services and County. The City will receive two months operating cash reserve up to $114,900and up to $200,000 capital renewal and replacement funds. The capital reserve will be reduced by the capital renewal, replacement or enhancement dollars expended or encumbered by the County in Fiscal Year 1999/2000. The County Commissioners hereby finds and concludes that the City purchase, sale and transfer agreement represents the best alternative, both 13. *** OR: 2737 PG: 1876 18o 2 short and long term, which best serves, protects, preserves and administers all of the various, and sometimes competing, interests and desires involved or affected and the purchase of the system is in the public interest. The Interlocal Agreement for Purchase and Sale of Wastewater Assets within the Marco Water and Sewer District attached hereto and incorporated herein by reference is hereby accepted and approved; and the Board's Chairman is hereby authorized to execute same on behalf of the Board and the District. This Resolution adopted after motion second and majority vote favoring adoption. Attest a~ to Chairman's signature Approved as to form and legal sufficiency: Thont~ C. Palmer Assistant County Attorney BOARD OF COUNTY COM~. I, ~.S~ONE~'S,., b'; ". COLLIER COUNTY, FLORIbj~,'.A~i'?~k~?r'¢'":iUO POLITICAL SUBDIVISION:70~ :T~' STATE OF FLORIDA, AND'.A...S:EX- OFFICIO THE GOVERNIN(~ ~'qa nizV',--7 ?' 'i .' '-k"' ':'. OF THE MARCO WATER A/xID:,' "::?"::~ ~''" t, :' '... AND SEWER DISTRICT %.:26,!.:., ;.,,,, ,, ,.-' :.'-  "' "', ,'; ; L ;;','; ':;:;-' ". By: - '-' 2707339 OR: 2737 PG: :1877 eLIll TO THI BOARD IIC0IDII] tn the 0FIlClAI, I1¢011)! o! C0LLII! ¢01/J~, FL IITIIOFF~Cl 4TH l~L~lt 1o/3o/2ooo e~ o2:151)H ~GHT I. St0Cl, CLIll ?24O INTERLOeAL AGREEMENT FOR PURCtlAS£ AND SAL~ OF WASTEWATER ASSETS WITHIN TIlE MARCO WATER AND SEWER DISTRICT IIC Fl! COPIlI ~IfC 51.00 1.00 ' ~_~, ~n'I'H~S INTERLOCAI, AGREEMENT ("Agreement") is made this ~ day of b4~sa~]~t't,/ . 2000. by and between theBOARD OF COUNTY COMMISSIONERS, THI~ 'GOVERNING BODY OF COLLIER COUNTY AND AS EX-OFFICIO THE GOVERNING BOARD OF TIIE MARCO WA'FER AND SEWER DISTRICT (hereinafter referred to as the "County"). whose address is 3301 East Tamiami Trail. Public Utilities Division, Building H, Third Floor, Naples, Florida. 34112 and th¢CITY OF MARCO ISLAND, A FLORIDA MUNICIPAl, CORPORATION (hereinafter referred to as thc "Purchaser"). whose address is Sun Trust Building. 950 North Collier Boulevard, Suite 308, Marco Island. Florida 34145. RECITALS WltEREAS, thc County owns and operates a sanitary wastewater collection and disposal system that conveys wastcwatcr service from certain areas of Marco Island, Florida. That system operates pursuant to permits issued by the Florida Department of Environmental Regulation. The Marco Water and Scwcr District was re-established by Collier County Ordinance No. 97-48. WtlEREAS, Purchaser has preliminarily determined that acquisition of the County's cuslomer base, transmission mains, supply pipes and additional facilities (as defined in Exhibit 2 and as found on the as-built drawings are collectively referred to as the "MWSD utility system") is in the best interest of the City of Marco and thc public. The Purchaser desires to acquire the MWSD system, and the County is willing to transfer it to the City of Marco pursuant to this Agreement. NO',',', TilEREFORE, the parties agree as follows: !. FURNISlilNG DOCUMENTS. Prior to thc execution of this Agreement. the County will make the following documents related to the Marco Water and Sewer District ("MWSD") available to Purchaser for inspection to thc extent such documents are in the County's possession and control: ~:xhibi! A: Preliminary report for establishing a sanitary district at Marco Island in accord with Chapter 153, Part Il, Florida Statutes, with legal description. A map showing the general areas served by Collier Coun~ collection lines on Marco Island with a list of additional properties or facilities also served by the County that constitute the MWSD utili~' system. Mamo Island Water and Sew~' Distri¢~ Trsrnfc~ of Wasle~.atc~ Assc~ s Pa~ I of I I F:IAM~A~Is Final ~umcnt 10/16~0 OR: 2737 PG: 1878 ~: Copies of all active agreements entered into between County and Florida Water Services Corp. (FWSC), thc current treatment provider to the MWSD. Exhil;)it C: A copy of all books, records and reports of thc MWSD Utility System. Exhibit D: Copies of all permits, applications or other documents demonstrating approval (past or present) of the facilities of thc MWSD utility system by ali applicable' governmental authorities, including, but not limited to, the Florida Department of~ Environmental Regulation. Exhibit..E: A list of current customers by name, addresses, and account number. ~tF: Form of transfer Agreement to hc executed and delivered by County to thc Purchaser at the closing. List of"Excluded Assets" as referenced in Article 2 (b). below. Exhibit It: l,ist of items or cxpcnscs, if any, to be prorated as of thc closing date as called for pursuant to this Agreement. Exhibit I: All existing recorded easements and recorded rights-of-way for lift stations.. pumping stations, transmission mains, supply pipes, valves, and all other physical facilities and property installations related to system being acquired by the Purchaser through this sale and purchase transaction. 2. COVENANT TO SELL AND PURCllASE AND DESCRIPTION OF PURCHASED ASSETS. The Purchaser shall accept, and thc County shallquit-claim to Purchaser. the Purchased Assets of the County to the Purchaser upon the terms, conditions and other provisions hereof. (a) For convenience, thc term "Purchased Tangible Assets" shall be used to designate the asscts (MWSD utility system customer base, transmission mains and supply pipes, and thc additional physical thcilitics defined within the as-built drawings) which County owns or in which it has sufficient property interest regarding the MWSD utility system as described in the Exhibits (but shall exclude the "Excluded Assets" described in paragraph 2 (b) hereof), and which "Purchased Assets" include the following: (1) All past and current customer records, prints, as-built plans, engineering reports, surveys, specifications, shop drawings, equipment manuals, and other information reasonably required by the Purchaser and which are in actual possession &County on the closing date pertaining to the operation of thc MWSD utility system. (tangible assets) Ma~o hland Wa~er and Sewer Tramfer of Wastewster Pa8~ 2ofll F:/AMS/Asreemeata Final Document 10Il 6/00 (2) Three (3) sets of drawings showing the sanitary wastewater collection and disposal facilities of the utility have provided to Purchaser on October 19,' 1999. Additional three sets of drawings will be provided on or before the closing date. These drawings were prints from the original mylars, which mylars will be provided within I0 days of the closing date. (tangible assets) (3) Thc facilities not located within the MWSD certificated area, which will serve future customers in Goodland. The locations of these facilities outside of' thc MWSD are shown in Exhibit "A" attached hereto. (tangible assets) (4) The County's interests in all casements, licenses and rights-of-way owned bv Cotmtv fi)r thc construction, operation and maintenance of the MWSD utility system. (intangible assets) (5) The County's interests in all certificates, immunities, privileges, permits, licenses, license rights, c,nscnts, grants, leaseholds, rights-of-way, and all rights to construct, maintain and operate the MWSD utility system for the collection and disposal of wastewatcr, and every right of every character whatever in connection thcrcwith, and the obligations thereof, together with all rights hcrctofore granted to thc MWSD. Upon closing, the conveyance documents contemplated by this Agreement shall operate as a quit-claim transfer and/or assignment by novation of all such rights to Purchaser. The parties shall cooperate in applying for and obtaining transfer of all such rights requiring regulatory approval or notice, if an)'. (in tangible assets) (6) All rights of County under Agreements between FWSC and County described in Exhibit C and as provided for herein need to be addressed independently by the Purchaser. (intangible assets) (7) Accounts receivable and assessments rcccivablc. (8) A two (2) month cash operating reserve and a $200,000 capital reserve. The capital reserve will be reduced by capital renewal, replacement or enhancement dollars expended or encumbered by the County in FY99-00. (b) The term "Excluded Assets" includes: Adjustcd as of the date of closing, escrow and other MWSD provisions for payment of federal taxes, state taxes and other taxes which remain the County's responsibility. Marco Island Water trod Sewer District Transfer of Waslewaier Assets Pa~e 3 of I I F'JA,MS/A~'eemeat~ I~nal Documenl 10/16/00 (2) OR: 2737 PG: 1880 Such other property or rights which are not utilized in thc operation and maintenance of thc MWSD utility system in Collier County and listed on exhibits herein. (c) Title to all wastcwater gravity and force-main lines, lift stations, manholes, and other appurtenances shall bequit-claimed to the Purchaser. (d) Thc Purchaser shall not be unreasonably enriched by thc sale of this asset. Should the Purchaser desire to sell, assign, transfer, pledge or otherv,,ise encumber title to any of thc subject assets for a period of five years from the date of closing, thd Purchaser must acquire prior Collier County Board of Commissioners approval. 3. TRANSFER: (a) At closing, thc County agrees to transfer to the Purchaser a two (2) month operating cash reserve of up to $114.900 and up to $200,000 capital renewal and replacement funds for improvements to the MWSD as described in 2(a)(g) above. (b) The cash transfer of up to $314.900 shall in no event exceed thc cash available within the MWSD fund at closing. 4. PU. RCHASER'S WARRANTIES: Purchaser represents and warrants to County that: (a) Subsequent to closing, and consistent with prudent business practices, industry standards applicable thereto, the Purchaser's Ordinances, rules and regulations; and thc requirements of the appropriate governmental agencies having jurisdiction over the assets and business of said utility System, the Purchaser will provide wastcwatcr services to all properties, improvements thereon and thc occupants thereof, located within the wastcwater service area defined in Collier County Ordinance No. 97-48, and as otherwise provided in service and/or developer's agreements between thc County and those properties or customers. Ail such agreements are being assigned to Purchaser and Purchaser shall stand in the County's shoes vis-A-vis all such agreements. Such transfer shall operate as novations vis-fi-vis such agreements, and the County shall have no continuing responsibilities or th, t/cs with regard to any of the same. (b) County shall not own nor have any obligations or responsibilities for or with regard to any of the assets being conveyed to Purchaser by this sale and purchase. (c) In no event shall Purchaser be obligated or required to pay to the County any Collier County Impact Fees or costs with regard to customers of the utility, including without limitation, Developers and/or bulk Service Customers who had entered into written agreements with County and to all such agreements the County is a signatory party thereto. Marco/sltmd Water and Scwcr District PIK 4 of I [ F~AM~A~u Fi~ ~m 10/1~0 OR: 27:37 1881 (d) ' rsc Purchaser has not dealt with either a brokcr, salcsman, or finder in conncction with any part of thc transaction contemplated by this lnterlocal Agreement, and, in so far as it knows, no broker, salesman or other person is entitled to any commission or fcc with respect to such transaction. 5. COUNTY'S WARRANTIES TO PURCHASER: County represents and warrants to Purchaser that: (a) County has fifll power and authority to execute, and deliver to Purchaser this Agreement and all Collateral Documents. (b) Thc representations and warranties contained herein or made hereunder, and the Exhibits. Collateral Documents. certificates, schedules and other documents furnished in connection with the transaction contemplated hereby arc those documenLs in thc actual physical possession of thc County. No furthc? representations are made hereby and those documents speak for themselves. (c) Until closing the County shall operate and maintain thc Utility System in anonnal and usual manner. Purchaser shall assume operation and maintenance of the Utility System and all other transferred assets on date or closing. 'l'he County and the City may elect to enter into an agreement for the County to continue to provide maintenance services for up to 90 days subsequent to the closing date. (d) (e) The County has not dealt with either a broker, salesman, or finder in connection with any part of the transaction contemplated by this Interlocal Agreement. and. insofar as they know, no broker, salesman or other person is entitled to any commission or fee ~vith respect to such transaction. County has not authorized the placing or depositing of hazardous substances on the real estate portion of the Purchased Assets; Count2,.' has no knowledge of anY, hazardous substance having been, or currently being, placed or deposited on any such real property. 6. CONDITIONS PRECEDENT TO CLOSING: The obligations of each party to close the transaction contemplated by this sale and purchase Agreement are subject to the conditions that, on or before the closing date: (a) Neither party shall be prohibited by lawful decree or law from completing the transaction. (b). Pursuant to Section 125.3401. Florida Statutes; the Board of County, Commissioner shall have ratified and approved the execution of this Agreement Marco Island Waler and Sewer District Transfer of W~Ie~ ater A~sc~s Page ~ of !1 F:/AMS/Agreements Final Document I0/16/00 (c) (d) (a) (b) OR: 2737 PG: 1882 and has then authorized the sale of the Purchased Assets, and certified copies of the required Resolution evidencing such ratification and approval have been actually delivered to the actual possession of Purchaser. Pursuant to Section 125.3401,Florida Statutes, the City Council of the City of Marco Island shall have ratified and approved the execution of this Agreement and shall have authorized purchase of the Purchased Assets, and certified copies of the Resolutions evidencing such ratification and approval have been actually delivered into the actual physical possession of the County. ~ All warranties and representations herein of he parties hereto shall be true as of, the closing date. CI,OSING DATE: This transaction shall close on October I. 2000. At Closing: (I) Invoices for goods and services encumbered or ordered and/or received prior to the closing date will be paid by the County from the MWSD fund. All invoices for goods and services ordered and received subsequent to the closing date will be thc sole responsibility &the Purchaser. (2) County will construct thc necessary pipeline work and pump station upgrades to connect the existing 8" force main on North Barfield Drive (in the vicinity &Honduras Ave.) to the existing 12 inch force main on North Barfield (in the vicinity of Barbados Ave.). This provision applies even if this work is not completed as of the closing date. (3) The County shall transfer the accounts receivable and furnish to the Purchaser at closing a listing of all its then current customers with their mailing addresses and monthly billing amounts. (4) Thc County normally bills these customers monthly on the 15th &the month for services to be rendered from the 16th of that current month through the 15th &the following month. Final billing will be sent by the County to the customers on August 15, 2000 for the se~ice period from August 16, 2000 through September 15, 2000. l'he County will send written notice to all customers of this sale and purchase with those final billings by the County. The County and the City ma5 elect to enter into an agreement for the County to continue to provide billing services for up to 90 days subsequent to the closing date. Marco Island Water and Sewer Dismct Transfer of Wastewater Assets Page 6 of I 1 F:lAMS/Ag'eements Final Document 10116/00 (5) OR: 2737 PG: 1883 At closing the County shall transfer thcasscssments receivable and to thc ?urchascr a listing of ali its assessment accounts with mailing addresses and outstanding amounts. (6) Each of the parties hereto shall pay its fees of its own attorneys, bankers, engineers, accountants, and other professional advisers or consultants in connection with the negotiation, preparation and execution of this Agreement and any documents associated with the closing the sale and purchase contemplated herein. (7) Ail prorations required pursuant to this Agreement shall be made and agreed upon by the parties hereto. 8, SIiRVIVAL OF OBLIGATIONS: Thc provisions of this Article 8 and the last sentence of Article 2(a)(5): Article 2(d): Article 4. Article 5: Articles 7 (b) (I). (2), (3). (5). (7) and (8), and Article 9 shall survi~c the closing and shall not be merged herein. 9. MISCELLANEOUS PROVISIONS: (a) Prior to or simultaneously with the closing hereof, each party will deliver to th~ other its opinion of counsel that it has full legal authority to enter into this Agreement, that thc Interlocal Agreement and all Collateral Documents have been duly authorized and are binding on the party, and to the best of such counsel's bclicf, the execution, delivery and performance of this Agreement and the Collateral Documents does not constitute a breach or violation by such part of any agreement to which it is a party. (b) This writing embodies the entire agreement and understandings between the parties and there are no other agreements or understandings, oral or written, with reference to the subject matter hereof. No alternation, change or modification to the terms of this Agreement shall have any force or effect unless made in writing and signed by the parties hereto. This Agreement shall be governed and construed according to the laws of the State of Florida. This Agreement may be executed in each of'several copies, each of which may be considered an original. (c) Each party will, at any time and from time-to-time after the closing date, upon request of the other party, execute, acknowledge and deliver, or will cause to be executed, acknowledged and delivered, all such further acts, deeds, assignments, transfers, powers of attorney and assurances as may be required in order to implement and perform any of the obligations, covenants and agreements of the parties herein. Good faith is a condition of this Agreement. These assurances are subject to the quit-claim nature of the County's warranties regarding all of the assets being conveyed or assigned by this sale and purchase. Mmx:o Island Waler and Sewer Distri¢~ Tram{er ol' Wastcwater Assets Page 7 of I I FJAMS/Agreem~t,~ Final Doeumcnl 10116/00 (d) (e) (0 (g) (h) (i) O) Neither Purchaser nor County may sell, transfer or assign this Agreement or any part hereof without obtaining the prior written expressed consent of the other party. Any such attempt shall be void ab initio. Any Notice or other document to be given hereunder by either party to the other shall be in writing and shall be delivered personally or sent by certified mail, postage prepaid, or by facsimile transmission. MWSD's current rates and charges shall continue to apply subsequent to the closing until such time as Purchaser formally amendssame. Notice: To the City: ATTN: Public Works Director City of Marco Island Sun Trust Building 950 North Collier Boulevard, Suite 308 Marco Island, Florida 34146 With a copy to the City Attorney: Notice: To the County: ATTN: Mr. James V. Mudd Public Utilities Administrator Collier County Public Utilities Division Building H, Third Floor 3301 East Tamiami Trail Naples, Florida 341 i 2 All representations and warranties heretofore made by any party to the other, if any, are merged into this Agreement. The headings herein used are for convenience only and they shall not control the construction of' the intentions of this Agreement. Subsequent to closing, Purchaser and County shall have the right to seek specific performance to compel the County or Purchaser to act or perform in accordance with the requirements of this Agreement. Such right of specific performance shall not, however, be the sole or exclusive remedy of either party against the other and either party further hereby preserves its rights to seek damages due to the fail,are of the other to satisfy the obligations contained herein which exist after closing. The drafting of this Agreement constituted a joint effort of the parties hereto, and in the interpretation hereo~ it shall be assumed that no party had any more input or influence herein than any other party. Marco bland Water and Sewer Di~rict Transteer of Wastewatet ^ssei Pa~eg of II F'./AMS/Agreements Final Document 10/16/00 (k) All words, terms, and conditions herein contained are to be read in concert, each with thc other, and that a provision contained under one heading may bc considered to bc equally applicable under another heading in the interpretation oF th is Agreement. This Agrccmept is solely for thc benefit oF the panics hereto and no other causes of action shall accrue upon or by reason hereof to or for the benefit of any third party. There are no third party beneficiaries. (m) In thc event there are inconsistencies between any documents and the actual facts with regard to any and all of the assets being conveyed or assigned to the Purchaser, the actual Facts shall supersede and control the documents. IN WrINESS WHEREOF, the parties have hereunto caused this Intcrlocal Agreement ~io b~ executed the day and year aforesaid in counterparts, each counterpart to be considered an '..Original. ',,. :: DW.[GHT. E:"BROCK, CLERK BOARD OF COUNTY COMM]SSI'~.N'E 'R~' AS THE GOVERNING BODY OE'COLLIER'"~,'., COUNTY AND AS EX-OFFIC.I0 ~rHE' · ..j GOVERNING BOARD OF THE MARCO '.'~' WATER AND SEWER DISTRICT' :.; c. ' JA~tES C. ¢~RTER, Ph.D., CHAIRMAN / Deputy Cler~[tt~t as to ~afrman'~ DATED:._~..~,~. 2~.j , ature on 1,. CITY COUNCIL OF 1'HE CITY OF MARCO ISLAND. A MUNICIPAL CORPORATION BY: /'4'~,.,_~._. ~'-,~,.~_ ---. "~ CltAIRMAN Approved as to Form and regal sufficiency.__ t, Thomas ~] Pain'her, Assistant CounL7 Attorney Approved as to form and Icgal sufficiency. Kenneth Cuyler, ,,/'..~ Attorney for thc Citybf Marco Island Marco Island Water ~d Sewer Dlstrict Transl'~' ol'Waalcwnler Asse~q Page9of Il F:/AMS/A~eem~ms Final Documem 10/16~o Name OR: 2737 PG: 1886 EXHIBIT i - LIST OP EASEMENTS ,,,80 OR Bk ,, ,Page Date Plat Bk Pag,e Aldridge, Ruth W. Bavadan Inn Corporation Deltona Corporation First Mar & Co. Gaasch, Victor L/Ruby Garcla, Julio/Angela Jones, MarJode M Kuperus, HjerkUAdrlana E Pritchard, David/Irene Royal Marco Developments Shops of Marco Wolpin, Mel/Edlth Marco Beach Unit I Marco Beach Unit II Hideaway Beach 1198 1341 06/03/1986 1244 1560 01/15/1987 878 878 08/11/1980 903 267 02/05/1981 876 872 07124/1980 1196 185 05/20/1986 905 1101 02/24/1981 1204 238 07/02/1986 1432 172 04/12/1989 1156 113 09/18/1985 887 414 10/14/1980 10/07/2004 10/1 2/1964 12/12/1979 6 9 6 25 12 80 M~rco Island Waler and Sewer District Page 10 o1' I I F:/AM 5./AiFeemeats Final D~:umeflt 10/16/00 EXtlIBIT 2 - SCHEDULE OF INCLUDED ASSETS MARCO ~ER LOCATION LENGTH SIZE IN FEET FORCE MAi~ MARCO PHASE I 79,957 ? HIDEAWAY BEACH 3,865 ? BAVARIAN INN 520 2.5" SHOPS OF MARCO 40 4" MARCO PHASE II AREA N 1,064 4" AREA C 2,501 4" AREA O 981 4" TIGERTAIL BEACH 1,680 4" ROYAL MARCO WY 4,784 4" CLUB MARCO 255 4" GRAVITY LINES HIDEAWAY BEACH 28,504 ? MARCO PHASE II AREA N 5,963 8" AREA C 9,864 8" AREA O 14,131 8" HABITAT @ HIDEAWAY BCH 721 8" ROYAL MARCO WY 250 6" CONSTRUCTED VALUE ACCEPTED DATE~ $1,767,244.00 10/06/1981 $709,838.00 01/25/1983 :$4,950.00 03/13/1984 $34,679.00 09/17/1985 $342,503.00 03/11/1987 $400,813.00 05/12/1987 $694,805.00 09/22/1987 $44,700.00 10/13/1987 $120,057.00 04111/1989 $45,111.00 04/02/1996 ABOVE 01/25/1983 ABOVE 03/11/1987 ABOVE 05/12/1987 ABOVE 09/22/1987 $13,217.00 05/24/1988 ABOVE 04/11/1989 ~ LIFT STATIONS 3 LS 12 EDUCTOR 3 1 ~(~E 19 17 16 15 13 13 13 13 11 4 17 13 13 13 12 11 M~o [lland Water ~ .%-w~ Di~o-ict Tran~l'er ol'W~lewatcr P-~ I l or ! ! F'TAMS/A~reements Final Doeumem 10/16,~0 ,,t,: 2707340 OR: 2737 PC: 1888 -c F. CLBll TO '~HI BOARD II(:Oltl)ll~ in the OFFICIAL ~O~S ~[ COLL~rRIt COOFrT, FL COFIBS INTERLOCAL AGREEMENT ~8C '~ (Utility Billing Se~ices) · '.~,~. THIS AGREEMENT, made and entered into this ~ day of~ 2000, by and between the CITY OF MARCO IS~ND, a municipal corporation, h~n~ter ~lled "City" and THE BOARD OF COUN~ COMMISSIONERS of Collier County, Florida, as the governing body of Collier County and as ex-o~cio governing board of the Collier County Water-Sewer District, hereinafter ~lled "County", to provide wastewater billing, ~sh collection and receivable management sewices for sewer se~ices provided by the City and to provide for payment for se~ices rendered. 15.00 1.00 WITNESSETH WHEREAS, pdor to October 1, 2000, the County owned and maintained the Marco Island Water and Sewer District, that includes certain wastewater collection facilities and customers in certain areas of the County inside the corporate limits of the City; and WHEREAS, the County has entered into certain agreements to own and maintain certain wastewater collection facilities for existing and future customers located on Goodland which is inside the Collier County Water-Sewer District; and WHEREAS, on October 1, 2000, the County has agreed to transfer to the City and the City has agreed to accept what was previously known as the Marco Island Water and Sewer District, along with certain wastewater collection facilities, the existing customers and future customers that are inside the corporate limit of the City and the existing and future customers located on Goodland that are located within the Collier County Water/Sewer District; and WHEREAS, the City has requested the County to continue wastewater billing, cash collection and receivable management, for the City's wastewater customers for a period of three months (October 1, 2000 - December 31, 2000) or until the City has implemented it's own wastewater billing, cash collection and receivable management systems, whichever come first. WHEREAS, the City has requested the District to continue watewater billing, cash collection and receivable management, for the City's wastewater customers for a period of three months (October 1, 2000 - December 31, 2000) or until the City has implemented it's own wastewater billing, cash collection and receivable management systems, whichever come first. OR: 2737 PG: 1889 NOW, THEREFORE, in consideration of the mutual covenants conta~ne~ ~ere~n, the parties hereby agree as follows: 1. WASTEWATER BILLING. On a monthly basis, County shall prepare and send bi'llings for wastewater service to each service account. 2. WASTEWATER SERVICE CHARGES. County shall bill for wastewater service in accordance with existing County rates or amended rates established by City provided the present billing system can except new rates if adopted. 3. PROPERTY RENTERS. All City wastewater service accounts will be in the name of property owner. No deposit will be required from these property owners. 4. MAINTENANCE. Wastewater facilities will be owned and maintained by City and maintenance service is addressed in a separate Interlocal agreement. 5. WASTEWATER SERVICE FEE REVENUES. County shall establish a separate account with County's depository bank and deposit wastewater service fee payments on a daily basis. On a weekly basis, County's depository bank shall, by wire transfer, make payments for wastewater service fees into the City's depository bank. Any bank service fees shall be paid by City. 6. NEW ACCOUNT REVENUES. City shall be responsible for collecting all revenues associated with establishment of new accounts, including, if applicable, connection fees, installation charges, and system development fees. 7. NEW ACCOUNT INFORMATION. City shall notify County of all new accounts based on an application for service prepared by City and transmitted (faxed) to County. 8. HOLD HARMLESS. To the extent permitted by law, and except as set forth in Section 9 below, City shall indemnify, defend and hold harmless County from any and all claims, losses, penalties, demands, judgments, and costs of suit, including attorney fees and paralegal fees, for any expense, damage or liability incurred by County, whether personal injury, property damage, direct or consequential damages, or economic loss, arising directly or indirectly from duties performed by the County in accordance with this agreement. 9. HOLD HARMLESS. To the extent that any claim against the City is precipitated by or caused by duties directly or indirectly performed by the County, the County shall, to the extent permitted by law, indemnify, defend and hold harmless City from any and all claims, losses, penalties, demands, judgments, and costs of suit, including attorney fees and paralegal fees, for any expense, damage or liability incurred by City, whether personal injury, property damage, direct or consequential L damages, or economic loss, arising directly or indirectly from auties provided by the County. 10. PAYMENT FOR SERVICES. In return for utility billing services, City will pay to County the amount of one thousand five hundred dollars ($1,500) per month, payable monthly in advance from the effective date of this agreement. 11. AUDIT. City reserves the right to audit County utility and financial records pertaining to this agreement at a time and place convenient to County. 12. EFFECTIVE DATE. This agreement shall be effective on October 1, 2000 for a period of three months. The City Manager and the County Manager may extend this agreement on a month to month basis at the same terms upon giving the other party 30 days written notice and upon mutual agreement. 13. TERMINATION. Either party may terminate this agreement with or without cause upon giving the other party 30 days written notice. IN WITNESS WHEREOF, the parties have set their hands and seals this ~,~.~3~ day of _~~~__ 2000. 1890 *** CITY OF MARCO ISLAND: HarrY/Cowiffl Chairman A'I-I'EST: City Clerk APPROVED AS TO FORM AND LEGALITY: Kenneth Cuy[er, City A~y " ATTEST: D/wight' D. Brock, Clerk '' Attest as to. Chatrman,i signature APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Thomas ¢. Palm'er, Assistant County Attorney Cl~P,I I'0 '1'111 Xlffl~OllX(:l ~'fll ILOOiI lZ'g 72~0 270734! OR: 2737 PG: 1891 RSCOi~SD in the OI[ICI~ RICOh8 o[ COLLIII CO~T, (Maintenance Services) ' THIS AGREEMENT, made and entered into this ~~ da¥of~~~._2OOO, by, and between the CITY OF MARCO ISLAND, a municipal corporation, hereinafter called "City" and THE BOARD OF COUNTY COMMISSIONERS of Collier County, Florida, as the governing body of Collier County and as ex-officio governing board of the Collier County Water-Sewer District, hereinafter calted "County", to provide repair, replacement, maintenance and stake & locate services, for the City's wastewater coilection facilities and provide for payment for services rendered. WITNESSETH WHEREAS, Prior to October 1, 2000, the County owned and maintained Marco Island Water- Sewer District, a certain wastewater collection facilities servicing customers in certain areas of the County and inside the corporate limits of the City; and WHEREAS, the County has entered into certain agreements to own and maintain certain wastewater collection facilities for existing and future customers located on Goodland which is inside the Collier County Water-Sewer District; and WHEREAS, on October 1, 2000, the County has agreed to transfer to the City and the City has agreed to accept what was previously known as the Marco lsland Water and Sewer District, a certain wastewater collection facilities, existing customers and future customers that are inside the corporate limit of the City and the existing and future wastewater customers located on Goodland that are located within the Collier County Water-Sewer District; and WHEREAS, the City has requested the County to continue repair, replacement, maintenance and stake & locate services, for the City's wastewater collection facilities located within the City and Goodland for a period of three months (October 1, 2000 - December 31, 2000) or untit the City has implemented it's own department or contracted with another source, whichever comes first. NOW, THEREFORE, in consideration of the mutual covenants contained herein, the parties hereby agree as follows: 1. ROUTINE INSPECTIONS OF WASTEWATER FACILITY: County will spend approximatery 8 to 24 hours per week inspecting pump stations and lift stations for proper operating conditions of the wastewater collection facilities. In return, the City will pay to the County the amount of Three Thousand Two Hundred dollars ($3,200) per month, payabte monthly in advance from the effective date of this agreement. OR: 2737 PG: 1892 2. STAKE AND LOCATES: Sunshine One shall notify the County of any stake and/or locate requests and the County will complete each request within 48 hours. The County will include the Sunshine One Work Order when submitting an invoice to the City for stake and locate services. In return, the City will pay the invoice within 30 days. The minimum cost for each request will be One Hundred dollars ($100) which will include travel to and from Marco Island/Goodland and one hour of labor time to fulfill the Work Order request. If additional time is needed to fulfill the Work Order request, than the City will be invoiced for One Hundred dollars plus labor and equipment costs as shown on Exhibit A. 3. REPAIRS, REPLACEMENT, OR MAINTENANCE OF THE SEWER COLLECTION FACILITIES AND EMERGENCIES: The County will notify the City's Public Works Department in writing in a timely manner with an estimated cost of any repairs, replacement or maintenance that is required to keep the wastewater collection facilities in good operating condition. The City shall issue a Purchase Order to County to authorize any routine repair, replacement or maintenance of the wastewater collection facilities. The City can authorize work verbally in an emergency situation; however, the City must fax a copy of a Purchases Order as soon as possible. 4. PAYMENT FOR SERVICES: In return for routine or emergency repairs, replacement or maintenance of the City's wastewater collection facilities, the City wilt be invoiced based on documented costs for time and materials for labor, equipment and material costs: Exhibit A describes the hourly rates which shall be charged by the County. The County will also provide a copy of the material invoice to document material costs. 5. HOLD HARMLESS. To the extent permitted by law, and except as set forth in Section 6 below, City shall indemnify, defend and hold harmless County from any and all claims, losses, penalties, demands, judgments, and costs of suit, including attorney fees and paralegal fees, for any expense, damage or liability incurred by County, whether personal injury, property damage, direct or consequential damages, or economic loss, arising directly or indirectly from duties performed by the County in accordance with this agreement. 6. HOLD HARMLESS. To the extent that any claim against the City is precipitated by or caused by duties directly or indirectly performed by the County, the County agrees, to the extent permitted by law, to indemnify, defend and hold harmless City from any and all claims, losses, penalties, demands, judgments, and costs of suit, including attorney fees and paralegal fees, for any expense, damage or liability incurred by City, whether personal injury, property damage, direct or consequential damages, or economic loss, arising directly or indirectly from duties provided by the County. OR: 2737 PG: 1893 this agreement at a time and place convenient to County. 8. EFFECTIVE DATE. This agreement shall be effective on October 1, 2000 for a pedod of three months. The City Manager and the County Manager may extend this agreement on a month to month basis at the same terms upon giving the other party 30 days written notice and upon mutual agreement. 9. TERMINATION. Either pady may terminate this agreement with or without cause upon giving the other party 30 days written notice. IN WITNESS WHEREOF, the parties have set their hands and seals this ,~:::~, .~~~,~ 2000. CITY OF MARCO ISLAND: Harry Cowan, Chairman APPROVED AS TO FORM & LEGALITY: ATTEST: City Clerk ~Attorney day of ,..,.,.,, ' A~Es'T: ~w~ght D. Brock, Attest as to ChIII~IN'i stgAature ~15, COLLIER COUNTY: James D. j~lr~-ter{~ Pt~.~r~.,Chairman APPROVED AS TO FORM AND LEGAL SUFFICIENCY: thomas C.' palmer, Assistant County Attorney *** OR: 2737 PG: 1894 882 Exhibit Rates for Invoice Billing Equipment Rate Hourly (H) or Full Day (F) Rehab & Electrician's Truck $ 75.00 H Crew Trucks $ 50.00 H Vactor $200.00 H Camera Truck $150.00 H Boom Truck $100.00 H 20 Yard Dump Truck $ 70.00 H 10 Yard Dump Truck $ 40.00 H Track Hoe, Big or Small $ 50.00 H Back Hoe $ 60.00 H Olympian Generators $ 60.00 F Dewatering System $ 40.00 H 4" Trash Pump $ 10.00 H Mud Hog $ 10.00 H Trailer $ 40.00 H Signs, Barricades, Traffic Board $100.00 F Road Saw & Compactor $ 10.00 H Misc. Small Equipment $ 5.00 H Personnel Tech I or I~ $25.00 H Supervisors $35.00 H Administrative and Clerical Support 10% of Personnel costs 4 COMMERCIAL LENDING SERVICES O OOHLOA$O FORD ALTERNATIVE FUEL VEHICLES (Net Lease) THIS AGREEMENT (this "Lease Agreement") is between Board of County Commissioners, Collier County ("Lessee"), a corporation, municipality or other entity organized under the laws of the State of Florida, whose address is 3301 Tamiami Trail E, Naples, FL 34112, and FORD MOTOR CREDIT COMPANY ("Lessor"), a Delaware corporation. In consideration of the mutual promises and undertakings set forth herein, the receipt and sufficiency thereof are hereby acknowledged, Lessor and Lessee agree as follows: 1. LEASED VEHICLES. Lessor agrees to purchase and lease to Lessee, and Lessee agrees to lease from Lessor, the vehicles, including all modifications, alterations or additions thereto (the "Leased Vehicles"), described in one or more Supplements (,Supplement(s)") attached hereto, subject to the terms and conditions of this Lease Agreement and the applicable Supplement. For the lease of each Leased Vehicle, Lessee shall pay to Lessor all charges, reimbursements or payments (collectively, the "Charges") in accordance with this Lease Agreement and the applicable Supplement. Lessee shall reimburse Lessor for any reasonable costs incurred by Lessor in connection with any vehicles ordered by Lessee for lease hereunder, but not accepted by Lessee upon delivery. 2. CHARGES. (a) Charges. The periodic lease Charge (the "Lease Charge") for each Leased Vehicle shall be set forth in the applicable Supplement, and may be a single payment paid at the commencement of the Lease Term (as defined herein) or paid on a monthly, quarterly or yearly basis as set forth in the applicable Supplement. Lessee may retain any and all volume discounts, fleet rebates and dealer incentives it receives from manufacturers or vendors for leasing the Leased Vehicles, with no obligation to account to Lessor for such incentive payments, unless otherwise agreed in writing by Lessor and Lessee. (b) Billing and Payments. During the Lease Term, Lessor will bill Lessee for the Lease Charge and all other Charges then due and payable. All Charges will be due on the Payment Due Day, as specified in the applicable Supplement. Lessee shall pay to Lessor or its assignee, as directed by Lessor, all Charges payable under this Lease Agreement without further notice or demand. Lessee's obligations to Lessor or its assignee under this Lease Agreement, including without limitation payment of all Charges, shall not be subject to any reduction, abatement, defense, counterclaim, set off or recoupment which Lessee may now or hereafter have against Lessor or such assignee, subject to the obligations by Ford Motor Company to pay the early termination value or assumed residual at lease end and other payments as set forth in the attached letter ( Attachment "A") dated December 12, 2000 from Ford Motor Company to lessee. 3. TERM AND TERMINATION. (a) Lease Term. The lease term ("Lease Term") for each Leased Vehicle will commence on the date the Leased Vehicle is delivered to, and accepted by Lessee, and unless terminated under Paragraphs 10 or 11, shall expire on the later of (i) the last day of the Term specified in the applicable Supplement, or (ii) the day such Leased Vehicle is returned to Lessor in accordance with Paragraph 9. Lessor and Lessee may extend the Lease Term for a Leased Vehicle at the applicable Lease Charge by mutual written agreement. (b) Termination of Lease Agreement. The term of this Lease Agreement shall commence on the date hereof .and shall continue until terminated by either party upon ten days prior written notice to the other of the effective date of such termination (the "Termination Date"); provided, however, the terms and conditions of this Lease Agreement and the obligations of Lessee hereunder and any Supplement(s) with respect to Leased Vehicles leased prior to the Termination Date shall remain in full force and effect until all such obligations have been fulfilled. At any time and in its sole discretion, Lessor shall have the right to terminate, rescind or suspend this Lease Agreement with respect to the lease of any additional vehicles, to require the satisfaction of any additional or modified conditions precedent to any lease of any additional vehicles, and to determine the extent, if any, to which Lessor will lease additional vehicles to Lessee under this Lease Agreement. COMMERCIAL LENDING SERVICES (c) Termination of Leased Vehicle. The termination or expiration of the lease of a Leased Vehicle shall apply solely to that Leased Vehicle and will not result in the termination of this Lease Agreement or the lease of any other Leased Vehicles hereunder, and the rights and obligations of Lessor and Lessee under this Lease Agreement and the Supplement(s) hereto shall continue in full force and effect with respect to the remaining Leased Vehicles subject to this Lease Agreement. 4. REGISTRATION AND TAXES. (a) Registration of Leased Vehicles. Lessee shall, at its expense, register, title and license each Leased Vehicle in the manner prescribed by Lessor so as to maintain Lessor's ownership and insurable interest in the Leased Vehicle and forward such title to Lessor at its Commercial Lending Branch located at P.O. Box 467369, Atlanta, GA 31146. Lessee shall provide to Lessor any documentation pertaining to a Leased Vehicle as Lessor may from time to time request. (b) Taxes. The Lease Charge excludes all sales and use taxes. Lessee will pay, or reimburse Lessor, as the case may be, for any sales and use taxes relating to the Leased Vehicles and any Charges under this Lease Agreement. Lessee will determine and pay all fees, assessments, taxes and. expenses whatsoever with respect to each Leased Vehicle and/or required by the business of Lessee or resulting from Lessee's operation and use of the Leased Vehicles, including without limitation any license fees and any excise, property, mileage and fuel taxes. Lessee will file all reports relating to such fees, assessments and taxes. 5. OPERATION OF LEASED VEHICLES. (a) Alterations. Lessee shall equip all Leased Vehicles in a manner approved by Lessor. Lessee shall not make any additions, alterations or modifications to the Leased Vehicles during the Lease Term; except for additions to a Leased Vehicle which are approved in writing by Lessor and are readily removable without any damage to the Leased Vehicle. (b) Use of Leased Vehicles. Lessee shall 'use all Leased Vehicles in its business and in accordance with the terms and conditions of this Lease Agreement and all applicable governmental and insurer requirements and limitations. Each Leased Vehicle will be operated by a properly licensed employee or agent of Lessee subject to Lessee's exclusive direction and control. Lessee will not allow the Leased Vehicles to be operated (i) by a driver in possession or under the influence of alcohol or any drug which may impair his ability to operate the Leased Vehicle, (ii) in a reckless or abusive manner, (iii) on a fiat tire, (iv) improperly loaded, or loaded beyond the licensed weight recommend by the manufacturer of the Leased Vehicle, (v) to transport hazardous dangerous cargo, including without limitation, explosives, flammable liquids, compressed gasses, corrosive liquids, poisons, radioactive materials or other regulated materials, unless otherwise approved by Lessor in writing, or (vi) off an improved road or highway. Lessee will not remove the Leased Vehicle from the United States without the prior written consent of Lessor. (c) Repair and Maintenance. Lessee agrees that Leased Vehicles shall be maintained, in accordance with the manufacturer requirements and recommendations and all required maintenance and/or repairs shall be provided by a Ford dealer authorized to provide such services. Lessee will use, or authorize the use of, only manufactured-approved replacement parts in the repair or maintenance of the Leased Vehicles. 6. INSURANCE. (a) Insurance Coverages. Lessee shall provide, or cause to be provided, on each Leased Vehicle during the Lease Term thereof insurance with coverage and amounts not less than the following: $300,000 bodily injury per accident $50,000 property damage. Collision and Comprehensive Coverage with deductible not to exceed $1,000 Lessee, at its own expense, shall provide, or cause to be provided, any other insurance and post any bonds required by any governmental authority with respect to the operation of any Leased Vehicle and will include Lessor as a named insured in any and all cargo, transportation or floater insurance policies covering any loss or damage to any goods or COMMERCIAL LENDING SERVICES O0# OA$O other property transported by any Leased Vehicle, and Lessee releases Lessor for any loss or damage to such goods and property. (b) Insurance Policy Terms. Each insurance policy provided by Lessee pursuant to this Paragraph shall (i) insure Lessor, as owner and lessor of the Leased Vehicles, Lessee, and any person leasing or driving the Leased Vehicle with valid permission, (ii) designate Lessor as both loss payee and additional insured on such policy without regard to any breach of warranty or other act or omission of Lessee and shall include a loss payable endorsement for the benefit of Lessor, and (iii) require the insurer to notify Lessor promptly of any cancellation or material change to the policy for any reason and provide that such cancellation or change will not be effective as to Lessor for 20 days after receipt by Lessor of such notice. (c) Evidence of Insurance. Lessee shall deliver to Lessor a certificates of insurance issued by its insurer evidencing the insurance coverages required by this Paragraph upon execution of this Lease Agreement hereof and evidencing each' renewal of such coverages not less than 30 days prior to the expiration of the original policy or preceding renewal policy. In addition, at the request of Lessor, Lessee will provide copies of each such insurance policy and receipts or other evidence that the premiums thereon have been paid. (d) Insurance Claims. If any claim is. made or action commenced for personal injury or death or property damage in connection with any Leased Vehicle, Lessee shall promptly notify Lessor and the insurer and furnish each with a copy of each process and pleading received in connection therewith and diligently defend against such claim or action and/or cooperate in the defense thereof. Lessee shall promptly furnish to the insurer a report of any accident involving a Leased Vehicle on the form acceptable to such insurer. 7. ' LOSS OF LEASED VEHICLE. Lessee shall bear the entire risk of the Leased Vehicle(s) being lost, .stolen, destroyed, damaged or otherwise rendered permanently unfit or unavailable for use. If a Leased Vehicle suffers a total loss or is stolen prior to the end of its Lease Term, Lessee shall pay' Lessor an amount equal to (i) the pro-rated Lease Charge for the month in which such loss or theft occurs, (ii) any other Charges then due and owing, and (iii) the Early Termination Value, as defined in Paragraph 10 (a), for such Leased Vehicle as calculated by Lessor for the month in Which such loss or theft occurs. Any insurance proceeds shall be for the account of Lessee'to the extent of Lessee's payment pursuant to this Paragraph 7. If the Leased Vehicle suffers a partial loss, Lessee will immediately repair any damage to a Leased Vehicle, and Lessor will make the proceeds of any insurance coverage available to Lessee for such repairs. 8. PERFORMANCE BY LESSOR. If Lessee fails for any reason to perform any of its obligations under this Lease Agreement, Lessor may (but shall not be obligated) to perform such obligations, without relieving Lessee of its obligation to do so. Lessee shall reimburse Lessor upon demand for any reasonable costs and expenses incurred by Lessor in connection with such performance as an additional Charge under this Lease Agreement. 9. RETURN OF LEASED VEHICLE. Upon the expiration or termination of the Lease Term of any Leased Vehicle, Lessee will return, at its own expense, such Leased Vehicle to a reasonable location designated by Lessor in good operating condition and in accordance with the Minimum Return Standards set forth on Schedule A attached hereto and incorporated herein, which reflects ordinary wear and tear allowed by Lessor. Lessee will also return any unexpired license plates with each Leased Vehicle where required. In all other jurisdictions, Lessee will promptly destroy or transfer the unexpired license plates from returned Leased Vehicles. If Lessor has not received title documents for the Leased Vehicle in order to permit sale of such Leased Vehicle or such Leased Vehicle is not returned to Lessor in accordance with this Paragraph 9, then Lessee will pay Lessor the then applicable Early Termination Value and Lessor will transfer all of its rights and title and interest in such Leased Vehicle to Lessee. 10. EARLY TERMINATION. (a) Election to Terminate. Lessee may terminate the lease of any Leased Vehicle prior to the expiration of the term thereof by giving Lessor 30 days prior written notice of its election to terminate such lease. The effective date of such termination shall be the date on which such Leased Vehicle is returned to Lessor in the manner and condition required by Paragraph 9 hereof. Lessee shall be entitled to a pro-rata refund of any lease amount that had been paid in advance of the termination date, subject to the provisions of (c) Lessee Obligations item (I). 3 COMMERCIAL LENDING SERVICES O OOH[OA$O (b) Sale or Re-Lease of Leased Vehicle. Within a reasonable period of time after return of the Leased Vehicle, Lessor will use its reasonable efforts to sell or re-lease the Leased Vehicle. Any sale of a Leased Vehicle by Lessor shall be at wholesale and may be public or private and with or without notice to Lessee, and shall be only for cash payable in full upon delivery of the Leased Vehicle and its title papers to the purchaser, and shall be on an "AS IS, WHERE IS, BASIS" WITH NO RECOURSE TO OR WARRANTY BY LESSOR. (c) Lessee Obligations. Lessor will notify Lessee in writing of the sale or re-lease of the Leased Vehicle and the Charge owed by Lessee as a result of the early termination of such Leased Vehicle, which will be equal to (i) the Lease Charge for the month in which the termination occurs, (ii) any other Lease Charges and other Charges then due and owing. Lessee will pay Lessor such Charge within 60 days after such written notice. (d) Definitions of Net Proceeds and Early Termination Value. For purposes of this Lease Agreement, the term "Net Proceeds" shall mean the amount received by Lessor from the sale of the Leased Vehicle, less all expenses incurred by Lessor in selling the Leased Vehicle and all debts of Lessee which, if not paid, might constitute a lien on the Leased Vehicle or a liability of Lessor, and the term "Early Termination Value" shall mean the early termination value for a Leased Vehicle determined by Lessor at the commencement of the Lease Term for the Leased Vehicle in accordance with Lessor's procedures therefor based on the Capitalized Cost of the Leased Vehicle. Lessor will provide Lessee with the applicable Early Termination Value of each Leased Vehicle in the periodic statements for Lease Charges. 11. DEFAULT AND REMEDIES. (a) Events of Default. Lessor may terminate this Lease Agreement at any time with respect to anyor all of the Leased Vehicles by written notice to Lessee upon the occurrence of any of the following events of default: (i) failure.to pay any Charge or any other sum payable to Lessor hereunder and such failure continues for 10 days after written notice thereof to Lessee, or (ii) failure or refusal by Lessee to operate the Leased Vehicles in accordance with this Lease Agreement and the applicable Supplement and such operation results in damage, excessive use or abuse of such Leased Vehicle, or (iii) failure or refusal by Lessee to perform any other obligation of Lessee hereunder and such failure or refusal continues for 30 days after written notice thereof to Lessee, or (iv) any representation or warranty made by Lessee shall prove to be false or misleading in any material respect as of the date on which the same was made, or (v) the filing of any petition by or against Lessee under any bankruptcy or insolvency taw or the making by Lessee of any assignment for the benefit of creditors or the appointment of any trustee or receiver for all or any part of Lessee's business or assets or the assignment (voluntary or involuntary) of Lessee's interest in any Leased Vehicle or the attachment of any lien or levy on any Leased Vehicle (unless such petition, assignment, appointment, or attachment is withdrawn or nullified within fifteen days). (b) Remedies of Lessor. Upon termination by Lessor pursuant to Paragraph 11 (a), Lessee shall deliver the Leased Vehicle(s) to Lessor the manner and condition required by Paragraph 9. If Lessee fails to return the Leased Vehicle(s), Lessor may repossess the same at any time wherever the Leased Vehicles may be located and may enter upon the premises of Lessee for the purpose of repossessing the Leased Vehicle(s). Lessor shall dispose of such returned or repossessed Leased Vehicle in accordance with Paragraph 10 (b), and Lessee shall pay to Lessor an additional Charge calculated in accordance with Paragraph 10 (c). Lessor shall hold and dispose of any repossessed Leased Vehicle(s) free and clear of this Lease Agreement and any rights of Lessee in the Leased Vehicle(s). Subject to applicable law, Lessee agrees to pay to Lessor reasonable attorney fees if this Lease Agreement is placed with an attorney other than an employee of Lessor for collection. In addition, Lessor may exercise its remedies under Paragraph 16 (b). (c) Remedies Cumulative and Concurrent. The rights and remedies of Lessor under this Lease Agreement shall be cumulative and in addition to any other right, remedy or power herein specifically granted or now or hereafter existing in equity, in law, by virtue of statute or otherwise and may be pursued separately, successively, concurrently, independently or together against Lessee or any other party, at the sole discretion of Lessor, and may be exercised as often as occasion therefor shall arise. The failure to exercise any such right or remedy shall in no event be construed as a waiver or release thereof, nor shall the choice of one remedy be deemed an election of remedies to the exclusion of other remedies. Acceptance of Charges in arrears shall not waive or affect any right of Lessor to declare an Event of Default and exercise any remedies hereunder. 4 COMMERCIAL LENDING SERVICES 12. INDEMNITY. Lessee will be responsible for any personal injury and property damage caused by or in connection with Lessee's operation and control of the Leased Vehicles. Lessee is self insured for all risks relating to its operation and control of the Leased Vehicles, and has provided Lessor with a certificate of self-insurance. 13. LESSEE'S WARRANTIES. Lessee represents and warrants to Lessor that: (a) Lessee is and shall at all times hereafter be duly organized, validly existing and in good standing under the laws of the jurisdiction under which it is organized and it has duly authorized the execution, delivery and performance of this Lease Agreement; (b) This Lease Agreement has been duly and validly executed and delivered by Lessee and constitutes the valid and binding obligation of Lessee; (c) All financial statements presented to Lessor have been prepared in conformity with generally accepted accounting principles consistently applied and fairly and accurately present Lessee's financial condition and income as of the date given and since the date of such financial statements there has been no material adverse change in the financial condition of Lessee or any guarantor of Lessee's obligation hereunder; and (d) Lessee has read this Lease Agreement prior to signing. 14. DISCLAIMER OF WARRANTIES AND CONSEQUENTIAL DAMAGES; FORCE MAJEURE. (A) LESSEE ACKNOWLEDGES THAT LESSOR IS NOT THE MANUFACTURER, DESIGNER, PRODUCER, OR DISTRIBUTOR (OR AGENT OF ANY OF.FOREGOING) OF THE LEASED VEFIICLES. (B) LESSEE ACKNOWLEDGES AND AGREES THAT LESSOR MAKES NO WARRANTY OR REPRESENTATION, EXPRESS OR IMPLIED, (1) AS TO THE FITNESS, SAFENESS, DESIGN, MERCHANTABILITY, CONDITION, QUALITY, CAPACITY OR WORKMANSHIP OF THE LEASED VEHICLES, OR (2) THAT THE LEASED VEHICLES WILL SATISFY THE REQUIREMENTS OF ANY LAW OR ANY CONTRACT SPECIFICATION. AS BETWEEN LESSOR AND LESSEE, LESSEE AGREES TO BEAR ALL SUCH RISKS AT ITS SOLE RISK AND EXPENSE. (C) LESSEE SPECIFICALLY WAIVES ALL RIGHTS TO MAKE CLAIM AGAINST LESSOR AND ANY LEASED VEHICLES FOR BREACH OF ANY WARRANTY OF ANY KIND WHATSOEVER, AND AS TO LESSOR, LESSEE LEASES THE LEASED VEHICLES "AS IS." CALIFORNIA LESSEES WAIVE THE PROVISIONS OF SECTIONS 1955 AND 1957 OF THE CIVIL CODE OF THE STATE OF CALIFORNIA. (D) THAT IN NO EVENT SHALL LESSOR BE LIABLE FOR ANY INCONVENIENCES, LOSS OF PROFITS OR ANY OTHER CONSEQUENTIAL, INCIDENTAL OR SPECIAL DAMAGES WHATSOEVER OR HOWSOEVER CAUSED, INCLUDING WITHOUT LIMITATION, DAMAGES RESULTING FROM ANY DEFECT IN ANY LEASED VEHICLE, OR ANY THEFT, DAMAGE, LOSS OR FAILURE OF ANY LEASED VEHICLE. THERE SHALL BE NO ABATEMENT OR SETOFF OF LEASE CHARGES BECAUSE OF THE SAME. (E) LESSOR SHALL NOT BE LIABLE FOR ANY FAILURE OR DELAY IN DELIVERING ANY LEASED VEHICLE ORDERED FOR LEASE PURSUANT TO THIS LEASE AGREEMENT OR FOR ANY FAILURE TO PERFORM ANY PROVISION, RESULTING FROM FIRE OR OTHER CASUALTY, RIOT, STRIKE OR OTHER LABOR DIFFICULTY, 'GOVERNMENTAL REGULATION OR RESTRICTION, OR ANY CAUSE BEYOND LESSOR'S CONTROL. 15. VEHICLE WARRANTIES. Lessor assigns to Lessee for the Lease Term of each Leased Vehicle the warranties, including those of any third party, provided to the Lessor by any dealer, manufacturer, distributor or vendor selling the Leased Vehicles to Lessor; and Lessee may communicate with such dealer, manufacturer, distributor or vendor and receive an accurate and complete statement of those promises and warranties, including any disclaimers and limitations of them or of remedies. Lessee will resolve any claims under such warranties directly with the appropriate dealer, manufacturer, distributor, vendor or third party. COMMERCIAL LENDING SERVICES O OOH OA$O 16. LEASEHOLD INTEREST; SECURITY INTEREST. (a) Leasehold Interest. Lessor is the owner of the Leased Vehicles, including all modifications, alterations and additions thereto which are included in the Capitalized Cost. Lessor and Lessee acknowledge and agree that this Lease Agreement is a lease of personal property for commercial and federal income tax purposes, and that Lessee does not acquire any right, title or interest in the Leased Vehicles or any proceeds thereof, except the right to possess and use the Leased Vehicles in accordance with the terms of this Lease Agreement and the applicable Supplement. Lessor and Lessee agree that Lessor is the only party entitled to claim income tax deductions for asset cost recovery, depreciation or investment tax credits (if any) with respect to the Leased Vehicles under the Internal Revenue Code of 1986 and applicable state laws. (b) Assignment of Leases and Subleases. To secure the full and punctual payment and performance of its obligations under this Lease, Lessee assigns to Lessor all Lessee's right, title and interest, whether now existing or hereafter acquired, in any'lease or sublease of a Leased Vehicle, including the right to collect any rental, lease or other payments which may come due thereunder (the "Assigned Payments"). So long as no Event of Default has occurred and is continuing, Lessee may collect the Assigned Payments. If an Event of Default occurs, then Lessor may require Lessee to endorse and remit to. Lessor all Assigned Payments in the same form as received by Lessee, or may direct any lessee or sub lessee to pay the Assigned Payments directly to Lessor. Lessee will obtain the consent of any sub lessee or lessee to assignment of the sublease or lease set forth in this Paragraph 18 (b), and shall furnish such other documents to perfect this assignment as Lessor may require. (c) Security Interest. In the event any court determines that this Lease is not a true lease, then Lessee hereby grants Lessor a security interest in the Leased Vehicles, together with all accessions, replacements and substitutions therefor or thereto and proceeds thereof, including without limitation any Charges, proceeds of sale, exchange or other disposition of the Leased Vehicles, proceeds of any damage claim or insurance covering the Leased Vehicles, and the proceeds due or to become due from Lessee, any sub lessee or third party with respect to the Leased Vehicles. At the written request of Lessor, Lessee will execute and deliver to Lessor any financing statement or other instrument required to perfect the foregoing security interest, and agrees to pay or reimburse-Lessor for any searches, filings, recordings:or stamp fees or taxes arising from the filing or recording of any such instrument or statement. Lessee authorizes Lessor to file this Lease Agreement or any financing statements with respect to this Lease Agreement or the Leased Vehicles and to execute Lessee's name to any such financing statement. Any such filing shall not be deemed evidence of any intent to create a security interest under the Uniform Commercial Code. 17. INSPECTION; FINANCIAL STATEMENTS. During normal business hours, Lessor and its authorized representatives may inspect each Leased Vehicle and the books and records of Lessee relative thereto, including without limitation, any leases, subleases and insurance records. Lessor shall have no duty to make any such inspection and shall not incur any liability or obligation by reason of making or not making any such inspection. In addition, at the request of Lessor, Lessee shall furnish Lessor any financial statements of Lessee, including, without limitation, balance sheets and income statements. Lessee will provide Lessor with any information requested by Lessor with respect to Lessee's use and operation of any Leased Vehicle. 18. MISCELLANEOUS TERMS AND CONDITIONS. (a) Assignment and Sublease. Lessee may not assign this Lease Agreement or any right hereunder, in whole or in part, or sublease or otherwise deliver, transfer or relinquish possession of a Leased Vehicle, without the prior written consent of Lessor. Any consent by Lessor to such transactions will be subject to satisfaction by Lessee and the sub lessee or assignee (as the case may be) with the requirements of Lessor. Lessor may, at any time, without notice to 'Lessee, mortgage, grant a security interest in or otherwise transfer, sell or assign all or any part of its interest in this Lease Agreement, any Supplement, any Leased Vehicle or any Charges or other sums due or to become due hereunder, subject to Lessee's right to possess and the use the Leased Vehicles in accordance with the terms and conditions of this Lease Agreement and any applicable Supplement. (b) Notices. All official notices, excluding invoices, from the Lessee to the Lessor shall be deemed duly served if mailed by registered or certified mail to the Lessor at the following Address: Ford Motor Credit 6 lCOMMERCIAL LENDING SERVICES O OOH OA$O 1000 Abernathy Road Bldg. 400, Suite 180 Atlanta, GA 30328 Attn: Brenda Hudson All Notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County to: Collier County Government Center Purchasing Department- General Services Building 3301 Tamiami Trail, East Naples, Florida 34112 The Lessor and the Lessee may change the above mailing addresses at any time upon giving the other party written notification. All notices under this Agreement must be in writing. (c) No Implied Waivers. The waiver by either party of, or failure to claim, a breach of any provision of this Lease Agreement shall not be deemed to be'a waiver of any subsequent breach or to affect in any way the effectiveness of such provision. (d) Entire Agreement. This .Lease Agreement shall constitute the entire agreement between the parties and may not be changed except by:an instrument in writing, signed by the party against whom the change is to be enforced. (e) Non-Substantive Data. Lessee authorizes Lessor to insert in this Lease Agreement serial numbers, other identification data of the LeaSed Vehicles when determined by Lessor and dates or other unintentionally omitted non-substantive items to render this Lease Agreement complete. (f) Governing Law. This Lease Agreement shall be governed by and construed in accordance with the laws of the state of Lessee's place of business as indicated below. (g) Agency. Lessee shall never at any time during the term of this Lease Agreement be or become the agent of Lessor for any purpose whatsoever. Lessor shall not be responsible for the acts or omissions of Lessee or its agents. (h) Assignment. Lessor notifies Lessee that it intends to assign to QI Exchange, L.L.C. Lessor's rights (but not its obligations) with respect to the purchase of the Leased Vehicles and the sale of the Leased Vehicles upon termination. (i) Non-Appropriation of Funds. 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. MODIFICATION: This Lease Agreement sets forth all of the agreements of the Lessor and the Lessee for the lease of the Leased Vehicles. There is no other agreement. Any change in this Lease Agreement must be in writing and signed by the Lessee and Lessor. ' IN .W,,!.'I-ME$,,~,,WHEREOF, the parties have duly executed this Lease Agreement as of ~,~"'~~:;~r" ~ ~ ATTEST:"-. ::'. '\ ~' ::Dwight E ,B're'~ki.(:;le~k of Courts '~"i:'-' ~,~¢ (SEAL) ..~: ~:! ..-: - BOARD OF cOUNTy COMMI~4Jl;IONERS By: / Chairperson 7 COMMERCIAL LENDING SERVICES ?Type/print ¢itness name? ?Type/print w'tnl~ss'%~me? Approved as to form and legal sufficiency: Assis(ant ~ounty, y,y~t'~rney ~~O0#~OA$O~ Ford Motor Credit Company Lessor ~/ Signature Typed signature and title CORPORATE SEAL (corporations only) ~SF COMMERCIAL LENDING SERVICES O 00# OA$O SCHEDULE A MINIMUM RETURN STANDARDS Leased vehicles returned to Lessor pursuant to Paragraph 9 must meet the following conditions/standards: 1. No body damage in excess of $100. 2. Sound mechanical operating condition. 3. No frame, fire or water damage (any Leased Vehicles returned with such damage will be treated as a loss under Paragraph 7 of the Lease). 4. No severe body damage which has been poorly repaired, 5. No glass damage. All tires must have 4/32" tread remaining, including the spare, and all tires must meet Ford original equipment standards and must be matched. 7. No carpet or upholstery damage, including burns and stains. 8. All original factory equipment as noted on the factory invoice must be on the vehicles. Missing parts (bodyside moldings, wheel covers, spare tire, etc.) are to be replaced before the car is returned. All pads must meet Ford original equipment standard. 9 COMMERCIAL LENDING SERVICES 00H OA$O <<TAG>> SUPPLEMENT TO GREENLEASE (NET LEASE) 8E I THIS IS A SUPPLEMENT TO GREENLEASE (NET LEASE)DATED ~/2~/~ (the "Lease Agreement") BETWEEN FORD MOTOR CREDIT COMPANY ("Lessor") and Board of Countty Commissioners, Collier County ("Lessee"). The capitalized terms used in this Supplement shall have the same meaning as in the Lease Agreement, unless otherwise defined herein. Subject to the terms and conditions of the Lease Agreement, which are incorporated herein by reference, Lessor and Lessee agree as follows: 1. Leased Vehicles. The Leased Vehicles described in the Vehicle Description section below have been delivered to and accepted by Lessee in good condition with mileage shown below in the Vehicle Description section. The terms and conditions of this Supplement shall apply solely to the Lease Vehicles described .herein. Lessee hereby certifies, under penalty of perjury, that (a) Lessee intends that more than fifty percent (50%) of the use of each Leased Vehicle is to be used in a trade or business of Lessee, and (b) Lessee has been advised that it will not be treated as the owner of the Leased Vehicles for Federal income tax purposes. 2. "Lease Terms and Charges. Commencing on the Commencement Date indicated below, Lessee will pay Lessor the Lease Charge on the Payment Due Date of each month of the Term specified below. Interim Lease Charges will be assessed for the period between the Delivery Date and the Commencement Date and will be shown on the billing statement. Lease Terms Lease Program Type:NET Term: 36 Months Payment Due Day:lst day of the month Commencement Date: ~ / Z~, / OO Payment Timing: Advance Security Deposit: $0.00 Lease Charges 3 Annual Lease Charges @ $7,794.00 each Excludes all taxes and other Charges Vehicle/Unit Information Unit No.: 17045 Lessee Unit Reference Description: 2000 New Ford Ranger EV Vin: 1FTZR0878XTB10091 Capitalized Cost: $15,312.74 Lease Charge: $3,897.00 Mileage at Delivery: ,,~ Delivery Date: /,?... /_~7=~/ VEHICLE DESCRIPTION Garaging Loccation: City: Naples County: Collier State: FL Property Tax Location: 3301 TAMIAMI TRAIL E NAPLES, COLLIER, FL 34112 Tax Type, Present Rate EXEMPT, 0.00% EXEMPT, 0.00% EXEMPT, % 10 BCOMMERCIAL LENDING SERVICES O 00# OA$O 1 VEHICLE DESCRIPTION Vehicle/Unit Information Unit No.: 17046 Lessee Unit Reference fl ~ Description: 2000 New Ford Ranger EV Vin: 1FTZR0872XTB10135 Capitalized Cost: $15,312.74 Lease Charge: $3,897.00 Mileage at Delivery: ~'g'~ Delivery Date: /2. / ~ '/OO Garaging Loccation: City: Naples County: Collier State: FL Property Tax Location: 3301 TAMIAMI TRAIL E NAPLES, COLLIER, FL 34112 Tax Type, Present Rate EXEMPT, 0.00% EXEMPT, 0.00% EXEMPT, % Lessor and Lessee have executed this Supplement as of the date set forth above. FORp ~/T-~ CREDIT COMPANY, Lessor Date ~_l~_,b/ ~DWIGHT E. 'BROCK,' CLERK Attest' as to Chairman's sigRature only. Board of 'Com~ County Collier County Lessee BY Title Date 11 ATTACHMENT "A" 1 Received Purcnaam~ U 'L t 9 2000 16800 Executive Drive Regent Court Bldg. MD 6N-1A Dearborn, MI 48126 Kelsey Ward Collier County Government ' Beryl Stajich Terry Ryan Maysaa Mache Paul Cowan Don CaveHi Dan Hand LaShonda Johnson Kevin Cullum Mike O~rien December 12, 2000 Subject: Electric Vehicle Rangers Dear Ms. Ward, Ford Motor Company agrees to purchase the leased electric Rangers at either early termination, ffFord and Collier County mutually agree that early termination is the result of product failure, or normal lease end for the amount of a full payoff. The lease agreement will be a 36 month dosed end agreement with Ford Motor Credit Company, Commercial Lending. · The electric vehicle Rangem come with a full Bumper-to-Bumper Warranty with ,nlimited mileage. Transportation Assistance: Due to the unique operation of the EV Rangers and often lengthy repair times, transportation assistance with a comparable rental vehicle will be provided to the lessee for the duration the leased vehicle is out of service. Fueling costs for gas vehicles will be the responsibility of the customer. These rental expenses will also be home by the dealer and claimed by the deal~ under the warranty claim. Towing/Roadside Assistance: As the mileage range of the EV Rangers to a servicing dealer is often beyond the mileage where a battery pack recharge is required, the Roadside Assistance towing provision has been extended to cover towing back to the closest authorized Ford EV dealer service facility. Return towing to the customer after repair is also covered. The rowing expense will be home by the dealer and claimed by the dealer under the warranty claim. Regards, Electric Vehicle Ranger Brand Manager .- RISK ~NRGEMENT Fax:l-941-774-8048 Dec 29 '00' 17:14 P. 05/05 ,; ~-A~g~ield OB 8E I ADDENDUM TO MASTER LEASE AGREEMENT (Vehicles Operated in Florida) THIS,,~,~DDE,~NDU. M ("Addendum") amends and suppleme,~t~ the terr~s an~ co. nditions of MASTER LEASE AGREEME, NT~ F~'~"~ ~ ~/f~'~-~'11'~"'l,~¢ DATED ~' ¢/.~,/~13 (the "Lease Agreement') B¢:T:WEEN. _~/'~r~ /~r~¢/" /~.rE'~:,/-/'~_z~' ,~l~,~"Lesls'~>r") and ~1,-_~ ~.~-/"~lut~4,.t_~¢ll~¢i~.f,~iji~'! ("Lessee"). The capitalizCe~ terms u~d in this Addendum-,~nall have the same meaning as in {he Lease Agree- (.~"~ ment, unless otherwise defined herein. Lessee wishes to use some or all of the Leased Vehicles in the State of ~ Florida. Lessor is willing to lease the Leased Vehicles to Lessee for use in the State of Florida, provided that Les- see complies with the te~ms and csnditions of this Addendum. Therefore, in consideration of the foregoing and other good and valuable consideration, the receipt and sufficiency thereof are hereby acknowledged, Lessor and Lessee agree as follows: 1. INSURANCE COVERAGES. All insurance policies provided by Lessee to Lessor under the terms of the Lease Agreement for Leased Vehicles operated or located in the State of Florida, including any Leased Vehicles carrying Hazardous Materials under the terms of an addendum to the Lease Agreement, shall comply with the requirements of Florida Statute 324.021(9)(b), and shall be endorsed to state that they provide at least the minimum split liability coverage limits of such statute. Any insurance coverage provided pursuant to this Addendum shall be primary, not contributing with and not in excess of any coverages which may be maintained by Lessor. 2. SCOPE OF ADDENDUM. This Addendum amends and supplements the terms and condi- tions of the Lease Agreement and is incorporated in the Lease Agreement as if originally included therein. Except as specifically modified herein, the terms and conditions of the Lease Agreement are in full force and effect as set forth therein. This Addendum will be applicable to all Leased Vehicles operated or located in the State of Florida during the term of the Lease Agreement. NOTICE: Pursuant to Section 627.7263, Florida Statutes, Lessor and Lessee agree that the liability insur- ance or personal injury protection insurance of Lessee or other permitted operator of the Property shall be primary for the limits of liability and personal injury protection coverage r~ci,uired_.bY Section 324.021 (7) and 627.736, Florida Statutes. NAME OF LESSEE'S INSURANCE COMPANYO(-? ~'/'~5'~I.Y,~.J'IE'8. ~ Lessor and Lessee have executed this Addendum as o~ ~/i~ ~01 '- BRANCH - White LESSEE - Canary DEALER - Pink RESOLUTION NO. 2000-:}40 RESOLUTION APPOINTING ALBERT DORIA, JR., TO THE SMALL CITIES COMMUNITY DEVELOPMENT BLOCK GRANT CITIZENS ADVISORY TASK FORCE. WHEREAS, Collier County Ordinance No. 90-60 established a Small Cities Community Development Block Grant Citizens Advisory Task Force for Collier County; and WHEREAS, Ordinance No. 90-60 provides for the appointment of five members for two year terms after the initial term; and WHEREAS, there is currently a vacancy on this board under the category of Business Leader; and WHEREAS, the Board of County Commissioners previously provided public notice soliciting applications from interested parties; and WHEREAS, the Task Force has submitted its recommendation to the Board of County Commissioners. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that Albert Doria, Jr., representing the category of Business Leader, is hereby appointed to the Small Cities Community Development Block Grant Citizens Advisory Task Force to fulfill the remainder of the vacant term plus an additional 2 year term, said term to expire on December 31, 2002. This Resolution adopted after motion, second and majority vote· DATED: September 26, 2000 : i '~ATTEST:I · DWIGHT E BROCK, Clerk Attest Chatr~m'$ signature only, Approved as to form and legal sufficiency: By: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA TI~Y J. COI~ANTI~E, ChaiiZma~ David C. Weigel/~ County Attorney DCW?kn RESOLUTION NO. 2000-3 A RESOLUTION REAPPOINTING MEMBERS TO THE COLLIER COUNTY PLANNING COMMISSION AND READVERTISING THE SECOND DISTRICT 2 POSITION TO BE APPOINTED FOR AN INITIAL THREE YEAR TERM AND SUCCEEDING 4 YEAR TERMS. WHEREAS, the Collier County Planning Commission was established by Collier County Ordinance No. 85-51, as amended by Collier County Ordinance No. 86-76; and WHEREAS, Collier County Ordinance No. 91-102, as amended, repealed and replaced Ordinance No. 85-51, as amended, re-establishing the Collier County Planning Commission; and WHEREAS, Ordinance No. 91-102, as amended, provides that the Collier County Planning Commission shall be composed of nine (9) members representing the five commission districts; and VOtEREAS, there are currently vacancies under Commission Districts 2, 3 and 5; and WHEREAS, the Board of County Commissioners previously provided public notice soliciting applications from interested parties; and Vvl-IEREAS, Ordinance 91-102, as amended, provides that any two members from a single commission district shall not expire in the same year. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMM/SSIONERS OF COLLIER COUNTY, FLORIDA, that: 1. Joyceanna "JA" J. Rautio is hereby reappointed under Commission District 2 to the Collier County Planning Commission for a 4 year term, said term to expire on October 1, 2004. 2. Gary Wrage is hereby reappointed under the Commission District 5 to the Collier County Planning Commission for a 4 year term, said term to expire on October 1, 2004. BE IT FURTHER RESOLVED that the Board shall readvertise the Commission District 2 vacancy for an initial 3 year term and succeeding terms of 4 years in order to stagger the terms under this District as required by Ordinance No. 91-102, as amended. This Resolution adopted after motion, second and majority vote. DATED: September 26, 2000 '" ' ATTEST~ DWIGHT E; BROCK, Clerk Attest as to Chairman's signature o~l~. Approved as to form and legal sufficiency: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: David C. Weigel County Attorney DCW/kn 10C RESOLUTION NO. 2000-342 A RESOLUTION APPOINTING MEMBERS TO THE GOLDEN GATE COMMUNITY CENTER ADVISORY COMMITTEE. WHEREAS, Collier County Ordinance No. 75-4 created the Golden Gate Municipal Services Special Taxing District and provides that the Board &County Commissioners shall appoint three to five electors residing within the District to serve on the Committee; and WHEREAS, there are currently two vacancies on this Committee; and WHEREAS, the Board of County Commissioners previously provided public notice soliciting applications from interested parties; and WHEREAS, the Committee has provided the Board of County Commissioners with its recommendation for appointment. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: 1. William E. Arthur is hereby appointed to the Golden Gate Community Center Advisory Committee to fulfill the remainder of the vacant term plus an additional two year term, said term to expire on December 31, 2002. 2. James J. Hermink is hereby appointed to the Golden Gate Community Center Advisory Committee to fulfill the remainder of the vacant term plus an additional two year term, said term to expire on December 31, 2002. This Resolution adopted after motion, second and majority vote. , ,OATED: September 26, 2000 ',ATTEST: "i DWIGHT E~ BROCK, Clerk Attest as to Chairman's signature only. Approved as to form and legal sufficiency: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLO~RIDA By: TIM(~I~ J. CON~(NTIN~,, Cl'~airman l~avi~l C. Weigel' County Attorney DCW/kn David E. Brandt District 1 James D. Carter, Ph,D, District 2 Timothy J. Constantine District 3 Pamela S. Mac'Kie District 4 Barbara B. Berry District 5 3301 East Tamiami Trail · Naples, Florida 34112-4977 (941) 774-8097 · Fax (941) 774-3602 September 26, 2000 Office of the Attorney General Department of Legal Affairs The Capitol Tallahassee, FL 32399-1050 Re: Letter of Agreement Southwest Florida Crime Stoppers, Inc. Dear Attorney General: This letter is to serve as certification that the Collier County Board of County Commissioners hereby authorizes the Southwest Florida Crime Stoppers, Inc., a non-profit agency, to act as its permanent agent for the purpose of applying for and receiving monies from the Crime Stoppers Trust Fund, as provided for in Sections 16.555 and 938.06, Florida Statutes (1998 Supp.). Collier County will notify you in the event that it should ever take action to revoke this authorization. The Collier County Board of County Commissioners authorized its Chairman to execute this letter of Agreement at its regular meeting held today, September 26, 2000 at 9:00 a.m. On behalf of Collier County, we look forward to the Southwest Florida Crime Stoppers receiving the appropriate grant funding from the Crime Stoppers Trust Fund to serve this area. Since~ ~ Tir~y J. Constl~htine, Chairman Commissioner, District 3 RESOLUTION No. 00- 343 RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY REQUESTING PROMPT COMPLETION OF LOAN INVESTIGATION AND PUBLICATION OF RESULTS WHEREAS, WHEREAS, WHEREAS, WHEREAS, WHEREAS, WHEREAS, WHEREAS, WHEREAS, the Collier County Commission has been plagued with ethical and legal concerns over the past several years; and those ethical and legal problems have resulted in public distrust of local elected officials; and this cloud of distrust and cynicism has damaged the community of Collier County; and questions arising regarding a loan made to Commissioner Constantine's business interest have perpetuated this distrust and cynicism; and Commissioner Constantine has referred the documentation of said loan to the State Attorney's office for investigation; and pending the outcome of the State Attorney's investigation, the relevant documents are not being made available for public review; and there is a genuine public interest in resolving the questions associated with the loan because of the impact to the public trust in local elected officials; and the Collier County Commission supports open, honest government and is committed to restoring the public trust in its local elected officials; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: it is hereby respectfully requested that the State Attorney for the 20~h Judicial Circuit promptly complete its review of the Educorp, Inc. loan documentation and with all deliberate speed make public the results of any on-going investigation in this regard. This Resolution adopted this second and majority vote. day of ~ . 2000, after motion, ATTEST: BOARD OF COUNTY COMMISSIONERS ,DWI(~HT E. B~OCK .C, LERK COLLIER COUNTY, FLORIDA Approved as to form and legal suffic~ncy: Chief Assistant County Attorney FORM 8B MEMORANDUM OF VOTING CONFLICT FOR COUNTY MUNICIPAL, AND OTHER LOCAL PUBLIC OFFICERS LAST NAMEdFiRST NAME--MIDDLE NAME Constantinc, m;m^~,, j. MAILING ADDRESS 33;O1 q~arnlam~ ~r~l R.=,~t- Nap1 ~s 9/26/00 COUNTY Collier N,~ME OF BOARD, COUNCIL, COMMISSION, WHICH I SERVE iS A UNIT OTHER LOCAL AGENCY · ELECTIVE ~] APPOINTIVE WHO MUST FILE FORM 8B This form is for use by any person serving at the county, city, or other local level of government on an appointed or elected board. councit, commission, authority, or committee. It applies equally to members of advisory and non-advisory bodies who are presented with a vo~ing conflict ot interest under Section 112.3143, Florida S~aIutes. Your responsibilities under the law when faced with voting on a measure in which you have a conlfict of interest will vary greatly depending on whether you hold an elective or appointive position. For this reason, please pay dose attention to the instructions on this form before completing Ihe reverse side and filing the form. INSTRUCTIONS FOR COMPLIANCE WITH SECTION 112.3143, FLORIDA STATUTES A person holding elective or appointive county, municipal, or other local public office MUST ABSTAIN from voting on a measure which inures to his or her special private gain or loss. Each elected or appointed local officer aisc is prohibiled from knowingly voting on a mea- sure which inures to the special gain or loss of a principal (other than a governmen~ agency) by whom he or she is re!aJned (including the parent organization or subsidiary ot a corporate principal by which he or she is retained); to [he special private gain or loss of a relative; or to the special private gain or ross of a business associate. Commissioners of communily redeve!opment agencies under Sec. 163.358 or 163.357, F,S., and officers ot independent special tax dislricts elected on a one-acre, one-vote basis are nol prohibited from vohng in tha~ capacity. For purposes of this law. a 'relative" includes onty the officer's father, mother, son. daughler, husband, wife, brolher. s;s~er, father-in-lay,', molherJn-law, son-in-law, and daughter-in-law. A "business associate" means any person or entity engaged m or carrying on a business enterprise with the officer as a partner. joint venturer, coowner of properly. or corporate sharehoJder (where the shares ot the carporahon are not listed on any national or regional stock exchange). ELECTED OFFICERS: In addition to abslaining from voting in the situations described above, you must disclose Ihe conflict: PRIOR TO THE VOTE BEING TAKEN by publicly stating Io the assembly the nature of your interest in the measure on which you are abstaining from voting; and WITHIN 15 DAYS AFTER THE VOTE OCCURS by completing and filing this form with the person responsible for recording the min- utes of the meeting, who should incorporate the form in the minutes. APPOINTED OFFICERS: Although you must abstain from voting in the situations described above, you otherwise may participate in these matters. However, you must disclose the nature of the conflict before making any attempt to influence the decision, whether orally or in writing and whether made by you or at your direction. IF YOU INTEND TO MAKE ANY A'I-I'EMPT TO INFLUENCE THE DECISION PRIOR TO THE MEETING AT WHICH THE VOTE WILL BE TAKEN: · You must complete and file this form (before making any attempt to influence the decision) with the person responsible for recording the minutes of the meeting, who will incorporate the form in the minutes. Con[inued on other side) CE FORM 8B - REV. 1/98 PAGE I APPOINTED OFFICERS (continued) · A copy of the form must be provided immediately to the other members of the agency. · The form must be read publicly at the next meeting after the form is filed. IF YOU MAKE NO ATTEMPT TO INFLUENCE THE DECISION EXCEPT BY DISCUSSION AT THE MEETING: · You must disclose orally the nature of your conflict in the measure before participating. 10E You must complete the form and file it within 15 days after the vote occurs with the person responsible for recording the minutes of the meeting, who must incorporate the form in the minutes. A copy of the form must be provided immediately to the other members of the agency, and the form must be read publicly at the next meeting after the form is filed. ./ DISCLOSURE OF LOCAL OFFICER'S INTEREST I, ,,' / { ~ ,_ ~ [ t4~.~' ~1~ ~ , hereby disclose that on (a) A measure came or will come before my agency which (check one) inured to my special private gain or loss; inured [o the special gain or loss of my business associate, inured to the special gain or loss of my reJa[Jve, inured to the special gain or loss of whom I am retained; or inured to the special gain or loss of is the parent organization or subsidiary of a principal which has re[ained me. (b) The measure before my agency and the nature of my conflicting interest in the measure is as follows: which lO E Resolution the State Attorney's office to promptly complete its review of the Educorp, Inc. loan documentation and with all deliberate speed make public the results of any on-going investigation in this regard. After consultation with the County Attorney, I abstained from voting on the above matter pursuant to Section 286.012, Florida Statutes, which provides that "no member of any state, county, or municipal governmental board, commission or agency who is present at any meeting of such body at which an official decision, ruling or other official act is to be taken or adopted may abstain from voting... except when, with respect to any such member, there is or appears to be, a~..ossibfe~:onflict of interest under the provisions of 112.311, S. 112.313, or S. 112.3143. In such cases, said member shall compl~ with the disclosure requirements of S.112.3143." ~... ..,?. / i Date Filed Signa~ur,e 11,. [ /'] / ~;/. { NOTICE: UNDER PROVISIONS OF FLORIDA STATUTES {}112.317, A FAlL ANY REQUIRED DISCLOSURE CONSTITUTES GROUNDS FOR AND MAY BE PUNISHED BY ONE OR MORE OF THE FOLLOWING: IMPEACHMENT;' REMOVAL OR SUSPENSION FROM OFFICE OR EMPLOYMENT, DEMOTION, REDUCTION IN SALARY, REPRIMAND, OR A CIVIL PENALTY NOT TO EXCEED $10,000. CE FORM 8B - REV. 1/98 PAGE2 COLLIER COUNTY FLORIDA REQUEST FOR LEGAL ADVERTISING OF PUBLIC HEARINGS To: Clerk to the Board: Please place the following as a: [] Normal legal Advertisement (Display Adv., location, etc.) x Other: See Attached Originating Dept/Div: Planning Services Person: Debrah Preston Date: 9/13/2000 Petition No. (If none, give brief description): CP-2000-10 - A RESOLUTION APPROVING THE PROPOSED GROWTH MANAGEMENT PLAN A1VIENDM~INT FOR TRANSMITTAL TO THE DEPARTMENT OF COMMLrNITY AFFAIRS. Petitioner: (Name & Address): Comprehensive Planning Name & Address of any person(s) to be notified by Clerk's Office: (If more space is needed, attach separate sheet) Hearing before xx BCC BZA Other Requested Hearing date: (Based on advertisement appearing 7 days before hearing.) September 26, 2000 Newspaper(s) to be used: (Complete only if important): x Naples Daily News [] Other [] Legally Required Proposed Text: (Include legal description & common location & Size: See Attached Companion petition(s), if any & proposed hearing date: Does Petition Fee include advertising cost? xx Yes [] No If Yes, what account should be charged for advertising costs: 111- 138317-649100 Reviewed by: _ J ~ Approved by: '-l~ivision Heac~ ~ Date List Attachments: Legal Ad DISTRIBUTION INSTRUCTIONS County Manager Date A. For hearings before BCC or BZA: Initiating person to complete one copy and obtain Division Head approval before submitting to County Manager. Note: If legal document is involved, be sure that any necessary legal review, or request for same, is submitted to County Attorney before submitting to County Manager. The Manager's office will distribute copies: [] County Manager agenda file: to [] Requesting Division [] Original Clerk's Office B. Other hearings: Initiating Division head to approve and submit original to Clerk's Office, retaining a copy for ffie. Date Received: ~ Date of Public hearing: Date Advertised: . September 26, 2000 Board of County Commissioners Public Hearing Advertisin~ Requirements Please publish the following Advertisement and Map on Monday September 18r 2000~ and furnish proof of publication to the Comprehensive Planning Section, 2800 North Horseshoe Drive, Naples, Florida 334104. The advertisement should be no less than one-quarter page and the headline in the advertisement should be in a type no smaller than 18 point. The advertisement should not be placed in that portion of the newspaper where legal notices and classified advertisements appear. Memorandum From: Date: Subject: Ellie Hoffman Marcia Kendall, Planning Technician II September 14, 2000 CP-2000-10 Advertisement Please find attached copy of signed Resolution w/backup, to be attached to CP-2000-10 Advertisement, to be in paper Monday, September 18, 2000. Should you have any questions regarding the above, please do not hesitate to contact me at 403-2387. Thank you. Cc: GMP Amendment File mk/f:\marcia's docs Comprehensive Planning Services Section RE~OLUTION NO. 2000- A RESOLUTION APPROVING THE PROPOSED GROWTH MANAGEMENT PLAN AMENDMENT TO DELINEATE AN URBAN INFILL AND REDEVELOPMENT AREA TO THE IMMOKALEE AREA MASTER PLAN AND THE IMMOKALEE FUTURE LAND USE MAP FOR TRANSMI'I-I'AL TO THE DEPARTMENT OF COMMUNITY AFFAIRS WHEREAS, Collier County, pursuant to Section 163.3161, at. seq., Florida Statutes, the Florida Local Government Comprehensive Planning and Land Development Regulation Act, was required to prepare and adopt a comprehensive plan; and WHEREAS, the Collier County Board of County Commissioners adopted the Collier County Growth Management Plan on danuary 10, 1989; and WHEREAS, the Collier County Board of County Commissioners adopted the Immokalee Area Master Plan, a separate element of the Growth Management Plan on February 5, 1991; and WHEREAS, in order for local governments to designate a geographic area within its jurisdiction as an Urban Infill and Redevelopment Area pursuant to Section 163.2517, Florida Statutes it must amend its comprehensive land use plan to delineate the boundaries under Section 163.3'187 of the Florida Statutes; and WHEREAS, an amendment to the local comprehensive plan to designate an urban infill and redevelopment area is exempt from the twice- a year amendment limitation; and WHEREAS, the Local Government Comprehensive Planning and Land Development Regulation Act of 1985 provides authority for local governments to amend their respective comprehensive plans and outlines certain procedures to amend adopted comprehensive plans pursuant to Sections 163.3184 and 163.3187, Florida Statutes; and WHEREAS, Collier County has prepared a Plan Amendment to the Immokalee Area Master Plan including the Future Land Use Map to delineate the boundaries of the urban infill and redevelopment area; and WHEREAS, the Collier County Planning Commission has considered the proposed amendment to the Growth Management Plan pursuant to the authority granted to it by Section 163.3174, Florida Statutes (1997), and has recommended approval of said amendment to the Board of County Commissioners; and NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: The Board of County Commissioners hereby approves the proposed Growth Management Plan Amendment, attached hereto as Exhibit A and incorporated by reference herein, for the purpose of transmittal to the Department of Community Affairs thereby initiating the required State evaluation of the Growth Management Plan Amendments prior to final adoption and State determination of compliance with the Local Government Comprehensive Planning and 12A 1 .i Land Development Regulation Act of 198'9 and Rule 9J5, Florida Administrative Code, Minimum Criteria for Review of Local Government Comprehensive Plans and Determination of Compliance. THIS RESOLUTION ADOPTED after motion; second and majority vote this day of ,2000. ATTEST: DWIGHT E. BROCK, Clerk BOARD Of COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: TIMOTHY J. CONSTANTINE, Chairman Approved as to form and legal sufficiency: Mariorig M. Student Assistant County Attorney 2~ GMP Transmi~l Reaolution Exhibit A Pages 2 and i0 of the Immokalee Area Master Plan will be amended as shown below: Page 2 Policy II.t.t: The Immokalee Master Plan Future Land Use Designation shall include Future Land Use Districts and Subdistricts for: Residential Designation 1. Low Residential Distdct 2. Mixed Residential District 3. High Residential District 4. PUP Commercial District Commerd~al Designation 1. Commercial Distdct - S.R. 29 and Jefferson Ave. 2. Neighborhood Center Distdct 3. Commerce Center- Mixed Use District 4. Residential Tourist District Industrial Designation 1. Industrial District 2. Commerce Center- Industrial District 3. Business Park Distdct D. Overlays and Special Features 1. Urban Infill and Redevelopment Area Page 10 In addition to those industrial uses permitted within the Industrial Designation, uses such as those essential services as defined in the Land Development Code are permitted. Overlays and Special Features 1. Urban Infill and Redevelopment Area The Urban Infill and Redevelopment Area is consistent with criteria outlined in Section 163.2514(_2) (a)-(e). Florida Statutes. The intent of this delineation is to comprehensively address the urban 0robiems within the area consistent with the goals of this plan. This designation is informational and has no regulato _ry effect. Words underlined are additions; Words struck thrcu~,h are deletions 0w On, O~ w~ ~o AGENDA iTEM 7-J MEMORANDUM 12A TO: FROM: DATE: RE: AGENT: COLLIER COUNTY PLANNING COMMISSION COMMUNITY DEVELOPMENT AND ENVIRONMENTAL SERVICES DIVISION September 12, 2000 PETITION NO. CP-2000-10 Amendment to the Immokalee Area Master Plan to delineate an Urban Infill and Redevelopment Area STAFF INITIATED B CK~ In June 2000, the Department of Community Affairs announced the availability grant funds under the Urban Infill and Redevelopment Assistance Grant Program pursuant to section 163.2511, Florida Statutes. The specific purpose of this program is to have local governments develop a collaborative and holistic urban infill and redevelopment plan and to implement ~ projects located within the designation. Over the past several years the County has collaborated with several community organizations to develop a comprehensive approach to redevelopment within the Immokalee community, including the Immokalee Area Master Plan, the Immokalee Community Redevelopment Plan, the Federal Enterprise Community Strategic Plan and most recently the Immokalee Housing Initiative. If awarded, this grant will leverage local, state and federal dollars to implement the goals of redevelopment within the community. To be eligible to apply for the grant funds areas must meet the following statutory definition of "urban infill and redevelopment area" as outlined in Section 163.2514 of Florida Statutes: 1. Existence of public services: water, wastewater, transportation. Schools and recreation are available or included in the capital improvements plan 2. Area suffers from pervasive poverty, unemployment and general distress as defined by s.290.0058. F.S. 3. The area exhibits a higher proportion of properties that are substandard, overcrowded, dilapidated, vacant or abandoned 4. More than 50% pf the area is within a ¼ mile of an existing or proposed transit stop 5. The urban infill and redevelopment area includes or is contiguous to community redevelopment areas, brownfields, enterprise zones, or Main Street Programs, or has been designated by the state of Federal government as an urban redevelopment, revitalization or infill area under empowerment zone, enterprise community, or brownfield showcase community or similar programs 1 AGENDA l'l'/e.;M ,n addition to meeting criteria outlined above,,he boundarie o, the Urban infi,i 2 A Redevelopment Area must be delineated on the Future Land Use Map, Staff anticipates applying for an Implementation Grant (maximum award $300,000) available through the Florida Department of Community Affairs. The deadline for the grant application is November 12, 2000 one of the grant prerequisites is that the Urban Infill and Redevelopment Area is identified on the Future Land Use Map. GEOGRAPHIC LOCATION: Exhibit 1 identifies the proposed boundaries for the Urban Infill and Redevelopment Area. This boundary area is within the Immokalee Urban Area as identified on the Immokalee Future Land Use Map and qualifies for designation based on the criteria listed above (see attachment One). RE E DAT : This petition seeks to amend the Immokalee Master Area Plan and Immokalee Future Land Use Map to create a new Urban Infill and Redevelopment Area designation to the Land Use Section of the Immokalee Area Master Plan. The amendment schedule has been fast tracked and is exempt from the statutory requirements of amending the Plan only twice per year. The request to DCA will be to review the amendment without an objections, review and comment report. Pages 2 and 10 of the Immokalee Area Master Plan will be amended as shown below: Page 2 Policy I1.1.1: The Immokalee Master Plan Future Land Use Designation shall include Future Land Use Districts and Subdistricts for: Residential Designation 1. Low Residential District 2. Mixed Residential District 3. High Residential Distdct 4. PUD Commercial District Commercial Designation 1. Commercial District - S.R. 29 and Jefferson Ave. 2. Neighborhood Center District 3. Commerce Center- Mixed Use District 4. ResidentialTourist Distdct Industrial Designation 1. Industrial District 2. Commerce Center- Industrial District 3. Business Park District D, Overlays and Special Features 1, Urban Infill and Redevelopment Area 2 EXHIBIT 1 T 47 S I T 4~ S 'iiB.BE1BI-1El13YlI31qi-lnB ~ I I I I I '1' T A7 S T 46 S oz AGENDA ITEM 7-J Non-Industrial Uses In addition to those industrial uses permitted within the Industrial Designation, uses such as those essential services as defined in the Land Development Code are permitted. Overlay~ and Special Features !, Urban Infill and Redevelopment Area _The Urban Infill and Redevelopment Area is consistent with criteria outlined in Section 1.~$,_2514 Florida Statute. The intent of this delineation is to comprehensively address the urban oroblems within the area consistent with the goals of this plan. This designation is informational and has no regulato _ry effect. Words underlined are additions; Words "'+-'"'~' o, .....~,· ............. ~.. are deletions STAFF ANALYSIS: Environmental Impacts: Since the majority of land within the proposed designation is already developed there should not be any negative environmental impacts with the proposed amendment. There may be some positive environmental impacts as older commercial prapedies are redeveloped and rid of any environmental hazards. Effects oll High Range Population Pro_iections: The intent of this amendment is to re- develop substandard housing with replacement housing that would not cause an increase in population. The population derived from the replacement dwelling units likely to be developed will not have a "significant impact" on the population projections as defined in the Capital improvement Element (5% of the population). Traffic Capacity/Traffic Circulation Analysis; CR 846 and SR 29 (Main Street) is classified as a Arterial in the Transportation Element of the Growth Management Plan, the other streets are considered local streets. Compatibility/Commercial Demand Analysis This amendment will provide an incentive to redevelop parcels with substandard housing and commercial properties. The Immokalee Urban Infill & Redevelopment Area is located in an established urban community. It is strategically located to governmental services, employment services, schools, and recreational opportunities. FINDINGS AND CONCLUSIONS: The Immokalee Urban infill & Redevelopment Area provides an opportunity to improve substandard properties by utilizing grant opportunities to leverage additional funds. 2. This designation is consistent with the recommendations of the Immokalee Housing Study, the South Immokalee Redevelopment Study, the Community Redevelopment Plan, the Enterprise Community Strategic Plan and the Immokalee Main Street Designation. $. The County has identified the Immokalee Housing Initiative as a key program to improve housing conditions within the Immokalee Community by providing funding for an office and 4 AGENDA ITEM 7-J staff to initiate housing redevelopment within mobile home parks and other housint 2 ~ structures. STAFF RECOMMENDATION: Staff recommends that the Collier County Planning Commission (CCPC) forward Petition CP- 2000-10 to the Board of County Commissioners (BCC) with a recommendation to adopt this amendment and transmit to the Florida Department of Community Affairs (DCA) with a request for final review and the notice of intent to find it in compliance and not to issue an Objections, Recommendations and Comments Report. PREPARED BY: ~'EBRAH PRESTON, AICP CHIEF PLANNER COMPREHENSIVE PLANNING SECTION Se tern er 1 DATE REVIEWED BY: LITSINGER, AICP COMPREHENSIVE PLANNING MANAGER PLANNING SERVICES DEPARTMENT DIRECTOR ADMINISTRATOR COMMUNITY DEV. AND ENVIRONMENTAL SERVICES DIVISION DATE DATE DATE Petition No.: CP-2000-10 NOTE: This Petition will be advertised for the September 26, 2000 Board Meeting COLLIER COUNTY PLANNING COMMISSION: RUSSELL A. BUDD, CHAIRMAN 5 12A ATTACHMENT ONE COMPREHENSIVE PLAN AMENDMENT CP 2000-10 APPLICATION TO AMEND THE IMMOKALEE AREA MASTER PLAN AND FUTURE LAND USE MAP TO DELINEATE AN URBAN INFILL AND REDEVELOPMENT AREA The following report wa~ prepare~ to demonstrate that the area in the urban community of Immokalee as displayed on Exhibit I meets the criteria for an urban infill/redevelopment designation pursuant to Section 163.2514(2), Florida Statute. Pursuant to Section 163.2514(2), F.S., a local government may designate an area for urban infill and redevelopment, if the following threshold requirements are meet: 1. Existence of public services: water, wastewater, transportation. Schools and recreation are available or included in the capital improvements plan (Exhibit 2) 2. Area suffers from pervasive poverty, unemployment and general dis~'ress as defined by s.290.0058. F.S. (Exhibit 3) 3. The area exhibits a higher proportion of properties that are substandard, overcrowded, dilapidated, vacant or abandoned (Exhibit 4) 4. More than 50% of the area is within a 1/, mile of an existing or proposed transit stop (Exhibit 5). 5. The urban infill and redevelopment area includes or is contiguous to community redevelopment areas, brownfields, enterprise zones, or Main Street Programs, or has been designated by the state of Federal government as an urban redevelopment, revitalization or infill area under empowerment zone, enterprise community, or brownfield showcase community or similar programs (Exhibit 6). The following Exhibits and support information are submitted to show that the proposed area does meet the threshold requirements: Exhibit 2 Existence of public services: water, wastewater, transportation. Schools and recreation are available or included in the capital improvements plan PUBLIC FACILITIES This section describes the status of existing public facilities and documents programmed improvements for: potable water, sanitary sewer, wate[ management,~solid .waste, traffic circulation, sheriff, schools, parks, and fire protection. 1, Water and Wastewater Systems The Immokalee Water and Sewer District provide public potable water and wastewater services. This district was created by a.special.act-of the~Clerida Legislature.---The ........ District covers roughly twenty-seven (27) square miles. The boundaries of the District include all of the census tracts of the Immokalee Community, which includes the area designated for Urban Infill and Redevelopment (see Figure 1). The Governor of Florida appoints its governing board. According to the District's January, 1997 report there was a total 6,514 current equivalent dwelling unit connections to the system. Equivalent Dwelling Unit (EDU) is r determined by the number of units for residential, and by meter size for commemial accounts. Of the total 4,363 units are single family residential, 254 served trailer parks, 27 serve labor camps, 623 served apartments and 350 served other multi-family residential units. The remaining 1,084 EDUs serve businesses, public offices, and schools. Exhibit 1 2 The recent upgrades in 1996, at the Jerry V. Warden Treatment Facility and Airport Road Plant along with five miles of new distribution lines have brought the water system up to the current and future demands of the Community. The District has begun its latest five and ten year planning phase. Particular attention must be given to the possibility of the downsizing of agricultural economy along with industrial diversification. The Immokalee Water-Sewer District also provides wastewater treatment. The central wastewater collection, treatment and disposal system was designed in tee late seventies, and was constructed and in operation by February 1982. The system is comprised of 80 miles of sewer pipe, 34 lift stations, and a 1.5 MGD treatment plant. The plant was upsized in 1992 to 2,5 mgd and processes were improved in 1996. Average daily flows range between 1.6 and 2.0 mgd. The District owns 640-acre sprayfield and irrigates approximately 350 acres with treated effluent. The effluent disposal site is situated immediately southwest of the District office, The Immokalee Water and Sewer District has received $4,752,000 in grants and loans from the US Department of Agriculture to provide a deep well injection system for waster water disposal which will increase their capacity to 5.04 mgd. 2. Transportation The existing roadway pattern is a grid pattern with key roads including: SR~29, the major North-South roadway that connects Immokalee and Hendry County, CR-846, New ' - ' Market Road, Immokalee Drive and Lake Trafford Road (see Figure 2). Transportation is another critical issue of consideration in the implementation of the proposed land uses. Three areas of concern include: 1. Loop Road 2. Completion of a grid network West of SR-29. 3. l~ikeways and Pedestrian Paths As identified in the demographic section, a large component of Zone's population is relatively young. Further~ because of thelow-wages of.those working-in the agricultural industry, it is not surprising that a portion of the residents are limited in terms of mobility. The primary purpose of the_Loop Road is to divert heav~'truck'traffic off local streets to assure that the emerging residential areas along SR-29 and the local Main Street from First to Ninth Street are protected from the intrusion of heavy truck traffic. A number of packing houses are located either on SR-29 or within close proximity to SR-29, East of the intersection of First Street (CR-846) and Main Street. To contain truck traffic to the East, and reduce truck intrusion into the more residentially-oriented areas West of First Street, a loop road extending from the packing house area on SR-29 and 'looping' North r connecting back into SR-29 North of Immokalee is recommended. Any activities that involve trucking or the use of heavy trucks should be confined to areas East of First Street. The development of the loop road will have a positive impact on the redevelopment of South Immokalee, especially Main Street by removing industrial vehicles from the downtown area. The 1996/1997 - 2000/2001 Transportation Improvement Program adopted by the MPO in June 1996 which lists the following projects that will have an impact on the Immokalee area: 3 FIGURE 4 o z 5 Facility Date CR846 (SR29 to Hendry County) FY98/99 Lake Trafford Road (w. of SR29)FY98-FY00 Westclox Rd. (Carson to SR29) FY96-FYO0 Prolect Date Expand Aircraft Apron & TiedownFY98/99 Drainage Master Plan FY99/00 Construct T-hangars FY0001 Cost $1,428,O00 $ 876,000 $ 9,000 $2,313,000 Costs $250,0O0 $200,000 - $400,000 $850,0OO The Comprehensive Pathway Plan estimates a total of 27.11 miles of sidewalks needed with a total cost of $1,141,055 and 11.38 miles of bike lanes with a total cost of $2,031,3OO. 3. Education The Collier County School Board operates four (4) Elementary Schools, one Middle School and one High School in the Immokalee area. in addition, the Learning Center conducts Pre-K classes and Bethune Education Center conducts adult education courses. The Bethune Educational Center is located within the proposed Urban Infill boundaries. The existing schools are listed below: IMMOKALEE SERVICE,AREA SCHOOLS (1) Early Childhood School: (2) Elementary Schools: (3) Middle Schools: (4) High Schools: (5) Adult Education: The Learning Center Highlands, Lake Trafford, Pinecrest, Village Oaks Immokalee Middle Immokalee High Bethune Education Center Based on the 1995-96 membership report of the School Board, the number of students enrolled in Collier County schools in Immokalee was 5,442 (enrollment number includes Pre-K through High School). The total enrollment countywide was 26,867, which means that Immokalee's enrollment is 20% of the countywide enrollment. In comparison the permanent population of Immokalee (17,995) is 9% of the countywide population'- (200,023), based on the projected April 1996 population figures prepared by the Collier County ComprehensivePlanning Section, '1996 ......... 4. Recreation In terms of recreation use, the Immokalee community has six park facilities: two are relatively passive parks containing picnicking facilities, benches, and observation areas. One is located next to the Airport (5 acres) and the other is at Lake Trafford (2.3 acres). The remaining parks, Immokalee Community Park (23 acres) on Immokalee Drive adjacent to the High School, South Immokalee Park (3.2 acres) with a baseball field, Tony Rosbough Park (6.8 acres) off of Little League Road has two baseball fields, and the Immokalee Recreation/Aquatic Facility (14 acres) located at the Immokalee Middle School site has a swimming pool and is considered a community park. There is a total of 54 acres presently in recreation use. In addition, the schools in Immokalee have their own recreation areas for physical education programs and interscholastic sports programs. Children under 14 years old comprise a significant percentage of Imrnokalee's total population: 29% or 3,186 people, according to the 1990 Census. 6 Recreation facilities are necessary to meet the needs of this population. The Immokalee Community Park is located within the proposed boundaries of the Urban Infill area. Figure 3 displays the location of the parks and other community facilities. 5. Fire The Immokalee Community is served by the Immokalee Fire Control District, an independent fire district. The service area encompasses 215 square miles. There are two fire stations. One is located on Carson Road, near the intersection with Lake Trafford Road, while the other is situated on New Market Road near the intersection with State Road 29. There are nine (9) full-time, career firefighters and three full-time support staff. They are supported by ten (10) volunteers. In terms of equipment, there are two engines, one ladder truck, one brush truck, one water tanker, and one heavy rescue vehicle. Also, there are 2 support vehicles. The cost of providing fire services to this area is $13 for-vacant parcels of land and $45 for improved properties. 6. Police Protection The Collier County SherifFs Department provides police protection. In 1994 a new Immokalee substation was built at the Government Complex on CR 846. This complex is located in the proposed Urban Infill boundary. The substation has 52 employees including road patrol and support staff. In 1996, a community-policing program was initiated with two full-time officers assigned to the Immokalee area. The Criminal Investigation Division (CID) has 16 fuji time employees. There is also a separate Narcotics division located in Immokalee. The Immokalee Jail or Stockade houses pre-sentenced misdemeanors and trustees. All felony offenders are sent to the Naples Jail Center. The Immokalee Jail employs 23 people. The Drill Academy, located adjacent to the jail, is a medium to high risk juvenile commitment center run by the Collier County SherifFs office. The mission of the military style boot camp is to change the youth from criminal behavior to becoming a productive member of society. The Academy has a capacity for 30 residents and also conducts and affer care program for an additional 30 youths. 8 Exhibit 3 Area suffers from pervasive poverty, unemployment and general distress as defined by s.290.0058, F.S. Demographics of Economic Distress / Data Support Agriculture has typically been a low paying, seasonal job that is susceptible to market changes and unpredictable weather. With over 40% of the workforce involved in agriculture it is not surprising to find that the 1990 census identified 46%_of persons in the Immokalee CDP living below the poverty level. This number is considered to be conservative because the Census has traditionally had much difficulty in counting seasonal and migrant farmworkers. There are three Census Tracts that cover the Immokalee Urban area: 112.03;113; and 114, Seven Census Block Groups are located within the proposed Urban Infill boundaries. Figure 4 displays a portion of the Census Block Map provided by the U.S, Census Bureau and Table 1 below provides demographic information available at the Block Group level. Table One CENSUS BLOCK TOTAL MEDIANHOUSE PER TRACT GROUP PERSONS INCOME CAP~A 112.03 1 1,138 $11,812.00 112.03 2 810 $8,546.00 112.03 3 1,246 $8,833.00 112.03 4 ...... 3,654 ..... $12~880,00- 113 4 1,601 $18,491.00 114 2 1,081 $19,871.00 114 3 691 $14,659.00 # OF PERSONS WITH MEDIAN VALUE OF INCOME BELOW POVERTY OWNER-OCCUPIED LEVEL HOUSING $4,624.00 524 $.30.100.00 $4,461.00 495 $33,700.00 $4,469.00 749 $33,D00.00 $7,138.00 555 $51,300.00 $6,692.00 486 $56,900.00 $6,312.00 272 $44,200.00 TOTALS 10,221 $12,880.00 $4,624.00 5,195 $40,500.00 9 lO According to the 1990 Census, 5,195 people or 50.8% of the population is below the' ' .:!~. ' :'~ ~'~ poverty level in 1989. In comparison, Collier County as a whole had 6.4 % of its ,." population below the poverty level and the State of Florida had 9% (Florida Statistical Abstract, 1995). While the per capita income in 1989 for the proposed boundary area was $4,624, the Countywide per capita income reported was $21,386 and the state of Florida recorded $14,69 (Florida Statistical Abstract, 1995). The median household income for 1989 was $12,880 for the proposed boundary area; $34,00 for Collier County as a whole, and $27,483 for the State of Florida (Florida Statistical Abstract, 1995). In addition to the information available by the Census Block Group, the fOllowing information is provided for the Immokalee CDP, which is larger than the proposed boundary area. But this information is useful in understanding the overall distress that the Immokalee community faces. The Immokalee Area has had a dramatic increase in population between 1970 and 1980. The following table contrasts this growth in Immokalee with growth in the County as a whole. TABLE 2 ESTIMATE OF PERMANENT POPULATION IMMOKALEE COLLIER COUNTY Year Persons % Increase Persons % Increase 1970 3,764 38,040 1980 11,038 193.2% 85,971 126.0% 1989 13,772 24.8% 144,721 68.3% 1990 15,314 11.2% 152,099 5.0% 1995 17,133 11.9% 186,504 22.6% 2000 22,050 28.7% 241,108 29.3% 2005 25,454 15,4% 275,999 14.8% 2010 28,669 12,6% 310,595 12.5% Buildout174,716509.42% Note 1: 1990 through Buildout. lmmokalee population estimates are of the Immokalee Planning Community. Sources: U.S. Bureau of the Census, 1970, 1980, 1990. Collier County Community Development Division, 1995-. Florida Population Studies, Bulletin No. 114, February 1996. Collier County as a whole experiences major fluctuations in population between November and April each year. The coastal influx comes from winter visitors and part-time residents. Immokalee's population influx, which also occurs in the winter months, is a result of the agriculture industry. This increase occurs when the harvest season for vegetables and citrus is at its peak. The estimated 1995 permanent population for the Immokalee Planning Community was 17,133. In contrast, the estimated 1995 seasonal population was 32,378 (soume: Collier County Planning Department). ]! It should be noted that in 1988, the Florida Department of Community Affairs funded a comprehensive farm worker study for the Florida Legislature. In a thorough review of available literature and data available on the farm worker population, the study concluded: "Accurate information concerning the number and characteristics of farm workers is thoroughly inadequate. The U.S. Census is the only data set sufficiently comprehensive to compile a demographic profile". The study goes further and states that the Census may miss as many as two-thirds of farm workers nationally. In fact the count may be higher in Florida because of the State's e~ployment pattern is highly seasonal and the labor force highly mobile. "Farm workers most offen overlooked by the Census include seasonal and casual workers and, obviously undocumented aliens'. Table 3 provides comparative statistics regarding age distribution. It is obvious from just an age perspective that the Immokalee population is considerably different from the County as a whole. Also, the difference is even greater considering that the 15,984 population (1990) accounts for only the permanent population. The 1990 median age in Immokalee is estimated at21 while the Collier County median age is estimated at 41. In addition, while the median age in Immokalee has gotten younger from 1980 to 1990 the median age for Collier County has gotten older. The youthful character of the population is further substantiated by school enrollment data. Based on 1995-1996 school enrollment records, approximately 20% of the County's student population attend public school in Immokalee, yet only 9% of the total County population reside in Immokalee. TABLE 3 AGE DISTRIBUTION {1980 CENSUS) IMMOKALEE COLLIER COUNTY Total_ % of Total %of ....... Aqe Persons Total Persons Total Under 14 years 3,188 28.9% 15,874 18.5% 15 to 24 years 2,360 21.4% 12,628 28.7% 25 t~ 744year§: :-- 3,222-~9.2%'-~ ~ ---20,283 23.6% 45 to 64 years 1,762 - 15.9°,~ 20,796 24;2%' 65 over 508 4.6% 16,390 19.0% TOTAL . - -11,038100.0% ...........85,971 .100,0% ............ Median Age 24.9 38.0 ~2 AGE DISTRIBUTION (1990 CENSUS) IMMOKALEE COLLIER COUNTY A.qe Under 14 years 15 to 24 years 25 to 44 years 45 to 64 years 65 over TOTAL Total % of Persons Total 5,135 32% 3,O76 19% 4,873 31% 2,224 14% 676 4% 15,984 100% Total % of Persons Total 5,991 17% 16,582 11% 41,705 27% 33,36T5 22% 34,456 23% 152,099 100% Median Age 21.4 40.7 Source: U.S. Census Bureau, 1980, 1990. Note: The 1980 Immokalee population data represents the Immokalee Census Designated Place. (SEE COLLIER COUNTY 1980 CENSUS TRACTS MAP). The 1990 Immokalee population data represents Census Tracts 112.03, 113 and 114. (SEE COLLIER COUNTY, FLORIDA 1990 CENSUS TRACTS MAP) The racial composition of lmmokalee's population is substantially different from the County as a whole. In 1980, 3,962 or 36% of Immokalee's population was white in contrast to 84% of the remainder of Collier County population. In 1990, 65% of Immokalee's population were of Hispanic Origin, which may be of any race, in comparison to 8% of the remainder of Collier County's population being of Hispanic Origin. Refer to Table 4 for a comparison of the racial composition of Immokalee and the balance of the County. ...... TABLE 4 RACIAL COMPARISON - 1980 Balance of Race Immokalee .... County White 3,962 70,699 Black 2,739 1,811 Persons of Spanish .....................4,289 ....... 11,726 ...... Origin & Others* TOTAL 10,990 84,236 Source: U.S. Census Bureau RACIAL COMPARISON - 1990 Balance of Race Immokalee County White 9,096 129,977 Black 3,451 3,535 Others 3,437 2,603 TOTAL 15,984 136,115 Persons of Hispanic Origin*10,362 10,372 13 * Persons of Hispanic Origin may be of any race, so are not included in the above total as a: separate entry. Source: U.S. Census Bureau, 1990. TABLE 5 ESTIMATED POPULATION - PERMANENT AND TOTAL PEAK SEASONAL IMMOKALEE~ FLORIDA~ 1990~ 1995~ 2000~ 2005~ & 2010~ Peak Year Permanent Seasonal 1990 15,314 27,349 1995 17,133 32,378 2000 22,050 37,372 2005 25,454 40,759 2010 28,669 43,999 Source: Collier County Permanent and Seasonal Population Estimates and Projections, July 1996. Permanent population is based on April 1 and peak seasonal population is based on October 1 estimated population plus 12,000 in 1990 and 15,000 from 1995 through 2010. The Immokalee Communit~ is significantly different from the State as whole. Some of those differences include the following: The percentage of the population under 14 is 32% in Immokalee, which is dramatically different from the State (19%). Fifty-one percent of the population in Immokalee is under the age of 24 compared to Florida at 32%. Ethnic diversity is another area in that Immokalee differs from the State as a whole. Fifty-seven percent of the Immokalee population is white compared to 83% of the State's population: Immokalee Js within the unincorporated area of Collier County, which countywide has experienced relatively low unemployment rates of over the last several years. However, when the Department of Labor analyzed the Immokalee Census Designated Place specifically for 1997 and 1998 the unemployment rate was 10.8% while-th~ anndal '" average for the State of Florida was approximately 4.3%. Another factor that influences the overall condition of {he-community is.the influx-of ........................ seasonal farmworkers. The seasonal farmworker population, which includes the migrant farmworker, is estimated between 17,500 to 27,500 people. The low population figure estimates as little as 3% travel with their families, while the high estimate reflects 35% traveling with families. The majority of the population is male (80%) and 70% are foreign born, mostly from Mexico. Approximately 37 to 41% are undocumented workers. The median personal income was reported to be between $5,000 to $7,500 and the median family income was a little higher at $7,500 to $10,000. 14 Exhibit 4 The area exhibits a higher proportion of properties that are substandard, overcrowded, dilapidated, vacant or abandoned The population growth, as well as high seasonal population, has produced a critical demand for housing units. Of the 5,166 dwelling units in the Immokalee community (1990 census), 82% or 4,230 are occupied year round; only 936 units (18%) were classified as vacant. Of the 936 vacant units, 38% are for rent, 60% ar_.e classified as other vacant units (which include those units held for migratory workers) and 2% are seasonal. There are no vacant units for sale according to the 1990 census, which underscores the lack of available housing at all income levels. The majority of the rental complexes in the Immokalee area are 100% occupied. By the year 2005, there is projected need for 6,974 dwelling units for permanent population of 24,410 divided by 3.5 persons per household. In Immokalee, the condition of the existing housing units indicates the need for substantial rehabilitation and/or demolition along with new replacement housing. An analysis of housing conditions in 1992, conducted by the Collier County Comprehensive Planning Section, indicated that approximately 1,282 units were in need of rehabilitation or demolition. According to the 1990 Census, there were 101 units that lacked complete plumbing; 74 units lack complete kitchen facilities; 931 units were overcrowded with more than 1.5 peruohs per room. In 1990, the total number of occupied dwelling units identified 43% as owner occupied and 57% as renter occupied; the highest percentage was in south Immokalee where only 23% of the units were owner occupied and 77% renter occupied. The median value of owner occupied structures varies significantly by in the Immokalee Census Tractswith 1.12,03.at $33,800 and 113. at $47,900-and 1.t 4 at $49,600: -rental ......... costs ranged from $270 per month in 112.03 to $361 in Tract 113 and $390 in Tract 114. The median value of an owner-occupied house in the proposed Urban Infill boundary, according to the 1990 Census was $40,500. In comparison the median value in Collier County was $121,400 and $77,1 O0 for the State of Florida. This dichotomy of ranges reveals the disparity between the Immokalee Community and coastal Collier County. The value also suggests that there is a great need to rehabilitate or replace existing housing units in.the Immokalee-Community; - - · Thirty-six percent of the households with a mortgage and 40% of renter occupied households pay more than 35% of their monthly income for housing. Seventy-two percent of renter households with a yearly income under $10,000 pay more than 35% of their income for housing. Special Factors Migrant and Seasonal Farmworkers The high rents and lack of housing has caused a number of farmorkers to live in overcrowded and substandard housing conditions in Immokalee. It is estimated by Farm Labor Supply Study that 76% of the current farmworkers in Immokalee live in complex or shared housing in order to pay the rent due to very low wages. There are 85 migrant 15 labor camps located in Immokalee with 80% of them located in south Immokalee. (The majority of the area included in the proposed for Urban Infill designation is the south Immokalee area). Mobile Home Parks There are many issues surrounding the current conditions of the mobile home parks. Many of the parks have existed since the 1960's and many of the mobile homes in the parks are as old. Property owners have stated that they would replace the older mobile homes if they would not lose their existing density and if development fees would not out-cost the replacement of the units. In 1999, the Collier County Code Enforcement Department conducted an assessment of the mobile home parks and licensed migrant labor camps. Staff identified 95 properties that were considered to be mobile home parks. The Code Enforcement Department did a preliminary inspection in October 1999, which identified 81 mobile home parks with 1229 mobile homes. This preliminary inspection lead to may questions regarding ownership, addressing and state licensing. A more detailed inspection was warranted and began in April 2000. To date, 44 of the mobile home/migrant camps have been inspected to verify number of units, acreage and location. Of the 44, 11 of the properties did not meet the definition of a mobile home park (3 or more units on one lot). Five hundred and fifteen (515) units were sited on the 33 mobile home parks. Five percent or 24 mobile homes have recorded permits and another 58 mobile homes are recorded on the property appraiser's records. Of the 33 mobile home parks, 16 of the parks do not conform to current zoning regulations in regard to density. Of the 16, nine do not conform to densities permitted as identified by the Future Land Use Map of Immokalee. The inventory is still being updated as Code Enforcement Investigators conduct detailed site inspections. As a result of this assessment, in June 2000, the Board of County Commissioners funded the Immokalee Housing Initiative Program that will provide staffing and financial incentives to improve the housing conditions in Immokalee. According to the Immokalee Redevelopment Plan that was adopted by the Board of County Commissioners in June 2000, several housing factore were listed in the "Findings of Necessity" reporL The following factors support the condition that the proposed area contains substandard housing: According to 1990 Census Data, 1.2 percent of Immokalee area households lack complete plumbing for exclusive use. In the entire county, this figure is 0.2 percent. In occupied housing units in Immokalee according to the 1990 U.S. Census, 6.8 percent of the owner occupied units and 16 percent of the renter occupied units had more than 1.51 or more persons per room. This figure is .03 for the entire County, reflecting a greater degree of overcrowding in the Immokalee area. Based on the 1994 Immokalee Housing Study, there were a total of 4, 957 housing units of those 1,282 or 26% are in need of rehabilitation. In the Immokalee study area, 19 unsafe buildings and 4 non-secure structures were identified from January 1998 to February 2000. 16 Sidewalks are almost entirely absent from the redevelopment area. There is a lack of street lighting in the most of the residential neighborhoods. Wide and deep open swales are present in the South Immokalee neighborhoods. They accumulate stagnate water and trash. The disposal of garbage in the Immokalee area is a problem._Lack of adequate dumpstem for the mobile home parks and commercial establishment's results in a serious litter problem. Exhibit 5 More than 50% of the area is within a 1/4 mile of an existing or proposed transit stop The Community Transportation Association of ,~merica ptepaied a transportation study of the Immokalee Community in April, 2000. The recommendations of that study resulted in the implementation of a cimulator transit system with regular fixed stops and schedule that began in May 2000. The operator of the system is Intellitran. The average ridership in the start up of the system was 50 persons per day. The second phase of the project will be a shuttle on a regular fixed route that will interconnect with the transit system in Naples (located 35 miles from Immokalee). The transit system in Naples is schedule to begin in February 2000 and the shuttle to Immokalee in the fall of 2000. This will increase the opportunities for employment by providing reliable, public, low cost transportation. The existing route of the circulator system is identified on Figure 5. Figure 5 includes the existing stops within the proposed Urban Infill boundaries and four proposed additional stops that will be made available concurrent with the designation. The figure further iljustrates the 1/4 radius from each stop and calculates_the ~creage_of 1he_total. proposed .............. boundary and the acreage covered within the 1/4 mile radius. The total acreage for the proposed boundary is 1139.38 and the acreage covered by the transit stops is 839.66, which is 73.7% of the area being served by_the transitser'4ice ..... 17 III Exhibit 6 The urban infill and redevelopment area includes or is contiguous to community redevelopment areas, brownfields, enterprise zones, or Main Street Programs, or has been designated by the state or Federal government as an urban redevelopment, revitalization or infill area under empowerment zone, enterprise community, or brownfield showcase community or similar programs. The Immokalee Community, eastern Hendry County, including the Seminole Indian Reservations is designated as a Round II Federal Enterprise Community (See attached map and correspondence). The area is also designated as a State of Florida Enterprise Zone (see attachment from the Executive Office of the Govemor, Office of Tourism, Trade and Economic Development (see attached letter). The boundaries of the Enterprise Zone mirror the boundaries of the Federal Enterprise Community. The Immokalee Community is designated as a Community Redevelopment Area as defined by Chapter 163, Part III, Community Redevelopment Act (see attached Resolution #2000-82). The Community Redevelopment Plan was adopted in June 13, 2000 (see attached Resolution #2000-181). The Collier County Board of County Commissioners is the Community Redevelopment Agency. In August 1996, the Immokalee Community received the Main Street Designation as part of the downtown revitalization and preservation of a turn of the century historic ranch and homestead (see Resolution ¢/97-135). In addition, the Immokalee area was designated as a Florida Empowerment Program created in June 1999 with the signing of House Bill 297. The program was scheduled to provide up to $225,000 annually to the Empowerment Alliance of Southwest Florida as long as the federal allocation is received. The Immokalee (area) also submitted a Front Porch Grant application in 1999 but was not designated. 18 Attacnmen~ a EMPOWERMENT ALLIANCE OF SOUTHWEST FLORIDA Improving Quali~y of Lij~ Through Empowerment of the Working Poor 12A 1 Immoltalee · South Clewlston · Hookers Point · Harlem , Montura Ranch · Big Cypress and Immokalee Semlnol~ Indian Restrvatiom September 3, 2000 Ms. Debrah Preston Chief Planner Community Development & Environmental Services Division Comprehensive Planning Section 2400 N Horseshoe Drive Naples, Flodda Dear Ms. Preston; This letter is in response to your request regarding the boundary delineation of the Federal Enterprise Community. The Empowerment Alliance of Southwest Florida was designated as a Federal Rural Enterprise Community in January 1999. The land area encompasses the communities of Immokalee, Hadera, Montura, South Clewiston, and Hooker's Point in Hendry County; and the Seminole Indian Tdbe of Florida - Big Cypress and Immokalee Indian Reservations (see attached map). This designation was secured through a rigorous application process led by the Community Foundation of Collier County and the Collier and Hendry County Governments. The result was 20 rural Enterprise Communities designated nationwide. The Strategic Plan, developed with broad community involvement, identifies the key focus areas for the program as diversification of the economic base, creation of higher wage jobs, education and jobtraining, affordable housing, and comrnunityimege7 ...................... It is my understanding that the County plans to file for the Urban Infill Redevelopment Implementation grant.- I would like to offer the endorsement of the Empowerment Alliance as the goals of our itrategic plan include housing redevelopment, particularly in the Southern area of Immokalee. If you have any questions or need further assistance don't hesitate to contact me. Barbara A. Cacchione Enterprise Community Coordinator 2400 Tamiami Trail North, #300, Naples, Florid~ 34103 · Phone: (941) 566-8936 · Fax: (941) 649-:5337 bceasf~mediaone. net· http:llwww. naples.ned~eceasf EMPOWERMENT~ ALLIANCE 'of SOUTHWEST [] --£MPOWERMENT ZONE BOUNDARIES ,I Attachment B COLLIER COUNTY GOVERNMENT COMMUNITY DEVELOPMENT AND ENVIRONMENTAL SERVICES DIVISION Housing and Urban Improvement Department 3050 North Horseshoe Drive, Suite 145 Naples, Florida 34104 September 6, 2000 Ms: Debomh Preston, AICP Collier County DepadmentofPlanning Services 2800. Nodh Homeshoe Drive Naples, FL 34104 Dear Deb: This letter serves as confirmation that the community of Immokalee is indeed a participant in the state Enterprise Zone program. The designation was granted by the State of Florida in January of 1997. Originally, the Enterprise Zone (EZ) boundary was only about 10 square miles. However, when Immokalee was recognized as part of the USDA's Rural Enterprise Community designation, the EZ boundary was expanded to include the three census tracts which make up the Immokalee community: tracts 113, 114 and 112.03. Since its designation in 1997, 19 local companies have taken advantage of the various EZ programs offered, realizing over $200,000 in tax credits and reimbursements. As staff coordinator for the Immokalee EZ activities, I can confirm that the program is a benefit to local and potential business investors. If you, or anyone else, have any questions, please give me a call and I'd be. happy to discuss the program in more detail. Sin~;ere~, Economic Development Manager Phone (941) 403-2330 Fax (941) 403-2331 www. co,collier. fl.us/hui BA¥$HOR~GA?EWAY TRIANGL£ R£DEV£LOP~£N'r A~EA D£$OR~PT~ON 1 BEG SW CNR SECT 2, TWP 50, RNG 2§, N 630', E 662', S 427', E 200', N 270', E TO THE E R/VV LINE OF BROOKSIDE DRIVE, S TO THE SW CNR OF LOT 10, SUNSET SUB, E TO. THE SE CNR OF LOT 6, SUNSET SUB, S 92', E TO THE NW CRN OF LOT 55, BLK A, ROCK CREEK PARK, N TO THE NW CNR OF LOT 10, BLK B, ROCK CREEK PARK, E TO THE E SECT LINE SECT 2, TWP 50, RNG 25, S TO THE NW CNR OF SECT 12, TWP 50, RNG 25, E 670', S 773', W 200', S 735', W 200', S 990', E 460', S 330', E 972', S 1174', SWLY 481 ', NWLY 523', W 95', SWLY 730' TO THE'NELY P,/W LINE U.S. 41, CONT SWLY TO THE SWLY P,/W LINE U.S. 41, NWLY ALG THE SWLY R/W LINE OF U.S. 41 TO ITS INTERSECT WITH THE W R/W LINE OF BAYSHORE DRIVE, S TO THE N R/W LINE OF WEEKS AVE, W 761', N 1355', W TO THE W P,/W LINE OF PINE STREET, N TO THE SE CNR OF LOT 2, BLK K, INOMAH SUB, W 100', N TO THE N R/W OF WASHINGTON AVE, CONT NWLY AND WLY ALG NLY P,/W LINE WASHINGTON AVE TO THE SW CNR OF LOT 2, BLK C, INOMAH SUB, W TO THE W R/W LINE OF FREDRICK ST, N TO NE CNR LOT 9, COC-LEE-TERRACE SUB, W TO THE W SECT LINE OF SECT 11, TWP 50, RNG 25, N TO THE SW SECT CNR OF SECT 2, TWP 50, RNG 25 AND THE POB. AND BEG SE CNR SECT 23, TWP 50, RNG 25, N ALG THE E SECT LINES OF SECT 23 AND 14, TWP 50, RNG 25, TO E % CNR SECT14, TWP 50, RNG 25, E TO THE SE CNR LOT6, CREWS ~SUB, N TO THE S LINE OF HALDEMAN CREEK, E TO THE SWLY R/W LINE OF U.S. 41, NWLY ~LG THE SWLY R/W LINE OF U.S. 41 TO ITS INTSECT WITH THE ,W, R/W LINE OF BAYSHORE DRIVE, S TO THE N R/W LINE OF WEEKS AVE, W 761, N 1355', W TO THE W RAN LINE OF PINE STREET, S TO THE S R/W LINE OF MANGROVE STREET, W TO THE NW CNR LOT 14, BLK F, HALDEMAN RIVER SUB, S TO THE N LINE OF HALDEMAN CREEK, SWLY ALG THE N LINE OF HALDEMAN CREEK TO ITS INTSECT WITH THE W SECT LII~IE O.E .......... SECT 14, TWP 50, RNG 25, S ALG THE W SECT LINE OF SECT 14 AND 23, TWP 50, RNG 25, TO THE SW CNR OF SECT 23, TWP 50, RNG 25, E TO THE SE CNR OF SECT 23, TWP 50, RNG 25 AND THE POB. ~BAYSH§~E IMMOKALEE COMMUNITY REDEVELOPMENT AREA DESCRIPTION BEG AT THE NW CNR SEC 25, TWP 46, RNG 28, THENCE E ALG N LINE SEC 25 TO NE CRN OF SEC 25 AND THE NW CNR OF SEC 30, TWP 46 RNG 29, THENCE E ALG THE N LINES OF SECTONS 30, 29, 28, 27, AND 26 TO THE NW CNR OF SEC 25, TWP 46, RNG 29, THENCE S ALG THE W LINE SEC 25 TO THE NW CNR OF THE SW ¼ OF SW ~ SEC 25, THENCE E TO THE NE CNR OF THE SW ~ OF SW ¼ SEC 25, THENCE S TO THE S SEC LINE OF SEC 25 AND THE NE CNR OF THE W Y2 OF NW ~ OF SEC 36, TWP 46, RNG 29, THENCE S TO THE SE CNR OF THE W 1/2 OF NW ~ SEC 36, THENCE W TO THE W ¼ CRN SECTON 36, THENCE S TO THE SW CNR SEC 36 AND THE NW CNR OF SEC 1, TWP 47, RNG 29, THENCE E TO THE NE CNR OF SEC 1 AND THE NW CNR OF SEC 6, TWP 47, RNG 30, THENCE E TO THE NE CNR OF SEC 6, THENCE $ TO THE SE CNR OF SEC 6, THENCE W TO THE $W CNR OF SEC'6 AND THE SE CNR OF SEC 1, TWP 47, RNG 29, THENCE W TO THE S ~ CNR SEC 1 AND THE N ¼ CNR OF SEC 12, TWP 47, RNG 29, THENCE S TO THE S ¼ CNR SEC 12 AND THE N ¼ CNR OF SEC 13, TWP 47, RNG 29, THENCE S TO THE CENTER OF SEC 13, THENCE W TO THE W ¼ CNR SEC 13 AND THE E ¼ CNR OF SEC 14, TWP 47, RNG 29, CONT W TO THE W ¼ CNR OF SEC 14 AND THE E ¼ CNR OF SEC 15, TWP 47, RNG 29, THENCE S TO SE CNR OF SEC 15, THENCE W ALG THE S LINE OF SEC 15 AND 16 TO THE SW CNR OF SEC 16, TWP 47, RNG 29, THENCE N ALG THE W LINE OF SEC 16 AND 9 TO THE NW CNR OF SEC 9, TWP 47, RNG 29 AND THE SE CNR OF SEC 5, TWP 47, RNG 29, THENCE W ALG THE S LINE OF SEC 5 AND 6 TO THE SW CNR OF SEC 6, TWP 47, RNG 29, AND THE SE CNR OF SEC 1, TWP 47, RNG 28, THENCE N TO THE E ~ CNR OF SEC 1, THENCE W TO THE SHORELINE OF LAKE TRAFFORD, THENCE ALG THE SHORELINE OF f_~-.LAKE TRAFFORD NELY, NLY, NWLY, WLY, SWLY TO THE INTERSECTON OF THE LAKE SEC 35, 28, THENCE N TO 'RAFFORD SHORELINE AND THE W SEC LINE OF TWP 46, RNG THE NW CNR OF SEC 35, THENCE E TO THE NE CNR OF SEC 35 AND THE SW CNR OF SEC 25, TWP 46, RNG 28, THENCE N TO THE NW CNR OF SEC 25 AND THE P.O.B. T 47 S I T'46 S · . Attachment C RESOLUTION NO. 2000- 82 A RESOLUTION OF THE BOARD OF ~OUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, RELATING TO COMMUNITY REDEVELOPMENT; MAKING FINDIN(3S; FINDING BLIGHTED AREAS EXIST IN THE COUNTY; FINDING THE REHABILITATION, CONSERVATION OR REDEVELOPMENT OF SUCH AREAS IS NECESSARY IN THE PUBLIC iNTEREST; FINDING A SPECIFIED AREA TO BE A BLIGHTED AREA AND A COMMUNITY REDEVELOPMENT AREA; PROVIDING FOR CONFLICT WITH OTHER RESOLUTIONS AND SEVERABILITY; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners has received .and considered a report and prese.ntation by County staff and consultant which Identified conditions within the boundaries of Collier County in the areas Identified, described and depicted on Exhibit 'A' attached hereto and made a part of this resolution (the 'Area'); and WHEREAS, after having~o, nsldemd the-detenlllrFations ~ihd 'th6Ta-c{~ ~cl ........... evidence of conditions In the Area and has received and considered such other evidence of the conditions in the Area as have been presented to It, the Board of County Commissioners desires to proceed in accordance with the authorization and powers granted by Part III, Chapter 163, Florida Statutes, to establish the necessary means by which redevelopment can be accomplished In the Area end that cedaln actions are appropriate and necessary and should be taken to address the conditions now present and expected to be present in the Area; NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY Section 1. Findings. The Board of County Commissionera does hereby find: ........... (a) Based upon the facts and evidence presented to and considered by the Board of County Commissioners, the following conditions exist in the Area: 1. Conditions are present in the Area that are detrimental to the -- <;ound growth of the county and which substantially impair or arrest the growth within the Area, and present conditions end uses in the Area are detrimental to th~ public h~alth, safety, morels and public welfare; and 2. There Is a predominance of inadequate or defective street layout; and ~ 3. There Is faulty and inadequate lot layout In relation to size, adequacy, accessibility, or usefulness; and 4. There are unsanitary conditions es such relates to the conditions of the sanitary system and there ere unpaved and deteriorating roadways resulting in unsafe public conditions; and There has been a deterioration of site and other Improvements; and 6. There is a diversity of ownership or defective or unusual conditions of title, which prevent the free ali~nability of land. (b) The notices required by Section 163.346, Flodda Statutes (lg99), have been timely published or mailed in accordance with said statute. (c) Action must be taken immediately to prevent further blight and deterioration and to protect and enhance public expenditures previously made in the Section 2. Finding ef Necessity. The Board of County Commissioners, based upon evidence presented to It and in the public record. does hereby find that on~ o~'m~)re ~bli~i3ted areas' (es defined in S-e-ctloh 163:34-0(8)~ Florida Statutes), exist within Collier County, Florida, end, further finds that the rehabllitatJon, conservation or redevelopment, or a combination thereof, of such area or areas described is necessary in the interest of the public health, safety, morals or welfare of ,~' "' --' ~ residents of Collier County, Flodda. Section 3. Community Redevelopment Are~, Bused upon the facts presented to it and contained in the public record, the Board of County Commissioners ~ ~ does hereby find the Area (as hereinbefore defined) is a 'blighted area" (as that term is defined in Section 163.340(8), Florida Statutes (1999). and that such area constitutes a 'community redevelopment area' as defined In Section 163,340(10), Florida Stotutes (1999). Section 4. Conflicts. All resolutions and parts of resolutions In conflict with any of ~e provisions of this resoluUon are hereby repealed, provided, however, nothing herein is intended nor should be applied to affect, repeal, alter, amend or supersede any previous resolutions adopted by the Board of County Commissioners finding any other area or areas within Collier County to be a 'blighted area' for purposes of the Community Redevelopment Act. Section 5. Se.verablli~. If any section or portion of a section of this rssolufion, Including any pad of the exhlbii, proves to be invalid, unlawful, or unconstitutional, it shall not be held to invalidate or Impair the validity, force, or effect of any other section or part of this resolufion. Should either area constituting part of the Area or part thereof shall be severed from the Area and the remainder shall constitute the Area for purposes of this resolultion. Section 6. EJ[eC~LWe..D~e. 'Tllts resolution shall become effective Immediately upon its passage and adoption. Se~on 7. This Resolution adopted after motion, second and majority vote this //~day of .J~.~, 2000. A I ! I=ST: BOARD OF COUNTY COMMISSIONERS · ,......DWIGHT 6. BROCK, CLERK ' - Y , TIMOT CONSTA E, C~R~A~ APPROVED A~ TO ~ORM AND LEGAL ~UFFICIENCY )avid C. Weigel County Attorney 12 ATTACHMENT D Resolution No. 2000-18 ]. A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, RELATING TO COMMUNITY REDEVELOPMENT; MAKING FINDINGS; ADOPTING A COMMUNITY REDEVELOPMENT PLAN; AUTHORIZING IMPLEMENTATION OF THE PLAN; PROVIDING AN EFFECTIVE DATE. 12A W~SR~AS, the County Commission adopted Resolution 2000-82 on March 14, 2000, f~nding the existence of blight conditions In two areas In the unincorporated area of Collier County, as more particularly desc,~ibed In that resolution (such area beIng referred to herein as the 'Community Redevelopment Area"); and WHEREAS, a Community Redevelopment Plan as contemplated by Part III, Chapter 163, Florida Statutes (1999), has been prepared which addresses the redevelopment needs In the Community Redevelopment Area; and WHEREAS, on May 18, 2000, the County's Planning Commission, as the County'e Local Planning Agency for purposes of the Local Government Comprehensive Planning and ~Land Development Regulation Act, determined the proposed community redevelopment plan is in conformity with the County's comprehensive plan for the County as a whole and recommended the County Commission approve the proposed plan; and WHEREAS, the Community Redevelopment Agency on May 23, 2000 approved the proposed community redevelopment plan and recommended it to the County Commission; and WHEREAS, a copy of the proposed community redevelopment plan was submitted by the Community Redevelopment Agency to the County Commission, as the governIng body of Collier County~ Flodda~ and to Big Corkscre.w_. Fire District; East Naples Fire District; Immokalee Fire District; Collier County Board of County Commissionere; and the Collier County Mosquito ConVol Dis~ct, as taxing authorities which levy ad valorem taxes on taxable real property conte ned within the geographic boundaries of the Community Redevelopment Area; and WHEREAS, the noiicas required by Sect~ !63.348, Florida Statutes (1999), have been published and mailed as required therein, and a public hearing regarding the proposed community redevelopment plan was held· 3W, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA AS FOLLOWS: SECTION 1. Incomoratlna Recitals. The Board of County Commissioners funds, dec. Jares and determines that the matters set forth In the foregoing recitals are true and correct and are incorporated herein as a port of this Resolution. ~ECTION2~ Findine of Conformance with Comprehensive Plaq. The County Commission hereby finds, determines end decJares that the proposed community redevelopment plan for the Community Redevelopment Area attached hereto as Exhibit °A' (the 'Community Redevelopment Plan') conforms to the general comprehensive plan of Collier County as a whole. ~;ECTION 3~ Findine of Adeouacv of Recreational Facilities. The County Commission hereby finds, determines and declares that the Community Redevelopment Plan gives due consideration to the provision of adequate park end recreational areas and facJIiites that are desirable for neighborhood Improvement, with spedal consideration for the health, safety, and welfare of children residing in the general vicinity of the are covered by the plan. SECTION 4. Findine of Relocetio~l. The County Commlsslon finds that a feasible method for the relacefion of famlllas who will be displaced from the community redevelopment ~rea in decent, safe, and sanitary dwelling accommodations within their means and without undue hardship to such families is contained in the Community Redevelopment Plan. SECTION 57 Findine of Maximum Opportunity. The Coun~ Commission hereby rulds that although the Community Redevelopment Plan contemplates most improvemonte will be undertaken by the County or the CRA, the Community Redevelopment Plan will afford maximum opportunity, consistent with the sound needs of the County as a whole, for the ..... rehabilitation or redevelopment of the community redevelopment area by private enterprise to the extent contemplated by said plan. - * · ' SECTION 6. Adoorion of commu[~itv Redevelpprperlt Pipfl. The County commission does hereby adopt the Community Redevelopment Plan as the community redevelopment plan for the commu?ty Redevelopre. ant Area and authorizes and directs the Community Redevelopment Agency to proceed wilt1 the Implementation of the plan. SECTION 7. Effective Date. approval by the County Commission. This Resolution shall tore effect immediately upon 2 ~;ECTION 8, This R~oiutJon adopted after motion, second and majority vote this ' ' " ~ ~ BOARD OF~ISSIONERS · -' AT:TEST: ~'... ~. ~ .: ,~ DWIGHT C: BROO~ CLERKCOLLIER ~,OUNTY, FLORIDA .. ...... ~. ~ :.,'~'_,~.' '~. ~.~, BY.. APPROVED AS TO FORM AND LEGAL SUFFICIENCY David C. Welgel County Attorney , ATTACtiHENT E RESOLUTION NO. 97-...~ A RESOLUTION CERTIFYING THAT THE IMMOKALEE MAIN STREET PROJECT IS CONSISTENT WITH COLLIER COUNT'Y'S LOCAL PLANS AND REGULATIONS INCLUDING THE GROWTH MANAGEMENT. PLAN. WHEREAS, the State Government has enacted, the Florida Enterprise Zone Program to Induce private Investment Into distressed areas to create economic opportunities and sustainable economic development; and WHEREAS, the State Government des!tinated the Irnmokalee area as a Stale Enterprise Zone effectJvo Janumy 1, 1997; and WHEREAS, the State encourages the participation of private co~x~attans in revltatizafion projects by granting par',Ja] state Income tax credits to corporations that contribute resources to public redevelopment organizations f~' the revltatization of enterprise zones; and Whereas, the State authorized the Community Tax Credit program that allows · tax c~edlt of 50 percent of the value of the donation (not to exceed $200,000 In any one year] to be recelveti by any Florida Corporation for conbibufions to a State approved community development project located within the Enterprise Zone against any tax due for a taxable year; and WHEREAS, the Immokalee Main Skeet Project Is located withIn the Enterprise Zone; end WHEREAS, County Resolut~n No. 96-310 endorsed the Immokalee Communlty'e participation In the Florida Main Street Program; and WHEREAS, the State designated Irnmokalee as a Florida Main Street in August 1996; and WHEREAS, ithe Immokalee Main Sb'eet Project Is consistent with the Irnmokalee Master Plan, e separate elephant of the Grow~ Management Plan; and WHEREAS, the Greater Immokatse Chamber of Commerce IS the sponsor of the Immokalee Main Street Project and IS the sponsoring crganlzaUon applying for approval of the Immokalee Main Street Project as a State approved Community Development Project; and NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: SECTION ONE: The Immokalee Main Street Project as described in Attaciunent A IS consIstent with the Collier County Growth Management Plan and the Immokalee Mastor Plan. SECTION TWO~ This Resolution adopted after mofi~n~ s -econd and majority vote. Commissioner . R~,~- rv offered the foregoing Resolution and moved tisadopfion, aeonndedbyCommIss~oner Cooer;ertl:toe and upon roll call the vota was: AYES:commieeioner S~y,. C6mm~aaioner Constantine, Commiastoner Norriss, Commissioner Mac'Kie, and Commissioner Hancock NAYS: AND NO'r VO'nN< : · .-~<,.~,.'Don~b.. 25 day of Feb. , 1997. ~e OVED ~ T '~ ~D LEG~ SUFFICIENCY A'I=rACHMENT A 1_2/ IMMOKALEE MAiN STREET PROJECT The Immokalee downtown area was designstad, by the Seoretary of State, as I~ FIo~da Main Street In ,~ogust 1996. The area designated as the Immokales Main Street Project area Is located endsty withIn the Immokalee E~tsrprise Zone. The intent of the MaIn ~trest pregmm Is to work In small rural areas, such as Immokalee, to address the complexities of downtown revitalizetiaa. The MaIn Street approach advocates improvements to c~eate a positive, distinctive image for downtown by utilizing the following guiding principles: · Organization: Working with public and pdvats sector communtiy leadera to develop consensus and coordInate resources to revitalize downtown; Promotioll: Creating and marketing a positive Image of dowofown through apectal events, retail sales, effective advertising and public relafioll~; Design: EncouragIng quality building rehabilitation, signage, public Improvements and window displays to Improve the appearance of downtown; Economic Restructuring: Improving the economic base of downtow~ by strengthening existing businesses and rec~tiing new busInesses. Phase I of the Immokalea Main Street Project focuses on designing and renovating commerc~ and residential propaNes located in the designated area. Improving the exterior facades of the buildings located withIn the Main Street Project area will help to generate entrepreneurtel and job- development opportunities for the residents of the Immokalee Community. Physical improvements will help to c~esta a positive image of downtown which will result In a greater number of vialtom to the area to support local busInesses. Phase ti of the project will focus co land acquisition and Inflll development. Promoting ti~ program area to attract visitors as well as business Interests to the area IS also.an Important part of the :project. Incentives are being created to encourage private participation in the project and to leverage public dollars. Where possible volunlearn will be used to assist in the renovations. The Types of Contributions being sought include: BuildIng materials, Includes but IS not limited to such things as wood, windows, doors, paInt, stucco, and any other matoral used in the renovation of a building. Specialty features: Includes but Is not timtied to such tierns as awnings, signage, tandscaping, lighting, fencing, and any other feature that will add to the overall image of the bulldthg Tools and Equipment: il~ciudes but IS not limited to such it~m~ as paint brushes, ~uckets, paint railera, nails, and~ny otharequlpment :n aces ea ~'tb- 6o~pleto t~e re~0v~ti0ns or promote the Main Street Project ares. Cash Conblbufioes w131 be used to purchase supplies needed forlhe'reno'/atron~ ~r 'l~ I~lr~ ............... professional contractam to complete the renovation work. If large confitbutions are received the money could be use~l to purchase existing buil~l'~gs that need renovations or vacant lots that will be IrBp_coved to me~e[the av_erail Main Street Project 101an. Cash contributions could also be used for premotienal materials for business development and rec~'utimenL Real Estate Con~buUons: the property would be improved and then either resold or leased by the sponsor whichever would best benefit the program. Promotional Materials Including paper, printing and design work used to promote the economk~ vitality of the Main Street Project and new businesses to the area. FAX TO: LOCATTON: FAX NO.: COMMENTS: FROM: LOCATTO N: FAX NO: PHONE NO: Pam Perrell Naples Daily News 263-4703 Public Hearing Notice to consider Proposed Growth Management Plan Amendment Karen Schoch Minutes & Records COLLIER COUNTY COURTHOUSE (941) 774-8408 (941) 774-8406 DATE SENT: 9/13/2000 T]:ME SENT: ./,~.'~,~'-~m,-. # OF PAGES: (Including cover) 5 Dwight E. Brock Clerk County of Collier CLERK OF THE CIRCUIT COURT COCU~R COU.~ 3301 TAMIAMI TgAIL EAST RO. BOX 413044 NAPLES, FLORIDA 34101-3044 CIRCUIT COURT COUNTY COURT COUNTY RECORDER CLERK BOARD OF COUNTY COMMISSIONERS September 13, 2000 Ms. Pam Perrell Naples Daily News 1075 Central Avenue Naples, FL 34102 Re: CP-2000-10 Notice of Public Hearing to Consider a Proposed Growth Management Plan Amendment Dear Pam: Please advertise the above referenced notice on Monday, September 18, 2000. This advertisement should be no less than one-quarter page and the headline in the advertisement should be in a type no smaller than 18 point. The advertisement should not be placed in that portion of the newspaper where legal notices and classified advertisements appear. Kindly send the Affidavit of Publication, in duplicate, together with charges involved to this office. Thank you. Sincerely, K~h, Deputy Clerk Enclosure Account 113-138317-649100 12A NOTICE OF PROPOSED CHAN~E TO THE GROWTH MANAGF/~ENT PLAN The Board of County Commissioners proposes to adopt the following by Resolution for transmittal to the State of Florida Department of Community Affairs for preliminary review and comment: RESOLUTION NO, 2000- A RESOLUTION APPROVING THE PROPOSED GROWTH MANAGEMENT PLAN AMENDMENT TO DELINEATE AN URBAN INFILL AND REDEVELOPMENT AREA TO THE IMMOKALEE AREA MASTER PLAN AND THE IMMOKALEE FUTURE LAND USE MAP FOR TRANSMITTAL TO THE DEPARTMENT OF COMMUNITY AFFAIRS A public hearing on the Resolution will be held on September 26, 2000 at 9:00 AM in the Board of County Commissioners Meeting Room, 3rd Floor, Administration Building, County Government Center, East Naples, Florida All interested parties are invited to appear and be heard. Copies of the proposed Resolution are available for inspection at the Collier County Clerk's Office, 4th Floor, Administration Building, County Government Center, East Naples, Florida; and at Comprehensive Planning Section, 2800 N. Horseshoe Drive, Naples, Florida between the hours of 8:00 A.M. and 5:00 P.M., Monday through Friday. Any questions pertaining to these documents should be directed to the Comprehensive Planning Section. Written comments filed with the Clerk to the Board's Office prior to September 26, 2000, will be read and considered at the public hearing. If a person decides to appeal any decision made by the Board of County Commissioners with respect to any matter considered at such meeting or hearing, he will need a record of that proceeding, and for such purpose he may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA TIMOTHY J. CONSTANTINE, CHAIRMAN DWIGHT E. BROCK, CLERK By: (SEAL) /s/Ellie Hoffman, Deputy Clerk 5 ~V J. Published Daily Naples, FL 34102 Affidavit of Publication State of Florida Co ty of Collier Before ~e ~dersi~ed ~ ~e as ~e au~ofi~, ~rso~ly sere as ~e ~s~five Assismt To ~e ~blishg of ~e Naples D~ly, a ~fly new~a~r published at Naples, Collier Co~, ~oh~; ~sffibuted in Collier ~d L~ of~ofi~; ~t~e a~ched copy of ~e adve~smg,~inga in the matter of PUBLIC NOTICE was published in said newspaper 1 time in the issue on September 18, 2000. Affiant fur thor says that the said Naples Daily News is a newspaper published at Naples. in said Collier County. Florida. and that the said newspaper has harelofore ha~n continuously published in said Collier County. Florida; distributed in Collier and Lee counties of Florida, each day and has been entered as second class mail matter at the post office in Naples, in said Collier County. Florida. for a period of 1 year next preceding the first publication ofthaat[ached copy of advariinement; and affiant fi~rlher says that he has neither paid nor promised any person, firm or corporation any discount, rebate. commission or refund for the purpose of securing this advertisement for publication in the said newspaper. ( ~gnature m antant) Sworn to and subscribed before me this 18th day of September, 2000 (Signature of notary public) TO MANAGEMENT' PLAN · Affairs for preli~mi-, MENT PLAN AMENDMENT TO DELINEATE AN URBAN INFILL ;~/ AND REDEVELOPMENT AREA TO THE ,IMMOKALEE AREA MAS- !~' AFFAIRS .~i'A public hearing on the Resolution will be held on September 26, 2000 at 9:00. AM In the Board of County Commissioners Meeting Room, 3rd Floor, Administra iI~Pi~un~meptllGenter~East Naples; Florida?~ ~'-*~ ' All Inte.~$te~-pa.rties are InVited to appear and be heard. Copies of the,proposed Resolutloh are a~allable fo.r. Inspection at the Collier County Clerk's O~lce 4th Floor, Administration Building, County Government Center, East Naples, Florida;. and at Comprehensiv~e Planning Section, 2800 N. Horseshoo Drive, Nal?es, Flori- da .between the hours of 8:00 A.M: and 5:00 P.M., Monday through Friday. Any qpUeStions pertaining to these documents should be directed to the Comprehensive lanning Section; Written comments filed with the Clerk to the Board's Office prior Ito September 2.6, 2000, will be mad and considered at the public hearing. If a person decides to appeal any decision .m. ade by the the Board of County Corn- : missloners with respect to any matter Considered at such meeting or hearing, he I" will need a record of that proceeding, and for such purpose he may need to ensure :,*.rtbet a ~'erbatirn record of the proceedings is made, which record. includes the testi- :' m, op, y and e~/ii~epCe upep which the pp ,pgal is to be based:. ~.,. * ~ ~ !~'~~/; ':' .~ ? *' ,BOARD OF COUNTY COMMISS ONERS *~ ; ~ ~ ~ COLL ER COUNTY, FLORIDA*' TIMOTHY J. CONSTANTINE, CHAIRMAN E. BROCK, CLERK* ' ~ BY:/s/Ellie Hoffman/ ' ~ ' ~ ~ ~ ~ L: ' Deputy Clerk 12A 1 RESOLUTION NO. 2000- 3 4 4 A RESOLUTION APPROVING THE PROPOSED GROWTH MANAGEMENT PLAN AMENDMENT TO DELINEATE AN URBAN INFILL AND REDEVELOPMENT AREA TO THE IMMOKALEE AREA MASTER PLAN AND THE IMMOKALEE FUTURE LAND USE MAP FOR TRANSMITTAL TO THE DEPARTMENT OF COMMUNITY AFFAIRS WHEREAS, Collier County, pursuant to Section 163.3161, et. seq., Florida Statutes, the Florida Local Government Comprehensive Planning and Land Development Regulation Act, was required to prepare and adopt a comprehensive plan; and WHEREAS, the Collier County Board of County Commissioners adopted the Collier County Growth Management Plan on January 10, 1989; and WHEREAS, the Collier County Board of County Commissioners adopted the Immokalee Area Master Plan, a separate element of the Growth Management Plan on February 5, 1991; and WHEREAS, in order for local governments to designate a geographic area within its jurisdiction as an Urban Infill and Redevelopment Area pursuant to Section 163.2517, Florida Statutes it must amend its comprehensive land use plan to delineate the boundaries under Section 163.3187 of the Florida Statutes; and WHEREAS, an amendment to the local comprehensive plan to designate an urban infill and redevelopment area is exempt from the twice- a year amendment limitation; and WHEREAS, the Local Government Comprehensive Planning and Land Development Regulation Act of 1985 provides authority for local governments to amend their respective comprehensive plans and outlines certain procedures to amend adopted comprehensive plans pursuant to Sections 163.3184 and 163.3187, Florida Statutes; and WHEREAS, Collier County has prepared a Plan Amendment to the Immokalee Area Master Plan including the Future Land Use Map to delineate the boundaries of the urban infill and redevelopment area; and WHEREAS, the Collier County Planning Commission has considered the proposed amendment to the Growth Management Plan pursuant to the authority granted to it by Section 163.3174, Florida Statutes (1997), and has recommended approval of said amendment to the Board of County Commissioners; and NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: The Board of County Commissioners hereby approves the proposed Growth Management Plan Amendment, attached hereto as Exhibit A and incorporated by reference herein, for the purpose of transmittal to the Department of Community Affairs thereby initiating the required State evaluation of the Growth Management Plan Amendments prior to final adoption and State determination of compliance with the Local Government Comprehensive Planning and Words underlined are additions; Words ctruck thrc:~gh are deletions 12A 1 Land Development Regulation Act of 1989 and Rule 9J5, Florida Administrative Code, Minimum Criteria for Review of Local Government Comprehensive Plans and Determination of Compliance. THIS RESOLUTION ADOPTED after motion; second and majority vote this day of ~.~i~, 2000. ATTEST: DWIGHT E. BROCK, Clerk Attest ~s to s~gnature only. '~ Appr6ved as to form and legal sufficiency: BOARD OF COUNTY COMMISSIONERS COLLIER COU~ ~airmTaHnY J. C~'I'ANT,~, Assistant County Attorney 2000 GMP Transmittal Resolution Words underlined are additions, Words .............gh are deletions 12A I Exhibit A Pages 2 and 10 of the Immokalee Area Master Plan will be amended as shown below: Page 2 Policy II.l.1: The Immokalee Master Plan Future Land Use Designation shall include Future Land Use Districts and Subdistricts for: Residential Designation 1. Low Residential District 2. Mixed Residential District 3. High Residential District 4. PUP Commercial District Commercial Designation 1, Commercial District - S.R. 29 and Jefferson Ave, 2. Neighborhood Center District 3. Commerce Center- Mixed Use District 4. Residential Tourist District Industrial Designation 1. Industrial District 2, Commerce Center - Industrial District 3. Business Park District D. Overlays and Special Features I. Urban Infill and Redevelopme_nt Area Page 10 Non-Industrial Uses In addition to those industrial uses permitted within the Industrial Designation, uses such as those essential services as defined in the Land Development Code are permitted. Ovedays and Special Features 1. Urban Infill and Redevelopment Area The Urban Infill and Redevelopment Area is consistent with criteria outlined in $ectign 163.2514(2) (a)-(e). Florida Statutes. The intent of this delineation is to comprehensively address the urban problems within the area consistent with the goals of this plan, Thi_s designation is informational and has no regulatory_ effe(;t. Words underlined are additions; Words struck through are deletions 591~1 COLLIER COUNTY FLORIDA REQUEST FOR LEGAL ADVERTISING OF PUBLIC HEARINGS To: Clerk to the Board: Please place the following as a: XX Normal legai Advertisement [-]Other: (Display Adv., location, etc.) Orig/nating Depff Div: Solid Waste Dept. - Public Utilities Div. Person: G. George Yiimaz Date: 09/01/2000 Petition No. (If none, give brief description): Petitioner: (Name & Address): Name & Address of any person(s) to be notified by Clerk's Office: (If more space is needed, attach separate sheet) Hearing before X BCC BZA Other Requested Hearing date: (Based on advertisement appearin~ l~,~)ays before heari . Septe~ Newspaper(s) to be used: (Complete only ifimpottant): XX Naples Daily News [] Other X Legally Reqmred Proposed Text: (Include legal description & common location & Size: See attached notice. Companion petition(s), if any & proposed hearing date: Does Petition Fee include advertising costs [] Yes [] No If Yes, what account sbould be charged for advertising costs: 470- 173410 Recording Fees to be charged to: 470-173410 Adrm'n~is~toror D~signee Date 6/ 6/ List Attachments: Copy of Public Notice to be advertised. Copy of Rate Resolution for Board Minutes & Records use. DISTRIBUTION INSTRUCTIONS Ao For heatings before BCC or BZA: Initiating person to complete one copy and obtain Division Head approval before submitting to County Manager. Note: If legal document is involved, be sure that any necessary legal review, or request for same, is submitted to County Attorney before submitting to County Manager. The Manager's office will distribute copies: [] County Manager agenda file: to Clerk's Office [] Requesting Division [] Original B. Other hearings: Initiating Division head to approve and submit original to Clerk's Office, retaining a copy for file. FOR CLERK'S OFFICE USE~QbJLY: Date Received: 7//~/~ Date of Public hearing: ~t/~.~/~ Date Advertised: RESOLUTION No. 211110- RESOLUTION SUPERSEDING RESOLUTION 99-383 AND ESTABLISHING THE FEES TO BE CHARGED FOR USE OF COLLIER COUNTY SOLID WASTE FACILITIES PURSUANT TO COLLIER COUNTY ORDINANCE NO. 84-31. 128 1 WHEREAS, Tbe Board of County Commissioners through County Ordinance No. 84-31 bas implemented the user fee systmn for solid waste to all public and private users. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that SECTION 1: Resolution No. 99-383 is hereby superseded in its entirety. SECTION 2: The following fee scbedule is approved for all users of the Collier County Solid Waste facilities: Landfill Fees: All fees are based on ceriified scale weight, per cubic yard fee, or per tim fee. No rounding. Mixed loads of bioinass (land clearing, plant trimmings aod grass cuttings) and other waste shall not be accepled. General Wastes: $28.03/ton Special Wastes: $23.42/ton for Constmctio~ffDemolition Debris. $28.03/ton for tires cut into 8 equal pieces. $95.29/ton for whole tires. Car or truck tires: $4.00/tire 16" or larger size (no change). Car or track tires: $1.00/tim 15"or smaller size (no change) Large tractor or heavy. equipment tires on per tort basis only. $20.65/ton for Biomass. $10.32/ton for processed Biomass 2" or less in size. No charge for clean fill material suitable as daily cover less than 6 inclies in size. $4.48/ton for clean material suitable for use as backfill greater tban 6 incbes in size. Definitions of Special Wastes: Special Waste I: Difficult-to-handle material requiring pre-acceptance site preparation (example: asbestos, asb, powders). $140.13/incident, plus 2 times applicable base rate. Special Waste I1: Waste requiring special acceptance procedures, bnt no special site preparation. Two titnes applicable base rate, except slndge c~ $21.50/ton for Collier Coonly Utilities. Special Waste Ill: Wastes that are prohibited by law or regnlalion for the landfill, but am deposited at Landfill working area and must be removed by contractor (example: whole tires, wlfite goods, lead-acid batteries) $11.22 per item. Transfer Station Fees (No chauge from FY99 Rates): $4.25/use/automobiles and station wagons both full-size and compacts (less than % cubic yard) $8.50/cubic yard/tracks, trailers, vans (volume rounded to uearest yard) (more than ½ cubic yard) Car or track tires: $4.00/tire 16" or larger rim size. Car or truck tires: $1.00/tire 15" or smaller rim size. Large tractor or heavy equipment tires accepted only at landfill. WAIVER OF FEES FOR LITTER AND CLEAN-UP PROJECTS Waiver of disposal fees for coummnity and ueiglfi)orbood clean-ups and right-of-way clean-ups by volunteers or County agencies requested in advance lnay be approved by the County Adminislrator or his designee. RESIDENTIAL COLLECTION AND DISPOSAL FEES {Includes Collection of Rec¥clables) Curbside Twice/week Collection Fee $ 78.03 +Disposal Fee 35.17 +Cart Replacement 1.00 +Driveway Repair 1.00 =Aunual Fee $115.20 Special Request Backdoor Service - Sen'ice Area Number One: $350.00 per year m addition to the annoal assessment for Ihe refit. Service Area Nmnber Two: Curbside Backyard Twice/week Twice/week Collection Fee $ 80.59 $107.43 +Disposal Fee 35 17 35.17 --Annual Fee $115.76 $142.60 Recycling Bin Fees: Eacb residential uait is provided an initial bin at no cbarge by the County. Replacement of bins due to normal wear will be provided by the Franchisee at no charge to Ihe residential unit. Unserviceable bins must be presented in exchange for replacement bros. Replacement of bins due to loss or negligence oflhe resideutial unit, to be paid for by the customer at a cost of $5.00 per bin. Bins nlusl remain with the residential unit regardless of change of unit ownership. Standard Coutainer Fees: Each residential uuil is provided an initial conlaiuer at no charge to the unit owner. Containers will mmaiu with the residential unit regardless of change iu unit ownership. Replacerecur of cootainers due to normal wear will be provided by the £rancbisee. Unserviceable containers must be presented for exchange, Replacemen! of conlainers due 10 loss or negligence or the residential unit will be paid by the customer in an amount equal to the franctfisee's cost for the conlainer, plus a $5.00 delivery fee. Each 120 1 customer is entitled to one cbange of comaiuer size at no additional cost. A delivery charge of $5.00 will be paid by the customer for additional changes in container size. Cuslomers requesting an additional container will pay an amount equal to the franchisee's cost, plus a $5.00 delivery fee. A fee of $1.00 has been added to the Residential Colleclion aud Disposal Fee for District One to cover the cost of carts that have been stolen. Driveway Repair Costs A fee orS1.00 has been added to the District One Residential Collection and Disposal Fee to cover the costs of repairs to cuslomers' driveways caused by collection Imcks having to back-up on driveways in order to turn around. COMMERCIAL COLLECTION AND DISPOSAL FEES Service Area Nmnber One: - Mandatory multi-family recycling collection fee is $.92 per-unit per-month. Service Area Number Two: - Mandalory inulli-family recycling collection fee is $.95 per-nnit per-month. Commercial Disposal Fee: Scc Attached Schedules (4 pages) - Attachment No. 1 SECTION 3: The effective date of this Resolution shall be October 1, 2000. This Resolutioo adopied this 26th day of September, 2000 aher motion, second and majority vote. ATTEST: DWIGHT E. BROCK, CLERK By: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: TIMOTHY J. CONSTANTINE CHAIRMAN Approved as to form and legal snff~cieucy: David C.'Wdgel, County AIlorney Altachment No. 1 Page I of 4 EFFECTIVE DATE 10/1/00 SIZE FREQ. PER WEEK RATE SCHEDULE FOR SERVICE AREA NO. 1 WASTE MANAGEMENT OF COLLIER COUNTY~ INC. BULK CONTAINER COMMERCIAL RATES RATE PER MONTH COLLECTION DISPOSAL TOTAL EXTRA CONT. ~SERV. 2 CU. YD. 1 71.43 13.38 84.81 2 114.73 26.75 141.48 3 1511.75 40.12 190.87 4 216.05 53.50 269.55 5 225.18 66.87 292.05 6 263.63 80.24 343.87 4 CU. YD. 1 91.55 26.75 118.30 2 169.66 53.50 223.16 3 225.78 80.24 306.02 4 292.89 107.00 399.89 5 355.14 133.73 488.87 6 430.79 160.47 591.26 6 CU. YD. I 132.41 40.12 172.53 2 209.92 80,24 290.16 3 325.25 120,36 445.61 4 397.85 160.47 558.32 5 514.39 200.61 715.00 6 597.97 240.71 838.68 8 CU. YD. 1 150.15 53.50 203.65 2 268.49 107.00 375.49 3 378.33 160.47 538.80 4 497.89 213.96 711.85 5 606.50 267.47 873.97 6 734.62 320.95 1,/)55.57 18.48 PER PICKUP 36.93 PER PICKUP 55.39 PER PICKLIp 73.85 PER PICKUP Restart Fee: $61.04 Attachment No. 1 EFFECTIVE DATE 10/1/00 FREQ. PER WEEK RATE SCHEDULE FOR SERVICE AREA NO. 1 WASTE MANAGEMENT OF COLLIER COUNTY~ INC. BULK COMPACTOR COMMERCIAL RATES RATE PER MONTH COLLECTION DISPOSAL TOTAL 2 CU. YD. 1 125.11 73.54 198.65 2 194.25 147.13 341 3 318.93 220.66 539.59 4 317.44 294.21 611.65 5 316.91 367.80 684.71 6 380.07 441.32 821.39 4 CU. YD. 1 221.35 147.13 368.48 2 399.41 294.2l 693.62 3 539.94 441.32 981.26 4 682.00 588.45 1,270.45 5 823.51 735.52 1,559.03 6 966.85 882.65 1,849.50 6 CU. YD. I 322.77 220.66 543.43 2 465.49 441.32 9(/6.8l 3 751.23 661.99 1,413.22 4 876.48 882.65 1,759.13 5 1,175.94 1,103.30 2,279.24 6 1,395.22 1,323.96 2,719.18 8 CU. YD. I 351.89 294.21 646.10 2 596.18 588.45 1,184.63 3 839.39 882.65 1,722.04 4 1.084.16 1,176.85 2,261.01 5 1,327.18 1,471.09 2,798.27 6 1,573.28 1,765.30 3,338.58 EXTRA CONT, SERV. 52.09 PER PICKUP 79.74 PER PICKUP 119.60 PER PICKUP 147.24 PER PICKLIp Restart Fee: $61.04 Attachment No. 1 Page 3 of 4 EFFECTIVE DATE 10/1/00 E.E__QUI PMENT SIZE 20 CUBIC YARD 3O CUBIC YARDS 40 CUBIC YARDS COMPACTOR RATE SCHEDULE FOR SERVICE AREA NO. 1 WASTE MANAGEMENT OF COLLIER COUNTY~ INC. ROLL-OFF SERVICE - REGULAR COMMERCIAL CUSTOMERS MONTHLY EQUIPMENT CHARGE $ 91.58/CONTAINER $103.78/CONTAINER $115.98/CONTAINER VARIES WITH EQUIPMENT HAUL CHARGE $91.58 - 144.75/LOAD* $91.58 - 144.75/LOAD* $91,58 - 144.75/LOAD* $213.65/LOAD *Varies depending on distance from disposal site. Roll-off rates do not include disposal charges. Reinstatement charge for suspended service due to non-payment - $61.04 per suspension. Recreational vehicle parks, mobile home parks and mobile home subdivisions that contract to receive curbside service shall pay the commercial standard container rate multiplied by the number of rented or individually-owned recreational vehicles or mobile homes within such park(s) or subdivisions. Attachment No. 1 Page 4 of 4 l i EFFECTIVE DATE 10/1/00 RATE SCHEDULE FOR SERVICE AREA NO. 2 IMMOKALEE DISPOSAL SERVICE COMPANY BULK CONTAINER COMMERCIAL RATES SIZE 2 CU. YD. 4 CU. YD. 6 CU. YD. FREQ. PER WEEK RATE PER MONTtt COLLECTION DISPOSAL TOTAL I 54.94 13.02 67.96 2 107.44 26.03 133.47 3 134.30 39.04 173.34 4 164.81 52.06 216.87 5 189.22 65.07 254.29 6 20754 78.08 285.62 I 85.48 26.03 111.51 2 158.72 52.06 210.78 3 225.84 78.08 303.92 4 286.87 104.12 390.99 5 341.8(I 130.13 471.93 6 390.64 156.15 546.79 I 152.61 39,(14 191.65 2 225,84 78.08 303.92 3 292.98 117.12 410.10 4 354,111 156.15 510.16 5 408.95 195.20 604.15 6 457.76 234.22 691.98 EXTRACONT. SERV. 19.03 PER PICKUP 38.02 PER PICKUP 57.04 PER PICKLIp Restart Fee: $61.04 Ellie J. Hoffman TO: Subject: PAPERRELL@NAPLESN EWS.COM Solid Waste Collection and Disposal Rates 12C 1 1 FAX TO: LOCATI'ON: FAX NO.: COMMENTS: Pam Perrell Naples Daily News 263-4703 Public Hearing Notice to consider Solid Waste Collection and Disposal Rates FROM: LOCATTON: FAX NO: PHONE NO: Ellie Hoffman Minutes & Records COLLIER COUNTY COURTHOUSE (941) 774-8408 (941) 774-8406 DATE SENT: TIME SENT: # OF PAGES: 9/8/2000 8:45 A.M, (~[ncluding cover) 7 September 7, 2000 Ms. Pam Pertell Naples Daily News 1075 Central Avenue Naples, FL 34102 Re: Notice of Public Hearing to Consider Solid Waste Collection and Disposal Rates Dear Pam: Please advertise the above referenced petition on Friday, Septmm~er 15, 2000 and kindly send the Affidavit of Publication, in duplicate, together with charges involved to this office. Thank you. Sincerely, Ellie Hoffman, Deputy Clerk Enclosure Charge to: Account 470-173410-649110 12C NOTICE Notice is hereby given that the Board of County Commissioners of Collier County, on Tuesday, September 26, 2000, at 9:00AM, in the Boardroom, 3~d Floor, Administration Building, Collier County Government Center, 3301 East Tamiami Trail, Naples, Florida, will consider a Resolution to adjust SOLID WASTE COLLECTION AND DISPOSAL RATES Subject to Board approval, the effective date for the new rates will be OCTOBER 1, 2000 LANDFILL TIPPING FEES Mixed loads of biomass (land clearing, plant trimmings, and grass cuttings) and other waste shall not be accepted. Present Proposed Category FY99/00 Rates FY 00/01 Rates General Wastes Special Wastes C&D Tires/8 pieces Whole Tires Car/truck tires 15" or smaller Car/truck tires 16" or larger Biomass Processed Biomass 2" or less Clean Fill less than 6" in size Clean Fill greater than 6" in size Special Waste I Special Waste II Special Waste IlI $27.07 per ton $22.62 per ton $27.07 per ton $92.03 per ton $1.00 per tire $4.00 per tire $19.94 per ton $ 9.97 per ton No Charge $4.33 per ton $135.33/incident plus 2X applicable base rate Two times applicable base rate $10.83 per item $28.03 per ton $23.42 per ton $28.03 per ton $95.29 per ton No Change No Change $20.65 per ton $10.32 per ton No Charge $4.48 per ton $140.13/incident plus 2X applicable base rate Two times applicable base rate* $11.22 per item *2 times applicable base rate except sludge at $21.50/ton for Collier County Utilities. 1 TRANSFER STATION RATES: $4.25/use/automobiles and station wagons both full-size and compact (less than cubic yard) $8.50/cubic yard/trucks, trailers, vans (volume rounded to nearest yard) {more than '/~ cubic yard) Car or truck tires: $4.00/tire 16" or larger rim size Car or truck tires: $1.00/tire 15" or smaller rim size LOAD ROUNDED TO FULL CUBIC YARD There will be NO CHANGE in rates from the previous year. Recyclable materials will continue to be accepted at no charge, Waiver of Fees for Litter and Clean-Up Projects Waiver of disposal fees for community and neighborhood clean-ups and right-of-way clean-ups by volunteers or County agencies requested in advance may be approved by the County Administrator or his designee. RESIDENTIAL COLLECTION AND DISPOSAL FEES (Includes Collection of Recyclables) Service Area Number One - Waste Management of Collier County, Inc. Curbside Twice/Week Present Rate Proposed Rate Collection $ 78.03 Collection $ 78.03 Disposal 31.67 Disposal 35.17 Annual Fee $109.70 Cart Replacement 1.00 Driveway Repair 1.00 Annual Fee $115.20 Special Request Backdoor Service - Service Area Number One: $350.00 per year in addition to the annual assessment for the unit. Service Area Number Two - Immokalee Disposal Company Curbside Twice/Week Present Rate Proposed Rate Collection $ 80.59 $ 80.59 Disposal 31.67 35.17 Annual Fee $112.26 $115.76 Backyard Twice/Week Present Rate proposed Rate Collection $107.43 $107.43 Disposal 31.67 35.17 Annual Fee $139.10 $142.60 Recycling Bin Fees: Each residential unit is provided an initial bin at no charge by the County. Replacement of bins due to normal wear will be provided by the Franchisee at no charge to the residential unit. Unserviceable bins must be presented in exchange for replacement bins. Replacement of bins due to loss or negligence of the residential unit, to be paid for by the customer at a cost of $5.00 per bin. Bins must remain with the residential uff~t regardless of unit ownership. ipsc 1 ' Standard Container Fees: Each residential unit is provided an initial container at no charge to the unit owner. Containers will remain with the residential unit regardless of change in unit ownership. Replacement of containers due to normal wear will be provided by the franchisee. Unserviceable containers must be presented for exchange. Replacement of containers due to loss or negligence of the residential unit will be paid by the customer in an amount equal to the franchisee's cost for the container, plus a $5.00 delivery fee. Each customer is entitled to one change of container size at no additional cost. A delivery charge of $5.00 will be paid by the customer for additional changes in container size. Customers requesting an additional container will pay an amount equal to the franchisee's cost, plus a $5.00 delivery fee. A fee of $1.00 has been added to the Residential Collection and Disposal Fee for District One to cover the cost of carts that have been stolen. Driveway Repair Costs A fee of $1.00 has been added to the District One Residential Collection and Disposal Fee to cover the costs of repairs to customers' driveways caused by collection trucks having to back-up on driveways in order to turn around. Commercial Collection and Disposal Fees: Service Area Number One - Mandatory multi-family recycling collection fee is $ 92 per-unit-per-month Service Area Number Two -Mandatory multi-family recycling collection fee is $.95 per-unit-per-month. Commercial Disposal Fee - Fee schedules listed below. EFFECTIVE DATE 10/1/00 RATE PER MONTH SIZE 2CU. YD. 4CU, YD. RATE SCHEDULE FOR SERVICE AREA NO. 1 WASTE MANAGEMENT OF COLLIER COUNTY~ INC. BULK CONTAINER COMMERCIAL RATES FREQ. PER COLLECTION DISPOSAL TOTAL EXTRA CONT. WEEK SERV. I 71.43 13.38 84.81 2 114.73 26.75 141.48 3 150.75 40.12 190.87 18.48 4 216.05 53.50 269.55 PER PICKUP 5 225.18 66.87 292.05 6 263.63 80.24 343.87 1 91.55 26.75 118.30 2 169.66 53.50 223.16 3 225.78 80.24 306.02 36~93 4 292.89 107.00 399.89 PER PICKUP 5 355.14 133.73 488.87 6 430.79 160.47 591.26 6 CU. Y D. 1 132.41 40.12 172.53 2 209.92 80.24 290.16 3 325.25 120.36 445~61 4 397.85 160.47 558.32 5 514.39 200.61 715.00 6 597.97 240.71 838.68 8 CU. YD. I 150.15 53.50 203.65 2 268.49 107.00 375.49 3 378.33 160.47 538.80 4 497.89 213.96 711.85 5 606.50 267.47 873.97 6 734.62 320.95 1,055.57 Resta Fee: $61.04 55.39 PER PICKUP 73.85 PER PICKUP EFFECTIVE DATE 10/1/00 RATE PER MONTH RATE SCHEDULE FOR SERVICE AREA NO. 1 WASTE MANAGEMENT OF COLLIER COUNTY~ INC. BULK COMPACTOR COMMERCIAL RATES SIZE FREQ. PER COLLECTION DISPOSAL TOTAL EXTRA CONT. WEEK SERV. 2 CU. YD. 1 125.11 73.54 198.65 2 194.25 147.13 341.38 3 318.93 220.66 539.59 52.09 4 317.44 294.21 611.65 PER PICKLIP 5 316.91 367.80 684.71 6 380.07 441.32 821.39 4CU. YD. I 221.35 147.13 368.48 2 399.41 294.21 693.62 3 539.94 441.32 981.26 79.74 4 682.00 588.45 1,270.45 PER PICKUP 5 823.51 735.52 1,559.03 6 966.85 882.65 1,849.50 6 CU. YD. I 322.77 220.66 543.43 2 465.49 441.32 906.81 3 751.23 661.99 1,413.22 119.60 4 876.48 882.65 1,759.13 PERPICKUP 5 1,175.94 1,103.30 2,279.24 6 1,395.22 1,323.96 2,719.18 8 CU. YD. I 351.89 294.21 646.10 2 596.18 588.45 1,184.63 3 839.39 882.65 1~722.04 147.24 4 1.084.16 1,176.85 2,261.01 PER PICKUP 5 1,327.18 1,471.09 2,798.27 6 1,573.28 1,765.30 3,338.58 Resta Fee: $61.04 EFFECTIVE DATE RATE SCHEDULE FOR SERVICE AREA NO. ! 10/1/00 WASTE MANAGEMENT OF COLLIER COUNTY~ INC. ROLL-OFF SERVICE - REGULAR COMMERCIAL CUSTOMERS MONTHLY EQUIPMENT EQUIPMENT SIZE CHARGE HAUL CHARGE 20 CUBIC YARD $ 91.58/CONTAINER 30 CUBIC YARDS $103.78/CONTAINER 40 CUBIC YARDS $115.98/CONTAINER COMPACTOR VARIES WITH EQUIPMENT *Varies depending on distance from disposal site. Roll-offrates do not include disposal charges. Reinstatement charge for suspended service due to non-payment - $61.04 per suspension. Recreational vehicle parks, mobile home parks and mobile home subdivisions that contract to receive curbside service shall pay the commercial standard container rate multiplied by the number of rented or individually-owned recreational vehicles or mobile homes within such park(s) or subdivisions. $91.58 - 144.75/LOAD* $91.58- 144.75/LOAD* $91.58- 144.75/LOAD* $213.65/LOAD 1 EFFECTIVE DATE 10/1/00 RATE SCHEDULE FOR SERVICE AREA NO. 2 1MMOKALEE DISPOSAL SERVICE COMPANY BULK CONTAINER COMMERCIAL RATES RATE PER MONTH SIZE FREQ. PER COLLECTION DISPOSAL TOTAL EXTRA CONT. WEEK SERV. 2 CU. YD. I 54.94 13.02 67.96 2 107.44 26.03 133.47 3 134.30 39.04 173.34 19.03 4 164.81 52.06 216.87 PER PICKUP 5 189.22 65.07 254.29 6 207.54 78.08 285.62 4 CU. YD. I 85.48 26.03 111.51 2 158.72 52.06 210.78 3 225.84 78.08 303.92 38.02 4 286.87 104.12 390.99 PER PICKUP 5 341.80 130.13 471.93 6 390.64 156.15 546.79 6 CU. YD. I 152.61 39.04 191.65 2 225.84 78.08 303.92 3 292.98 117.12 410.10 57.04 4 354.01 156.15 510.16 PER PICKUP 5 408.95 195.20 604.15 6 457.76 234.22 691.98 Restart Fee: $61.04 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA TIMOTHY J. DWIGHT E. By: CONSTANTINE, CHAIRMAN BROCK, CLERK /s/Ellie Hoffman, Deputy Clerk (SEAL) Ellie J. Hoffman From: Sent: To: Subject: System Administrator [postmaster@scripps.com] Friday, September 08, 2000 11:14 AM Ellie. Hoffman@clerk.collier.fi.us Delivered: Solid Waste Collection and Disposal Rates Solid Waste Collection and D[~... <<Solid Waste Collection and Disposal Rates>> Your message To: 'PAPERRELL@NAPLESNEWS.COM' Subject: Solid Waste Collection and Disposal Rates Sent: Fri, 8 Sep 2000 11:12:16-0400 was delivered to the following recipient(s): Perrell, Pamela on Fri, 8 Sep 2000 11:15:32 -0400 MSEXCH:MSExchangeMTA:NDDM02:NDNT01 1 1 12C 1 NAPLES DAILY NEWS Affidavit of Publication State of Florida Coun~ of Collier Before ~c ~d~si~d ~ sere as ~ an~ofiW, p~ly append ~gela B~L who on oa~ says ~t ~ Naples D~ly, a ~y new~a~r publi~ed m Naples, Collier Co~, HotlY; ~but~ ~ Colh~ ~d Lee ofFlo~; ~t ~e a~ch~ copy of ~e adve~s~g, ~ing in the matter of PUBLIC NOTICE was published in said newspaper 1 time in the issue on S~tember 15, 2000. ( SignatJure of affiant) Sworn to and subscribed before me this 15th dayof Septemir, 2000 (Signature o{ ~tary public) RESOLUTION No. 2000-345 RESOLUTION SUPERSEDING RESOLUTION 99-383 AND ESTABLISHING THE FEES TO BE CHARGED FOR USE OF COLLIER COUNTY SOLID WASTE FACILITIES PURSUANT TO COLLIER COUNTY ORDINANCE NO. 84-31. WHEREAS, The Board of County Commissioners through County Ordinance No. 84-31 has implemented the user fee system for solid waste to all public and private users. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that SECTION I: Resolution No. 99-383 is hereby superseded in its entirety. SECTION 2: The following fee schedule is approved for all users of the Collier County Solid Waste facilities: Landfill Fees: All fees are based on certified scale weight, per cubic yard fee, or per tire fee. No rounding. Mixed loads of biomass (land clearing, plant trimmings and grass cuttings) and other waste shall not be accepted. General Wastes: $28.03/ton Special Wastes: $23.42/ton for Construction/Demolition Debris. $28.03/ton for tires cut into 8 equal pieces. $95.29/ton for whole tires. Car or truck tires: $4.00/tire 16" or larger size (no change). Car or truck tires: $1.00/tire 15"or smaller size (no change). Large tractor or heavy equipment tires on per ton basis only. $20.65/ton for Biomass. $10.32/ton for processed Biomass 2" or less in size. No charge for clean fill material suitable as daily cover less than 6 inches in size. $4.48/ton for clean material suitable for use as backfill greater than 6 inches in size. Definitions of Special Wastes: Special Waste 1: Difficult-to-handle material requiring pre-acceptance site preparation (example: asbestos, ash, powders). $140.13/incident, plus 2 times applicable base rate. Special Waste lI: Waste requiring special acceptance procedures, but no special site preparation. Two times applicable base rate, except sludge @ $21.50/ton for Collier County Utilities. Special Waste Ill: Wastes that are prohibited by law or regulation for the landfill, but are deposited at Landfill working area and must be removed by contractor (example: whole tires, white goods, lead-acid batteries) $11.22 per item. Transfer Station Fees (No change from FY99 Rates): $4.25/use/automobiles and station wagons both full-size and compacts (less than Vz cubic yard) $8.50/cubic yard/trucks, trailers, vans (volume rounded to nearest yard) (more than ¥2 cubic yard) Car or truck tires: $4.00/tire 16" or larger rim size. Car or truck tires: $1.00/tire 15" or smaller rim size. Large tractor or heavy equipment tires accepted only at landfill. 12C WAIVER OF FEES FOR LITTER AND CLEAN-UP PROJECTS Waiver of disposal fees for community end neighborhood clean-ups and right-of-way cleen-ups by volunteers or County agencies requested in advance may be approved by the County Administrator or his designee. RESIDENTIAL COLLECTION AND DISPOSAL FEES (Includes Collection of Rec¥clables) Service Area Number One: Curbside Twice/week Collection Fee $ 78.03 +Disposal Fee 35.17 +Cart Replacement 1.00 -Annual Fee $114.20 Special Request Backdoor Service - Service Area Number One: $350.00 per year in addition to the ennual assessment for the unit. Service Area Number Two: Curbside Backyard Twice/week Twice/week Collection Fee $ 80.59 $107.43 +Disposal Fee 35.17 35.17 Annual Fee $115.76 $142.60 Recycling Bin Fees: Each residential unit is provided en initial bin at no charge by the County. Replacement of bins due to normal wear will be provided by the Franchisee at no charge to the residential unit. Unserviceable bins must be presented in exchange for replacement bins. Replacement of bins due to loss or negligence of the residential unit, to be paid for by the customer at a cost of $5.00 per bin. Bins must remain with the residential unit regardless ofchenge of unit ownership. Standard Container Fees: Each residential unit is provided an initial container at no charge to the unit owner. Containers will remain with the residential unit regardless of change in unit ownership. Replacement &containers due to normal wear will be provided by the franchisee. Unserviceable containers must be presented for exchange. Replacement of containers due to loss or negligence of the residential unit will be paid by the customer in an amount equal to the frenchisee's cost for the container, plus a $5.00 delivery fee. Each customer is entitled to one change of container size at no additional cost. A delivery charge of $5.00 will be paid by the customer for additional changes in container size. Customers requesting an additional container will pay an amount equal to the franchisee's cost, plus a $5.00 delivery fee. A fee of $1.00 has been added to the Residential Collection and Disposal Fee for District One to cover the cost of carts that have been stolen. Driveway Repair Costs A fee of $1.00 has been added to the District One Residential Collection and Disposal Fee to cover the costs of repairs to customers' driveways caused by collection trucks having to back-up on driveways in order to turn around. COMMERCIAL COLLECTION AND DISPOSAL FEES Service Area Number One: - Mandato~ multi-family recycling collection fee is $.92 per-unit per-month. Service Area Number Two: - Mandatory muir-family recycling collection fee is $.95 per-uff~t per-month. Commercial Disposal Fee: See Attached Schedules (4 pages) - Attachment No. 1 SECTION 3: The effective date of this Resolution shall be October 1, 2000. This Resolution adopted this 26th day of September, 2000 after motion, second and majority vote. Approved as to form and legal sufficiency: BOARD OF~,,~o'~O~M I S S IONE RS 12g I Attachment No. 1 Pagel of 4 EFFECTIVE DATE 10/1/00 SIZE FREQ. PER WEEK RATE SCHEDULE FOR SERVICE AREA NO. 1 WASTE MANAGEMENT OF COLLIER COUNTY~ INC. BULK CONTAINER COMMERCIAL RATES RATE PER MONTH COLLECTION DISPOSAL TOTAL 2 CU. YD. 1 71.43 13.38 84.81 2 114.73 26.75 141.48 3 t50.75 40.12 190.87 4 216.05 53.50 269.55 5 225.18 66.87 292.05 6 263.63 80.24 343.87 4 CU. YD. I 91.55 26.75 11830 2 169.66 53.50 223.16 3 225.78 80.24 306.02 4 292.89 107.00 399.89 5 355.14 133.73 488.87 6 430.79 160.47 591.26 6 CU. YD. I 132.41 40.12 172.53 2 209.92 80.24 290.16 3 325.25 120.36 445.61 4 397.85 160.47 558.32 5 514.39 200.61 715.00 6 597.97 240.71 838.68 8 CU. YD. I 150.15 53.50 203.65 2 268.49 107.00 375.49 3 378.33 160.47 538.80 4 497.89 213.96 711.85 5 606.50 267.47 873.97 6 734.62 320.95 1,055.57 EXTRACONT. SERV. 18.48 PER PICKUP 36.93 PER PICKUP 55.39 PER PICKUP 73.85 PER PICKUP Restart Fee: $61.04 Attachment No. I Page 2 of 4 EFFECTIVE DATE I~1~0 SIZE FREQ. PER WEEK RATE SCHEDULE FOR SERVICE AREA NO. I WASTE MANAGEMENT OF COLLIER COUNTY, INC. BULK COMPACTOR COMMERCIAL RATES RATE PER MONTH COLLECTION DISPOSAL TOTAL 2 CU. YD. 1 125.11 73.54 198.65 2 194.25 147.13 341.38 3 318.93 220.66 539.59 4 317.44 294.21 611.65 5 316.91 367.80 684.71 6 380.07 441.32 821.39 4CU. YD. 1 221.35 147.13 368.48 2 399.41 294.2~ 693.62 3 539.94 441.32 981.26 4 682.00 588.45 1,270.45 5 823.51 735.52 1,559.03 6 966.85 882.65 1,849.50 6 CU. YD. 1 322.77 220.66 543.43 2 465.49 441.32 906.81 3 751.23 661.99 1,4t3.22 4 876.48 882.65 1,759.13 5 1,175.94 1,103.30 2,279.24 6 1,395.22 1,323.96 2,719.18 8 CU. YD. I 351.89 294.21 646.10 2 596.18 588.45 1,184.63 3 839.39 882.65 1,722.04 4 1.084.16 1,176.85 2,261.01 5 1,327.18 1,471.09 2,798.27 6 1,573.28 1,765.30 3,338.58 EXTRACONT. SERV. 52.09 PER PICKUP 79.74 PER PICKUP 119.60 PER PICKUP 147.24 PER PICKUP Restart Fee: $61.04 12C 1 Attachment No. 1 Page 3 of 4 EFFECTIVE DATE 10/I/00 RATE SCHEDULE FOR SERVICE AREA NO. 1 WASTE MANAGEMENT OF COLLIER COUNTY~ 1NC. ROLL-OFF SERVICE - REGULAR COMMERCIAL CUSTOMERS EQUIPMENT SIZE 20 CUBIC YARD 30 CUBIC YARDS 40 CUBIC YARDS COMPACTOR MONTHLY EQUIPMENT CHARGE $ 91.58/CONTAINER $103.78/CONTAINER $115.98/CONTAINER VARIES WITH EQUIPMENT HAUL CHARGE $91.58 - 144.75/LOAD* $91.58- 144.75/LOAD* $91.58- 144.75/LOAD* $213.65/LOAD *Varies depending on distance from disposal site. Roll-offrates do not include disposal charges. Reinstatement charge for suspended service due to non-payment - $61.04 per suspension. Recreational vehicle parks, mobile home parks and mobile home subdivisions that contract to receive curbside service shall pay the commercial standard container rate multiplied by the number of rented or individually-owned recreational vehicles or mobile homes within such park(s) or subdivisions. 12C I Attachment No. 1 Page 4 of 4 EFFECTIVE DATE 10/I/00 RATE SCHEDULE FOR SERVICE AREA NO. 2 IMMOKALEE DISPOSAL SERVICE COMPANY BULK CONTAINER COMMERCIAL RATES SIZE 2 CU. YD. 4 CU. YD. 6 CU. YD. FREQ. PER WEEK RATE PER MONTH COLLECTION DISPOSAL TOTAL 1 54.94 13.02 67.96 2 107.44 26.03 133.47 3 134.30 39.04 173.34 4 164.81 52.06 216.87 5 189.22 65.07 254.29 6 207.54 78.08 285.62 1 85.48 26.03 lll.51 2 158.72 52.06 210.78 3 225.84 78.08 303.92 4 286.87 104.12 390.99 5 341.80 130.13 471.93 6 390.64 156.15 546.79 I 152.61 39.04 191.65 2 225.84 78.08 303.92 3 292.98 117. t2 410.10 4 354.01 156.15 510.16 5 408.95 195.20 604.15 6 457.76 234.22 691.98 EXTRACONT. SERV. 19.03 PER PICKUP 38.02 PER PICKUP 57.04 PER PICKUP Restart Fee: $61.04 COLLIER COUNTY FLORIDA REQUEST FOR LEGAL ADVERTISING OF PUBLIC HEARliNGS To: Clerk to the Board: Please place the following as a: Xf'"] Normal legal Advertisement [] Other: (Display Adv., location, etc.) Originating DeplJ Div: Water- Public Utilities Person: Pamela Libby Date: 8/28/00 Petition No. (If none, give brief description): Petitioner: (Name & Address): Name & Address of any person(s) to be notified by Clerk's Office: (If more space is needed, attach separate sheet) Heanng before x BCC BZA Other Requested Hearing date: (Based on advertisement appe ~ before hean~ Newspaper(s) to be used: (Complete only if important): x[-[ Naples Daily News [] Other X['"'] Legally Required Proposed Text: (Include legal description & common location & Size: See attached. List Attachments: Companion petition(s), if any & proposed hearing date: Does Petition Fee include advertising cost? x[-] Yes [] No If Yes, what account shonld be charged for advertising costs: 408- 253212 Date DISTRIBUTION INSTRUCTIONS A. For hearings before BCC or BZA: Initiating person to complete one coy and obtain Division Head approval before submitting to County Manager. Note: If legal document is involved, be sure that any necessary legal review, or request for same, is submitted to County Attorney before submitting to County Manager. The Manager's office will distribute copies: [] County Manager agenda file: to Clerk's Office [] Requesfing Division [] Original B. Other hearings: Initiating Division head to approve and submit original to Clerk's Office, retaining a copy. for file. cm ,s ONLY:, Date Received: ~/~/~ Date ofPublic hearing: Date Advertised:. ORDINANCE NO. 2000- THE COLLIER COUNTY WATER IRRIGATION ORDINANCE, TO PROHIBIT MOST WATER IRRIGATION EACH DAY BETWEEN THE HOURS OF 9:00 A.M. AND 5:00 P.M. WITHIN THE BOUNDARIES OF THE COLLIER COUNTY WATER/SEWER DISTRICT AND WITHIN THE BOUNDARIES OF THE GOODLAND WATER DISTRICT; ALSO WITHIN OTHER GEOGRAPHIC AREAS OF UNINCORPORATED COLLIER COUNTY IF, WHEN, AND TO THE EXTENT TItAT THE RESPECTIVE AREA IS DESIGNATED AS AN IRRIGATION RESTRICTED AREA BY RESOLUTION OF THE BOARD; PROVIDING PURPOSE, DEFINITIONS, WATER IRRIGATION ' HOURS AND OPERATIONAL PROHIBITIONS; PROVIDING EXEMPTIONS, VARIANCE PROCEDURES AND PENALTIES; PROVIDING FOR CONFLICT AND SEVERABILITY; PROVIDING FOR INCLUSION INTO THE COUNTY'S CODE OF LAWS AND ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, Chapter 125, Florida Statutes, authorizes Boards of County Commissioners to enact regulations deemed by the respective Board to be necessary for the health, safety and welfare of the residents, citizens or visitors of the respective County; and WtlEREAS, the South Florida Water Management District, by its permits conditions, has required each county and municipal government to adopt a local ordinance to regulate day- time water irrigation, and WHEREAS, the rapid growth of Collier County has placed, and continues to place, increasing demands on water resources in Collier County; and WItEREAS, the Board of County Commissioners of Collier County intend to try to ensure continued health, safety, welfare, and quality of life for the existing and future citizens, residents and visitors to Collier County by conserving water resoumes; and WHEREAS, this Ordinance applies only in unincorporated Collier County. NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA, that: SECTION ONE: TITLE AND APPLICABILITY. 1.1 This Ordinance is entitled "The Collier County Water Irrigation Ordinance." This Ordinance shall apply only within unincorporated Collier County. SECTION TWO: FINDINGS. The Board of County Commissioners hereby makes the following findings: 2.1 That irrigation by water during the hours of 9:00 a.m. and 5:00 p.m. increases water loss to evaporation and reduces the beneficial use of water resources; 2.2 That adopting an Ordinance to limit irrigation between 5:00 p.m. and 9:00 a.m. will raise public awareness and promote conservation; and 2.3 That restricting irrigation during the hours of 9:00 a.m. and 5:00 p.m. will not create a hardship on residents of Collier County. SECTION THREE: PURPOSE. 3.1 The primary purpose of this Ordinance is to provide a regulatory framework to assist in conservation of water resources through consistent and uniform use for landscape irrigation in specified geographic areas. SECTION FOUR: DEFINITIONS. The following definitions shall apply throughout this Ordinance: 4.1 Agriculture means the growing of farm products including, but not limited to, sugar cane, vegetables, citrus and other fruits, pasture lands, sod or nursery stock, including, but not limited to, ornamental foliage and greenhouse plants. 4.2 County means Collier County, a political subdivision of the State of Florida, by and through its Board of County Commissioners and as Ex-Officio the Governing Board of the Collier County Water-Sewer District and Goodland Water District. 4.3 Code Enforcement Officer means any authorized agent or employee of the County whose duty it is to enforce most of the County's codes. 4.4 County Water/Sewer District means the service boundaries as established in Collier County Water-Sewer District, Special Act Chapter 88-499, Laws of FIorida, as now or hereafter amended. 4.5 Goodland Water District means the service boundaries as established in Goodland Water District, Ordinance No. 80-43, or its successor ordinance. 4.6 Impervious means land surfaces that do not allow penetration of water, including paved roads, paved sidewalks, paved driveways, paved parking lots, or highly compacted areas, including with shell or with clay. 4.7 Irrigation means the application of water from surface water or ground water sources or aquifers. 4.8 Irrigation Systems means equipment and/or devices which deliver water to landscaping being irrigated including, but not limited to, pipelines, control structures, pipes, ditches, pumping stations, emitters, valves and fittings, but excluding the transfer of water through water management systems from one location to another. 4.9 Person means natural person, public or private corporation, firm, association, joint venture, partnership, municipality, government or governmental agency, political subdivision, and any other entity whatsoever, or any combination of same, jointly or severally. 4.10 Water Resources means surface and groundwater sources and aquifers. 4.11 Water Utility Service means water service provided by a public or private utility. SECTION FIVE: IRRIGATION HOURS; OPERATIONAL PROHIBITIONS. 5. l All water irrigation activities within those areas and boundaries as designated in Section Six, and which are not exempted by Section Seven, shall be restricted to the hours between 5:00 p.m. and 9:00 a.m., seven days each week. Subject to the exceptions specified in 2 12C 2 this Ordinance, irrigation by water in those areas is prohibited between the hours of 9:00 a.m. and 5:00 p.m., seven days each week. 5.2 All water irrigation activities within those areas and boundaries as designated in Section Six, and which are not exe~npted by Section Seven, shall be operated in an efficient manner so as to not allow water to be apElied continuously or primarily to any impervious surface. SECTION SIX: IRRIGATION RESTRICTION AFFECTED AREAS. 6.1 The provisions of this Ordinance shall apply immediately on its effective date to landscape irrigation within the boundaries of the Collier County Water/Sewer District and within the boundaries of the Goodland Water District. 6.2 This Ordinance shall hereafter be applicable to other geographic areas of unincorporated Collier County if and when the respective geographic area is classified, by Resolution(s) adopted by the Board of County Commissioners after public hearing, as a water irrigation restricted area, which may include areas served by private utility water service. SECTION SEVEN: EXEMPTIONS; VARIANCES. 7.1 The following activities are exempt from all provisions of this Ordinance: 7.1.1 Landscape irrigation by hand watering using only a self-canceling nozzle. 7.1,2 Landscape irhgation from which the water source is only treated wastewater effluent, 7. l.3The short4erm operation of irrigation systems only for system repair and maintenance, which shall be limited to a maximum of 10 minutes per zone per week and there must be a person present and working on the system during each such operation. 7.1.4 Landscape irrigation for purposes of watering in fungicides, insecticides and herbicides as required by the manufacturer of the product, or by federal or Florida law, This exemption, however, applies only to then licensed pest control operators and is limited to the amounts of "watering in" water specified by the manufacturer's recommendations. 7.1.5 For the first ninety (90) days after initial installation, landscape irrigation for the purpose of "watering in" newly planted grass and foliage that constitutes a major portion of the landscaping, 7,1.6. Agricultural irrigation to the extent permitted by a consumptive or water use permit issued by the South Florida Water Management District. 7.2 Any person whose irrigation is affected by this Ordinance may make application to the County Water Director for a variance if strict compliance with this Ordinance will impose a unique, unnecessary and inequitable hardship on such service. Relief may be granted only upon submitted proof that such hardship is peculiar to that person or that affected property, the problem is not self-imposed, and that the granting of the variance would be consistent with the 3 2 general intent and purpose of this Ordinance and the variance is the minimum variance necessary to eliminate the hardship. 7.2.1 The County Water Director is the only person authorized to grant or deny variances for irrigation activities that utilize water provided by the County Water/Sewer District or the Goodland Water District. The Water Director should render a decision on the variance request within ten (10) working days after actual receipt of a complete application. Denial of a variance request may be appealed to the Public Works Administrator within ten (10) days of actual receipt by the applicant of the Water Director's decision on the initial request. 7.2.2 An application for variance, and/or the granting of a variance, shall operate prospectively and shall not affect any then pending enforcement action against the property owner pursuant to the provisions of this Ordinance or otherwise. 7.3 Should the Board of County Commissioners extend the provisions of this Ordinance to any other areas (only in unincorporated Collier County), the County Manager shall designate a County employee who will be responsible to act on behalf of the County to approve, in whole or in part, or to disapprove, variance requests within any such designated area(s). This person may also be the County's Water Director. SECTION EIGHT: PENALTIES. 8.1 Violators of this Ordinance shall be issued a $25.00 citation pursuant to the County's Citation Ordinance. Persons who commit repeat violations may also be punished pursuant to §162.21, Florida Statutes, as a civil infraction with a maximum civil penalty not to exceed five hundred dollars ($500.00). Any person who violates any provision of lhis Ordinance shall also be subject to the County's remedies as authorized in {}125.69, Florida Statutes, and/or Section 1-6 of the County's Code of Ordinances. 8.1.1 Each day (or part thereof) that there is a violation of this Ordinance by the same person or entity shall constitute a separate offense. 8.1.2 All monies collected pursuant to this Ordinance shall be used by the Code Enforcement Department to fund continued and enhanced enforcement of this Ordinance and/or other County Ordinances under its jurisdiction. SECTION NINE: CONFLICT AND SEVERABILITY. The provisions of this Ordinance shall be liberally construed to effectively carry out its purposes in the interest of public health and to protect the water resources of Collier County. If any section, phrase. sentence or portion of this Ordinance is, for any reason, held invalid or unconstitutional by any court of competent jurisdiction, such portion shall be deemed a separate, distinct, and independent provision, and such holding shall not affect the validity of the remaining portions of this Ordinance. 4 SECTION TEN: INCLUSION !N THE CODE OF LAWS AND ORDINANCES. The provisions of this Ordinance shall become and be made a part of the Code of Laws and Ordinances of Collier County, Florida. SECTION ELEVEN: EFFECTIVE DATE. This Ordinance shall become effective upon filing with the Florida Department of State. PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier County, Florida, this day of ,2000. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, CLERK OF COLLIER COUNTY, FLORIDA By: By:. Deputy Clerk Approved as to form and legal sufficiency: Thomas C, Palmer Assistant County Attorney TIMOTHY L. CONSTANTINE, CHAIRMAN 5 12g 2 NOTICE OF PUBLIC HEARING NOTICE OF CONSIDERATION/ADOPTION OF AN ORDINANCE PROVIDING A PROCEDURE FOR THE REGULATION OF IRRIGATION WITHIN THE COLLIER COUNTY AND GOODLAND WATER DISTRICTS. The Board of Collier County Commissioners proposes to adopt an Ordinance relating to the procedures and implementation of an irrigation regulation program. A Public Heating on this Ordinance will be held on TUESDAY, SEPTEMBER 26, 2000, at 9:00 a.m. in the Board of County Commissioners, Meeting Room, 3~a Floor, Harmon Turner Building, Collier County Government Center, 3301 East Tamiami Trail, Naples, Florida. All interested parties are invited to appear and be heard. Copies of the proposed ordinance are available for~public inspection in the Office of the Clerk to the Board, Harmon Turner Building, 4 Floor, Records and Minutes, Collier County Government Center, 3301 East Tamiami Trail, Naples, Florida between the hours o£ 8:00 a.m. and 5:00 p.m., Monday through Friday, excluding holidays. Any questions pertaining to this ordinance should be directed to the Water Director, Water Department Administrative Office, located at the North Regional Water Treatment Plant, 8005 Vanderbilt Beach Road Extension, Naples, Florida. If requested during the Notice period, written comments filed with the Water Director prior to September 25th, 2000 will be read and considered at the public hearing. Ellie J. Hoffman To: Subject: paperrell@naplesnews.com Water Irrigation Ordinance 126 2 120 2 September 7, 2000 Ms. Pam Perrell Naples Daily News 1075 Central Avenue Naples, FL 34102 Re: Notice of Public Hearing to Consider Collier County Water Irrigation Ordinance Dear Pam: Please advertise the above referenced petition on Friday, Septe~%ber 15, 2000 and kindly send the Affidavit of Publication, in duplicate, together with charges involved to this office. Thank you. Sincerely, Ellie Hoffman, Deputy Clerk Enclosure Charge to: Account 408-253212-649110 12g 2. NOTICE OF INTENT TO CONSIDER ORDINANCE Notice is hereby given that on TUESDAY, SEPTEMBER 26, 2000, in the Boardroom, 3ra Floor, Harmon Turner Building, Collier County Government Center, 3301 East Tamiami Trail, Naples, Florida, the Board of County Commissioners will consider the enactment of a County Ordinance. The meeting will commence at 9:00 A.M. The title of the proposed Ordinance is as follows: THE COLLIER COUNTY WATER IRRIGATION ORDINANCE, TO PROHIBIT MOST WATER IRRIGATION EACH DAY BETWEEN THE HOURS OF 9:00 A.M. AND 5:00 P.M. WITHIN THE BOUNDARIES OF THE COLLIER COUNTY WATER/SEWER DISTRICT AND WITHIN THE BOUNDARIES OF THE GOODLAND WATER DISTRICT; ALSO WITHIN OTHER GEOGRAPHIC AREAS OF UNINCORPORATED COLLIER COUNTY IF, WHEN, AND TO THE EXTENT THAT THE RESPECTIVE AREA IS DESIGNATED AS AN IRRIGATION RESTRICTED AREA BY RESOLUTION OF THE BOARD; PROVIDING PURPOSE, DEFINITIONS, WATER IRRIGATION HOURS AND OPERATIONAL PROHIBITIONS; PROVIDING EXEMPTIONS, VARIANCE PROCEDURES AND PENALTIES; PROVIDING FOR CONFLICT AND SEVERABILITY; PROVIDING FOR INCLUSION INTO THE COUNTY'S CODE OF LAWS AND ORDINANCES; PROVIDING AN EFFECTIVE DATE. All interested parties are invited to appear and be heard. Copies of the proposed Ordinance are available for public inspection in the Office of the Clerk to the Board, Harmon Turner Building, 4tn Floor, Minutes and Records, Collier County Government Center, 3301 East Tamiami Trail, Naples, Florida, between the hours of 8:00 A.M. and 5:00 P.M., Monday through Friday, excluding holidays. Any questions pertaining to this ordinance should be directed to the Water Director, Water Department Administrative Office, located at the North Regional Water Treatment Plant, 8005 Vanderbilt Beach Road Extension, Naples, Florida. If requested during the Notice period, written comments filed with the Water Director prior to September 25th, 2000, will be read and considered at the public hearing. NOTE= All persons wishing to speak on any agenda item must register with the County administrator ~rior to presentation of the agenda item to be addressed. Individual speakers will be limited to 5 minutes on any item. The selection of an individual to speak on behalf of an organization or group is encouraged. If recognized by the Chairman, a spokesperson for a group or organization may be allotted 10 minutes to speak on an item. Persons wishing to have written or graphic materials included in the Board agenda packets must submit said material a minimum of 3 weeks prior to the respective public hearing. In any case, written materials intended to be considered by the Board shall be submitted Any person who decides to appeal a decision of the Board will need a record of the proceedings pertaining thereto and therefore, may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is based. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA TIMOTHY J. CONSTANTINE, CHAIRMAN DWIGHT E. BROCK, CLERK By: /s/Ellie Hoffman, Deputy Clerk (SEAL) Ellie J. Hoffman From: Sent: To: Subject: System Administrator [postmaster@scri@ps.com] Friday, September 08, 2000 9:24 AM Ellie. Hoffman@clerk.collier.fi.us Delivered: Water Irrigation Ordinance 12C Water Irrigation Ordinance <<Water Irrigation Ordinance>> Your message To: 'paperrell@naplesnews.com' Subject: Water Irrigation Ordinance Sent: Fri, 8 Sep 2000 09:23:32 -0400 was delivered to the following recipient(s): Perrell, Pamela on Fri, 8 Sep 2000 09:26:03 -0400 MSEXCH:MSExchangeMTA:NDDM02:NDNT0t 12C 2 Naples DatL News Naples, FL ~4102 Affidavit of PubLication Naples Datly News BOARS OF COUNTY CONHISSIONERS ATTN: TONYA PHILLIPS PO BOX 413016 NAPLES FI 34101-3016 REFERENCE: 001230 4082532126691 WATER IRR. ORO. NOTI State of FLorida County of Collier Before the undersigned authority, personally appeared Angela Bryant, who on oath says that she serves as Assistant Secretary of the Naples Daily News, a daily newspaper published at Naples, tn Collier County, FLorida: that the attached copy of the advertising was published in said newspaper on dates ltsted. Affiant further says that the said Naples Datly News is a newspaper pubLfshed at Naples, in said CoLIter County, Florida, and that the safd newspaper has heretofore been continuously published in said Collier County, Ftortda, each day and has been entered as second class aaJL matter at the post office tn Naples, ~n said Collier County, FLorida, for a period of 1 year next preceding the first publication of the attached copy of advertisement; and affiant further says that she has neither paid nor promised any person, firs or corporation any discount, rebate, commJssJon or refund for the purpose of securing this adverttsemant for pubL~ction tn the said newspaper. PUBLZSHEO ON: 09/15 AO SPACE: 158.000 INCH FILED ON: 09/15/00 Sworn to and Subscribed before me this~ ~ day of. Per,onally known by ma ~<:~ ~3~.~1 -- ' WATER IRR. ORD. NOTICE OF INTENT TO CONSIDER ORDINANCE Natlce Is hereby given that on TUESOAY, SEP- TE RBER 26, 2000, In "he i Boardroom, 3rd Floor Collier County Govern- Florlda~ the I~ocl~c~ o{ meat of a Count Ordl- TION ORDINANCE, TO PROHIBIT MOST WA-, TER IRRIGATION EACH DAY BETWEEN THE HOURS OF 9:00 .~ept. 15 No. 168109_7 J 1202 ORDINANCE NO. 2000- 6 ]. THE COLLIER COUNTY WATER IRRIGATION ORDINANCE, TO PROHIBIT MOST WATER IRRIGATION EACH DAY BETWEEN THE HOURS OF 9:00 A.M. AND 5:00 P.M. WITHIN THE BOUNDARIES OF THE COLLIER COUNTY WATER/SEWER DISTRICT AND WITHIN THE BOUNDARIES OF THE GOODLAND WATER DISTRICT; ALSO WITHIN OTHER GEOGRAPHIC AREAS OF UNINCORPORATED COLLIER COUNTY IF, WHEN, AND TO THE EXTENT THAT THE RESPECTIVE AREA IS DESIGNATED AS AN IRRIGATION RESTRICTED AREA BY RESOLUTION OF THE BOARD; PROVIDING PURPOSE, DEFINITIONS, WATER IRRIGATION HOURS AND OPERATIONAL PROHIBITIONS; PROVIDING EXEMPTIONS, VARIANCE PROCEDURES AND PENALTIES; PROVIDING FOR CONFLICT AND SEVERABILITY; PROVIDING FOR INCLUSION INTO THE COUNTY'S CODE OF LAWS AND ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, Chapter 125, Florida Statutes, authorizes Boards of County Commissioners to enact regulations deemed by the respective Board to be necessary for the health, safety and welfare of the residents, citizens or visitors of the respective County; and WHEREAS, the South Florida Water Management District, by its permits conditions, has required each county and municipal government to adopt a local ordinance to regulate day- time water irrigation, and WHEREAS, the rapid growth of Collier County has placed, and continues to place, increasing demands on water resources in Collier County; and WHEREAS, the Board of County Commissioners of Collier County intend to try to ensure continued health, safety, welfare, and quality of life for the existing and future citizens, residents and visitors to Collier County by conserving water resources; and WHEREAS, this Ordinance applies only in unincorporated Collier County. NOW, THEREFORE, BE 1T ORDA1NED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA, that: SECTION ONE: TITLE AND APPLICABILITY. 1.1 This Ordinance is entitled "The Collier County Water Inigation Ordinance." This Ordinance shall apply only within unincorporated Collier County. SECTION TWO: FINDINGS. The Board of County Commissioners hereby makes the following findings: 2.1 That irrigation by water during the hours of 9:00 a.m. and 5:00 p.m. increases water loss to evaporation and reduces the beneficial use of water resources; 2.2 That adopting an Ordinance to limit irrigation between 5:00 p.m. and 9:00 a.m. will raise public awareness and promote conservation; and 2.3 That restricting irrigation during the hours of 9:00 a.m. and 5:00 p.m. will not create a hardship on residents of Collier County. 1 SECTION THREE: PURPOSE. 3.1 The primary purpose of this Ordinance is to provide a regulatory framework to assist in conservation of water resources through consistent and uniform use for landscape irrigation in specified geographic areas. SECTION FOUR: DEFINITIONS. The following definitions shall apply throughout this Ordinance: 4.1 Agriculture means the growing of farm products including, but not limited to, sugar cane, vegetables, citrus and other fruits, pasture lands, sod or nursery stock, including, but not limited to, ornamental foliage and greenhouse plants. 4.2 County means Collier County, a political subdivision of the State of Florida, by and through its Board of County Commissioners and as Ex-Officio the Governing Board of the Collier County Water-Sewer District and Goodland Water District. 4.3 Code Enforcement Officer means any authorized agent or employee of the County whose duty it is to enforce most of the County's codes. 4.4 County Water/Sewer District means the service boundaries as established in Collier County Water-Sewer District, Special Act Chapter 88-499, Laws of Florida, as now or hereafter amended. 4.5 Goodland Water District means the service boundaries as established in Goodland Water District, Ordinance No. 80-43, or its successor ordinance. 4.6 Impervious means land surfaces that do not allow penetration of water, including paved roads, paved sidewalks, paved driveways, paved parking lots, or highly compacted areas, including with shell or with clay. 4.7 Irrigation means the application of water from surface water or ground water sources or aquifers. 4.8 Irrigation Systems means equipment and/or devices which deliver water to landscaping being irrigated including, but not limited to, pipelines, control structures, pipes, ditches, pumping stations, emitters, valves and fittings, but excluding the transfer of water through water management systems from one location to another. 4.9 Person means natural person, public or private corporation, firm, association, joint venture, partnership, municipality, government or governmental agency, political subdivision, and any other entity whatsoever, or any combination of same, jointly or severally. 4.10 Water Resources means surface and groundwater sources and aquifers. 4.11 Water Utility Service means water service provided by a public or private utility. SECTION FIVE: IRRIGATION HOURS; OPERATIONAL PROHIBITIONS. 5.1 All water irrigation activities within those areas and boundaries as designated in Section Six, and which are not exempted by Section Seven, shall be restricted to the hours between 5:00 p.m. and 9:00 a.m., seven days each week. Subject to the exceptions specified in 2 this Ordinance, irrigation by water in those areas is prohibited between the hours of 9:00 a.m. and 5:00 p.m., seven days each week. 5.2 All water irrigation activities within those areas and boundaries as designated in Section Six, and which are not exempted by Section Seven, shall be operated in an efficient manner so as to not allow water to be applied continuously or primarily to any impervious surface. SECTION SIX: IRRIGATION RESTRICTION AFFECTED AREAS. 6.1 The provisions of this Ordinance shall apply immediately on its effective date to landscape irrigation within the boundaries of the Collier County Water/Sewer District and within the boundaries of the Goodland Water District. 6.2 This Ordinance shall hereafter be applicable to other geographic areas of unincorporated Collier County if and when the respective geographic area is classified, by Resolution(s) adopted by the Board of County Commissioners after public hearing, as a water irrigation restricted area, which may include areas served by private utility water service. SECTION SEVEN: EXEMPTIONS; VARIANCES. 7.1 The following activities am exempt from all provisions of this Ordinance: 7.1.1Landscape irrigation by hand watering using only a self-canceling nozzle. 7.1.2Landscape irrigation from which the water source is only treated wastewater effluent. 7.1.3The short-term operation of irrigation systems only for system repair and maintenance, which shall be limited to a maximum of 10 minutes per zone per week and there must he a person present and working on the system during each such operation. 7.1.4Landscape irrigation for purposes of watering in fungicides, insecticides and herbicides as required by the manufacturer of the product, or by federal or Florida law. This exemption, however, applies only to then licensed pest control operators and is limited to the amounts of "watering in" water specified by the manufacturer's recommendations. 7.1.5 For the first ninety (90) days after initial installation, landscape irrigation for the purpose of "watering in" newly planted grass and foliage that constitutes a major portion of the landscaping, 7.1.6. Agricultural irrigation to the extent permitted by a consumptive or water use permit issued by the South Florida Water Management District. 7.2 Any person whose irrigation is affected by this Ordinance may make application to the County Water Director for a variance if strict compliance with this Ordinance will impose a unique, unnecessary and inequitable hardship on such service. Relief may be granted only upon submitted proof that such hardship is peculiar to that person or that affected property, the problem is not self-imposed, and that the granting of the variance would be consistent with the 3 general intent and purpose of this Ordinance and the variance is the minimum variance necessary to eliminate the hardship. 7.2.1 The County Water Director is the only person authorized to grant or deny variances for irrigation activities that utilize water provided by the County Water/Sewer District or the Goodland Water District. The Water Director should render a decision on the variance request within ten (10) working days after actual receipt of a complete application. Denial of a variance request may be appealed to the Public Works Administrator within ten (10) days of actual receipt by the applicant of the Water Director's decision on the initial request. 7.2.2An application for variance, and/or the granting of a variance, shall operate prospectively and shall not affect any then pending enforcement action against the property owner pursuant to the provisions of this Ordinance or otherwise. 7.3 Should the Board of County Commissioners extend the provisions of this Ordinance to any other areas (only in unincorporated Collier County), the County Manager shall designate a County employee who will be responsible to act on behalf of the County to approve, in whole or in part, or to disapprove, variance requests within any such designated area(s). This person may also be the County's Water Director. SECTION EIGHT: PENALTIES. 8.1 Violators of this Ordinance shall be issued a $25.00 citation pursuant to the County's Citation Ordinance. Persons who commit repeat violations may also be punished pursuant to §162.21, Florida Statutes, as a civil infraction with a maximum civil penalty not to exceed five hundred dollars ($500.00). Any person who violates any provision of this Ordinance shall also be subject to the County's remedies as authorized in §125.69, Florida Statutes, and/or Section 1-6 of the County's Code of Ordinances. 8.1.1 Each day (or part thereof) that there is a violation of this Ordinance by the same person or entity shall constitute a separate offense. 8.1.2 All monies collected pursuant to this Ordinance shall be used by the Code Enforcement Department to fund continued and enhanced enforcement of this Ordinance and/or other County Ordinances under its jurisdiction. SECTION NINE: CONFLICT AND SEVERABILITY. The provisions of this Ordinance shall be liberally construed to effectively carry out its purposes in the interest of public health and to protect the water resources of Collier County. If any section, phrase, sentence or portion of this Ordinance is, for any reason, held invalid or unconstitutional by any court of competent jurisdiction, such portion shall be deemed a separate, distinct, and independent provision, and such holding shall not affect the validity of the remaining portions of this Ordinance. 4 SECTION TEN: 12C2' INCLUSION !N 'ru4; C(,,,.. E Oi~ LAWS AND ORDINANCES. The provisions of this Ordinance sh::/i become m:d be marie a part of the Code of Laws and Ordinances of Collier County, 151orida. SECTION ELEVEN: EFFECTIVE DATE. This Ordinance shall become effective upon filing with the Florida Department of State. PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier County, Florida, this ~ day of ~;1:~]~, 2000. ATTEST: DWIGHT E.'B~ROCK, CLERK By: Attes~ as to signature onl$. Approved as to form and legal sufficiency: Thomas C. Palmer Assistant County Attorney BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA ~IM T~ L. COl~VANTI~, (~HAiRMAN 5 1202 STATE OF FLORIDA) COUNTY OF COLLIER) I, DWIGHT E. BROCK, Clerk of Courts in and for the Twentieth Judicial Circuit, Collier County, Florida, do hereby certify that the fore9oin9 is a true copy of: ORDIND~NCE NO. 2000-61 Which was adopted by the Board of County Commissioners the 26th day of September, 2000, durin9 Regular Session. on WITNESS my hand and the official seal of the Board of County Commissioners of Collier County, Florida, this 27th day of September, 2000. DWIGHT E. BROCK Clerk of Courts and Clerk ..... : ....... Ex-officio to Board of '~' County Commissioners ,.. By: Karen Schoch, ... Deputy Clerk ' '~, "°~ ...." 3 RESOLUTION NO. 2000- 3 0 5 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, PERTAINING TO THE CITY OF MARCO ISLAND'S PARTICIPATION IN COLLIER COUNTY'S URBAN COUNTY COMMMN1TY DEVELOPMENT BLOCK GRANT AND HOME PROGRAMS FOR FEDERAL FISCAL YEARS 2001-2003; PROVIDING FOR CERTAIN COMMITMENTS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Housing and Community Development act of 1974, as amended, makes provisions whereby counties may enter into cooperation agreements with certain units of government to carry out activities which will be funded from annual HUD Commtmity Development Block Grant Entitlement and HOME program funds; and WHEREAS, Collier County wants the City of Marco Island to participate in Collier County's Urban County CDBG and HOME programs; and WHEREAS, the cooperation of Naples and Collier County is essential for the successful planning and implementation of the HUD Community Development Block Grant and HOME programs under an "Urban County" designation by the U.S. Department of Housing and Urban Development; and WHEREAS, this agreement covers the period necessary to carry out activities which will be funded from appropriations for Federal Fiscal Years 2001-2003 CDBG Entitlement and HOME funds, including any automatic renewal periods. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA: Section 1, The Board of County Commissioners does hereby agree to adopt the Cooperation Agreement with the City of Marco Island for the City to participate in the Community Development Block Grant and HOME programs for Federal Fiscal Years 2001 2003. Section 2. The Chairman is hereby authorized to sign the Cooperation Agreement and this resolution and the Clerk of the Circuit Court to attest to same. BE IT FURTHER RESOLVED that this Resolution be recorded by the Clerk of Courts in the Public Records of Collier County, Florida. 16A } This Resolution adopted this and majority vote favoring stone. ATTEST! ?', DWIGHT ~i:BROCK, CLERK lffp~ty Clerk " g[tes~ as to Chairman's signature ~1~. Approved as to fo~ ~d Patrick G. White Assistant County Attorney _day of~g~r. .2000 after motion, second By: __ BOARD OF COUNTY COMMISSIONERS OF COLLIER,COp'NT¥,iF~LORIDA · ,' LI~ i' l/x~~ ~ TI~-C~FHY J. C~N~ANTINE, C~RMAN COLLIER COUNTY CONTRACT URBAN COUNTY COOPERATION AGREEMENT 16A THIS URBAN COUNTY COOPERATION AGREEMENT, by and between Collier County, a political subdivision of the State of Florida through its Board of County Commissioners of Collier County, Florida (hereinafter referred to as the "County"); and the City of Marco Island, Florida (hereinafter referred to as the "City"). WITNESSETH WHEREAS, the Housing and Community Development Act of 1974, as amended, makes provision whereby counties may enter into cooperation agreements with certain units of government to carry out activities which will be funded from annual Federal Housing and Urban Development (HUD) Community Development Block Grant and HOME program funds; and WHEREAS, the cooperation of the City and County is ESSENTIAL for the successful planning and implementation of the Community Development Block Grant and HOME programs under an "Urban County" designation by the U.S. Department of Housing and Urban Development; and, WHEREAS, the City has opted to be included in the Urban County Program for Federal Fiscal Years 2001-2003. NOW THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS AND PROMISES SET FORTH HEREIN, THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA AND THE CITY OF MARCO ISLAND, FLORIDA AGREE AS FOLLOWS: 3 This Agreement covers the County's and the City's participation during Fiscal Years 2001 through 2003 in the HUD Community Development Block Grant Entitlement and HOME Investment Partnership programs. written notice to participate in a specified in HUD's This Agreement will be automatically renewed at the option of the County for participation in successive three-year qualification periods, unless the County or the City provides the other party that it elects not to new qualification period. By the date Urban County qualification notice for the next qualification period, Collier County will notify the City of Marco Island of its right to be automatically renewed or withdraw from the Urban County. Failure by either party to adopt an amendment to the Agreement incorporating all changes necessary to meet the requirements for cooperation agreements set forth in the Urban County Qualification Notice applicable for a subsequent three-year urban county qualification period, and to submit the amendment to ~UD as provided in the urban county qualification notice, will void the automatic renewal of such qualification period. Neither party may terminate or withdraw from this agreement while it remains in effect. This Agreement will remain in effect until all of the CDBG and HOME funds and income received with respect to this three-year urban county qualification period (and any successive qualification periods) are expended and the correspondingly funded activities have been completed. 16A The County and the City agree to cooperate to undertake, or assist in undertaking, community renewal and lower income housing assistance activities, specifically urban renewal and publicly assisted housing. The County and the City are obligated to take all actions necessary to assure compliance with the County's certification required by Section 104 (b) of Title I of the Housing and Community Development Act of 1974, as amended, including Title VI of the Civil Rights Act of 1964, the Fair Housing Act, Section 109 of Title I of the Housing and Community Development Act of 1974, and other applicable laws. This Agreement prohibits the City's use of Urban County funding for activities, in or in support of the City, that do not affirmatively further fair housing within the City's jurisdiction or that impede the County's actions to comply with its fair housing certification. The City has adopted and is enforcing: a. a policy prohibiting the use of excessive force by law enforcement agencies within its jurisdiction against any individuals engaged in non-violent civil rights demonstrations; and b. a policy of enforcing applicable State and local laws against physically barring entrance to or exit from a facility or location which is the subject of such non- violent civil rights demonstrations within its jurisdiction. Pursuant to 24 CFR 570.501(b), the City is subject to the same requirements applicable to subrecipients, including the 16fi 3' 10. 11. 12. 13. requirements for a written agreement set forth in 24 CFR 570.503. The County has final responsibility for selecting CDBG and HOME activities and annually filing the Final Statements with HUD. The County agrees to provide technical assistance to the City in the planning and implementation of CDBG Entitlement and HOME activities. By executing this cooperation agreement the City expressly understands and agrees that: a. it may not apply for grants under the Small Cities or State CDBG programs from appropriations for fiscal years during the period in which it is participating in the Urban County's CDBG program; b. it may not participate in a HOME consortium except through the urban county, regardless of whether the Urban County receives a HOME formula allocation; and Collier County will reserve $250,000 annually for federal Fiscal Years 2001 through 2003 for eligible uses on Marco Island. If HUD determines that the proposed uses of the funds are not eligible under HUD guidelines, then the City of Marco Island will immediately reimburse the County the amounts determined not to have been properly expended. Any disputes between the City and County regarding managing and administering the CDBG and HOME programs shall be resolved as follows: a. First, the parties shall make a bona fide attempt to resolve the dispute. In the event that the dispute cannot be resolved, the parties shall seek mediation through the mediation program of the Twentieth Judicial Circuit. If mediation is not successful, the parties agree to arbitrate the dispute in accordance with Florida Arbitration Statute, using an arbitrator appointed by the Chief Judge of the Twentieth Judicial Circuit. 16A IN WITNESS WHEREOF, the County and the City have executed this Agreement effective as of the latter date written below. ATTEST: Attest as to Chai~'$ BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA. A POLITICAL SUBDIVISION OF %~E STATE OF FLORIDA By: Timo[h~' J. ~nslt~tine, Chairman Approved as to form and ficiency: Patrick G. White Assistant County Attorney ATTEST: Clerk of Council THE CITY OF MARCO ISLAND COUNTY OF COLLIER FLORIDA. By: C~y ~unc~-i Ch~-~man Approved as to form and legal sufficiency: Ken Cuyler, ~ ~ City of Marco Isla torney 16A 3 LEGAL COLLIER CERTIFICATION BY COUNTY'S COUNSEL As the legal counsel for Collier County, I hereby state that the terms and provisions of this Agreement are fully authorized under State and local law, and that the Agreement provides full legal authority for the County to undertake or assist in undertaking essential community development and housing assistance activities, specifically urban renewal and publicly assisted housing. Pa~rlc G. White, Assistant County Attorney Collier County 6 ? 4 AGREEMENT THIS AGREEMENT is entered into this ~ day of _~. - 2000, by Collier County, Florida, a political subdivision of the State of Florida, through its Board of County Commissioners, hereinafter referred to as the "COUNTY", and the Economic Development Council of Collier County, Inc. a Florida not-for-profit corporation, hereinafter referred to as the "EDC". WlTNESSETH Whereas, the Legislature of the State of Florida, Enterprise Florida and the County determined there is a need to enhance economic activities in the State and Collier County, by retaining, expanding and attracting high wage jobs through economic diversification and development in order to promote a stronger, more balanced, and stable economy; and WHEREAS, to implement this goal the State Legislature has adopted Chapter 159. Florida Statutes, including the Revenue Bond Act of 1953, the Florida Industrial Development Financing Act, and Industrial Development Authorities, Housing Finance Authorities, and Research and Development Authorities; and WHEREAS, the County now £mds and determines that it is in the public interest of the citizens of Collier County to assist the EDC through this contract in the EDC's business diversification program to ~xpand the County's tax base, to expand the employment opportunities of the residents of the County, to ~ncrease economic mobility for residents and thereby reduce the associated burdens placed on local government and the private sector taxpayers; and WHEREAS, the EDC is a private not-for-profit corporation created by the initiative of the private sector business community for the purpose of retaining, expanding and recruiting high wage jobs for Collier County; and WHEREAS, the EDC performs many business diversification activities which are not performed by the County and which are essential to successful business diversification in Collier County; and WHEREAS, the County recognizes that successful business diversification requires confidentiality with respect to the plans, objectives, criteria, and corporate information of business candidates for retention, expansion, and recruitment and that such confidentiality is in the public interest of the citizens of Collier County; and WHEREAS, the County finds that it is essential to the public interest to have an appropriate accounting of the expenditure of public funds, especially by a non-public agency such as the EDC; and WHEREAS, the Legislature of the State of Florida has recognized in Section 812.081, Florida Statutes, and in other provisions of said statutes, the public interest in maintaining certain confidentiality in the business diversification and development process; and WHEREAS, the County finds the EDC is an especially appropriate entity to facilitate business diversification and development in Collier County which includes providing business candidates with the type of confidential assistance which is essential to successful business diversification and development; and WHEREAS, pursuant to the Florida Industrial Development Financing Act, Part II of Chapter 159, Florida Statutes, the County is permitted to issue Industrial Development Revenue Bonds; and WHEREAS, in connection with the performance of its responsibilities, the Industrial Development Authority (IDA) receives, investigates and reviews applications from various parties seeking issuance of such Bonds; and activities described in Summary Budget attached hereto as Exhibit "A". Such reports will contain 4 WHEREAS, the EDC performs certain functions on behalf of the IDA in reviewing, processing and/or presenting such bond applications; providing continuing administration with respect to Bond issues which have been placed; and performing other specified functions; and WHEREAS, it is in the best interest of the County to enter into a contract with the EDC to conduct activities in accordance with the terms and conditions set forth herein; and WHEREAS, the EDC has in the past, and will continue in the future to expend substantial sums from its private sector membership dues to promote economic diversification; and WHEREAS, the business community in Collier County annually pays approximately $590,000.00 to the County in occupational license fees; and WHEREAS, the County has appropriated for the County's fiscal Year 2000/2001 (October 1, 2000 - September 30, 2001), the sum of Four Hundred Thousand and 00/100 ($400,000), to the EDC, to conduct economic diversification and development activities. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows. ARTICLE 1 The County hereby grants to the EDC up to $400,000.00 for the term of the Agreement for the EDC's business diversification and development activities, conducted in cooperation with the County, as described in the Summary Budget attached hereto as Exhibit "A". The EDC shall be paid for its actual cost not to exceed the total amount for various line items and up to the maximum amount budgeted pursuant to the Attached "Exhibit A," subject to the maximum total amount, may be increased or decreased by up to ten percent (10%) at the discretion of the EDC. Adjustment in excess of ten percent (10%) of any line item must be authorized by the County Manager or his designee. The payment of the County's grant shall be made to the EDC in bi- monthly installments, (to be interpreted as twice a month), as expenses are accmed and invoices are received, commencing with the first month of this Agreement. Once said funds are expended, this Agreement will automatically terminate. In no event shall the County pay the EDC more than the appropriated amount of $400,000 dnring the term of this Agreement. The EDC shall, within 30 days following the 18th bi-monthly installment, (to be interpreted as the 9th month) certify the amount of EDC private funds obtained and written commitments received for funds payable during the pending contract year for the previous nine months. The EDC shall on behalf of the County: Establish and maintain staff to process, investigate and review business candidates of firms which will retain, expand and/or create high wage jobs in Collier County. Provide business promotion collateral materials and business assistance services to business candidates. Use its best efforts to obtain high quality supplies and services for use in the performance of these services at the lowest practical costs and shall expend funds in accordance with the Summary Budget attached hereto as Exhibit "A". Furnish the County Manager with a quarterly narrative progress report on the program and activities described in Summary Budget attached hereto as Exhibit "A". Such reports will contain 2 basic statistical information relevant to the economic diversification public/private partnership program and a statement of expenditures made in each budget category and line items identified in the Summary Budget attached hereto as Exhibit "A". Furnish an annual report of expenditures of County funds in such form as the Clerk of Courts will prescribe. This report will be on a fiscal year of October 1 through September 300 and will be due on November 15 of each year. Agree that any equipment purchased in accordance with this Agreement will be taken up on an inventory record by the EDC and inventoried at least annually. Upon the expiration of the useful life of such equipment or upon the expirahon of the aforementioned Agreement, whichever comes first, such equipment will become the property of the County or disposed of as authorized in writing by the County. The EDC shall purchase property insurance coverage to insure all real and personal property covered by this paragraph. Such policy shall name Collier County as a loss payee with respect to the loss of county purchased properly. ARTICLE 3 The term of this Agreement shall be for a period of one (1) year to begin October 1, 2000 and end on September 30, 2001, unless earlier terminated in accordance with paragraph 2 below. Either party may terminate this Agreement upon one hundred eighty (180) days wri~en notice to the other of its intention to terminate. In the event of termination, the County shall pay for services and costs incurred prior to the date of termination. With regard to the portions of payments made to the Board in excess of the services and costs incurred by the EDC prior to the date of termination, the EDC shall remit to the County all of such excess portions. c. After termination, and except as otherwise directed, the EDC shall: 1. Stop working under the Agreement on the date, and to the extent specified, in the notice of termination. Place no further orders or subcontracts for materials, services or facilities, except as may be necessary for completion of such portion of the work under the Agreement as is not terminated. 3. Terminate all orders and subcontracts to the extent that they relate to performance of work which was terminated. Prepare all necessary reports and documents required of the terms of the Agreement up to the date of termination, including the final report due at the end of the program, if any, without reimbursement for services rendered in completing said reports beyond the termination date. The EDC shall give written notice of its intent to renew said Agreement to the Board of County Commissioners no less than one hundred eighty (180) days prior to the expiration of the Agreement, as necessitated by the County budget process. However, the County is under no obligation to renew such Agreement. A_p~TICLE 4 Waiver by either party of the breach by the other party of any provisions of this Agreement shall not be deemed a waiver of any other or subsequent breaches and shall not be construed to be a modification of the terms of this Agreement. 3 4 ARTICLE 5 The parties deem the services to be rendered by the EDC for the County under this Agreement to be personal in nature. The EDC shall not assign any rights or duties under this Agreement to any other party without written permission of the County. If the EDC at~empts to assign any rights or duties without prior written permission of the County, this Agreement may be declared void by the County and the EDC thereupon agrees to remit to the County all payments made pursuant to this agreement for the entire term of this Agreement. The EDC shall not enter into agreements with subcontractors for any of the work contemplated under this Agreement without first obtaining written approval of the County subject to such conditions and provisions as the County may deem necessary; provided, however, that notwithstanding the foregoing, unless otherwise provided herein, such prior written approval shall not be required for pumhase by the EDC of such articles, supplies, equipment, and services which are necessary and incidental to the performance of the work described herein. The requirements of this clause shall not be deemed in any event or manner to provide for the incurrence of any obligation of the County by any actions of the EDC. To the fullest extent permitted by law, the EDC will indemnify and hold harmless the County from and against all claims, damages, losses, and expenses, including reasonable attorney's fees and costs, arising out of or resulting from the performance by the EDC of its responsibilities under this Agreement. The EDC is hereby declared by the parties to be an independent contractor for the performance of the economic diversification and development activities and will be responsible for the initiating, maintaining and supervising of all safety precautions and programs necessary in connection with this Agreement. The EDC shall not be considered a public agency as a result of its assumption of the duties described herein. The EDC agrees to comply with all applicable safety laws, ordinances, rules, regulations, standards and lawful order of any public authority having jurisdiction over the maRer in question. ARTICLE 6 The County shall render payments bi-monthly (to be interpreted as twice a month), commencing October 1, 2000 through September 30, 2001. The EDC shall keep orderly and complete records of its financial accounts and financial transactions involving the funds provided to the EDC under this Agreement. The EDC shall open these records to inspection by County personnel at reasonable hours during the entire term of the Agreement. Any person duly authorized by the County shall have full access and the right to examine any of these records during the term of the Agreement and up to three (3) years thereafter. The EDC shall submit annual reports to the County, in form and substance, as prescribed in writing by the County, with regard to the activities of the public/private partnership for economic diversification. The EDC shall provide the County with its independent annual audit of the immediately proceeding fiscal year no later than January 31 of each year of this Agreement. The provisions of this paragraph will survive term/nation of this Agreement as to the fiscal years, or portions thereto during which this Agreement is in effect. ARTICLE 7 The EDC shall not discriminate against any employee or person served under this Agreement on account of race, color, sex, sexual orientation, age, religion, ancestry, national origin, handicap or marital status. 4 ARTICLE 8 All notices required in this Agreement shall be hand delivered or sent by certified mail, rerum receipt requested, and if sent to the County shall be addressed to: Greg Mihalic, Director Collier County Department of Housing and Urban Improvement 3050 North Horseshoe Drive, Suite 145 Naples, FL 34104 And if sent to the EDC, shall be addressed to: Susan Pareigis, President Economic Development Council of Collier County, Inc. 3050 North Horseshoe Drive, Suite 120 Naples, FL 34104 ARTICLE 9 Any alterations, variations, modifications or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing, duly signed, by both parties hereto, and attached to the original of this Agreement. ARTICLE 10 The County's performance and obligation to pay under this contract is contingent upon an annual appropriation for its purpose by the Board of County Commissioners. ARTICLE 11 As provided in F.S. 287.132-133, by entering into this Agreement or performing any work in furtherance hereof, the EDC certifies that is, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within 36 months immediately preceding the date hereof. This nohce is required by F.S.287.133 (3)(a). 1N WITNESS WHEREOF, the parties have executed this Agreement on the dates set forth above. ATTEST: By: littest &s to Chairman's $tgaature only. Date: q /a /® Collier Co~4vl'6iS-d~ ' ' Board otf,,45ounty Commissioners 5 W TN S: Name (Printed) WITNE. SS: 3~ 16A CONSULTANT: Economic Development Council of Collier County, Inc. Colleen Kvetko, Chairman EDC Board of Directors APPROVED AS TO FORM AND LEGAL SUFFICIENCY ~ Patrlc~'Whit~- Assistant County Attorney 6 16 , 4 Schedule A Budget October1,2000 - September 30,2001 Economic Diversification $400,000 ADMINISTRATIVE EXPENSES To include salaries, taxes and benefits $ 301,655.00 · MARKETING EXPENSES To include, but not limited to: Site Selection Campaign Image CEO / FC Campaign Software Inc. Collateral Materials Direct Mail Campaign TOTAL $ 85,345.00 EQUIPMENT PURCHASE $ 13,000.00 TOTAL $ 400,000.00 RESOLUTION NO. 2000- 3 0 6 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16/1 5 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: Baron, Mimon 2375 Tamiami Trl N Ste 300 Naples, FL 34103 Lot 6, Lely County Club, Muirfield according to the plat thereof as recorded in Plat Book 14, Page 75, of the Public Records of Collier County, Florida $245.00 REFERENCE#: 81016-110 FOLIO #: 55200240000 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this,~[~ day of ~ 2000. ATTEST: BOARD OF COUN.~T.Y--~OMIv~rSSIONERS DWIGHT E. BROCK, Clerk COLLIER COfiJNTY, FLORIDA r DeputkClerk / gt['$t 1, ~ Ch,l~',TIrOl'flY J' CO~ANTI~, Chai~an ,Approvedastoro~ana 2702206 0R: 2732 PG: 3310 legal sufficiency: , R~COR~ i~ O~ICIlk R~¢ORD8 of ~O~kI~ ~OU~?Y, ~k _ ~C ~ I0.50 THOMAS C. PA~R, Assistant County Attorney C0PI~S 2.00 Re~n: CL~RK T0 T~ BOKRD I~TgR0~HC~ 4fH ~L00R gXT 7240 F: LIENS/RESOLUTION 2-25-~ BARON OR: 2732 PG: 3311 *** BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN BARON, MIMON 2375 TAMIAMI TRL N STE 300 NAPLES, FL 34103 REF. INV.# 81016-110 LEGAL DESCRIPTION: FOLIO # 55200240000 p DATE: 5E 8 2OOP LIEN NUMBER: LOT 6, LELY COUNTY CLUB, MUIRFIELD, ACCORDING TO THE PLAT THEROF AS RECORDED IN PLAT BOOK 14, PAGE 75, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Apprmser, are hereby advised that the Code Enforcement Director, did on OCTOBER 16, 1998, order the abatement of a cert~fin nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended and served a notice of violation upon you. The nuisance is: OVERGROWTH (URBAN): PROHIBITED ACCUMULATION OF NON-PROTECTED MOWABLE VEGETATION IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT IN A SUBDIVISION OTHER THAN GOLDEN GATE ESTATES. WEEDS OVER 18" You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS plus an administrative cost of for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Two-hundred ($200.00) dollars DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/LNAL 02-25-00 BARON 5 RESOLUTION NO. 2000- 3 0 7 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 9147, AS AMENDED WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-17, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: Moses, A Joseph 6380 Radio Rd #12 Naples, F1 34104 Lot 6, Block 10, Naples Manor Addition, according to the plat thereof recorded in Plat Book 3, pages 67 & 68, of the Public Records of Collier County, Florida $245.00 REFERENCE#: 81006-060 FOLIO #: 62098960006 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this ~ [, day of ATTEST: BOARD OF COUN~ONERS DWIGHT E. BROCK, Clerk COLLIER COU/N~Y, FLORIDA Depu~yCle~'k tAtt st as to Chatman'!l TI HYLCO Chairman · ' ,; si mature onl . · Apprqvedas~to mrm ann THOMAS C. P~R, Assistant County Attorney F; LIENS/RESOLUTION 3-01-00 MOSES BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 5 LEGAL NOTICE OF ASSESSMENT OF LIEN MOSES, A JOSEPH 6380 RADIO ROAD//12 NAPLES, FL 34104 DATE: REF. INV.# 81006-060 FOLIO # 62098960006 LIEN NUMBER: LEGAL DESCRIPTION: LOT 6, BLOCK 10, NAPLES MANOR ADDITION, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 3, PAGES 67 & 68, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on OCTOBER 7, 1998, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, and served a notice of violation upon you. The nuisance is: OVERGROWTH (URBAN): PROHIBITED ACCUMULATION OF NON-PROTECTED MOWABLE VEGETATION IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT IN A SUBDIVISION OTHER THAN GOLDEN GATE ESTATES. WEEDS OVER 18" You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of TWO-HUNDRED FORTY-FIVE ($245.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for bearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F:LIENS/LNAL 03-01-00 MOSES Retn: CLERK TO THE BOARD INTEROFFICE 4TH FLOOR EXT 7240 2702208 OR: 2732 PG: 3314 RKCORDED in the OFFICIAL RECORDS o~ COLLIER COUNTY, FL 10/17/2000 at 10:17AM DWIGHT E. BROCK, CLBRK RESOLUTION NO. 2000- A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED EEC FEE COPIES 16/1 10.50 2.00 5 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: Yeager Jr, John C P.O Box 2006 Naples, FL 34106-2006 Lot 59, Heighland Villa, according to the plat thereof recorded in Plat Book 5, Pages 2 & 3 of the Public Records of Collier County, Florida $1,700.00 REFERENCE#: 81113-004 FOEIO #: 49482160008 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this,D. I~ day of ~10.L, 2000. ATTEST: BOARD OF COUNTY/.C.l~dMISSIONERS E, BROCK, Clerk COLLIER CO/U. WTY, FLORIDA ·, DWIGHT · · . BY: ' , .,Depdty ClerklItt st as toChatman sTI O~Y J. C~TANT~NE, Chairman . Approved alto fo ar~tur~ l'egal sufficiency: THOMAS - C. PALMER, Assistant County Attorncy G: Winona/liens/yeager resolution *** OR: 2732 PG: 3315 5 BOARD OF COUNTY COMMISSIONERS THROUGIt ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN YEAGER JR, JOHN C P.O BOX 2006 NAPLES, FL 34106-2006 REF. INV.# 81113-004 LEGAL DESCRIFFION: FOLIO # 49482160008 LIEN NUMBER: LOT 59, HEIGHLAND VILLA, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 5, PAGES 2 AND 3 OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. You. as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, am hereby advised that the Code Enforcement Director, did on NOVEMBER 16, 1998, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, and served a notice of violation upon you. The nuisance is: EXOTICS: ACCUMULATION OF PROHIBITED SPECIES ON UNIMPROVED LAND LOCATED WITHIN 200' OF IMPROVED, SUBDIVIDED PROPERTY. BRAZILIAN PEPPER HEDGES AND AUSTRALIAN PINE TREES. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FIFTEEN HUNDRED (1,500.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of SEVENTEEN-HUNDRED ($1,700.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, are excessive or unwarranted or why such expenses should not constitute a licn against the property. Said request for hearing shall be made to the County Administrator, Governmeat Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/LNAL 3 01-00 YEAGEl, Ret,: 2702209 OR: 2732 PG: 3316 CLERK TO THE HOARDRECORDED in the OFFICIAL RECORDS of COLLIER COUNTY, FL INTEROFFICE4TH FLOOR 10/17/2000 at 10;17AM DWIGHT E. BROCK, CLERK EXT 7240 RESOLUTION NO. 2000- 3Oq A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED REC FEE 10.50 COPIES 2.00 16/ 5 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: Johnson, Mary 1764 Aquarius Ct Ft Myers, FL 33916 Lot 20, Block 1, South lmmokalee according to the plat thereof recorded in Plat Book 3, Page 29, Public Records of Collier County, Florida $245.00 REFERENCE#: 81230-054 FOLIO #: 74030640000 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, thisc~_~ day of~:~rT, 2000. ATTEST: BOARD OF CO~SSIONERS ep ~y :' k '* .... ,,L_.__ TIl~O~IY JA20~/TANTINE, Chairman - slgna u .. Approved as..to form ana "Iegd sufficiency: ~ THOMAS C. PALMER, Assistant County Attorney F: RESOLUTION 3-01 00 JOHNSON *** OR: 2732 BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN PG: 3317 *** 16 , 5 JOHNSON, MARY 1764 AQUARIUS CT FT MYERS, FL 33916 REF. INV.# 81230-054 LEGAL DESCRIPTION: DATE: FOLIO # 74030640000 LIEN NUMBER: LOT 20, BLOCK 1, SOUTH IMMOKALEE HEIGHTS, ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 3, PAGE 29, PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on FEBRUARY 19, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, and served a notice of violation upon you. The nuisance is: OVERGROWTH (URBAN): PROHIBITED ACCUMULATION OF NON-PROTECTED MOWABLE VEGETATION IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT IN A SUBDIVISION OTHER THAN GOLDEN GATE ESTATES. WEEDS OVER 18" You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS plus an administrative cost of ($200.00) dollars for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Two-hundred DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/LNAL 3 01 O0 JOHNSON Net,: 2702210 OR: 2732 PG: 3318 CLERK TO THE BOARDRECORDED in the O~FICIAL RECORDS of COLLIER COUNTY, FL INTEROFFICE4TE FLOOR 10/17/2000 at I0:I7AM DWIGHT I1. BROCK, CLERK EXT 7240 RESOLUTION NO. 2000- '~] O A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROViDiNG FOR THE ASSESSMENT OF LIEN FOR THE COST OF TIlE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED COPIES 16A I0.50 2.00 ~ WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement o[ certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: Lee, Albert & Margaret Lee PO Box 195 Immokalee, FL 34143 Lot 27, Block A, Bondurant subdivision, according to plat in Plat Book 1,Page 83, Public Records of Collier County, Florida $1,050.00 REFERENCE#: 81230-047 FOLIO #: 24370800000 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this ~tp day of~, 2000. ATTEST: BOARD OF COUNTY COMMISSIONERS : ':.' . DepdtL~erk l~st as t0 Chlt~'S TI~ J. ~ANT~ Chairman ' ,, AppPov,ed as to form and legal sufficiency: THOMAS C. PALER, Assistant County Attorney F: LIENS/RESOLUTION 3-02-00 LEE OR: BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN 2732 PG: 3319 LEE, ALBERT & MARGARET LEE PO BOX 195 IMMOKALEE, FL 34143 REF. INV.# 81230-047 LEGAL DESCRIPTION: DATE: FOLIO # 24370800000 LIEN NUMBER: LOT 27, BLOCK A, BONDURANT SUBDISIVISON, ACCORDING TO PLAT IN PLAT BOOK 1, PAGE 83, PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on DECEMBER 30, 1998, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, and served a notice of violation upon you. The nuisance is: OVERGROWTH/LITTER (URBAN): PROHIBITED ACCUMULATION OF NON- PROTECTED MOWABLE VEGETATION IN EXCESS OF EIGHTEEN (18") INCHES IN A SUBDIVISION OTHER THAN GOLDEN GATE ESTATES & PROHIBITED DUMPING, ACCUMULATION, STORAGE OR BURIAL OF LITTER, WASTE OR ABANDONED PROPERTY. WEEDS OVER 18", LITTER OF PALM BRANCHES, PAPER, BOTTLES. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of EIGHT-HUNDRED FIFTY ($850.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of ONE THOUSAND FIFTY ($1,050.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, am excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/LNAL 03-0I -00 LEE RESOLUTION NO. 2000- 313. A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDiNG FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91- 47, AS AMENDED 6 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No.91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: Ramirez, Alfred L. & Anne C. Ramirez P O Box 462 Middletown, NY Lot 16, Block 169, Unit 5, Part-- Golden Gate according to Plat thereof recorded in Plat Book 5, Page 11 of the Public Records of Collier County, Florida $245.O0 REFERENCE#: 811-027-018 FOLIO#: 36242840005 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed an~ duly adopted by the Board of County Commissioners of Collier County, Florida, this,~ b day of,Sx~- o ,2000. ATTEST BOARD OF COUNTY_....C_Z)3.{.t. nJSSIONERS DWIGHT E BROCK, Clerk COLLIER CO,~WY, FLORIDA ';'. DE~ y CLE~ TI~ CO~ANT~ Ch T Y J. aiman st as to Chat~an's ~*apprgveo as to ~o~ ano THOMASC. PALER, ASSISTANT CO~TY A~OR~Y F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN RAMIREZ, ALFREDO L. & ANNE C. RAMIREZ PO BOX 462 MIDDLETOWN, NY 10940 REF. INV.# 81027-018 LEGAL DESCRIPTION: DATE: FOLIO # 3642840005 LiEN NUMBER: LOT 16, BLOCK 169, UNIT 5, PART -- GOLDEN GATE ACCORDING TO PLAT THEREOF RECORDED IN PLAT BOOK 5, PAGE 11 OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on OCTOBER 27, 1998, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, and served a notice of violation upon you. The nuisance is: OVERGROWTH (URBAN): PROHIBITED ACCUMULATION OF NON-PROTECTED MOWABLE VEGETATION IN EXCESS OF EIGHTEEN (18") INCHES IN HEIGHT IN A SUBDIVISION OTHER THAN GOLDEN GATE ESTATES. WEEDS OVER 18" You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS and an administrative cost of Two-hundred ($200.00) dollars DOLLARS. for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 6 RESOLUTION NO. 2000- 31 2 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: Coleman, Beverly Ann, ET AL P. O BOX 256 White Sulphur Springs, NY 12787-0256 Lot 33, Mohawk Heights, according to the plat thereof, recorded in Plat Book 9, Page 113, Public Records Of Collier County, Florida $245.00 REFERENCE#: 80914-083 FOLIO #: 60481360008 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. ATTEST: BOARD OF CO~SIONERS ~ ~_~_ , 'DWIGHT E. BROCK, Clerk COLLIER COJ~'~qTY, FLOR 1D.~ /~ ., · ~By: ~~ ~ BY: ~puty C~rk [ , T T Y J CON~, Chat~an Approved as to ve 0nly, legal sufficiency: THOMAS C. PALER, Assistant County Attorney This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this,a~ day of ~.__, 2000. F: LIENS/ RESOLUTION COLEMAN BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 16A 6 LEGAL NOTICE OF ASSESSMENT OF LIEN COLEMAN, BEVERLY ANN, ET AL P. O BOX 256 WHITE SULPHUR SPRINGS, NY 12505 REF. INV.# 80914-083 LEGAL DESCRIPTION: FOLIO # 60481360008 DATE: SEP 2 6 200 LIEN NUMBER: LOT 33, MOHAWK HEIGHTS, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 9, PAGE 113, PUBLIC RECORDS OF COLLIER COUNTY, FLORDIA You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on OCTOBER 26, 1998, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, and served a notice of violation upon you. The nuisance is: OVERGROWTH (URBAN): PROHIBITED ACCUMULATION OF NON-PROTECTED MOWABLE VEGETATION IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT IN A SUBDIVISION OTHER THAN GOLDEN GATE ESTATES. WEEDS OVER 18", ONLY BACK YARD. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars, for a total of TWO-HUNDRED FORTY-FIVE ($245.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/LNAL COLEMAN RESOLUTION NO. 2000- 31.3 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16/! 6 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No.91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: Perez, Mima A 4392 1 lth Ave SW Naples, FL 34116 Lot 14, Block 2, W. H. Surrency Subdivision, According to the Plat thereof, recorded in Plat Book 1, Page 28, of the Public Records of Collier County, Florida, subject to all easements, restrictions and reservations of record & subsequent taxes. This is vacant land. $950.00 REFERENCE#: 80817-080 FOLIO #: 76210440002 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed andsduly,adopted by the Board of County Commissioners of Collier County, Florida, this ~ day of ~, 2000. ATTEST: DWIGHT E. BROCK, Clerk 'Deputy Cl~rk i · l[tt t.'a$ to ChMrman'$ ~ pp~uveo as [0 {o~ and ~legal sufficiency: BOARD OFff. OUN~M~ISSIONERS ~rHY L ~TA~, Chairman THOMAS C. PALMER, Assistant County Attorney F: LIENS/RESOLUTION 2-24-00 PEREZ BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 6 LEGAL NOTICE OF ASSESSMENT OF LIEN PEREZ, MIRNA A 4392 11T}I AVE SW NAPLES, FL 34116 REF. INV.# 80817-080 LEGAL DESCRIPTION: DATE: $EP ? 2000 FOLIO # 76210440002 LIEN NUMBER: LOT 14, BLOCK 2, W.H. SURRENCY SUBDIVISION, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 1, PAGE 28, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, SUBJECT TO ALL EASEMENTS, RESTRICTIONS AND RESERVATIONS OF RECORD & SUBSEQUENT TAXES. THIS IS VACANT LAND. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on AUGUST 18, 1998, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, and served a notice of violation upon you. The nuisance is: LITTER: PROHIBITED DUMPING, ACCUMULATION, STORAGE OR BURIAL OF LITTER, WASTE OR ABANDONED PROPERTY. ABANDONED VEHICLE, BIKE & PARTS, TIRES, CONCRETE BLOCKS, TABLE, LUMBER, PVC PIPE, YARD DEBRIS, METAL, GLASS, PAPER, PLASTIC You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a cYlrect cost of SEVEN-HUNDRED FIFTY ($750.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of NINE-HUNDRED FIFTY ($950.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/LNAL 2-?A-00 PEREZ RESOLUTION NO. 2000- '~ ] 4 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 9147, AS AMENDED. 6 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGAL DESCRIPTION: COST: RSG Family LTD Partnership - Immokalee 850 S Collier Blvd Apt 1701 Mamo Island, F1 34145-6119 4-47-29 SEI/4 OF SW1/4 OF SEI/4,LESS R/W 8.82AC $450.00 REFERENCE#: 80903-035 FOLIO #: 00126120000 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed ~nd duly adopted by the Board of County Commissioners of Collier County, Florida, this ~/~,day of ~__, 2000. ATTEST: BOARD OF C~ISSIONERS DWi~H~ E. BROCK, Clerk COLLIER IL~OUNTY, FLORIDA ~, e :Deputy ~lerk a~~ / .... ~T~ Jm~STA~, Chai~an signature Approved asto fo~ and .. ~ ~ ~ legal sufficiency: THOMAS C. PALMER, Assistant County Attorney F: LIENS/RESOLUTION 2-24-00 RSG FAMILY LTD BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN RSG FAMILY LTD PARTNERSHIP - 1MMOKALEE 850 S COLLIER BLVD APT 1701 MARCO ISLAND, FL 34145-6119 DATE: $EP 2 6 200 J REF. INV.# 80903-035 FOLIO # 00126120000 LIEN NUMBER: LEGAL DESCRIPTION: SW ¼ OF S/W ~ OF SE ~ OF SECTION 4, TOWNSHIP 47 SOUTH, RANGE 29 EAST, COLLIER COUNTY, FLORIDA. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, am hereby advised that the Code Enforcement Director, did on SEPTEMBER 3, 1998, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended and served a notice of violation upon you. The nuisance is: OVERGROWTH (URBAN): PROHIBITED ACCUMULATION OF NON-PROTECTED MOWABLE VEGETATION IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT IN A SUBDIVISION OTHER THAN GOLDEN GATE ESTATES. WEEDS OVER 18" You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of TWO-HUNDRED FIFTY ($250.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of FOUR-HUNDRED FIFTY ($450.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/LNAL 2-24-00 RSG FAMILY LTD RESOLUTION NO. 2000- 211 5 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16A 7 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: POSTELLE, WILLIE MAE LEGAL DESCRIPTION: Lot 17, Block 8 in Carsons Addition as shown by Plat recorded in Plat Book 1 Page 33, Public Records of Collier County, Florida. COST: $1,050.00 REFERENCE# 1553 FOLIO #: 25630920001 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this ~:~ day of ~_~_, 2000. ATTEST: BOARD OF COUNT~..12OMM~S1ONERS DWIGHT E. BROCK, Clerk COLLIER CO/U.I~FY~ FLORIDA t 'BYi ~'~(. ~ ~__ , BY: /~/~ '/~' ~--~/~' i. DepUty Clerk~tt.~$/t aS ~ ~h8t~ ~ TI~Y J~O~ANTINE, Chairman Approved as t0 fOr~ and le~a! ~pfficiency: ~ THOMAS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 7 LEGAL NOTICE OF ASSESSMENT OF LIEN POSTELLE, WILLIE MAE C/O G. JEAN CANTY P O BOX 962 IMMOKALEE FL 34143-0000 DATE: SEP § 2Oll REF. INV.# 1553 FOLIO # 25630920001 LIEN NUMBER: LEGAL DESCRIPTION: Lot 17, Block 8 in Carsons Addition as shown by Plat recorded in Plat Book 1 Page 33, Public Records of Collier County, Florida. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on March 2, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT AND PROHIBITED DUMPING, ACCUMULATION, STORAGE OR BURIAL OF LITTER WASTE OR ABANDONED PROPERTY. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of EIGHT HUNDRED FIFTY ($850.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of ONE THOUSAND FIFTY ($1,050.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 7 RESOLUTION NO. 2000-&MA A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED WHEREAS, as provided in Ordinance 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORiDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: LEGRAND, EDLYNE LEGAL DESCRIPTION: Lot sixteen (16) of Block 6 Mainline Subdivision, a subdivision of the SW1/2 of the SW1/2 of Section 3, Township 47 South, Range 29 East, as per map or plat thereof recorded in the public records of Collier County, Florida. COST: $945.00 REFERENCE#: 1547 FOLIO #: 56405640006 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Flonda, this ~[~ day of ~.~:~:_, 2000. ATTEST: BOARD OF COU~SSIONERS DW!0HT E. BROCK, Clerk COLLIER CO~.NTYI FLORID~A ,,~ .r ':: 'D;I~Ut~' clerk~tt,$t/ &S t~ C~11'l~11'STIY~Y J. COI~tI'ANTINE, Chairman Approved as fo' an;fire l~.gal sufficiency: THOMAS C. PALER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 7 LEGAL NOTICE OF ASSESSMENT OF LIEN LEGRAND, EDLYNE P O BOX 341745 IMMOKALEE, FL 34143 DATE: REF. INV.# 1547 FOLIO # 56405640006 LiEN NUMBER: LEGAL DESCRIPTION: Lot sixteen (16) of Block 6 Mainline Subdivision, a subdivision of the SW1/2 of the SW1/2 of Section 3, Township 47 South, Range 29 East, as per map or plat thereof recorded in the public records of Collier County, Florida. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, am hereby advised that the Code Enforcement Director, did on February 17, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT AND PROHIBITED DUMPING, ACCUMULATION, STORAGE OR BURIAL OF L1TTER~ WASTE OR ABANDONED PROPERTY CONSISTING OF A NISSAN VEHICLE, WOOD, PLASTIC, WHEELS, TIRES, BOAT PARTS, CARPETING AND WEEDS 3' HIGH. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of SEVEN HUNDRED FORTY-FIVE ($745.00) DOLLARS and an administrative cost of Two-hundred ($200.00) dollars for a total of NINE-HUNDRED FORTY- FIVE ($945.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000- 31 7 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16 , 7 WHEREAS, as provided in Ordinance 99-51, as successor to Ordinance 91~47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: OCCEUS, SAINTILIEN & MALVEILLEAS ESTIVERNE LEGAL DESCRIPTION:: 9 47 29 E 100FT OF S 215FT OF W1/2 OF NE1/4 OF SW1/4 OF NE1/4.49AC OR1550 PG 887 COST: $2,280.00 REFERENCE#: 1529 FOLIO #: 135560004 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this ~x~day of~, 2000. ATTEST: DWIGHT E. BROCK Clerk ' Dl~put) CleuU:t.sf is to signature · Approved as to form and ~ legal sufficiency: BOARD OF COU~ISSIONERS · COLLIER CO/~TY, FLORID) TI OI~Y ~L COIxkgTANTINE, Chairman THOMAS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 7 LEGAL NOTICE OF ASSESSMENT OF LIEN OCCEUS, SAINTILiEN MALVEILLEAS ESTIVERNE 513 STOKES AVE IMMOKALEE, FL 34142-4231 DATE: REF. INV.# 1529 FOLIO # 135560004 LIEN NUMBER: LEGAL DESCRIPTION: 9 47 29 E 100FT OF S 215FT OF W1/2 OF NE1/4 OF SW1/4 OF NE1/4.49AC ORl550 PG 887 You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on December 20, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT AND PROHIBITED DUMPING, ACCUMULATION, STORAGE OR BURIAL OF LITTER, WASTE OR ABANDONED PROPERTY. LITTER CONSISTING OF VARIOUS VEHICLES, ABANDONED MOBILE HOME? LARGE DRUMS, FUEL TANK, WOOD, METAL, PLASTIC, AUTO PARTS, CUT VEGETATION. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of TWO THOUSAND EIGHTY TWO ($2,082.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of TWO THOUSAND TWO HUNDRED EIGHTY TWO ($2,282.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 7 RESOLUTION NO. 2000-_~Ll_8 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROViDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-5 l, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED WHEREAS, as provided in Ordinance No. 99-51, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the properly described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said properly, is hereby assessed the following costs of such abatement, to wit: NAME: ANDUJAR, NELSON & ROSEMARY LEGAL DESCRIPTION: Lot 30, Bayview Park, subject to the plat recorded in Plat Book 4, page 24, Public Records of Collier County, Florida. COST: $390.00 REFERENCE#: 1531 FOLIO#: 23370960006 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this oq~ day of ~,~2~, 2000. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, Clerk COLLIER CO signature 15. . App 0 r ved as to form and ,~THOMAS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION *** OR: 2732 PG: 3335 BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN ANDUJAR, NELSON & ROSEMARY 40 CONSTITUTION DRIVE NAPLES, FL 34112-7310 DATE: SEP 2 6 200 7 REF. INV.# 1531 FOLIO # 23370960006 LIEN NUMBER: LEGAL DESCRIPTION: Lot 30, Bayview Park, subject to the plat recorded in Plat Book 4, page 24, Public Records of Collier County, Florida. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on February 28, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of ONE HUNDRED NINETY ($190.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of THREE-HUNDRED NINETY ($390.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 16A 8 RESOLUTION NO. 2000-319 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE 99-51, AS SUCCESSOR TO ORDINANCE 91-47, AS AMENDED WHEREAS, as provided in Ordinance 9%51, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: Johnson, James W. LEGAL DESCRIPTION: Pearce Subdivision, Block 1, S 1/2 of Lot 2 and all of Lot 3 OR 1090 PG687 COST: $640.00 REFERENCE#: 1601 FOLIO #: 66220080006 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and du!~ adopted by the Board of County Commissioners of Collier County, Florida, this ~l ~ day of ~, 2000. ATTEST: BOARD OF COUNTY_.J...GI:IM, MISSIONERS ,'DWIGHT E: BROCK, Clerk COLLIER CO~, FLORIDA gnatore Approved:as t° form a~l only. legal suffictency: ~ , THOMAS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 8 LEGAL NOTICE OF ASSESSMENT OF L1EN JAMES W. JOHNSON 226 OHIO AVENUE FT.MYERS, FL 33905 DATE: REF. INV.# 1601 FOLIO # 66220080006 LIEN NUMBER: LEGAL DESCRIPTION: Pearce Subdivision, Block 1, S 1/2 of Lot 2 and all of Lot 3 OR 1090 PG 687. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on June 1, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FOUR HUNDRED FORTY ($440.00) DOLLARS and an administrative cost of Two-hundred ($200.00) dollars for a total of SIX-HUNDRED FORTY ($640.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000-320 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE 99-51, AS SUCCESSOR TO ORDINANCE 91-47, AS AMENDED 8 WHEREAS, as provided in Ordinance 99-51, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORiDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: Lewis Trust, Evelyn G. LEGAL DESCRIPTION:: 9 47 29 W 100FT OF E 200FT OF S 215FT OF W1/2 OF NEI/4 OF SW1/4 OF NE1/4.49 AC OR 1129 PG 2296 COST: $245.00 REFERENCE#: 1496 FOLIO#: 135600003 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this .,~(~ day of .~t:l/z-' ,2000. ATTEST: BOARD OF COUN~'M}SSIONERS DWIGHT E, BROCK, Clerk COLLIER COLrfi~r~Y, FLORIDAr :DEPI[JTY CLEI(K ltt,~$~ 15 t,O Chliv~ln $ TIIV~Y J. COt~ANTINE, Chairman ature Approved as to form a legal sufficiency: THOMA~ C. PALER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 8 LEGAL NOTICE OF ASSESSMENT OF LIEN EVELYN G. LEWIS TRUST 1315 PALMETTO AVENUE FT. MYERS, FL 33961 DATE: REF. INV.# 1496 FOLIO # 135600003 LIEN NUMBER: LEGAL DESCRIPTION: 9 47 29 W 100FT OF E 200FT OF S 215FT OF W1/2 OF NE1/4 OF SWI/4 OF NE1/4.49 AC OR 1129 PG 2296 You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on December 17, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS and an administrative cost of Two-hundred ($200.00) dollars DOLLARS. for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 am excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 8 RESOLUTION NO. 2000-~32& A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, 1N ACCORDANCE WITH ORDINANCE 99-51, AS SUCCESSOR TO ORDINANCE 91-47, AS AMENDED WHEREAS, as provided in Ordinance 99-51, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall he a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORiDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: Gomez, Jesus LEGAL DESCRIPTION:: Lot 3, in Block 14, of NAPLES MANOR ADDITION, according to the plat thereof, as recorded in Plat Book 969, at Page 621, of the Public Records of Collier County, Florida. COST: $245.00 REFERENCE#: 1254 FOLIO #: 62102840009 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this _~e day of~, ._a¢· ,2000. ATTEST: BOARD OF COUNTY~...~..C~MISSIONERS DWIGHT E. BROCK, Clerk COLLIER COt/~I-?Y, FLORIDA BY:TI~Y J. e(~tTANT'~i'NE, Chairman : DEPUTYCLERKlttsst as to C;hatrman's 6pproved as to form a~nldgaatur" legal sufficiency: __ THOMAStC. PALIOIER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 8 LEGAL NOTICE OF ASSESSMENT OF LIEN JESUS GOMEZ 6034 SW 27TM STREET MIAMI, FL 33155 DATE: REF. INV.# 1254 FOLIO # 62102840009 LIEN NUMBER: LEGAL DESCRIPTION: Lot 3, in Block 14, of NAPLES MANOR ADDITION, according to the plat thereof, as recorded in Plat Book 969, at Page 621, of the Public Records of Collier County, Florida. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on July 23, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS and an administrative cost of ($200.00) dollars for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Two-hundred DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 16A 8 RESOLUTION NO. 2000-. 3 2 2 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE 99-51, AS SUCCESSOR TO ORDINANCE 91-47, AS AMENDED WHEREAS, as provided in Ordinance 99-51, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: Goodman, Sam LEGAL DESCRIPTION: Lot 46, Linda Park, according to the plat thereof as recorded in Plat Book 4, Page 19, Public Records of Collier County, Florida. COST: $245.00 REFERENCE#: 1295 FOLIO g: 55701760005 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, thisoq.~, day of ~{2~ 2000. THOM.kS C. PALMER, Assistant County ' ATTEST: BOARD OF COUNTY C~QMNILSSIONERS DWIGHT El' BROCK, Clerk COLLIER COU/,hI,TJ~ FLORIDA , ' -lt st ~ Approved as to fore ~atum onll. legal sufficiency: Attorney F: LIEN/MSTR RESOLUTION 16 , 8 BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN SAM GOODMAN 260 MONTEREY DRIVE NAPLES, FL 34119 DATE: REF. INV.# 1295 FOLIO # 55701760005 LIEN NUMBER: LEGAL DESCRIPTION: Lot 46, Linda Park, according to the plat thereof as recorded in Plat Book 4, Page 19, Public Records of Collier County, Florida. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on July 21, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS and an administrative cost of dollars for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Two-hundred ($200.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 am excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000-323 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16A 9 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME:LA RUE, CLAUDEE LEGAL DESCRIPTION: LOT 9, BLOCK 4, NAPLES MANOR ADDITION, ACCORDING TO THE PLAT THEREOF, ON FILE AND RECORDED IN THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, PB 3, PAGES 67 AND 68. COST: $375.00 REFERENCE#: 1522 FOLIO#: 62062120004 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this ~h, day of ~ · . 2000. A~EST: BOARD OF COUNTY COMMISSIO~RS DWIG~ E. ~ROCK, Clerk COLLAR CO~~RIDX ~pct~d as to form J~ ~egal sufficiency: THOMAS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 16A 9 LEGAL NOTICE OF ASSESSMENT OF LIEN LA RUE, CLAUDE E 3811 BELVOIR DR SW HUNTSVILLE, AL 35802 DATE: REF. INV.# 1522 FOLIO# 62092120004 LIEN NUMBER: LEGAL DESCRIPTION: LOT 9, BLOCK 4, NAPLES MANOR ADDITION, ACCORDING TO THE PLAT THEREOF, ON FILE AND RECORDED IN THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, PB 3, PAGES 67 AND 68. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on February 7, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT ANDPROHIBITED DUMPING, ACCUMULATION, STORAGE OR BURIAL OF LITTER, WASTE OR ABANDONED PROPERTY.. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of ONE HUNDRED SEVENTY-FIVE ($175.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of THREE-HUNDRED SEVENTY-FIVE ($375.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 am excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000- 3 2 a A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16A 9 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE 1T RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: SARNS, DEAN MORRIS LEGAL DESCRIPTION: LOT 37, LAKE KELLY, UNIT 2, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 3, PAGE 93, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA COST: $285.00 REFERENCE#: 1514 FOLIO #: 53351240003 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this~q/o day of ~Okz___, 2000. ATTEST: BOARD OF COUNTY?____QMMJ~SSIONERS DWIGHT E. BROCK, Clerk COLLIER CO,/~TY, FLORIDA .1 TI~O~Y J. C(~tFANq~E, Chairman Depu4y Clerk lttl(St aS ~ Chltl~an ' signature only. ~ ~pprd~ed a~ to fore and ~gat sufficiency: THOMAS C. PA~R, Assistant County Attorney F: LIEN/MSTR RESOLUTION 9 BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN SARNS, DEAN MORRIS 4083 NEW MOON CT NAPLES, FL 34112-6242 DATE: 7 b 200 REF. INV.# 1514 FOLIO # 53351240003 LIEN NUMBER: LEGAL DESCRIPTION: LOT 37, LAKE KELLY, UNIT 2, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 3, PAGE 93, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on December 2, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of EIGHTY-FIVE ($85.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total DOLLARS. of TWO-HUNDRED EIGHTY-FIVE ($285.00) Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000- 3 2 5 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16A 9 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: FELIX LERCH FAMILY TRUST LEGAL DESCRIPTION: LOT 17, BLOCK 13, OF MAPLES MANOR ADDITION ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 3 PAGES 67 & 68, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. COST: $340.00 REFERENCE#: 1540 FOLIO #: 62102040003 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution ~assed and_duly adopted by the Board of County Commissioners of Collier County, Florida, this ~ day of ,~zjg~. ,2000. ATTEST: BOARD OF COUNTY__.__C~QMM,ISS1ONERS DWIGITI~. E. BROCK, Clerk COLLIER CO~ FLORIDA Be" : BY: . . Dep~ty:~let~. ~t~St aS ~0 ~]~fl'S T Y J. N~, Chai~an 'r%&ppro~ea as to-~o~ and al su c cy: THOMAS C. PALER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 9 LEGAL NOTICE OF ASSESSMENT OF LIEN FELIX LERCH FAMILY TRUST 3624 PINE CONE CIR CLEARWATER, FL 34620 DATE: REF. INV.# 1540 FOLIO # 62102040003 LIEN NUMBER: LEGAL DESCRIPTION: LOT 17, BLOCK 13, OF MAPLES MANOR ADDITION ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 3 PAGES 67 & 68, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on February 4, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT AND PROHIBITED DUMPING, ACCUMULATION, STORAGE OR BURIAL OF LITTER WASTE OR ABANDONED PROPERTY. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of ONE HUNDRED FORTY ($140.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of THREE HUNDRED FORTY ($340.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 9 RESOLUTION NO. 2000-_32_6 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED WHEREAS, as provided in Ordinance 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: HOLY TRINITY CHURCH OF THE LIVING GOD, PILLAR AND GROUND OF TRUTH INC % ALBERT T BENTLEY PO BOX 5339 IMMOKALEE, FL 34143 LEGAL DESCRIPTION: Commencing at the NW1/4 of the NE1/4 of Section 9, Township 47 South, Range 29 East, Collier County, Florida; thence East 30.00 feet along the North line of the Northeast 1/4 of the NE1/4; thence South 30.00 feet along the East boundary of South Fifth Street to the POB; thence continue South 136.28 feet along said line; thence Easterly 272.84 feet to the West line of Booker Boulevard; thence Northerly 136.58 feet along said line to the South line of Eustis Avenue; thence Westerly 272.43 feet along said South line to the POB. COST: $300.00 REFERENCE#: 1519 FOLIO #: 136400008 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this ~l~,day of_,~__.z~, 2000. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, Clerk COLLIER Dept~ty Cldr~ lt~$t &S ~ (~hatW'11~11 S T OI~Y J. CO~ANT~, Chairman ~ ~ '. . . signature onl.y. __ ~ ~ ~ ~xpproved as tb form and g ~ ~ le'gal sufficiency: THOM6AS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 9 LEGAL NOTICE OF ASSESSMENT OF LIEN HOLY TRINITY CHURCH OF THE LIVING GOD, PILLAR AND GROUND OF TRUTH INC P.O BOX 5339 IMMOKALEE, FL 34143 REF. INV.# 1519 FOLIO # 136400008 LIEN NUMBER: LEGAL DESCRIPTION: Commencing at the NW1/4 of the NE1/4 of Section 9, Township 47 South, Range 29 East, Collier County, Florida; thence East 30.00 feet along the North line of the Northeast x/n of the NE1/4; thence South 30.00 feet along the East boundary of South Fifth Street to the POB; thence continue South 136.28 feet along said line; thence Easterly 272.84 feet to the West line of Booker Boulevard; thence Northerly 136.58 feet along said line to the South line of Eustis Avenue; thence Westerly 272.43 feet along said South line to the POB. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, am hereby advised that the Code Enforcement Director, did on January 13, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of ONE HUNDRED ($100.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of THREE-HUNDRED ($300.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000- 3 2 7 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, 1N ACCORDANCE WITH ORDINANCE 99-51, AS SUCCESSOR TO ORDiNANCE 91-47, AS AMENDED 16AlO WHEREAS, as provided in Ordinance 99-51, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: TREVINO, ALFONSO LEGAL DESCRIPTION: LOT 5, BLOCK "B", PINECREST SUBDIVISION, as recorded in Plat Book 7, Page 108, of the Public Records of Collier County, Florida. COST: $325.00 REFERENCE#: 1419 FOLIO #: 66880920001 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this ~ day of ~,~1;~__, 2000. ATTEST: BOARD OF COUNTY CO~SSIONERS DWIGHTE. BROCK, Clerk COLLIER COCi. rFL/.OR;A DEPOTY CLERI~ A~t~$t. aS tO Ch, Jr~lafl'$ TI O~ J. C~TAN'PtlNE, Chairman i' . signature : ApproYea 9s to form an~ "~ ~- legal,suffiCiency: THOMAS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION 16AlO BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN TREVINO, ALFONSO P.O BOX 1841 IMMOKALEE, FL 33934-1841 REF. 1NV.# 1419 FOLIO # 66880920001 LIEN NUMBER: LEGAL DESCRIPTION: LOT 5, BLOCK "B", PINECREST SErBDIVISION, as recorded in Plat Book 7, Page 108, of the Public Records of Collier County, Florida. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enfomement Director, did on October 7, 1999 order the abatement of a certain nuisance existing on the above property prohibited by Ordinance 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT AND PROHIBITED DUMPING, ACCUMULATION, STORAGE OR BURIAL OF LITTER, WASTE OR ABANDONED PROPERTY. You failed to abate such nuisance; whereupon, it was abated by the expencF~ture of public funds at a direct cost of ONE HUNDRED TWENTY FIVE ($125.00) DOLLARS and an administrative cost of Two-hundred ($200.00) dollars for a total of THREE-HUNDRED TWENTY-FIVE ($325.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000- 32 8 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE 99-51, AS SUCCESSOR TO ORDINANCE 91-47, AS AMENDED 16 10 WHEREAS, as provided in Ordinance 99-51, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: OBERGON, PAULA C. & FRANCISCO DAVID OBERGON LEGAL DESCRIPTION: LOT 5, BLOCK TWO, TRAIL ACRES, UNIT NO. 3, according to the Plat thereof recorded in Plat Book 3, page 94 of the Public records of Collier County, Florida. COST: $245.00 REFERENCE#: 1409 FOLIO #:77310800004 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly a. dopted by the Board of County Commissioners of Collier County, Florida, this ~¢day of ~o1~- .2000. BOARD OF COUNTY COMMISSIONERS ATTEST. COLLIER CO~R1DA DWIGHT E: BROCK, Clerk as to nSd~ gaat ure Approved as to form a legal sufficiency: THOMAS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION 16A10 BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN OBERGON, PAULA & FRANCISCO DAVID 42 MOON BAY STREET NAPLES, FL 34114-9404 DATE: SEP ? 2000 REF. INV.# 1409 FOLIO # 77310920007 LIEN NUMBER: LEGAL DESCRIPTION: LOT 5, BLOCK TWO, TRAIL ACRES, UNIT NO. 3, according to the Plat thereof recorded in Plat Book 3, page 94 of the Public records of Collier County, Florida. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on October 26, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Or(finance 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS and an administrative cost of ($200.00) dollars for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Two-hundred DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 am excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Tra;~l East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000-_223 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE W1TH ORDINANCE 99-51, AS SUCCESSOR TO ORDINANCE 91-47, AS AMENDED 16 ,10 WHEREAS, as provided in Ordinance 99-51, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: OBERGON, PAULA C. & FRANCISCO DAVID OBERGON LEGAL DESCRIPTION: LOT 8, BLOCK TWO, TRAIL ACRES, UNIT NO. 3, according to the Plat thereof recorded in Plat Book 3, page 94 of the Public records of Collier County, Florida. COST: .$245.00 REFERENCE#: 1408 FOLIO #:77310920007 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, thisr~Q~ day of~, 2000. ,'ATTEST: BOARD OF COUNTY COMMI.SSIONERS ~)WlGHT E: BROCK, Clerk COLLIER CON .~~ ORDA ~, DEP~Y~LERK/- TIM~J. C0~A~I~, Chai~an as to Chal n's Approved as to fo~ an~lgaature 0nl~. leghi sufficiency: THOMAS C. PAL~N~R, Assistant County Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 16 ,10 LEGAL NOTICE OF ASSESSMENT OF LIEN OBERGON, PAULA & FRANCISCO DAVID 42 MOON BAY STREET NAPLES, FL 34114-9404 DATE: REF. INV.# 1408 FOLIO # 77310920007 LIEN NUMBER: LEGAL DESCRIPTION: LOT 8, BLOCK TWO, TRAIL ACRES, UNIT NO. 3, according to the Plat thereof recorded in Plat Book 3, page 94 of the Public records of Collier County, Florida. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, am hereby advised that the Code Enforcement Director, did on October 26, 1999, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS and an administrative cost of ($200.00) dollars for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Two-hundred DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL RESOLUTION NO. 2000- 330 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16 ,11 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: SIMON, CONNIE AND MARLO PIKUL LEGAL DESCRIPTION: LOT 24, BLOCK 4, AMENDED PLAT OF NAPLES MANOR EXTI~NSION, ACCORDING TO THE PLAT THEREOF, RECORDED IN PALT BOOK 3, PAG~ 101, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. C~S~: $245.00 REFERENCE#: 1598 FOLIO #: 62201760006 o ~ o The County shall mail a Notice of Assessment of Lien to the owner(s) of the above Lle~g~p~ property, and if such owner fails to pay such assessment within twenty (20) days hereof, a ~t~copy of this Resolution shalI be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this~2 day of ~, · , 2000. ATTEST: BOARD OF COUN_~.X-C-~MMtSSIONERS ,,,,,DWIGttT.E. BROCK, Clerk COLLIER C~J,d~TY, FLORIDA '"" ."' .4 /9 z' !i Deputy'Clerk~tteSt aS t0 Ch&trllll S TI~HY J. C~>I~TAN~I'~NE, Chairman . ' signature Approved as to form and legal Sufficiency: THOMAS C. PALMER, Assistant County Attorney F: LIEN/MSTR RESOLUTION 16All BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN SIMON, CONNIE MARLO PIKUL 1800 55TH TER SW NAPLES, FL 34116 DATE: REF. INV.# 1598 FOLIO # 62201760006 LIEN NUMBER: LEGAL DESCRIPTION: LOT 24, BLOCK 4, AMENDED PLAT OF NAPLES MANOR EXTENSION, ACCORDING TO THE PLAT THEREOF, RECORDED IN PALT BOOK 3, PAGE 101, OF THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, am hereby advised that the Code Enforcement Director, did on July 26, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS plus an administrative cost of ($200.00) dollars for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Two-hundred DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a heating before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. S~fid request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34 ! 12 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 2702231 OR: 2732 PG: 3360 RBCORDBD in OFHCIAL RBCORDS of COLLIER COONTY, FL 10/17/2000 at 10:17AM DWIGHT B. BROCK, CLBRK RBC FBB 10.50 COPIBS 2.00 Retn: RESOLUTION NO. 2000- 331 CLBRK TO THN BOARD IN?BROFHCB 4TH FL00RA RESOLUTION OF THE BOARD OF COUNTY ~XT 7240 COMMISSIONERS PROVIDING FOR THE ASSESSMENT OF LIEN FOR THE COST OF THE ABATEMENT OF PUBLIC NUISANCE, IN ACCORDANCE WITH ORDINANCE No. 99-51, AS SUCCESSOR TO ORDINANCE No. 91-47, AS AMENDED 16/1.11 WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME: CAMBRUZZI, LOUIS & LORETTA LEGAL DESCRIPTION:: LOT 10, BLOCK 10, NAPLES MANOR ANNEX, ACCORDING TO THE PLAT THEREOF, ON FILE AND RECORDED IN THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, PB 1, PAGE 110. COST: $245.00 REFERENCE#: 1597 FOLIO #: 62156680008 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this ~ ~xtay of ~, 2000. ATTEST: BOARD OF COUNTY~_COMMISSIONERS DWIGHT E: BROCK, Clerk COLLIER CO, O/I. iIWTY, FLORIDA Deput)JClerkltt~$t aS to Ch&l~'$ T~HY J. C~)~TAN~'fNE, Chairman -Approved~as' to fo~n~IIr~ ~1~' ;;~ ;ulffS~i~¢~L~R~, A s si s~ y Attorney F: LIEN/MSTR RESOLUTION BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA 16 11 LEGAL NOTICE OF ASSESSMENT OF LIEN CAMBRUZZI, LOUIS & LORETTA 3655 N GOOSE LAKE DR MORRIS, IL 60450 DATE: REF. INV.# 1597 FOLIO # 62156680008 LIEN NUMBER: LEGAL DESCRIPTION: LOT 10, BLOCK 10, NAPLES MANOR ANNEX, ACCORDING TO THE PLAT THEREOF, ON FILE AND RECORDED IN THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, PB 1, PAGE 110. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on July 26, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars DOLLARS. for a total of TWO-HUNDRED FORTY-FIVE ($245.00) Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 am excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for hearing shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 2702232 OR: 2732 PG: 3362 RECORDED in Oi~PICIAL RECORDS of COLLIER COUNTY, FL 10/17/2000 at I0:l?AN DWIGHT L BROCK, CLERK REC HE 10.50 Rein: ¢0ME~ESOLL~ON NO. 2000- 332 CLERK TO T~{E BOARD IETEROEEICB 4TN ~L00R A RESOL~ION OF T~ BOARD OF COUNTY ~X~ 7240 CO~ISSIO~RS PROV~NG FOR T~ ASSESS~NT OF L~N FOR T~ COST OF T~ ABATEMENT OF PUBLIC NU~SANCE~ ACCORDANCE ~ITH ORDINANCE No. 99-5 AS SUCCESSOR TO ORDINANCE No. AS A~ED WHEREAS, as provided in Ordinance No. 99-51, as successor to Ordinance No. 91-47, as amended, the direct costs of abatement of certain nuisances, including prescribed administrative cost incurred by the County, shall be assessed against such property; and WHEREAS, the cost thereof to the County as to each parcel shall be calculated and reported to the Board of County Commissioners, together with a description of said parcel; and WHEREAS, such assessment shall be a legal, valid and binding obligation upon the property against which made until paid; and WHEREAS, the assessment shall become due and payable no later than twenty (20) days of the date of the Legal Notice of Assessment and interest shall accrue on the unpaid balance beginning on the date this Resolution is recorded at the rate of twelve percent (12%) per annum. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the property described as follows, having been abated of a public nuisance after due and proper notice thereof to the owner(s) of said property, is hereby assessed the following costs of such abatement, to wit: NAME:SHEEHAN, LLOYD G. LEGAL DESCRIPTION: LOT 16, BLOCK 6, NAPLES MANOR ADDITION, ACCORDING TO THE PLAT THEROF, ON FILE AND RECORDED IN THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, PAGE BOOK 3, PAGES 67 & 68. COST: $245.00 REFERENCE#: 1596 FOLIO #: 62094080003 The County shall mail a Notice of Assessment of Lien to the owner(s) of the above described property, and if such owner fails to pay such assessment within twenty (20) days hereof, a certified copy of this Resolution shall be recorded in the official records of Collier County, to constitute a lien against such property according to law, unless such direction is stayed by this Board upon appeal of the assessment by the owner. This Resolution passed and duly adopted by the Board of County Commissioners of Collier County, Florida, this~_]a day of ~,, · . 2000. ATTEST: BOARD OF COUNTY~ff. OMMISSIONERS DWIGHT~' .E. BROCK, Clerk COLLIER COU/BI.f~, FLORIDA .:; OepdtyCierk Ait,~$t ,$ ~ C~t~ll~'$ TIM~Y J. COi~ItANTINE, Chairman ~ s~g~turl Appr0~ed ~ to fo~ and ldgal sufficiency: THOMAS ~. PALER, Assistant County Attorney F: LIEN/MSTR RESOLUTION 16 11 BOARD OF COUNTY COMMISSIONERS THROUGH ITS CODE ENFORCEMENT DEPARTMENT COLLIER COUNTY, FLORIDA LEGAL NOTICE OF ASSESSMENT OF LIEN SHEEHAN, LLOYD G 1751 IMPERIAL GOLF COURSE BLVD NAPLES FL 34110 DATE: REF. INV.# 1596 FOLIO # 62094080003 LIEN NUMBER: LEGAL DESCRIPTION: LOT 16, BLOCK 6, NAPLES MANOR ADDITION, ACCORDING TO THE PLAT THEROF, ON FILE AND RECORDED IN THE PUBLIC RECORDS OF COLLIER COUNTY, FLORIDA, PAGE BOOK 3, PAGES 67 & 68. You, as the owner(s) of the property above-described, as recorded in the records maintained by the office of the Property Appraiser, are hereby advised that the Code Enforcement Director, did on July 7, 2000, order the abatement of a certain nuisance existing on the above property prohibited by Ordinance No. 99-51 and served a notice of violation upon you. The nuisance is: PROHIBITED ACCUMULATION OF WEEDS, GRASS, OR OTHER SIMILAR NON- PROTECTED OVERGROWTH IN EXCESS OF EIGHTEEN (18) INCHES IN HEIGHT. You failed to abate such nuisance; whereupon, it was abated by the expenditure of public funds at a direct cost of FORTY-FIVE ($45.00) DOLLARS plus an administrative cost of Two-hundred ($200.00) dollars for a total of TWO-HUNDRED FORTY-FIVE ($245.00) DOLLARS. Such cost, by Resolution of the Board of County Commissioners of Collier County, Florida, shall become a lien on your property within twenty (20) days of the date of this legal notice of assessment. You may request a hearing before the Board of County Commissioners to show cause, if any, why the expenses and charges incurred by the County under County Ordinance No. 99-51 are excessive or unwarranted or why such expenses should not constitute a lien against the property. Said request for heating shall be made to the County Administrator, Government Center, 3301 Tamiami Trail East, Naples, Florida 34112 in writing within ten (10) days from the date of this notice. F: LIENS/MSTR LNAL 16A13 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16A15 RESOLUTION NO. 2000- 3 33 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, PERTAINING TO THE CITY OF NAPLES' PARTICIPATION IN COLLIER COUNTY'S URBAN COUNTY COMMMNITY DEVELOPMENT BLOCK GRANT AND HOME PROGRAMS FOR FEDERAL FISCAL YEARS 2001-2003; PROVIDING FOR CERTAIN COMMITMENTS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Housing and Community Development act of 1974, as amended, makes provisions whereby counties may enter into cooperation agreements with certain units of government to carry out activities which will be funded from annual HUD Community Development Block Grant Entitlement and HOME program funds; and WHEREAS, Collier County wants the City of Naples to participate in Collier County's Urban County CDBG and HOME programs; and WHEREAS, the cooperation of Naples and Collier County is essential for the successful planning and implementation of the HUD Community Development Block Grant and HOME programs under an "Urban County" designation by the U.S. Department of Housing and Urban Development; and WHEREAS, this agreement covers the period necessary to carry out activities which will be funded from appropriations for Federal Fiscal Years 2001-2003 CDBG Entitlement and HOME funds, including any automatic renewal periods. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA: Section i. The Board of County Commissioners does hereby agree to adopt the Cooperation Agreement with the City of Naples for the City to participate in the Community Development Block Grant and HOME programs for Federal Fiscal Years 2001-2003. Section 2. The Chairman is hereby authorized to sign the Cooperation Agreement and this resolution and the Clerk of the Circuit Court to attest to same. BE IT FURTHER RESOLVED that this Resolution be recorded by the Clerk of Courts in the Public Records of Collier County, Florida. 16A15 This Resolution adopted this second and majority vote favoring same. Attest as to ChMr~an's sigaature Approvc~ as to form and Assistant County Attorney By: day of ~, 2000 after motion, BOAlZd) OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA TIMOTHY/J. C~0 ~STY~NTINE, CHAIRMAN COLLIER COUNTY CONTRACT URBAN COUNTY COOPERATION AGREEMENT 16A15 THIS URBAN COUNTY COOPERATION AGREEMENT, by and between Collier County, a political subdivision of the State of Florida through its Board of County Commissioners of Collier County, Florida (hereinafter referred to as the "County"); and the City of Naples, Florida (hereinafter referred to as the "City"). WITNESSETH WHEREAS, the Housing and Community Development Act of 1974, as amended, makes provision whereby counties may enter into cooperation agreements with certain units of government to carry out activities which will be funded from annual Federal Housing and Urban Development (HUD) Community Development Block Grant (CDBG) and HOME program funds; and WHEREAS, the cooperation of the City and County is essential for the successful planning and implementation of the Community Development Block Grant (CDBG) and HOME programs under an "Urban County" designation by the U.S. Department of Housing and Urban Development; and WHEREAS, the City has opted to be included in the Urban County Program for Federal Fiscal Years 2001-2003. NOW THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS AND PROMISES SET FORTH HEREIN, THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA AND THE CITY OF NAPLES, FLORIDA HEREBY AGREE AS FOLLOWS: This Agreement covers the County's and the City's participation during Fiscal Years 2001 through 2003 in the HUD Community 16A15 Development Block Grant Entitlement and HOME Investment Partnership programs. This Agreement will be automatically renewed for participation in successive three-year qualification periods, unless either the County or the City provides written notice 90 days prior to the start of the Federal Fiscal Year, that it elects not to participate in a new qualification period. By the date specified in HUD's Urban County qualification notice for the next qualification period, Collier County will notify the City of Naples of its right to be automatically renewed or withdraw from the Urban County designation. Failure by either party to adopt an amendment to this Agreement incorporating all changes necessary to meet the requirements for cooperation agreements set forth in the Urban County Qualification Notice applicable for the subsequent three-year urban county qualification period, and to submit the amendment to HUD as provided in the Urban County Qualification Notice, will void the automatic renewal of such qualification period. Neither party may terminate or withdraw from this agreement while it remains in effect. This agreement will remain in effect until all of the CDBG and HOME and income received with respect to this three-year urban qualification period (and any successive qualification periods) are expended and the correspondingly funded activities have been completed. The County and the City agree to cooperate to undertake, or assist in undertaking community renewal and lower income housing assistance activities, specifically urban renewal and publicly assisted housing. The County and the City are obligated to take all actions necessary to assure compliance with the County's certification required by Section 104 (b) of Title I of the Housing and Community Development Act of 1974, as amended, including Title VI of the 2 10. 11. 12. 16A15 Civil Rights Act of 1964, the Fair Housing Act, Section 109 of Title I of the Housing and Community Development Act of 1974, and other applicable laws. This Agreement prohibits the City's use and the County's use of Urban County funding for activities, in or in support of the City or County that do not affirmatively further fair housing within its jurisdiction or that impede the County's actions to comply with its fair housing certification. The County and City have adopted and are enforcing: a. a policy prohibiting the use of excessive force by law enforcement agencies within its jurisdiction against any individuals engaged in non-violent civil rights demonstrations; and a policy of enforcing applicable State and local laws against physically barring entrance to or exit from a facility or location which is the subject of such non-violent civil rights demonstrations within its jurisdiction. Pursuant to 24 CFR 570.501(b), the City is subject to the same requirements applicable to subrecipients, including the requirements for a written agreement set forth in 24 CFR 570.503. The County has final responsibility for administration of CDBG and HOME activities and annually filing the Action Plans with HUD. The City has responsibility for day to day implementation of its programs. The County and City agree to work cooperatively on providing technical assistance in the planning, administration and implementation of CDBG Entitlement and HOME activities. By executing this cooperation agreement the City expressly understands and agrees that: a. it may not apply for grants under the Small Cities or State CDBG programs from appropriations for fiscal years during 3 13. 14. 16A15 the period in which it is participating in the Urban County's CDBG program; b. it may not participate in a HOME consortium except through the urban county, regardless of whether the Urban County receives a HOME formula allocation; and c. it may use the funds received pursuant to this agreement only for HUD eligible uses. Collier County will reserve and provide $250,000 annually for federal Fiscal Years 2001 through 2003 for HIJD eligible use in Naples. If HUD determines that the proposed uses of the funds are not eligible under HUD guidelines and requires reimbursement then the City of Naples will immediately reimburse the County the amounts determined not to have been properly expended. Any disputes between the City and County regarding the managing and administering the CDBG and HOME programs shall be resolved as follows: a. First, the parties shall make a bona fide attempt to resolve the dispute. b. In the event that the dispute cannot be resolved, the parties shall seek mediation through the mediation program of the Twentieth Judicial Circuit. c. If mediation is not successful, the parties agree to arbitrate the dispute in accordance with Florida Arbitration Statute, using an arbitrator appointed by the Chief Judge of the Twentieth Judicial Circuit. IN WITNESS WHEREOF, the County and the City have executed this Agreement effective as of the latter date written below. 4 16A15 ATTEST: D~vjght E. Brock, Clerk · " · ,.,,~ FLORIDA · Y: ,; By: J~.~t~t as to ChaJrmfi's slg~atur~ o~15. BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA· A POLITICAL SUBDIVISION OF THE STATE OF Timothy Ji"C6r~s~'~'n~ine, Chairman Approved as to form and ~4ep,~ I suffici~incy: / Patrick G~ V'~/hite Assistant County Attorney ATTEST: Tara A. Norman, City Clerk CITY OF NAPLES, COUNTY OF COLLIER, FLORIDA. A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA Bonnie R. MacKenzie, Coop agreement 92000 Approved as to form and/ legal 'surf' i~ Beverly"~rady, (~y A{tor~___~ 5 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 161 2 FACILITIES RELOCATION AGREEMENT (GOVERNMENT ENTITY) THIS AGREEMENT (hereinafter referred to as the "Agreement") is made and entered into this ~ day of '~gd,~~_, 2000, by and between SPRINT- FLORIDA, INCORPORATEDPa Florida Corporation whose mailing address is Post Office Box 370, Fort Myers, Florida, 33902-0370 (hereinafter referred to as "SPRINT"), and COLLIER COUNTY, a political subdivision of the State of Florida, its successors and assigns (hereinafter referred to as "County"). WHEREAS, County intends to widen Golden Gate Boulevard from two lane to four lanes between County Road CR 951 and Second Street Northeast, and make related Transportation, and Drainage Improvements within the Golden Gate Boulevard Corridor (hereinafter referred to as the "Project"); and WHEREAS, the existing Sprint easements on Parcel No. 130B, (Josef Investment), Parcel No. 243 (Harper and Sampson) and Parcel No. 356, (Kenneth Gricius), will be impacted by the Project; and WHEREAS, County requires Sprint to subordinate portions of the existing Sprint easements on Parcel Nos. 130B and 243, and to termina ;he existing Sprint easement on Parcel No. 356; and WHEREAS, Sprint requires County to replace existing easements which must be subordinated and/or terminated; and WHEREAS, Sprint and County staff have abreed to replace Sprint's easement located on Parcel No. 243 at the No~l~wcst cc~rn, er cf the Collier County Emergency Medical Services property located at the Southwest comer of the intersection of 13® Street Southwest and Golden Gate Boulevard (see Exhibit "A" attached hereto and made a part hereof); and WHEREAS, Sprint and County staff have agreed upon the relocation of Sprint's facilities from Parcel No. 356 to the future water retention pond site being acquired by County (see Exhibit "B" attached hereto and made a part hereof, aJk/a Pond Site Parcel No. 338); and WHEREAS, both the general Public and Sprint are served by the Four Lane Improvement of Golden Gate Boulevard; and WHEREAS, the above-referenced improvements in public safety warrant County's funding; NOW THEREFORE, in consideration of these premises, the sum of Ten Dollars ($10.00), and other good and valuable consideration, the receipt and sufficiency of which is hereby mutually acknowledged, it is agreed by and between the parties as follows: 1. Sprint shall subordinate to Collier County the North 25 feet of its existing easement on Parcel 130 B through the proper execution of a "Subordination of Utility Interests" instrument prepared by County. Sprint shall subordinate to Collier County the South 15 feet of its existing easement on Parcel 243 through the proper execution of a "Subordination of Utility Interests" instrument prepared by County. Facilities Relocation Agreement Page 2 10. 1l. Sprint shall terminate its existing easement on Parcel No. 356 through the proper execution of a "Termination of Utility Easement" instrument prepared by County. County shall provide a replacement easement in a form acceptable to Sprint immediately south of and adjacent to the existing easement located on Parcel 130 B. In return for Sprint's subordination of a portion of its easement located on Parcel 243, County shall provide a replacement easement on Tract 51, Golden Gate Estates Unit No. 9, more particularly described in Exhibit "A." In return for Sprint's termination of its easement located on Parcel 356, County shall grant to Sprint a replacement easement on Tract 87, Golden Gate Estates Unit No. 12, more particularly described in Exhibit "BT' Sprint shall charge County facilities relocation fees not to exceed $21,936.00 for Parcel 130B, and not to exceed $38,061.00 for Parcel 338/356. Actual costs associated with the relocation must be submitted to Collier County after the facilities have been relocated. Upon receipt of invoices, County will pay Sprint the amount specified on the invoice within 30 working days from the date invoice is received. There are no impacts on parcel 243. Sprint is aware and understands that all of the promises which comprise this Agreement are subject to acceptance and approval by the Board of County Commissioners of Collier County, Florida. This Agreement, and all of the provisions and conditions hereof, is contingent upon no other provisions, conditions, or premises other than those so stated above; and this written Agreement, including all exhibits attached hereto, shall constitute the entire Agreement and understanding of the parties, and there are no other prior or contemporaneous written or oral agreements, undertakings, promises, warranties, or covenants not contained herein. This Agreement and the terms and provisions hereof shall be effective as of the date this Agreement is executed by both parties and shall inure to the benefit of and be binding upon the parties hereto and their respective successors and/or assignees. This Agreement is governed and construed in accordance with the laws of the State of Florida. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this~ ~ day o f _~:~1~2000. AS TO COUNTY: ...... ATTEST: iDWi .T E. BROCK, Clerk ,ll~eputy Clerk Attest as ~o Ch&lrm~'s slgn&ture ~1~. BOARD OF COUNTY COM~MISSIONERS COLLIER ~RIDA BY: , TI O~T~Y J. C~TANTINE, Chairman Facilities Relocation Agreement Page 3 2 AS TO SPRINT: Witness (Signature) Name: Sylvia D. Miller (print or Type) Name: Carol Carpenter (print or Type) SPRINT-FLORIDA, INCORPORATED, a Florida corporation BY: j~is.~Di:~ Customer Service Operations Approved as to form and Legal sufficiency: Heidi F. Ashton Assistant County Attorney 16B 2 EXHIBIT "A" LEGAL DESCRIPTION & SKETCH OF SPRINT EASEMENT (NOT A SURVEY) THE SOUTH 25 FEET OF THE NORTH 100 FEET OF THE WEST 25 FEET OF TRACT 51, GOLDEN GATE ESTATES UNIT NO. 9, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 4, PAGE 99 OF THE OFFICIAL RECORDS OF COLLIER COUNTY, FLORIDA. NORTHPROPERTYLINE PROPOSED SPRINT EASEMENT {EXISTING 50 FT. RA, V EASEMENT) ,,L ............................ ........... WERT PROPERTY LINE SOUTH PROPERTY LINE & UTILITY EASEMENT 300 FEET EAST PROPERTY LINE ; 30 FT (GOLDEN GATE BLVD.) EXISTING RNV LINES N I 30 Fl SCALE: 1 inch = 100 feet Collier County Real Property Management Department 03/14/00 2:32 PM LEGAL DESCRIPTION & SKETCH OF SPRINT EASEMENT (NOT A SURVEY) The South 40 feet of the North 115 feet of the West 40 feet of the East 180 feet of Tract 87, Golden Gate Estates Unit No, 12, according to the plat thereof, recorded in Plat Book 4, Page 105, of the Public Records of Collier County, Florida. NORTH PRODCDTY L!NE (GOLDEN GATE BLVD,) I 40 FEET WEST PROPERTY LINE I, LiNE POND SITE PARCEL 338 1 ~ FFFT (EXISTING 50 FT. R/W EASEMENT) EXPANDED R/W (25 FEET) EAST PROPERTY LINE [~ FTi SCALE: I inch = 100 feet Collier County Real Properly Management Deparlment 03/14/00 2:34 PM Memorandum TO: Ellie Hoffman Records Technician III Minutes & Records Management FROM: ~TonijarTMott ,_.~rvisor CY-.~"~Real Property Management Department DATE: March 2, 2001 Golden Gate Boulevard- Utility Easement Ellie, attached please find one (1)original recorded Utility Easement for the above referenced project. The executive summary authorizing Chairman of the Board of County Commissioners to execute the document was approved on September 26, 2000, Item 16(b)(2). Please contact me if you have any questions or comments at 8991. Thank you. attachment as stated CC: Tax Appraiser's Office w/attachment Inventory File w/attachment UTILITY EASEMENT 2750435 OR: 2777 PG: 1480 RI~CORDBD in OPPICIAL HCORDS of COLLIER COUNTY, PL 02/14/2001 at 08:51AM DWIGHT B, BROCK, CLERK He H! 15,00 DOC-,70 ,70 C0PI~S 3,00 l~etn: REAL PROPI]I~T][ -'"" 16B IN?RR O~FICR 2 THIS EASEMENT, made and entered into this /..~ day of ,/'~.._.,~.f,..~, 20 C~/, by COLLIER COUNTY, a political subdivision-~-the State of Florid~x/~hose po's~'~ffice address is 3301 Tamiami Trail East, Naples, Florida 34112, hereinafter referred to as "Grantor", to SPRINT-FLORIDA, Incorporated, a Florida Corporation, hereinafter referred to as "Grantee". WlTNESSETH: Grantor, for and in consideration of TEN DOLLARS ($10.00) and other valuable consideration paid by the Grantee, the receipt and sufficiency of which is hereby acknowledged, hereby conveys, grants, bargains and sells unto the Grantee, its successors and assigns, a perpetual, non-exclusive easement, license, and privilege for telephone switching facilities, on the following described lands located in Collier County, Florida, to wit: See attached Exhibit "A" which is incorporated herein by reference. Subject to easements, restrictions, and reservations of record. THIS IS NOT HOMESTEAD PROPERTY TO HAVE AND TO HOLD the same unto the Grantee together with the right to enter upon said land, excavate, and place or remove materials for the purpose of constructing, operating, and maintaining utility facilities thereon. Grantor and Grantee are used for singular or plural, as the context requires. IN WITNESS WHEREOF, the Grantor has caused these presents to be executed the date and year first above written. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY~t JAMES .I~ARTE]~, P~". I~. Assistant County Attorney EXHIBIT Page I of 2 OR: 2777 PG: 168 1481 2 LEGAL DESCRIPTION & SKETCH OF SPRINT EASEMENT (NO T A SURVEY) THE SOUTH 25 FEET OF THE NORTH 100 FEET OF THE WEST 25 FEET OF TRACT 51, GOLDEN GATE ESTATES UNIT NO. 9, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 4, PAGE 99 OF THE OFFICIAL RECORDS OF COLLIER COUNTY, FLORIDA. NORTH PROPERTY LINE PROPOSED SPRINTEASEMENT (EXISTING 50 FT. R/W EASEMENT) · ~i:~,,,~ / NEw 25 FOOT PJW, DRAINAGE & UTILITY EASEMENT WEST PROPERTY LINE SOUTH PROPERTY LINE 300 FEET ! ! i i i EAST PROPERTY LINE [ i ! 1 i i i 1 ! i i (GOLDEN GATE BLVD.) EXISTING R/W LINES I i i i I i i i i i i i 1 i 1 3o ~ I lq SCALE: 1 inch = 100 feet Collier County Real Property Management Department 10/05/00 12:23 PM XHIBIT _ *** OR: 2777 PG: 1482 LEGAL DESCRIPTION & SKETCH OF SPRINT EASEMENT (NOT A SURVEY) The South 40 feet of the North 115 feet of the West 40 feet of the East 180 feet of Tract 87, Golden Gate Estates Unit No. 12, according to the plat thereof, recorded in Plat Book 4, Page 105, of the Public Records of Collier County, Florida. NORTH PROPERTY L!NE (GOLDEN GATE BLVD,) [ 40 FEET 40 FEET POND SITE PARCEL 338 WEST PROPERTY LINE ! ! i l ! 1 i i ! 1 i i ! 1 (EXISTING 50 FT, R/W EASEMENT) SOUTH PRU~EK i Y LINE EXPANDED R/W (25 FEET) ! i ! ! i I i i i i i i i · ~n I:Ti N EAST PROPERTY LINE SCALE: 1 inch = 100 feet Collier County Real Property Management Department 10/05/00 12:23 PM AGREEMENT 16B 3 THIS AGREEMENT, made and entered into on this 26th day of September, 2000, by and between Florida Land Maintenance, Inc. d/b/a Commercial Land Maintenance, Inc., hereinafter called the "Contractor", and Collier County a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITNESSETH: COMMENCEMENT. This Agreement shall commence after receipt of the Notice to Proceed, in the form of a letter from the Contract Manager. The Contract shall be for a one (1) year period, terminating on September 30, 2001. The County Administrator or his designee may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to ninety (90) days. The County Administrator, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than fifteen (15) days prior to the end of the Agreement term then in effect. STATEMENT OF WORK: The Contractor shall furnish Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance in accordance with the terms and conditions of the specifications of Bid No. 00-3140 and the Contractor's proposal hereto attached and made an integral part of this Agreement. THE CONTRACT SUM. The County shall pay for the performance of this Agreement, an estimated total amount of fifty-eight thousand dollars ($58,000.00), based on the aggregate of the units actually ordered and furnished at the unit price and the cost of any other charges/fees submitted in the proposal. NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: Robert Kindelan, President Commercial Land Maintenance, Inc. 370 Commercial Boulevard Naples, Florida 34104 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: 16g Collier County Government Complex Purchasing Department 3301 East Tamiami Trail General Services Building Naples, Florida 34112 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 Service Agreement must be in writing. 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. 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. 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. 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 Contract 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. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per the specifications and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 168 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE: The Contractor shall provide insurance as follows: Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Special Reauirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on both the Comprehensive General Liability and Business Auto Liability Policies. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County 30 days prior to any expiration date. There shall be a 30 day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorney's fees and all costs of litigation and judgments of any name and description arising out of or incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named Contractor/Vendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The ContractorNendor's obligation under this 16B 3 provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the ContractorJendor's limit of, or lack or, sufficient insurance protection. The first One Hundred Dollars ($100.00) of money received on the contract price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. 12. THIS AGREEMENT shall be administered on behalf of the County by the Transportation Services Department. 13. COMPONENT PARTS OF THIS CONTRACT: This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, Bid No. 00-3140 Specifications and Addendum/Addenda. 14. SUBJECT TO APPROPRIATION. It is further understood and agreed, by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 168 ' IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by a authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: ,.i,'~'~wi.ght'E. Brock, Clerk of Courts :' .~(SeaU .Attest;aS'to Chat~n'$ / First witness Type,Prin me Second Witness BOARD OF CO~ C©MMISSIONERS COLLIER/,G-OUNTY, FLORIDA BY:Tir~ J. Cons~,~,ftine, Chairman Contractor Signature Typed Signature Title Type/Print Witness Name CORPORATE SEAL (Corporations Only) Approved as to form and legal i~~ ~- Robert Zach.ar~y Assistant County Attorney 16B 31 COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DIVISION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 htr p 'Y/co.collie r.fl.us ADDENDUM DATE: TO: FROM: SUBJECT: September 5, 2000 Interested Bidders ~},~ Lyn M. Wood, C.P.M. "L?~ Public Utilities Purchasing Agent Addendum # 2 - Bid #00-3140 - "Lely Golf Estates MS.T.U. Roadway Grounds Maintenance" Addendum #2 is issued as a clarification and covers the following change for the above- referenced Bid: The recommended awardee of this bid will be required to provide an insurance certificate in accordance with the attached insurance matrix. If you require additional information please call Bob Petersen, Transportation Department at 941/774-8494 or me at 941/774-8425 or by e-mail at LynWood~_ ~co[liereov .net. cc: Bob Petersen, Transportation Department 16B 3 Cm'li'licate, of If~urance This cerllicale is isseed as a maUer ot i.f(~moti(~ only and GOO fers no righ ~ upon y~u g~e c~r lifi~ale h cider, This c~9#ca~ is not an insuranGe p~licy and dose not amend, extend. or alk~ ~e coverage Mforded by Ihe potk:les listod betow. Named Insured(s): IFLGA,SIHG, L.p., BY .STAFFACQUI~IllON. t HC., 114G NERAL PARINER, AND 114E AFFILIAI~D UMIIED C3 i/'A TNER~HIP"~ OF WHICH ~TAFF ACOJdI~I'T1ON, INC:, IS THE NERAL PARIM~R AND ST~M:F LF.~NG, INC I~ 1T1£ LIMITED ,.- RISK MANAGEMENT 30t BOULEVARD WEST. 'ull'1~ ENTON, FL Insurer Affording Coverage CovefilgB~: Cootloental Ca~alty Company The policy(ies) of insurance Ilst~cl below have been I~mJe~l ~o ~e insured nM~led abo~e for ~e p(Mlcy peiJod I n(~icMecl. ~ Insurance ~ffm~ecl by ~te po#c~ies) deKHbed herein is subject to all Ihe trams, exclude and co~ditiens of such p<x~cy(ies). Cm-II~r. ate E~q~. Date Type of Insurance [] cm*nNuc~s Policy Number Limits Employers Liability WC 169165185 e~x~y ~niury 8yAcctd~t Workers' 1-1-200t Compensation WC 189165182 $1,00o, ooo Each Ac~dent Bodily ~jury By Disease $1,000,000 P~#cy Urnit 8~dily injury By Disea~m $1,000,000 Each Pe~so~ Other: Emplm~mm L~,~ed To: Effective Date: 01-O*,%N-2000 ~e above referenced w(xkers' ~m~pans~o~ palicy pr ~ldes stalutery benefits mtly to employees (~ Ihe Named In.*red(s) m Re I~Cy, not to employees ot arty olher employer. 'If ate cei'ffiicate expira~or~ date is ~nanuous o~ e~end~ t~'m, y~J ~# be nolified if cora'age Is terminated or r~ bafom lhe certificate expiraion date. However, you will not be noDfled annu~ly of lhe ~oW~nua~an of coverage. NOffCe Of CBITCOllMiOfi: (Not applicable unless a number of days me entered bal~w) Before ~e staked expiratlo~ date the company will not cancel or ~educe the insurance afforded under ~e above policy(lea) unfi at least 30 ~ays notice (~ such can(~itation has been mailed to: Certificate Holds' COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS ATrN: RISK MANAGEMENT 3301 EAST TAMIAMI TRAIL Nap es, FL 34112 Mm~Jn Oosb)rb~n Authorb~J Representative SL L~uis, MO [877~427-5567 Office Phone Date Issued ACO_RD. CERTIFICATE OF LIABILITY INSURANCE 09/05/00 PRODUCER Gulfshore Insurance, Inc. 4100 ~oodlette Road N, #100 Naples, FL 34103-3303 941 261-3646 INaURED Florida Land Maintenance, Inc. dba Commercial Land Maintenance 370 Commercial Boulevard Naplesl FL 34109 COVERAQ~ INSURERS APFORDING COVERAGE INSU~ERA: Zurich Insurance Group INSUFER E; A SEHE,AL L~AB~LI~ SCP35304667 07/01/00 07/01/01 ~CH OGGU.~ENOE sl, 000, 000 ~ERSONAL&A~INJU4Y $1,000,000 S~AL A~S~ ~2,000,000 A AU~MOBILELJABiL,~ SCP35304667 07/01/00 07/01/01 ~ OCCUR ~ CLAIMS WADE AGGqEGATE oc ? 2 o 2000 BL. EAOF AGGIDENT EL.D~S~SE-EA EMP~YEE Aandscapin9 Certificate Solder is Named as Additional Insured As Respects to: General Liability O~ly. SIP f00-3144 CERTIFICATE HOLDER I I ADDI"I1ON&LJNSU. ED;INSUREPILEI'~EP~ m C~4CELLATION Collier County Board of County Commissioners Contractors Lic. 2800 Horseshoe Drive Naples, FL 34104 ACORD25-S(7/S;31 of 2 #S171195/M171189 REA ~ ACORD CGNPORATiON 198s IMPORTANT 168 If the certificate hd,~er is an ADDmONAL INSURED, the p~icy(ies)must be endorsed. A statement o~ this certificate does not confer rights to the cadificate holder' in lieu of s~ch endorsement(s). ff SUBROGATION IS WANTED, subject to the terms and conditions of the t:x:dicy, certah p~icies may require an endorsement. A statement ~ this certificate does not confer rights to the certificate hck~er h lieu of .~oh endomercent(a.). DISCLAIMER The Ceriificate oflnsuranca m the reverse side of this fo~-m does not constitute a coqlract between the issuing insurer(s), authorized relxesentative or ~oducer, and the certificale holder, nor does it affirmatively or negatively amend, extend or aJter the coverage aff0~ded by 1 he pdicies listed thereo~. ACORDZS-S(?/ST)2 Of 2 #S171195/M171189 ADDENDUM#2 Collier County Florida 16B Insurance Requirements Bid #00-3140 "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance INSURANCE TYPE REQUIRED LIMITS X 1. Workers' Compensation X X X Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements. Policy must include Employer's Liability with a limit of $1,000,000 each accident. 2. Commercial General Liability (Occurrence Form) patterned after the 1995 I.S.O. form with no limiting endorsements. Bodily Injury_ & Property Damage $1,000,000 Single Limit Per Occurrence 3. Indemnification: The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorney's fees and all costs of litigation and judgments of any name and description arising out of or incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by an employee of the named ContractorJendor, any Subcontractor, . or anyone directly or indirectly employed by any of them. The ContractorJendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the ContractorNendor's limit of, or lack of, sufficient insurance protection. The first One Hundred Dollars ($100.00) or money received on the contract price is considered as payment of this obligation by the County. 4. Automobile Liability $1,000,000 Owned/Non-owned/Hired Automobile Included Each Occurrence Other Insurance as indicated below: a) Professional Liability $-0- b) Builder's Risk $-0- x x x x x ADDENDUM #2 Collier County Florida Insurance Requirements (Continued) 1613 3 6. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same contractor shall provide the County with certificates of insurance meeting the required insurance provisions. 7. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability. 8. Collier County Board of County Commissioners shall be named as the Certificate Holder. NOTE: The "Certificate Holder" should read as follows: Collier County Board of County Commissioners 3301 East Tamiami Trail Naples, FL 34112 9. Thirty (30) Days Cancellation Notice is required. 10. The Certificate must state the Bid Number and Title. BIDDER'S AND INSURANCE AGENT STATEMENT: We understand the insurance requirements contained in these specifications, and that the evidence of said insurance may be required within five (5) business days of the award of bid. Bidder Signature of Bidder Insurance Agency Signature of Bidder's Agent 16B 3 COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DMSION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 http://co.collier.fi.us ADDENDUM DATE: TO: FROM: SUBJECT: August 29, 2000 Interested Bidders Lyn M. Wood, C.P.M. Public Utilities Purchasing Agent Addendum # 1 - Bid #00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Addendum #1 covers the following change for the above-referenced Bid: 1. The Maintenance of Traffic (MOT) Policy states: "Each contractor shall maintain at least one employee on-staff that has obtained a Work Zone Traffic Control Safety Certification from the International Municipal Signal Association (IMSA)." It will be necessary for the awardee of this bid to follow this policy as stated. 2. The awardee of this bid will be required to have the certifications as stated in T(5) of the specifications. If you require additional information please call Bob Petersen, Transportation Department at 941/774-8494 or me at 941/774-8407 or by e-mail at LynWood~colliergov.net. cc: Bob Petersen, Transportation Department COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DMSION DATE: tO: FROM: August11,2000 RE: 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 http'J/co. collier.fi.us Prospective Bidders Lyn M. Wood, C.P.M. Public Utilities Purchasing Agent BID #00-3140 -- "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" The Board of County Commissioners, Transportation Department, desires to receive proposals for the above-referenced services. Please refer to the Public Notice contained in the enclosed proposal package for the time and date of the non-mandatory Pre-bid Conference and the Opening of this Bid. Although the ore-bid is non-mandatory. attendance is strongly recommended. If you have any immediate questions regarding the specifications or intended work, you may contact Bob Peteraen, Transportation Department, at 941/774-8494. If you have procedural questions, you may contact me at 941/774-8407 or by e-mail at LynWood~colliereov.net. We look forward to your participation in this bid process. cc: Bob Petersen, Transportation NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your proposal pages. Bid No. 00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Page 2 BID #00-3140 For purposes of maintaining an accurate bidder's list and facilitating your firm's response to our invitation for bid, we are interested in ascertaining reasons for prospective bidder's failure to respond to invitations for bids. If your firm is not responding to this bid, please indicate the reason(s) by checking an appropriate item (s) listed below and return this form to the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, FL 34112. Please indicate "NO BID" on the outside of the envelope. We are not responding to this invitation for bid for the following reason(s): [] Items or materials requested not manufactured by us or not available to our company; [] Our items or materials do not meet specifications; Circle one - Specifications were: Not cteady understood, Not applicable, Too vague, Too rigid, Quantities too small, or [] Incorrect address used. Please correct: Other reason(s): Name of Firm: Mailing Address: City, State, ZIP: Phone ( ) By: FAX ( )_ Signature of Representative Bid No. 00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance"Page 3 PUBLIC NOTICE 16B Sealed proposals for Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance will be received at the Collier County Purchasing Director's OfFice, 3301 East Tamiami Trail, General Services Building, Naples, FL 34112, until 2:30 p.m., Collier County Time on September 6, 2000. BID #00-3140 "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" A non / mandatory pre-bid conference to discuss this bid will be held by the County Purchasing Director on August 23, 2000 at 10:00 a.m., in the Purchasing Department Conference Room of the General Services Building, 3301 Tamiami Trail East, Collier County Government Center, Naples, FL 34112. Any questions regarding these specifications or intended work may be directed to Bob Peteraen, Transportation Department, 941/774-8494. All bids shall be made upon the Official Proposal Form attached to the specifications, which may be seen at the Office of the Purchasing Director, and which may be had by bona fide bidders. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or madtal status. BOARD Of COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/STEVE CARNELL Steve Carnell, CSM Purchasing Director Publicly posted in the lobby of the General Services Building on August 11, 2000. Bid No. 00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance"Page 4 GENERAL BIDDING REQUIREMENTS 16 J~ 3 1. All bids must be made on the proposal form furnished 10. Collier County, Flodda as a political subdivision of the by the County. No bid will be considered unless the proposal form is properly sianed. 2. Vendors must provide unit nrices any time unit prices are requested in the units reauested. These unit prices must be proper and balanced so as to allow fair adjustments in quantities as required by the County. All prices will remain fzrm for a perled of ffmety (90) days from date of bid opening. Any transportation and/or any other charges incurred in delivering the product as specified must be included in the bid price. FOB destination shall apply unless exception is made in the spealficafions. Any discounts or terms must be shown on the proposal form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than 15 days payment be offered. Proposers taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS". Failure to indicate any exceptions shall be interpreted as the proposers intent to fully comply with the specifications as written. The County reserves the right to formally amend and/or clarity the requiremeres of the bid specifications where it deems necessary. Any such addeedungclafification shall be in writing and shall he distributed to all parties who received the original bid specifications and are eligible for consideration nrior to the deadline for submission of The County reserves the fight to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. All bids shall he in the hands of the County PurelYsing Direction, Collier County Government Complex, General Services Building, Naples, FL 34112, by the date and time as stated in the Legal Notice. No late bids can br will be accepted. 9. All bids must be placed in a sealed envelope, and plalldy marked as follows: (1) The date and time of receipt of the bids by ~ County Purchaning Director. (2) The number of the bid and the bid title for which the bidder submitting the bid. However, under no circumstaxxces shall any pan of, or pertaining directly to the Itidder's offer, be exposed on the outside of the bid offer. Special Note: All bids sent by courier service must have the bid number and title on the outside of the courier packet. State of Flodda, is exempt from the payment of Flodda sales tax to its vendors under Chapter 212, Florida Statutes. All successful bidders will be provided a copy of Collier County's CeAificate of Exemption (#21-07- 01995-53C) upon contract award, Corporations, individuals and other entities are impacted by Chapter 212, Florida Statutes according to the type of service, sale of commodity or other contractual agreement to be made with Collier County. By submittal of a properly executed response to a bid proposal from Collier County, Florida, the bidder is acknowledging that he is aware of his statutory responsibilities for sales tax under Chapter 212, Florida Statutes. Collier County is also exempt from most Federal excise taxes. By submittal of a propedy executed response to a bid proposal from Collier County, Florida, the bidder is acknowledging that he is aware of his responsibilities for Federal excise taxes. 11. Tangible personal property pumhased by Contractors in the perfonmance of realty construction for the County is taxable, though the County is exempt on its own pumhases. 12. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification, the County will give local vendor preference. 13. 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. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Flodda, or the U.S. Government now in force or hereafter adopted. 14. The County reserves the right to accept item or group of items of this bid, unless the bidder qualified his bid by specific limitations. 15. The County reserves the right to award any item or groups of items to moro than one vendor on any bid unless otherwise noted in the bid specifications. 16. Altamate bids will not be considered unless authorized by the Invitation for Bids. 17. Bidders on any construction project must be qualified and directly responsible for 30% or more of the Bid amount for said work. 18. Payment will be made by the County within thirty (30) days from receipt and acceptance by the County of delivery of the bid items or receipt of invoice for same, whichever is received later. Bid No. 00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" 19. Any Contractor who is a recipient of County funds, or who proposes to perform an work or furnish any goods under this bid shall not discriminate against any worker, employee or applicant or any member of the public because of age race, color, sex, religion, national origin, disability or marital status nor otherwise commit an unfair employment practice. 20. For bidders who wish to receive copies of bids after the bid opening, the County reserves the dght to recover all costs associated with the printing and distribution of such copies. 21. Any actual or prospective respondent to an Invitation to Bid or Request for Proposal who is aggrieved with respect to the former, shall file a wdtten protest with the Purchasing Director prior to the opening of the Bid or the due date for acceptance of Proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the advertised date for the opening of the Bid or the acceptance date for the Request for Proposals. 22. Bid award selection criteria is as follows: All questions on the Proposal Page shall be answered as to price(s), time requirements, prompt payment terms [discounts], required document submissions and acknowledgment of addenda received. 24. 25. All firms are heroby placed on NOTICE that the County Commission does not wish to be Iobbied...either individually or collectively...about a project for which a firm has submitted a proposal. Firms and their agents are not to contact membem of the County Commission for such purposes as meetings of introduction, luncheons, dinnero, etc. During the bidding process, from bid opening to final Board approval, no firm or their agent shall contact any other employee of Collier County with the exception of the Purchasing Director. The Contractor shall employ people to work at County facilities who are neat, clean, well-groomed and courteous. 26, If the bidder should be of the opinion that the meaning of any part of the Bidding Document is doubtful, obscure or contains errors or omissions he should report such opinion to the Purchasing Director before the bid opening date. 27. The County assumes no responsibility for proposals received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late proposals shall be returned unopened, and shall not be considered for award. b. Award shall be based upon the responses to all questions on the Proposal Page. Further consideration will include but not be limited to references, completeness of bid response and past performances on other County bids/projects. Prices will be read in public exactly as wdtten on the Proposal Page at the time of the bid opening; however, should an error in calculations occur whenever unit pdcing and pdca extensions are requested, the unit price shall prevail Mathematical miscalculations may be corrected by the County to reflect the proper answer. 23. Award of contract will be made by the Board of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Board. Award shall be made in a manner consistent with the County's Pumhasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 16B 3 LELY GOLF ESTATES BEAUTIFICATION M.S.T.U. ROADWAY GROUNDS MAINTENANCE SPECIFICATIONS These specifications are intended to provide the information by which prospective bidders may understand the minimum requirements of Collier County relative to entering into a Contract to furnish and deliver Grounds Maintenance for medians and selected public areas within the boundaries of the Lely Golf Estates Beautification M.S.T.U. SCOPE OF WORK The work covered by this Contract requires a weekly servicing of all Areas which consists of furnishing all labor, equipment, materials and services necessary to satisfactorily perform grounds maintenance, as determined by the Contract Manager or the designated Owner's Representative as follows: LOCATION AND DESCRIPTION OF WORK AREAS The areas of work included in these specifications are located as described below and as shown on the plans attached to these specifications: Area No. 1 Those areas where curbing, landscaping and irrigation systems have been installed to date, being located as follows: 1. St. Andrews Boulevard - 2. Forest Hills Boulevard - 3. Valley Stream Circle - 4. Pebble Beach Boulevard - 5. Thom Crest Lane - 6. BriarcliffLane- 7. Heather Grove Lane - 8. Doral Circle - 9. (Median #1 through #10) (Median #11 and #12) (Median #13) (Median # 14 through #19) (Cul-de-sac Median # 20) (Cul-de-sac Median #21) (Cul-de-sac Median #22) (Median #23) and Bus Stop Area U.S. 41 and St. Andrews Boulevard intersection a. Sign Easement Areas (M-1 and M-2) on both sides of St. Andrews Boulevard including right-of-way areas adjacent to Easements. Bid #000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Page 7 SPECIFICATIONS (continuedl 16B Area No. 2 Those areas which contain limited landscaping material and no irrigation system. a. M-3, Easement Area, including right-of-way area. b. M-4, Easement Area, including right-of-way area. 2. Doral Circle a. Easement Area, including the right-of-way area to the end of curb at Golf Course Drive. b. Area adjacent to bridge abutments at the canal on Doral Circle. 3. St, Andrews Boulevard a. Area adjacent to bridge abutments by lift station in Median #8. I. BASIC MAINTENANCE FUNCTIONS A. MOWING AND EDGING Mowing and edging shall only include those areas, if existing, along the outside edge of the sidewalks of adjacent properties that are not currently maintained by the property Owners. All turf shall be mowed with mulching type mower equipment to eliminate the need to bag and transport grass clippings. Should bagging be necessary, the bagged clippings shall be collected and removed at no additional cost. Grass shall be cut to a height of three and one half inches (3 1/2"). The frequency of cutting will be weekly or fifty-two (52) times for Work Area No. 1 and Work Area No. 2. The number of mowings may be modified by the Contract Manager or by seasonal weather conditions at the Contract Manager's discretion. The Contractor shall use or alternate mowing practices, patterns or equipment within narrow turf areas so not to create wheel ruts or worn areas in the turf. Any areas of turf that become water soaked during the period of this Contract shall be mowed with twenty-one inch (21" +/-) diameter hand walk behind type mowers to prevent wheel ruts in the turf caused by heavier type self- propelled rider mowers. The Contractor shall be responsible for repairing any ruts caused by their mowers at no additional costs to the County. Mechanical edging of the turf shall be done with each mowing along all sidewalk edges, back concrete curbs, around all plant beds, utility service boxes, street light bases, sign posts, Bid g000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continued} Page 8 16B 3 headwalls, guardrails, timer pedestals, posts and trees. Metal blade edging is not pennitted along plant bed and turf edges. Mechanical metal blade edging is permitted along back of curbing. Grass root runners extending into the mulched areas shall be cut and removed when the edging is performed. Edging will also be required in all turf areas around isolated trees, sprinkler heads, valve boxes, shrubs, sign posts, manholes, etc. where they exist. All debris on streets, sidewalks or other areas resulting from edging shall be removed. No herbicide shall be used for edging. All sidewalks, curbing and/or gutters including a four-foot (4') area from the face of the curb and sidewalk areas shall be cleaned after each service. All sidewalks shall be blown clean, but no clippings or other debris shall be blown or allowed to be deposited on other adjacent property or accumulate on right-of-way areas. B. IRRIGATION SYSTEMS Conventional Pop-up and Subsurface Irrigation Systems The irrigation systems within Work Areas No. 1 and 2 shall be checked and repaired as necessary. Each zone shall be manually turned on at the valve once a week and a thorough inspection conducted to ascertain proper operation of the system. Quick coupling valves, if existing, shall be reviewed weekly and operated quarterly to insure proper operation. Maintenance responsibilities will include cleaning and adjusting of heads, nozzles, valve boxes and valve filters to insure proper coverage, review of filters and backflow preventers, replacement of heads and nozzles, installation or replacement of risers, repair of minor PVC piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids and adjustment of controllers and rain shutoff switches for settings and operation. Major repairs to the sprinkler system including repair of valves, mainlines, time-clocks, damage by vehicles or electrical wiring problems will be considered as additional expenses to the Contract. These additional expenses shall be charged as a time and material billing. The Contract Manager must approve all additional expenses prior to proceeding with the work. Where required, the Contractor shall maintain on site the County supplied reclaimed water irrigation signage. Cost to install replacement signs shall be considered additional services and be billed on a time and material basis. C. WEEDING Weeding of plant beds, sidewalks, guardrail bases and curb joints and other mulched areas by chemical and/or hand removal will be performed weekly or as necessary to provide a weed free and well maintained area. Bid #000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Page 9 SPECIFICATIONS (continued~ 16g 3 D. GENERAL SITE PRUNING General site pruning shall be defined as the pruning of any plant's foliage below a ten foot (10') level. All groundcovers, shrubs, canopy trees and palms up to a ten foot (10') level, shall be inspected and pruned on a weekly or an as needed basis, so to maintain the proper or required heights for visibility, vehicular movement purposes and desired shape or form as determined by the Contract Manager or Owner's Representative. Pruning shall also include removal of water sprouts, suckers and any dead or diseased foliage or branches. During the first weeks of October and April, ornamental grasses, such as Fountain grass, Florida Gama or Fakahatchee grass shall be pruned in a pyramid shape to a twelve inch (12") or twenty- four inch (24") height based upon the type of plant. Ornamental type grasses such as Liriope muscari 'Evergreen giant', shall only be pruned at the direction and approval of the Contract Manager or Owner's Representative. Plant material with a canopy over pedestrian or sidewalks shall be maintained at a minimum height of one hundred twenty inches (120"). Shrubs and groundcovers adjacent to pathways or sidewalks shall be pruned to maintain one foot (1') of clearance from the edge of the pathway. It is recommended that adjacent shrubs and groundcovers be maintained so that they angle or are rounded away from the pathway. E. TRA VA Work Areas No. 1 and No. 2 With each service, all site areas shall be cleaned by removing all trash or debris to include, but not be limited to, paper, bottles, cans, other trash, and horticultural debris. All debris or trash pick-up shall be performed "prior" to mowing in all turf areas. The disposal of all trash and debris must be at a proper landfill or disposal site. All disposal fees, tipping or charges are to be included in the Contract Proposal Price. F. STREET CLEANING/SWEEPING Street Cleaning A four foot (4') wide area measured from the face of the curb and gutters including turn lanes shall be cleaned with each site service to remove any accumulation of debris or objectionable growth in order to maintain a neat and safe condition. Bid gfi)00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continued} Page 10 16B 3 Street Sweeping with Mobile Vacuum Equipment (Alternate) A mobile self-contained vacuum sweeper, equipped with bottom, side and edge brushes; including a water spraying system to reduce dust, is a minimum requirement to perform the slreet sweeping function. All debris collected must be dumped at a proper landfill or disposal site. Photo(s) and/or manufacturers brochure with specifications of this equipment (either owned or subcontracted). must be su~nlied with this Bid. G. T ON The Contractor shall comply with the requirements of Collier Coun_ty's Maintenance of Traffic (MOT) Policy. copies of which are available through the Risk Management or Purchasine Department. The Contractor shall obtain and review the County_ MOT policy requirements prior to ~ubmitting a bid. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, in order to become familiar with their requirements. Strict adherence to the requirements of the MOT policy will be enforced under this Contract. To assist in employee visibility; approved bright day-glow red/orange colored safety vests shall be worn by employees when servicing the area. A directional lighted and flashing arrow board that meets the traffic control requirements will be required under this Contract H. GENERAL MAINTENANCE REPORT SHEETS The Contractor shall complete the "General Maintenance Report Sheets" on a weekly basis and then signed and submitted on a monthly basis to the Owner's appointed representative for review and approval as to completeness. The General Maintenance Report Sheets are required to be signed by the Contractor and submitted prior to monthly billing and payment. The Contractor will also be required to conduct on-site inspections with the Contract Manager or Owner's Representative on a monthly basis to verify satisfactory completion of Contract requirements. The original forms for the report sheets will be provided to the Contractor for his reproduction purposes. I. MISCELLANEOUS MAINTENANCE RESPONSIBILITIES If plants, shrubs, trees, grass or foliage die due to neglect or damage by the Contractor, Contractor's employees or a Subcontractor as determined by the Contract Manager or Owner's Representative, they shall be replaced at the Contractoffs expense. Bid #000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (eontinued~ Page 11 16B 3 The Contractor shall provide ramps or other devices to gain access over the curb to all medians. The curb or turf areas shall not be damaged due to gaining access or they will be replaced at the Contractor's expense. It shall be the Contractor's responsibility to notify the Contract Manager of any maintenance problems or additional maintenance needs. Should additional costs be involved which are not covered within the Contract Specifications, a Unit Cost shall be agreed to by the Contractor and Contract Manager prior to performing additional services. The Contractor shall perform inspections on all plants, shrubs, trees and grass areas for disease or insect infestation during each week's service to the site. The Contractor shall immediately notify the Contract Manager should a disease or infestation be found and begin appropriate treatment per the Contract requirements. The Contractor shall have radio, cellular phone and/or beeper equipment for on-site and off site communication in order to communicate with the Contract Manager. J. CREW SIZErMAN-HOURS Contractor shall provide with each site visit a minimum crew size of four (4) personnel with each weekly service of the work areas. The Bidder shall provide in the Contract Proposal the estimated number of on-site man-hours per week the Contractor will be providing to satisfactorily perform the requirements of this Contract. K. ACCIDENTS OR THEFTS The Contractor shall be responsible each week to contact the Contract Manager to report any accidents or thefts involving or occurring within the areas covered by this Contract. Should assistance be requested by law enforcement, emergency personnel or others, the costs shall be included in the Contract unless otherwise approved by the Contract Manager. L. RESPONSE TIMES On a twenty-four (24) hour basis, the Contractor may be required to travel to the site immediately to meet with the Contract Manager, law enforcement or emergency personnel to resolve an emergency. The Contractor shall respond to a telephone, beeper, or radio call within one (1) hour. There shall be no additional charge for these responses. Bid g000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Page 12 SPECIFICATIONS (continued] 168 3 M. NON-PERFORMANCE In the event the Contractor fails to perform any required services within the time schedules set forth under this Contract, the County reserves the fight to obtain substitute performance. Further the County reserves the right to deduct the cost of such performance from the Contractor's monthly payments. The Contractor may be exempt from this provision if such exemption is granted by the Contract Manager in writing, prior to any delays or as a result of an Act of Nature. The Contract Manager reserves the right to deduct portions of the monthly invoiced amount for items not completed within the expressed time frame, even if the County did not obtain substitute performance. These funds would be forfeited by the Contractor. Further, the County reserves the fight to deduct the cost of such performance from the Contractor's monthly pay request. The County may also deduct or charge the Contractor for services or items necessary to correct the deficiencies directly related to the Contractor's non-performance. N. CONTRACT PERIOD This Contract shall commence upon receipt of a "Notice to Proceed" letter from the Contract Manager, and will remain in effect until September 30, 2001. O. RENEWAL TERMS This Contract may be renewed at the option of the County, with the consent of the Contractor, on an annual basis for two (2) additional one (1) year periods, Increases for the renewal periods shall not exceed the Consumer Price Index (CPI) for the previous twelve (12) month period and must be requested in writing by the Contractor. P. CONTRACT TERMINATION The Contractor agrees that the County/Contract Manager shall be the sole judge of non- performance. The County may termiriate this Contract immediately should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per the Contract and Specifications or for any of the following points, 1. Inability for any mason, of the Contractor to perform requested service requirements. 2. Work that is not performed on a level consistent with the industry standards. 3. Services not rendered within a reasonable time after notification by the Contract Manager. 4. Non-compliance with any portion of this Contract. Bid g000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance"Page 13 SPECIFICATIONS (continued] Immediately for cause. The County may also terminate this Contract for convenience with a thirty (30) day written notice. Q. CQNTRACTOR'S EMPLOYEES Employees of the Contractor shall be properly uniformed and provide a neat appearance. All employees of the Contractor shall be considered to be at all times the sole employees of the Contractor under his sole direction and not an employee or agent of Collier County. The Contractor shall supply competent and physically capable employees and Collier County requires the Contractor to remove an employee it deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued contract site services involvement is not in the best interest of the County. R. CONTRACTOR'S MEETING ATTENDANCE During the Contract Period, the Contract Manager or Advisory Committee if applicable, may have questions concerning maintenance issues. The Contractor shall be required to attend monthly meetings and other special meetings that the Contract Manager should require. There shall be no additional charge for attendance to these meetings. If the Contractor fails to attend the monthly meetings without an excused absence, an amount equal to two (2) hours of the supervision labor rate as listed on the Proposal Page shall be deducted from the monthly billing of the Contractor against the Contract total. Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Contract Manager on a monthly basis by the Contractor for services rendered for that prior month. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Department for payment. Payment will be made upon receipt of a proper invoice and in compliance with Section 218.70 Florida Statutes, otherwise known as the "Florida Prompt Payment Act." Collier County reserves the fight to withhold and/or reduce an appropriate amount of any payments for work not performed or for unsatisfactory performance of Contractual requirements. Bid//000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continued} T. METHOD OF AWARD Page 14 16B 3 The general criteria that will be used for the evaluation of this Bid is set forth in the General Bidding requirements along with the responses as stated on the Bid Proposal Pages. Award of Bid shall be made to the lowest, most qualified and responsive Bidder(s). The Collier County Board of County Commissioners shall be the final judging authority as to which Bid best suits its needs and the interest of Collier County. As a result of Collier Cotmty's substantial investment in the project's landscaping, the responsive Bidder shall: 1. Provide copy of Landscape Contractor's or Unlimited Landscape Contractor's License in Collier County. 2. Provide verification of current projects in landscaping maintenance business. 3. Provide documentation of a minimum of three (3) years' experience in landscape grounds maintenance within the Southwest Florida area. Such documentation shall include but is not limited to: a. Project description; b. Time of performance; c. Names and phone numbers of individual references familiar with the Bidders' project performance; d. Area included in "Scope of Work". 4. Provide a list of owned and/leased equipment to include, but not be limited to: a. Date of Manufacture; b. Condition; c. Whether owned or leased; d. If leased, date of lease expiration. 5. Contractor shall provide the name, IRS W-4 form and proof of certification of the firm's employee qualifying the firm to meet Collier County's Maintenance of Traffic policy requirements. Bid #000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continued] Page 15 168 3 If the documentation noted above is not submitted with the Bid Proposals. such Bid will not be ¢9nsidered. U. VIi;NDER PERFORMANCE EVALUATION Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, Vendors will be evaluated on their performance upon completion/termination of agreement. II. SITE SPECIFIC MAINTENANCE FUNCTIONS A. CANOPY TREE AND PALM PRUNING For this site, canopy trees shall be defined as any large shrub, tree or palm with foliage above a ten foot (10') level. All canopy trees and palms shall be pruned on a continuous basis to create and maintain a seventeen foot (17') canopy clearance over the roadways and a ten foot (10') canopy clearance over all pathways. Canopy trees shall be selectively pruned twice per year in April and September so to thin the interior canopy of cross branching and to shape the canopy of the trees. A professional approved by the Contract Manager and licensed to prune trees under the direction of a Licensed Landscape Architect, Arborist, Tree Surgeon, or other approved professional shall do the pruning and shaping. The work shall be done in a professional manner in accordance with "Pruning Standards" of the National Arborist Association or accepted local t~ade standards and practices. Palms shall be pruned annually during June of each year. The palms shall be pruned to a "Tropical Cut" or to a nine (9) o'clock ~ three (3) o'clock angle from horizontal at the base of the palm's bud or lowest fronds. Approximately seven (7) to ten (10) green fronds shall be left at the head after pruning. The pruning shall include removal of all nuts, seed stalks, brown or dead and lower fronds removed from the palm. The work shall be done in a professional manner in accordance with acceptable trade standards and practices. The palms shall not be climbed with tree spikes to remove the fronds. The pnming shall be accomplished by the use of a ladder, boom truck or lift. All debris from the pruning shall be removed and the site shall be left in a clean and neat manner. When the annual or bi-annual heavy pruning work is being performed with the use of a lift or boom truck, it is required that the adjacent traffic or turn lane to the work area, be closed using traffic control devices and signage per the current F.D.O.T. traffic control standards and indexes. Bid #000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continuedl B.~ Page 16 16g 3 The Contract Manager reserves the right to change the fertilization schedule and formulation as needed to meet special tuff or plant needs or other unforeseen conditions which may develop. Fertilization schedule changes may require adjustments to the per bag application which costs will be added or deleted per the Unit Costs indicated on the Proposal Page. All bagged fertilizer will be purchased by Collier County under its Annual Contract and coordinated with the Contractor for delivery purposes. Prior to fertilization application, notification to the Contract Manager is required to allow for inspection of all bags. The Contractor may be required to pick up the fertilizer within Collier County. Cost for pick up, if necessary, and labor for placement, shall be included in Unit Cost/Bag as indicated on the Proposal Page. Granular fertilization of shrubs and groundcovers shall be applied by hand in a twelve inch (12") radius ring around the base of the plants. Trees and palms shall have a thirty-six inch (36") radius ring around the base. An 8 oz. cup equals one (1) pound. Trees and palms shall receive one (1) cup per one inch (1") caliper. Shrubs and groundcovers shall receive one (1) cup per three foot (3') of height or spread. Shrubs and groundcover shall receive one-half (1/2) cup per eighteen inches (18") of height or spread. All fertilizer shall be swept off all sidewalks, concrete curbing and paving. The fertilizer shall be applied as set forth in the following schedule. Turf Areas and Plant Beds containing Shrubs. Groundcovers and Trees The (13-3-13) fertilizer shall be applied at a rate often (10) pounds per one thousand (1000) sq. ft. for all areas. Four (4) applications of '13-3-13) fertilizer will be applied during the months of February, May, July, and September. One (I) application of (21-0-0) Ammonium sulfate at a rate of four and one half (4.5) pounds per one thousand (1000) sq. ft. shall be applied in the month of November. Four (4) applications of Sequestrene ~Iron at a mixture of 1.25 tablespoons per gallon will be applied during the months of March, June September and December. The application is to be a drench, at the root zone of all Bougainvillea, Juniper, Liriope, Allamanda, Iris, Ixora or any plants subject to iron deficiencies as determined by the Contract Manager. Six (6) applications of 20-20-20 at ten (10) pounds of materials per one hundred (100) gallons of water with Ferrmec AC 13-0-0 plus 6% iron at 1/3 gallon of material per one hundred (100) gallons of water. It is estimated that the turf and plant beds covering approximately ninety-one thousand seven hundred (91,700) sq. ft., will require the application of sixty (60) 50-lb. bags per Contract period. All applications shall be made during the first week of the month. Applications shall be made the day following irrigation when plant material is dry. Shrubs and groundcovers shall have the fertilizer blown or fan raked off following the broadcast application. Immediately after the Bid g000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continuedl Page 17 3 fertilizer is applied, the areas shall be watered. Fertilizers shall be removed from curbs and sidewalk areas to avoid staining. All applications shall be made during the first week of the month. Applications shall be made to turf the day following irrigation when grass blades are dry. In areas where applicable, immediately after the fertilizer is applied, the sprinklers shall be activated for thirty (30) minutes to bring organic fertilizers to the soil's surface and to dissolve water-soluble particles. Following this watering, the controls shall be returned to automatic mode. Fertilizers containing Iron shall be removed from curbs to avoid staining. Palms Contractor shall apply palm fertilizer during October and May as specified below. Collier County will provide fertilizer. Should yellowing occur on the top fronds, manganese sulfate will be required and if on the lower fronds, magnesium sulfate will be required to be applied with the 10-5-10 at the rates specified. Granular fertilization of the Palms shall be determined by the caliper (diameter) of the Palm trunk and applied by hand in a ring around the Palm's base at a twenty four (24") radius. It is estimated that the palms will require the application of sixty (60) 50-lb. bags per Contract period (thirty (30) bags per application). Formulation 10~5-10 Application Rate (Per Tree) 95 Cabbage/Sabal Palms 5 lb~. 44 Washington Palms 10 lbs. 5 Paurotis Palms 5 lbs. 6 Royal Palms 10 lbs. 97 Carpentaria Palms 3 lbs. 12 Queen Palms 10 lbs. 13 Date Palms 4 lbs. C. ORNAMENTAL & TURF SPRAYING Overall Ornamental & Turf Spraying of plants, shrubs and grassed areas within Areas 1 and 2 are included in the Contract. TABLE I Area 1 Turf Area (Floratam'} Planting Beds Median #1 3,625 sq. ft. 3,400 sq. ft. Median #2 1,525 sq. ft. 2,075 sq. ft. Median #3 940 sq. ft. 3,215 sq. ft. Bid g000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continued} Page 18 Median #4 925 sq. ft. 810 sq. ft. Median #5 3,310 sq. ft. 810 sq. ft. Median #6 6,060 sq. ft. 810 sq. ft. Median #7 270 sq. ft. 810 sq. ft. Median #8 1,700 sq. ft. 1,010 sq. ft. Median #8A 250 sq. ft. 810 sq. ft. Median #9 3,690 sq. ft. 1,045 sq. ft. Median #10 1,260 sq. ft. 810 sq. ft. Median #11 1,335 sq. ft. 955 sq. ft. Median #12 5,981 sq. ft. 1,304 sq. ft. Median #13 2,200 sq. ft. 1,060 sq. ft. Median #14 1,340 sq. ft. 945 sq. ft. Median #15 1,555 sq. ft. 945 sq. ft. Median #16 955 sq. ft. 870 sq. ft. Median #17 4;074 sq. ft. 1,266 sq. ft. Median #18 2,176 sq. ft. 874 sq. ft. Median #19 754 sq. ft. 851 sq. ft. Median #20 0 sq. ft. 1,165 sq. ft. Median #21 0 sq. ft. 1,075 sq. ft Median #22 0 sq. ft. 1,225 sq. ft. Median #23 & Bus Stop 0 sq. ft. 1,645 sq. ft. M-1 3,900 sq. ft. 3,655 sq. ft. M-2 3,900 ~q, ft, 3.655 so_. ft. Totals 51,725 sq. ft. 37,095 sq. ft. Area 2 Turf Area (Bahia) Planting Beds M-3 0 sq. ft 320 sq. ft. M-4 0 sq. ft. 320 sq. ft. Doral Bridge 2,040 sq. ft. 0 sq. ft. Abutments & R/W Lift Station Abutment 200 sq. ft. 0 sq. ft. Total: 2;240 sq. ft. 640 sq. ft. 3 1. It is required that the Pest Control Firm performing these services shall possess and provide the following to the Contract Manager: a. Valid State of Florida Pesticide License that complies with all Federal, State (Chapter 482) and local laws and regulations. b. Bachelor degree in Ornamental Horticulture and/or Entomology or the equivalent practical experience approved by the Owner. c. Current Contractoffs Occupational License for Pest Control Service. Bid g000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance"Page 19 16B SPECIFICATIONS (continued~ 3 2. The Pest Control Finn shall provide an overall written pest and spray program that shall incorporate ant and rodent control and shall meet or exceed the following minimum standards: a. Describe procedures, methods and techniques that will enhance the environment. b. Provide the maximum protection for the health, safety and welfare of the public and environment. c. List of all chemicals to be used. 3. The Pest Control Firm shall make on-site inspections and provide written reports to the Contract Manager once per month. 4. Methods of Application: One hundred percent (100%) coverage and penetration shall be provided. Insecticides and fungicides shall be applied at the proper pressure to provide maximum coverage. Chinch bug treatm.ents shall be applied at a minimum rate of ten (10) gallons of spray mix per one thousand (1000) square feet of treatment area. a. Insecticides should be alternated from time to time to prevent an insect immunity to the application. b. Herbicides used in turf areas shall be applied at the proper pressure. c. Herbicides shall not be applied when the temperature exceeds eighty-five (85) degrees. d. Spreader sticker (Nu-Film 17 or equal) shall be incorporated in all spraying of Groundcovers, Shrubs, Trees, Palms, and Turf Areas when recommended by the label. e. Spray applications shall be applied during times of"No-Wind" conditions. f. No trucks or tractors with bar type tires or a gross weight greater than three thousand (3000) pounds will be allowed within or on the median areas. g. At time of application, provide and place traffic control meeting Florida Department of Transportation, M.U.T.C.D. and Indexes. h. All spray application shall contain a wetting agent within the mix when recommended by the label or Contract Manager. Bid #000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Page 20 SPECIFICATIONS (continued~ 5. Rate of Application: All chemicals shall be applied at the rates recommended on the manufacture's labels. 6. Materials List: All insecticides, fungicities and herbicides chemicals to be used on turf areas and on plant materials shall be submitted in writing to the Contract Manager for review and approval. 7. Application Schedule: The number of applications shall be as listed below unless otherwise required based upon the on-site inspection reports. Ferrmec AC 13-0-0 plus 6% iron at one-third (1/3) gallon of material per one hundred (100) gallons of water to be added with each application of insecticide, fungicide and herbicide. a. Turf Areas: Insecticides & Fungicides - Twelve (12) applications on an as needed basis. Herbicides - Six (6) applications, to include Pre-emergent in February and September, Post-emergent in November, January and March or on an as needed basis b. Groundcovers, Shrubs and Trees: Insecticides & Fungicides - Twelve (12) applications on an as needed basis. c. Bed Areas: Herbicides - Six (6) applications, Pre-emergent in February and September, Post- emergent in November, January and March or on an as needed basis. 8. Additional Requirements: When it becomes necessary for the Contractor to return for additional spraying as directed by the Contract Manager due to non-performance of a required application, such shall be performed at no cost to the Owner. 3 X. MULCHING Organic Mulch Areas with no mulch or new planting areas shall have mulch placed to provide for a four inch (4") non-compacted or unsettled depth measured from the existing soil grade. The area to receive the Bid//000-3140 - "Lely Golf Estates M.S,T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continued~ Page 21 3 mulch shall be raked level to establish the proper finished grade and have all weeds removed prior to the placement of the mulch. Labor cost for weeding, hand grading and placement of new mulch shall be per Unit Cost as indicated on the Proposal Page. Re-mulching of plant beds and individual plant mulch rings shall have a two inch (2") non- compacted layer of mulch applied during the months of November and May. Prior to the re- mulching the Contractor shall turn, mix and if required remove a one foot (1 ') wide three inch (3") depth area of mulch and dirt from behind the back of curb around all medians. Labor costs for weeding, turning, mixing, removal of the existing mulch and for placement of new mulch shall be per Unit Cost as indicated on the Proposal Page. Mulch shall not be placed over utility boxes, irrigation heads or valve boxes that are located within mulched areas. General Mulch material shall be purchased by Collier County under its Annual Contract and coordinated with the Contractor for delivery purposes. D. MISCELLANEOUS SITE FIXTURES AND FEATURES Entry signage, accent lighting fixtures, flags, flagpoles, and benches shall be visually reviewed weekly to determine if malfunction, damage or a hazardous problem exist. If any damages or improper operation are found or viewed an immediate notification to the Contract Manager is required. Lane closure for median maintenance shall be limited. Upon proper placement of lane closed signs, pre-waming signs, arrow boards, traffic cones etc., the lane maybe restricted from traffic only during non-peak traffic periods 9:30 A.M. - 4:00 P.M., Monday through Friday, and 8:00 A.M. - 5:00 P.M. Saturday and Sunday, unless otherwise approved by the Contract Manager. F. IRRIGATION SYSTEMS This project site has both subsurface irrigation systems and conventional pop-up sprinkler systems. All services listed under this Section shall be covered in the Contract Proposal item "Irrigation System" cost under Basic Maintenance Functions. Contractor shall bid an hourly rate to cover all irrigation items listed below for each type of system. Subsurface Irrigation Systems: No excavation or mechanical metal blade edging around plant beds shall be done within these medians. Mechanical metal blade edging is permitted along the back of curbing. Bid g,~00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Page 22 SPECIFICATIONS(continued] 16~ 5 Contractor shall provide on call services to this project upon request of the Contract Manager with regards to problems with the subsurface systems. All labor and material costs to repair leaks or damage in the porous piping or minor PVC piping shall be covered in the Proposal unit pricing. The Contractor shall be responsible for acquiring the replacement parts necessary for repairs. Contractor shall use only County approved replacement parts. Contractor shall maintain on staff at all times a porous pipe system trained or subsurface system technician, approved by the Contract Manager, for maintaining the systems. Weekly Service Requirements: 1.A visual inspection of the subsurface irrigation systems shall be performed weekly to determine if the systems are functioning normally and if cuts, leaks, piping damage, flooded areas exist, and repair as necessary. This shall also include review and re-setting of the controllers and in-ground moisture sensor adjustments as needed. 2. System Computer / Controller a. Operate, adjust, and set controller to provide proper operation of the systems. b. Diagnose and repair electrical and mechanical malfunctions. c. Monitor and adjust the system zones moisture levels based upon moisture sensor readings. d. Operate controller on automatic, manual and single trip operation. e. Monitor controller standby battery backup and replace as required. 3. Autorllatic Control Assemblies and Ouick Coupling Valves a. Review control valve assembly and by-pass system for proper settings. b. Open zone control valve assemblies and quick coupling valve boxes to review valves for leaks; pressure gauge operation; proper settings and are clean of debris or mulch. All cuts, leaks or other piping damage found to be caused by the grounds maintenance personnel or subcontractors performing services in the landscape areas shall be repaired immediately at no costs to the County. Within all work areas the Contractor shall review the plant material and tuff for dry conditions and if found, advise the Contract Manager and correct the problem immediately. Review system water source connections to include water meters, backflow preventers, gate valves, points of connection and main lines for proper operation. Bid ~q~00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Page 23 SPECIFICATIONS (continued~ Monthly Service Requirements: 1. Autor~atic Control Valve Assembly a. Manually operate valves, and clean valve assembly filters. 2. Backflow Assembly a. Review assembly for proper operation and clean filters as needed. 3. ' k u li Valv a. Review boxes and operate valve. 4. Manually mn the system with open flush caps and review sprinkler head indicators located at the end of zones. 5. Review pressure gauge readings at control valve assemblies for each zone, as well as gauges located at the end of zones where present to determine the system and porous piping is functioning properly. 6. Check, analyze and adjust flow control devices as required. Quarterly Service Requirements: I. Review all subsurface system piping, valve assemblies, wiring, moisture sensors and controllers for overall general operation and provide adjustments as required to assure proper operation and irrigation application. Conventional Pop-up Sprinkler Systems 168 3 Labor and material costs for these listed irrigation services and minor system repairs shall be included in the Contract Proposal Unit Pricing. Weekly Service Requirements: 1. Each median zone shall be manually turned on at the valve to ascertain proper operation of the system. 2. Repair system for any blown-offheads, broken lines or leaks around heads or valves. 3. Check the controllers and rain sensing devices for proper operation and settings. 4. The Contractor shall further adjust all sprinklers heads to ensure that all landscaped areas receive total one hundred percent (100%) irrigation coverage. Bid g000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Page 24 SPECIFICATIONS (continued~ 16B 3 5. Within all work areas the Contractor shall review the plant material and turf for dry conditions and if found, advise the Contract Manager and correct the problem immediately. Monthly Service Requirements: 1. Manually run the system, clean and adjust sprinkler heads/nozzles and concrete donuts as necessary to ensure for proper coverage and that there are no sprinkler heads/nozzles spraying directly into the roadway. General Service Requirements for Irrigation Systems: 1. Should South Florida Water Management District or other governing agency establish water restrictions, the irrigation systems shall be inspected and all controllers set to the mandated hours of operation set by the District. Subsurface systems are exempt from water restrictions. 2. Replace defective heads or nozzles, install or replace defective risers and repair minor breaks or restricted sprinkler lines. 3. Replace damaged valve boxes/lids if caused by the Maintenance Contractor. 4. Inspect, clean and replace, if necessary, screen/filters within the sprinkler heads. 5. Use only County approved replacement parts, and use only matched precipitation head replacements. Sprinkler heads if needed, to be replaced shall be supplied by Collier County. 6. Keep all grass and mulch out of all valve boxes. All valve boxes in sod areas to be kept at sod level. All valve boxes in plant beds to be kept two inches (2") above finished mulch level. Inside of all valve boxes shall be kept clean, and the valves shall be kept 100% accessible. 7. Upon issuance of a "Notice to Proceed" the Contractor shall review all irrigation systems and notify the Contract Manager of any existing problems. 8. Total one hundred percent (100%) irrigation coverage shall be maintained within all landscaped areas while this Contract is in effect. 9. Notification to the Contract Manager is required when acts of vandalism or accidents have occurred to the irrigation system. Bid 6000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continued} Page 25 168 MISCELLANEOUS IRRIGATION MAINTENANCE RESPONSIBILITIES Should the temperature be forecast to be below thirty-four (34) degrees, the Contractor shall be responsible for turning the irrigation system off in order to protect plants from possible freeze damage. 2. It shall be the Contractor's responsibility to notify the Contract Manager of any irrigation problems or additional irrigation maintenance needs. Major repairs to the irrigation systems include repairs to valves, controllers, electrical wiring, main lines and costs of materials will be considered as additional expenses to the Contract and must be approved by the Contract Manager prior to such repairs being performed unless an emergency condition exist require immediate repair. Minor repairs include replacement of heads and nozzles, installation or replacement of risers, repair of minor/lateral pvc piping breaks or subsurface piping or restricted sprinkler lines, replacement of damaged valve boxes/lids, rain shutoff devices and bypass switches necessary for proper and safe operation of the systems. Should additional costs be involved which are not covered within the Contract Specifications, a Unit Cost shall be agreed to by the Contractor and the Contract Manager prior to performing additional services. 5. The irrigation service personnel shall have on-site two-way hand-held communications during all services and/or inspections. G. EMERGENCY LANDSCAPE MAINTENANCE SERVICES By submittal of its bid, the Contractor agrees that the listed services Unit Costs in the Proposal Pages under this Contract shall also be made available to the County on a temporary basis as emergency landscape maintenance services. The contracted services within these specifications and contract may be required to be temporally performed at another project site located within Collier County. The Emergency Services item costs shall be based upon this project's square foot areas and bid Unit Costs converted to square foot costs as listed in the specifications and contact Proposal Pages and agreed to by both parties. If additional travel expenses are determined to be necessary for travel to an Emergency Services project site the Contract Manager and Contractor will determine an amount of hours to be billed at the hourly rate charges as listed under "General Services" of the Proposal. H. TURF ORIGIN AND OUALITY All turf supplied shall be "Nursery Grown" or "Field Grown" for the purposes of sodding and shall be a "Premium Grade Sod" as specified below. The sod shall be cut, delivered and/or laid in Bid #000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" SPECIFICATIONS (continued) Page 26 16B 3 accordance with the following specifications or the most current and accepted Horticultural Industry's Standards and Practices whichever is more restrictive. All sod shall be delivered to the site and be accompanied with a delivery ticket listing quantity, origin and date and time the sod was cut and loaded. Sod shall be delivered at the specified site within a twenty-four (24) hour period after field cutting and shall be laid within a forty-eight (48) hour period after field cutting. Sod being transported for a time period greater than one (1) hour shall be covered during transport. The Contractor acknowledges that acceptance of any sod at anytime of a Grade other than the Premium Grade specified in this Contract shall not establish a lessor standard or relieve the Contractor from providing the Premium Grade sod as specified for the duration of the Contract period. Premium Sod Sand Grown: Turf grown on 90% natural sand. Muck Grown: Turf grown on soil containing 50% or greater amounts of organic materials by volume. Each sod pad shall be insect and disease free, vigorous and have healthy green color in appearance. The top growth (grass blades or foliage), shall have no more than ten percent (10%) chlorosis within the top growth and contain no thatch or dead vegetation layer within each pad. Sod shall be weed free, but in no case shall the weeds exceed two percent (2%) of the total sod pad. Pad Size: Individual sod pads shall be cut to industry standard widths and lengths with a deviation no greater than +/- five percent (5%). Broken or uneven ended pads will not be accepted. Pad Thickness: Thickness of the cut sod shall be to the industry's standard, but in no case shall the thickness of the soil be less than one inch (1") in depth for St. Augustine and Bahia grasses. Strength of Pad: Standard size pads shall be mature, well rooted and contain a soil layer thick enough to provide a strength that will support the pad's weight and maintain it's size and shape when the pad is suspended vertically by hand on the upper ten percent (10%) of the pad section without tearing apart. Moisture Content: The sod soil shall contain enough moisture so that the soil is not excessively dry or wet. In no case will the sod be accepted if the soil layer becomes harden, loose so not to hold it's shape and/or hydrophobic in nature. Bid #000-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance"Page 27 I. OUANTITIES SPECIFICATIONS (continued~ 16B 3 The Quantities listed in the Contract Proposal are approximate and are for the purpose of bid evaluation. The County reserves the right to order such quantities as may be required during said period, but does not guarantee any minimum or maximum to be ordered during the period specified. CONTRACT PROPOSAL d,,.,,,; //,o, DATE DUE: September 6, 2000 ~ 2:30 p.m. Board of County Commissioners Collier County Government Center Naples, Florida RE: Bid No. 00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" Dear Commissioners: The undersigned, as BIDDER, hereby declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done; and that he has examined the Specifications for the work and the Documents hereto attached. The B1DDER further declares that the only persons, company or parties interested in the Proposal or the Contract to be entered into as principals are named herein; that this Proposal is made without connection with any other person, company or parties making Bid or Proposal; and it is in all respect fair and in good faith, without collusion or fraud. The BIDDER further certifies that he has familiarized himself with the Federal, State and Local laws pertaining to the type of work proposed. The BIDDER proposed and agrees, if this Proposal is accepted, to Contract with the OWNER in the form of Contract specified, to furnish work in full, in complete accordance with shown, noted, described and reasonably intended requirements of these Plans, Specifications, Contract Documents and all Addenda thereto for the following Unit Prices: Any discounts or terms must be shown on the proposal form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than (15) days payment be offered. Prompt Payment Terms: ~]]I~°/o t~t/l~ Days; Net 30 Days Addenda received (if applicable): #1 f~ #2 ~ #3 td~q Bid #00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" ]6B 3 The Service to be furnished by us is hereby declared and guaranteed to be in conformance with the specifications of Collier County. The undersigned does agree that should this Proposal be accepted, to execute the form of contract and present the same to the County Purchasing Director for approval within fifteen (15) days after being notified of the awarding of the Contract. The undersigned does further agree that failure to execute and deliver said forms of contract within fifteen (15) days, will result in damages to the County. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 2000 in the County of (g L ~_, ~ , in the State of t'-~ ,-)~. day of ~'~{',t-vo.~? Bidder's Co,.m. plete Legal Name Circle one: amor t Sole Proprietorship, P~ership Address - ~ Cid, State, Zip T~ed angWfitten'~amre Title b7~' c. CONTRACT PROPOSAL fcontinued) I. BASIC MAINTENANCE FUNCTI,QNS Cost to Perform Basic Maintenance Functions as follows: Function Oty. Unit Mowing & Edging 52 Ea. Irrigation Systems a. Subsurface systems160 hrs.Ea. b. Conventional systems80 brs.Ea. Weeding 52 Ea. Trimming & Pruning 52 Ea. Trash Removal 52 Ea. Street Cleaning 52 Ea. Traffic Control 52 Ea. SUBTOTAL "A" (Annual costs): SUBTOTAL "A" (divided by 12 months) Monthly Total Unit Cost Total Cost II. Site Specific Maintenance Functions as follows: A. ][I~B~i~I]I~ (County will supply granular fertilizer) Function Tuff, Groundcover, Shrubs Painas and Canopy Trees Perform Sequestrene Iron Drench Application 20-20-20 Qty. unit 300 Bags Ea. 4 Ea. 6 Ea. Unit Cost Total Cost s. I 'Z) - SUBTOTAL "B" CONTRACT PROPOSAL (continued) $ ~,v?o 3 Bid//00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maimchance" B. ORNAMENTAL SPRAYING Function Q_ty, Unit Unit Cost 12 Ea. Appl. $ 6 Ea. Appl. $ 0~t0 ~ Turf Area: Insecticides & Fungicides AC 13-0-0 plus 6% iron Herbicides AC 13-0-0 plus 6% iron Groundcover, Shrubs&Trees: Insecticides&Fungicides ACI3-0-0 plus6%iron 12 Ea. Appl. 6 Ea. Appl. Herbicides AC 13-0-0 plus 6% iron C. MULCHING OF PLANT BEDS Ftmction O.ty. Unit Application (May & Nov.) 1,600 Bags Ea. $ ~' SUBTOTAL "C" Unit Cost $ ~qo Total Cost Total Cost $ IqYt f D. MISCELLANEOUS SITE FIXTURES AND FEATURES Function Q_ty. Ullit Visual review 52 Week Unit Co~t Total Cost $ / 3aV E. CANOPY TREE AND PALM PRUNING Function O~_, Ullit Unit Cost Canopy Trees: - (April and September): Dahoon Holly 45 Ea. Cut $ /] '~ Black Olive I Ea. Cut $ q~F ~ Tabebuia 3 Ea. Cut $ SUBTOTAL "D" Total Cost $ $ s Bid g00-3140 - ~Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance~ CONTRACT PROPOSAL ~continued) Palms: (June): Sabal/Cabbage 97 Ea. Washington 44 Ea. Paurotis 5 Ea. Queen 9 Ea. Carpentaria 96 Ea. HI. SUMMARY OF ANNUAL COSTS Basic Maintenance Functions (Subtotal "A" Annual Costs) Separate Maintenaqce Functions for: Fertilization (Subtotal "B") Ornamental Spraying (Subtotal "C") Mulching of Plant Beds Miscellaneous Site Fixtures and Features Canopy Tree Subtotal ("D" x 2) Palm Pruning Subtotal ("E") $/~--' $ $ /~--~$ /3£~- $/~ ---$ SUBTOTAL"E" $ 3,078--- $ l qqo .- IV. T I $ "~l t0 ~9~) ~ V.TOTAL MEN (Crew Size) TO PERFORM SERVICES (Minimum 4 person crew required per week) Per Week q 3 Bid//00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance~ CONTRACT PROPOSAL (continued] 168 ESTIMATED TOTAL MAN-HOURS TO PERFORM REQUIRED SERVICES (The Contractor shall submit the amount of man-hours that they intend to provide to this Contract on a weekly basis.) Hours Per Week ~c~ VI. ADDITIONAL LANDSCAPE MAINTENANCE SERVICES Should additional work of the following description be required, adjustment will be made to the Contract Sum at the following Unit Prices, which shall include all expenses, including overhead and profit. Labor (per man-hour) Supervision (per man-hour) Irrigation Labor (per man-hour) only Irrigation Supervision (per man-hour) Rental cost per day of a 4,000 gallon tanker with Operator with required operator license. $ 27, $ 38, B. pLANTiNG SERVICES These services shall be activated in the event that damaged or dead plant material requires replacement and/or landscape areas require minor renovations. Quotes requested for items under this Section generally shall be for small quantifies. The Contractor shall bid installed Unit prices which includes materials and labor required for the installation and watering until establishment or irrigation system is providing coverage. All plant material provided shall be Florida #1 or better as specified by the Department of Agriculture's "Grades and Standards for Nursery Plants" Volumes I & II latest edition. ITEM Unit Unit Cost Mulch Shredded Cypress Bark, Grade "A", 2" depthsq. fl. $ Eucalyptus, Grade "A", 2" depth sq. fl. $ Designer red mulch, Grade "A", 2" depth sq. ft. $ 3, o-~ Pine straw, 3" fluffed depth sq. ft. $ Washed shell, 3" depth sq. f~. $ CONTRACT PROPOSAL fcontinued) ITEM plants a. 4" Container, Annuals / Perennials Begonias, Impatiens, Lantana, Pentas Purple queen, Dune sunflower, etc. b. allo~ African Iris Coontie Day-lily, evergreen variety Fla. Gama grass Juniper 'Parsonii' Liriope 'Evergreen giant' Purple queen Spider lily c. 3 Gallon Container Cocoplum 'Horizontal' Coontie Dwarf bougianvillea Fakahatchee grass Florida privet Fountain grasses Ilex 'Schellings dwarf' Indian hawthorn 'Alba', white Ixora 2qora grant' Dwarf Ixora Juniper 'Parsonii' Spider lily Thryallis Turnera 'Yellow Alder' Wax m3ntle Saw palmetto Sea oats Silver buttonwood Simpsgn stopper Varigated pittosporum Walter's vibumum Unit each each each each each each each each each each each each each each each each each each each each each each each each each each each each each each Unit Cost $ $ CONTRACT PROPOSAL (continuedl ITEM Unit Unit Cost d. 10 Gallon Container Bottlebrush 'Red cjuster' Cardboard palm Cattley guava Crinum lily Crape myrtle Hibiscus standard King sago Ligustrum Myrsine Silver buttonwood Simpson stopper Wax myrtle Varigated pittosporum each $ each $ IiO, each $ each $ /cO,'-' each $ /00.~ each $ 1oD,~ each $ /2o.~ each $ each $ /20. each $ each $ /oo. each $ each $ /oo. e. 30 Gallon Container Bottlebrush 'Red cjuster' Cassia Crape myrtle Dahoon holly Holly 'East palatka' Foxtail palm Ligustmm Live oak Mahogany Red maple Orange geiger Slash pine Tabebuia qpe' Wax myrtle White geiger each each each each each each each each each each each each each each each CONTRACT PROPOSAL (continued} ITEM Unit fi 65 Gallon Container Bottlebrush 'Red cjuster' Crape myrtle Dahoon holly Holly 'East palatka' Foxtail palm Ligustrum Live oak Mahogany Red maple Orange geiger Slash pine Tabebuia 'Ipe' Wax myrtle White geigei' each each each each each each each each each each each each each each Palms Sabal palm (10' to 20' CT.) Sahal palm (10' to 20' Booted) Key thatch palm (6' to 7' HT., field grown) Royal palm (16' to 18' CT) Carpentaria palm (16' CT.) Washington palm (30' CT.) each each each each each each Canopy Trees Live oak (100 gal. Cont., 4"-5" cal., 16'ht.) Live oak (200 gal. Cont., 6"-8' cal., 20' ht.) each each Unit Cost $ 200.°0 $ ZqO. $ 950, $900. $ CONTRACT PROPOSAL (continued~ C. LIQUID FERTILIZATION APPLICATION Apply Peters 20-20-20 at 10 pounds of material per 100 gallons of water with Ferromec AC 13-0-0 plus 6% Iron at 1/3 gallon of material per 100 gallons of water. Unit Unit Cost Turf per sq. fl. $ 0,015 Planting Beds per sq. fl. $ D. SOD SERVICES Unit Unit Cost per sq. ft. $ Removal of existing sod/weeds with sod cutter or by hand and prepare soil/area to the proposed finished grade suitable for new sod (Includes one herbicide treatment and all landfill tipping fees). E. SOD / TURF GRASSES Delivered, off-loaded, fine graded for sod, laid in place, rolled and trim edges as necessary: Sod cost for areas with subsurface irrigation systems will require daily supplemental top or hand watering until the subsurface irrigation system provides adequate watering (approx. 3 weeks). St. Augustine Conventional Subsurface Irrigation Irrigation Unit Unit Co~t Unit Cost 1. Floratam: Muck grown per 500 sq. ft. pallet $ 2(:,0, ~ $ /-frO, ~ Sand grown per400sq. ft. pallet $ ~lO,~ $ 360,°-0 Palmetto: Muck grown per 500 sq. ft. pallet Sand grown per 400 sq. ft. pallet Bitter blue: Muck grown per 500 sq. ft. pallet Sand grown per 400 sq. ft. pallet Bahia 1. Argentine: Sand grown per 400 sq. ft. pallet $ /qO. ** $ 2~0.~.~ Bid 6'00-3140 - "Lely Golf Estates M.S.T.U. Roadway Grounds Maintenance" VII.~ Street Sweeping CONTRACT PROPOSAL ¢continued~ 16B 3 SUBCONTRACTORS TO BE USED: (In no instance may subcontractor(s) perform more than 49% of NalTle Name the Total Bid amount) Name ,q'/n t' ' (~pra3~ng) Phone Phone Phone Documentation enclosed: · Copy of current Landscape Contractor's License. or Unlimited Landscape Contractor's License. · Verification of current projects in landscaping maintenance business. ,~' yes '-/yes no no ,~ List of owned and/or leased equipment. · Documentation of minimum three (3) years experience within Southwest Florida. V/yes /yes no no Photo and/or manufacturer's brochure with specifications of street sweeping equipment provided. Verification of Maintenance of Traffic Policy requirements provided. ~yes yes no no 16B 168 ~, 6B LOCATION: ZONED: COLLIER COUNTY TAX COLLECTOR 2800 N. HORSESHOE DRIVE ,, NAPLES, FLORIDA 34104 ,, (9~=~.,,1.! ~72477 ;~' i~HIS LICENSE EXPIRES SEPTEMBER 30, ~, ~ ~, ,/ DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION~ FAILURE TO DO IS CONTRARY TO LOCAL LAWS. LEGALFCRM IN~VIDUAL PARTNERSHIP CORPORATION SEATING CAPACITY ROOM COUNT NUMRER OF EMPLOYEES NUMBER OF VENDING MACHINES PROFESS ONAL REG, NO, SUSINE{~S PHONE LOCATION: ZONED: COLLIER COUNTY OCCUPATIONAL LICENSE TAX COLLIER COUNTY TAX COLLECTOR 2800 N. HORSESHOE DRIVE ? NAPLES, FLORIDA 34104 · ~1 ~,~3-2477 THIS LICEN.SE ~XPiRES SEPTEMBER 30 ~'~ ~' DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION FA LURE TO DO S CONTRARY TO LOCAL LAWS. SEATING CAPACITY ROOM COUNT NUMBER OF EMPLOYEES NUMBER OF VENDING MACHINES PHONE COUNT CLASSIFICATION LEGAL FORM PROFESSIONAL REG. NO. , B~$ I~S PHONE This dccument is a~ ~ccupational ricenee tax only, This is not cer~ific~.tion that liCeneee [S qualified It does not r permit the I~censee to violate any exisllng regulator? or zoning laws of the s~ate, county. or cities nor does it exempt the licensee from any other license or permits that may be required by law. ~ : :! ~i! ;'~: ~ WALK-IN OR POSTMARKED BY: I OCT, I - OCr. 31 t NOV, 1 - NOV. 30 I DEC, 1 - DEC. 31 I JAN, 1 AND AFTER I LICENSE NOJCODE 16B 3 COMMV, RCI^L LAND M^INTE ^ CE, INC.,.[ B FULL SERVICE L~ MANAGEMENT 3 September 5, 2000 EXPERIENCE LIST RE: "Proposal for LELY MSTU" For your information and consideration the following is a list of projects similar in scope of work on which this company has demonstrated an above average record of performance. Collier County Transportation Mr. Val Prince Full Maintenance service at Immokalee City Medians: April 1995 to Present. 774-8494 Collier County Transportation Mr. Val Prince Full Maintenance service at Golden Gate Medians: Oct 1995 to Present. 774-8494 Collier County Transportation Mr. Val Prince Full Maintenance service at Immokalee Road Medians: October 1996 to Present. 774-8494 Collier County Transportation Mr. Val Prince Full Maintenance service at Airport-Pulling Road Medians: October 1999 to Present. 774-8494 City of Marco Island Mr. Angelo Ubertaccio Full Maintenance Service at City of Marco Medians July 2000 to Presem 389-5000 The following is a list of past projects similar in scope of work within the Southwest Florida area on which this company has demonstrated an above average record of performance for over the past three years. 370 COMMERCIAL BOULEVARD NAPLF. S, FL 34104 (941) 64~14i205 FAX: (~t41) 64~t-5012 ................................................................................ COMMERCIAL LAND MAINTENANCE, FULL SERVICE LANr~CAPE MANAGEMENT 3 Collier County Govt Ctr Mr. Skip Camp Full Maintenance service at Main Government Center: Dec 1991 thru Nov 1994 774-8380 Collier County Govt Ctr Mr. Ron Holder Full Maintenance service Satellite Facilities i.e., Libraries, EMS Stations, and Sheriff substations, 24 sites total: November 1994 to September 1997. McGee & Associates Mr. Mike McGee Landscape Architect Consultant to Collier County Median Maintenance Apr 92 to present. 774-8380 Agriculture Center 417-0707 President Commercial Land Maintenance, Inc. 370 COMMERCIAL BOULEVARI> NAPLES; FL 34104 TEL,: (~41)643.6205 FAX; (941)643-5012 E-M~It: COMMLAND~AOLCOM ................................................................................ COMMERCIAL LAND MAINTENANCE, FULL SERVIC~ L~ MANAGEMENT September 5, 2000 EQUIPMENT LIST Re: "Proposal LELY MSTU'"' For your information and as requested in the bid documents the following is a list of equipment owned. All equipment is fully operational and in current use on Collier County medians maintenance and other projects. Vehicles: Five (5) 2000 GMC Sierra 3500 Dump Trucks One (1) 2000 Dodge Ram 2500 quad cab pick-up One (1)2000 GMC Saranab Van One (1) 2000 GMC Sonoma pick-up one (1) 1999 Dodge Durango 0ne(l) One(l) One(1) 0ne(1) One (1) One(l) one (1) one(1) one(l) One(l) One (1) 1998 Dodge Dakota quad cab pick-up 1998 GMC Sierra 3500 Dump Truck 1994 Dodge Ram 1500 pick-up 1994 Chevrolet Tiltmaster Dump Truck 1990 Ford F-350 Dump Truck 1989 GMC 1500 pick-up 1988 Chevrolet l-ton Dump Tmek 1988 Dodge 1-ten Dump Truck 1985 Chevrolet ~/4-ton Dump Truck 1985 Ford F-350 Dump Truck 1974 Ford 1-ten Utility truck one (I) 2000 ExMark Lazer 60" Mulching Mower one(1) 2000 EraMark Lazer 48" Mulehing Mower One (1) 2000 ExMark Hydro Walk-behind 48" Mulching Mower Four (4) 1998 ExMark Lazer Z 60" Mulohing Mowers Three (3) 1998 ExMark Lazer Z 52" Mulching Mowers One (1) 1999 Walker 52" diesel mulching mower Three (3) 1995 Lesco 52" Mulching Mowers One (1) Lesco 48" walk behind mulching mower Three (3) John Deere 54" walk behind mulching mowers Two (2) Snapper 21" Self propelled gnulohing mowers One (1) Gravely ATM-72, self leveling all terrain 72" mower Specialty Equipment: One (1) 1993 John Deere 770 diesel fi'ont end loader with box blade and bosh-hog one (1) 1999 John Deere 4x2 Gator Utility vehicle One (1) 1998 Textron EZ-Go spray rig with 150-gallon motorized spray tank with booms Two (2) 1995 Lesco 100-gallen motorized spray tanks One (1) 1990 John Deere AMT-600 utility vehicle 3~0 COMMERCIAL][IOULEVARD NAPLES;, FL 34104 TEL,; (941)6434z205 FAX: (941)643-50!2 £-MA1L: COMM1.AtqI~^OL.COM FULL $ERVlCE L~ MANAGEMENT 3 Three (3) 1995 EZ-Go golf carts One (1) John Deere 935 mower converted for fertilizer spreading One (1) 1990 Bandit Mighty I[ tree chipper one(1) 1988 Ditch Witch trencher one (l) 1988 gasoline powered sod cutter one (1) trailer mounted arrow board for traffic control Solar Powered 25 light one (1) truck mounted arrow board for traffic control Two hundred (200) cones for lane clos~e and all DOT signs for traffic control Ten (10) trailers complete with blowers, chainsaws, edgers, string trimmers, hedge trimmers, power pruners and all hand tools required for landscape services One (1) 1999 Hi-Reach 42' portable aerial bucket boom One (1) complete mechanics facility and work truck with full time mechanic on staff for emergency mechanical services. Please advise if you require any additional detail regarding our equipment inventory. R¢~ards, President Commercial Land Maintenance, Inc. 370 COMMERCIAL Botr~Ex'ARO NAPLES, FL 34104 TEL,: (941)643-6205 F,~X: (941)643-5012 E-MAlL: COMMLAND~AOL.COM ALI~ BRUSH STREET $NEEPER - DUAL STEERING AND [~RUSHES PICKS UP HEAVY DIRT DIMENSIONS Total Empty W~3 ht 4389 kg 96~6 lbs. Empty ~eight De~ axle -- Fro~t 2358 kg 6180 --Rear 20~O kg 4~ Ib~. '~ base 2235 mm 8~in. O~wal! Sweeping w~th ~ mm 1~ ~r~l w~ 1~ mm 76 ~n ~l ~ht ~ mm ~ in Maximum turni~ r~i~ ~72 mm I~ in. D.spl~nt ~ cm3 (2~ CID) ~ake HP (SAE J2~) 75 ~ ~ ~pm Torq~ 175 }b. if- ~ ~ ~m ~ ~L~ IJ~luid cooled parmamat anti-freeze Fan d~ 457 mm 18 FUEL T~K ~ACI~ 145 litr~ (~ lair(at gallons) (~.5 U.S. gallons) HYOM~IC ~L T~K 123 litr~ (~ Im~at gallons) (~5 U.S. 9all~s) (GA~) ~5 k9 10,~ I~. St~rable dri~ Leaf s~ng R~ ~LE Gross ~te welgh~ rating (GAWR) ~ kg 14.~ I~. ~ du~ ~ SPEaRrATIONS MODEL $R 22OO MAIN PICK-UP BROOM Type of Core - ateel secti(mal Core diam~er 254mm (lOin) Length of core 1016 mm (40 in.) Filled dmmete~ 812 mm (32 m) Type of 1i11~ - ~ polypropylmle. $TD. com~e w~ra, or hell and half Type of sus~e~s~of~ - ~ori~g 6dating with weight adlu$tment and sho~k absorber dampening Hydraof.: direct ~ - hy~ntulic refie! vMve protected CONVEYOR Type of co~veyor system · s~uee~ec Type ot cO~v~yor dnve- hydraulic moto~ direct drive with hy~ntulic relie~ valve protection reveraible DIRT HOf~ER HolN~er capacity 3 ms 4 cubic yard Type of dumping - rear Dumpi~J Height 2641 mm 104 m. Dump cylindem 89 mmx 813 mm 3~/~ in x 32 in WATER SYSTEM Tank capacity - 863 lit res (1 gO imperial gallo~s) (228 U.S gallons) Tank material - metal. complete with e1~oxy lining Two wetre* pump~ - electric diaphragm Capacity - 13.6 I/tan (3 gel Jain,) each OPERATOR C~JIN PresSurized - low n~se level Glass area approximately ~12 cruz 4~2 ~. in. STEERI~ 3 BRAKE SYSTEM Hydraulic I:x)we~ ~sr, isl d~su front drum rear and hydraulic dynamic braking WHEEL~ Fro~t wheels - rim s~za - 420 mmx 240 mm (165 x 975) Rear wheels - rim size- 420 mmx 240 mm (16.5 x 975) TIRES Front ti(e ~ze - 12 x 16.5 Rear tire size - 12 x 16.5 LOad Range- 12 P.R ELECTRICAL Alternator- AC 12¥ 105A Battery - OC 12V 525 CCA Horn - standard Diameters- 1118 mm No. of segme~ls - 4 Type of impact [~'otect ~ - ~oring Tybe of s~sion - Hydraul~ Direr Orl~ Vatable s~. re~ib~ IN~TRUMENTA~ON Fuel ga~ T~om~ ~ter tempeturn ~om~m Engi~ oil pr~e ~uge LIGH~NG 4-way fi~hers, fret and rear Revolvi~ light IN STREET MAINTENANCE EQUIPMENT DESIGN AND PERFORMANCE, SWEEPRITE CLEANS A PATH FOR OTHERS TO FOLLOW! DEALER STAMP BOX 168 3 . you me simjM and have only one job; m S EMm''l'if: eyouMenmnied, have only onejob. andyo~, spouse dues not w~ or . . B- C En~t. -1- fM yore spinroe. But. you may clx)ose to eraer -0- if lmu a~e manlad and have etth~ a woO, ing .-~ ~ nmm than one job. IE~ -0- may help you a,mld having too lime tax ~dmMd.) ........... C __ D F. nte~numbefofdq~Jo~,~.U,mnyourspou.~eot~x~salf)lmuwillclaimonyourtaxretum ...... D- E ~-1-if~wi~lfik~hm~dofhousehoklo,n~3ur~xr~~u~i~HmaMofhousahMdabove) - E- F Enter ,.1- i~ you have at least S1,500 ~' dMId or d~ care m~Jmnses for which Y~u Plan to cla~ a ~ F G Chid T~ Cradt H Add~inesA~."mughGandanta~t~a~hem~iM~:Tt~s~ybe~fe`er~3m~MrL.m/~r~emP~k~s.1~~-~ )' H ~ f e if you plan to Itamllxe or dadm a~uslmer~ to income Mid want to reduce YOUr withhr~, see the ~ F~' acoJr~, J a.d AdJustmorns Wodo,heM m ;~ge Z . -r~., ~ e if .,a~,.. of ,~e above ,.~.,.=~s a13~es. :.~ hem and entre. the rtumb~ ~orn line H on line 5 d F~ W~ ~. 168 7 MEMORANDUM Date: To: From: Re: September 27, 2000 David Hope, Manager Public Transportation Ellie Hoffman, Deputy Clerk Minutes & Records Department Agreement Between COMSIS Mobility Services, D/B/A Intelitran and Collier County Inc. Enclosed please find one original document as referenced above, approved by the Board of County Commissioners on September 26, 2000 (Agenda Item #16B7). If you should have any questions, please contact me at: 774-8406. Thank you. Enclosure Enclosures (6) AGREEMENT 7 THIS AGREEMENT, made and entered into on this j:~.~day of ..~...; 2000, by and between COMSIS Mobility Services, Inc. d/b/a/intelitran, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, hereinafter called the "County" WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the work July 1, 1999. The contract shall be for a three (3) year period, commencing on July 1, 1999, and terminating on June 30, 2002. 2. STATEMENT OF WORK. The purpose of this Agreement is to provide community transportation services in accordance with Florida Transportation Disabled Commission statutes and regulations and the statutes and regulations applicable to Medicaid transportation services delivered in the State of Florida; and such other transportation services as Contractor shall be directed to provide. Contractor shall provide a turnkey management program for the implementation, scheduling, and monitoring of a program for the transportation of the general public, seniors, and individuals with disabilities based on the following requirements. Service shall include all customary management services associated with the operation of a Florida Community Transportation Coordinator (CTC) including, but not limited to: 1. Operating a reservation center for receipt and processing of calls from riders to reserve trips using the service. 2. Routing and scheduling of community transportation trips, including assignment of trips to carriers using carriers under contract to County (if any) or under contract to Contractor. 3. Monitoring service provided by careers. 4. Review and verification of invoices from careers and approval of carder invoices for payment. 5. Requiring carrier compliance with all state, federal and local statutes and regulations governing their services including all requirements of the Transportation Disadvantaged Service Plan (TDSP) and System Safety Program Plan (SSPP). The Contractor is required to monitor the performance of the operators on behalf of the County. Monitoring activities may include monitoring of recruitment and training procedures, monitoring of radio transmissions, monitoring of vehicles, inspections of vehicles, both during and not during revenue service, and monitoring 1 16B of required documentation. If in the course of its monitoring, the Contractor discovers any violation by any operators of its contract, the Contractor is required to notify the County (in writing) as soon as possible but not more than five (5) days after said violation. If the Contractor becomes aware of any accident or incident involving an injury to a rider or, a member of the public, or any employee of the Contractor or operators, the Contractor is required to notify the County immediately by telephone and in writing within twenty-four (24) hours. The operators are required to notify the Contractor of any incident of rider misconduct for corrective action. The operators are prohibited from refusing service to any rider unless providing service would pose an immediate safety risk to the rider, to other riders, or to the operator's personnel or property. In such instances, the Contractor is reqtfired to notify the County immediately by phone and to provide a written report of the incident within one (1) business day. 7. Distribute notices, fliers, brochures, surveys and other documents to operators for distribution on board vehicles. 8. Attend regular meetings of the Transportation Disadvantaged Local Coordinating Board (LCB) and other public bodies where the program is a topic of discussion. 9. Attend occasional public hearings where service is discussed. 10. Develop a checklist form to be completed by each operator for each of its drivers prior to their employment on the project. This checklist shall indicate every piece of information that the operators have on file regarding the drivers. Driver Requirements are identified in the System Safety Program Plan (SSPP) and the Transportation Disadvantaged Service Plan (TDSP). A sample checklist is contained in the SSPP. The Contractor must keep all insurance certificates on file at all times. 2.1 The Contractor is required to assist the County and The Agency for Health Care Administration (AHCA) in compiling and completing required daily, weekly, quarterly and annual reports. Specific reports which the Contractor will be required to provide include: The National Transit Database (NTD) report, which is submitted annually to the Federal Transit Administration. The Annual Operating Report, which is submitted to the Commission for the Transportation Disadvantaged. Any other reports as may be identified at a later date. 2.2 The Contractor will accept and record all complaints and commendations and resolve all complaints. If the Contractor receives a call from a rider who wishes to make a complaint or commendation, the Contractor is required to follow the complaint or commendation process as identified in the TDSP. The complaint or commendation must be recorded on the approved "Service Report" form the day it is taken. Complaints and resolutions must be maintained in binders in chronological order and must be available for review by County staff at all times during normal business hours. 7 2 168 ? The Contractor is requked to notify the County immediately of M1 complaints of a critical nature. Critical issues include: physicM, verbal, or substance abuse; any life- threatening situation (reckless driving, passenger abandonment, accidents and incidents as defined in the SSPP.) The County will review responses and resolutions to complaints, and if, the County deems the response to be inadequate, the County will redirect the complaint to the Contractor for further action. In all cases, the County is the final arbiter as to whether or not complaints have been adequately resolved by the Contractor. The Contractor and/or its personnel may contact riders to investigate and resolve complaints. 2.3 Personnel Requirements: The Contractor is required to recruit and train personnel necessary for the effective performance of all tasks outlined in this Agreement. To ensure effective communication, the Project Manager (or his/her designee) must be available at all times to the County via a pager and/or mobile phone. The Contractor is required to provide all other personnel necessary for performance on this contract. At the County's direction, the Contractor is required to remove any employee (or contracted employee) from work on this contract if, at the County's sole opinion, the employee fails to meet the requirements for work on this project and/or if the employee fails to perform in a satisfactory manner on this project. Contractor shall ensure compliance with the standards and requirements of the Federal Transit Administration (FTA) regarding the testing of safety sensitive employees or contracted employees for drug and alcohol use. Contractors attention is directed to 49 CFR Part 653 (drug testing requirements) and 49 CFR Part 645 (alcohol testing requirements). Contractor shall be responsible for complete compliance with the regulations including, but not limited to, adoption of required policies, testing, employee training, record keeping and reporting as more fully detailed in the above referenced regulations. The cost of compliance with the regulations shall be the sole responsibility of Contractor. County shall have the right to inspect the Contractor's drug and alcohol testing program and all records maintained thereunder. 3 2.4 Computer System: The Contractor is required to maintain a computerized paratransit management system that performs the following functions: Rider information can be entered and stored. Reservations can be accepted and confirmed. Trips can be billed to multiple funding sources. Trips can be assigned to dedicated or non-dedicated vehicles (including wheel chair accessible and stretcher vehicles. If applicable, vehicle manifests can be printed and downloaded by operators. Program data can be tracked. Reports can be created and run. The Contractor is required to utilize a geographic information system, which shows the location of "all" street addresses within Collier County as well as the deviated bus routes when established. This GIS data must be integrated with the Contractor's paratransit management system, thereby enabling the Contractor to determine if the origin and/or destination of a requested trip are within the service area of the deviated fixed route and if the requested paratransit trip could be accommodated on a deviated fixed-route bus. The Contractor is required to house this paratransit management system at its operating facility, and the Contractor is required to provide access to the necessary equipment (including hardware and software) at its operating facility that would enable the County to have one employee logged into the Contractor's paratransit management system as necessary. County staff will request such access at least one day in advance and will use such equipment as may be available to run reports and queries in Mobility Master. The County may, from time to time; request specialized reports from the Contractor's paratransit management system. In these instances, the Contractor is required to develop the report at no cost as long as the report can be created without requiring additional computer programming. If computer programming is required, the Contractor is required to provide the County with a cost estimate for developing the report prior to proceeding with its development. 2.5 Eligibility for Service: The Contractor will determine eligibility for TD and FTA funded trips based on the eligibility criteria outlined in the TDSP. When a rider requests a Medicaid trip for the first time during any month, the Contractor is required to determine the rider's eligibility for Medicaid transportation, either by accessing one of the commemially available "Medicaid Eligibility Verification Systems," or by accessing one of the verification systems operated by Medicaid's fiscal agent. Once the Contractor has determined that the rider is eligible for Medicaid transportation services, the Contractor must determine that the trip being requested is a compensable trip in accordance with the "Medicaid Transportation Policies and Procedures Manual," which is available from AHCA. 4 168 7 COMPENSATION. Contractor shall invoice County monthly, according to the attached rate sheet for TD, Section 5311 and Section 5307 compensable trips only. The contractor will invoice Medicaid and other agency sponsored trips directly. The rate sheet identifies trip costs for all funding sources based on cost per one-way trip or per vehicle revenue hour for various rate categories, and includes all cartier costs and the per trip or per hour management fee. The Collier County LCB may recommend changes to rates. If approved by the Collier County Board of County Commissioners (BCC) and the Commission for the Transportation Disadvantaged (CTD), the changes to the rate structure shall become part of this contract upon the effective date of the changes. County will remit payment within thirty (30) days of receipt of a proper invoice from funds received from funding agencies. Payment will be made upon receipt of a proper invoice and in compliance with Section 218.70, Florida Statutes, otherwise known as the "Florida Prompt Payment Act." c. Ineligible trips will not be paid. Contractor may also submit invoices for the following, subject to approval by the County Project Manager or their designee: Management Services, pass through funds such as CTD or 5311 funds, and invoices from Contractor if the sum of all revenue sources do not cover all costs. Vendors and Subcontractors Rights: The Grantee providing goods and services to the Commission will receive payments in accordance with section 215.422, Florida Statutes. The parties hereto acknowledge Section 215.422, Florida Statutes, and hereby agree that the time in which the Commission is required to approve and inspect goods and services shall be changed from a period not to exceed five (5) working days to a period not to exceed eleven (11) working days upon receipt of a proper invoice. The Florida Department of Transportation has 20 days to deliver a request for payment (voucher) to the Department of Banking and Finance. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved. Payment by the Grantee to all vendors with approved third party contracts shall be in compliance with Section 287.0585, Florida Statutes. Each third party contract from the Grantee to a vendor for services to be performed in whole or in part with Transportation Disadvantaged Trust Fund moneys, must contain the following statement: "When a contractor receives from a state agency any payment for contractual services, commodities, supplies, or construction contracts, except those construction contracts subject to the provisions of chapter 339, the contractor shall pay such moneys received to each subcontractor and supplier in proportion to the peruenrage of work completed by each subcontractor and supplier at the time of receipt of the payment. If the contractor receives less than full payment, then the contractor shall be required to disburse only the funds received on a pro rata basis with the contractor, 5 subcontractors, and suppliers, each receiving a prorated portion based on the amount due on the payment. If the contractor without reasonable cause fails to make payments required by this section to subcontractors and suppliers within 7 working days after the receipt by the contractor of full or partial payment, the contractor shall pay to the subcontractors and suppliers a penalty in the amount of one-half of 1 percent of the amount due, per day, from the expiration of the period allowed herein for payment. Such penalty shall be in addition to actual payments owed and shall not exceed 15 percent of the outstanding balance due. In addition to other fines or penalties, a person found not in compliance with any provision of this subsection may be ordered by the court to make restitution for attorney's fees and all related costs to the aggrieved party or the Department of Legal Affairs when it provides legal assistance pursuant to this section. The Department of Legal Affairs may provide legal assistance to subcontractors or vendors in proceedings brought against contractors under the provisions of this section." A Vendor Ombudsman has been established within the Commission of Banking and Finance. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from the Commission. The Vendor Ombudsman may be contacted at (850) 488-2924 or by calling the State Comptroller's Hotline, 1-800-848-2924. 3.1 Liquidated Damages: For performance not delivered in accordance with this contract, the County shall incur additional expense, loss of confidence by system users, and negative or adverse bad publicity for the program and other damages to the County and the program. System performance outside of performance norms causes passengers to file complaints and make multiple calls to ensure that trips are properly booked. The actual damages caused by such a breech is uncertain or difficult to accurately estimate or prove. For this reason, Liquidated Damages shall be assessed against the Contractor for the below-specified violations: Missed trip failure to pick up an assigned trip thirty dollars ($30.00) per occurrence. Failure to pick up a scheduled trip on time (within fifteen (15) minutes of scheduled pick up time) ten dollars ($10.00) per occurrence. Failure to meet any provision of the System Safety Program Plan one hundred ($100.00) per day. Failure to provide required trip documentation. Suspension of Contractor payments. Prior to assessment of liquidated damages, County will inform Contractor of the assessment and receive any explanation from Contractor. Contractor shall be required to provide a written and/or verbal explanation within three (3) days. Upon receiving the explanation, County shall determine whether to assess liquidated damages. Liquidated damages shall be deducted from subsequent payment(s) due Contractor. Liquidated damages are neither a penalty nor a forfeiture; they shall compensate the County solely for the disruption of service caused by the breech of system standards. 6 ? 3.2 Performance and Payment Bond: Contractor shall furnish a surety bond as security for faithful performance of professional services, for the payment of all persons performing these services, and on the furnishing of all persons performing these services and on the furnishing of all staff in connection therewith. Surety of such bond shall be in the amount of $500,000 and be maintained for the duration of the contract, three (3) years. At the start-up date of each Contract year the required Payment and Performance Bond(s) shall be submitted in their entirety. Said Performance Bonds are to ensure the faithful performance of each and every condition, stipulation and all requirements of the Contract, and to indemnify and save harmless any/all requirements of the Contract, and to indemnify and save harmless the County from any and all damages, either directly or indirectly, arising out of any failure to perform same. The bond shall be issued by a company authorized to do business in the State of Florida and having a currently valid certificate of authority and bonding capacity as issued by the United States Department of the Treasury under ss31U.S.C. 9304-9308. The Contractor shall verify prior to execution of the Contract the acceptability of the surety provided thereunder. The attorney-in-fact that signs the bond must file with the bond a certificate and effective dated copy of power of attorney. a. Third- Part~ Commercial Fidelity Bond The contractor shall furnish a Commercial Fidelity Bond for Employee Dishonesty on a Blanket Basis with a minimum limit of $10,000. The bond shall be endorsed to cover "Third-Party" liability including a third-party beneficiary clause in favor of Collier County Board of County Commissioners, a political subdivision of the State of Florida, its officers, agents, and employees. The bond shall included a minimum twelve (12) months "Discovery Period" when written on a Loss Sustained basis. These requirements shall be maintained for the duration of the contract, three (3) years. 4. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following Address: lntelitran 3584 Exchange Ave. Suite C Naples, FI 34104 Attn. Mr. Jim Van Pelt, General Manager. (941) 649-0228 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County to: 7 Collier County Government Center Purchasing Department - Gencral Services Building 3301 Tamiami Trail, East Naples, Florida 34112 Attn: Mr. David P. Hope, Public Transportation Manager 7 (941) 403-2378 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under tins Service Agreement must be in writing. 5. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Metropolitan Planning Organization, Development Services Center. 6. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Insurance Certificate, This Agreement, Attachments I (General Provisions) and II (Federal Provisions), TDSP and SSPP. 7. 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. 8 iN WITNESS WltEREOF, the Contractor and the County, have each, respectively, b!~6~ 7 authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwi~h't'fl.' Bro~k, Clerk of Courts At~l~)to Chief's l~[rst Witness BOARD OF CO~ISSIONERS By:__ /~...~~ ~/4 Timo y~,~ Co. nst antfi~t, Chairman Contractor Si~ature Second Witness Typed signature and title Approved as to form and legal sufficiency: Robert Zachary, A/ssistant County Attorney CORPORATE SEAL (corporations only) 9 16B 7 TRANSPORTATION DISADVANTAGED SERVICE PLAN COLLIER COUNTY Door to Door service RATE STRUCTURE EFFECTIVE 10-01-2000 Mon - Fri 6 am to 7pro Saturdays and Holidays: Kidney Center only, Limited employment trips. Urban $12.00 *Urban Group $ 9.50 Rural $27.50 *Rural Group $14.50 Outside Service Area $12.50 Boarding fee plus $1.40 per air mile **Charter Trips $45.00 per hour, 1 hour minimum *A group trip is four or more passengers traveling from numerous pick up points to one destination or one pick up point to numerous destinations. **A charter trip is a trip from one common point and taken to another common point. The number of passengers is limited only to the capacity of the vehicle. This cost will also be for emergency evacuation transportation. FY 2001 TDSP Update (October 1, 2000 - September 30, 2001) I0 GENERAL PROVISIONS 1. Independent Contractor Contractor at all times shall be an independent contractor. Contractor shall be fully responsible for all acts and omissions of its employees, subcontractors, and their suppliers, and shall be specifically responsible for sufficient supervision and inspection to ensure compliance in every respect with the contract requirements. Contractor shall hire and pay those employees necessary to carry out Contractor's obligations under this agreement and Contractor shall make all necessary payroll deductions and payments to federal, state, and local governments. No contractual relationship shall be established between County and any subcontractor or supplier of Contractor by virtue of this contract. Contractor represents and warrants that it is a private corporation, partnership, or sole proprietorship, duly organized, validly existing and in good standing under the law of the state where organized and of the state where services are to be performed under this agreement. This contract is solely for the benefit of County and Contractor. 2. Amendments This contract may be amended by the parties. No amendment to this contract shall be effective until and unless it is reduced to writing and signed by both parties. Note: This means that any changes must have BCC approval as an agenda item. 3. Termination without cause Either Party may terminate this agreement without cause upon ninety- (90) days written notice to the other party. Upon such termination without cause, Contractor shall be entitled to payment, in accordance with the payment provisions, for services rendered up to the termination date and County shall have no other obligations to Contractor. Contractor shall be obligated to continue performance of contract services, in accordance with this contract, until the termination date and shall have no further obligation to perform services after the termination date. 4. Termination for Default County may terminate this contract for default, in accordance with this paragraph, if Contractor fails to perform the services in a timely manner and in accordance with the standards or if Contractor fails in any other way to conform to the terms of this agreement. Prior to termination for default, County shall give Contractor a Notice of Default setting forth the circumstances of Contractor's default. Contractor shall have thirty (30) days to cure such defanlt (measured from Contractor's receipt of the Notice of Default). If Contractor fails to cure the default before the expiration of the thirty (30) day cure period, the contract shall be terminated upon the expirahon of the cure period and County shall be entitled to equity under the law. Contractor shall not be found in default for events arising due to Acts of God, war, insurrections, strikes and unusually severe weather. 5. Non-entitlement to anticipated fees in the event of termination, suspension, elimination, cancellation and/or decrease in scope of services. In the event the services required pursuant to this Agreement are terminated, eliminated, canceled, or decreased due to: (1) termination in whole or in part; (2) suspension in whole or in part; and/or (3) are modified to decrease the amount of services provided by Contractor, or change the timing of service delivered by Contractor, the Contractor shall not be entitled to receive compensation for anticipated or actual fees, profit, general and administrative, or overhead expe~es or for any other actual or anticipated income or expense which may be associated with the services which are terminated, suspended eliminated, canceled or decreased. 6. Assignment Neither this agreement, nor any part of this agreement may be assigned by either party to another entity without the prior, written consent of the other party. 7. Vehicle Insurance Contractor shall require its subcontractors operating vehicles to purchase and maintain vehicle insurance on all vehicles used to provide services under this contract regardless of whether said vehicles are owned by subcontractor or supplied to subcontractor by County, the Funding entity or some other party. Vehicle insurance shall be "hired, owned and non- owned" coverage providing minimum limits of $1,000,000 per accident combined single limit for bodily injury liability and property damage liability including liability to passengers. For vehicles not owned by subcontractor(s), additional insurance coverage shall be maintained for physical damage to the vehicles including comprehensive and collision coverage equal to the cash value of the vehicles with ATTACHMENT I GENERAL PROVISIONS 168 7 a maximum deductible of $500. Subcontractors shall be responsible for the payment of any deductible amount. Contractor shall require its subcontractors provide to it, prior to beginning service under this agreement, a certificate of insurance, specifying coverage's as required in this paragraph, underwritten by a cartier acceptable to County (and having a most recent published rating by A.M. Best Company of .... A'"' or better) that indicates that Contractor, County, the Funding Entity and any subcontractor or agent of subcontractor engaged in any work under this agreement are named as additional insured on the policy. The certificate of insurance shall contain an endorsement providing that County and Contractor shall be given thirty (30) days notice before cancellation of the policy and an endorsement that such insurance is primary and no insurance of Contractor, County, the Funding entity, or subcontractor will be looked upon to contribute to any loss. 8. General liabilily insurance Contractor shall obtain Comprehensive General Liability insurance in the amount of $1,000,000. Prior to the start of service under this agreement, Contractor shall provide County a certificate of insurance, specifying coverage's as required in this paragraph, underwritten by a carrier acceptable to County (and having a most recent published rating by A.M. Best Company of'"'A'"' or better) indicating that County, and the Funding Entity, are included as additional insured on said policy. Said policy shall contain a provision that County shall be given thLrty (30) days written notice before the cancellation of the policy and an endorsement that such insurance is primary and no insurance of the County, or the Funding entity, will be called upon to contribute to any loss. Contractor shall require all subcontractors to obtain Comprehensive General Liability insurance in the amount of $1,000,000. Said coverage shatl be .... broad form'"' and shall specifically cover contractual liabilities including the hold harmless provisions of this contract Prior to the start of service under this agreement, Contractor shall require its subcontractors to provide it with a certificate of insurance, specifying coverage's as required in this paragraph, underwritten by a carrier acceptable to County (and having a most recent published rating by A.M. Best Company of ""A'"' or better) indicating that Contractor, County, the Funding Entity, and any subcontractor or agent of subcontractor engaged in any work under this agreement are included as additional insured on said policy. Said policy shall contain a provision that County and Contractor shall be given thirty (30) days written notice before the cancellation of the policy and an endorsement that such insurance is primary and no insurance of Contractor, the County, or the Funding entity, will be called upon to contribute to any loss. Contractor shall maintain and Contractor shall require all its subcontractors to mfmtain a policy of insurance covehng Workers Compensation risks in such amounts and with such coverage as required by the laws of the state. Prior to the start of service under this agreement, subcontractors shall be required to provide Contractor a Certificate of Insurance, specifying covemge's as required in this paragraph, underwritten by a carrier acceptable to Contractor (and having a most recent published rating by A.M. Best Company of""A'"' or better) indicating that Contractor, County, and the Funding Entity are included as additional insured on said policy. Said policy shall contain a provision that County and Contractor shall be given thirty (30) days written notice before the cancellation of the policy, that such insuxance is prmmry and no insurance of Contractor, County, the Funding Entity, or subcontractor will be called upon to contribute to any 9.( a )Other Insurance Conditions: All insurance must be acceptable to and approved by County as to types of coverage, forms, and acceptability of the insurers, who must be authorized and licensed to do business under the insurance laws of the State of Florida. The requirements contained herein as to types and limits, as well as Coanty's approval of insurance coverage to be maintained by Contractor, are not intended to and shall not in any manner limit or qualify the liabilities and obligation assumed by Contractor under the agreement. Contractor shall deliver to County Certificates of Insurance, evidencing that such policies are in full force and effect prior to the final approval of this agreement. Furthermore, said Certificates of Insurance shall unequivocally provide thirty (30) days written notice to County prior to any adverse change, cancellation, or non-renewal of coverage thereunder. It shall bc the responsibility of the Contractor to insure that all subcontractors comply with the same insurance requirements referenced above. 2 ENERAL PRO¥I$ION$ 10. Indemnification and liability The Contractor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions including attorney's fees and all costs of litigation to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named Contractor, any Subcontractir, or anyone directly or inddirectly employed by any of them. The Contractor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the Contractor's limit of, or lack of, sufficient insurance protection. The first One Hundred Dollars ($100.00) of money received on the contract price is considered as payment of this obligation by the County. This sertion does not pertain to any incident arising from the sole negligence of Collier County. 11. Federal State and Local Taxes All prices set forth in the payment provisions of this agreement are inclusive of all applicable taxes and County shall not be liable to Contractor for any taxes, including payroll taxes and sales taxes not included within said prices. 12. Licenses and permits Contractor shall be responsible for obtaining any necessary licenses, permits, and approvals necessary for complymg with any Ffederal, Sstate, Ccunnty, municipal or other law, code or regulation applicable to the performance of the services to be provided under this agreement. 13. Compliance with Law Contractor shall perform all services required by this contract in accordance with all applicable federal, state and local laws and regulations. Cuntrector shall use only licensed personnel to perform work required by law or regulation to be performed by such personnel. 14. Privacy of data Con~xactor shall comply with all federal state and local data privacy laws, regulations, and requirements applicable to data collected or used by Contractor in the provision of services under this agreement. 15. Interest of Contractor No Board member, owner or employee of Contractor shall have any interest in County or become an employee of County or member or employee of the Funding entity during the term of this agreement. 16. Governing Law This contract and the rights, obligations and remedies of the parties under it shall be governed by the laws of the State of Florida. 17. Notice of Labor Disputes If Contractor has knowledge of any actual or threatened labor dispute that is delaying or threatens to delay the timely or proper performance of this contract, Contractor shall rmmediately give County notice of the dispute, including all relevant information. 18. Publicity Releases All publicity releases or releases of reports, papers, articles, maps or other documents in any way connected with this contract or the work under this contract which Contractor desires to make shall be subject to the prior approval of County. Contractor shall promptly notify County of all inquiries it receives from members of the media reghrding the performance of the work under this contract. County shall have unrestricted authority to reproduce, distribute, or use in whole or in part, without payment of any kind, photos of Cuntractor's employees and vehicles and any reports, data or materials submitted by Contractor associated with any services provided under this Contract. 19. Complete Agreement, Savings Clause, Waiver This agreement together with all attachments and exhibits is the complete agreement between the part/es. If any provision of the contract is found to be invalid or unenforceable, the remaining provisions shall not be impaired. 3 ATTACHMENT I GENERAL PROVISIONS 16B 7 20. No Improper Use. The Contractor will not use, nor suffer or permit any persoo 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 fight to suspend the contract 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. 21. Obligation of County for Equipment County agrees that all capital equipment purchased by Contractor for the provision of services under this agreement (including but not limited to telephone system, computer hardware and office software, furniture, and office machines) will be purchased by the successor to Contractor, or, ffthe successor does not purchase said equipment, by the County at the residual value thereof immediately upon termination of this agreement. Residual value of capital equipment is based on a depreciation ratio of 33 I/3 percent per year for each year of the three year contract effective July 1, 1999. The intent of this provision is that Contractor shall be made whole for all equipment purchased under this agreement. 22. County Proiect Manager Contractor shall render services under this agreement at the direction of the County Public Transportation Manager, David P. Hope, or his designee. Said project manager shall be responsible for all technical direction under the contract, including supervision, inspection, review of all work, deliverables, reports, invoices, payments, schedule and similar matters. The Project manager is not authnrized to direct changes in the terms and conditions of this contract. Such changes may only be directed by the contracting officer. 23. County Contracting Offleer The contracting officer shall be Gavin Jones. The contracting officer, or his designee, shall be responsible for all contract administration, including approval of payment requests, contract amendment, contract interpretation, claims, auditing, insurance, termination or suspension and administrative matters. 24. Title to Equipment. Risk of Loss Title to all equipment acquired and paid for in full with funds provided by County shall vest in County upon receipt and acceptance by Contractor. The party having custody of any equipment shall bear the risk of loss and said equipment during the term of this agreement. 4 16B 7 ATTACHMENT H FEDERAL PROVISIONS The federally required contract clauses and provisions in this Attachment apply to all Federally assisted contracts. These provisions supersede and take precedence over any other conflicting clause or provision of the contract. 1. Equal Opportunity During the performance of this contract, the Contractor agrees that it shall not discriminate against any employee or applicant for employment because of race color, creed, sex, disability, age or national origin. Contractor shall take aff'mmative action to ensure that applicants are employed and the employees are treated during employment without regard to their race, color, creed, sex, disability, age, or national origin. This shall include, but notbe limited to employment; upgrading; demotion or transfer; recruitment or recmitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for mining, including apprenticeship. Contractor shall include the provision of this section in every subcontract or purchase order except for standard con:Lmercial supplies or raw material and construction. 2.Disadvantaged Business Enterprise Program It is the policy of the Depattmcnt of Transportation that Disadvantaged Business Enterprises (DBEs) as defined in 49 CFR Part 23 shall have the max/mum opportunity to participate in the performance of contracts ffmanced in whole or part with Federal funds. Consequently, the DBE requirements of 49 CFR Part 23 apply to this contract. Contractor shall not discriminate on the basis or race, color, national origin, or sex in the performance of this contract. The requirements of 49 CFR Part 23 are incorporated in this contract by reference. Failure by Contractor to carry out these requirements is a matehal breach of the contract, which may result in termination or other appropriate remedy. 3. Interests of Members of Congress No member of or delegate to Congress or resident commissioner shall be admitted to any share or part of this contract orto any benefit arising from it. However, this clanse does not apply to this contract to the extent that this contract is made with a corporation for the corporation's general benefit. 4. Restrictions on Lobbying Contractor shall timely comply with the requirements of the lobbying restrictions set forth in Section 301 of Public Law 101-121 as implemented by the Department of Transportation in 49 CFR Part 20, and as those authorities may be hereafter amended. 5. Contract Work Hours and Safet~ Standards Act-Overtime Compensation (a) Overtime requirements. No Contractor 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 labors or mechanics in any workweek in which the individual is employed on such work to work in excess for forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half (1-1/2) times the basic rate of pay for all hours worked in excess of forth (40) hours in such workweek. (b) Violation; Liability for Unpaid Wages; Liquidated Darnages. In the event of any violation of the provisions set forth in paragraph (a) of this clause, Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territoo, 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 watchmen and guards, employed in violation of the provisions set forth in paragraph (a) of this clause in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek or forty (40) hours without payment of the overtime wages required by the provision set forth in paragraph (a) of this clause. Withholding for Unpaid Wages and Liquidated Damages. County shall upon its own action or upon written request of an authorized representative of the Depariment of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Contractor or subcontractor under any such conttact or any other Federal Contract with the 1 same Contractor or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the provision set forth in paragraph (b) of the clause. (d) Payrolls and Basic Records (1) Contractor or subcontractor shall maintain payrolls and basic payroll records du£mg the course of contract work and shall preserve them for a period of three (3) years from the completion of the contract for all laborers and mechanics working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classification, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Nothing is this paragraph shall require the duplication of records required to be maintained for construction work by Depar~ent of Labor regulations at 29 CFR 5.5 (a)(3) implementing the Davis-Bacon Act. (2) The records to be maintained under paragraph (d) (1) of this clause shall be made available by Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of County or the Department of Labor. Contractor or subcontractor shall permit such representatives to interview employees during working hours on the job. (e) Subcontracts. Contractor or subcontractor shall insert in any subcontracts the provisions set forth in paragraphs (a) through (e) of this clause and also a provision requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the provisions set forth in paragraphs (a) through(e) of this clause. 6. Title VI Civil Rights Act of 1964 During the performance of this contract, Contractor, for itself, its assignees and successors in interest (hereinafter referred to as .... Contractor'"'), agrees as follows: (a)Compliance with Regulations. Contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter '"'DOT'"') Title 49 Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulatinns), winch are herein incorporated by reference and made a part of this contract. (b) Nondiscrimination. Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. Contractor shall not participate either directly or indirectly in discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appenfftx B of the Regulations. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, disability, religion, color, sex, age, or national origin. (d) Information and Reports. Contractor shall provide all information and reports required by the Regulations or directive issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by County, the Funding entity, or the Federal Transit Administration (FTA) to be pertinent to ascertain compliance with such Regulations, orders, and inshatchons. Where any information is required and the information is in the exclusive possession of another who fails to or refuses to furnish this information, Contractor shall so certify to County, the Funding entity or the FTA, as appropriate, and shah set forth what efforts it has made to obtain the information. (e) Sanctions for Noncompliance. In the event of Contractor's noncompliance with the nondiscrimination provision of this contract, County shall impose such contract sanctions as it or the Funding entity or FTA may determine to be appropriate, including, but not limited to: (1) Withholding of payment to Contractor under the contract until Contractor complies; and /or 2 (2) Cancellation, termination or suspension of the contract, in whole or in part. (f) Incorporation of Provisiun. Contractor shall include the provision of paragraphs (a) through (f) of this clause in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. Contractor shall take such action with respect to any subcontract or procurement as County, the Funding EntiW or FTA may direct as a means of enforcing such provisions, including sanctions for noncompliance: provided, however, that, in the event Contractor becomes involved in, or is threatened with litigation with a subcontractor or supplier as a result of such direction, Cunlractor may request the Funding Entity to enter into such litigation to protect the interests of the Funding entity and, in addition, may request the Attorney General of the United States to enter into such litigation to protect the interests of the United States. 7. Clean Air and Water Acts (a) Definitions: (1) '"'Air Act'"' as used in this clause means the Clean Air Act (42 USC 7401 et. seq.). (2) .... Clean Air Standards'"' as used in this (i) Any enforceable role, regulations, guidelines, standards, limitations, orders, controls, prohibitions, work practices, or other requirements contained in, issued under, or otherwise adopted under the Air Act or Executive Order 11738. (ii) An applicable implementation plan as described in Section 110(d) of the Air Act (42 USC 7410(d)) (iii) an approved implementation procedure or plan under Section 110©© or Section 11 l(d) of the Air Act (42 USC 741 l~i~ or (d)); or (iv) An approved implementation procedure under Section 112 (d) of the Air Act (42 USC 7412 (d)). (3) .... Clean water standards'"' as used in this clause, means any enforceable limitation, control, condition, prohibition, standard, or other requirement promulgated under the Water Act or contained in a permit issued to a discharger by the Environmental Protection Agency or by a State under an approved program as authorized by Section 402 of the Water Act (33 USC 1342) or by local government to ensure compliance with pre-t~ealment regulations as required by Section 307 of the Water Act (33 USC 1371). (4) .... Compliance'"' as used in this clause, means compliance with: (i) Clean air or water standard; or (ii) A schedule or plan ordered or approved by a court of competent jurisdiction, the Enviroranental Protection Agency or an air or water pollution control agency under the requirements of the Air Act or Water Act and related regulations. (5) .... Facility'"' as used in this clause, means any building, plant, installation, structure, mine, vessel or other floating craft, location, or site of operations, owned, leased, or supervised, by a Contractor or subcontractor used in the performance of a contract or subcontract. When a location or site of operations includes more than one building, plant, installation or structure, the entire location or site shall be deem a facility except when the Administrator, or a designee of the Environmental Protection Agency, determines that independent facilities are co- located in one geographical area. (6) .... Water Act'"' as used in this clause, means Clean Water Act (33 USC 1251 et. seq.). (b) Contractor agrees: (1) To comply with all the requirements of Section 114 of the Clean Air Act (42 USC 7417) and Section 308 of the Clean Water Act (33 USC 1318) relating to inspection, monitoring, entry, reports, and information, as well as other requirements specified in Section 114 and Section 308 of the Air Act and the Water Act, and all regulations and guidelines issued to implement those acts before the award of this contract: (2) Than no portion of the work required by this contract will be performed in a facility listed on the Environmental Protection Agency list of Violating Facilities on the date when this contract was awarded unless and until the EPA eliminates the name of the facility from the listing; (3) To use best effort to comply with Clean Air standards and clean water standards at the facility in which the contract is being performed; and (4) To insert the substance of this clause into any nonexempt subcontract, including this paragraph (b) (4). ,8. Energy Policy and Conservation Act 3 ATTACHMENT II FEDERAL PROVISIONS Contractor shall recognize mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act (42 USC Section 6321 et. seq.) 9. Access Requirements for Individuals with Disabilities Contractor shall comply with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 USC 12101 et. Seq. and 49 USC 322; Section 504 of the Rehabilitation Act of 1973, as amended, 29 USC 794; Section 16 of the Federal Transit Act, as amended, 49 USC app 1612; and the regulations thereto. 10, Audits and Inspection of Records (a) This clause is applicable if this contract was entered into by means of negotiation and shall become operative with respect to any modification to this contract whether this contract was initially entered into by means of negotiation or by means of fom~al advertising. (b) Contractor shall maintain records, and County, the U.S. Department of Transportation, the United States Department of Health and Human Services, and the Comptroller General of the United States or any of their duly authorized representatives shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of Contractor, involving transactions related to the contract, for the purpose of making audit, examination, excerpts and transcriptions. Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees County, The United States Department of Transportation, the United States Department of Health and Human Services, and the Comptroller General of the United States or any of their duly authorized representatives shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers, and records of such subcontractor, involving transactions related to the subcontract, for the purpose of making audit, examination, excerpts and transcriptions, 11. Privacy Should Contractor or its subcontractors or employees administer any system of records on behalf of the Funding Entity or the Federal Government, the following terms and conditions are applicable: (a) Contractor agrees: (1)To comply with the Privacy Act of 1974, 5 USC Section 552a (the Act) and regulations thereunder, when performance under the contract involves the design, development, or operation of any system of records on individuals to be operated by Contractor, its subcontractors or employees to accomplish a Funding Entity function. (2) To notify County, when Contractor anticipates operating a system of records on behalf of the Funding Entity in order to accomplish the requirements of the Contract, ff such system contains information about individuals, which information will be retrieved by the individual's name or other identifier assigned to the individual. A system of records subject to the Act may not be employed in the performance of this contract until the necessary approval and publication requirements applicable to the system have been carried out. Contractor agrees to correct, maintain, disseminate, and use such records in accordance with all applicable requirements of the Act; (3) To include the Privacy Act Notification contained in the Contract in every third party contract solicitation and in every third party contract when the performance &work under that proposed third party contract may involve the design, development, or operation of a system of records on individuals to be operated under the contract to accomplish a Funding Entity function; and (4) To include this clause, including this paragraph, in all third party contracts under which work for this Contract is performed or which is awarded pursuant to this Contract or which may involve the design, development, or operation of such a system of records on behalf of the Funding Entity. For purposes of the Privacy Act, when the contract involves the operation of a system of records on individuals to accomplish a Funding Entity function, Contractor, third party contractors and any of theft employees are considered to be an employee of the Funding Entity with respect to the Funding Entity function. Failure to comply with the provisions of the Act or this clause will make this Contract subject to termination~ 4 ATTACHMENT 1I FEDERAL PROVISIONS The terms used in this clause have the following meaning: '"'Operation of a system of records'"' means performance of any of the activities associated with maintaining the system of records on behalf of the Funding Entity including the collection, use and dissemination of records. .... Record'"' means any item, collection, or grouping of information about an individual that is maintained by Contractor on behalf of the Funding Entity, including, but not limited to, his education, f'mancial transactions, medical history, and criminal or employment history and that contains his name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a finger or voice print or a photograph. .... System of records'"' on individuals means a group of any records under the control of Contractor on behalf of the Funding Entity from which information is retrieved by the name of the individual or by some identifying number, symbol or other identifying particular assigned to the individual. 12. Buy America Provision This contract is subject to the Buy America provisions of the Surface Transportation Assistance Act of 1982, as amended, and the Federal Transit Administration's implementing regulations found at 49 CFR Part 661. The provisions of the Act and its implementing regulations are hereby incorporated by reference into this contract. 13. Federal Changes The Contractor shall at all times comply with all applicable Federal Transit Administration (FTA) regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the agreement, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. a party to this contract) pertaining to any matter resulting from the underlying contract. THE Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except m identify the subcontractor who will be subject to its provisions. 15. Incorporation of FTA terms This Contract contains certain standard terms and conditions required by U.S. DOT. All contractual provisions required by U.S. DOT, as set forth in FTA Circular 4220.1D dated April 15, 1996, are hereby incorporated by reference. Anylhing to the contrmy herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any County requests which would cause the County to be in violation of the FTA terms and conditions. 16. ACCESS TO RECORDS The Contractor agrees to provide County, the FTA, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this Agreement for the purposes of making audits, examinations, excerpts and transcriptions. 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. 14. No Federal Government Obligation Contractor and County acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the County, Contractor, or any other party (whether or not 5 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16810 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 Collier County Public Utilities Division 160 1 ~ North County Regional Water Treatment Plant Odor Control Modifications Contract Documents August, 2000 METCALF & EDDY, INC. 3740 Executive Way Miramar, Florida 33025 NCRVVTF Odor Control Modifications Collier County Water Department COLLIER COUNTY BID NO. 00-3139 COLLIER COUNTY WATER-SEWER DISTRICT Design Professional: Metcalf & Eddy, Inc. 1201 Peachtree St., N.E. 400 Colony Square, Suite 1101 Atlanta, GA 30361 COLLIER COUNTY PURCHASING DEPARTMENT 3301 Tamiami Trail, East Naples, Florida 34112 B. C. D. E. TABLE OF CONTENTS 16C 1' PUBLIC NOTICE/LEGAL ADVERTISEMENT (PAGE ONE ONLY) INSTRUCTIONS TO BIDDERS BID PROPOSAL, BID SCHEDULE AND OTHER PROPOSAL DOCUMENTS AGREEMENT AGREEMENT EXHIBITS EXHIBIT A: Performance and Payment Bond Forms EXHIBIT B: Insurance Requirements EXHIBIT C: Release and Affidavit Form EXHIBIT D: Contractor Application for Payment Form EXHIBIT E: Change Order Form EXHIBIT F: Certificate of Substantial Completion Form EXHIBIT G: Final Payment Checklist EXHIBIT H: General Terms and Conditions EXHIBIT h Supplemental Terms and Conditions EXHIBIT J:Technical Specifications EXHIBIT K:Permits EXHIBIT L:Standard Details (if applicable) EXHIBIT M: Plans and Specifications prepared by Metcalf & Eddy, Inc., and identified as follows: NCRWTF Odor Control Modifications as shown on Sheets 1 through 11. 16C 11 LEGAL ADVERTISEMENT (PAGE ONE ONLY) INVITATION TO BID COLLIER COUNTY WATER - SEWER DISTRICT COLLIER COUNTY, FLORIDA NCRWTF Odor Control Modifications COUNTY BID NO. 00-3139 Separate sealed proposals for the construction of the North County Regional Water Treatment Facility, addressed to Mr. Steve Carnell, Pumhasing Director, will be received at the Collier County Government Complex, 3301 Tamiami Trail East, General Services Building, Pumhasing Department, Naples, Florida 34112, until 2:30 P.M. LOCAL TIME, on the 31st day of August, 2000, at which time all proposals will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non-mandatory pre-bid conference shall be held at the North County Regional Water Treatment Facility, 8005 Vanderbilt Beach Road Extension, Naples, Florida 34120, at 10:00 A.M. LOCAL TIME on the 22nd day of August, 2000, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. It is stron.qly recommended that you attend the pre-bid conference as a tour of the facility will take place immediately after the meetinq. Sealed envelopes containing bids shall be marked or endorsed "Proposal for County Water-Sewer District, Collier County, Florida, NCRTWF Odor Control Modifications for the Collier County Water Department, County Bid No.00-3139 and Bid Date of August 31, 2000". No bid shall be considered unless it is made on the Bid Schedule which is included in the Bidding Documents. The Bid Schedule (WS-P-1 through WS-P-12) shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined in the office of Public Utilities Engineering Department, 3301 Tamiami Trail East, Naples FL 34112, or at the Purchasing Department, General Services Building, Naples, Florida 34112. Copies of the Bidding Documents may be obtained only at the offices of the Public Utilities Engineering Department, upon payment of $100.00 for each set of documents to offset the cost of _ reproduction. Return of the documents is not required, and the amount paid for the documents is non-refundable. _ The following plan room services have obtained copies of the Bidding Documents for the work contemplated herein: Building Industry Assoc. 2465 Trade Center Way Naples, FL 34109 Construction Market Data Bldg. 219, Suite 170 200 South Hoover Blvd. Tampa, FL 33609 Lee Building Industry Assoc. 4210 Metro Parkway, Suite Ft. Myers, FL 33916 F. W. Dodge Company 2830 Winkler Avenue, Suite 104A Ft. Myers, FL 33916 The Plan Room 2477 J & C Blvd. Naples, FL 34109 WS-PN-1 Each bid shall be accompanied by a certified or cashiers check or a Bid Bond in an amount not less than five pement (5%) of the total Bid to be retained as liquidated damages in the event the successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The successful Bidder shall be required to furnish the necessary Performance and Payment Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Performance and Payment Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Performance and Payment Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the work contemplated herein, the County shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the County to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within two hundred ten (210) calendar days from and after the Commencement Date specified in the Notice to Proceed. The County reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond 90 days from the bid opening date. Dated this 9th day of August, 2000. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, NAPLES, FLORIDA BY: Stephen Y. Camell Purchasing Director WS-PN-2 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, Ex-Officio the Governing Board of the Collier County Water-Sewer Distdct or its duly authorized representative. 1.2 The term "Project Manager'' used herein refers to the Owner.s duly authorized representative and shall mean a Division Administrator or Department Director acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who .- is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. Any or all duties of the Design Professional referenced under this Agreement may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, the Project - Manager may formally assign any of his/her duties specified in this agreement to the Design Professional. 1.4 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.5 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein fumished by the Owner (pages WS~ - P-I through WS-P-12 as bound in these Bidding Documents). The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the - Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name, Bid Opening Date and Time, and shall be addressed to the Collier County Purchasing Department, General Services Building (Bldg. '~V"), Collier County Government Complex, 3301 Tamiami Trail East, Naples, Florida 34112. If forwarded by mail, the sealed envelope containing the _ Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. 2.2 Collier County requires all vendors doing business with the County to be Year 2000 compliant. Vendors shall take all necessary and appropriate steps to proactively ensure that all technologies, -systems, equipment and processes critical to the vendor's ability to provide required products/services to the County will be able to function properly as of January 1, 2000. - 2.3 Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. WS-IB-1 Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashiers check, a cash bond posted with the County Clerk, a certified check - payable to Owner on some bank or trust company located in Naples, Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the Bidder's maximum possible award (base bid plus all add aRemates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the successful Bidder fails to execute and deliver to County the Agreement, or fails to deliver the required Performance and _ Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith - make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be - returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it - shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award said alternates at a later time, but no later than 120 days from opening, unless otherwise authorized by the Purchasing Director. 3.2 The Successful Bidder shall execute four (4) copies of the Agreement and deliver same to Owner within the time pedod noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Ri,qht to Reiect Proposals 4.1 Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Section 5. Siclnin_¢l of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president or a - vice president, and a corporate seal must be affixed and attested to by the secretary or assistant secretary of the corporation. The corporate address and state of incorporation must be shown below the signature. 5.2 Bid proposals by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his signature shall be inscribed. WS-IB-2 - 16g 1! 5.4 If signature is by an agent or other than an officer of corporation or general partner of - partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Proposals - Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a -- Bidder to file a new Bid prior to the time specified for Bid openin§. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall -- be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, to be given consideration. All such requests for interpretations or - clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail to all known Bidders at their respective addresses furnished for such - purposes no later than three (3)Working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting his Bid, that he has received all addenda issued and he shall acknowledge same in his Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. [In instances were the County has deemed the pre-bid to be Mandatory, the Bidder's failure to attend the pre-bid conference shall result in the rejection of his bid.] Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting his Bid, each Bidder certifies that he has: a. Examined all Bidding Documents thoroughly; WS-IB-3 b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of his observations with the requirements of bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for _ any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. - 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. -~ Before submitting his Bid, each Bidder shall, at his own expense, make such additional surveys and investigations as may be necessary to determine his Bid price for the performance of the Work within the terms of the Bidding Documents. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11, Bid Quantities - Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as -- set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, for should conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. _ Subsequent to the issuance of a notice to proceed, the Project Manager shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. Section 12. Award of Contract Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation shall file his protest with the Purchasing Director in writing prior to the time of the bid opening. WS-IB-4 160 1 ' -- Award of contract shall be made to the lowest, responsive and qualified Bidder determined on the basis of the entire Bid and the Owner's investigations of the Bidder. When the contract is awarded by Owner, such award shall be evidenced by a Notice of Award, signed by the Project Manager of - Owner and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. Award of Contract will be made by the Board of County Commissioners in public session. Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays and Thursdays. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the offices of the Purchasing Director. For Bidders who may wish to receive copies of Bids after the Bid opening, The County reserves the right to recover all costs associated with the printing and distribution of such copies. Section 13. Sales Tax 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, Flodda Statutes. All successful bidders will be provided a copy of Collier County's Certificate of Exemption (#21-07-019995-53c) upon contract award. _ Corporations, Individuals and other entities are impacted by Chapter 212, Florida Statutes according to the type of service, sale of commodity or other contractual arrangement to be made with Collier County. By submittal of a properly executed response to a Bid Proposal from Collier County, Florida - the Bidder is acknowledging that he is aware of his statutory responsibilities for sales tax under Chapter 212, Florida Statutes. - Collier County is also exempt from most Federal excise taxes. By submittal of a properly executed response to a Bid Proposal from Collier County, Florida, the Bidder is acknowledging that he is aware of his responsibilities for Federal excise taxes. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as 'q'he Public Bid Disclosure Act", Collier County will pay for all Collier County permits and fees, including license _ fees, permit fees, impact fees or inspection fees applicable to this work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the successful bidder shall retain the responsibility to initiate and complete all necessary and - appropriate actions to obtain the required permits other than payment for the items identified in this section. - 14.2 The successful bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. - WS-IB-5 1' COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DMSION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 http://co.collier.fi.us ADDENDUM DATE: TO: FROM: SUBJECT: August 31, 2000 Interested Bidders Lyn M. Wood, C.P.M. '~ ~ Public Utilities Purchasing Agent Addendum # 2- Bid #00-3139 - "NCRWTF Odor Control Modification" Addendum #2 covers the following change for the above-referenced Bid: Replace: Section 16999, Field Acceptance Tests with attached Addendum #1. If you require additional information please call Pete Schalt, Public Utilities Engineering Department at 941/774-8192 or me at 941/774-8407 or by e-mail at LynWood~colliergov.net. cc: Pete Schalt, Public Utilities Engineering SECTION 16999 FIELD ACCEPTANCE TESTS ADDENDUM#1 PART 1 - GENERAL 1.01 DESCRIPTION: After electrical installation is complete, perform tests to demonstrate that entire system is in proper working order and in accordance with drawings and specifications. Do not perform tests less than those outlined hereafter, unless requested in writing and approved by Engineer. Tests are in addition to, and no substitution for, tests of individual items at manufacturer's plant. Perform insulation and ground resistance tests before operating tests. Determine proper rotation of motors before permanent connections are made. B. Pay all costs for tests including expenses incident to retests occasioned by defects and failures of equipment to meet specifications. Replace wiring and equipment found defective, or failing to meet specified requirements, at no additional cost, unless written acceptance for repair is given by Engineer. 2. Furnish three copies of all test results to Engineer. 3. Unless otherwise specified, Owner will supply electric current for tests. 1.02 REFERENCES: A. NEMA: National Electrical Manufacturers Association, 2101 L Street, Northwest, Washington D.C. B. IEEE: Institute of Electrical and Electronic Engineers, 345 East 47th Street, New York, NY. 1.03 SUBMITTALS: C. Shop Drawings: Submit the following in accordance with Section 01300 - SUBMITTALS: Submit data sheets for the insulation resistance testing of conductors and motors prior to performing operating testing. a. List all cables and motors to be tested. 160 1 ADDENDUM #1 Provide space on data sheets to enter the results of testing, instruments used with serial numbers, and name of personnel performing testing. This data to be filled out during testing in the presence of the Engineers. Submit data sheets for ground system testing in accordance with paragraph 3.05 of this specification section. PART2-PRODUCTS 2.01 TESTING EQUIPMENT: D. Calibration: Furnish applicable electrical instruments including voltmeters, ammeters, wattmeters, tachometers and all other equipment required to perform tests specified. Furnish certified copies of calibra-tion curves of these instruments which have been calibrated for specific tests. Provide these instruments as directed by the Engineer during performance of operating tests. Make openings in circuits for testing instruments and place and connect all instru- ments, equipment, and devices, for the tests. Upon completion of tests, remove instnanents and instrument connections and restore all circuits to permanent condition. Other sections of specifications require services of one or more manufacturer's representatives, to ensure that equipment supplied ha~ been installed properly and adjusted to proper working order. Advise representative of applicable tests in this Section, so that work will be coordinated, and tests combined where feasible. 2.02 TESTING: E. Coordination: Coordinate activities, and cooperate with others on project, to ensure that systems are energized when required, loads applied, and other require-ments of Section are carried out on timely, coordinated basis. Conduct tests in presence of Engineer. Notify Engineer seven calendar days or more in advance when any test is to be performed, and do not start tests without Engineer's permission. ADDENDUM #1 F. Preparation: Make up no connections permanently until correct phase rotation of all equipment is determined. Install and insulate these connections temporarily, if necessary, while determining proper rotation. Make permanent connections after proper rotation has been established and subsequent to completion of insulation resistance and dielectric tests. Verify conductors, buses and motor leads are properly labeled or tagged to ensure correct phase and rotation connection of the power system. PART 3 - EXECUTION 3.00 INSTALLATION VERIFICATION: G. Open all electrical equipment enclosures for inspection by the Engineers. H. Remedy all installations which do not conform to NEC criteria or show evidence of poor workmanship. 3.01 INSULATION RESISTANCE TESTS OF CIRCUITS, 600 VOLTS AND BELOW: Do not subject conductors rated 600 volts and below to high potential dielectric tests. Test each complete feeder and branch circuit of 600 volts or below with everything but power supply and power-consuming equipment, connected thereto, and have an insulation resistance between conductors and between each conductor and ground of not less than 1,000,000 ohms, unless otherwise accepted by Engineer. J. Determine insulation resistance values with switchboards, panelboards, fuseholders, switches, receptacles, and overcurrent devices in place. Use megohmmeter having output of at least 500 volts to determine insulation resistance value for 600 volt rated conductors, and a 2400 volt megohmmeter for 5 kv and 15 kv rated conductors. L. List each circuit and measured resistance as test data on data sheets as described in paragraph 1.03. Maintain written record of all insulation resistance values. Identify conductor, or equipment, date that value was taken and resistance value. Arrange infor-mation in suitable neat tabular form and submit to Engineer in triplicate. 3.02 N. 3.03 P. 16C 1 ADDENDUM #1 INSULATION RESISTANCE TESTS FOR MOTORS: After installation, test windings of all 3-phase motors with megohmmeter in accordance with, and meeting requirements of, IEEE Standard No. 43. Maintain record of insulation resistance values. Identify motor, date that value was taken and resistance value. Arrange infor-mation in suitable neat tabular form and submit to Engineer in triplicate. OPERATING TESTS: Operate each motor and associated equipment, as nearly as possible, under normal operating conditions for length of time sufficient to demonstrate correct aligmnent, temperature rise, speed, and satisfactory operation. Load motors to full capacity, or as near as possible. Operate solid state pump starters over the entire ranges of starting controls. Provide electrical test instruments as directed by the Engineer and specified in paragraph 2.01 A. 1, to measure circuit voltage, current and harmonics. Operate switches, circuit breakers and control devices to verify correct operation. Associated equipment includes instruments, meters, relays, circuit breakers, switches, and other devices in substations, switchgear, motor control centers, panelboards, control and instrumentation panels, related to motor being tested. Where tests of any of above-referenced equipment included in other Sections of specifications, coordinate testing, as directed by Engineer, to avoid duplication and conflict between tests. Perform above tests in addition to, and not in substitution for required manufacturer's factory tests of individual items. *** END OF SECTION*** COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DIVISION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 http://co.collier.fl.u s ADDENDUM DATE: TO: FROM: SUBJECT: August 25, 2000 Interested Bidders Lyn M. Wood, C.P.M. Public Utilities Purchasing Agent Addendum # 1- Bid #00-3139 - "NCRWTF Odor Control Modification" Addendum #1 covers the following change for the above-referenced Bid: Change: The bid opening date from August 31, 2000 to September 6, 2000 at 2:30 p.m. Collier County Time. There have also been changes to the process, mechanical, and electrial drawings, and new drawings are included with this Addendum. Replace: Section 11168 with Section 11168, Addendum #1, included with this Addendum. If you require additional information please call Pete Schalt, Public Utilities Engineering Department at 941/774-8192 or me at 941/774-8407 or by e-mail at LynWood(~.colliergov.net. cc: Pete Schalt, PMP 16g 1! ADDENDUM #1 SECTION 11168 ODOR CONTROL SYSTEM PART 1 - GENERAL 1.01 REQUIREMENTS The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals required to install and test, complete and ready for operation the "third train odor control system" as specified herein. The system shall include, but not be limited to, blowers and inlet filter system complete with motors and controls, distribution headers and laterals, spray nozzles, packings, packing support structures, manways, ladders, platforms and connections, and lifting lugs, as specified herein. The system shall provide for the removal of hydrogen sulfide at the Collier County, North County Regional Water Treatment Facility (NCRWTP), from the four raw water degasifiers. The odor control systems shall treat the off gas from the degasifiers and shah also include scrubber towers, recirculation pumps, instrumentation, controls, vessel internals, and interconnecting ductwork. It is the intention of this specification for the system supplier to provide detail drawings to the contractor including equipment and electr/cal layout for a turnkey layout and installation. The odor control system third train shall be capable of treating 16,667 scfm (standard cubic feet per minute) of odorous air at 700 lbs/day of hydrogen sulfide removal. One odor control system train will be built parallel to the existing two trains on the area shown in the contract drawings. Each train will be connected to treat one third of the air from four existing degasifiers. 1.02 RELATED WORK A. Divisions 1, 15 and 16. 1.03 REFERENCES County Codes: All codes for County utility work are referenced in Collier County ordinance 97-17. B. Commercial Standards: ASTMD3299 Filament-Wound Glass Fiber Reinforced Thermoset Resin Chemical Resistant Tanks. NCRWTP Modifications 11168-1 08/25/00 024723 ASTMC581 ADDENDUM #1 Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures intended for Liquid Service. 1.04 CONTRACTOR SUBMITTALS Materials and Shop Drawings: The CONTRACTOR shall submit five (5) sets of complete shop drawings of all the odor control system equipment as a complete system. The equipment shop drawings submittal shall contain all structural calculations and drawings for the vessels, deflection of the vessel at the point of connection with the ductwork, thickness, anchor bolt size and location, lifting hooks, access ladders and platforms, and loads imposed by appurtenances such as inlet ducting. All structural drawings, structural calculations and process calculations shall be signed and sealed by a Professional Engineer (P.E.) registered in the state of Florida. Complete master power and control wiring diagram, elementary or control schematics, and suitable outline drawings of the control schematics and control panel shall be furnished as part of the shop drawings. The following fan submittals are required: Manufacturer's Product Data (fan housing, fan, motor, dampers, transition ducts, inlet filter, accessories) Shop Drawings (fan outline dimensions, access ports, connection arrangement, lifting lugs, anchorage provisions, shipping weight, operating weight) Certifications (fan performance curve showing Static Pressure, CFM, Efficiency and Brake Horsepower) Additional information: The CONTRACTOR shall supply certificates for the following from the FRP ductwork supplier: The resin used shall he in accordance with ASTM C 581 and that the resin is compatible with an environment consisting of air, caustic, hydrogen sulfide gas, methane, various aromatic hydrocarbon vapors, droplets of saltwater, and droplets of water containing sodium hypochlorite, sodium hydroxide, sulfuric acid, and hydrochloric acid. The ductwork supplied shall meet the deflection requirements under the vacuum pressure and hoop (point) loading specified herein. NCRWTP Modifications 024723 11168-2 08/25/00 16{; ADDENDUM #1 The CONTRACTOR shall provide a certificate from the vessel manufacturer listing the nomenclature, composition, and characteristics of the resin. This information shall be supplied with the submittal data, as well as vessel and support calculations as specified. Provide five (5) sets of Operation and Maintenance Manuals to the OWNER prior to installation. The odor control system supplier shall submit signed and sealed structural calculations and drawings by a Florida P.E. for wind loads per Southern Building Code Congress international - Standard Building Code, latest edition. 1.05 QUALITY ASSURANCE Inspections and Testing Requirement: The ENGINEER reserves the right to reject acceptance of delivery of any or all pieces of equipment found, upon inspection, to have any or all of the following: blisters, chips, crazing, exposed glass, cracks, burned areas, dry spots, foreign matter, surface porosity, sharp discontinuity or entrapped air at the surface of the laminate. Prior to any exterior gel coating or equivalent of the vessel, notification must be given to the ENGINEER. The ENGINEER reserves the right to the be present at the fabricator's facility for visual inspection of equipment to be supplied. The System Integrator shall have more than ten (10) years of experience with odor control system construction and have at least ten (10) similar installations on water treatment plants of which five (5) installations are in the state of Florida which were installed more than five (5) years ago. Include in the list at least five (5) two-stage systems in the state of Florida operating on water treatment plants for H:S removal. 1.06 UNIT RESPONSIBILITY The entire odor control system as specified herein shall be provided by a single system supplier to ensure coordination and compatibility. The CONTRACTOR shall be responsible for all the on-site installation for the odor control system as specified herein. The system supplier shall be responsible for providing the required technical services to the CONTRACTOR during the installation of the odor control system. NCRWTP Modifications O24723 11168-3 08/25/00 16C ADDENDUM #1 The CONTRACTOR or the system supplier is responsible in ensuring that the modifications to remove the existing fans and duct the existing degasifiers to the new odor control system does not affect the process or structural integrity of the existing degasifiers. 1.07 ODOR CONTROL SYSTEM DESIGN REQUIREMENTS A. Item/Design Conditions: Number of Two-Stage Trains: Design Influent Air H2SLoading per Train (lbs/day): Number of Scrubbers: 2 Minimum Diameter (feet): 7.0 Minimum Recirculation Rate (gpm): 350 Number of Recirculation Pumps: 4 Total Hydrogen Sulfide Removal Efficiency(%):99.5% H2S Loading per Train (lbs/day): 700 Maximum H2S Outlet Concentration (mg/1): 0.25 mg/l Packing Manufacturer: Jaeger Products, Inc. Minimum Packing Height (feet): 12 Maximum Packing Size (inches): 3.5 inches Mist Eliminator Manufacturer Jaeger Products, Inc. Minimum Mist Eliminator Height (feet): 1 Maximum Packing Size (inches): 2 Number of Blowers: 4 Airflow per blower (scfm) 12,500 Static Pressure (inch of H20) 12 1@ 16,667 scfmeach 700 1.08 DESCRIPTION OF THE SYSTEM The odor control system will collect air from the existing alegasifiers and independent branches of duct will connect to the degasifiers. Duct supports shall be supplied by the CONTRACTOR as recommended by the system supplier. The four (4) fans will be ducted by means of common header to the filter housing with full closure dampers at the inlet of each fan. The fans shall be forced draft into the degasifiers. Scrubbers shall be connected via duct. The second-stage scrubber shall have a stack height to reach the same elevation from the base of the pad as the existing stack. The vessels shall be manufactured to be free- standing without guy wires, designed for 140 m.p.h. winds at all loadings as per the Standard Building Code, latest edition. When tied/bolted down, the design wind load shall be 140 m.p.h, The discharge stack shall be also supported by 316 stainless steel supports and guy wires. NCRWTP Modifications 024723 11168-4 08/25/00 ADDENDUM #1 The odor control system shall treat and effectively eliminate odors from the degasifiers. The odor control system shall have two existing parallel treatment trains, each with a rated air flow capacity of 16,667 cfm each and be capable of continuously providing a treated exhaust air stream having a hydrogen sulfide concentration of 700 #/day at the rated capacity and H2S removal efficiency of greater than 99.5 percent based on design capacity for each unit. Evaporation and other water loss makeup shall be accomplished by an automatic level control system in the bottom of the scrubber towers in conjunction with a continuous water make-up. The system shall be capable of operating in either mode. To provide maximum oxidant effectiveness, the equipment supplier shall furnish all necessary automatic monitors and controllers (chemical tanks and chemical feed pumps will be provided by the OWNER). The control system shall be provided with a common alarm function indicating system malfunction. The alarm shall be local at the control panel and activate a light, as well as a remote alarm at the central control panel. PART 2 - PRODUCTS 2.01 SYSTEM SUPPLIER A. Jacobs Air Water Systems, Oldsmar, FL, Telephone: (813) 854-5297 B. Met-Pro./Duall Division, Owosso, MI, Telephone: (517) 725-8184 C. Ceilcote Air Pollution Control, Strongsville, OH, Telephone: (800) 554-8673 D. Or approved equal 2.02 GENERAL A. The odor control system shall be of the forced draft type with random dumped internal packing. B. The water and air will cimulate counter currently; the air being introduced below the packing. A 6-inch minimum distance shall be NCRWTP Modifications 024723 11168-5 08/25/00 16(; 1} H. I. J. ADDENDUM #1 provided between the packing support and the top of the air inlet duct to facilitate distribution of air across the packing. The vessels shall have an internal baffle at the ~r inlet to ensure distribution and act as a liquid redistributor. The odor control system shall be provided with four (4) access ports, aluminum ladders, and aluminum platforms to allow for gravity loading and unloading of the packing, and for maintenance of the distribution laterals and nozzles and packing support system. The ladders and platforms shall be as per odor control system manufacturer. Water distribution laterals and nozzles shall be fabricated in such a manner that they can be disassembled and removed through a 24-inch manway. The odor control system shall be provided with lifting lugs to provide access for maintenance. Distribution header and laterals shall be Schedule 80 PVC. Nozzles shall be designed for a maximum pressure drop of 2 psi. Spray nozzles shall be PVC. A minimum of 12 inches shall be provided between the spray nozzles and the top of the packing to facilitate water distribution and provide access for maintenance. All connections 2 inches and larger shall be f!anged and shall have ANSI standard dimensions and bolting patterns. Packing for the odor control system shall be polypropylene and have a maximum nominal diameter of 3-1/2". The packing shall be as manufactured by Jaeger Products, Inc. or approved equal. All bolts, fasteners, supports, hinges, [ifting lugs, etc. shall be Type 316 stainless steel. Electrical conduits and straps shall be PVC and all electrical boxes shall be NEMA 4X. Gaskets shall be neoprene. NCRWTP Modifications 024723 11168-6 08/25/00 16C 1' ADDENDUM #1 2.03 FIBERGLASS VESSELS FRP, vertical, round vessels shall be filament-wound and suitable for installation in an outdoor environment with climate conditions encountered in the state of Florida. Each vessel shall have a diameter and height (straight shell) and minimum capacity as specified herein with a flat bottom and dished or conical top (head). Vessel and exhaust stack shall be designed in accordance with ASTM D3299 and all applicable codes and regulations. Signed and sealed drawings shall be submitted by an engineer registered in the state of Florida. Drawings and calculations shall iljustrate the vessels and anchor bolts' ability to withstand the required wind loads at 150 m.p.h. The vessel/exhaust stack shall be capable of free-standing at 140 M.P.H. wind loads. Back of Flanges: The area on the back of all flanges around each bolt hole shall be the diameter of a standard washer and shall be flat and parallel to the flange face. This area shall be spot faced if necessary to meet this requirement. D. Nozzles - Support: All nozzles shall be gusseted. Nozzles - Angle to Vessel: Unless otherwise specified, nozzles on top or bottom shall have ranged faqes perpendicular to the centerline of the vessel, and nozzles and side walls shall have ranged faces perpendicular to radial centerlines. Tolerance on angle flange face with respect to vessel centerline shall be 1/2 degree. Nozzles - Attachment to Wall: Unless otherwise specified, nozzles on top and sides of all type of vessels shall be attached to the vessel wall according to Figure 3, ASTM D 3299. Nozzles on bottom of vessel shall be attached according to Figure 4, ASTM D 3299, Flanges for pipe connections shall be fiat faced with drillings conforming to ANSI B16.5. Manholes: Manholes of vertical vessels shall be the bolted type. A quantity of four (4) per vessel are required, each to be 24-inch diameter. Blind Flanges: Blind flanges shall be the same thickness as the flanges to which they are attached. Tolerance on flatness shall be the same as for flanges. Lifting Lugs: Suitable FRP or 316 stainless steel lifting lugs shall be provided for use in transporting and placing FRP vessels. NCRWTP Modifications 024723 11168-7 08/25/00 168 1 ADDENDUM #1 Hold Down Lugs: Hold down lugs on vessels for outdoor service shall be capable of withstanding design wind loads using ASCE Paper 3269 as a reference. Bolting shall be hexhead machine bolts with washers, nuts and gaskets. Bolts, nuts and gaskets shall be Type 316 stainless steel, L. Hand lay-up vessels are not acceptable. 2.04 BLOWERS Four (4) blowers shall be provided at location shown on the drawings. Odor Control System manufacturer will submit design layout for approval by ENGiNEER. The blowers shall be 40 HP maximum, capable of moving 12,500 scfm at a maximum of 12-inches W.C. Maximum fan speed is 2,550 rpm. C. Manufacturers, or equal: h Duall Division/Met-Pro Corporation. 2. New York Blower The fan wheel shall be the backwardly inclined design of all fiberglass reinforced polyester with encapsulated steel hub and stainless steel shaft. The shaft shall be encapsulated through the fan shaft seal. The fan shall be fabricated of alternated layers of fiberglass cloth and fiberglass resin, and the shaft Type 316 stainless steel. The fan housing shall be seamless fiberglass reinforced polyester constructed of alternated layers of fiberglass cloth and fiberglass resin. The housing shall be additionally braced as needed with steel inlet side and drive side plates, fastened to the fiberglass housing with Type 316 stainless steel hardware. The fan will be furnished with a fianged inlet and outlet, and a PVC pipe coupling type drain. Provide transition ducts as required to connect fans to existing degasifiers. Access door will be gasketed and bolted to the fan housing with Type 316 stainless steel hardware. NCRWTP Modifications 024723 11168-8 08/25/00 16C 1' ADDENDUM #1 Bearings shall be grease lubricated ball or roller bearings in housings that allow easy bearing replacement, minimum B-10 life shall be 100,000 hours. Shaft seal shall be neoprene gasketed FRP plate attached to the fan housing with Type 316 stainless steel hardware. The blower motor shall be 40 HP maximum, TEFC construction with service factor of 1.15, voltage 460 volts, 60 Hz, 3 phase, with Class B insulation with Class F temperature rise. Furnish belt drive provided with heavy-duty matched "deep V" type V~ belts sized to handle 1.5 times the rated brake horsepower of the fan motor and incorporating heavy-duty industrial type adjustable companion sheaves, OSHA approved belt guard and weather cover of FRP construction. Start-up and training for this equipment shall be done by a factory authorized and trained service technician. 2.05 RECIRCULATION PUMPS A. Four (4) recirculation pumps shall be provided. The recirculation pumps shall pump the scrubbing, solution from the reservoirs to the spray nozzles. The pumps shall be capable of pumping 350 gpm against the total dynamic head required. The pumps shall be centrifugal design complete with corrosion resistant bases and 7.5 HP, TEFC motor. Pumps to be Ingersoll-Dresser, or approved equal. Casings shall be high grade glass reinforced vinyl ester of the back pull-out design. The suction and discharge flanges shall be fully gusseted for optimum nozzle loading capabilities. Stuffing box covers shall be compression molded high grade glass reinforced vinyl ester, rabbet fitted to the casing, and shall accept most mechanical seals recommended for corrosive applications. Impellers shall be compression molded in high grade glass reinforced vinyl ester of the semi-open design. They shall be statically balanced, externally adjustable, driven by a polygon and fitted with square O- rings to assure proper sealing of the pump shaft from corrosive liquids. NCRWTP Modifications 024723 11168-9 08/25/00 16C 1 ADDENDUM #1 Shafts shall be 304 stainless steel with a replaceable non-metal sleeve. The shaft shall utilize a tapered polygon drive of uniform torque carrying capability and easy impeller servicing. The sleeve shall also feature a polygon cutout to ensure that it is positively driven by the shaft. Bearings shall be oil lubricated with an external oiler and designed from minimum L-10 life of 2 years. The double row outboard thrust bearing shall be capable of carrying high thrust loads. Baseplates shall be glass reinforced vinyl ester in six ANSI sizes with an integral drain rim and encapsulated mounting inserts. Couplings shall be flexible spacer type to permit disassembly and inspection without disturbing the pump piping, driver or alignment. Coupling guards shall be designed to meet OSHA requirements. Corrosion resistant materials - all wetted parts shall be selected fiberglass reinforced materials for superior corrosion resistance across an exceptionally broad range of applications. All of the above pump motors are to be TEFC, severe duty, 460 volt, 3 phase, 60 Hz, and 1.15 service factor. L. All recirculation piping shall be schedule 80 CPVC. Start-up and training for this equipment shall be done by a factory authorized and trained service technician. 2.06 DUCTWORK The ductwork shall be designed to minimize static pressure in the system. The total system is designed for a maximum of 12" static pressure from filter housing at influent of degasifier to the end of the discharge stack on the second-stage scrubber. Damper design shall be suitable for low leakage, multiple positions for shutoff and balancing. All duct and fittings shall be supplied by the Odor Control System supplier. Filament-wound ductwork with minimum design working pressure as specified heroin shall conform to ASTM D 2310, Type 1, Grade 2, Class E. NCRWTP Modifications 024723 11168-10 08/25/00 16C 1' ADDENDUM #1 Fabricator shall be responsible for the basic design of FRP duct, based on these Specifications and the Drawings. Mechanical properties of contact molded reinforced laminate shall meet or exceed all requirements of National Bureau of Standards PS 15-69 and ASTM C 582 as specified in this specification. Squares of ends, fittings, elbows, and butt joints shall meet or exceed requirements of National Bureau of Standards PS 15-69. Duct and Fittings shall be shop spooled as much as possible. Use of flanges shall be kept to a minimum, with field welded bell and spigot joints where required for installation. Use butt joints for shop and field welded joints is also acceptable. Butt joints in duct over 20 inches in diameter shall have an internal overlay. Flanges and fittings shall have a thickness based on National Bureau of Standards PS 15-69, rated for specified pressure and vacuum. For flanged fittings, bolt circle number and diameter shall be per National Bureau of Standards Product Standard (PS 15-69) for air service. Coordinate flange provisions with interconnecting equipment. and fittings. Fabricator shall provide all information details and requirements for installation and support of duct and torque valves for flange bolting. Contractor shall provide all FRP duct supports as recommended by Fabricator. Back face of all flanges shall be spot-faced, flat and parallel to the flange face, and be of sufficient diameter to accept an SEA metal washer under the bolt head or nut. Design Conditions: Ductwork fabricated to these Specifications, in general, shall operate at ambient temperatures. Ductwork shall be subjected to, and shall be designed to withstand the following conditions: NCRWTP Modifications 024723 11168-11 08/25/00 ADDENDUM #1 a. Ambient Air Temperature32 to 120 degrees F b. Design Temperature 150 degrees F, minimum c. Design Vacuum Rating: 1 O-inch water gauge. d. Design Pressure Rating:150-inch water gauge. e. Location: Outdoors f. Chemical Composition of the Process Vapors: 0-150 PPM H2S Laminate shall consist of an inner surface (corrosion barrier), on an interior layers, and a structural layer. The characteristics of the total laminate (filament winding plus inner surface and interior layer) shall be as follows: Ultimate Hoop Tensile Strength per ASTM D1599: 18,000 psi min. Hoop Tensile Modulus per ASTM D2412: 1.5 to 2.0 million psi Ultimate (Flexural) Axial Strength per ASTM D2105: 14,000 to 20,000 psi Axial Tensile Modulus per ASTM D2105: 1.0 to 2.0 million psi The maximum allowable hoop stress shall not exceed one-tenth of the ultimate hoop tensile strength. Determine the maximum allowable hoop stress by the long term cyclic pressure strength per ASTM A2992, Procedure A for design pressure ratings. Ducts shall have a minimum pipe stiffness in accordance with AWWA C950 and ASTM D2412. Laminate Quality: Meet the requirements of the visual acceptance criteria in ASTM D2563, Level III for the interior and Level III for the exterior. Wall hardness shall be at least 90% of the resin manufacturer's recommended BARCOL hardness, with a minimum BARCOL hardness of 30, with the resin fully cured. Maximum strain in the laminate shall be 0.001 inch/inch. Maximum air bubble size in the laminate shall be 1/16-inch. Maximum frequency of air bubble shall be 10 per square inch of laminate. Reinforce inner surface of duct with a resin-rich surfacing veil of 20 mils thick. Construct interior layer of duct with resin reinforced with at least two piles of chopped strand mat. Thickness of interior layers shall be at least 100 mils. NCRWTP Modifications 024723 11168-12 08/25/00 ADDENDUM #1 Glass content of combined inner surface and interior layer of duct shall be 27 percent plus or minus 5 percent. The structural layer may be either filament wound or contact molded as follows: 1. Filament winding shall be with continuous strand roving to provide a glass content of 50 to 80 percent. 2. Contact molding shall consist of alternate layers of chopped strand mat and woven roving, providing a glass content of 25 to 40 percent. 3. Determine glass content per ASTM D2584. The structural layer shall be filament wound with a permanent exterior resin-rich gel coat layer of minimum 10 mils thickness, pigmented white. Surfaces shali be smooth, hard and glossy. Exterior Gel Coat Color: Provide pigmented gel coat color on all exterior ductwork. Coordinate gel coat color with work in previous paragraphs. Resin System: Premium grade and corrosion resistant vinyl ester such as Dow Darken 411, or equivalent plus the following: 1. Exterior Exposed Ducting: Add ultraviolet absorbers to exterior gel coat layer to improve weather resistance. Absorber shall be American Cynamid Company, CYASBORB UV-9, or approved equal. 2. Interior Ducting: Construct with fire-rated resin. 3. Color: No dyes, pigments, or colorants shall be used except in the exterior gel coat. The resin shall not contain fillers or thixotropic agents unless specified. Use manufacturer's currently recommended cure system unless otherwise agreed upon by the fabricator and Project Manager. Reinforcement: 1. Inner Surface: Chemical surfacing mat, Type C (chemical) glass, 20 mils thick, with finish and binder compatible and lay-up resin. 2. Corrosion Barrier: Resin-rich interior surface of nominal 100 to 120 mils thick, using chopped strand mat backing the veil. Use no additive in the corrosion barrier. NCRWTP Modifications 024723 11168-13 08/25/00 16C ADDENDUM #1 3. Chopped Strand Mat: Type E glass, minimum 1-1/2 ounces per square foot, with silane finish and styrene soluble binder. 4. Continuous roving used in chopper gun for spray-up shall be Type E glass. 5. Woven Roving: Type E glass, nominal 24 ounces per square yard, 4 by 5 weave, with silane type finish. 6. Continuous roving used for filament winding shall be Type E glass with a silane type finish. Duct fittings shall conform to National Bureau of Standards PS 15-69, except as specified herein. Bends shall be on-radius (1-1/2 times pipe diameter), formed over a removable mold. Mitered bends will be allowed for pipes greater than 24-inches in diameter. Filament wound fittings shall be of the same thickness specified for adjoining pipe or duct. Hand lay-up fittings shall be of the minimum pipe or duct wall thickness specified in PS 15-69 for the applicable pressure class. Duct flanges shall be fiberglass reinforced plastic of thickness specified in National Bureau of Standards PS 15-69 faced and drilled to match 125-pound, ANSI B16.1 standard and bolted together with Type 316 stainless steel bolts, nuts and washers. Gaskets shall be full-faced, 1/8-inch thick, fabricated from EPDM and able to withstand temperatures up to 250°F. When mating flange has raised face, use flat ring gasket and provide filler gasket between OD of raised face and flange OD to protect FRP flange from bolting moment. 2.07 ACOUSTICAL SILENCER The odor control system manufacturer shall furnish acoustically lined duct in the straight run between the inlet filter housing and the transition to the fans. The silencer shall be 60" in diameter with 1" sound insulation, 10' in length, absorbent for the mechanical noise from the inlet of the fans. The silencer shall have two baffled walls (cross section) down the center of the duct. The material shall be 1" solid sound board. 2.08 FILTER HOUSING Odor control system supplier shall furnish freestanding filter housing. Filter housing shall be fabricated of aluminum construction. Materials shall be T5051, checker plate housing sitting on 6" "Z" channel or I- beam frame. The door shall be fully hinged with two compression NCRWTP Modifications 024723 11168-14 08/25/00 160 ADDENDUM #1 clasps on each door. The doors will be gasketted fully and have a 4" deep louvered front. The filter frames shall be American Air Filter frames manufactured of aluminum with front and back retaining screens. The back retaining screens shall be hinged for easy access of the filters. Each door shall contain six 24"x24"x2" filters with individual frame. There shall be a quantity of four doors. The ductwork shall be connected by means of flexible connector, 60" diameter opening at the top. The filter housing shall have acoustical baffles for sound absorption and silencing. Frames shall be perforated aluminum or stainless steel. The filter housing shall be designed for anchoring to a concrete foundation. 2.09 AUTOMATIC CHEMICAL CONTROLLERS The odor control system manufacturer shall furnish the automatic controllers. The automatic controllers shall provide automatic adjustment of the chemical composition of the scrubbing solution to minimize the possibility of odor breakthrough because of gas flow fluctuation. The control shall include both two (2) pH and one (1) ORP analyzers mounted in one (1) NEMA 4X enclosure mounted on the front of the chemical feed control panel. The pH controller shall have a digital display with a 0-14 pH measuring range and a 4-20 mA output with range expand. The controller shall have a dual alarm relay with two individual adjustable controls to establish low and high alarm points so that the alarm relay is energized whenever the process solution is outside of these points. The ORP controller shall have a digital display with a 0-1000 mV measuring range and a 4-20 mA output with range expand. The controller shall have a dual alarm relay with two individual adjustable controls to establish low and high alarm points so that the alarm relay is energized whenever the process solution is outside of these points. The pH and ORP analyzers shall be Great Lakes Model 672, or approved equal. The pH and ORP probes shall be located in the vessel wall of the scrubbers and wired to the odor control system control panels. NCRWTP Modifications 024723 11168-15 08/25/00 ADDENDUM #1 The probes shall be fully encapsulated flow-thru type with wetted materials consisting of vinylester body, ceramic salt bridge, glass process electrode, titanium palladium ground electrode, viton and RTV sealant. H. The pH probe shall be Great Lakes Model 6028PO, or approved equal. The ORP probe shall be Great Lakes Model 2028PO, or approved equal. 2.10 H2S ANALYZERS The second stage stack shall have an H2S monitor reading discharge results. The monitor shall be equal to Interscan Model LD17 and placed in a NEMA 4X fiberglass enclosure at the base of the scrubber. The instrument shall be an electrochemical device with external air dryer tubing and meter that reads from 0-5 ppm. Analyzer shall be powered from the odor control system panel. 2.11 DIFFERENTIAL PRESSURE GAUGE Each tower shall be provided with a 4" Magnehelic gauge complete with tubing and mounting hardware to measure the differential air pressure across the media. Scale shall be 0-10" WC. All construction materials and mounting hardware shall be corrosion resistant. 2.12 ODOR CONTROL SYSTEM PANEL The odor control system manufacturer shall provide one (1) odor control system control panel in a NEMA 4X Fiberglass enclosure, pre- wired, free-standing, complete with the following operation: 1. Lockable 100 amp fused disconnect switch with surge arrestor. 2. Dry, normally open, contacts for start/stop control of remote chemical feed pumps. 3. Illuminated start buttons for each fan and recirculation pump. 4. Acknowledge silence and alarm reset buttons. 5. (1) Adjustable alarm horn. 6. Interlock between recirculation pump and chemical feed pumps. 7. Dry contact for remote alarm indication at the plant PLC system. NCRWTP Modifications 024723 11168-16 08/25/00 16g 1' ADDENDUM #1 8. pH out-of-range, ORP out-of-range alarm lights for each scrubber. 9. Three (3) Great Lake Instruments 63 analyzers. 10. Reduced voltage autotransformer motor starters for four (4) recirculation pumps by Square D, Allen-Bradley, or Cutler- Hammer. 1 I. Each scrubber pump shall have analog hour timers. 12. Provide a step-down transformer 480/120 VAC, 7.5 KVA minimum. 13. Each panel shall have a duplex GFI rated receptacle. 14. Provide spare terminal boards/contacts, three sets each. 15. HOA switch for each pump. 16. One (1) H2S analyzer contactor, 120 volt, l phase, 60 Hz. 17. Dry contacts for remote monitoring at existing plant PLC of.' recirculation pump running (4) pH out of adjustment (2) ORP out of adjustment (1) 2.10 SPARE PARTS A. The following spare parts shall be provided: 1. One (1) set of fan belts. 2. One (1) fan bearing set. 3. One (1) spgre pH probe and one (1) spare ORP probe. PART 3 - EXECUTION 3.01 PRODUCT DELIVERY, STORAGE AND HANDLING All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed, and the units and equipment are ready for operation. The equipment shall be delivered on-site as fully assembled as transportation will allow. C. Finished surfaces of all exposed openings shall be protected. 3.02 INSTALLATION All vessels shall be installed in accordance with the manufacturer's technical data and printed instructions, and in the locations shown on NCRWTP Modifications 024723 11168-17 08/25/00 16C 1' ADDENDUM #1 the drawings. Odor Control supplier will submit design layout to ENGINEER for approval. 3.03 QUALITY CONTROL AND INSPECTION FOR FRP VESSELS A. Quality Control Procedure The vessel manufacturer shall have quality control procedures adequate to ensure that all vessel fabrications comply with these specifications and ensure that all laminates are at least the equal of the reference samples in laminate quality. Quality control shall include a final inspection by the manufacturer and written record of this final inspection. The objective of manufacturer's quality control and inspection procedure shall be to ensure that all vessels comply with the specifications after fabrication is complete and prior to shipment of the vessels to the job site to minimize the amount of rework by the manufacturer at the site. B. Manufacturer's Inspection All vessels shall be tested at the place of manufacture, and the manufacturer shall provide the following information: a. Hardness readings b. Thickness measurements c. Measurements showing compliance with dimensions and tolerances in diameters, lengths, squareness of ends, angles of fittings and flanges, and flatness of flanges. d. For vessel laminate quality; presence of pits, foreign inclusions, dry spots, air bubbles, pinhole pimples, and delamination. All vessels shall be factory hydrostatically tested for leaks by filling with water after fabrication is complete. Vessels shall be checked of leaks after they have been filled for at least one (1) hour. Manufacturer shall run this test prior to the time of shipping for all vessels. A separate inspection record shall be made for each vessel. Inspection records shall be sent to the ENGINEER for approval prior to shipment of vessels. NCRWTP Modifications 024723 11168-18 08/25/00 ADDENDUM #1 Unless otherwise specified, the vessels may be inspected at a place of manufacture by a representative of the ENGiNEER. Final acceptance will be contingent upon satisfactory further inspection upon arrival at the job site. If the factory inspection and tests show that any of the vessels do not meet the specifications, corrective measures shall be taken or the defective vessel shall be replaced with a new vessel which satisfies the conditions specified prior to shipment to the job site. 3.04 SURFACE PREPARATION AND SHOP PAINTING All PVC overlayed with FRP vessels and FRP vessels will be coated with a polyester gel coat on all exterior surfaces at the factory. Other equipment to be supplied under this Section requiring surface preparation and shop priming shall be performed as part of the work of this Section. 3.05 FIELD TESTING AND TRAINING The system manufacturer shall furnish the service of a factory representative for a minimum of five (5) days who has complete knowledge of proper operation and maintenance of the equipment to inspect the final installation and to supervise the test runs. The system manufacturer shall furnish the services of a factory representative for a minimum of three (3) days who has complete knowledge of proper operation and maintenance of the equipment to inspect the final installation, to supervise the test runs, provide Operations and Maintenance training on six (6) separate visits. First training session shall be day-long (8 hour), followed by five half-day (4-hour) training sessions every two (2) weeks over a period of three (3) months. After six (6) months, a one-day (8-hour) refresher course and inspection and review shall be performed. The scrubber H2S efficiency shall be tested by the system supplier. The equipment supplier shall furnish utilities, labor, and flow meter for air flow measuring and portable hydrogen sulfide analyzer. Test shall be conducted using two (2) Interscan electro/chemical gas sampling system. The first analyzer will pick up effluent and H2S levels. The second analyzer will pick up effluent H2S Ievels off the discharge stack of the second-stage scrubber. Second-stage Interscan analyzer shall be capable of reading to 0.1 parts per million. Analyzer shall have been NCRWTP Modifications 024723 11168-19 08/25/00 168 1 ADDENDUM #1 factory calibrated within six (6) months of date of test. The test shall be supervised by the equipment supplier and a professional engineer who is singing and sealing the report and witnessed by representatives of the OWNER. The system shall provide a minimum of 99.5 percent removal of hydrogen sulfide from the influent air stream at design conditions specified in this specification. Upon completion of the testing, a report summarizing the results of testing shall be submitted. This report shall be signed and sealed by a Professional Engineer registered in the state of Florida. If the system or any component thereof fails to operate properly and to remove odors at the existing hydrogen sulfide concentration, the necessary changes shall be made or components shall be replaced until the system operates to the satisfaction of the OWNER. The system supplier shall have a service company knowledgeable in troubleshooting and proper operation of the system. The service company shall be located in the state of Florida to assure quick response to the OWNER's needs. The service company shall have a minimum of ten (10) years in the state of Florida working on this type equipment. 3.06 MISCELLANEOUS If the equipment the CONTRACTOR proposed to furnish differs from that indicated on the plans or herein specified, or requires a different arrangement, the CONTRACTOR shall prepare and submit for review detailed structural, mechanical and electrical drawings and equipment lists showing all such changes. If accepted by the ENGINEER, any additional costs involved including those for project drawing changes and changes in interfacing work, shall be the responsibility of the CONTRACTOR and there shall be no additional cost to the OWNER. ***END OF SECTION*** NCRWTP Modifications 024723 11168-20 08/25/00 BID PROPOSAL COLLIER COUNTY WATER-SEWER DISTRICT COLLIER COUNTY, FLORIDA NCRWTF Odor Control Modifications Bid No. 00-3139 Full Name of Bidder Beach Construction Companyr Inc. Main Business Address ~,. O. Box 141~6(] (lainmmville. FL 32614 Place ofBusiness 4424 SW 41st Boulevard C. ain~sville. FL 32~Q8 State Contractoffs License Telephone No. Fax No. 352-335-5665 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA F_X-OFFICIO THE GOVERNING BOARD OF THE COLLIER COUNTY WATER-SEWER DISTRICT (hereinafter called the Owner). - The undersigned, as Bidder declares that the only person or parties interested in this Proposal as dncipals are those named herein, that this Proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the -' proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications, including Addenda issued thereto and acknowledges receipt below: Contractor's Addendum Number Date Issued Initials I Bidder proposes, and agrees if this Proposal is accepted, Bidder will contract with the Owner in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the - requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that he will take full payment the sums set forth in the -' ,llowing Bid Schedule: NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your proposal pages. WS-P-1 SECTION 003 ! 0 BID SCHEDULE ODOR CONTKOL MODIFICATIONS Item 1. Odor Control Modifications, in accordance with the Contract Documents complete, tl~ lump ,sum *~ti ~ _ Dollars Item 2. Allowances, in accordance with the Section 01153 of the Contract Documents. $ 200.000.00 and '~t~ ,-[~ ,' Cents. Allowances item is for work not defined, and the Owner may elect not to award work under this item. The Owner is under no obligation to pay the Contractor under this item. (SEAL) R~ach Con.q~rnction Company (Name of Bidder) By · (Signature and title of Donna P. Beach authorized representative) President P. O. Box 141860 (Business address) Gainesville, FL 32614 (City and State) Date AUGust 31, 2000 NCRWTP 2000 Modifications 024723 Augur2, 2000 MATERIALMANUFACTURERS The Bidder is required to state below, matedal manufacturers he proposes to utilize on this project. No change will be allowed after submittal of Bid. If substitute material proposed and listed below is ,lot approved by Engineer, Bidder shall furnish the manufacturer named in the specification. Acceptance of this Bid does not constitute acceptance of material proposed on this list. THIS LIST MUST BE COMPLETED OR BID WILL BE DEEMED NON-RESPONSIVE. MATERIAL MANUFACTURER ,Jated August 31r 2000 Bmm~h ~On~f~,,~mn Company. Inc. Bidder By: Donna P. Beach, President WS-P-3 LIST OF SUBCONTRACTORS The undersigned states that the following is a full and complete list of the proposed subcontractors ~n this Project and the class of work to be performed by each, and that such list will not be added to nor altered without wdtten consent of the Project Manager. The undersigned further acknowledges its responsibility for ensuring that the subcontractors listed herein meet all legal requirements applicable to and necessitated by this Agreement, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The County reserves the dght to disqualify any bidder who includes noncompliance subcontractors in his bid offer. Further, the County may direct the bidder/contractor to remove/replace subcontractor that is found to be noncompliant with this requirement subsequent to award of the contract at no additional cost to the County. THIS LIST MUST BE COMPLETED OR BID WILL BE DEEMED NON-RESPONSIVE. Subcontractor and address Class of Work to be performed Dated August 31. 2000 Beach Construction Company, Bidder Donna P. Beach, President WS-P-4 Inc. STATEMENT Of EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude is a judge of his experience, 'kill and business standing and of his ability to conduct the work as completely and as rapidly as ['equired under the terms of the contract. Proiect and Location Reference 1. P%~ase see attached Annual Report Dated Auqust 31r 2000 Beach Construction Cb_mpany, Inc. Bidder Donna P. Beach, President WS-P-5 TRENCH SAFETY ACT 1601I Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are · osts for complying with the. Florida Trench Safety Act, Chapter 553, Part Vl, Florida Statutes. The c3idder further identifies the cost to be summarized below: · Trench SafetyUnits of , Unit Unit Extended Measure Measure ('Quantity) Cost Cost (Descdption) (LF,SY) - o o Total Failure to complete the above may result in the Bid being declared non-responsiv. e. Dated August 31 , 2000 By: Beach Construction Company, Inc. Bidder Donna P. Beach, President WS-P-6 Upon receipt of written notice of the conditional acceptance of this Bid, Bidder will execute the formal Contract attached within 10 calendar days and deliver the Surety Bond or Bonds and Insurance as required by the Contract Documents. The bid security attached in the sum of: F±ve ( 5 ) Percent, dollars ($ 5% ) is to become the property of [he Owner in the event the Contract, Insurance and Bonds are not executed within the time above set forth for the delay and additional expense to the Owner. If awarded a contract under this Proposal, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Proposal within one hundred eighty (180) consecutive calendar days, computed by excluding the commencement date and including the last day of such pedod, and to be fully completed to the point of final acceptance by the Owner within t~o hundred ten (210) consecutive calendar days, computed by excluding the commencement date and including the last day of such period. Respectfully Submitted: State of Florida County of A h ~ Donna P. Beach , being first duly sworn on oath ;Jeposes and says that the Bidder on the above Proposal is organized as indicated below and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Donna P. Beach , also deposes and says that he has examined and carefully prepared his Bid Proposal from the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. ' WS-P-7 (a) Corporation 16C 1' The Bidder is a corporation organized and existing under the laws of the State of Florida , 'vhich operates under the legal name of Beach Construction Company, In(~J3d the full names of its officers are as follows: President Donna P. Beach Secretary Treasurer Qavid A. Beach Manager and it (does) or (does not) have a corporate seal. The (name) pr~sl dmnt, Dnnnm p R~mr,h is authorized to sign construction proposals and contracts for the company by action of its Board of Directors taken ,T]]n¢ 19: 199':; , a certified copy of which is hereto attached (stdke out this last sentence if not applicable). (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is , and if operating under a trade name, said trade name is Dated legal entity WS-P-8 ~ Wit~sh°p . wit Beach 168 1' By: Beach Construction Company, Inc. Name of Bidder (typed) Signature/Title Donna P. Beach, President [Corporate Seal] STATE OF Florida COUNTY OF A1 ch The foregoing instrument was acknowledged before me this ~r~ day of August, 2000, by Donna P. Beach , as President of Beach Construction Company, Inc. , a Florida corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: 01/02/04 (Signatur~'f Notary) U// /-- Name: r,m.~"m Liv~ngood (Legibly Printed) (AFFIX OFFICIAL SEAL) LAURA LIVENGOOD COMM. ~ CC89~89 Notary Public, State of Florida Commission No.: (~f~ ~q~ WS-P-9 BEACH CONSTRUCTION COMPANY, INC. GENERAL CONTRACTOR LICENSE NO. CG C053548 P.O, BOX 2010 MICANOPY, FLORIDA 32667 (904) 466.3200 FAX (904) 466-7003 June 19, 1993 I~ETING OF BOARD OF DIRECTOR~ At this meeting of the Board of Directors of Beach Construction Company, Inc., new officers were elected. Effective immediately, President and Treasurer is Donna P. Beach. Vice-President and Secretary is David A. Beach. The Board further authorized Donna P. Beach to execute all contracts and bonds and any construction related documents on behalf of the Corporation for various projects the company may undertake from time to time. Donna P. Beach David A. ~ BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST I M P O R T A N T: Please read carefully, sign in the spaces indicated and return with your bid' proposal. Bidder should check off each of the following items as the necessary action is completed: 2. 3. 4, 5. 6. 7. The Bid has been signed. The bid pdces offered have been reviewed. The price extensions and totals have been checked. The payment terms have been indicated. Any required drawings, descriptive literature, etc. have been included. Any delivery information required is included. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. Any addenda have been signed and included. The mailing envelope has been addressed to: Purchasing Director Board of County Commissioners Collier County Government Center General Services Building 3301 Tamiami Trail, East Naples, Florida 34112 11. The mailing envelope must be sealed and marked with: <=,Bid Number; <=,Project Name; <:=>Opening Date. 12. The bid will be mailed or delivered in time to be received no later than the specified openinq date and time. (Otherwise bid cannot be considered.) ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Beach Construction Compan¥~ Auaust 31. 2000 Date Inc. President WS-P-12 L I I 999 BEACH ANNUAL REPORT 4454 SW 41st Boulevard Post Office Box 141860 Gainesville, Florida 32614-186o (352)335-5556 FAX (352)335-5665 Project Descdptioos OC.~LA EMERGENCY/ fine sto~e ~d f~d. ~e new ST~DBY POTABLE WA~R system, ~omplete ~ automate O~ER. Ci~ of Ocala ~ tied into major off-site water- ENGINEER. CiW of Ocal~ line ad~ons. ~e ~ter well Ed E~est, P.E. work w~ subcon~ct~ to Me~- (352)629-8521 ~ Environend, ~d ~e new CONTACT ~OUNT: ~ter line work ~ ins~led by $1,236,483.55 ~let Cons~c~on. , The Ci. Ocala's main water supply is located nonh ofto~. ' ~- . As the co~uni~ h~ exp~de& the need ~s rosen for a water supply to the somh of ~e ci,. T~s new facili, consisted of ~11ing a new water supply wetl, constmction of a new pmp building ~d imtalla~on of a new 300 hp ve~ical ~bine prop, O~R: City of T~on Spfin~ (813)875-1115 CONTACT AMO~T: $418,979.25 This project consisted of~o p~. A new fiberglas cyclone ~t removal system w~ tied into ~e side of~e existing heMwor~ to replace the old, t · abandoned gravity channel system. The existing sludge pump station was not adequate to store sludge, so a new prestressed tank was installed, complete with sludge pumps, blowers and diffuser system to hold the sludge before it is stabilized. The tank was built by the Crom Corporation and the grit system was provided by Fluidyne Systems. t I, 16g 1.' i, I, k CITY OF DUNEDIN AIR PIPING REPLACEMENT OWNER: City of Dunedin ENGINEER: City of Dunedin, Jon Everett, P.E., (727)738-1868 CONTRACT AMOUNT: $227,000.00 All the existing buried ductile iron air pipe from the blower building to the aeration basins leaked at each joint. Temporary steel pipe and sludge bypass piping were installed first. Then we removed the old pipe and installed new 14" and 24" fiberglass pipe. We fiberglassed all the field joints with our own crews, who are now factory trained and certi- fied in FRP pipe welding and installation. I, FT. MYERS LIFT PUMPS REPLACEMENT OWNER: City of Ft. Myers ENGINEER: City of Ft. Myers, Kevin Wagner, (941)332-6668 CONTRACT AMOUNT: $1,014,849.00 The City of Ft. Myers has two major regional wastewater treatment facilities. Each plant has three imernal screw lift pumps to convey sexvage from the influent wet well to the headworks structure. This project con- sisted of removal and replacement of two pumps at the South Plant and one pump at the Central Plant. Our firm has also been awarded the replacement of the remaining three pumps. These pumps are each over 50 feet long and six feet in diameter. One completely assembled pump weighs over 50,000 pounds and re- quires two cranes to set. The pumps were provided by U.S. Filter/CPC. UNIVERSITY OF FLORIDA RECLAIMED WATER MAIN TRANSMISSION SYSTEM IMPROVEMENTS OWNER: The University of Florida ENGINEER: Quinn & Associates Engineering, Tom Ballenger, (352)372-9594 CONTRACT AMOUNT: $163,887.15 This project consisted of installing purple DR 18 PVC reuse waterlines in six different locations on the Uni- versity of Florida campus. The lines installed were tied into the existing irrigation system with backflow preventers. Now irrigation is accomplished with reclaimed water in lieu of irrigation wells, which are now only used as a backup. I, I, I, I. i. 1. I. MIRROR LAKE STORMWATER PIlETREATMENT FACILITY OWNER: City of St. Petersburg ENGINEER: City of St. Petersburg, Tom Gibson, P.E., (727)892-5206 CONTRACT AMOUNT: $389,700.00 A major drainage basin flows imo Mirror Lake in downtown St. Petersburg. Most of the stormwater flows down streets and paved parking lots. This project consisted of feeding alum to all the major stormwater drainage pipe in the system during a storm event. The alum helps settle out dissolved and fine suspended solids so the lake can stay clearer and more aesthetically pleasing. We installed a buried fiberglass alum storage tank and below-grade pump and metering vault. A remote flow sensor sends a signal to the alum pump when it senses stormwater flow, and individual meters pace alum through some 6000' of 1" PVC buffed pipelines to each stormwater pipe. 1 Ii BELLEAIR WELL #7 RAW WATER MAIN INSTALLATION OWNER: Town of Belleair ENGINEER: McKim & Creed, Don Kaset, (727)442-7196 CONTRACT AMOUNT: $154,654.40 This project consisted of installing more than 2000' of 12" ductile iron water main between new well #7 and the existing well. Unique to this project was that the line paralleled the Pinellas County Rails to Trails. We had to cross the trail twice and could not open-cut the trail or in any way affect traffic along the trail. The crossings were made with casings bored and jacked under the trail by Wakefield Road Boring. b MANATEE COUNTY PRIMARY CLARIFIERS REHABILITATION OWNER: Manatee County ENGINEER: Manatee County, Tim Hochuli, P.E., (941)792-8811 ext. 5053 CONTRACT AMOUNT: $1,722,000.00 Manatee County's Southwest Regional Wastewater Treatment Plant has four primary cladtiers. Each ctari- tier has two bays that are each 150 feet long, 20 feet wide, and 15 feet deep. The entire basin is covered with a concrete roof. The cladtiers use the chain and flight method of scraping sludge off the bottom to cross collectors and a sump pump on one end. Our work consisted of removing all the old chains and flights in all the cladtiers, rehabilitating the concrete walls and ceilings, and painting all the metal components of clarifiers three and four. The concrete surfaces of the influent channel were cleaned and rehabilitated also. The unique and difficult features of this project were that all the work was done inside the cladti- ers with confined space permit required access and the influent channel work had to be done while bypass pumping as much as 20 million gallons of flow per day. The cladtier equipment was furnished by U.S. Filter-Envirex and the concrete rehabilitation was performed by Inducon Cor- poration. . 16g l! BELI,EAIR WELL//7 RAW WATER MAIN INSTALLATION OWNER: Town of Belleair ENGINEER:McKim & Creed, Don Kaset, (727)442-7196 CONTRACTAMOUNT: $154,654.40 This project consisted of installing more than 2000' -' of 12" ductile iron water main between new well #7 and the existing well. Unique to this project was that the line paralleled the Pinellas County Rails to Trails. We had to cross the trail twice and could not ' open-cut the trail or in any way affect traffic along the trail. The crossings were made with casings bored and jacked under the trail by Wakefield Road Boring. MANATEE COUNTY PRIMARY CLARIFIERS REItABILITATION OWNER: Manatee County ENGINEER: Manatee County, Tim Hochuli, P.E., (941)792-8811 ext. 5053 CONTRACT AMOUNT: $1,722,000.00 Manatee County's Southwest Regional Wastewater Treatment Plant has four primary clarifiers. Each clari- tier has two bays that are each 150 fe6t long, 20 feet wide, and 15 feet deep. The entire basin is covered with a concrete roof. The clarifiers use the chain and flight method of scraping sludge off the bottom to cross collectors and a sump pump on one end. Our work consisted of removing all the old chains and flights in all the clarifiers, rehabilitating the concrete walls and ceilings, and painting all the metal components of clarifiers three and four. The concrete surfaces of the influent channel were cleaned and rehabilitated also. The unique and difficult features of this project were that all the work was done inside the clarifi- ers with confined space permit required access and the influent channel work had to be done while bypass pumping as much as 20 million gallons of flow per day. The cladtier equipment was furnished by U.S. Filter-Envirex and the concrete rehabilitation was performed by Inducon Cor- poration. CANAVERAL PORT AUTHORITY -' WASTEWATER FLOW EQUALIZATION BASIN OWNER: Canaveral Port Authority ENGINEER: Canaveral Port Authority - Richard Lombroia, P.E., (407)783-7831 CONTRACT AMOUNT: $1,344,700.00 The Canaveral Port Authority does not treat its own sewage, but relies on nearby communities to do so. This project had two parts, a wastewater system and a reuse system. The wastewater system consisted of a submersible pump station, prestressed storage tank, odor control, blower and generator, and equipment and electrical building. After the sewage is treated, a por- tion is returned to the Port as reuse irrigation water. Construction of this system consisted of another - prestressed storage tank and reuse pumps with hydro- tank and air compressor. New fencing and paved access was also included. LAKE CITY EFFLUENT PUMPS REPLACEMENT OWNER: City of Lake City ENGINEER: Professional Engineering Consultants, Arthur Austin, P.E., (407)422-8062 CONTRACT AMOUNT: $66,970.00 The effluent from the existing Lake City Wastewater Trealment Plant is pumped for reuse throughout the City. This project consisted of removing and replacing, one at a time, the effluent pumps with new, City-provided pumps and variable frequency drives. DUNNELLON WATER TREATMENT PLANT STORAGE TANKS INSTALLATION OWNER: Marion County Utilities ENGINEER: Marion County Utilities, A1 Roe, Director, (352)687-1856 CONTRACT AMOUNT: $79,000.00 Marion County is now responsible for operating the water supply system at the Dunnetlon Airport. The ex- isting system has one 10,000 gallon hydro-tank. Because of new system and permitting requirements, two additional 10,000 gallon tanks were needed. Our contract included furnishing and installing the two new tanks and testing and disinfecting the entire system. MANATEE COUNTY BELT FILTER PRESSES OWNER: Manatee County ENGINEER: Manatee County, Tim Hochuli, P.E., (941) 792-8811 ext. 5053 CONTRACT AMOUNT: $1,977,998.00 Manatee County has three regional wastewater treatment plants. The Southwest plant has four existing sludge dewatering belt presses and the North and Southeast plants each had two existing belt presses. Our contract was to furrash and install four new presses at the Southwest Plant and two new presses at the Southeast and North Plants. At each plant half of the presses went into locations that had been built previ- ously for these future presses. The other half went in place of existing presses. Specialized rigging skills were used in removing the old presses and installing the new. Close coordination with the owner was re- quired to minimize down time. At the Southwest Plant new sludge pumps and polymer pumps were added to feed new presses #5 and #6. The presses were furnished by Ashbrook Corporation and the electrical work was done by Orange Electric, kl id !.i LI tl BRONSON WATER SYSTEM IMPROVEMENTS OWNER: Town of Bronson I!~ ENGINEER: Kelley Engineering, Inc., Jerome Kelley, P.E., (352)371-2741 . CONTRACT AMOUNT: $369,858.00 Two existing hydro-tanks are being replaced by a new 150,000 gallon elevated storage tank. The entire water meter reading system is being replaced with a new system that uses a "touch pad" to remotely read the meter electronically, then downloads into a new reading and billing system. The tank was built by Caldwell Tank. This project was funded by a Community Development Block Grant. BROOKER WATER SYSTEM IMPROVEMENTS OWNER: Town of Brooker ENGINEER: Kelley Engineering, Jerome Kelley, P.E., (352)371-2741 CONTRACT AMOUNT: $125,704.00 The Town of Brooker had only one useable water supply well and no standby diesel power supply in the event of main power failure. We pro- vided a new well and vertical turbine pump with inner con- necting pipe and a new standby diesel powered gen- erator. BID BOND 1 BOND # 33-45667 KNOW ALL MEN BY THESE PRESENTS, that we BEACH CONSTRUCTION COMPANY. INC. , (herein after called the Principal) and BANKERS INsU'RANCE COMPANY ._L (herein called the Surety), a corporation chartered and existing under the laws of the State of FLORIDAwith its principal offices in the city of sT. PETERSBiC and authorized to do business in the State of FLORIDA are held and firmly bound unto the COLLI..E~ .COUNTY BOARD OF COlTSTY 'COMMISSIONERS' (hereinafter called the Owner, in the full and just sum of ~FIVE PERCEN% (5%~ 'OF BID A]WnI'WT dellam ($ 5% of bid amount ) go~d and lawful money ef the United States of America, t~ be paid upon demand of the Owner. to which payment well and truly to be made, the Principal and the Surety bind themselves, their helm, and executors, administrators. and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a propose! for furnishing all labor, materials, equipment and incidentals necessary to furnish and install: NCRWTF Odor Control Modifications · ' Bid ft00-3139 NOW, THEEEFORE: The c~nditions of this ebli~3atinn are such that if the Proposal be :capted, the Principal shall, within fifteen days alter the date of a written Notice of Award, e~ecute a Contract in accordance with the Proposal and upon the terms, conditions and price(s) set forth therein, of the form and manner required by the Owner, and execute a sufficient and satisfa~ory Contract performance Bond and Payment Bond payable to the Owner, in an amount of 100 Percent of the total Contract price each in e form and with security satisfactory to the said Owner, then this obligation to be void; otherwise to be and remain in full force and virtue in the law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above. immediately pay to the aforesaid Owner, upon demand, the amount hereof in 9ood and lawful money of the United States of America, not as a penalty but as liquidated damages. WS-P-10 ,_. Received 0~-21-00 [0:03 From-;;;;$;5 To-HRH INSUEANCE Pa;e 02 16g 1 ' IN TESTIMONY Thereof, the Principal and Surety have caused these present to be duly signed and sealed this 22rid day of AUGUST .... ,2000. BEACH CONSTRUCTION cOMPANY, INC, Principal D~NNA BEACH, PRESIDENT (Seal) BANKERS INSURANCE COMPANY (~;~[) BARBARA J. ELLI~- ATTORNEY-IN-FACT & ~IDENT~f'CENSED AGEN~ ~A07~7144 Countersigned ,_~)~~ ~ BARBARA J. ELLISON ~ Local Resident Producing Agent for B~KERS INSU~CE CO~ANY/HILB~ ROGAL & HAMILTON COMPANY OF GAINESVILLE, FL, INC. W~-P-11 Received 06-Z1-00 10:03 From-a359565 To-HRH INSURANCE Page 03 KNOW ALL MEN BY THESE PRESENTS: That Bankers Insurance Company, a corporation created by and existing under the laws ofthc State of _ Florida having its principal office in the City of St Petersburg, Pinelias County, State of Finrida, does hereby nominate, constitute and appoint: *Barbara J. Ellison* of the City of Gainesville Aiachua Florida , -- County, State of each its lrue and lawful, Attorney-in-Fact, with full power and authority conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety as its act and deed, any bond, undertaking, consent or agreement, not exceeding which this Company may be authorized to write. The Bankers Insurance Company further certifies that the following is a true and correct copy of Article IV, Section 6 of the By-Laws duly adopted and now in force, to wit: SECTION 6, pRESIDENT. The President shall in the absence or disability of the Chairman preside over all meetings of the Directors and Shareholders and shall have general supervision of the affairs of the Corporation, shall sign or countersign certificates, con.acts, and other insmuncnts of the Corporation as authorized by the Board of Diroctors, shall make reportz to the Board of Directors and Stockholders, and shall perform all such other duties as are incident to his office or are properly require& of him by the Board of Directors. .... ~,~"~'t,~ A.~ ~- '"",,o. l]q WITNESS WHEREOF, the Bankers Insurance Company has caused these presents to be signed by ~ts Presideqt. imd~,~t~.Gorpa~.~ Sehtt. te be affLxed by its Secretary this 23rd day of August , 1999 G. Kn,~Delann, Secretary Robert G. Menke, President This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopte~'by.~-Bbard of ,D. it~ors of the Bankers Insurance Company at its monthly meeting held in August 1994. ' ........... RESOLVED, that the signatures of such Officers and the Seal of the Corporation may be affixed to any Power of Attorney or any cottitled copy thereof or any certification relating thereto, by facsimile and any such Power of Attorney or any cer'dficd copy thereof, or any certification relating thereto bearing such facsimile signatures or facsimile seal shall bc valid and binding upon the Corporation in the future with reaptee to any bonds, undertakings, recognizance or contracts of indemnity to winch it is attached. STATE OF FLORIDA COUNTY OF PllqELLAS BEFORE ME, the undersigned authority, personally app~red ROBERT G. MENKE and G. KRISTIN DELANO who acknowledged th~msuivm to -- bo the Pr~aldunt and Secretary of Bankers Iaaurauce Company, a Florida corporation, and they as such President and See. rotary boing authorized to do so, executed the foregoing instrument for the purposes therein contained by signing the namc of the corporation by themselves as Pre~idunt and Se~ ~im'y, and that said seereIary aff'Lxed thereto the seal of the corporation and attested to the execution ofthc foregoing instrument . _ IIN WITNESS WHEREOF, I heeeunto eet my hand and seal thin 23rdiay of August: , 1999 I, the undersigned, Secretary of Bankers Insurance Company do hereby certify that the original Power of Attorney, of ~thc _~irue and correct copy, is in full force and effect WITNESS WHEREOF, I have hereunto subseribod my name as Secretary, and affix th~ seal of the Corporation this AUGU S_____~T ~ 2000 . ~ ~,~ ~ foregoing is a full, 22nd day of O. Kristin Ddauo, Secretary 160 1' CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, Ex-Officio the Governing Board of the Collier County Water-Sewer District ("Owner"), hereby contracts with Beach Construction Company, Inc. ("Contractor") of 4454 SW 41~t Boulevard, Gainesville, Florida 32608, a Florida corporation, to perform all work ("Work") in connection with NCRWTF Odor Control Modifications, Bid No. 00-3139 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Metcalf & Eddy, Inc. the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Instructions to Bidders, the Proposal and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor up to five (5) sets of the Contract Documents as are reasonably necessary for execution of the Work. Additional copies of the Contract Documents shall be furnished, upon request, at the cost of reproduction. Section 2. Scope of Work. Contractor agrees to furnish and pay for atl management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. - In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: - nine hundred ninety-three thousand seven hundred dollars ($993,700.00). WS-CA-1 Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B, In the amount of 100% of the Contract Amount, the costs of which to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as '%~" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. Should the contract amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Project Manager. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within one hundred eighty (180) calendar days from the Commencement Date. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within two hundred ten (210) calendar days from the Commencement Date (herein "Contract Time"). B. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will - suffer financial loss if the Work is not substantially completed within the time specified above, as said time may be adjusted as provided for herein. Should Contractor fail to substantially complete the Work within the number of calendar days for substantial completion established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, $503.87 for each calendar day thereafter until substantial completion is achieved. Should Contractor fail to finally complete the Work within the number of calendar days from substantial completion established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty $152.39 for each calendar day thereafter until final completion is achieved. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. WS-CA-2 16C 1' C. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. if the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. Section 6. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit A: Performance and Payment Bond Forms B: Insurance Requirements C: Release and Affidavit Form D: Contractor Application for Payment Form E: Change Order Form F: Certificate of Substantial Completion Form G: Final Payment Checklist H: General Terms and Conditions I: Supplemental Terms and Conditions J: Technical Specifications K: Permits L: Standard Details (if applicable) M: Plans and Specifications prepared by Metcal & Eddy, Inc. and identified as follows: NCRWTF Odor Control Modifications Schedule 1 through Schedule 11. Section 7. Notices. A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be in writing and delivered by hand or by United States Postal Service Department, first class mail, postage _ prepaid, return receipt requested, addressed to the following: Peter Schalt, PMP Public Utilities Engineering Department 3301 Tamiami Trail East Naples, Florida 34112 941-774-8192 B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be delivered by hand or by United States Postal Service Department, first class mail, postage prepaid, return receipt requested, addressed to the following: WS-CA-3 Donna P. Beach, President Beach Construction Company, Inc. 4454 SW 41st Boulevard Gainesville, Florida 32608 352-335-5556 C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 9. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 10. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 11. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 12. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 13. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 14. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all change orders to the Agreement to the extent provided for under the County's Purchasing Policy and accompanying administrative procedures. WS-C~4 Section 15. Construction 160 1 Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 16. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Construction Agreement and the _ General Terms and Conditions, the conflict shall be resolved by imposing the more strict obligation under the Contract Documents upon the Contractor. WS-CA-5 1 IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: ATTEST: Corporate Secret?y/~ ATTEST: ~tgnatura on l 7,~ ~ Approved As To Form and Legal Sufficiency: Assistant County Attorney BEACH CONSTRUCTION COMPANY, INC. President ;.' [C0rpora_te;S&l~ OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, EX-OFFICIO THE GOVERNING BOARD OF THE COLLIER C~~'-SEWER DISTRICT By: Tih't~thy J. Const~ntine, Chairman WS-CA-6 16C I Surety in Which Bond is Written BANKERS INSURANCE COMPANY P.O. 59 ST. PETERSBURG, FL 33731 800.627.0000 Bond Number: 33-45670 This is the front page of the performance / payment bond issued in compliance with Florida Statute Chapter 255.05 Contractor Name :BEACH CONSTRUCTION COMPANY, INC, Address: p.o. BOX 141860 GAINESVILLE, FL 32614 Phone # (352) 335-5556 Owner Name: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Address: 3301 E. TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FL 34112 Phone # 941-774-8425 Obligee Name (if different from property owner) Address Phone # Contract Number: 00-3139 (assigned by owner) Project Description: NCRWTP Odor Control Modifications Project Address: SEE ABOVE Legal Description of Property: Remove and replace Odor Contol System This is the front page of the bond. All other pages are subsequent regardless of preprinted numbers --'7 EXHIBIT A PUBLIC PAYMENT BOND 16g 1! NCRVVTF Odor Control Modifications CONTRACT NO. 00-3139 BOND No. 33-45670 KNOW ALL MEN BY THESE PRESENTS: ThatBEACH CONSTRUCTION COMPANY, INC. _ , as Principal, and BANKERS INSURANCE COMPANY , as Surety, located at P.O. BOX 59 ST. PETERSBURG, FL 33731 (Business Address) are held and firmly _ bound to COLLIER COUNTY BOARD O¥ COUNTY COMXISSTONERS as Obligee in the sum of NINE HUNDRED NINETY THREE THOUSAND SEVEN HUNDRED ANDe MO/!00 .......... ~,'~' 993~700.00'* ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and -~ assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 26th day of SEPTEMBER , 2000, with Obligee for NCRWTP ODOR CONTROL MODIEICATIONS i~ accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then is bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. iN WITNESS WHEREOF, the above parties have executed this instrument this 29th day of SEPTE~ER ., 2000, the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. WS-CA-A-1 16C 1t Sig~-:~sealed and d~)livere/a~ _. Witnesses as to'Princ~p~'l ' ' f Name: Its: PRINCIPAL: BEACH CONSTRUCTION COMPANY, INC. By: DONNA BEACH PRESIDENT STATE OF COUNTY OF The foregoing instrument was acknowledged before me this by day of ., 2000, , as of corporation, on behalf of the ~1'gl~ture of No~i"r~)- (Legibly Printed) Notary Public, State of Commission No. ,a corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. -- My Commission Expires: ........... '"LAURA LIVENGOOD ~ ,,,,~ ......COMM ~ CC899089 (AFFIX OFFICIAL SEAL) ATTEST: SURETY: BANKERS INSURANCE COMPANY (Printed Name) POST OFFICE BOX 59 ST. PETERSBURG, FL 33731 ' fvVi[ne~s~-as {o Surety (Business Address) '(Authorized Signature)/_/) BARBARA J. ELLISON (Printed Name) LICENSED AGENT #A077144 OR WS-CA-A-2 16g 1 As Attorney in Fact /// (Attach Power of Attorrf~y) ~.o. ~ox 357400 GAINESVILLE, FL 32635-7400 (Business Address) BARBARA J. ELLISON (Pdnted Name) 352-378-2511 (Telephone Number) STATE OF FLORIDA -- COUNTY OF ALACHUA The foregoing instrument was acknowledged before me this,),q~day of ~-~C?~Cr, q~Cr~ . 2000, by BARBARA J. ELLISON , as ATTORNEY-IN-FACT of BANKERS INSURANCE COMPANY Surety. on behalf of Surety. He/She is as .personally known to me OR has produced identification and who did (did not) take an oath. My Commission Expires: - (AFFIX OFFICIAL SEAL) (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No.: FRANCES L. MILLER MY COMMISSION # CC 6~17 EXPIRES March 3, 2001 BONDED THRU WESTERNSD WS-CA-A-3 33-45670 Power of Attorney1 KNOW ALL MEN BY THESE PRESENTS: That Bankers Insurance Company, a corporation created by and existing coder the laws of the State of Florida having its principal office in the City of St. Petersburg, Pinelias County, State of Florida, does hereby nominate, constitute and appoint: *Barbara J. Ellison* of the Cit of Gainesville A!achua County, State of Florida each its true and lawful, Attomey-in-Fac% with full ~ower and authority conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety as its act and deed, any bond, undertaking, conaent or agreemeat, not exceeding$! :500,~000.00 which this Company may be authorized to write. The Bankers Insurance Company further certifies that the following is a true and correct copy of Article IV, Section 6 of the By-Laws duly adopted and now in force, to wit: SECTION 6, PRESIDENT. The President shall in the absence or disability of the Chairman preside over all meetings of the Directors and Shareholders and shall have general supervision of the affairs of the Corporation, shall sign or countersign certificates, contracts, and other instruments of the Corporation as authorized by the Board of Directors, shall make reports to the Board of Directors and Stockholders, and shall perform all such other duties as are incident to his office or ar~ properly required. of him by the Board of Directors. . ........ affixed by its Secretary this 23rd day of August ,. 1999 . :" ~<-.,-~. "-.~ ~.. A1 lEST' /~ / F~ BANK~SIfqSURA~CE COMPAI~Y i · .:co ~,c~.~ e, ~, , G. K~ano, ~ecreta~ Robert G. Menke, Presideat ; ' '-:~? ' :. ': :' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopte~yftl~.l~ard of ~ir~tors of the Banker.s Insurance Compco¥ at its monthly meeting held in August 1994. '" ..........~ ..... RESOLVED, that the signatures of such Officera and the Seal of the Corporation may be affixed to any Power of Attorney or any certified copy thereof or any certifieatinn relating there:to, by facsimile and any such Power of Attorney or any coxtilled copy thereof, or any e~rtificotion relating thereto bearing ~uch facsimile signatures or facalrnile seal shall be valid and binding upon the Corporation in the fururn with r~'pe~t to any bonds, undertakings, recognizanea or contra~ of indemnity to which it is attached. STATE OF FLOR/DA C'OUN'~ OF PINELLAS BEFORE ME, the undoreigned authority, porsunally appeared ROBERT O. MENKE and G. K.RISTIN DELANO who acknowledged thm.~lv¢$ to b~ the Pr~ideat and Secrntary of Bankers lnmwance Company, a Florida corporation, and they a~ such Pr~idant and Secr~ary being authorized ~o do an, ~xecuted the foregoing instmmcot for the purpos~z th~ein contained by signing the name of the corporalinn by them~lve~ as Prezident and Secretary, and that :mid secretary alTixed thereto the seal of the corporation and attested to the execution of the foregoing im~aumcot IN WITNESS WHEREOF, I het~:anto set my hand and seal this 23rd:lay of Au ust 1999 . / ~ ~e ~de=i~ S~ ofB~ ~ ~mp~y do h~by ~ ~ ~e ofigMM Power of A~m~ of w~e fomgo~ is s ~1, ~c ~d co~ ~, ~ ~ ~11 fo~ ~d ~ IN WITNESS WHEREOF, i have h~mnto subscribed my name as Secretary, and affix th~aorl:a~ltc seal of the Corporation th~ 29thdayof SEPTEMBER .___.___.____, 2000 . ~ ~t~ O. Ktistin D~lano, Sca~-ta~ EXHIBIT A PUBLIC PERFORMANCE BOND NCRWTF Odor Control Modifications BOND NO. 33-,~5670 CONTRACT NO. 00-3139 KNOW ALL MEN BY THESE PRESENTS: That BEACH CONSTRUCTION COMPANY, INC. , as Principal, and BANKERS INSURANCE COMPANY , as Surety, located at P.O. BOX 59 _ ST. PETERSBURG, FL 33731 (Business Address) are held and firmly bound toCOLLIER COUNTY BOARD OF ~T,~STONERS, as Obligee in the sum ofNINE HUNDRED NINETY THREE THOUSAND SEVEN ~_~,,~D AND ($. 993,700.00** ) forthe payment whereof we bond ourselves, our - heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 26thday of SEPTEMBER 2000, with Obligee for NCRWTP ODOR CONTROL MODIFICATIONS accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, theh this bond is void; otherwise it remains in full fume. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. WS-CA-A- 1 a 16g 1! _ The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed thereunder, or the specifications referred to therein shall in any~ise affect its obliQations under this bond, and it does - hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this 29th day of SEPTEMBER , 2000, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and deli~gred int~sence°f: I/ PRINCIPAL: BEACH CONSTRUCTION COMPANY, INC. Name: DONNA BEACH Its:PRESIDENT STATE OF Pl~J~.~z~ COUNTY OF ~ The foreg~ng instrl~q,e~ was a. cknowledged before me this ~c:~day of ~~, co~oration. He/she is Eersonally known to me OR has produced as identification and did (did not) take an oath. WS-CA-A-2a My Commission Expires: -- ~? ..,,r~..LAURA LIVENGOOD ! ¥~:~_,,~,~.~MY Corqm. Expires Jan 2. ,~_ L ~"=':";"* COMM. # CC~99089 (AFFIX OFFICIAL SEAL) Name: Z 16'0 1! (Sigl~t~re of Notary)/ (Legibly Printed) Notary Public, State of Commission No. CC ~'99(~ ATTEST: SURETY: ~it~e~/~s to ~urety BANKERS INSURANCE COMPANY (Printed Name) POST OFFICE BOX 59 ST. PETERSBURG, FL 33731 OR (Business Address) (Authorized Signat~) BARBARA J. ELLISON (Printed Name) As Attorney in Fact f (Attach Power o Attorney) P.O. BOX 357400 GAINESVILLE, FL 32635-7400 (Business Address) BARBARA J. ELLISON (Printed Name) 352-378-2511 (Telephone Number) WS-CA-A-3a 16C1! STATE OF FLORIDA COUNTY OF ALACNUA -- The foregoing instrument was acknowledged before me this 29th day of SEPTEMBER, 2000, by BARBAI~A J, ELLISON , as ATTOY,/'~EY-IN-FACT of BANKERS INSURANCE COMPANY Surety, on behalf of Surety. He/She is - j~.~rsonally known_to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: Name: (Signature of Notary) (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of F/OY~ Commission No.: ~.'~ FRAeICE8 L. MILLER WS-CA-A-4a 33-45670 Power of Attorney 16 1 KNOW ALL MEN BY THESE PRESENTS: That Bankera Insurance Company, a corporation created by and existing under the laws of the State of Florida having its principal office in the City of St. Petersburg, Pinelias County, State of Florida, does hereby nominate, constitute and appoint: *Barbara J. Ellison* of the City of Gainesville Alachua County, State of Florida ~a~h its hue and lawful, Attomey-in-Fact, with full ~ower and authority conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety as its act and deed, any bond, undertaking, consent or agreement, not exceeding$1 ._~0O.0O0.00 which this Company may be authorized to write. The Bankers Insurance Company further certifies that the following is a true and correct copy of Article IV, Section 6 of the By-Laws duly adopted and now in force, to wit: SECTION 6, PRESIDENT. The President shall in the absence or disability of the Chairman preside over all meetings of the Directors and Shareholders and shall have general supervision of the affairs of the Corporation, shall sign or countersign certificates, contracts, and other insh'uments of the Corporation as authorized by the Board of Directors, shall make reports to the _ Board of Directors and Stockholders, and shall perform all such other duties as are incident to his olTloe or are properly required. of him by the Board of Directors. IN WITNESS WHEREOF, the Bankers Insurance Company has caused these presents to be stgned by its Presideqt.'an~[,~t~:~.~ S~[ to _ affLxed by its Sec_retary this 23rd day of August , 1999 AI 11~,ST: ~ BANK~/iqS~CE COMPAII~Y Robert G. Metrice, President % '-.,? '. ,: :' This Power of Attorney is signed and scaled by facsimile under and by the authority of the following Resolution adopta&%y/tl~ll~ard o,f. ¢ir~}ors of - the Bankers Insurance Company at its monthly meeting held in August 1994. ' RESOLVED, that the signatures of such Officers and the Seal of the Corporation may be affixed to any Power of Attorney or any certified copy thereof or any certification relating thereto, by facsimile and any such Power of Attorney or any certified copy thereof, or any certification relating thereto bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bonds, undertakings, recoginzance or conWatts of indemnity to which it is attached. STATE OF FLORIDA COUNTY OF PINELI,AS BEFORE ME, the umtersigned authority, personally appeared ROBERT O. MENICE and G. KRISTIN DELANO who acknowledged thettmelvos to be the Pr~ident and S~a'~ay of Bank~a~ Insuranco Company, a Florida corporation, and they as such Pr~idunt and Soa~.a~y being authoriz~ to do ~o, executed the forgoing instmmant for the purpos~ therein contained by signing the name of the corporation by thcmzclvc~ as P~sidcnt and SecrctaO,, and ~mt said secretary affixed the-to the seal of the corporation and attested to the execution of the foregoing instmmunt. IN WITNESS WHEREOF, I bernunto set my hand and sanl this 23rdtay of August , 1999 1, the uad~rsigned, S~cretary of Bankers lnsuranc~ Company do hereby cottify that the original Power of AtWmey, of wl~W the foregoing is a full, hue and correct copy, is In full forco and iN WiTNF~}_ ~WLt.E~..~RF_~Q__F, i have bereunto subscrib~l my name as Secretary, and affm thee seal of the Corporation this 29~h dayof O. Kfistin D~lano, S¢crcta~ --.- , C±±ent~: 5416 BEACCON4 TIFICAT OF LIABILITY INSURANCEDATEIM B VI o /ls/oo p THIS CERTIFICATE iS iSSUED AS A MA~ER OF ~NFORMATION L~ilb Rogal Hamilton-Gville FL ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3880 Newberry Road Suite 100 I~.O. Box 357400 =ainesville, FL 32635-7400 NSURED iBeach Construction Co., Inc. LPO Box 141860 ]ainesville, FL 32614-1860 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING V A ', ,~: insdr~nce co ~f s~ate of P~nns~y v~ INSURER C: INSURER D: i SURE E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED AEOVE FORTHE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR L MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES· AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ~1¥ I TYPE OF INSURANCE i POLICY NUMBER DATE (MM/DD/YYI DATE (MM/DD/YY} LIMITS , ~. [ GENERAL L AS LITY C178936719 03/06/00 03/06/01 EACH OCCURRENCE $1,000,000 , PERSONAL&ADVINJURY i$110001000 GENERALAGGRE~A!~ is2,000,00~ GEN'L AGGREGATE LIM ITAPPLIES PER: ! AU!OMOS'UE L'AS'L'TY C1077127741 i ALL OWNED AUTOS i I SCHEDULED AUTOS ~ HIRED AUTOS X i NON-OWNEDAUTOS GARAGE LIABILITY PRODUCTS -COMP/OP AGG . $2 L000, 000 : 03/06/00 03/06/01 COMBINED SINGLE LtMIT $1,000, 000 (Ea accident) BODILY INJURY (Per person) i $ ! i ANY AUTO i EXCESSLIABIMTY C1078936669 03/06/00 03/06/01 EACH OCCURRENCE $5, 000, 000 AGGREGATE $5 ~ 000 , 000 $ $ $ WC4778641 oi/ol/oo oi/oi/ol X; OCCUR ] CLAIMS MADE L DEDUCTIBLE · X RETENTION $0 ~ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY L OTHER BODILY INJURY (Per accident) PROPERTY DAMAGE i (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY: AGG WC STATU- ER ~ ]TORY LIMj f~ OTH- E.L. EACH ACCIDENT 15110~00~ 000 E.L. DISEASE-EAEMPLO~EEI$1, 000 ~ 000 EL DISEASE - POLICY LIMIT I $1, 000 x 000 I I ESCRIPTION OF OP E RATION S/LOCATIONS/V E HIC L E S/E XC LUS/ON S ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ~howing Certificate Holder as Additional Insured with respect to IGeneral Liability Insurance. This Certificates applies to Contract -t00-3139 (NCRWTP Odor Control Modifications L :ERTIFICATE HOLDER ! X I ADDITIONALINSURED;INSURERLETTER: A CANCELLATION Boar~ o[ Collier County Tommlssloners ,301 Tamiami Trail East Naples, FL 34112 ~CORD25-S(7/97)1 of 2 #11757 SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAlL 0 3 0 DAYSWRIttEN NO~qCE TOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAJLURE TODOSOSHALL IM POSE N OOB LIGATION OR LIABILITY OF ANY KiND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. BJE o ACORD CORPORATION 1988 IMPORTANT 16g If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the cedificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25'S(7/97)2 of 2 #11757 EXHIBIT B INSURANCE REQUIREMENTS (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. (2) The insurance required by this Agreement shall be wdtten for not less than the limits specified herein or required by law, whichever is greater. (3) Coverage shall be maintained without interruption from the date of commencement of the work until the date of completion and acceptance of the Project by the Owner or as specified in this Agreement, whichever is longer. _ (4) Certificates of insurance (3 copies) acceptable to the Owner shall be filed with the Owner within ten (10) calendar days after Notice of Award is received by ContractedConsultant/Professional. (5) The Contractor and/or its insurance carrier shall provide 30 days written notice to the Owner policy cancellation or non-renewal on the part of the insurance carrier or the Contractor. - (6) All insurance coverage of the ContractedConsultant/Professional shall be primary to any insurance or self insurance program carried by the Owner applicable to this Project. (7) The acceptance by Owner of any Certificate of Insurance does not constitute approval or agreement by the Owner that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. __ (8) Contractor/ConsultantJPrefessional shall require each of its subcontractors to procure and maintain, until the completion of the subcontractors work, insurance of the types and to the limits specified in this Section unless such insurance raquiraments for the subcontractor are expressly -.- waived in writing by the Owner. (9) Should at any time the Contractor/Consultant/Professional not maintain the insurance coverage required herein, the Owner may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage and charge the Contractor for such coverage purchased. The Owner shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage purchased or the insurance company or companies used. The decision of the Owner to purchase such insurance coverage shall in no way be construed to be a waiver of any of its rights under the Contract Documents. (10) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion _ of the Work or termination of the Agreement, the Contractor/Consultant/Professional shall fumish to the County, renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the date of their expiration. Failure of the Contractor to provide the County with such renewal - certificate(s) shall be considered justification for the County to terminate the Agreement. WS~CA-B-1 16C 1 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? (check one) ~/ Yes __ No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the Contractor/Consultant/Professional during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one) $100,000 Each Accident $500,000 Disease Aggregate $100,000 Disease Each Employee $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee '- (2) The insurance company shall waive its Rights of Subrogation against the Owner and the policy shall be so endorsed. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. [] Applicable x Not Applicable - (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. [] Applicable x Not Applicable COMMERCIAL GENERAL LIABILITY Required by this Agreement? (check one) V Yes __ No (1) Commercial General Liability Insurance shall be maintained by the Contractor / Consultant Professional. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal _ Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property WS-CA-B-2 - 16g 1' _ Damage including Completed Operations and Products and Completed Operations Coverage. Limits of Liability shall not be less than the following: (check one) __ GeneralAggregate $ 300,000 Products/Completed Operations Aggregate$ 300,000 Personal and Advertising Injury $ 300,000 Each Occurrence $ 300,000 Fire Damage $ 50,000 __General Aggregate $ 500,000 Products/Completed Operations Aggregate$ 500,000 Personal and Advertising Injury $ 500,000 Each Occurrence $ 500,000 Fire Damage $ 50,000 General Aggregate Products/Completed Operations Aggregate Personal and Advertising Injury Each Occurrence Fire Damage $1,000,000 $1,000,000 $1,000,000 $1,000,000 $ 50,000 (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be - endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." _ (3) If the General Liability insurance required herein is issued or renewed on a "claims made" basis, as opposed to the "occurrence" form, the retroactive date for coverage shall be no later than the commencement date of the Project and shall provide that in the event of cancellation or non-renewal - the Extended Reporting Period (Discovery Period) for claims shall be no less than three (3) years. (4) The Owner shall be named as an Additional Insured and the policy shall be endorsed that such - coverage shall be primary to any similar coverage carried by the Owner. (5) Coverage shall be included for explosion, collapse or underground property damage claims. (6) Watereraft Liability coverage shall be carried at the limits shown above if applicable to the completion of the work under this Agreement. [] Applicable x Not Applicable (7) Aircraft Liability coverage shall be carried at limits of $1,000,000 each occurrence if applicable to the completion of the work under this Agreement. [] Applicable x Not Applicable WS-CA-B-3 16g 1 PROPERTY INSURANCE - BUILDERS RISK (1) The Owner shall purchase and maintain in a company or companies lawfully authorized to do - business in the State of Flodda and in Collier County, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, - unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the Owner has an insurable interest in the property required to be -- covered, whichever is earlier. This insurance shall include interests of the Owner, the Contractor, Subcontractors, Sub-subcontractors and Material Suppliers in the Work. (2) Property insurance shall be on an all-risk policy form and, at the Owner's option, shall cover reasonable compensation for Professional's services and expenses required as a result of such insured loss. At the Owner's option, flood insurance will also be pumhased. (3) The property insurance provided by the Owner requires minimum deductibles and the Contractor shall pay costs not covered by the deductibles. The responsibility of the Contractor for an)/ deductible associated with the all-risk policy described above shall be limited to a maximum of $1,000 for each occurrence unless higher deductibles are identified in Exhibit C of the Contract Documents. The responsibility of the Contractor for any deductible associated with the flood insurance identified herein, if purchased by the Owner, shall be limited to a maximum of $1,000 for each occurrence unless higher deductibles are identified in Exhibit C of the Contract Documents. (4) This property insurance shall cover portions of the Work stored off the site after written approval of the Owner at the value established in the approval, and also portions of the Work in transit. (5) Boiler and Machinery Insurance. The Owner shall have the option of purchasing and maintaining boiler and machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance by the Owner. If purchased this insurance shall include interests of the Owner, Contractor, Subcontractors and Sub-subcontractors in the Work. ' (6) Waivers of Subrogation. The Owner and Contractor waive all dghts against (1) each other and - any of their subcontractors, sub-subcontractors, agents and employees, each of the other, and (2) the Professional, Professional's consultants, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this Exhibit C or other property insurance - applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The policies shall provide waivers of subrogation by endorsement or otherwise. (7) A loss insured under Owner's property insurance shall be adjusted by the Owner as fiduciary and made payable to the Owner as fiduciary for the insured, as their interests may appear. WS-CA-B.-4 AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? (check one) ~/ Yes __ No 16g (1) Automobile Liability Insurance shall be maintained by the ContractodConsultant/Professional for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than: (check one) __ Bodily Injury & Property Damage - $ 500,000 Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY ~-- (1) Umbrella Liability may be maintained as part of the liability insurance of the Contractor/Consultant/Professional and, if so, such policy may be in addition to and in excess of Employers' Liability, Commercial General Liability and Automobile Liability and Professional Liability - coverage required herein and shall include all coverage on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying coverage due to the payment of claims, the Umbrella policy will "drop down" to apply as pdmary insurance. (3) The General Aggregate limit, if applicable, shall apply separately to this project and the policy shall be so endorsed. WS-CA-B-5 EXHIBIT C RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER STATE OF FLORIDA Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor") releases and waives for itself and its subcontractors, material men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, Ex-Officio the Governing Board of the Collier County Water-Sewer District ("Owner") relating in any way to the performance of the Agreement between Contractor and Owner, dated ,19 , for the period from to - (2) Contractor certifies for itself and its subcontractors, material men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully - satisfied and paid. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. __ CONTRACTOR: Witnesses By: Its: Da~: WS-CA-C-1 President [Corporate Seal] STATE OF COUNTY Of The foregoing instrument was acknowledged before me this __ day of 2000, by ., as of ., a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) Name: (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No.: WS-CA-C-2 EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT 16g -- ,(County Project Manager)Bid No. (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or _ Collier County Water-Sewer District (the OWNER) Application Date FROM: _(Contractoffs Representative)Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Revised Contract Time: Percent Work completed to Date: Percent Contract Time completed to Date Original Contract Amount:$ Total Change Orders to Date$ Revised Contract Amount $ Total value of Work Completed and stored to Date $ % Less Retainage $ % Total earned Less Retainage$ Less previous payment (s)$ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through __ inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional: (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) WS-CA-D-1 CHANGE ORDER NO. EXHIBITE CHANGE ORDERFORM CONTRACT NO. 16C I t TO: DATE: - PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated ., 2000. You hereby are authorized and directed to make the following change(s) in accordance with terms - and conditions of the Agreement: FOR THE (Additive) (Deductive) Sum of: ($. Original Agreement Amount Sum of Previous Changes $ $ This Change Order (Add) (Deduct) $ Present Agreement Amount The time for completion shall be (increased/decreased) bycalendar days due to this _ Change Order. Accordingly, the Contract Time is now() calendar days. The substantial completion date is and the final completion date is . Your acceptance of this Change Order shall constitute a modification to our Agreement and will be - performed subject to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising - out of or related to the change set forth herein, including claims for impact and delay costs. WS-CA-E-1 Accepted: ,2000 CONTRACTOR: By: 16C 1 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, EX-OFFIClO THE GOVERNING BOARD OF THE COLLIER COUNTY WATER-SEWER DISTRICT By: DESIGN PROFESSIONAL: By: WS-CA-E-2 OWNER'S Project No, PROJECT: EXHIBIT F CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project No. 16g I CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the _ contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto, This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. EJCDC NO. 1910-8-D (1983 Edition) Prepared by the Engineers Joint Contract documents Committee and endorsed by The Associated General contractors of Areedco. -- Repdnte(~ 5/85 WS-C~F-1 16g 1 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents, Executed by Design Professional on ,2000 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2000 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,2000 OWNER By: Type Name and Title WS-CA-F-2 EXHIBIT G FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: Contractor: The following items have been secured by the for the Project known as ,2000 and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time: Final Completion Time: Calendar Days. Calendar Days. YES NO __ 1. All Punch List items completed on __ 2. Warranties and Guarantees assigned to County (attach to this form). __ 3. Effective date of General one year warranty from Contractor is: __ 4.2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. Record drawings obtained and dated: __ 6. County personnel trained on system and equipment operation, 7. Certificate of Occupancy No.: issued on (attach to this form). __ 8. Certificate of Substantial Completion issued on __ 9. Final Payment Application and Affidavits received from Contractor on: __ 10. Consent of Surety received on __ 11. Operating Department personnel notified project is in operating phase. 12. Other: If any of the above are not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) _ By Owner: WS-CA-G-1 (Department Name) (Signature) (Name & Title) 16[: 1! EXHIBIT H GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1. It is the intent of the Contract Documents to describe a functionally complete project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or - equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2. If before or during the performance of the Work Contractor discovers a conflict, error or _ discrepancy in the Contract Documents, Contractor immediately shall report same to Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager. Contractor shall take field measurements and - verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3. Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of - reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the _ drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, __ screws, rittings, fillers, hardware, accessories, tdm and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. - 2.1. Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; - availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the WS-CA-H-1 project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2. Contractor shall locate all existing roadways, railways, drainage facilities and utility services - above, upon, or under the Project site, said madways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the "- construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as described in other places of the contract documents). 3. SCHEDULE. 3.1. The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for his/her review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2. The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed within the requirements of the Collier County Noise Ordinance 93-77, Amended by 96-29, and Article 1, Division 1.5, Section 1.5.5 of the Collier County Land Development Code. Unless otherwise specified, work will generally be limited to the hours of 7:30 a.m. to 4:30 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. *~ 4. PROGRESS PAYMENTS. 4.1. Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project - Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month to the Project Manager along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. WS-CA-H-2 4.2. Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project -- Manager a complete list of all its proposed subcontractors and material men, showing the work and materials involved and the dollar amount of each proposed subcontract and purchase order. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement - Date. 4.3. If payment is requested on the basis of materials and equipment not incorporated into the - Project, but delivered and suitably stored at the site or at another location agreed to by the Owner in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's _ interest therein, all of which shall be subject to the Owner's satisfaction. 4.4. Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager. Within ten (10) calendar days after receipt of each Application for Payment, the Projec.~ Manager shall either: - 4.4.1 indicate his approval of the requested payment; 4.4.2 indicate his approval of only a portion of the requested payment, stating in writing his reasons - therefore; or 4.4.3 return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices shall be processed in accordance with Section 218.70, F.S. and the administrative procedures established by the County's Purchasing and _ Finance Departments respectively. In the event of a total denial and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and resubmit the Application for Payment. The Owner shall, within thirty (30) calendar days after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.5. Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is - less. Such sum shall be accumulated and not released to Contractor until final payment is due, unless otherwise agreed to by the Owner. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held through out the course of the project schedule. _ 4.6. Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's work. WS-CA-H-3 161; 4.7. Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, showing that all materials, labor, equipment and other bills associated with that portion of the Work payment is being requested on have been paid in full. For all payments subsequent to the first payment, the Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8. Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or eady completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.9. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is enclosed in the agreement and labeled Exhibit G. 5. PAYMENTS WITHHELD. 5.1. The Project Manager or Owner may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections.* The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to pretect it from loss because of: 5.1.1 5.1.2 5.1.3 Defective Work not remedied; Third party claims filed or reasonable evidence indicating probable filing of such claims; Failure of Contractor to make payment preperly to subcontractors or for labor, materials or equipment; 5.1.4 Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; 5.1.5 Reasonable indication that the Work will not be completed within the Contract Time; 5.1.6 Unsatisfactory prosecution of the Work by the Contractor; or WS-CA-H-4 5.1.7 any other material breach of the Contract Documents. _ 5.2. If any conditions described in Subsection 5.1 are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of - Contractor to Owner, whether relating to or adsing out of this Agreement or any other agreement between Contractor and Owner. * that reveal non-compliance with the Contract Documents 6. FINALPAYMENT. 6.1. Owner shall make final payment to Contractor within thirty (30) calendar days after the Work is finally inspected and accepted by the Project Manager in accordance with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's dght to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C as well as, a duly executed copy of the Sureties consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. 6.2. Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing and identified by Contractor as unsettled at the time of the final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor thereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. _ 7.1. Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the - Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. - 7.2. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words - indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager _ within thirty (30) calendar days after Notice of Award is received by Contractor. WS-CA-H-5 160 1 7.3. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. - 7.4. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor - submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. _ 7.5. The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's and the Owner's pdor written acceptance _ which shall be evidenced by either a Change Order, a Work Directlye Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager - will record time required by the Project Manager and the Owner's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner - for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. - 8. DAILY REPORTS, AS-BUILTS AND MEETINGS. 8.1. Unless waived in writing by owner, contractor shall complete and submit to Project Manager on a weekly basis a daily log of the contractor's work for the preceding week in a format approved by the Project Manager and Owner. The daily log shall document all activities of contractor at the _ project site including, but not limited to, the following: WS-CA-H-6 8.1.1. Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2. Soil conditions which adversely affect the Work; 8.1.3. The hours of operation by Contractor's and subcontractors' personnel; - 8.1.4. The number of Contractor's and subcontractors' personnel present and working at the Project site, by subcontract and trade; 8.1.5. All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6. Description of Work being performed at the Project site; - 8.1.7. Any unusual or special occurrences at the Project site; 8.1.8. Materials received at the Project site; 8.1.9. A list of all visitors to the Project site; and -' 8.1.10. Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2. Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change _ Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor - throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directlye Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All - burled and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, - corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved _ shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project _ Manager by Contractor for Owner. WS-CA-H-7 16C 1t 8.3. Contractor shall keep all records and supporting documentation which concern or relate to the Work thereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the pedod of this Agreement and during the five (5) year period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1. Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or _ impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and _ contractors as set forth in Paragraph 12.2. herein. 9.2. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of God or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it _ shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" - provision. This paragraph shall expressly apply to claims for eady completion, as well as to claims based on late completion. '10. CHANGES IN THE WORK. 10.1. Owner 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 itemized 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 written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is _ authorized to direct any extra or changed work orally. WS-CA-H-8 10.2. A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3. If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4. In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all - overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). - All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change orders shall be included in the overhead and profit expenses and shall not be paid as a separate line item. 10.5. Owner 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 Change Order. 10.6. The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 11. CLAIMS AND DISPUTES. - 11.1. A Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with _ respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the party making the Claim. WS-CA-H-9 16C 1 11.2. Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours after the first day of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Wdtten supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3. The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1. Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor pdor to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written - notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension -- to the Contract Time or adjustment to the Contract Amount. 12.2. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3. If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. WS-CA-H- 10 16[: 1! 13. INDEMNIFICATION AND INSURANCE. 13.1 IDEMNIFICATION. The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall - hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorneys' fees and all costs of litigation and judgments of any name and description arising out of or incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named ContractorNendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The ContractorNendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the Contractor/Vendor's limit of, or lack of, sufficient insurance protection. The first One Hundred dollars ($100.00) of money received on the contract price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.2. The Contractor's obligation to indemnify and defend the owner shall not be limited in any way by the agreed upon contract pdce as shown in this contract or the Contractor's limit of, or lack of, sufficient insurance protection, 13.3. Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B 14. COMPLIANCE WITH LAWS. 14.1. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equaJ employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at vadance therewith, it shall promptly notify Project Manager in writing. 15. CLEANUP AND PROTECTIONS. 15.1. 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 site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. WS-CA-H-11 16g 1 15.2. Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. 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 assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17, PERMITS, LICENSES AND TAXES. - 17.1 Pursuant to Section 218,80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 18. TERMINATION FOR DEFAULT. 18.1. Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to propedy and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. WS-CA-Ho 12 1 18.2. Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt - by Contractor of said written notice, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the -~ Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever '- means, method or agency which Owner, in its sole discretion, may choose. 18.3. If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorney's fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorney's fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all - such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall - survive termination of the Agreement. 18.4. The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefor or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5. If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1. Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. WS-CA-H- 13 19.2. Owner shall have the dght to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' pdor wdtten notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete and request that Design Professional issue a Certificate of Completion (substantial or final Certificate of Completion). Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner and Design Professional do not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefor. If Owner and Design Professional consider the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Completion (substantial or final Certificate of Completion) which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch list. 20.2. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance and upon receipt of a final Application for Payment, Design Professional will make such inspection and, if he finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a final Certificate for Payment, recommending that, on the basis of his observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) The Release and Affidavit in the form attached as Exhibit C. (2) Consent of surety to final payment. WS-CA-H-14 (3) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in - such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued his recommendations. Unless and until the Owner is completely satisfied, neither - the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1. Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good ._ quality, free from all defects and in conformance with the Contract Documents. Contractor further warrant to Owner 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 substantial 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 Owner. 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 - Owner is entitled as a matter of law. 21.2. No later than 30 days prior to expiration of the warranty, the Project Manager, or any other representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the County to disqualify the Contractor from future County bid opportunities. 22. TESTS AND INSPECTIONS. -- 22.1. Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and - testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2. 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 Project Manager 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 Project Manager. WS-CA-H-15 22.3. If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to wdtten directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.4. The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.5. Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1. Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, - Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, amhitects, attorneys and other professionals) made necessary thereby, and shall hold Owner _ harmless for same. 23.2. If the Project Manager considers it necessary or advisable that covered Work be observed by - Design Professional or inspected or tested by others, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and - equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, amhitects, - attorneys and ether professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. WS-CA-H-16 16C 1 23.3. If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers with suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Project Manager to stop the Work shall not give rise to any duty on the part of Owner, Project Manager to exercise this right for the benefit of Contractor or any other party. - 23.4. Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered pdor to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents _ and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5. If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project - Manager, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. To the extent - necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and - machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall _ allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights _ and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be - limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension - of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. - 24. SUPERVISION AND SUPERINTENDENTS. 24.1. Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall WS-CA-H- 17 1611 1t ,el be responsible to see that the finished Work complies accurately with the Contract Documents. - Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without pdor written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be - the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project - superintendent, with or without cause. _ 24.2. Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the contractor fail to comply _ with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages - described in Section 5.B, for serviced not rendered. 25. PROTECTION OF WORK. 25.1. 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 any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2. 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. - 25.3. Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner's or Design Professional's benchmarks, Contractor - shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1. In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto; Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from WS-CA-H-18 16[ 1' the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1. Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1. All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2. All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3. Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. - 28.2. Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety - and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. - Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. WS-CA-H- 19 16C 1 ' 28.3. Contractor shall designate a responsible representative at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with - the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project _ Manager. Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that require the contractor to provide traffic control, the Contractor shall comply with the requirements of Collier County's Maintenance of Traffic Policy, copies of which are available through the Risk Management or Purchasing Departments. WS-CA-H-20 16g 1' EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS 1. ChanRe Orders, Notwithstanding anything in the Contract Documents to the contrary, Change Orders may be approved by the County Manager or his designee as provided for in the County's purchasing policy effective at the time that the change order is processed. WS-CA-I-1 16~ 1 EXHIBIT J TECHNICAL SPECIFICATIONS WS-CA-J-1 EXHIBIT K PERMITS 1 WS-CA-K-1 16C 1 EXHIBIT L STANDARD DETAILS (if applicable) WS-CA-L-1 EXHIBIT M PLANS AND SPECIFICATIONS PREPARED BY METCALF & EDDY, INC. AND IDENTIFIED AS FOLLOWS: NCRWTF ODOR CONTROL MODIFICATIONS AS SHOWN ON SHEETS 1 THROUGH Revised: March 23, 2000 WS-CA-M-1 16C 1' EXHIBIT J TABLE OF CONTENTS COLLIER COUNTY STANDARD SPECWICATIONS (5) (6) (7) (8) Erosion Control/Sedimentation Control Restoration General Special Conditions DETAILED SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01010 01014 01015 01030 01092 01152 01153 01200 01300 01310 01370 01410 01450 01500 01505 01520 01590 01600 01610 01700 01710 01720 01730 01740 Summary of Work Sequence of Construction Contractor' s Use of Premises Special Project Procedures Applicable Standards and Codes Applications for Payment Allowances Project Meetings Submittals Construction Schedule Schedule of Values Testing Services Environmental Protection Temporary Facilities Control of Work Construction Aids Field Offices Material and Equipment Installation, Testing and Startup Services Contract Closeout Cleaning Project Record Documents Operating and Maintenance Data Warranties DIVISION 2 - SITEWORK 02100 Site Preparation 02210 Earth Excavation, Backfill, Fill and Grading 02221 Trenching, Bedding, Laying and Backfill for Pipe 02223 Screened Gravel 02225 Selected Borrow 02229 Rock Removal 02295 Excavation Support DMSION 3 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03251 Construction and Expansion Joints for Non-Water Containment Structures 03300 Cast-in-Place Concrete 03350 Concrete Finishes DMSION 5 - METALS 05119 Structural Steel 05500 Miscellaneous Metal DIVISION 9 - FINISHES 09940 Shop Paint'rag 09941 Field Painting DIVISION 11 - EQUIPMENT 11010 Equipment General Provisions 11101 Chemical Feed Pumps 11168 Odor Control System DMSION 15 - MECHANICAL 15010 Mechanical General Provisions 15050 I-IVAC and Plumbing Basic Materials and Methods 15056 Pipe Supports 15060 Chemical Feed Piping 15062 HDPE Pipe 15130 Piping Systems Valves and Specialties 15150 Penetration of Building Elements 2 16C 1 15240 Vibration Isolation Equipment DMSION 16 - ELECTRICAL 16010 16110 16120 16130 16160 16175 16402 16440 16450 16460 16471 16473 16474 16480 16940 16999 Electrical and Instrumentation General Provisions Conduit Systems Wire and Cable Electrical Boxes and Fittings Panelboards Motors Underground Distribution System Disconnect Switches, Fuses and Circuit Breakers Grounding General Purpose Dry Type Transformers Electrical Controls Programmable Controllers and Operator Interface Hardware Application Software Motor Control Centers Instrumentation Field Acceptance Tests EXHIBIT A-DESIGN DETAILS Concrete Pedestals - Type IV Pipe Bollard Pressure Gauge Mounting Detail Pressure Gauge and Pressure Switch Mounting Detail Wall and Floor Sleeve Closure (Link Seal) PAGE 3-3.28.4 3-4 15-4.2.1 15-4.2.1.2 15-4.2.6 3 North County Regional Water Treatment Plant Odor Control Modifications Exhibit "J" TECHNICAL SPECIFICATIONS 1! 1 SECTION 01010 SUMMARY OF WORK PART 1 - G~ERAL 1.01 GENERAL The work to be performed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles, for furnishing all transportation and services, including fuel, power, water and essential communications, and for the performance of all labor, work, materials, and services not expressly shown or called for in the Contract Documents which may be necessary for the complete and proper construction of the Work. All work shall be performed, furnished, and installed by the CONTRACTOR in good faith as though originally so specified or shown, at no increase in cost to the OWNF~. The CONllL~CTOR shall perform all work required in accordance with the Contract Documents and subject to the terms and conditions of the Contract, complete and ready to use, within 180 calendar days following notice to proceed. Final cleanup and project closeout shall be within 210 calendar days after notice to proceed. 1.02 SCOPE A. The scope of work includes the following: 1. Installation of third odor control train. 2. Replacement of four (4) degasifier fans. 3. Installation of new f'dter housing and ducts. Installation of four (4) blast gates at degasifier outlets provided by OWNER. 5. Installation of modified foul-air header. 6. Connection to existing chemical feed piping and drains. 7. Installation of electrical wiring and control panels. NCRWTP Modifications 024723 Augum 4,2000 Relocation of site piping as required for new construction. Remove existing caustic and hypochlorite chemical feed pumps and associated piping. 10. Installation of nine (9) caustic feed pumps provided by the OWNER. CO~CTOR shall provide all piping, valves and accessories. 11. Installation of four (4) new hypochlorite feed pumps and piping. CONTRACTOR shall provide pumps, piping, valves and accessories. 12. Construction of concrete wall for support of hypochiorite feed pumps. 1.03 LOCATION OF THE PROJECT Ao The project is located at the Collier County North Regional Water Treatment Plant, East Vanderbilt Beach Boulevard, Naples, Florida. 1.04 CONTRACT DRAWINGS The work to be performed is shown on the set of "Contract Drawings" entitled "North County Regional Water Treatment, Collier County, Odor Control Modifications ". 1.05 MATERIAL AND EQUIPMENT FURNISHED BY CON'I1L~CTOR All equipment, materials, instruments or devices incorporated in this project shall be new and unused, unless indicated otherwise in the Contract Documents and shall be the products of reliable manufacturers who, unless otherwise specified, have been regularly engaged in the manufacture of such material and equipment for at least five (5) years. Procedures and additional requirements regarding manufacturer's experience and substitutions are included in Section 01340 Submittals. 1.06 MATERIAL AND EQUIPMENT FURNISHED BY THE OWNER A. Four (4) Blast Gates for degasifier outlets. B. Nine (9) Caustic Chemical Feed Pumps (7-new, 2-exist'rag) NCRWTP Modifications 024723 01010-2 August 4, 2000 16[; 1 ' 1.07 ITEMS SPECIFIED ON DRAWINGS Certain items of material and/or equipment, and their installation may be specified on the Drawings and not mentioned in the Specifications. Such items are to be considered as both shown on the Drawings and noted in the Specifications and be provided by the CONTRACTOR in accordance with the Specification on the Drawings. 1.08 FIELD LAYOUT OF WORK All work under this Contract shall be constructed in accordance with the lines and grades shown on the Contract Drawings or as directed by the ENGINEER. Elevations of existing ground, structures and appurtenances are believed to be reasonably correct but are not guaranteed to be absolute and, therefore, are presented only as an approximation. Any error or apparent discrepancy in the data shown or omissions of data required for accurately accomplishing the stake-out survey shall be referred immediately to the ENGINEER for interpretation or correction. All survey work for construction control purposes shall be made by a Florida Registered Professional I_and Surveyor (PLS) at the CONTRACTOR'S expense. The CONTRACTOR shall establish all base lines for the location of the principal component parts of the work together with bench marks and batter boards adjacent to the work. Based upon the information provided by the Contract Drawings, the CONTRACTOR shall develop and make all detail surveys necessary for construction. The County will funfish information and location of existing bench marks. The CONTRACTOR shall have the responsibility to carefully preserve the bench marks, reference points and stakes. In case of destruction thereof by the CONTRACTOR or resulting from his negligence, he shall be held liable for any expense and damage resulting thenfrom and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. Existing or new control points, property markers, and monuments that will be established or are destroyed during the normal causes of construction shall be re-established by the CONTRACTOR; and all reference ties recorded thenfore shall be funfished to the ENGINEER. All computations necessary to establish NCRWTP Modifications 024723 01010-3 August 4, 2000 16C 1 the exact position of the work shall be made and preserved by the CONTRACTOR. The engineer may check all or any portion of the work, and the CONTRACTOR shall afford all necessary assistance to the ENGINEER in carrying out such checks. Any necessary corrections to the work shall be performed immediately by the CONTRACTOR of any responsibilities for the accuracy or completeness of his work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP Modifications 024723 01010-4 ~tugust 4, 2000 SECTION 01014 SEQUENCE OF CONSTRUCTION 16g l j PART 1 - GENERAL 1.01 GENERAL The CONTRACTOR shall coordinate his work so as not to impact any nearby public or private facilities, residential areas, and to ensure minimal impact on traffic. Several areas of construction under this contract must be coordinated with the Plant Operating Personnel and accomplished in a logical order to maintain the process flow through the plant and to allow construction to be completed within the time allowed by Contract Documents. CONTRACTOR will also coordinate his activities with the other CONTRACTORS, if any, to allow orderly and timely completion of all the work. When access through construction areas must be disrupted, CONTRACTOR will provide alternate acceptable access for the plant operators or other CONTRACTORS. 1.02 CONSTRUCTION SCHEDULE A. The Construction Schedule shall be submitted by the CONTRACTOR in accordance with Section 01310 of these Specifications. 1.03 CONSTRUCTION PLAN A. A plan of operation shall be submitted by the CONTRACTOR 30 days prior to conducting any tie-ins, showing the proposed sequence, equipment, etc. for review. 1.04 USE OF FACILITIES BEFORE COMPLETION A. The OWNER reserves the right to enter and use any portion of the constructed facilities before f'mal completion of the whole work to be done under this Contract in accordance with the General Terms and Conditions. 1.05 CONNECTION OF EXISTING SYSTEMS A. The existing water treatment plant shall be maintained in an operable condition by the CONTRACTOR during construction (excluded from this requirement are all normal and emergency maintenance functions normally performed by the NCRWTP Modifications 01014-1 August 2, 2000 024723 OWNER'S staff or by contract). All work by the CONTRACTOR that disrupts the normal plant operations shall be shown on the CPM schedule and specifically scheduled with the OWNER. Schedule notification shall consist of written notice defining the work to be accomplished, the normal treatment plant function that will be interrupted, the duration of the interruption, and the mitigating effort to be performed by the CONTRACTOR to maintain the capacity to continuously perform the current level of treatment. All connections to existing systems shall be performed in such a manner that no damage and minimal interruption is caused to the existing installation. On completion of his installation, the CONTRACTOR shall remove the plug or blind flange from the existing pipe or cut into the existing pipes and complete the connection in a proper manner. Any damage caused to existing installations shall be repaired or replaced by the responsible CONTRACTOR at no additional cost to the OWNER. Temporary installations that are not specified or shown but are required to complete a particular aspect of the work during the allotted time period shall be determined by the CONTRACTOR and implemented by the CONTRACTOR at no additional cost to the OWNER. All such temporary installations shall be subject to the review and acceptance of the ENGINEER. 1.06 COORDINATION WITH PLANT AND COUNTY PERSONNEL Before commencing work involving removing or placing in operation existing or new facilities, the CONTRACTOR shall notify the OWNER at least twenty (20) days in advance in writing. The OWNER shall be responsible for removing facilities from operation. go Only the OWNER's appointed representative can authorize the shutdown of portions of the plant facilities. The CONTRACTOR shall, under no circumstances, interfere with any plant facility component without the OWNER's authorization, in writing, and supervision. For permissible outages and sequencing requirements, see Supplemental Conditions. Various interconnections within the plant will depend on the closure of various valves and gates. CONTRACTOR will coordinate with the Plant Operating Personnel prior to attempting any such closure and will provide any corrective measure of temporary facilities necessary to attain the shut-off needed to perform the work at no additional cost to the OWNER and without interrupting the plant operation. NCRWTP Modifications 01014-2 August 2, 2000 024723 Various interconnections within the plant may require temporary partial power shutdown. CONTRACTOR will make every effort necessary to minimize the shutdown time and will coordinate with the Plant Operating Personnel and/or utility authorities prior to attempting any such power shutdown. Furthermore, CONTRACTOR will provide any corrective measure or temporary facilities necessary to perform the work at no additional cost to the OWNER and without interrupting the plant operation. CONTRACTOR shall notify OWNER a minimum of seven (7) days prior to the temporary shutdown of power. Upon notification, CONTRACTOR and OWNER will determine the maximum allowable down time or outage based on anticipated operating conditions. PART 2 PRODUCTS (Not Used) PART 3 - EXECUTION 3.01 COORDINATION WITH EXISTING UTILITIES AND OTHER AGENCIES A. The CONI'RACTOR shall notify all utilities, FPL, Sprint, etc. in writing with a copy to the County Engineer before construction is started and shall coordinate his activities with them. The CONTRACTOR shall cooperate with the OWNERS of utility lines that may require temporary interruption of service in order to minimize the interruption. The CONTRACTOR shall call Sunshine at 1-800-432-4770, FP&L and Sprint a minimum of 48 hours prior to any excavation for location of existing underground facilities. 3.02 COOPERATION The CONTRACTOR shall allow the OWNER or his agents, and other project CONTRACTORS or their agents, to enter facilities being constructed under this Contract for the purpose of constructing, installing, operating, maintaining, removing, repairing, altering or replacing such equipment, pipes, sewers, conduits, manholes, wires, or other structures and appliances which may be required to be installed at or in the work. The CONTRACTOR shall cooperate with all the aforesaid parties and shall allow reasonable provisions for the prosecution of any other work by the OWNER, or others, to be done in connection with his work, or in connection with normal use of the facilities. * * * END OF SECTION * * * NCRWTP Modifications 01014-3 August 2, 2000 024723 16g 1 SECTION 01015 CONTRACTOR'S USE OF PREMISES II. GENERAL The Contractor shall comply with the provisions of all permits, licenses, and agreements. ao The Contractor shall not (except after written consent from the proper parties) enter or occupy with men, tools, materials, or equipment, any land outside the property of the Owner. A copy of the written consent shall be given to the Engineer. INTERFERENCES WITH AND PROTECTION OF STREETS Ao The Contractor shall not close or obstruct any portion of a street, road, or private way without obtaining permits from the proper authorities. If any street, road, or private way shall be rendered unsafe by the Contractoff s operations, he shall make such repairs or provide such temporary ways or guards acceptable to the proper authorities. Streets, roads, private ways, and walks not closed shall be maintained passable and safe by the Contractor, who shall assume and have full responsibility for the adequacy and safety of provisions made therefor. III. INTERFERENCE WITH EXISTING WORKS The Contractor shall at all times conduct his operations so as to interfere as littie as possible with existing facility operations. The Contractor shall develop a program, in cooperation with the Engineer and the Owner, which shall provide for the construction and putting into service of the new works in the most orderly manner possible. This program shall be adhered to except as deviations therefrom are expressly permitted. All work of connecting with, cutting into, and reconstruction existing pipes or structures shall be planned to interfere with the operation of the existing facilities for the shortest possible time when the demands on the facilities best permit such interference, even though it may be necessary to work outside of normal working hours to meet these requirements. Before starting work which will interfere with the operation of existing facilities, the Contractor shall do all possible preparatory work and shall see that NCRWTP Modifications 024723 all tools, materials, and equipment are made ready and at hand. A written plan shall be submitted to the Engineer for approval 30 days in advance of any such work. The Contractor shall make such minor modifications in the work relating to existing structures as may be necessary, without additional compensation. The Contractor shall have no claim for additional compensation by reason of delay or inconvenience in adapting his operations to the need for continuing operations of the existing cells. The Contractor shall maintain access to fire hydrants, fire alarm boxes, water and gas valves, intakes and sewer, water, utility and other manholes. Eo The Contractor shall be aware that the maximum allowable downtime of the existing facilities shall be limited to the following parameters: Maximum duration of eight (8) hours during the period of November 1 to May 31. MINIMUM available duration of eight (8) hours with possibility of a maximum duration of sixteen (16) hours during the period of June 1 to October 31. There shall be only four (4) downtimes allowed. All plant down times are subject to the approval of the Owner. The Owner has the right to disallow a requested plant down time based on current water system demand. No time extensions to the contract dates will be allowed to the Contractor if the Owner disallows a plant down time. The Owner will not allow plant down times over two consecutive days during the peak demand season as described in paragraph III.E. 1 above. The Contractor shall submit a plant shut down plan to the Owner no less than two (2) weeks prior to the initial plant shut down event. The Contractor shall limit work on the plant site to the period of 7:00 a.m. to 4:00 p.m. as much as possible. Variance from this requirement shall be coordinated with Owner at last five working days in advance of time variance. INTERFERENCE WITH EXISTING DRAINAGE The Contractor shall not obstruct any existing drainage without obtaining written authorization from the Engineer. NCRWTP Modification~ 024723 July 28, 2000 go Co 16[; When necessary, lay and keep free from obstructions, continuous pipe or timber drain, of ample capacity, to carry of storm water. Convey storm or groundwater, that is to be removed from the site, to a point of disposal acceptable to the proper authorities and Engineer. The Contractor shall take the necessary precautions to prevent erosions and excessive quantities of clay, sand, or silt from entering the existing drainage courses. The Contractor shall restore existing drainage facilities which are disturbed during construction to a condition at least equal to their original condition. * * * END OF SECTION * * * NCRWTP Modifications 024723 01015-$ July 28, 2000 SECTION 01030 SPECIAL PROJECT PROCEDURES 1 PART 1 - GENERAL 1.01 SERVICES OF MANUFACTURERS' FIELD SERVICE TECHNICIAN Ao Bid prices for equipment furnished include the cost of a competent field service technician of the manufacturers of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the OWNER'S operating personnel on operation and maintenance. The approved manufacturer's operation and maintenance data as specified in Section 01730 shall be delivered to the ENGINEER prior to instructing the OWNER'S personnel. This supervision may be divided into two or more time periods as required by the installation program or as directed by the ENGINEER. Bo After installation of the equipment has been completed and the equipment is presumably ready for operation, but before it is operated by others, the manufacturer's field service technician shall inspect, operate, test, and adjust the equipment. The inspection shall include at least the following points where applicable Soundness (without cracked or otherwise damaged parts). Completeness in all details, as specified and required. Correctness of setting, alignment, and relative arrangement of various parts. Adequacy and correctness of packing, sealing, and lubricants. Go The operation, testing, and adjustment shall be as required to prove that the equipment has been left in proper condition for satisfactory operation under the conditions specified. Do Upon completion of this work, the manufacturer's field service technician shall submit, in triplicate, to the ENGINEER a complete, signed report of the results of his inspection, operation, adjustments, and tests. The report shall include detailed descriptions of the points inspected, tests and adjustments made, quantitative results obtained if such are specified, and suggestions for precautions to be taken to ensure proper maintenance. NCRWTP Modifications 024723 01030-1 August 1, 2000 A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested, is ready for operation, and that the operating personnel have been suitably instructed in the operation, lubrication, and care of the unit shall be submitted before final acceptance. The certificate shall indicate date and time instruction was given and names of operating personnel in attendance. This eertificafion shall be submitted on the certification sheet, a sample of which is at the end of this section. See the detailed Specifications for additional requirements for furnishing the services of the manufacturer's field service technician. For equipment furnished under other Divisions, the CONTRACTOR, unless otherwise specified, shall furnish the services of accredited field services technicians of the manufacturer only when some evident malfunction or over- heating makes such services necessary in the opinion of the ENGINEER. 1.02 OPERATING AND MAINTENANCE DATA Operating and maintenance data covering all equipment furnished shall be delivered directly to the Office of the Consulting Engineers, Metczalf & Eddy, 3740 Executive Way, Miramar, Florida 33025. Data shall be prepared and submitted in full conformance with Section 01730. Final approved copies of operating and maintenance data shall have been delivered to the ENGINEER prior to scheduling the instruction period with the OWNER. 1.03 INSTALLATION OF EQUIPMENT Special care shall be taken to ensure proper alignment of all equipment with particular refe/ence to mechanical equipment such as pumps, blowers and electric drives.~ The units shall be carefully aligned on their foundations by qualified millwrights after their sole plates have been shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the foundation alignments have been approved by the manufacturer, the bedplates or wing feet of the equipment shall be securely bolted in place. The alignment of equipment shall be further checked after securing to the foundations, and after confirmation of all alignments, the sole plates shall be finally grouted in place. The CONTRACTOR shall be responsible for the exact alignment of equipment with associated piping, and under no circumstances, will "pipe springing" be allowed. All wedges, shims, filling pieces, keys, packing, red on white lead grout, or other materials necessary to properly align, level, and secure apparatus in place NCRWTP Modifications 02472_t 01030-2 August 1, 2000 16C 1! shall be furnished by the CONTRACTOR. All parts intended to be plumb or level must be proven exactly so. Any grinding necessary to bring parts to proper bearing after erection shall be done at the expense of the CONTRACTOR. The project scope of work includes placing new equipment, piping and accessories on existing structures, such as existing grading, cement pads, etc. The CONTRACTOR shall employ the services of a Registered Professional Engineer in the State of Florida to certify that existing support structures for new equipment are structurally adequate for the intended use. A letter of certification shall be submitted with the equipment submittal. 1.04 SLEEVF_.S AND OPENINGS The CONTRACTOR shall provide all openings, channels, chases, etc., and install anchor bolts and other items to be embedded in concrete, as required to complete the work under this contract, together with those required by subcontractors, and shall do all cutting and patching, except cutting and patching of materials of a specified trade and as stated otherwise in the following paragraph. The CONTRACTOR shall coordinate with the subcontractors to provide all sleeves, inserts', hangers, anchor bolts, etc. of the proper size and material for the execution of the work. The CONTRACTOR shall be responsible for any corrective cutting and refinishing required to make the necessary openings, chases, etc. In no case shall beams, lintels or other structural members to be cut without the written approval of the ENGINEER. 1.05 RELOCATIONS The CONTRACTOR shall be responsible for the relocation of structures, including but not limited to light pole, signs, sign poles, fences, piping, conduits and drains that interfere with the positioning of the work as set out on the drawings. The cost of all such relocations shall be included in the bid for the project and shall not result in any additional cost to the OWNER. OBSTRUCTIONS A. The attention 6f the CONTRACTOR is drawn to the fact that during excavation at the Project site, the possibility exists of the CONTRACTOR encountering various water, chemical, electrical, or other lines not shown on the Drawings. The CONTRACTOR shall exercise extreme care before and during excavation NCRWTP Modifications 024723 01030-3 August I, 2000 16C to locate and flag these lines so as to avoid damage to the existing lines. Should damage occur to an existing line, the CONTRACTOR shall repair the line at no cost to the OWNER. It is the responsibility of the CONTRACTOR to ensure that all utility or other poles, the stability of which may be endangered by the close proximity of excavation, are temporarily stayed in position while work proceeds in the vicinity of the pole and that the utility or other companies concerned be given reasonable advance note of any such excavation by the CONTRACTOR. 1.07 PROVISIONS FOR CONTROL OF EROSION Sufficient precautions shall be taken during construction to minimize the run-off of polluting substances such as silt, clay, fuels, oils, bitumens, calcium chloride, or other polluting materials harmful to humans, fish, or other life, into the supplies and surface waters of the State. Control measures must be adequate to assure that thrbidity in the receiving water will not be increased more than 20 nephelometric turbidity units (NTU), or as otherwise required by the State or other controlling body, in water used for public water supply or fish unless limits have been established for the particular water. In surface water used for other purposes, the turbidity must not exceed 25 NTU unless otherwise permitted. Special precautions shall be taken in the use of construction equipment to prevent operations which promote erosion. B. Refer to Part (5) 1, Erosion Control, for additional information. 1.08 PROVISIONS FOR THE CONTROL OF DUST Sufficient precautions shall be taken during construction to minimize the amount of dust created. Wetting down the site may be required or as directed by the ENGINEER to prevent dust as a result of vehicular traffic. 1.09 ARCHITECTURAL COATINGS Maintain coordination among all Sections requiring PVC and PVF coatings. All coatings shall match to the satisfaction of the ENGINEER with regard to color and texture. Items rejected by the ENGINEER shall promptly be removed from the job site. NCRWTP Modifications 024723 010~0-4 Augurn: 1, 2000 1.10 ON SITE STORAGE The CONTRACTOR's attention is directed to special storage requirements and possible charges for noncompliance of on site storage requirements for materials and equipment as specified in Section 01600. 1.11 VALVE INDICES The CONTRACTOR shall be responsible for furnishing and installing tags for all valves required on the work. Tags on above ground valves shall be noncorrosive metal or plastic, 2 inches in diameter, 19 gauge thick. Buried valve tags shall be secured to a concrete base as shown on the Drawings. Submit to the ENGINEER for review two samples of each type of tag proposed and the manufacturer's standard color chart and letter styles. Tags shall have stamped or engraved on them the information shown on the Drawings and the data described herein. The CONTRACTOR shall submit to the ENGINEER for approval no less than 120 days before start-up, a valve schedule containing all valves required for his work. The schedule shall contain a list of abbreviations used for each valve, the locations, type, a number, words or abbreviations to identify the valve's function, and the normal operating position. The information contained in the valve schedules shall be coded on the tags in a system provided by the OWNER. Above ground valve tags shall be furnished with noncorrosive metal wire for attachment thereof. The tag shall not be attached to handwheel or crank operators or any part of the valve which would inhibit operatitn of the valve. 1.12 CONNECTIONS TO EXISTING SYSTEM The CONTRACTOR shall perform all work necessary to locate, excavate and prepare for connections to the terminus of the existing systems all as shown on the Drawings or where directed by the ENGINEER. The cost for this work and for the actual connection of the existing mains shall be included in the bid for the project and shall not result in any additional cost to the OWNER. 1.13 UTILITY CROSSINGS It is intended that wherever existing utilities such as water, chemical, electrical or other service lines must be crossed, deflection of the pipe within recommended limits and cover shall be used to satisfactorily clear the obstruction unless otherwise indicated on the Drawings. However, when in the NCRWTP Modifications 024723 August 1, 2000 opinion of the OWNER or ENGINEER this procedure is not feasible, he may direct the use 6f fittings for a utility crossing as detailed on the Drawings. 1.14 EXISTING UTILITY PROTECTION Existing utilities are shown in their approximate locations. It shall be the CONTRACTOR'S responsibility to locate and protect all utilities whether shown on Drawings or not. It shall be the CONTRACTOR'S responsibility to contact utility companies and call "Sunshine State One Call" (800) 432-4770 at least 48 hours before starting construction so maintenance personnel can locate and protect facilities, if required by the utility company. 1.15 WARRANTIES All equipment Supplied under these Specifications shall be warranted by the CONTRACTOR and the equipment manufacturers for a period of one (1) year. Warranty period shall commence on the date of final completion. Bo The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced in the machine(s) and the unit(s) restored to service at no expense to the OWNER. Co The manufacturer's warranty period shall run concurrently with the CONTRACTOR'S warranty or guarantee period. No exception to this provision shall be allowed. The CONTRACTOR shall be responsible for obtaining equipment warranties in accordance with Section 01740 from each of the respective suppliers or manufacturers for all the equipment. In the event that the manufacturer is unwilling to provide a one-year warranty commencing at the time of OWNER acceptance, the CONTRACTOR shall obtain from th~ manufacturer a two (2) year warranty starting at the time of equipment delivery to the job site. This two-year warranty shall not relieve the CONTRACTOR of the one-year warranty starting at the time of OWNER acceptance of the equipment. Eo All equipment fumished by OWNER under these specifications shall be warranted by the equipment manufacturer directly to the OWNER for equipment defects only. The CONTRACTOR shall be responsible for NCRWTP Modification~ 024723 01030-6 August 1, 2000 16C providing an installation warranty for the OWNER provided equipment coveting proper placement, preparation, lubrication, installation, etc. 1.16 FINAL GUARANTEE All work shall be guaranteed by the CONTRACTOR for a period of one year from the date of final completion. If, within the guarantee period, repairs or changes are required in connection with guaranteed work, which, in the opinion of the ENGINEER, is rendered necessary as the result of the use of materials, equipment or workmanship which are inferior, defective, or not in accordance with the terms of the Contract, the CONTRACTOR shall, prompfiy upon receipt of notice from the OWNER and without expense to the OWNER, do the following: Place in satisfactory condition in every particular all of such guaranteed work and correct all defects therein. Make good all damage to the building or site, or equipment or contents thereof, which, in the opinion of the ENGINEER, is the result of the use of materials, equipment or workmanship which are inferior, defective, or not in accordance with the terms of the Contract. 3. Make good any work or material, or the equipment and contents of building, structure of site disturbed in fulfilling any such guarantee. If the CONTRACTOR, after notice, fails within ten days to proceed to comply with the terms of this guarantee, the OWNER may have the defects correctexl, and the CONTRACTOR and his surety shall be liable for all expense incurred, provided, however, that in case of an emergency where, in the opinion of the OWNER, delay would cause loss or damage, repairs may be started without notice being given to the CONTRACTOR and the CONTRACTOR shall pay the cost thereof. All special guarantees or warranties applicable to specific parts of the work as may be stipulated in the Contract Specifications or other papers forming a part of this Contract shall be subject to the terms of this paragraph during the first year of life of each such guarantee. All special guarantees and manufacturers' warranties shall be assembled by the CONTRACTOR and delivered to the ENGINEER, along with a summary list thereof, before the acceptance of the Work. NCRWTP Modifications 024723 01030~7 August 1, 2000 1.17 HURRICANE PREPAREDNF_SS PLAN 1.18 Within 30 days of the date of Notice to Proceed, the CONTRACTOR shall submit to the ENGINEER and OWNER a Hurricane Preparedness Plan. The plan should outline the necessary measures which the CONTRACTOR proposes to perform at no additional cost to the OWNER in case of a hurricane warning. In the event of inclement weather, or whenever ENGINEER shall direct; CONTRACTOR will, and will cause Subcontractors to protect carefully the Work and materials against damage or injury from the weather. If, in the opinion of ENGINEER, any pertion of Work or materials shall have been damaged or injured by reason of failure on the part of CONTRACTOR or any Subcontractors to so protect the Work, such Work and materials shall be removed and replaced at the expense of CONTRACTOR. SALVAGE Any existing equipment or material, including but not limited to, valves, pipes, fittings, couplings, etc., which is removed or replaced as a result of construction under this project may be designated as salvage by the ENGINEER or OWNER and if so shall be excavated, if necessary, and delivered to the OWNER at a location directed by the OWNER. Any equipment or material not worthy of salvaging, as directed by the OWNER, shall be disposed of by the CONTRACTOR at a suitable location. 1.19 MAINTENANCE OF EXISTING WATER FACILITIES OPERATION The Contract shall take notice that existing water facilities are operated in the construction area. It is the responsibility of the CONTRACTOR to contact the office of each utility operator and ascertain the extent of any specific service The CONTRACTOR shall fully cooperate at all times with the OWNER in order to maintain the operation of the existing facilities with the least amount of interference and interruption possible. Continuous service, public health and safety considerations shall exceed all others and the CONTRACTOR's schedule, plans and work shall at all times be subject to alteration and revision if necessary for above consideration. The ENGINEER and OWNER reserve the right to require the CONTRACTOR to work 24 hours per day in all cases where, in their opinion, interference with NCRWTP Modifications 024723 01030-8 August I, 2000 1613 1I operation of the system may result based on the CONTRACTOR's planned work schedule. In no case will the CONTRACTOR be permitted to interfere with the existing system until all materials, supplies, equipment, tools and incidentals necessary to complete the interfering portion of the work are on the site. 1.20 ARCHEOLOGICAL FINDS Notwithstanding anything to the contrary herein, in the event any archeological artifacts within' the project are discovered during the course of the Work, the OWNER shall have and retain all right, title, and interest to such artifacts and shall have the further right, during the course of the Contract, to examine or cause to have examined, the site of the Work for any such artifacts and to perform or have performed archeological excavations and all other related work to explore for, discover, recover, and remove such artifacts from the site of the Work. In the event the work or archeological examination and related work delays the CONTRACTOR's work, he shall be entitled to an extension of time to complete the work equal to the number of days he is thus delayed. 1.21 ELECTRICAL DEVICES 1.22 A. All motors, switches, controllers, panels, switchgear and other electrical devices shall be U.S. and/or CSA labeled and/or listed or shall be inspecWxt and labeled in the field by an OWNER approved certifying testing laboratory. EQUIPMENT DATA LIST Obtain, prepare, and submit a complete, detailed listing of equipment and motor data for all electrical items furnished under this Contract. This listing shall be submitted on Equipment Data Sheets, a sample of which is at the end of this section. 1.23 PROTECTION AGAINST ELECTROLYSIS Where dissimilar metals are used in conjunction with each other, suitable insulation shall be provided between adjoining surfaces so as to eliminate direct contact and any resulting electrolysis. The insulating materials shall be bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers, or other approved materials. 1.24 DAMAGE ON ACCOUNT OF HIGH WATER NCRWTP Modifications 024723 01030-9 August 1, 2O00 1.25 16g 1 CONTRACTOR will hold himself responsible for all damage done to his work by heavy rains or floods and he shall take all reasonable precautions to provide against damages by building such temporary dikes, channels, or shoring to carry off storm water as the nature of the work may require. TOOLS Any special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation, and maintenance of any equipment shall be furnished with the respective equipment. 1.26 GREASE, OIL, FUEL, ELECTRICAL POWER AND TESTING EQUIPIVIENT All grease, oil, and fuel required for testing of equipment shall be furnished with the respective equipment. Electric power and all equipment and tools required for testing of equipment shall be furnished by the contractor, the cost of which shall be included in the prices quoted in the Bid Form. The OWNER shall be furnished with a ycar's supply of required lubricants including grease and oil of the type recommended by the manufacturer. 1.27 EMERGENCY PHONE NUMBERS AND ACCIDENT REPORTS Emergency phone numbers (fire, medial, police) shall be posted at the CONTRACTOR's phone and its location known to all. Accidents shall be reported immediately to the ENGINEER by messenger or phone. All accidents shall be documented and a fully detailed written report submitted to the ENGINEER after each accident. 1.28 CONFINED SPACE ENTRY As defined by OSHA, confined space entry shall be in accordance with OSHA regulation for such spaces. go The CONTRACTOR shall be responsible for identifying such spaces as warranted for entry and shall employ properly trained personnel with proper training and certifications. NCRWTP Modifications 024723 01030-10 August 1, 2000 1.29 MAXIMUM NOISE LEVEL LIMITATION A. The CONTRACTOR shall be required to maintain a maximum sound level threshold of 55 dba at the plant site perimeter. The CONTRACTOR shall be subject to periodic checks of the sound intensity at all times during construction activities. 1.30 LIGHTING LIMITATIONS A. The CO~CTOR shall be responsible to prevent lighting glare from construction activities onto to neighboring properties. B. The CONTRACTOR shall prevent glare from construction lighting during any nighttime construction activities. 1.31 RESTRICTED ACCESS AREAS A. The CONTRACTOR shall not under any circumstances, use Weber Boulevard for construction traffic or construction related activities. 1.32 PERMIT REQUIREMENTS A. The Contractor is responsible for compliance with all conditions of permits as specifed by the South Florida Water Management District and the Florida Department of Envimomental Protection. NCRWTP Modifications 01030-11 August 1, 2000 024723 EQUIPMENT MANUFACTURER'S CERTIFICATE OF INSTALLATION TESTING AND INSTRUCTION Client Project. Contract No. EQUIPMENT SPECIFICATION SECTION. , Authorized representative of (Print Name) (Print Name) (Print Manufacturer's Name) hereby CERTIFY that (Print Equipment Name & Model w/Serial No.) installed for the subject project has (have) been installed in a satisfactory manner, has (have) been satisfactorily tested, is (are) ready for operation, and that Owner assigned operating personnel have been suitably instructed in the operation, lubrieation, and care of the unit(s) on Date: Time:. . CERTIFIED BY:. DATE: (Signature of Manufacturer's Representative) OWNER'S ACKNOWLEDGEMENT OF MANUFACTURER'S INSTRUCTION I (we) the undersigned, authorized representatives of the and/or Plant Operating Personnel have received classroom and hands on instruction on the operation, lubrieation, and maintenance of the subject equipment and prepared to assume normal operational responsibility for the equipment: DATE: DATE: DATE: DATE: NCRWTP Modifications 024723 01030-12 August 1, 2000 NAME EOUIPMENT DATA SHEET NOMENCLATURE. LOCATIO~ MANUFACTUREK MANUFACTURER'S LOCAL REPRESENTATIVE ADDRESS. pHONE EQUIPMENT DATA Serial No. Lubricant the following: rpm. gpm Packing gland MANUFACTURER TDH ft. Model No. .Size_ If pump, complete Impeller diam. in. Material Seal ~ Serial No. Hertz _ Amps Horsepower Type Frame.~ Phase. Amps. Motor rpm Jnsulation class Service factor. Code letter Shaft end bearing no. Model No. Volts Rating Max. amb. Max. temp. rise NEMA design. Front bearing no. NCRWTP Modifications 024723 01030-13 August I, 2000 16g 1! DRIVE OR REDUCER DATA MANUFACTURER Model No. RPM In Ratio Lubricant MANUFACTURER Beatings HP RPM Out. Serial No. Serial No. Type Model No. * * * END OF SECTION * * * NCRWTP Modifications 024723 01030-14 Augu~ 1, 2000 SECTION 01092 APPLICABLE STANDARDS AND CODES 16C PART I - GENERAL 1.01 GENERAL Wherever reference is made to any published standards, codes, or standard specifications, it shall mean the latest standard code, specification, or tentative specification of the technical society, organization, or body referred to, which is in effect at the date of opening of bids. The following is a partial list of typical abbreviations which may be used in the Specifications, and the organizations to which they refer: AASHTO ACI ACIFS AFBMA AGA AGMA AIA AISC AISI AMCA ANSI API ASCE ASHRAE ASME ASTM AWI AWPA AWS AWWA BHMA CIPRA CRSI CSA DHI DOT American Association of State Highway and Transportation Officials American Concrete Institute American Cast Iron Flange Standards Anti-Friction Bearing Manufacturers Association American Gas Association American Gear Manufacturers Association American Institute of Architects American Institute of Steel Construction American Iron and Steel Institute Air Movement and Control Association American National Standard Institute American Petroleum Institute American Society of Civil Engineers American Society of Heating, Refrigeration, and Air Conditioning Engineers American Society of Mechanical Engineers American Society of Testing and Materials Architectural Woodwork Institute American Wood Preservers Association American Welding Society American Water Works Association Builder's Hardware Manufacturers Association Cast Iron Pipe Research Association Concrete Reinforcing Steel Institute Canadian Standards Association Door and Hardware Institute Florida Department of Transportation NCRWTP Modifications 024723 01092-1 August 1, 2000 EEl Fed Spec HI ICEA IEEE IPCEA ISO MSS NAAMM NAFM bIBS NCPI NEC NEMA NFPA NLMA NSF OSHA SAE SBC SItBI SSPC UL Edison Electric Institute Federal Specifications Hydraulic Institute Insulated Cable Engineers Association Institute of Electrical and Electronic Engineers Insulated Power Cable Engineers Association Insurance Service Offices Manufacturers Standardization Society National Association of Architectural Metal Manufacturers National Association of Fan Manufacturers National Bureau of Standards National Clay Pipe Institute National Electric Code National Electrical Manufacturers Association National Fire Protection Association National Lumber Manufacturers Association National Sanitation Foundation Occupational Safety and Health Act Society of Automotive Engineers Standards Standard Building Code Steel Heating Boiler Institute Steel Structures Painting Council Underwriters' Laboratories, Inc. CONTRACTOR shall, when required, furnish evidence satisfactory to the ENGINEER that materials and methods are in accordance with such standards where so specified. In the event any questions arise as to the application of these standards or codes, copies shall be supplied on site by the CONTRACTOR. PART 2 PRODUCTS - (NOT USED) PART 3 EXECUTION - (NOT USED) 1 * * * END OF SECTION * * * NCRWTP Modifications 01092-2 August 1, 2000 024723 SECTION 01152 APPLICATIONS FOR PAYMENT 1 PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit Applications for Payment to the OWNER in accord with the schedule established by Conditions of the Contract and Agreement Between owner and CONTRACTOR. 1.02 RELATED REQUIREMENTS The Contract Documents include, but axe not limited to, the following related requirements: A. Agreement Between OWNER and CONTRACTOR B. General Terms and Conditions of the Contract: Progress Payments, Retainages and Final Payment. C. Section 01310: Ct~nstrucfion Schedules. D. Section 01370: Schedule of Values. E. Section 01700: Contract Closeout. F. Section 01720: Project Record Documents. 1.03 FORMAT AND DATA REQUIRED A. Submit applications typed on forms provided by the OWNER, (see Exhibit D), with itemized data typed on 8-1/2 inch x 11 inch white paper continuation sheets. B. Provide itemized data on continuation sheet: 1. Format, schedules, line items and values: Those of the Schedule of Values accepted by the OWNER. C. Provide construction photographs in accordance with Section 01380. D. Provide updated progress construction schedule in accordance with Section 01310. NCRWTP 01152-1 August 1, 2000 024723 16g NCRW~'~ ~4~3 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Forms: 1. Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of a responsible officer of Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of Work, with item number and scheduled dollar value for each item. 2. Fill in dollar value in each column for each schedule line item when work has been performed or products stored. a. Round off values to nearest dollar, or as specified for Schedule of Values. 3. List each Change Order executed prior to date of submission, at the end of the continuation sheets. a. List by Change Order Number, and description, as for an original component item of work. 4. To receive approval for payment on component material stored on site, submit copies of the original paid invoices with the application for payment. 1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENT A. When the OWNER or the ENGINEER requires substantiating data, CONTRACTOR shall submit suitable information, with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For suitably stored products: a. Item number and identification as shown on application. 011.52-2 August 1, 2000 16g 1' b. Description of specific material. B. Submit one copy of data and cover letter for each copy of application. As a prerequisite for payment, CONTRACTOR is to submit a "Surety Acknowledgement of Payment Request" letter showing amount of progress payment which the CONTRACTOR is requesting. The CONTRACTOR is to maintain an updated set of drawings to be used as record drawings in accordance with Section 01720. As a prerequisite for monthly progress payments, the CONTRACTOR is to exhibit the updated record drawings for review by the OWNER and the ENGINEER. Refer to Article 8 of Exhibit H of the Agreement. The CONTRACTOR shall maintain a progress construction schedule in accordance with Section 01310. As a prerequisite for monthly progress payments, CONTRACTOR shall submit the progress construction schedule with the applications for progress payments. If the CONTRACTOR falls to submit the required progress schedule within the time prescribed, the ENGINEER may withhold approval of progress payment estimates until such time as the CONTRACTOR submits the required progress schedule. 1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in Section 01700-Contract Closeout. 1.07 SUBMrIWAL PROCEDURE A. Submit Applications for Payment to the OWNER at the times stipulated in the Agreement. B. Number: Six (6) copies of each Application. C. When the OWNER f'mds Application properly completed and correct, he will transmit certificate lfor payment to OWNER, with copy to CONTRACTOR. PART 2 - PRODUCTS (Not, Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP ~4~3 01152-3 August 1, 2000 SECTION 01153 ALLOWANCES 1 1.0 DESCRIPTION This section describes the basis of development and payment for related work items not covered by the Contract Documents (Drawings and Specifications). These items will be reimbursed under Bid Item 2. No payment will be made under this item except as authorized and negotiated by owner. 2.0 ALLOWANCE ITEMS The Contract Documents specify complete work elements, which shall be provided in full functional condition. Allowance items are extra work items requested by the Owner for inclusion in the Contract. It is intended that these allowance items will be additional work desired by the Owner to improve the operational efficiency, personal safety, and functional reliability of the facility. Allowances specifically exclude the following: Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. Losses and damages (and related expenses) caused by damage to the Work sustained by Contractor in connection with the performance and furnishing of the Work. 3.0 NEGOTIATION OF ALLOWANCE WORK ITEMS Each allowance work item will be negotiated separately, on a cost reimbursement or lump sum basis, as directed by the Owner. No work will be performed until negotiation is complete and a written authorization is provided by the Owner. The Owner may reject the allowance item at any time prior to authorization. NCRWTP Modifications 01153-1 August 2, 2000 024723 16g 1' 4.0 BASIS OF PRICING A. Contingency Allowances 1. Costs Included in Allowances Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Cost of material and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. Case discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. Trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. Payments made by Contractor to the Subcontractors for Work performed or furnished by Subcontractors. do Portion of necessary transportation, travel, and subsistence expenses of the Contractor's employees incurred in discharge of duties connected to Work. eo Cost, including transportation and maintenance, if materials, supplies, equipment, machinery, appliances, office and temporary facilities and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less that the market value of such items used but not consumed which remain the prepared of the Contractor. Rentals of construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance NCRWTP Modifications 01153-2 August 2, 2000 024723 with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or pa~ts shall cease when the use thereof is no longer necessary for the Work. go Sales, consumer, use or similar tax related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. Deposits lost for causes other than negligence of Contract, and Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. Costs Not Included in the Allowance a. The cost of utilities, fuel and sanitary facilities at the site. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. Cost of premiums for additional Bonds and insurance required because of changes in the Work. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership or sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the schedule of job classifications agreed upon by Owner and Contractor. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. fo Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. NCRWTP Modifications 01153-3 August 2, 2000 024723 16{] 1 Cost of premiums for Bonds and for insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same. Other overhead or general expenses costs of any kind and the costs of any item not specifically and expressly included in paragraph 4.0.A.1 "Costs Included in Allowances". B. FEE ALLOWANCES. Costs included in Fee Allowances: Contractor's price for fee application and handling shall be 15 percent of the fee charged by government or utility. Price for Each Allowance Item: Price for each allowance item shall be fee charged by applicable government authority of utility plus 15 percent. * * END OF SECTION * * NCRWTP Modifications 024723 01153-4 August 2, 2000 SECTION 01200 PROJECT MEETINGS 16[; PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. The ENGINEER shall schedule and administer a pre-construction meeting, periodic progress meetings, and specially called meetings throughout progress of the work. B. Representatives of CONTRACTORS, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The CONTRACTOR shall attend meetings to ascertain that work is expedited consistent with Contract Documents and construction schedules. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Instructions to Bidders. C. Section 01300: Submittals D. Section 01310: Construction Schedules. E. Section 01720: Project Record Documents. 1.03 PRE-CONSTRUCTION MEETING A. The Contractor shall prepare for and attend a preconstruction meeting in accordance with the General Conditions. NCRWTP Modifications 01200-1 August 2, 2000 024723 1.04 B. Attendance: 1. OWNER'S Representative. 2. ENGINEER and his professional consultants. 3. CONTRACTOR'S Superintendent. 4. Others as appropriate. PROGRESS MEETINGS A. Progress meetings shall be held approximately every 30 days with the first meeting 30 days after the pre-construction meeting or 30 days after the date of notice to Proceed. Informal progress meetings shall be held as required by progress of the work. The CONTRACTOR shall attend progress meetings and shall study previous meeting minutes and current agenda items, in order to be prepared to discuss pertinent topics such as deliveries of materials and equipment, progress of the work, etc. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCR WTP Modifications 024723 01200-2 August 2, 2000 SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 DESCRIPTION: A. This Section specifies the general methods and requirements of submissions applicable to the following work-related submittals: 1. Shop Drawings 2. Product Data 3. Samples 4. Mock Ups 5. Construction or Submittal Schedules B. Additional general submission requirements are provided in Section 8 of the General Conditions. C. Detailed submittal requirements are specified in the individual specification sections. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES: A. Shop Drawings: Shop drawings, as def'med in the General Conditions, and as specified in individual work Sections include, but are not necessarily limited to: custom- prepared data such as fabrication and erection/installation (working) drawings of concrete reinforcement, structural details and piping layout, scheduled information, setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and cert'ffications as applicable to the work. All shop and working drawings shall be prepared on standard size, 24-in. by 36-in. sheets, except those which are made by changing existing standard shop or working drawings. All shop drawings shall be submitted using the transmittal form furnished by the Engineer. NCRWTP Modifications 024723 01300-1 08/02/00 All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be incomplete or otherwise in error shall be returned to the subcontractors for correction before submission thereof. All details on shop drawings submitted for approval shall show clearly the relation of the various parts of the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. B. Product Data: Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances and applicability, roughing- in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational-range diagrams, production or quality control inspection and test reports and certifications and recommended spare-parts listing, and printed product warranties, as applicable to the Work. Samples: Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively-used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols, and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBILITIES: NCRWTP Modifications 024723 01300-2 08/02/00 Fo The Contractor shall review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications Each shop drawing, sample, and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the Contractor: "Certification Statement: by this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data, and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements." Shop drawings and product data sheets 11-in. X 17-in. and smaller shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide to the Engineer a copy of each submittal transmittal form for shop drawings, product data and samples at the time of submittal of said drawings, product data and samples to the Engineer. If a shop drawing shows any deviation from the requirements of the Contract Documents, the Contractor shall make specific mention of the deviations in the Transmittal Form furnished by the Engineer and provide a description of the deviations in a letter attached to the submittal. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have not responsibility therefor. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on- site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. Project work, materials, fabrication, and installation shall conform with approved shop drawings, applicable samples, and product data. NCRWTP Modifications 024723 01300-3 08/02/00 1.04 SUBMISSION REQUIREMENTS: A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. The Engineer review period shall be no later than 28 days after the date of receipt. The submittal will be returned to the Contractor with the appropriate notations. Instruction books and reference data submittals will be reviewed by Engineer for general content but not for substance. Co Initial submittals returned to the Contractor without review, for correction and resubmittal, shall be completed within 10 days after receipt or notification from Engineer, whichever occurs first. Resubmittal reviews by the Engineer shall be no laterthan21 days. A maximum of two resubmittals will be allowed. For additional resubmittals, a charge of $250 will be assessed, and deducted from the monthly progress payment. D. Number of submittals required: Shop Drawings: Unless otherwise stated in the respective Specifications Sections, submit six (6) copies. Product Data: Unless otherwise stated in the respective Specifications submit six (6) copies. 3. Samples: Submit the number stated in the respective Specification Sections. E. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contractor ident'ffication. 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number, page and paragraph(s). 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Ident'ffication of deviations from Contract Documents. NCRWTP Modifications 01300-4 08/02/00 024723 1! 1.05 10. Identification of revisions on resubmittals. Each shipment of drawings shall be accompanied by a transmittal form furnished by the Engineer giving a list of the drawing numbers and the names mentioned above. REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES: The Engineer's review is for general conformance with the design concept and contract drawings. Markings or comments shall not be construed as relieving the Contractor from compliance with the contract plans and specifications or from departures therefrom. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. B. The review of shop drawings, data, and samples will be general. They shall not be construed: 1. as permitting any departure from the Contract requirements; 2. as relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; 3. as approving departures from details furnished by the Engineer, except as otherwise provided herein. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for performance, the Engineer may return the reviewed drawings without noting an exception. · Engineer's review action stamp, appropriately completed, will appear on all Compliance Submittals of Contractor when returned by Engineer. Review status designations listed on Engineer's action stamp are defined as follows: 1. NO EXCEPTIONS TAKEN. Signifies equipment or material represented by the submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be transmitted to Engineer for final distribution. NCRWTP Modifications 024723 01300-5 08/02/00 MAKE CORRECTIONS NOTED. Signifies equipment or material represented by the submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the work in accordance with Engineer's notations. Contractor is to proceed with fabrication or procurement of the items and with related work in accordance with Engineer's notations and is to submit a revised submittal responsive to notations. 3. AMEND AND RESUBMIT. Signifies equipment or material represented by the submittal appears to conform with the design concept and comply with the intent of the Contract Documents but information is either insufficient in detail or contains discrepancies which prevent Engineer from completing his review. Contractor is to resubmit revised information responsive to Engineer's annotations on the returned submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the submittal and related Work is not to proceed until the submittal is acceptable. 4. ~CTED. Signifies equipment or material represented by the submittal does not conform with the design concept or comply with the intent of the Contract Documents and is disapproved for use in the Work. Contractor is to submit compliance submittals responsive to the Contract Documents. Three copies of shop drawings or product data will be returned to the Contractor via First Class United States Postal Service. Samples will not be returned. Submittals will be returned to the Contractor under one of the action codes indicated and defined on the transmittal form furnished by the Engineer. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing, on the letter of transmittal and on resubmitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shah be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. G. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals not complete will NCRWTP Modifications 024723 01300-6 O8/O2/O0 be returned to the Contractor, and will be considered "Rejected" until resubmitted. The Engineer may at his option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.06 DISTRIBUTION: A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer. 1.07 GENERAL PROCEDURES FOR SUBMITTALS: Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will not be delayed by processing times including disapproval resubmittal (if required), coordination with other submittals, testing, purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 1.08 CERTIFICATF_3 OF COMPLIANCE: Certificates of Compliance specified in these Specifications shall include and mean certificates, manufacturer's certificates, certified copies, letters of certification and certificate of materials. The Contractor shall be responsible for providing Certificates of Compliance requested and specified in the technical specifications. Certificates are required for demonstrating proof of compliance with specification requirements and shall be executed in 7 copies unless otherwise specified. Each certificate shall be signed by an official authorized to certify on behalf of the manufacturing NCRWTP Modifications 024723 01300-7 08/02/00 16C 1' company and shall contain the name and address of the Supplier, the project name and location, and the quantity and date or dates of shipment or delivery to which the certificates apply. Copies of laboratory test results submitted with certificates shall contain the name and address of the testing laboratory and the date or dates of the tests to which the report applies. Certification shall not be construed as relieving the Supplier from furnishing satisfactory material, if after tests are performed on selected samples, the material is found not to meet the specific requirements. * * END OF SECTION * * NCRWTP Modifications 024723 O1300-8 08/02/00 SECTION 01310 CONSTRUCTION SCHEDULE 1 PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Within fourteen days after the Notice to Proceed, prepare and submit to the ENGINEER an estimated network construction progress schedule for the work. B. Submit revised progress schedules on a monthly basis. C. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. 1.02 FORM OF NETWORK SCHEDULE A. Prepare schedules in the form of a bar chart. 1. Time scale shall be in weeks from start of construction and shall identify the first work day of each week for each event. 2. Scale and spacing shall be adequate to allow space for notations and future revisions. 1.03 CONTENT OF SCHEDULES A. Construction Progress Network Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates for scheduled start and latest completion, a single duration expressed in working days, and total float of each major element of construction. This schedule shall specifically list, but shall not be limited to: a, Construction activities b. The submittal and approval of samples of materials and shop drawings c. The procurement of materials and equipment NCRWTP Modifications 01310-1 August 2, 2000 024723 d. Installation e. Testing f. Restoration g. Startup h. "As-Built" record drawings i. Punch list 1.04 PROGRESS REVISIONS A. Progress shall be updated monthly by the Contractor. Indicate progress of each activity to date of submission by shading a portion of the CPM schedule and showing percentage of completion. Show actual percentage of completion for each item as of the 20th day of each month. B.Show changes occurring since previous submission of schedule: 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. The CONTRACTOR shall provide a narrative report defining: 1. Problem areas, anticipated delays, reasons for delay and the impact on the schedule. 2. Corrective action recommended, and its effect. 3. The effect of changes on schedules of other Contractors. 1.05 SUBMISSIONS A. Submit initial schedule to the ENGINEER within ten (10) days after the Notice to Proceed. NCR WTP Modifications 01310-2 August 2, 2000 024723 16C 1 1. The ENGINEER will review schedules and return review copy within seven (7) days after receipt. 2. If required, resubmit within seven (7) days after return of review copy. B. Submit four (4) copies of revised monthly progress schedules and narrative reports with that month's application for payment. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP Modifications 01310-3 August 2, 2000 024723 SECTION 01370 SCHEDULE OF VALUES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit to the OWNER for review a Schedule of Values allocated to the various portions of the Work, within 21 days after the Notice to Proceed. B. Upon request of the OWNER, support the values with data which will substantiate their correctness. C. The approved Schedule of Values, shall be used only as the basis for the Contractoffs Applications for Payment. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limit~l to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 01152: Application for Payment. FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-1/2 inch x 11 inch forms provided by the Owner (see Exhibit D); Contractor's standard forms and automated printout will be considered for approval by the OWNER upon Contractor's request. Identify schedule with: 1.03 1. Title of Project and location. 2. Engineer and Project number. 3. Name and Address of Contractor. 4. Contract designation. NCRWTP Modifications 024723 01370-1 August 1, 2000 5. Date of submission. B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Identify each line item with the number and title of the respective major section of the specifications. D. For each major line item list sub-values of major products or operations under the item. E. For the various portions of the Work: 1. Each item shall include a directly proportional amount of the Contractor's overhead and profit. 2. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded, with taxes paid. Paid invoices are required for materials upon request by the OWNER. b. The total installed value. F. The sum of all values listed in the schedule shall equal the total Contract Sum. SUBSCHEDULE OF UNIT MATERIAL VALIdES A. Submit a sub-schedule of unit costs and quantifies for: 1. Products on which progress payments will be requested for suitably stored products. B. The form of submittal shall parallel that of the Schedule of Values, with each item identified the same as the line item in the Schedule of Values. C. The unit quantity for bulk materials shall include an allowance for normal waste. D. The unit values for the materials shall be broken down into: NCRWTP Modifications 01370-2 Augu, tt 1, 2000 024723 PART 2 - PRODUCTS PART 3 - EXECUTION 1. Cost of the material, delivered and unloaded at the site, with taxes paid. 2. Copies of paid invoices for component material shall be included with the payment request in which the material first appears. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the Schedule of Values. (Not Used) (Not Used) * * * END OF SECTION * * * NCRWTP Modifications 024723 01370-3 August 1, 2000 SECTION 01410 TESTING SERVICES 16C PART 1 - GENERAL 1.01 WORK INCLUDED Ao The CONTRACTOR shall employ and pay for the services of a qualified commercial independent testing laboratory acceptable to the ENGINEER and the OWNER to perform specified services. B. Inspection, sampling, and testing is required for, but not limi~l to, the following: 1. Trench excavation and backfill. 2. Concrete testing. 3. Additional quality checks as required by the ENGINEER. C. Employment of a testing laboratory shall in no way relieve the CONTRACTOR of his obligation to perform work in accordance with the Contract. PART- 2 PRODUCTS 2.01 SUBMrlTALS A. Submit six copies of reports of inspections and tests to ENGINEER promptly upon completion of inspections and tests, including: 1. Date issued. 2. Project title and ENGINEER's job number. 3. Testing lab6ratory name and address. 4. Name and signature of inspector. 5. Date of inspection or sampling. 6. Record of temperature and weather. 7. Date of test. 8. location of inspection or test. 9. Identification of product and specification section. i0. Type of inspection or test. 11. Observations regarding compliance with the Contract NCRWI'P Modifications 024723 01410-1 August 1, 2000 16C 1 Documents. B. This report shall be signed and sealed by a Registered Professional ENGINEER, licensed in the State of Florida, and qualified to perform such services. PART - 3 - EXECUTION 3.01 LABORATORY DUTIES - LIMITATIONS OF AUTHORITY A. Cooperate with the ENGINEER and CONTRACTOR, provide qualified personnel promptly on notice. B. Perform specified inspections, sampling, and testing of materials and methods of construction: 1. Comply with specified standards, ASTM, other recognized standards authorized and as specified. 2. Ascertain compliance with requirements of Contract Documents. C. Notify the ENGINEER and CONTRACTOR immediately of irregularities or deficiencies of work which are observed during performance of services. D. Perform additional services as required by the ENGINEER. E. Payment for trench excavation and backfill and surface restoration will not be made until the six copies of the reports are received by the ENGINEER. * * * END OF SECTION * * * NCRWTP Modifications 01410-2 Augua't 1, 2000 024723 16g 1' SECTION 01450 ENVIRONMENTAL PROTECTION PART 1 - GENERAL 1.01 GENERAL The CONTRACTOR shall maintain all work areas within and outside the project boundaries free from environmental pollution which would be in violation to any federal, state, or local regulations. 1.02 PROTECTION OF SEWERS Take adequate measures to prevent the impairment of the operation of the existing sewer system. Prevent constraction material, pavement, concrete, earth, or other debris from entering a sewer or sewer structure. 1.03 PROTECTION OF WATERWAYS/WETLANDS The CONTRACTOR shall observe the rules and regulations of the State of Florida and agencies of the United States Government prohibiting the pollution of stream or river waters by the dumping of any refuse, rubbish, or debris therein. Likewise, the CONTRACTOR shall not perform work within wetland areas nor disturb or cut mangrove vegetation without obtaining all necessary permits from local, state, or federal agencies. Permits to work in wetland areas or cut mangroves shall be obtained by CONTRACTOR at his sole expense. All sewage flow, including storm water flow, interfering with construction and requiring diversion, shall be diverted to sewers leading to water pollution control plants and shall not be directed to any waterway. The CONTRACTOR shall not cause or permit ~ny action to occur which would cause an overflow to an existing waterway. Prioi to commencing excavation and construction, the CONTRACTOR shall submit for approval, and obtain OWNER'S approval thereof, of detail~d plans showing how he intends to handle and dispose of sanitary, groundwater, and storm water flow. By approving the plan, the OWNER does not accept any responsibility for the adequacy thereof nor for any damages to public or private property resulting therefrom, such responsibilities remaining with the CONTRACTOR. NCRWI'P Modifications 024723 01450-1 August 1, 2000 The CONTRACTOR shall be responsible for providing holding ponds or an approved method which will handle, carry through, or divert around his work all flows, including storm flows, so as to prevent excessive silting of waterways or flooding damage to the property. 1.04 DEWATERING Ao The CONTRACTOR shall construct, maintain, and operate all cofferdams, channels, flume drain, sumps, pumps, and/or other temporary diversion and protection works, shall furnish all materials required therefore, and shall furnish, install, maintain, and operate all necessary pumping and other equipment for the environmentally safe removal and disposal of water from the various parts of the work and for maintaining the foundations and other parts of the work free from water. gw The CONTRACTOR'S method for removing water from excavations shall be subject to the approval of the ENGINEER. Where an excavation extends below the water table, dewatering shall be accomplished in a manner that will prevent loss of fines from the foundation, will maintain stability of the excavated slopes and bottom of the excavation, and will result in all construction operations being performed in the dry. The use of a sufficient number of properly screened wells or other equivalent methods will be approved for dewatering. The CONTRACTOR will also be required to control seepage along the bottom of the excavation, which may require ditches and pipe drains leading to sumps from which the water shall be pumped. The CONTRACTOR shall obtain and pay for any and all permits which may be required for the removal and disposal of water from his dewatering operation. 1.05 PROTECTION OF AIR QUALITY The air pollution likely to occur due to construction operations shall be minimized by wetting down bare soils during windy periods, requiring the use of properly operating combustion emission control devices on construction vehicles and equipment used by contractors, and by encouraging the shutdown of motorized equipment not actually in use. B. Trash burning will not be permitted on the construction site. NCRWTP Modification~ 024723 01450-2 August 1, 2000 1.06 CONSTRUCTION NOISE CONTROL The CONTRACTOR shall conduct all his work, use appropriate construction methods and equipment, and furnish and install acoustical barriers, all as necessary so that no noise emanating from the process or any related tool or equipment will exceed legal noise levels. The CONTRACTOR shall submit to the ENGINEER his plans to mitigate the construction noise impacts and to comply with the noise criteria specified herein, including the method of construction, the equipment to be used, and acoustical treatments if necessary. PART 2 - PRODUCTS (Not Used) PART 3 ~ EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP Modifications 024723 01450-3 August 1, 2000 SECTION 01500 TEMPORARY FACILITIES PART 1 - GENERAL 1.01 GENERAL The CONTRACTOR shall provide all temporary facilities necessary for the proper completion of the work, as necessary and as specified. These shall include electrical power, ventilation, sanitary facilities and telephone service. The CONTRACTOR shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the work. Such facilities shall comply with regulations and requirements of the National Electrical Code, OSHA, Florida Power and Light, and applicable Federal, State and local codes, etc. 1.02 TEMPORARY POWER The CONTRACTOR shall arrange with Florida Power and Light (FP&L) for construction period service and pay all costs for the work and power. The CONTRACTOR shall arrange and pay for a separate feeder to supply power from off-site directly from FP&L service to the CONTRACTOR's temporary power system. In addition to providing for a safe construction period distribution system the CONTRACTOR shall provide a safe and adequate artificial lighting system for work areas which do not have sufficient natural light. Temporary lighting shall be maintained during~ non-working periods if the area is subject to access by the public or plant personnel. 1.03 TEMPORARY WATER The Owner will supply all water used for construction, flushing, testing and temporary sanitary fac'dities. The CONTRACTOR shall provide and maintain all pip'rag, fittings, adapters, and valving required. It is the CONTRACTOR's responsibility to arrange through the County's plant personnel for locations of water connections. 1.04 TEMPORARY VENTILATION The CONTRACTOR shall provide and maintain adequate ventilation for a safe working environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of,dust, gases or vapors. NCRWTP Modifications 024723 01500-1 August 1, 2000 1.06 TEMPORARY SANITARY FACILITIES The CONTRACTOR shall provide and maintain adequate and clean sanitary facilities for the construction work force and visitors. The facilities shall comply with local codes and regulations and be situated at approved locations. 1.07 TEMPORARY TELEPHONE SERVICE A. The CONTRACTOR shall provide for telephone services for his own operations including arranging and paying for separate feeder(s) from off-site as required. 1.08 SECURITY The CONTRACTOR shall employ watchmen and security guards to protect the job site against vandalism, burglary, theft, trespassing, etc. The CONTRACTOR shall care for and protect against loss or damage of all material to be incorporated in the construction, the existing plant structures, equipment and materials for the duration of the Contract and shall repair or replace damaged or lost materials and damage to structures. B. The CONTRACTOR shall be responsible for providing, maintaining and securing gates used for construction purposes for the duration of the project. 1.09 ACCESS TO THE SITE A. Access to the site which is required by the CONTRACTOR for his operations shall be obtained and maintained by the CONTRACTOR at his expense. Traffic routes between storage areas and construction sites shall be maintained in good condition, clear of all materials, equipment, excavated materials, etc., for the duration of the contract. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not. Used) * * * END OF SECTION * * * NCRWTP Modifications 01500-2 024723 August 1, 2000 SECTION 01505 CONTROL OF WORK PART 1 - GENERAL 1.01 PLANT The CONTRACTOR shall furnish personnel and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Proposal. If at any time such personnel appears to the ENGINEER to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, he may order the CONTRACTOR to increase the efficiency, change the character or increase the personnel and equipment, and the CONTRACTOR shall conform to such order. Failure of the ENGINEER to give such order shall in no way relieve the CONTRACTOR of his obligations to secure the quality of the work and rate of progress required. 1.02 PRIVATE LAND A. The CONTRACTOR shall not enter or occupy private land outside of easements, except by permission of the OWNER. 1.03 PIPE LOCATIONS A. Pipelines shall be located substantially as indicated on the Drawings, but the ENGINEER reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the CONTRACTOR's convenience and does not relieve him from laying and jointing different or additional items where required. 1.04 OPEN EXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. The CONTRACTOR shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by NCRW'TP Modifications 01505-1 August 1, 2000 024723 pedestrians and workmen. Bridges provided for access to private property during construction shall be removed when no longer required. The length of open trench will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the ENGINEER. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the ENGINEER may require special construction procedures such as limiting the length of open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. Bo The CONTRACTOR shall take precautions to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. 1.05 TEST PITS A. Test pits for the purpose of locating underground pipeline or structures in advance of the construction shall be excavated and backfilled by the CONTRACTOR at the direction of the ENGINEER. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the ENGINEER. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.01 COOPERATION WITHIN THIS CONTRACT A. All firms or persons authorized to perform any work under this Contract shall cooperate with the CONTRACTOR and his subcontractors or trades, and shall assist in incorporating the work of other trades where necessary or required. Cuffing and patching, drilling and fitting shall be carried out where required by the trade or subcontractor having jurisdiction, unless otherwise indicated herein or directed by the ENGINEER. 3.02 PROTECTION OF CONSTRUCTION AND EQUIPMENT A. All newly constructed work shall be carefully protected from injury in any way. No wheeling or walking or placing of heavy loads on it shall be allowed and all portions injured shall be reconstructed by the CONTRACTOR at his own expense. NCRWTP Modifications 01505-2 August I, 2000 024723 1' All structures shall be protected in a manner approved by the ENGINEER. Should any of the floors Or other parts of the structures become heaved, cracked or otherwise damageA,, all such damaged portions of the work shall be completely repaired and made good by the CONTRACTOR at his own expense and to the satisfaction of the ENGINEER. If, in the final inspection of the work, any defects, faults or omissions are found, the CONTRACTOR shall cause the same to be repaired or removed and replaced by proper materials and workmanship without extra compensation for the materials and labor required. Further, the CONTRACTOR shall be fully responsible for the satisfactory maintenance and repair of the construction and other work undertaken herein, for at least the guarantee period described in the Contract. Further, the CONTRACTOR shall take all necessa~ precautions to prevent damage to any structure due to water pressure during and after construction and until such structure is accepted and taken over by the OWNER. * * * END OF SECTION * * * NCRWTP Modifications 024 723 01505-3 August 1, 2000 16C 1' SECTION 01520 CONSTRUCTION AIDS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain required construction aids, remove on completion of Work. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work. PART 2 - PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.02 CONSTRUCTION AIDS A. Provide construction aids and equipment required by personnel and to facilitate execution of the Work; Scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes and other such facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. B. When permanent stair framing is in place, provide temporary treads, platforms and railings, for use by construction personnel. C. Maintain facilities and equipment in first-class condition. PART 3 - EXECUTION 3.01 PREPARATION A. Consult with the ENGINEER, review site conditions and factors which affect construction procedures and construction aids, including adjacent properties and 01520-1 August 1, 2000 NCRWTP Modifications 024723 3.02 3.03 public facilities which may be affected by execution of the work. GENERAL A. B. 16{; Comply with applicable requirements specified in other sections. Relocate construction aids as required by progress of construction, by storage or work requirements, and to accommodate legitimate requirements of OWNER and other contractors employed at the site. REMOVAL A. Completely remove temporary materials, equipment and services: 1. When construction needs can be met by use of permanent construction. 2. At completion of work. B. Clean and repair damage caused by installation of or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes, and clean the area. C. Restore permanent facilities used for temporary purposes to specified condition or in kind if not specified. * * * END OF SECTION * * * 1 NCRWTP Modification~ 01520-2 024723 August 1, 2000 SECTION 01590 FIELD OFFICES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary field offices for the CONTRACTOR during entire construction period. B. Furnish, install and maintain storage and work sheds needed for construction. C. At completion of work, remove field offices, sheds and contents. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 01010: Summary of Work. C. Section 01510: Temporary Utilities. D. Section 01600: Material and Equipment. 1.03 OTHER REQUIREMENTS A. Prior to installation of offices, consult with the ENGINEER and OWNER on location, access and relat~l facilities. 1.04 REQ~S FOR FACILITIES A. Construction: 1. Structurally sound, weather-tight, with floors raised above ground. NCRWTP Modifications 01590-1 024723 August 1, 200o 2. Temperature Wansmission resistance: Compatible with occupancy and storage requirements. 3. At CONTRACTOR's option, portable or mobile buildings may be used. a. Mobile trailers, when used, shall be modified for office use. b. Do not use mobile trailers for living quarters. B. CONTRACTOR's Office and Facilities: 1. Size: As required for general use and provide space for project meetings. 2. Lighting and temperature control: As required for size and location. 3. Telephone: One direct line instrument. 4. Racks and files for Project "As-Built" Record Documents. 5. Other furnishings: CONTRACTOR's option. 6. One 10 inch (250 mm) outdoor-type thermometer. D. The CONTRACTOR shall make all provisions and pay all installations and other costs for the CONTRACTOR's construction office in order to provide telephone service, power service, exterior lights, and any local code and OSHA requirements. The CONTRACTOR shall pay all monthly charges for the various services provided to the CONTRACTOR's office throughout the construction period. 1.05 USE OF PERMANENT FACILITIES A. Permanent facilities shall not be used for field offices or for storage. PART 2 - PRODUCTS 2.01 MATERIALS, EQUIPMENT, FURNISHINGS A. May be new or used, but must be serviceable, adequate for required purpose, and must not violate applicable codes or regulations. NCRWTP Modifications 01590-2 024723 August 1, 2000 PART 3 - EXECUTION 3.01 PREPARATION A. Fill and grade sites for temporary structures to provide surface drainage. 3.02 INSTALLATION A. Construct temporary field offices on proper foundations, provide connections for utility services. 1. Secure portable or mobile buildings when used. 2. Provide steps and landings at entrance doors. B. Mount thermometer at convenient outside location, not in direct sunlight. C. Locate construction office facilities at the location approved by the OWNER within the project. D. Field office shall be equipped and ready for use within 15 days of notice to proceed. 3.03 MAINTENANCE AND CLEANING A. Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment and services. Furnish, replace, and replenish light bulbs, fluorescent tubes, toilet tissue, paper towels, soap, bottled water, and other things required to maintain the office in a clean condition. Wash floor and clean washroom fuxtures at least once each week. Wash windows when needed or When requested by ENGINEER. Sweep floor and dust furnishings daily. D. Maintain office f~r duration of project and for 30 days beyond project completion NCR~TP Modifications 01590-3 August 1, 2000 024723 REMOVAL A. Remove temporary field offaces, contents and services at a time when no longer needed. B. Remove foundations and debris; grade site to required elevations and clean the * * * END OF SECTION * * * NCRWTP Modifications 01590-4 August 1, 2000 024 723 16[; 1' SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Material and equipment incorporated into the Work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the ENGINEER. 3. Manufactured and Fabricated Products: ao Design, fabricate and assemble in accord with the best engineering and shop practices. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. B. All components in:contact with drinking water or drinking water treatment chemicals (except components that will come with raw water prior to its treatment by reverse osmosis) shall conform with American National Standards Institute (ANSI)/NSF International (NSF) Standard 61. NCRWTP Modifications 01600-1 August 1, 2000 024723 1.02RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 01010: Summary of Work. C. Section 01030: Special Project Procedures. D. Section 01300: Submittals E. Section 01710: Cleaning. F. Section 01730: Operating and Maintenance Data. G. Section 01740: Warranties and Bonds. 1.03APPROVAL OF MATERIALS Only new materials and equipment shall be incorporated in the work. All materials and equipment furnished by the CONTRACTOR shall be subject to the inspection and approval of the ENGINEER. No material shall be delivered to the work without prior approval of the ENGINEER. Within 30 days after the Notice to Proceed, the CONTRACTOR shall submit to the ENGINEER, data 'relating to materials and equipment he proposes to furnish for the work. Such data shall be in sufficient detail to enable the ENGINEER to identify the particular product and to form an opinion as to its conformity to the specification. Fac'fiifies and labor for handling and inspection of all materials and equipment shall be furnished by the CONTRACTOR. If the ENGINEER requires, either prior to beginning or during the progress of the work, the CONTRACTOR shall submit samples of materials for such special tests as may be necessary to demonstrate that they conform to the specifications. Such samples shall be furnished, stored, packed, and shipped as directed at the CONTRACTOR's expense. Except as otherwise noted, the OWNER will make arrangements for and pay for the tests. D. The CONTRACTOR shall submit data and samples sufficientiy early to permit consideration and approval before materials are necessary for incorporation in the NCRWTP Modification~ 01600-2 August 1, 2000 024723 work. Any delay of approval resulting from the CONTRACTOR's failure to submit samples or data promptly shall not be used as a basis of claim against the OWNER or the ENGINEER. E. In order to demonstrate the proficiency of workmen or to facilitate the choico among several textures, types, finishes, and surfaces, the CONTRACTOR shall provide such samples of workmanship or finish as may be required. F. The materials and equipment used on the work shall correspond to the approved samples or other data. 1.04 MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including five copies to the ENGINEER. 1. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions a~nd in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, ~nsult with ENGINEER for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.05 TRANSPORTATION AND HANDLING A. Arrange deliveries of Products in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. 1. Deliver ProdUcts in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. NCRWTP Modifications 01600-3 024723 A~%~ 1, 2000 o Immediately on delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that Products are properly protected and undamaged. B. Provide equipment and personnel to handle Products by methods to prevent soiling or damage to Products or packaging. 1.06 STORAGE AND PROTECTION The CONTRACTOR shall furnish a covered, weather-protected storage structure providing a clean, dry, noncorrosive environment for all mechanical equipment, valves, architectural items, electrical and instrumentation equipment, and special equipment to be incorporated into this project. Storage of equipment shall be in strict accordance with the "instructions for storage" of each equipment supplier and manufacturer including connection of heaters, placing of storage lubricants in equipment, etc. Corroded, damaged or deteriorated equipment and parts shall be replaced before acceptance of the project. Equipment and materials not properly stored will not be included in a payment estimate. B. Store Products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather-tight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings, provide adequate ventilation to avoid condensation: 4. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. C. All materials and equipment to be incorporated in the work shall be handled and stored by the CONTRACTOR before, during, and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. D. Cement, sand and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural and miscellaneous steel, and NCRWTP Modifications 01600.4 August 1, 2000 024723 reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast concrete members shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, chipping, cracking, and spalling to a minimum. All materials which, in the opinion of the ENGINEER, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the Work, and the CONTRACTOR shall receive no compensation for the damaged material or its removal. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored Products to assure that Products are maintained under specified conditions, and free from damage or deterioration. G. Protection After Installation: Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove covering when no longer needed. The CONTRACTOR shall be responsible for all material, equipment, and supplies sold and delivered'to the OWNER under this Contract until final inspection of the Work and acceptance thereof by the OWNER. In the event any such material, equipment, and supplies are lost, stolen, damaged, or destroyed prior to final inspection and acceptance, the CONTRACTOR shall replace same without additional cost to the OWNER. Should the CONTRACTOR fail to take proper action on storage and handling of equipment supplied under this Contract within seven days after written notice to do so has been given, the OWNER retains the right to correct all deficiencies noted in previously transmitted written notice and deduct the cost associated with these corrections from the CONTRACTOR's Contract. These costs may be comprised of expenditures for labor, equipment usage, administrative, clerical, engineering and any other costs associated with making the necessary corrections. The CONTRACTOR shall have the option of using the new water storage tank area for a storage area until such area is required for construction activities. It is suggested the storage tank construction be conducteA at a later time in construction. Alternate storage areas are the responsibility of the CONTRACTOR. NCRWTP Modifications 024723 0160O-5 August 1, 2000 1.07 SPECIAL TOOLS A. Manufacturers of equipment and machinery shall furnish any special tools (including grease guns or other lubricating devices) required for normal adjustment, operations and maintenance, together with instructions for their use. The CobrrRACTOR shall preserve and deliver to the OWNER these tools and instructions in good order no later than ten (10) days prior to plant start-up. 1.08 STORAGE AND HANDLING OF EQUIPMENT ON Srrii A. Special attention shall be given to the storage and handling of equipment on site. As a minimum, the procedure outlined below shall be followed: Equipment shall not be shipped until approved by the ENGINEER. The intent of this requirement is to reduce on-site storage time prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the ENGINEER unless it is to be stored as specified in paragraph 1.06 herein upon arrival.. Operation and maintenance data as described in Paragraph 1.08 of Section 01730 shall be submitted to the ENGINEER for review prior to shipments of equipment. All equipment having moving parts such as gears, electrical motors, etc. and/or instruments shall be stored in a temperature and humidity controlled building approved by the ENGINEER, until such time as the equipment is to be installed. 3. All equipment shall be stored fully lubricated with oil, grease, etc. unless otherwise instructed by the manufacturer. Manufacturer's storage instructions shall be carefully studied by the CONTRACTOR and reviewed with the ENGINEER by him. These instructions shall be carefully followed and a written record of this kept by the CONTRACTOR. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal to metal ~welding~. Upon installation of the equipment, the CONTRACTOR shall start the equipment, at least half load, once weekly for an adequate period of time to insure that the equipment does not deteriorate from lack of use. NCRWTP Modifications 024723 01600-6 August 1, 2000 16g 1! Lubricants shall be changed upon completion of installation and as frequenfiy as required thereafter during the period between installation and acceptance. Mechanical equipment to be used in the Work, if stored for longer than ninety (90) days, shall have the bearings cleaned, flushed and lubricated prior to testing and startup, at no extra cost to the OWNER. Prior to acceptance of the equipment, the CONTRACTOR shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally .affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the CONTRACTOR's expense. 1.09 WARRANTY A. For all major pieces of equipment, submit a warranty from the equipment manufacturer as specified in Section 01740. 1.10 SPARE PARTS A. The CONTRACTOR shall collect and store all spare parts so required in an area to be designated by the ENGINEER. In addition, the CONTRACTOR shall furnish to the ENGINEER an inventory listing all spare parts, the equipment they are associated with, the name and address of the supplier, and the delivered cost of each item. Copies of actual invoices for each item shall be furnished with the inventory to substantiate the delivered cost. CONTRACTOR shall deliver the spare parts to the OWNER not later than ten (10) days prior to plant start-up. 1.11 GREASE, OIL AND FUEL All grease, oil, and fuel required for testing of equipment shall be furnished with the respective equipment. The OWNER shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer. The CONTRACTOR shall be responsible for changing the oil in all drives and intermediate drives of each mechanical equipment after initial break-in of the equipment, which in no event shall be any longer than three weeks of operation. NC~WTP M~tifications 024723 01600-7 August 1, 2000 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP Modifications 01600-8 024723 August 1, 2000 16C 1 SECTION 01610 INSTALLATION, TESTING AND STARTUP SERVICES PART 1 - GENERAL 1.01 DESCRIPTION The Contractor shall supply the on-site services of manufacturers' representatives during construction and startup of equipment. A minimum of two trips will be required during startup of equipment. B. The Contractor shall include and pay all costs for suppliers/manufacturers' services rendered in startup of the facility. C. The Contractor shall include and pay all costs for other suppliers/manufacturers' services rendered. D. The Contractor shall perform all tests with the supervision of the manufacturer's representative. PART 2 - PRODUCTS 2.01 TESTING GAGES, METERS, RECORDERS AND MONITORS: Gages, meters, recorders and monitors shall be provided by the Contractor as required by the Engineer to supplement or augment the instrumentation system provided under this contract to properly demonstrate that all equipment fully satisfies the requirements of this project manual. All instruments shall be recently calibrated, and the Contractor shall be prepared at all times to demonstrate, through recalibration, the uncertainty of all instruments employed for testing purposes. Calibration procedures shall be in accordance with applicable standards ofASTM, ISA and IEEE. The adequacy of all gages, meters, recorders and monitors shall be subject to review of the Engineer. RECORDS: The Contractor shall provide sign-off forms for all installed and operational testing to be accomplished under this contract. The Contractor shall maintain a master file of all equipment sign-off sheets, which shall be available for inspection by the Engineer. Upon completion of testing, the Contractor shall furnish the Engineer with the original and two copies of the sign-off sheet for each equipment item. 01610-1 08/01/00 NCRWTP Modifications 024723 PART 3.01 A. 16C 3 -EXECUTION INSTALLATION SERVICES Competent and experienced technical representatives of manufacturers of all equipment and systems shall be provided as necessary to resolve assembly to installation procedures which are attributable to, or associated with the equipment furnished. After installation of the equipment/system has been completed and the equipment/system is presumably ready for operation, but before it is operated by others, the manufacturer's representative shall inspect, operate, test, and adjust the equipment/system so equipment/system conforms to specifications and manufacturer's requirements. The inspection shall include, but not be limited to, the following points as applicable: 1. Soundness (without cracked or otherwise damaged parts). 2. Completeness in all details, as specified. 3. Correctness of setting, alignment, and relative arrangement of various parts. 4. Adequacy and correctness of packing, sealing, and lubricants. The operation, testing and adjustment shall be as required to prove that the equipment is left in proper condition for satisfactory operation under the conditions specified. Not later than four days prior to training session, as specified in Section 01610, Paragraph 3.05, the Contractor shall provide the Engineer with three copies of the following for approval: 1. Manufacturer's representatives shall certify the following for each piece of equipment or each system installed in the work: a. That the equipment is installed per the contract specifications. b. That nothing in the installation shall void the warranty. c. That the equipment, as installed, is ready to be operated by others. Use "Certificate of Installation Services" form provided with this section and furnish Engineer with three copies for approval. I NCRWTP Modifications 01610-2 08/01/00 024723 Submit a detailed report by the manufacturer's representative, for approval by the Engineer, of the startup services performed. The report shall include, but not be limited to such items as: a. Results of his inspection and operation; quantitative and/or qualitative, as specified. b. Description of calibration and adjustments. c. Description of any parts replaced and why replaced. d. Type, brand name and quantity of lubricant used, if any. e. General condition of equipment. £ Description of any problems encountered and his corrective action. g. Any special instructions left with the Contractor or Engineer. h. Suggestions for precautions to be taken to ensure proper maintenance. The report must be approved before startup. After the Engineer has approved the reports from the manufacturer's representatives, the Contractor shall make arrangements to have the manufacturer's representatives present when the field acceptance tests are made. 3.02 TESTING: All materials, equipment, and work provided in this contract shall be tested and inspected to prove compliance with the contract requirements. The work shall include the equipment supplied by others but installed and/or connected by the Contractor. Unless otherwise specified, all costs of testing, including temporary facilities and connections, shall be borne by the Contractor. For the purpose of this section, "equipment" shall mean any mechanical, electrical, instrumentation, or other device with one or more moving parts or devices requiring an electrical, pneumatic, or hydraulic connection. Testing shall be performed in accordance with the requirements of the particular specification sections for the item to be tested. B. No tests specified herein shall be applied until the item to be tested has been inspected and approval given by the Engineer for the application of such test. C. Tests and inspections, unless otherwise specified or accepted, shall be in accordance with the recognized standards of the industry. NCRWTP Modifications 024723 01610-3 08/01/00 3.03 A. 3.04 A. The form of evidence of satisfactory fulfillment of delivery acceptance test and of installed test and inspection requirements shall be, at the discretion of the Engineer, either by tests and inspections carried out in his presence or by certificates or reports of tests and inspections carried out by approved persons or organizations. The Contractor shall provide and use forms which include all test information, including specified operational parameters, and shall be acceptable in content to the Engineer. DELIVERY ACCEPTANCE TESTS AND INSPECTIONS: The delivery acceptance tests and inspections shall be at the Contractor's expense for any materials or equipment specified herein and shall include the following: Test of items at the place of manufacture during and/or on completion of manufacture, comprising material tests, hydraulic pressure tests, electric and instrumentation subsystem tests, performance and operating tests and inspections in accordance with the relevant standards of the industry. Inspection of all items delivered at the site or to any authorized place of storage in order that the Engineer may be satisfied that such items are of the specified quality and workmanship and are in good order and condition at the time of delivery. To that end, the Contractor shall be prepared to remove all coverings, containers, or crates to permit the Engineer to conduct his inspection. Should the Engineer find, in his opinion, indication of damage or deficient quality of workmanship, the Contractor shall provide the necessary documentation or conduct such tests deemed necessary by the Engineer to demonstrate compliance. INSTALLED TESTS AND INSPECTIONS: General: All equipment shall be tested by the Contractor to the satisfaction of the Engineer before any facility is put into operation. Tests shall be as specified herein and shall be made to determine whether the equipment has been properly assembled, aligned, adjusted, and connected. Any changes, adjustments, or replacements required to make the equipment operate as specified shall be carried out by the Contractor as part of the work. B. Initial Operation: 1. Once all affected equipment has been subjected to a pre-operational checkout, and the Engineer has witnessed and has not found deficiencies in that portion of the work, individual systems may be started and operated under simulated operating conditions to determine as nearly as possible whether the equipment and systems meet the requirements of these specifications. Potable water shall NCRWTP Modifications 024723 01610-4 08/01/00 be employed for testing. The Owner shall make available to the Contractor all water to pump or pipe it to the tested systems. The equipment shall be operated a sufficient period of time to determine machine operating characteristics, including temperatures and vibration; to observe performance characteristics; and to permit initial adjustment of operating controls. When testing requires the availability of auxiliary systems such as power, flushing or cooling water or control air which have not yet been placed in service, the Contractor shall provide acceptable substitute sources, capable of meeting the requirements of the machine, device or system, at no additional cost to the Owner. Disposal methods for test media shall be subject to review by the Engineer. lfwhile under test, any portion of the work should fail to fulfill the contract requirements and is adjusted, altered, renewed or replaced, tests shall, if so required by the Engineer, be repeated within reasonable time and in accordance with the specified conditions. The Contractor shall pay to the Owner all reasonable expenses incurred by the Owner as a result of repeating such tests. Once initial operation has been completed, all machines shall be rechecked for proper alignment, realigned if necessary, and doweled in place. All equipment shall be checked for loose connections, unusual movement or other indications of improper operating characteristics. Any deficiencies shall be corrected to the satisfaction of the Engineer. All machines or devices which exhibit unusual or unacceptable operating characteristics shall be disassembled and inspected. They shall then be repaired or removed from the site and replaced at no cost to the Owner. Test results shall be within the tolerances set forth in the detailed specification sections of this project manual. If no tolerances have been specified, test results shall conform to tolerances established by recognized industry practice. Contractor shall permanently list all testing tolerances on the piece of equipment being tested. Where, in the case of an otherwise satisfactory installed test, any doubt, dispute, or difference should arise between the Engineer and the Contractor regarding the test results or the methods or equipment used in the performance of such test, then the Engineer may order the test to be repeated. If the repeat test, using such modified methods or equipment as the Engineer may require, substantially confirms the previous test, then all costs in connection with the repeat test will be paid by the Owner, otherwise the costs shall be borne by the Contractor. Where the results of any installed test fail to comply with the contract requirements for such test, then such repeat tests as may be necessary to achieve the contract requirements shall be made by the Contractor at his expense. 5. The Contractor shall provide at no expense to the Owner, all supplies, labor and all other necessary items and work required to complete all tests and NCRWTP Modifications 024723 01610-5 08/01/00 inspection specified in this section. The Owner will allow the Contractor use of plant power and water as long as it does not interfere with plant operations. The Contractor shall provide at no expense to the Owner temporary heating, ventilating and air conditioning for any areas requiring it in the case where permanent facilities are not complete and operable at the time of installed tests. Temporary facilities shall be maintained until permanent systems are in service. C. OPERATIONAL TESTING: After completion of all installed testing and certification by the Engineer that all equipment complies with the requirements of the specifications, the Contractor shall commence operational testing. The Contractor shall operate the completed systems and processes for a period of not less than 72 hours, during which all systems shall be operated as a complete facility at various loading conditions, as directed by the Engineer. Should the operational testing period be halted for any reason related to the facilities constructed or the equipment furnished under this contract, or the Contractor's temporary testing systems, the operational testing program shall be repeated until the specified continuous period has been accomplished without interruption. All process units and systems shall be brought to full operating conditions, including temperature, pressure, and flow. 3. The Owner shall supply all water, fuel, power, and chemicals required during this operational test. 4. Process systems and units shall mean all materials and equipment provided in this contract. 3.05 OPERATIONAL INSTRUCTION: During the testing of equipment, the Contractor shall make available experienced factory-trained representatives of the manufacturers of all the various pieces of equipment who shall instruct the Owner's personnel in the operation and care thereof. Instructions shall include step-by-step troubleshooting procedures with all necessary test equipment. Instruction shall be in sufficient detail to satisfy the Engineer the above requirements have been met. The instruction shall take place within a 30-day period and shall be coordinated with the Engineer. The Engineer shall be notified in writing 30 days in advance of the instruction period. All manufacturers' instructions shall be provided in writing. NCRWTP Modifications 024723 01610-6 08/01/00 3.06 COMMISSIONING: After completion of all installed and operational testing, the Contractor shall make written application to the Engineer for permission to operate the facility and demonstrate compliance of the equipment, structures, and systems furnished and installed under this contract with all requirements of this project manual. Such application shall be furnished to the Engineer not less than 30 days prior to the proposed commissioning date. The Contractor shall allow for a commissioning period of 30 days to satisfy the Engineer that the contract requirements have been fulfilled. The commissioning period may be broken into several segments comprising complete systems at the discretion of the Engineer. During the commissioning period, the Owner will provide a fulltime (24 hours daily) staff for operation and maintenance of the facility. The Contractor shall provide on-call (24 hours, 7 days per week) coordinator service to coordinate other Contractor personnel including equipment manufacturer service representatives for troubleshooting, training of Owner personnel, or repair and maintenance of equipment within the terms of the contract. Contractor provided personnel for troubleshooting, repair or maintenance of equipment shall be provided as soon as possible and in no case longer than 8 hours after notification to the Contractor's coordinator. Such coordinators shall be familiar with the facility equipment and operations and shall be acceptable to the Engineer. "Coordinator service" shall mean attendance at the site for whatever period is required at whatever time necessary in response to a request from the Engineer. D. The Owner will pay for all electrical power, water, chemicals, and fuel necessary for operation of the facility during commissioning. 3.07 SYSTEM OPERATIONAL TESTiNG The duration of the plant operational tests for the facilities shall be 3 days. Each day the complete facility shall be operated for 24 continuous hours. During the 3- day period, the Contractor shall demonstrate the operation of all equipment and all systems installed under this contract. System commissioning shall commence, with the approval of the Engineer, upon completion of the operational testing of each portion of the facility, system, or subsystem. 3.08 POST STARTUP SERVICES After equipment/system has been in operation for at least 6 months, but no longer than 11 months, the Contractor shall coordinate each equipment/system manufacturer or authorized equipment/system supplier representative to make a 01610-7 08/01/00 NCRWTP Modifications 024723 final inspection of its respective equipment/system Final inspection will include assistance to Owner's operating personnel in making adjustments and/or calibrations required to assure equipment/system is operating in conformance with design, manufacturer and specification requirements. B. If required, Engineer will request, in writing, additional training by manufacturer's representative to be scheduled during final inspection of equipment system. C. Contractor shall provide a Certificate of Post Startup Services, cosigned by Engineer and equipment representative, verifying that this service has been performed. Use form provided in this section and furnish two copies to Engineer. * * END OF SECTION * * NCRWTP Modifications 01610-8 08/01/00 024723 16g 1' CERTIFICATE OF iNSTALLATION SERVICES Project: Equipment: Specification Section: Contract: The equipment/system named above has been inspected by the Supplier's/Manufacturer's representative and he hereby certifies: That the equipment/system is installed per the contract specifications. That nothing in the installation shall void the warranty. That the equipment/system as installed is ready to be operated by others. MANUFACTURER'S REPRESENTATIVE Signature: Date Name (print): Title: Representing: CONTRACTOR Signature: Name (print): Title: Date Attach the detailed report called for by specification Section 01610 subparagraph 3.01 and submit three copies to Engineer. This form shall be completed and submitted to Engineer 24 hours prior to training of Owner's personnel. NCRWTP Modifications 024723 01610-9 08/01/00 CERTIFICATE OF POST STARTUP SERVICES Project: Equipment: Specification Section: Contract: I hereby certify that the manufacturer's representative has inspected this equipment, made adjustments and calibrations, and that it is operating in conformance with the design, specification and manufacturer's requirements. Notation of improper operation shall be detailed and recommendations made and attached to this form. MANUTACTUREWS REPRESENTATIVE Signature: Date Name (print): Title: Representing: CONTRACTOR Signature: Name (print): Title: Date ENGINEER Received by: Name (print): Title: Date COMMENTS: This form shall be submitted to Engineer upon completion of 1-year reinspection as required by the specifications. NCRWTP Modifications 01610-10 08/01/00 024723 SECTION 01700 CO~CT CLOSEOUT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Comply with requirements stated in the General Conditions of the construction Contract and in Specifications for administrative procedures in closing out the WORK. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 01710: Cleaning. C. Section 01720: Project Record Documents. D. Section 01730: Operating and Maintenance Data. E. Section 01740: Warranties and Bonds. 1.03 SUBSTANTIAL COMPLETION A. Approximately 28 days before CONTRACTOR considers the WORK will be Substantially complete, he shall submit to the ENGINEER: 1. A written notice that the WORK, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, the ENGINEER will make an inspection to determine the status of completion. NCRWTP Modifications 01700-1 August I, 2000 024723 1 C. Should the ENGINEER determine that the WORK is not Substantially complete: 1. The ENGINEER will promptly notify the CONTRACTOR in writing, giving the reasons therefor. 2. CONTRACTOR shall remedy the deficiencies in the WORK, and send a second written notice of substantial completion to the ENGINEER. 3. The ENGINEER will re'inspect the WORK. D. When the ENGINEER finds that the WORK is Substantially complete, he will: 1. Prepare and deliver to OWNER a tentative Certificate of Substantial Completion on NSPE Form 1910-8-D, with a tentative list of items to be completed or corrected before final payment. 2. After consideration of any objections made by the OWNER as provided in Conditions of the Contract, and when the ENGINEER considers the WORK substantially complete, he will execute and deliver to the OWNER and the CONTRACTOR a definite Certificate of Substantial Completion with a revised tentative list of items to be complet~l or corrected. FINAL INSPECTION A. When CONTRACTOR considers the WORK is complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 2. WORK has been inspected for compliance with Contract Documents. 3. WORK has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the OWNER's representative and are operational. 5. WORK is completed and ready for final inspection. B. The ENGINEERS will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. NCi~WTP Modification~ 01700-2 Augu*t I, 2000 024 723 1.05 1.06 C. Should the ENGINEER consider that the WORK is incomplete or defective: 1. The ENGINEER will promptly notify the CONTRACTOR in writing, listing the incomplete or defective WORK. 2. CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and send a second written certification to the ENGINEER that the WORK is complete. 3. The ENGINEER will reinspect the WORK. D. When the ENGINEER finds that the WORK is acceptable under the Contract Documents, he shall request the CONTRACTOR to make closeout submittals. REINSPECTION FEES A. Should the ENGINEER perform reinspections due to failure of the WORK to comply with the claims of status of completion made by the CONTRACTOR: 1. OWNER will compensate the ENGINEER for such additional services. 2. OWNER will deduct the amount of such compensation from the final payment to the CONTRACTOR. CONTRACTOR'S CLOSEOUT SUBMITFALS TO ENGINEER A. Evidence of compliance with requirements of governing authorities. B. Project Record Documents: To requirements of Section 01720. C. Operating and Maintenance Data, Instructions to OWNER's Personnel: To requirements of Section 01730. D. Warranties and Bonds: To requirements of Section 01740. E. Spare Parts and Maintenance Materials: To requirements of Section 01730. F. Evidence of Payment and Release of Liens: To requirements of General and Supplementary Conditions. NCRWTP Modifications 01700-3 August 1, 2000 024723 1.07 1.08 G. Certificate of Insurance for Products and Completed Operations. FINAL ADJUSTMENT OF ACCOUNTS A. B. Submit a final statement of accounting to the engineer. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Allowances. c. Unit Prices. d. Deductions for uncorrected WORK. e. Penalties and Bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due. C. ENGINEER will prepare a final Change Order, reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders. FINAL APPLICATION FOR PAYMENT A. CONTRACTOR shall submit the final Application for Payment in accordance with procedures and requirements stated in the conditions of the Contract. 1 NCRW'TP Modifications O1700-4 August 1, 2000 024723 PART 2 - PRODUCTS PART 3 - EXECUTION (Not Used) (Not Used) * * * END OF SECTION NCRWTP Modification~ O24723 01700-5 August 1, 2000 16C 1' SECTION 01710 CLEANING PART I - GENERAL 1.01 REQUIREMENTS INCLUDED A. Execute cleaning, during progress of the WORK, and at completion of the WORK, as required by General Conditions. 1.02 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART 2 - PRODUCTS 2.01 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. Execute periodic cleaning to keep the WORK, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. 01710-1 August I, 2000 NCRWTP Modifications 024723 3.02 3.03 DUST CONTROL A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis until painting is finished. B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly-coated surfaces. FINAL CLEANING A. Employ skilled workmen for final cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. C. Wash and shine glazing and mirrors. D. Polish glossy surfaces to a clear shine. E. Ventilating Systems: 1. Clean permanent filters and replace disposable filters if units were operated during construction. 2. Clean ducts, blowers and coils if units were operated without filters during construction. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. Prior to final completion, or OWNER occupancy, CONTRACTOR shall conduct an inspection of sight-exposed interior and exterior surfaces, and all WORK areas, to verify that the entire WORK is clean. * * * END OF SECTION * * * NCR~PI'P Modifican'ons O1710-2 August I, 2000 024723 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site for the OWNER one record copy of.' 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. ENGINEER's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field Test records. 8. Construction 'photographs. 1.02RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Supplemental Terms and Conditions of the Contract. C. Section 01300: Submittals. NCRWTP Modifications 01720-1 024723 August I, 2000 1.03 MAIN'I'~IANCE OF DOCLrMENTS AND SAMPLES A. 16C Store documents and samples in CONTRACTOR's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI/CSC format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the ENGINEER. E. As a prerequisite for monthly progress payments, the CONTRACTOR is to exhibit the currently updated Record Documents for review by the ENGINEER and the OWNER. MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designamd by the ENGINEER. RECORDING A. Label each document Project Record in neat large printed letters. B. Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. C. Drawings - mark legibly and neatly to record actual construction: 1. Depths of various elements of foundation in relation to finish first floor datum. 2. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of underground utilities and NCRWTP Modifications 01720-2 024723 August 1, 2000 16g 1 appurtenances, referenced to not less than two (2) permanent features. Actual installed pipe material, class, etc. 3. Dimensions and elevations of underground utilities. 4. All buried and concealed items including pipe, fittings, valves, manholes, and other items shall be accurately located on the annotated drawings. Buried pipe shall be located at a minimum of every 100 feet and at all changes in alignment, both vertically and horizontally. Vertical locations of buried pipe shall be top of pipe elevation. 6. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 7. Field changes of dimension and detail. D. Specifications and Addenda; Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and Supplier of each Product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. E. Shop Drawings (after final review and approval): One set of record shop drawings for each process equipment, piping, (including casings) electrical system and instrumentation system. 1.06 SUBMITTAL A. At Contract close-out, deliver Record Documents to the ENGINEER for the OWNER. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. Project title and number. CONTRACTOR's name and address. 01720-3 NCRWTP Modificatio~ 02472..; August 1, 2000 4. Title and number of each Record Document. 5. Signature of CONTRACTOR or his authorized representative. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * 16[ 1 NCRWTP Modifications 01720-4 024723 Auguxt 1, 2000 SECTION 01730 OPERATING AND MAINTENANCE DATA PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for OWNER'S maintenance and operation of products furnished under Contract. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of Specifications. B. Instruct OWNER'S personnel in maintenance of products and in operation of equipment and systems. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 01030: Special Project Procedures C. Section 01300: Submittals D. Section 01700: Contract Closeout E. Section 01720: Project Record Documents F. Section 01740: Warranties and Bonds. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. NCRWTP Modifications 01730-1 August 1, 2000 024723 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential 4. Skilled as draftsman competent to prepare required drawings. FOR/Vl OF SUBMrlTALS A. Format: 1. Size: 8 1/~ inches x 11 inches. 2. Paper: 20 pound minimum, white, for typed pages. 3. Text: Manufacturer's printed data, or neatly typewritten. 4. Drawings: a. Provide reinforced punched binder tab, bind in with text. b. Reduce larger drawings and fold to size of text pages but not larger than 11 inches x 17 inches or provide a suitable packet with drawing identification. 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". List: a. Title of Project. b. Identity of separate structure or location as applicable. c. Identity of general subject matter covered in the manual. NCRWTP Modifications 01730-2 .4ugu.~t 1, 2000 024723 16C 1.05 B. Binders: 1. Commercial quality three-post binders with durable and cleanable plastic Covers. 2. Maximum post width: 2 inches. 3. When multiple binders are used, correlate the data into related consistent groupings. CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. CONTRACTOR, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3.List, with each product, name, address and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. NCRW'TP Modifications 01730-3 August 1, 2000 024723 16C 1! 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly iljustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Project Record Documents to assure correct iljustration of completed installation. 3. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instructions of each procedure. E. Copy of each warranty, bond and service contract issued. 1. Provide informtrion sheet for OWNER'S personnel, give: a. Proper procedures in event of failure. b. Instances which might effect validity of warranties or bonds. MANUAL FOR MATERIALS AND FINISHES A. Submit three (3) copies of complete manual in final form. NCRWTP Modifications 01730-4 August 1, 2000 024723 1.07 B. Content; for architectural products, applied materials and finishes: 1. Manufacturer's data, giving full information on products. a. Catalog number, size, composition. b. Color and texture designations. c. Information required for re-ordering special-manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendation for types of cleaning agents and methods. b. Cautions against cleaning agent and methods which are detrimental to product~ c. Recommended schedule for cleaning and maintenance. C. Content, for moisture-protection and weather exposed products: 1. Manufacturer's data, giving full information on products. a. Applicable standards. b. Chemical composition. ¢. Details of installation. 2. Instructions for inspection, maintenance, and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. E. Provide complete information for products specified in Divisions 2 through 10. MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit four (4) copies of complete manual in final form. NCRWTP Modification* 01730-5 August 1, 2000 024723 Content, for each unit of equipment and system, as appropriate: 1. 160 Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shut-down and emergency instructions. c. Seasonal operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to "trouble-shooting". c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule. a. List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. NC~WTP Modifications 024723 01730-6 August 1, 2000 7. Original manufacturer's parts list, iljustrations, assembly drawings and diagrams required for maintenance. a. Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. 8. As-installed control diagrams by controls manufacturer. 9. Each CONTRACTOR'S coordination drawings. a. As-installed color coded piping diagrams. 10. Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantifies to be maintained in storage. 12. Other data as required under pertinent sections of specifications. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panelboards. a. Electrical service. b. ControlS. c. Communications. 3. As-installed color coded wiring diagrams. NCRWTP M~ifications 024723 0~730-7 August 1, 2000 Do Fo Go 16C 1 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to ~trouble shooting~. c. Disassembly, repair and rcassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of specifications. Prepare and include additional data when the need for such data become apparent during instruction of OWNER'S personnel. Additional requirements for operating and maintenance data: Respective sections of Specifications. Provide complete information for products specified in Division 11, and 13 through 16. Provide start-up operating and shutdown procedures for each piece of equipment provided under this Contract on separate lamina~l cards (one for start-up and one for shutdown). NCRWTP Modifications 024723 O1730-8 Aught 1, 2000 16[ 1.08 SUBMITTAL SCHEDULE Submit three (3) copies of preliminary draft of proposed formats and outlines of contents of Operation and Maintenance Manuals within 30 days after Notice to Proceed. 1. The ENGINEER will review the preliminary draft and return one copy with comments. Submit three (3) copies of completed data in final form no later than 30 days following the ENGINEER'S review of the last shop drawing and/or other submittal specified under Section 01300. 1. One copy will be returned with comments to be incorporated into final copies. Submit specified number of copies of approved data in final form directly to the offices of the ENGINEER, within 30 calendar days of product shipment to the project site and preferably within 30 days after the reviewed copy is received. Final approved cOpies shall be delivered to the ENGINEER prior to OWNER'S personnel instruction, start-up and acceptance by the OWNER. Submit six copies of addendum to the operation and maintenance manuals as applicable and certificates as specified in paragraph 1.01C of Section 01030 within 30 days after plant start-up test and acceptance test. 1.09 INSTRUCTION OF OWNER'S PERSONNEL Prior to final inspection or acceptance, fully instruct OWNER'S designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and system. B. Operating and maintenance manual shall constitute the basis of instruction. 1. Review contents of manual with personnel in full detail to explain all aspects of operation~ and maintenance. NCRWTP Modifications 024723 01730-9 August 1, 2000 1.10 ENGINEER'S O&M REVIEW CHECKLIST The ENGINEER will review Operation and Maintenance manuals submittals on operating equipment for conformance with the requirements of this Section. The review will generally be based on the checklist presented on the following pages (Table 01730-1) for the benefit of the CONTRACTOR and his suppliers. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) NCRW'IP Modifications 024723 01730-10 Augvat 1, 2000 TABLE 01730-1 O&M REVIEW CHECKLIST EQUIPMENT SUBMITTED: MANUFACTURER: SPECIFICATION SECTION: DATE OF SUBMITTAL: DEGREE OF APPROVAL: DRAWING NUMBER: Is submittal correct for model/series/configuration originally submitted with shop drawings. Is binding correct with assigned color/printing etc.? (Pertains to final three volumes) Is submittal properly indexed? Does submittal pertain only to equipment being furnished? Is submittal easily understood and instructively arranged? Does submittal include start-up, shutdown and troubleshooting procedures? Are sufficient drawings and schematics included to supplement written descriptions? Is listing of nameplate data for each piece of equipment supplied provided and attached? Are all drawings provided printed on paper which is 11 inches high and folded to 8 1/~ inches wide? Is proper and complete instructions for servicing included? 01730.11 August 1, 2000 NCRWTP Modifications 024723 16C Is there a suggested operating log sheet for equipment? Is schedule for lubrication provided? Is there a recommended preventive maintenance schedule? Are necessary safety precautions clearly indicated where they relate to the equipment? Is area representative information provided, i.e., Name, Address, Telephone Number? Are specified spare parts indicated and listed? ~e following axe points of rejection necessitating resubmittal by Contractor: 1 * * * END OF SECTION * * * NCRIrfI'P Modifications 01730-12 August 1, 2000 O24723 SECTION 01740 WARRANTIES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds, as in Section 01030 of these Specifications. B. Co-execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D. Submit to the ENGINEER for review and transmittal to OWNER. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limited to, requirements: General Terms and Conditions of the Contract. B. Section 01030: Special Project Procedures. C. Section 01700: Contract Closeout. 1.03 SUBMiTfAL REQUIREMENTS A. the following related Assemble warranties, bonds, and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. Number of original signed copies required: Two each. Table of Contents: Neatly typed, in orderly sequence.Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. NCRWTP Modifications 024723 01740-1 August 1, 2000 16C 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for OWNER'S personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. CONTRACTOR, name of responsible principal, address and telephone number. 1.04 FORM OF SUBMITTALS A. Prepare in duplicate packets. B. Format: 1. Size 8 1/2 in~ches x 11 inches, punch sheet for standard 3-post binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Tifie of Project. b. Name of Contractor. C. Binders: Commercial quality, three-post binder, with durable and cleanable plastic covers and maximum post width of two inches. 1.05 WARRANTY SUBMI'i'rAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the CONTRACTOR'S for one (1) year commencing at the time of final completion (see Section 01030). 1 NCRWTP Modifications 01740-2 August 1, 2000 024723 go The CONTRACTOR shall be responsible for obtaining certificates for equipment warranty for all equipment. In the event that the equipment manufacturer or supplier is unwilling to provide a one-year warranty commencing at the time of OWNER acceptance, the CONTRACTOR shall obtain from the manufacturer a two (2) year warranty commencing at the time of equipment delivery to the job site. This two-year warranty from the manufacturer shall not relieve the CONTRACTOR of the one- year warranty starting at the time of OWNER acceptance of the equipment. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP Modifications 024723 01740-3 August 1, 2000 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 SCOPE OF WORK This Section covers clearing, grubbing, stripping and demucking of the construction site, complete as specified herein. B. Clear and demuck the area within the limits of construction as required. 1.02 RELATED REQUIREMENTS The Conlxaet Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 02221: Trenching, Bedding and Backfill for Pipe PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.01 CLEARING The surface of the ground, for the area to be cleared and grubbed shall be completely cleared of all timber, brush, stumps, roots, grass, weeds, rubbish and all other objectionable obstructions resting on or protruding through the surface of the ground. However, those trees which are designated by the Engineer shall be preserved as hereinafter specified. Clearing operations shall be conducted so as to prevent damage to existing structures and installations, and to those under construction, so as to provide for the safety of employees and others. Clearing for structures shall consist of topso'fi, vegetation and lime sludge removal. Clearing for pipelines shall consist of vegetation removal. 3.02 GRUBBING Grabbing shall consist of the complete removal of all stumps, roots larger than 1 1/2 inches in diameter, matted roots, brash, timber, logs and any other organic or NCRWTP Modifications 024723 02100-1 August 1, 2000 1..6g 1 metallic debris resting on, under or protruding thawugh the surface of the ground to a depth of 18 inches below the subgrade. All depressions excavated below the original ground surface for or by the removal of such objects, shall be refilled with suitable materials and compacted to a density conforming to the surrounding ground surface. 3.03 STRIPPING In axeas so designated, top soil, not muck shall be stockpiled. Topsoff so stockpiled shall be protected until it is placed as specified. Any topsoil remaining after all work is in place shall be disposed of by the Contractor in the manner specified in Section 02221. 3.04 DEMUCKING When encountered, organic material (muck) shall be excavated and removed. This material may be stockpiled temporarily, but must be disposed of as directed by the Engineer or the governmental agencies. 3.05 DISPOSAL OF CLEARED AND GRUBBED MATERIAL The Contractor shall dispose of all material and debris from the clearing and grubbing operation by shipping such material and debris and disposing such material to a suitable location as required by the Engineer or the governmental agencies. Disposal by deep burial will not be permitted. The cost of disposal of material ('including hauling) shall be considered a subsidiary obligation of the Contractor, the cost of which shall be included in the contract prices. 3.06 PRESERVATION OF PUBLIC PROPERTY Ao The appropriate paragraphs of Articles 3.05 and 3.06, of these specifications shall apply to the preservation and restoration of all damaged areas of public lands, rights-of-way, easements, etc. Bo Improvements to the land such as fences, walls, outbuildings, etc., which of necessity must be removed shall be replaced along new and existing property lines with equal or better quality materials and workmanship. * * * END OF SECTION * * * NCRWTP Modification~ 024723 O21OO-2 August 1, 200O SECTION 02210 EARTH EXCAVATION, BACKFILL, FILL AND GRADING 16C PART I - GENERAL 1.01 DESCRIPTION: A. Make excavations to normal depth in earth for structures. B. BackIfil such excavations. C. Furnish necessary material and construct embankments and fills. D. Make miscellaneous earth excavations and perform miscellaneous grading. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 01410: Testing Services C. Section 02295: Excavation Support D. Section 03300: Cast-in-Place Concrete 1.03 QUALITY ASSURANCE: A. Testing and Inspections: 1. By CONTRACTOR's soil testing lab in accordance with "Methods of Testing" as stated below. 2. Suitability of earth materials for use in backfills and embankments as determined by Engineer. NCRWTP Modifications 02210-1 August 1, 2000 024723 16C 1 3. Location of tests mutually acceptable to soils testings laboratory and Engineer. 4. In the event compacted material does not meet specified in-place density, recompact material and retest this area until specified results are obtained, and with no additional compensation. Methods of Testing: 1. Laboratory Moisture-Density Relationship: ASTM D1557 Method C. 2. In-Place Density: ASTM D1556, ASTM D2167, or ASTM D2922. 3. Sieve Analysis: ASTM D422. 4. Percent Passing No. 200 Sieve: ASTM D1140. 5. Liquid Limit and Plastic Limit: ASTM D4318. Material Testing Frequency and Requirements: Following testing frequencies are minimum required. 1. Excavated Material: a. Gradation Analysis - One test per 5,000 cu. yd. of excavated on- 'site soil stockpiled for use as compacted on-site fill material and whenever classification of material is in doubt. 2. Select Borrow; Fine Aggregate: a. In-place Density - (1) Areas greater than 1,000 sq. ft.; one per 1,000 cu. yd. placed or one per alternate lift, whichever results in a greater frequency. (2) Areas 1,000 sq. ft. or less; one for every 2.5 feet of compacted fill. NCRWI'P Modifications 024723 02210-2 August 1, 2000 16C 1' Laboratory Moisture Density - One per source and whenever visual inspection indicates a significant change in material gradation. Gradation Analysis - Whenever visual inspection indicates a significant change in material gradation, one for each moisture density test. 3. Compacted Excavated Material: a. In-Place Density - 0) Areas greater than 1,000 sq. ft.; one per 1,000 cu. yd. placed, or one per lift, whichever results in a greater frequency. (2) Areas 1,000 sq. ft. or less; one per every 1 ft. of compacted fill b. Laboratory Moisture Density - (1) One per 5,000 cu. yd. placed. (2) Whenever visual inspection indicates a significant change in material gradation. c. Gradation Analysis - One for each Moisture Density Test. 4. Screened Gravel: Owner's soils testing laboratory to provide sufficient inspection to ensure compaction of fill material and compaction equipment in use. Gradation Analysis - One for each source and whenever visual inspection indicates a significant change in material gradation. Tolerances: Construct finished surfaces to plus or minus 1 inch of the elevations indicated. NCRWTP Modificatior~ 024 723 02210-3 August 1, 2000 Grade cut and fill areas to plus or minus 0.20 foot of the grades indicated. Complete embankment edges to plus or minus 6 inches of the slope lines indicated. Provide Engineer with adequate survey information to verify compliance with above tolerances. Maintain moisture content of fill material within plus or minus two percent:of optimum moisture content (OMC) as specified. Sampling, testing, and approval of fill materials by soils testing laboratory personnel and the Engineer. Allow a minimum of two weeks for notification and approval of material source. Reference density and optimum moisture content (OMC) for each fill material as defined by ASTM D1557 Method C and determined in laboratory by the Owner's soils testing laboratory. Percentage of compaction determined by percent of maximum dry density at optimum moisture in accordance with ASTM D1557 Method C. Correct maximum density if some of the material is larger than 3/4 inch by the following formula: D -- (PfDf)/100 + (P,x0.90D~)/100 ~qhere; D = Corrected maximum density Pt = Percent of material retained on the 3/4-in. sieve Pf = Percent of material passing the 3/4-in. sieve Df = Maximum density of material passing the 3/4-in. sieve Dt = Bulk specific gravity of material retained on the 3/4-in. sieve multiplied by 62.4. Testing laboratory to perform inspection at least once daily to confirm lift thickness and compaction effort for entire fill area. NCRWTP Modifications 02210-4 August I, 2000 024723 16C 1' Control the length of trench open at any one time according to site conditions and subject to limits as directed by Engineer. Cut pavement With pneumatic tools, without extra compensation. Where pavement is removed in large pieces, dispose of pieces before proceeding with excavation. Where directed by Engineer, cut off excavation support system (wood or steel sheeting, soldier piles and wood lagging) and bracing at elevation determined lay Engineer and leave in place. Where directed by Engineer in writing, leave in place at any time during the progress of work, excavation support, and bracing, that are not indicated on the drawings to be left in place. Pipes, drains, and other utilities may exist in certain locations not indicated on drawings. Completeness or accuracy of information given is not guaranteed. Carefully support and protect from damage, existing pipes, poles, wires, fences, curbings, property line markers, and other structures, which the Engineer determines mu~t be preserved in place without being temporarily or permanenfiy relocated. Should such items be damaged, restore without compensation therefor, to at least as good condition as that in which they were found immediately before the work was begun. Whenever certain existing structures, as described below, are encountered, and the Engineer so directs, change the location, remove and later restore, or replace such structures, or assist the Owner in doing so. Such work to be paid for under applicable items of work, otherwise as Extra Work. In removing existing pipes or other structures, include for payment only those new materials which are necessary to replace those unavoidably damaged as determined by the Engineer. The preceding 'two paragraphs apply to pipes, wires, and other structures which meet the following: (a) are not indicated on the drawings or otherwise provided for, (b) encroach upon or are encountered near and substantially parallel to the edge of the excavation, and (c) in the opinion of the Engineer, will impede progress to such an extent that satisfactory construction cannot proceed until they have been changed in location, removed (to be later restored), or replaced. NCRWTP Modifications 024723 02210-5 August 1, 2000 Restore existing property or structures as promptly as practicable and do not leave until the end of the construction period. If material unsuitable for foundation (in the opinion of the Engineer) is found at or below the grade to which excavation would normally be carried in accordance with the drawings and/or specifications, remove such material to the required width and depth and replace it with compacted, screened gravel, selected borrow, free aggregate or concrete as directed by the Engineer. Do not remove excavation materials from the site of the work or dispose of except as directed or permitted. Haul away and dispose of surplus excavated materials not needed as specified above at no additional expense, at appropriate locations. During progress of work, conduct earth moving operations and maintain work site so as to minimize the creation and dispersion of dust. Furnish and spread calcium chloride if Engineer decides that it is necessary for more effective dust control. Provide suitable and safe bridges and other crossings where required for accommodation of travel, and to provide access to private property during construction, and remove said structures thereafter. In general, and unless other material is indicated or specified, use for backf'tll of trenches and excavations around structures, screened gravel, selected borrow, or fill concrete as directed. 1.04 SUBMITTALS: Shop Drawing: Submit the following in accordance with Section 1300, Submittals: Details of dust control measures at least two weeks prior to start of any earth moving activities. Details of erosion and sedimentation control measures which effectively prevent accelerated erosion and sedimentation prior to start of earth moving activities. NCRWTP Modification~ 024723 02210-6 August 1, 2000 16C 1' 3. Materials: Two weeks prior to use of material, provide locations of proposed borrow sources for select borrow and screened gravel. Provide 100 pound bag samples of existing excavated material, select borrow and screened grovel for testing by soils testing laboratory and approval by Engineer. Do not use these materials as compacted fills until approved by Engineer. Weekly reports of laboratory test results. Provide written verification of fill lift thickness and compaction to Engineer weekly. 1.05 REFERENCES: A. American Society for Testing and Materials (ASTM) Publications: 1. A 328: Specification for Steel Sheet Piling. 2. C 33: Specification for Concrete Aggregates. D421: ~ractice for Dry Preparation of Soil Samples for Particle Size Analysis and Determination of Soil Constants. Dl140: Test Method for Amount of Material in Soils Finer than the No. 200 (75ram) Sieve. D1556: Test Method for Density of Soil in Place by the Sand-Cone Method. D1557: Test Methods for Moisture Density Relationships of Soils and Soil-Aggregate Mixtures Using 10-lb. (4.54 Kg) Rammer and 18-in. (457mm) Drop. D2167: Test Method for Density and Unit Weight Soil in Place by the Rubber!Balloon Method. D2922: Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods. (Shallow Depth). NCRWTP Modifications 024723 02210-7 August 1, 2000 16C 1I D4318: Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils. PART 2 - PRODUCTS 2.01 GENERAL: ho Fill material shall contain no vegetation or organic matter, masses of roots, individual roots more than 18 in. long, or more than 1/2 in. deleterious matter. For underdrain pipe, use acceptable perforated PVC, corrugated metal or porous wall concrete pipe of proper wall thickness. Provide Class B concrete, screened gravel, select bank-run gravel, bank-run gravel, fine aggregate, selected borrow. D. Provide excavation support system. PART 3 - EXECUTION 3.01 EXCAVATION: Carry out program of excavation, dewatering, excavation support, and bracing in such manner as to eliminate possibility of undermining or disturbing foundations of existing structures or of work previously completed under this contract. Excavate to widths that give suitable room for building structures or laying and jointing piping; furnish and place sheeting, bracing, and supports; do cofferdamming, pumping, and draining; and render bottom of excavations firm and dry and acceptable in all respects. Do not plow, scrape or dig by machinery earth near to finished subgrade so as to result in disturbance of material below subgrade, unless indicated or specified. Remove material to be excavated at subgrade carefully to minimize disturbance just before placing pipe, masonry or other structure. D. Excavate to lines and grades indicated in an orderly and continuous program. Establish limits of excavation to allow adequate working space for installing forms and as required for safety of personnel. NCRllrI'p Medifications 024723 02210-8 August 1, 2000 Excavate to elevations indicated, or deeper, as directed by Engineer, to remove unstable bottom material. Remove stones greater than 6-inches in smallest dimension, debris and unsuitable soil from excavation bottoms. G. Exercise care to preserve material below and beyond the fines of excavations. Place excavated material at sufficient distance from edge of excavation to prevent cave-ins or bank slides, but in no ease closer than three feet from edge of excavations.' Regard small boulders, buried concrete or rock fragments encountered during excavation as a normal part of in-place soils. A small boulder is less than one (1) cubic yard. Excavate for depressed foundations, where mat foundations are indicatexl as depressed. Sheet and shore existing ground so that adjacent sections of foundation mat will rest on undisturbed ground as indicated. Use sheeting of sufficient strength to support earth along indicated lines. 3.02 SEPARATION OF EXCAVATED MATERIALS FOR REUSE: Remove only existing pavement and concrete that is necessary for prosecution of work. Carefully remove loam topsoil from excavated areas. Store separately for further use or furnish equivalent loam and topsoil as directed. Carefully remove granular material from excavated areas and store separately for further use as backfill material. Carefully remove silty clay material from excavawxl areas. Store separately for further use as backftil material, if approved for backfill by the Engineer. 3.03 EXCAVATION SUPPORT SYSTEMS: Provide, put in place, and maintain excavation support system and bracing, as may be necessary to support sides of excavation and to prevent any movement of earth which could diminish width of excavation to less than that necessary for proper construction, or could otherwise injure or delay work, or endanger adjacent structures. NCRWTP Modifications 024723 02210-9 August 1, 2000 160 1 Install excavation support systems ahead of excavation, whenever possible, to avoid loss of material. Avoid trimming behind face where support system will be installed, if excavating below sheeting. Prevent voids, were possible, outside of excavation support and immediately fill any remaining voids with sand, and compact. 3.04 TRENCH EXCAVATION: When pipe/utility is to be laid in grovel bedding or concrete cradle, excavate trench by machinery to, or just below designated subgrade. Provided that material remaining at bottom of trench is only slightly disturbed. When pipe/utility is to be laid directly on bottom of trench, do not excavate lower part of trenches by machinery to subgrade. Remove remainder of material to be excavated just before placing of pipe by use of hand tools. Form a flat or shaped bottom, true to grade, so pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. 3.05 DEPTH OF TRENCH: Excavate trenches to depths so as to permit pipe to be laid at elevations, slopes, or depths of cover indicated on drawings, and at uniform slopes between indicated elevations. 3.06 WIDTH OF TRENCH: Make pipe trenches as narrow as practicable and do not widen by scraping or loosening materials from the sides. Make every effort to maintain sides of trenches firm and undisturbed until backfilling has been completed and consolidated. Excavate trenches with approximately vertical sides between elevation of center of pipe and elevation 1 ft. above top of pipe. NCRWTP Modifications 024723 02210-10 Augget 1, 2000 3.07 TRENCH EXCAVATION IN FiLL: 3.08 1' Place material to top of fill or to a minimum height of 1 ft. above top of pipe, whichever is less when pipe is to be laid in embankment or other recently filled material. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. EXCAVATION NEAR EXISTING STRUCTURES: A. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. Include such manual excavation in work to be done when incidental to normal excavation and under items involving normal excavation. Excavate test pits when determination of exact location of pipe or other underground structure is necessary for doing work properly. 3.9 REMOVAL OF SUBSURFACE OBSTRUCTIONS: 3.10 Remove indicated subsurface structures and related obstructions to a depth of 15 feet. B. Promptly notify Engineer when any subsurface facilities are encountered during excavation which interfere with construction, such as utility lines and appurtenances, walls and foundations, and which are not expected to be encountered. UNAUTHORIZED EXCAVATION: When the bottom of any excavation is taken out beyond limits indicated or prescribed, backfill, without additional compensation, with thoroughly compacted, screened gravel or with Class B concrete, if the excavation was for a structure as shown on the standard details or indicated on the drawings. 3.11 DISPOSAL OF SURPLUS EXCAVATED MATERIALS: Use surplus excavated materials suitable for backfill to backfill normal excavations in rock or to replace other materials unacceptable for use as baclffill; deposit nearly and grade so as to make or widen fills, flatten side slopes, or fill depressions; or deposit neatly for other purposes within a haul of NCRWTP Modifications 024723 02210-11 August 1, 2000 3.12 CARE 1 mile from point of excavation; all as directed or permitted and without additional compensation. AND RESTORATION OF PROPERTY: Enclose uncut tree trunks adjacent to work in wooden boxes of such height as may be necessary for protection from injury from piled material, equipment, operations, or otherwise due to work. Operate excavating machinery and cranes of suitable type with care to prevent injury to trees not to be cut and particularly to overhanging branches and limbs. Cut all branches, limbs, and roots smoothly and neatly done without splitting or crushing. Neatly trim, cut or injured portions and cover with an application of grafting wax or tree healing paint as directed. Protect cultivated hedges, shrubs, and plants which might be injured by the Contractoff s operations by suitable means or dig up and temporarily replant and maintain. After construction operations have been substantially completed, replant in orig!nai positions and care for until growth is reestablished. If cultivated hedges, shrubs, and plants are injured to such a degree as to effect their growth or diminish in their beauty or usefulness, replace by items of equal kind and qualify existing at the start of the work. Do not use or operate tractors, bulldozers, or other power-operated equipment on paved surfaces when their treads or wheels of which are so shaped as to cut or otherwise injure such surfaces. Restore surfaces injured by the Contractor's operations to a condition at least equal to that in which they were found immediately before work commenced. Use suitable materials and methods for such restoration. 3.13 BACKFILLING - GENERAL: Do not place, spread, roll or compact fill material during unfavorable weather conditions. If interrupted by heavy rain or other unfavorable conditions, do not resume until a~certaining that the moisture content and density of the previously placed soil are as specified. NCRWTP Modification~ 024723 02210-12 Aagust 1, 2000 3.14 MATERIAL PLACEMENT AND COMPACTION REQUIREMENTS: A. General: Percent compaction indicated or specified, is the percent of maximum density at optimum moisture as determined by ASTM D1557 Method D. B. Selected Borrow and Fine Aggregate: 1. Dump and spread in layers not to exceed 6-in. uncompacted thickness. 2. Compact to not less than 95 percent beneath structures/pavements and 90 percent in other areas. C. Screened Gravel: 1. Dump and spread in layers not to exceed 8-in. uncompacted thickness. 2. Compact as indicated using heavy self propelled vibratory steel drum or rubber tire rollers with a minimum of 2 passes in directions perpendicular to one another in open areas. In confined areas, use manually operated vibratory plate compactors with a minimum of 2 passes. D. On site excavated soil for use as non-structural fill: 1. Dump and spread in layers not to exceed 12-in. uncompacted thickness. 2. Compact to not less than 90 percent. 3.15 FILL UNDER STRUCTURES (STRUCTURAL FILL): A. Compact fill under structures and pavements adjacent to structures with selected borrow unless otherwise noted on drawings. 3.16 BACKFILLING AROUND STRUCTURES: A. Do not place backfill against or on structures until they have attained sufficient strength to support the loads (including construction loads) to which they will be subjected, without distortion, cracking, or other damage. Provide special leak tests, as soon as practicable after structures are structurally adequate and other necessary work has been done. Start backfilling promptly after completion of NCRWTP Modifications 02210-13 August 1, 2000 024723 tests. Use best of excavated materials for backffiling within 2 ft. of structure. Deposit material evenly around structure to avoid unequal soil pressure. B. Backfill around structures using bank-run gravel. Place and compact material to 90 percent unless otherwise indicated or specified. 3.17 MATERIAL FOR FILLING AND EMBANKMENTS: Use selected borrow needed, in addition to that available from construction operations, from suitable gravel banks or other suitable deposits. Furnish, without additional compensation, borrow material needed on the work. 3.18 PREPARATION OF SUBGRADE: 3.19 A. Remove loam and topsoil, loose vegetable matter, stumps and large roots from areas upon which embankments will be built or material will be placed for grading. Shape subgrade as indicated on drawings, and prepare by forking, furrowing, or plowing so that the first layer of new material placed thereon will be well bonded to it. PLACING AND COMPACTING EMBANKMENT MATERIAL: Refer to moisture-density curves for each fill material used supplied by soils testing laboratory as a guide in controlling moisture to achieve required degree of compaction. ao Spread and compact fLll to density required and to grades shown. Backfilling and compacting may be carried on simultaneously with excavation in areas where, in the opinion of Engineer, backffiled material will not be disturbed by excavating operations. Perform fill operation in an orderly and systematic manner using equipment in proper sequence to achieve a compacted fill of required density. Suspend ffilin~ operation when fill has been placed and compacted in one section of the work to an elevation at which tests are to be made. Continue filling in remainder of area. Place no fill over an area where tests are being made until tests are completed and soils testing laboratory has advised Engineer that adequate densities are obtained. NCRWTP Modifications 02210-14 August 1, 2000 024723 16{; 1 Place fill material free of muddy, organic matter, rubbish, or debris. Place fill on surfaces which are similarly free of deleterious substances. Begin filling in lowest section of work area, and spread fill in layers not exceeding 8-in. uncompacted thickness. Grade surface of fill approximately horizontal but provide with sufficient longitudinal and transverse slope to allow for runoff of surface water from every point. Conduct filling so that no obstruction to drainage from other sections of ~l area is created at any time. Install temporary dewatering sumps in low areas during filling operation where excessive amounts of rain runoff collect. Add water to fill material, as necessary, to meet specified limits for moisture content prior to compaction. Add water carefully by sprinkling, taking care that no more than the amount needed to meet the moisture requirements is applied. Do not employ pending or flooding in fill areas. Reduce moisture content of fill material, if necessary, in source area by working it over under warm and dry atmospheric conditions. A large disc harrow with two to three foot diameter disks is preferred machine for working soft in a drying operation. Remove and waste or stockpile for later use material with a moisture content which is greater than optimum. Otherwise, delay rolling until such time as material has dried sufficiently so that moisture content is slightiy less than optimum. There will be no adjustment to Contact Price due to any operation in removing and wasting or stockpiling, or in drying the materials or on account of delays occasioned thereby. Compact each layer of fill to 90 percent, 95 percent under structures and in the top two (2) feet of the fill or embankment before placing the next layer. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from humps and hollows which would prevent proper and uniform compaction. Do not permit hauling equipment to follow a single track on the same layer but direct equipment to spread out to prevent overcompaction in localized areas. Take care in obtaining thorough compaction at edges of fill. Slightly slope surface of fill to ensure drainage during periods of wet weather. Do not place fill while rain is falling or after a rain-storm until Engineer considers conditions satisfactory. During such periods and upon suspension of filling operations for any period in excess of 12 hours, roll smooth the surface NCRWTP Modifications 024723 02210-15 August 1, 2000 of fill using a smooth wheel static roller to prevent excessive absorption of rainfall and surface moisture. Prior to resuming compaction operations, blade muddy material off surface to expose firm, compacted material, as determined by Engineer. When fill is placed against an earlier fill or against in-situ material under and around structures, including around piping beneath structures or embankments, slope junction between two sections of fill, 1 vertical to 1.5 horizontal. Bench edge of existing fill 24-in. to form a serrat~l edge of compact stable material against which to place the new fill. Ensure that rolling extends over junction between fills. When f'fil is placed directly upon another older fill, clean surface thoroughly of debris and remove any loose material. Then compact, entire old surface by two complete passes of applicable compaction equipment. After spreading each loose lift to the required thickness and adjusting its moisture content as necessary, roll with sufficient number of passes to obtain the required compaction. One pass is defined as the required number of successive trips which by means of sufficient overlap will insure complete coverage and uniform compaction of an entire lift. Do not make additional passes until previous pass has been complet~l. In case material of any fill sinks and weaves under roller or under hauling units and other equipment, required degree of compaction is not being obtained. Reduce the moisture content. If such sinking and weaving produces surface cracks which, in judgment of Engineer, indicates an unfavorable condition, suspend operations on that part of the embankment until it becomes sufficiently stabilized. Ideal condition in fill is that attained when the entire fill below the surface being rolled is so firm and hard as to show only the slightest weaving and deflection as roller passes. Spread out rolling operations over the maximum practicable area to minimize condition of sinking and weaving. If because of defective work, compaction obtained over any area is less than that required, remedy condition at no cost to Owner. If the material itself is unsatisfactory or if additional rolling or other means fall to produce satisfactory results, remove material in that area down to a level of satisfactory density. Perform removal, replacement, and rerolling without additional compensation. NCRWTP Modifications 02210-16 August 1, 2000 024723 3.20 COMPACTION EQUIPMENT: Compact general fill and embankment materials insofar as practicable, by rolling equipment of sufficient size, weight, and tire pressure. Operate at a rate of travel that will consistently obtain the required compaction. Do not use equipment not capable of consistently obtaining the required compaction. Compact with hand-operated, power-driven tampers of sufficient size and weight to obtain the required compaction results where rolling is not practicable. 3.21 COMPACTION CONTROL: Carefully control the embankment and/or backfill compaction to assure desired strength and performance. ao Compact embankment or backfill to density specified for various types of material. Control moisture content of material being placed as specified or if not specified, at a level slightly lower than optimum. Moisture control may be required either at the stockpile area, pits, or on embankment or backftil. Increase moisture content when material is too dry by sprinkling or other means of wetting uniformly. Reduce moisture content when material is too wet by using ditches, pumps, drainage wells, or other devices and by exposing the greatest possible area to sun and air in conjunction with harrowing, plowing, spreading of material or any other effective methods. Do Prescribed moisture content may be changed by Engineer from time to time to conform to changes in character and grading of material. * * * END OF SECTION * * * NCRWTP Modifications 024 723 02210-17 August 1, 2000 1 SECTION 02221 TRENCHING, BEDDING, LAYING AND BACKFILL FOR PIPE PART 1 - GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment, and incidentals necessary to perform all excavation, backfill, fill, grading and dope protection required to complete the pip'rag work shown on the Drawings and specified here're. The work shall include, but not necessarily be limited to: manholes, pits and pipe, all bedding, backffiling, fill and required borrow, grading and disposal of surplus and unsuitable materials, and all related work such as sheeting, bracing and water handling. 1.02 RELATED WORK The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 02210: Earth Excavation, Backfill, Fill and Grading C. Section 15060: Water System Piping D. Section 15062: HDPE Pipe 1.03 TRENCH PROTECTION The ConWactor shall construct and maintain sheeting and brae'rag as required to support the sides of excavations, to prevent any movement which could in any way diminish the width of the excavation below that necessary for proper construction, and to protect adjacent structures, existing piping and foundation material from disturbance, undermining, or other damage. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed they shall be immediately filled and compacted. go For pipe trench sheeting, no sheeting is to be withdrawn if driven below mid-diameter of any pipe, and no wood sheeting shall be cut off at a level lower than 1 foot above the top of any pipe unless otherwise directed by the Engineer. If during the progress of the work the Engineer decides that additional wood sheeting should be left in place, he may direct the Contractor in writing. If steel sheeting is used for trench sheeting, NCRWl'P Modifications 024723 02221-1 August 1, 2000 16C 1 removal shall be as ~'lfied above, unless written approval is given by the Engineer for an alternate method of removal. Co All sheeting and bracing, not left in place, shall be carefully removed in such a manner as not to endanger the construction or other structures, utilities or existing piping. All voids left or caused by withdrawal of sheeting shall immediately be refilled with sand or ramming with tools especially adapted to that purpose, by watering or otherwise as may be directed. The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating any obligation on his part to issue such orders, and his failure to exercise his right to do so shall not relieve the Contractor from liability for damages to persons or property occurring from or upon the work occasioned by negligence or otherwise, growing out of a failure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or moving of the ground. JOB CONDITIONS ' A. The Contractor shall examine the site and review the available test borings or undertake his own soft borings prior to submitting his bid, taking into consideration all conditions that may affect his work. Existing Utilities: Locate existing underground utilities in the areas of work. If utilities are to remain in place, provide adequate means of protection during earthwork operations. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult the Engineer and the County of such piping or utility immediately for directions. Cooperate with County and utility companies in keeping respective services and fac'dities in operation. Repair damaged utilities to satisfaction of utility owner. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. Protect strum, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. NCRWTP Modifications 02221-2 August 1, 2000 024723 16[; 1 The location of the existing water main varies in vertical and horizontal alignment. The CONTRACTOR shall dig test pits at intervals of his choosing to locate the existing water main prior to installation of the new water mains. PART 2 - PRODUCTS 2.01 MATERIALS A. General: 1. Materials for use as base, fill and backfill shall be described below: PART 3 - EXECUTION 3.01 GENERAL Satisfactory soil materials are defined as those complying with American Association of State Highway and Transportation Officials (AASHTO) M-145, sod classification Groups A-l, A-2-4, a-2-5, and a-3. Unsatisfactory soil materials are those defined in AASHTO M-145 sod classification Groups A-2-6, A-2-7, A4, a-5, A-6, and a-7 along with peat and other highly organic soils. All excavation, backfill and grading necessary to complete the work shall be made by the Contractor and the cost thereof shall be included in the Contract price. Material shall be furnished as required from off site sources and hauled to site. The Contractor shall take all necessary precautions to maintain the work area in a safe and workable condition. The Contractor shall protect his work at all times by flagging, marking, lighting and barricading. It shall also be the Contractor's responsib'flity to preserve and protect all above and underground structures, pipe lines, conduits, cables, drains, or utilities which are existing at the time he encounters them. Failure of the Drawings to show the existence of these obstructions shall not relieve the Contractor from this responsibility. The cost of repair of damage which occurs to these obstructions during or as a result of construction shall be borne by the Contractor without additional cost to the County. NCRWTP Modifications 024723 02221-$ August _t, 2000 3.02 TRENCH EXCAVATION Excavation for all trenches required for the installation of pipes shall be made to the depths indicated on the Drawings. Excavate in such manner and to such widths as will give suitable room for laying the pipe within the trenches, for bracing and supporting and for pumping and drainage facilities. The trench width at the top of the pipe shall not exceed the allowable as determined by the depth of cut and indicated on the Drawings. Where pipe is to be laid in bedding or encased in concrete, the trench may be excavated by machinery to or just below the designated subgrade provided that the material remaining in the bottom of the trench remains undisturbed. Where the pipes or ducts are to be laid directly on the trench bottom the lower part of the trenches shall not be excavated to the trench bottom by machinery. The last of the material being excavated shall be done manually in such a manner that will give a flat bottom true to grade so that pipe can evenly and uniformly supported along its entire length on undisturbed material or bedding rock. Bell holes shall be made as required manually so that there is no bearing surfaco on the bells and pipes are supported along the barrel only. The bottom of the excavations shall be firm and dry and in all respects acceptable to the Engineer. Excavate any organic soil material from the bottom of the trench and replaco with screened gravel bedding, at least 6 inches thick. 3.03 PIPE INTERFERENCES AND ENCASEMENT The contractor shall abide by the following schedule of criteria concoming interferences with other utilities. 1. In no case shall there be less than 1.5 feet between any two pipe lines and structures. 2. Concrete Encasemerit: Wherever there is less than 1.5 foot clearanco between water mains or water services, then a concrete encasement shall be provided. The Engineer shall have full authority to direct the placement of the various pipes and structures in order to facilitate construction, expedite completion and to avoid conflicts. NCRWTP Modifications 024723 02221..4 Augnstl, 2000 3.04 HANDLING PIPE AND FrlTINGS Care shall be taken in loading, transporting, and unloading to prevent injury to the pipe. Pipe and fittings shall not be dropped. All pipe and fittings shall be examined before laying, and no piece shall be installed which is found to be defective. Any damage to the pipe shall be cause for rejection as directed by the Engineer. go If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional expense to the County. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when installed or laid, shall conform to the lines and grades required. 3.05 LAYING PIPE AND FrrrlNGS Pipe and fittings shall be installed in accordance with requirements of AWWA Standard Specification except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by tamping selected material at the sides of the pipe up to the springline. Blocking will not be permitted. go All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. Thedeflection at joints shall not exceed that recommended by manufacturer. Fittings, in addition to those planned, shall be provided, if required, in crossing utilities, which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. When cutting pipe is required, the cutting shall be done by machines, leaving a smooth cut at fight angles to the axis of the pipe. Cut ends of pipe to be used with a compression joint shall be beveled to conform to the manufactured spigot end. D. Joining Pipe: Push-on joints shall be made in strict accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking aho_~a. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and thejo'mt surfaces cleaned and lubricated. The plain end of the pipe is to be aligned with the bell of the pipe to which it is to be joined, and pushed home with a jack or by other means. NCRWTP Modifications 024723 02221-5 August 1, 2000 16C 1 Mechanical joints at valves, fittings, and where designated on the drawings and as specified, shall be in accordance with the "Notes on Method of Installation" under ANSI Specification A21.11 and the instructions of the manufacturer. To assemble the joints in the field, thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tightened to the specified torques. Under no condition shall extension wrenches or pipe over handle or ordinary ratchet wrench be used to secure greater leverage. All valves, fittings and other appurtenances needed upon the pipelines shall be set and jointed as indicated on the Drawings or as required by the manufacturer. F. Unless otherwise noted, underground fittings shall be restrained mechanical joint. Deflected bell pipe shown on the Drawings is shown only as an assistance iljustrating a preferred means of installation in specific locations, and is not intended to indicate all deflected bell pipe necessary to effect the installation as shown in plan and profile views. The cost of all such deflections shall be included within the bid price for furnishing and installing the pipe. The Contractor shall install an electronic pipe detection device, i.e., "Detecto Tape" directly above the pipe 18 inches below final grade during the backfilling operations. The brightly colored plastic-coated metal strips or tape shall be designed specifically for the purpose of pipe detection and shall include warning labels to the excavator. 3.06 PRESSURE AND LEAKAGE TESTS OF UNDERGROUND PRESSURE PIPING Hydrostatic pressure and leakage test shall conform with Section 4 of AWWA C600-77 Specification with the exception that the Contractor shall furnish all gauges, meters, pressure pumps and other equipment needed to test the line. The pressure required for the field hydrostatic pressure test shall be as scheduled in accordance with Section 01310. The Contractor shall provide temporary plugs and blocking necessary to maintain the required test pressure. Corporation cocks at least 3/4 inches in diameter, pipe riser and angle globe valves shall be provided at each pipe dead-end in order to bleed air from the line. Duration of pressure test shall be at least two hours. The cost of these items shall be included as a part of testing. ~ The leakage test shall be a concurrent test at the maximum operating pressure as determined by the Engineer with the pressure test and shall be of not less than 2 hours duration. All leaks evident at the surface shall be repaired and leakage eliminated NCRWTP Modifications 024723 02221-6 August 1, 2000 16g 1! regardless of total leakage as shown by test. Lines which fail to meet tests shall be repaired and fetested as necessary until test requirements are complied with. Defective materials, pipes, valves and accessories shall be removed and replaced. The pipelines shall be tested in such sections as may be directed by the Engineer by shutting valves or installing temporary plugs as required. The line shall be filled with water and all air removed and the test pressure shall be maintained in the pipe for the entire period by means of a force pump to be furnished by the Contractor. Accurate means shall be provided for measuring the water required to maintain this pressure. The amount of water required is a measure of the leakage. The amount of leakage which will be permitted shall be in accordance with AWWA C600 Standards for all pressure lines. The Contractor must submit his plans for testing to the Engineer for review at least ten (10) days before starting the test. The Contractor shail remove and adequately dispose of all blocking material and equipment after completion and acceptance of the field hydrostatic test, unless otherwise directed by the Engineer. Any damage to the pipe coating shall be repaired by the Contractor. Lines shall be totally free and clean prior to finai acceptance. 3.07 CLEANING AND FLUSHING 3.08 A. The pipe shall be thoroughly cleaned of all foreign matter before installation. It is the responsibility to insure cleanliness of the pipe during inslallation and backfilling. At the conclusion of the work, the Contractor shall thoroughly clean all of the pipe, if necessary, by flushing with water or other materials which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest outlet. If pipe is cleaned and if the groundwater level is above the pipe, or following a heavy rain the Engineer will examine the pipe for leaks. If defective papes or joints are discovered at this time, they shall be repaired by the Contractor. TRENCH STABILIZATION A. No claim for extras, or additional payment w'fil be considered for cost incurred in the stabilization of trench bottoms which are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other muses. In no event shall pipe be installed when such conditions exist and the Contractor shall correct such conditions so as to provide proper bedding or foundations for the proposed installation at no additional cost to the Owner. NCRWTP Modification~ 02221-7 August 1, 2000 024723 3.9 PIPE BEDDING Excavation shall be backfilled with approved pipe bedding materials, up to the level of the lower one-third of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate suppert and bearing under the fitting. Bedding material for piping shall be screened gravel. Any excavation below the levels required for installation of the pipe bedding shall be backfilled with approved bedding material, tamped, compacted and shaped in 12" lifts to provide proper support for the proposed pipe, at no cost to the Owner. 3.10 BACKFILLING Backfilling over pipes shall begin as soon as practical after the pipe has been laid, jointed, and inspected and the trench filled with suitable compacted material to the mid-diameter of the pipe. All backfilling shall be prosecut~.xl expeditiously as detailed on the Drawings. Backfilling shall begin soon after pipe installation. Pipe installation shall not precede backfilling by more than 100 feet. The contractor' s open trench(s) shall not be greater than 100 feet atany time during construction. The Contractor shall not be allowed to install pipe until the backfilling operations approach the pipe installation and are within 100 feet of the end of the pipe. Any space remaining between the pipe and sides of the trench shall be packed full by hand shovel. Use screened gravel as fill and backfill around pipelines and beneath associated structures unless othenvise indicated or directed. Remove loose or unstable materials along the sides or bottom of the excavation. Compact to 95 % maximum density in Myers not to exceed 6 inches from the trench bottom to 12 inches above the top of pipe. The filling shall be carried up evenly on both sides with at least one man tamping for each man shoveling material into the trench. The remainder of the trench above the compacted backffil, as just described above, shall be filled With selected borrow and thoroughly compacted. Before compaction, deposit and spread material in uniform parallel layers not exceeding 8 in. thick when compacted by t~tmping or, under appropriate circumstances, rolling. Before placing next layer, tamp each layer as required to obtain a thoroughly compacted mass. NCRWTP Modifications 024723 02221-8 August 1, 2000 Take care that material close to bank, as well as in other portions of trench, is thoroughly compacted. When trench width and depth to which backfill has been placed make it feasible, and it can be done effectively without damage to pipe, and with EngineeftS approval, compact backfill by use of suitable rollers, tractors, or similar powered equipment instead of by tamp'rag. Wet material by sprinkling when necessary to ensure proper compaction by tamping (or rolling). However, do not compact by tamping (or rolling) when material is too wet either from rain or too great an application of water to be compacted properly. At such times, suspend work until previously placed and new materials have dried out sufficiently to permit proper compacting, or take such other precautions taken as may be necessary to obtain proper compaction. Compact each layer to 95 percent of maximum dry density. Additional excavation shall be performed where organic or other unsuitable material is encountered in the excavation. The Contractor shall bring the condition to the attention of the Engineer and obtain his determination as to whether or not the material will require removal, prior to preparing the pipe bedding. Where organic material, such as roots, muck, or other vegetable matter, or other material which, in the opinion of the Engineer, will result in unsatisfactory foundation conditions, is encountered below the level:of the proposed pipe bedding material, it shall be wholly or partially removed as directed by the Engineer and was~cl. Sheeting shall be installed as necessary to maintain pipe trenches within the specified limits. The resulting excavation shall be backfilled with suitable backfill material, placed in 6-inch layers, tamped and compacted up to the level of the bottom of the proposed pipe bedding material. Compaction of this material shall be to a minimum of 95% of AASHTO T-180. Unsuitable material will become property of Contractor and removed from the site. Particular attention and care shall be exercised in obtaining thorough support for the branch of all service connection fittings. Care shall be taken to preserve the alignment and gradient of the installed pipe. Employ a placement method that does not disturb or damage foundation perimeter drainage, conduit and duct in trench. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. Remove surplus fill materials from site. Leave fill material stockpile areas completely free of excess fill materials. 3.11 GRADING NCRWTP Modification~ 024 723 02221-9 August'I, 2000 Grading shall be performed at such places as are indicated on the Drawings, to the lines, grades and elevations shown or as directed by the Engineer and shall be made in such manner that the requirements for formation of embankments can be followed. All unacceptable material encountered, of whatever nature within the limits indicated, shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained in such condition that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or diver surface water which may affect the prosecution or condition of the work. If at the time of excavation it is not possible to place any material in its proper section of the permanent structure, it shall be stockpiled in approved areas for later use. No extras will be considered for the stockpiling or double handling of excavat~l material. The fight is reserved to make minute adjustments or revisions in lines or grades if found necessary as the work progresses, due to discrepancies on the Drawings or in order to obtain satisfactory construction. All fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings, or as directed by the Engineer. In cut, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings or as specified by the Engineer. No grading is to be done in areas where there are existing pipe lines that may be uncovered or damaged until such lines which must be maintained are relocated, or where lines are to be abandoned, all required valves are closed and drains plugged at manholes. The Contracter shall replace all pavement cut or otherwise damaged during the progress of the work. 3.12 DISPOSAL OF UNSUITABLE AND SURPLUS MATERIAL All unsuitable excavated material shall become the property of the Contractor. This matefial shall be removed from the project site within 48 hours of excavation. Suitable excavated material may be used for fill if it meets the specifications for common fill and is approved by the Engineer. Excavated material so approved may be neatly stockpiled at the site where designated by the Engineer provided there is NCRWTP Modifications 024723 02221-10 August 1, 2000 16C 1! an area available where it will not interfere with the operation of the facility nor inconvenience traffic or adjoining property owners. * * * END OF SECTION * * * NCRWTP Modifications 024 723 02221-11 August 1, 2000 SECTION 02223 SCREENED GRAVEL 16[: 1! PART 1 - GENERAL A. Furnish, place, and compact screened gravel in authorized excavation below normal depth and elsewhere, as directed. PART 2 - PRODUCTS Screened gravel: Well graded in size from 3/8 in. to 3/4 in. or such other sizes as may be approved and consisting of clean, hard, and durable particles or fragments free from dirt, vegetation, or other objectionable matter and free from an excess of soft, thin elongated, laminated or disintegrated pieces. Crushed rock of suitable size and grading may be used instead of screened gravel. PART3-EXECUTION Ao Spread material in layers of uniform thickness not greater than 6 in. and then thoroughly compact by means of a suitable vibrator or mechanical tamper. Use above method for screened gravel or crushed rock. * * * END OF SECTION * * * NCRWTP Modifications 024723 02223-1 August 1, 2000 SECTION 02225 SELECTED BORROW 1 PART 1 - GENERAL 1.01 DESCRIPTION: A. Provide and compact selected borrow as indicated or directed. PART 2 - PRODUCT 2.01 MATERIAL: Use inorganic natural soils and/or rock having not more than 5 percent by weight passing the No. 200 sieve and having a maximum 1 inch stone size. Use only material well-graded throughout entire size range, free from roots, leaves, and other organic materials, free of ice or frost and aggregations of soil particles frozen. Control the moisture content of borrow within plus or minus 3 percent optimum moisture content at the borrow source. PART 3 - EXECUTION 3.01 PROCEDURE: Spread selected borrow in layers of uniform thickness not exceeding 8 in. before compaction and moistened or allowed to dry. Compact thoroughly by means of suitable power-driven tampers or other power- driven equipment. * * * END OF SECTION * * * NCR WTP Modifications 024723 02225-1 August 1, 2000 SECTION 02229 ROCK REMOVAL 16C 1' PART 1 - GENERAL 1.01 DESCRIPTION A. Removal of identified and discovered rock during excavation. B. Expansive tools to assist rock removal. 1.02 RELATED SECTIONS The Contract Documents includes, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 02210 - Earth Excavation, Backffil, Fill and Grading. C. Section 02221 - Trenching, Bedding and Backffil for Pipe. 1.03 DEFINITIONS A. Site Rock: Solid mineral material with a volume in excess of 1/3 cu yd or solid material that cfinnot be removed with a 3/4 cu yd capacity power shovel. 1.04 SUBMITTALS A. Shop Drawings: Indicate the intended rock removal method should blasting be necessary in order to obtain required Fire Marshall and/or government agency approvals. PART 2 - PRODUCTS Not Used NCRWTP Modifications 02229-1 August 1, 2000 024723 PART 3 - EXECUTION 3.01 ROCK REMOVAL - MECHANICAL METHOD Ao Excavate and remove rock b~ the mechanical method. Drill holes and utilize expansive tools wedges and/or mechanical disintegration compound to fracture rock. B. Cut away rock at bottom of excavation to form level beating. In utility trenches, excavate to 6 inches below invert elevation of pipe and 24 inches wider than pipe diameter. D. Remove excavated materials from site. Correct unauthorized rock removal in accordance with backfilling and compacting requirements of Section 02210. F. Use of Explosives: Under no circumstances shall blasting be done allowed. The use of rock trenching equipment shall be permitted. Rock excavation is expected in all areas within the project limits. 3.02 FIELD QUALITY CONTROL Provide for visual inspection of foundation bearing surfaces and cavities formed by removed rock. * * * END OF SECTION * * * NCRWTP Modifications 024723 02229-2 Augu. vt 1, 2000 SECTION 02295 EXCAVATION SUPPORT 16C 1' PART 1 - GENERAL 1.01 DESCRIPTION: A. Design, furnish, install and leave in place all excavation support indicated as "permanent" on the drawings. Excavation support systems for other areas not designated on the drawings as permanent, may be removed at Contractor's option. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 02210: Earth Excavation, Backfill and Grading C. Section 03300: Cast-in-Place Concrete 1.03 REFERENCES: A. AWPA: American Wood Preservers Association. B. ASTM: American Society of Testing Materials. 1. ASTM A 328: Standard Specification for Steel Sheet Piling 1.04 DESIGN: A. The Contractor is solely responsible for the design for all Excavation Support Systems. 1. All excavation support systems to be designed by a professional registered Civil Engineer in the State of Florida. 2. Support Data: Submit the following: 02295-1 NCRWTP Modification~ 024723 Augu,rt 1, 2000 16C 1 So go ao Certification, signed by Contractor stating that all members, elements and connections are designed to withstand required loads and forces. Do Reference to codes and specifications to which structural design conforms. Design excavation support system to support earth pressures, equipment and construction loads, and other surcharge loads, to allow safe and expeditious construction of permanent structures with minimal movement or settiement of ground, and to prevent damage to, or movement or settlement of, adjacent buildings, structures, or utilities. Allowable lateral and vertical ground movement, including earth support system and soil and limited to a maximum of 1/2 in. Ground movements to be monitored in accordance with requirements of Contractor's excavation support designer for three (3) inclinometers and optical survey (10 survey points). Design of excavation support systems to include penetration to depth below bottom of excavation adequate to prevent lateral and vertical earth movement, and to permit lowering of indicated bottom of excavation at least two feet without any change in support system as installed. Design bracing system to furnish sufficient reaction to maintain stability in excavation bottom and walls to prevent displacement of ground and movement of structures. Prestress struts to a minimum of 50 percent of design load. Tie back supported systems (soil or rock) will be permitted. All excavation support systems designated on the drawings are to be left in place. Bracing to be removed. Do not cast permanent structure walls directly against excavation support walls. Selection and design of the temporary excavation support techniques to be by Contractoff s Registered Professional Engineer. Temporary unsupported open cut excavation with sloping sides for excavations greater than a depth of 5 feet not allowed. Conform to all federal, state and local rules, orders and regulations applicable to the design anti'installation of excavation support systems. NCRWTP Modifications 024723 02295-2 August 1, 2000 16[: 1 PART 2 - PRODUCTS 2.01 MATERIALS: A. General: All materials free of defects. B. Steel Sheet Piling: ASTM A 328, continuous interlocking type. C. Timber Lagging Left in Place: Treated per appropriate AWPA standards. PART 3 - EXECUTION 3.01 GENERAL: Install excavation support systems in accordance with Contractor's Designer prepared working drawings. Install, maintain, and remove excavation support so as to prevent: movement, settlement, or loss of ground, removal of fines from adjacent ground, or damage to or movement of existing adjacent structures and utilities. Use one or more vibratory or impact hammers for driving all sheet piling or H- piles. Maintain equipment in first-class condition. Select pile driving equipment that delivers necessary energy to drive and seat the sheet piles to the required depth. Care to be taken during driving to prevent and correct any tendency of sheetpiling to bend, twist, or rome, or to pull out of interlock. Should any section develop any of these tendencies, or fetch up in an unusual manner at a substantially higher or lower grade than the immediately adjacent sheeting, the section shall be pulled and inspected for damages. Undamaged sheeting or new sheeting to be tedriven. The following items to be incorporatexl in the pile driving procedure used: For each driving pass, all sheetpiling to be driven an increment of penetration dependent on the driving resistance. The increment of penetration is not to exceed one third of the drive length. When driving becomes difficult due to increased resistance to penetration, limit the duration of driving to prevent fusing of interlocks. NCRWTP Modifications 024723 02295-3 August 1, 2000 An impact hammer to be available if final seating of sheetpiling cannot be achieved with the vibratory hammer. Fo Install all excavation bracing or tieback systems immediately upon reaching each bracing level designed by Contractoffs Registered Professional Engineer. Do not proceed with further excavation until bracing is installed and prestressed. Prestress struts, braces or tiebacks by introducing jacking load into struts or braces immediately after installation and in accordance with methods, procedures and sequence described on submitted working drawings. Use steel shims and steel wedges welded or bolted in place to maintain prestressing load in the bracing or struts after release of jacking equipment pressure. Ho Seal leaks in walls that would permit penetration of fines and loss of soil, or which may cause boiling or other bottom instability of excavation. Monitor performance of excavation support system with inclinometers, settlement markers, and strain gauges as required by Contractor's Designer. Contractoffs Professional Registered Engineer to formulate corrective action if monitored movements in inclinometers or settlement markers exceed 1/2 inch or loads monitored from strain gauges exceed prestress load. 3.02 REMOVAL: Ao Remove all portions of excavation support systems except where in physical interference with permanent structures, or adjacent utilities as directed by the Engineer. In areas where excavation support systems are left in place, remove all portions of excavation support systems to depth of three feet below finished grade or below bottom of adjacent structures. go Any openings in walls from bracing of sheeting to have continuous water stop and reinforcement installed. Immediately fill all voids created by removal of excavation support members with lean concrete or fine aggregate. (DOT standard specification Section 902- 4). Assist Engineer in preparation of as-built drawings showing locations and cut off elevations of support systems left in place. * * * END OF SECTION * * * NCRWTP Modifications 022954 August 1, 2000 024721 SECTION 03100 CONCRETE FORMWORK 1 PART 1 - GENERAL 1.01 DESCRIPTION: A. Furnish, construct, and remove formwork to produce cast-in-place concrete structures as indicat~.xl and specified. B. Use formwork to cast all concrete structures including foundation mats, base slabs, footings, and slabs on grade. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 03200: Concrete Reinforcement C. Section 03300: Cast-In-Place Concrete 1.03 QUALITY CONTROL: A. Notify the Engineer a minimum of four (4) hours before the closure of forms which would make subsequent inspection difficult. B. Construct formwork in accordance with ACI-347 and as specified. C. Comply with the requirements in ACI-347 for tolerances of formed surfaces. D. Check vertical and horizontal alignment of formwork by means of transit or theodilite before placing concrete. Permit the Engineer to examine formwork with the set up instrument, if requested. Adjust formwork to maintain the concrete tolerances specified after placing concrete. NCRWTP Modifications 03100-1 August 1, 2000 024 723 E. Do not remove formwork before the minimum time limitations, as specified in sub-part 3.03 are met. 1.04REFERENCES: A. American Concrete Institute (ACI): 1. ACI 347R-88: Guide to Formwork for Concrete. B. LI.S. Product Standard PS 1, for Construction and Industrial Plywood. PART 2 - PRODUCTS 2.01MATERIALS: A. Formwork Design Requirements: 1. Provide and design formwork to support vertical loads and lateral pressure resulting from placement and vibration of concrete in accordance with ACI-347. 2. Provide and design formwork to locate bracing which will maintain form stability, to comply with the tolerances specified. 3. Provide and design formwork to anticipate deflection and creep due to weight 'and pressure of fresh concrete and construction loads. 4. Provide temporary openings in wall and column forms, to facilitate cleaning and inspection. 5. Provide and design forms with openings allowing placement of concrete without segregation. Provide drop chutes or drop pipes to prevent accumulation of hardened concrete on forms and reinforcement above fresh concrete and to prevent concrete segregation. 6. Provide and design forms to conform with construction joint locations indicated and to match architectural lines. 1 NCRWTP Modifications 03100-2 024723 August I, 2000 Wood Forms: 1. Provide forms for concrete surfaces which will not be exposed to view in finished work, of lumber which will not deflect beyond f'mish tolerances specified. Provide forms for concrete surfaces which are exposed to view or painted in the finish work with material that is not reactive with concrete and which will produce surfaces equivalent in smoothness and appearance to that produced by new plywood panels conforming to U.S. Product Standard PS 1, Exterior Type Grade B-B. Provide forms which will not deflect beyond finish tolerances specified. Provide 4 x 8 foot panels or larger to reduce form seam lines, except where restricted by location of openings, architectural lines or joints. Provide bracing secured to forms which will prevent deflection and maintain the tolerances specified. Steel Forms: : Provide forms for concrete which produce surfaces equivalent in smoothness and appearance to that produced by new plywood panels as specified for wood forms. Provide forms with strength to restrain forms from deflecting beyond finish tolerances specified. Provide forms having steel sheet lining with steel back-up framing. Do not use steel sheet lining with wood back-up framing. Tubular Fiber Forms: Providd forms with spirally constructed laminated plies of fiber. Provide forms with wall thickness as recommended by the manufacturer to meet load requirements of the various uses and sizes. 3. Provide forms with wax coated outside surfaces for moisture resistance. NCRWTP Modifications 024723 03100-3 August 1, 2000 Go 4. Provide forms with inside surface coated with bond-breaker compound. Form Ties: Provide factory fabricated tie system that will prevent form deflection beyond finished tolerances specified and will not spall concrete upon the ties removal. Provide ties fitted with devices that will form cone shape holes in concrete surface not less than 3/8 inch interior diameter or more than 1- 1/4 inch in exterior surface diameter and at least 1-1/2 inch deep such that the portion of the tie remaining in the concrete will be at least 1-1/2 inch back from concrete surface. Provide ties which pass through walls subjected to hydrostatic pressure, including exterior foundation walls with continuously attached waterstop devices to break surface continuity around ties as to inhibit water seepage. Bond Breaker: Provide a liquid product which will not stain the concrete and imparts a water-proof film to prevent adhesion of concrete to formwork and will be compatible with curing compound and sealers and not leave a paint, waterproofing, dampproofing, and coatings impediment on the face of the concrete. Chamfer Strips: Provide three quarter inch triangular fillets, milled clear straight-grain pine, surfaced each side, or extruded vinyl type, with or without nail flange to form all exposed concrete edges such as columns, pilasters, beams, curbs, equipment pads, and as indicated and specified. NCRWTP Modification~ 024723 03100-4 August 1, 2000 PART 3 - EXECUTION 3.01 BOND BREAKER COATING: Coat forms with bond breaker prior to placement of reinforcing steel or before the form is placed in its final position. Do not allow bond breaker to come in contact with reinforcement. Do not allow excess bond breaker material to stand in puddles in the forms nor to come in contact with concrete against which fresh concrete is to be placed. 3.02 FORM CONSTRUCTION: Erect forms as designed by the Contractor to support the vertical loads and lateral pressure in accordance with ACI-347, and anticipated concrete placement height. Erect forms butted tightly together to prevent leakage of grout and cement paste. Fit bottom of forms to the preceding lift to form a smooth complete surface, free from irregularities and offsets and to prevent leakage of grout and cement paste. Arrange joints between formwork panels vertically and horizontally to match architectural lines and construction joints. Set forms true to the indicated line and grade, to obtain specified concrete finish tolerances. Correct deviations in line before and after concrete placement, even to the extent of demolishing, removing demolished material from the job site and rebuilding concrete structures, at no additional cost to the Owner. Control grade of finished surfaces and horizontal construction joints by setting chamfer strips or grading strips true to grade. Inspect forms ,and embedded items before placing concrete. Forms and excavation shall be free from water, dirt, debris, and foreign matter when concrete is placed. NCRWTP Modifications 024 723 03100-5 August 1, 2000 1 Clean all form surfaces in contact with concrete. Repair all surfaces to obtain specified concrete finish. Withdraw all projecting nails and fill holes before reusing form matedai. I. Protect materials in construction joints. J. Key groove all construction joints as shown on contract drawings. Maintain steel form temperature between 50 and 95 degrees F before, during and after concrete placement until the forms are removed. 3.03 REMOVAL OF FORMS: Do not remove forms until concrete has obtained sufficient strength to support safely its own weight and construction live loads or at least 3 days minimum. * * * END OF SECTION * * * NCRWTP Modifications 024723 August 1, 2000 SECTION 03200 CONCRETE REINFORCEMENT 16C 1 PART 1 - GENERAL 1.01 DESCRIPTION: A. Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement as shown on the drawings and specifications herein. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 03100: Concrete Formwork C. Section 03251: Construction Joints D. Section 03300: Cast-in-Place Concrete 1.03 QUALITY ASSURANCE: A. Fabrication: Do not commence fabrication before shop drawings are approved by Engineer. Maintain tolerances within requirements of ACI SP-66. B. Replace all reinforcement with bends and kinks not shown on fabrication shop drawings. Remove from job site all such reinforcement and replace with new fabricated steel. Field bending of reinforcement at the work site is prohibi~l. C. Placement: Place reinforcement to tolerances given in ACI 318. NCRWTP Modifications 03200-1 024723 August 1, 2000 16C 1 1.04 REFERENCES: A. American Society for Testing and Materials (ASTM) Publications: A185-90: Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. A615-90: Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. B. American Concrete Institute (ACI): 1. SP-66: ACI Detailing Manual, 1988. 318-89: Building Code Requirements for Reinforced Concrete, and Commentary. 1.05 SUBMrrrALS: A. Submit the following in accordance with Division 1: Mill test reports for each shipment of reinforcement. Identify reports with specific lots in shipment and submit prior to use of reinforcement in work. Chemical composition of reinforcement steel. Ladle analysis to state percentage of carbon, phosphorous, manganese and sulfur present in steel. Shop and placement drawings to be approved by Engineer prior to fabrication, which show: a. All construction joints. b. Reinforcement detailed in conformance with ACI SP-66. Support bars and details of bar supports including type, size, and spacing. d. Marking for each reinforcement item. NCRWTP Modifications 03200-2 024723 August 1, 2000 1.06 DELIVERY, STORAGE AND HANDLING: A. 16C 1' Deliver reinforcement and accessories to work site with items of same size and shape fastened in bundles clearly marked with securely wired-on metal identification tags giving size and mark. Store reinforcement and accessories off ground on platform or skid supports and protect with covers from snow, rain and ground splatter. Protect reinforcement from rusting, deforming, bending, kinking and other injury. PART 2 - PRODUCTS 2.01 STEEL REINFORCING BARS: Provide newly rolled deformed billet-steel reinforcement bars conforming to ASTM A615, Grade 60. Provide mill bent reinforcing bars, bent cold to dimensions indicated and conforming to requirements of ACI SP-66. 2.02 A. Provide 16 gage minimum, mild steel or annealed iron tie wire. 2.03 REINFORCING BAR SUPPORTS: A. Provide number 5 minimum support bars. Provide 3-in. by 3-in. plain precast concrete blocks and precast concrete doweled blocks for bar supports. Provide block thickness size to produce concrete cover of reinforcement as indica~l. Provide blocks of Type II cement in accordance with Section 03300. 2.04 VgELDED WIRE FABRIC: A. Provide welded wire fabric conforming to ASTM A185. B. Provide size indicated. NCRWTP Modifications 024723 03200-3 ,4ugust 1, 2000 2.05 FABRICATION: After shop drawings are approved by Engineer, fabricate units of reinforcement conforming to the type, shape, and size indicated on the fabrication shop drawings. Provide reinforcing bars cut and bent before shipment to the site. Provide bars bent cold and in a manner that will not injure the material. PART 3 - EXECUTION 3.01 PLACEMENT: Before placing in form, clean all reinforcement and accessories of mortar, oil, dirt, loose mill scale, loose or thick rust, and coatings of any character that would destroy or reduce the bond with the concrete. Place reinforcing bars to tolerances given in ACI 318 and hold in position using tie wire with ends pointed away from forms. Bars may be moved as necessary to avoid interference with other reinforcing steel, conduits, or embedded items. If bars are moved more than one bar diameter, resulting arrangement of bars is subject to acceptance by Engineer. Place required number of bars. Set and tie all dowels before placing concrete. Setting dowels into wet concrete is prohibit~l. Use chairs, bolsters and spacers to hold reinforcing bars in place, of sufficient strength to resist crushing under load in accordance with ACI SP-66. Metal chairs which extend to the surface of the concrete, stones, brick chips and wood block supports ~ot to be used. Use precast cobcrete bar support blocks for foundation mats, base slabs, footings, grad~ beams, and dabs on grade. Placing bars on layers of fresh concrete as the work progresses, and adjusting bars during the placement of concrete is prohibited. NE~WTP Modifications 024723 03200-4 August 1, 2000 16C 1' Ho Place bar laps in centact and tie securely, or space transversely apart to permit embedment of entire surface of each bar in concrete. Length of laps for bars to conform with requirements of ACI 318, unless otherwise indicated. Do not splice reinforcement steel in foundation mats, base slabs, beams, slabs and wails at points of maximum stress unless otherwise indicated. Lap splice wire-mesh reinforcement at least two full meshes not less than 12"; stagger splices to avoid continuous laps in either direction and wire tightly together. Straighten rolled wire-mesh reinforcement into flat sheets before use. K. Provide continuous reinforcement through construction joints. Do not field bend bars, including bars partiaily embedded in concrete, unless otherwise indicated. mo Do not place bars that have kinks and bends other than shown on approved shop drawings. Remove ail such damaged bars from job site and replace at no additionai cost to the Owner. N. Do not use heat to bend or straighten reinforcing steel. O. Tack welding to, or of, reinforcement is prohibited. Po Immediately paint ail reinforcement which is to be exposed for more than 90 days with coat of neat cement grout to prevent rust formation. 3.02 INSPECTION: In no case shail any reinforcing steel be covered with concrete until the amount and position of the reinforcement has been observed by the ENGINEER and his permission given to proceed with the concreting. The ENGINEER shail be given ample prior notice of the availability of set reinforcement for his review. * * * END OF SECTION * * * NCRWTP Modificatio~ 024723 03200-5 August 1, 2000 SECTION 03251 CONSTRUCTION AND EXPANSION JOINTS FOR NON-WATER CONTAINMENT STRUCTURES PART 1 - GENERAL 1.01 DESCRIFrlON: A. Furnish and install construction and expansion joints. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 03100: Concrete Formwork C. Section 03200: Concrete Reinforcement Section 03300: Cast-in-Place Concrete 1.03 QUALITY ASSURANCE: B. C. D. go Do not omit construction and expansion joints. Do not add or relocate construction and expansion joints. Do not use horizontal joints within foundation mats, base slabs and footings. Replace at no additional cost to the Owner, all joint compounds delivered to the site in opened containers or exceeding expiration date for use. Replace at no additional cost to the Owner, all waterstops containing scrap or reclaimed material or pigment. NCRWTP Modification~ 024723 03251-1 August 1, 2000 16{] F. Require manufacturer's representative to visit the site before any waterstops are installed for a period of one man-day minimum to demonstrate the proper installation techniques and splicing procedures. G. Ensure that all waterstop splices are spark tested before installation. H. Use factory-made and tested crosses, tees and ells at all comers and intersections. I. Replace before placing concrete, all waterstops bent around comers and remove from the construction or expansion joint. Replace with fantory-made and tested crosses, tees and ells at no additional cost to the Owner. J. In structures for containing potable water use joint materials that are non-toxic and have no adverse effect on the quality and appearance of potable water. 1.04 REFERENCES: A. American Society for Testing and Materials (ASTM) Publications: 1. C920-87: Specification for Elastomeric Ioint Sealants. 2. C962-86: Guide for Use of Elastomeric Joint Sealants. 3. D1752-84: Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 4. D2628-81: Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements. 5. D2835-89: Specification for Lubricant for Installation of Preformed Compression Seals in Concrete Pavements. B. Corps. of Engineers Spec. CRD-C572-74: Specification for Polyvinylchloride Waterstop. NCRWTP Modifications 03251-2 August _t, 2000 024723 16C 1 1.05 SUBMITFALS: A. Submit the following in accordance with Division 1: 1. Product data for materials including location where product is to be used. 2. Manufacturer's printed instructions for: a. Installation, splicing, and repair of polyvinylchloride waterstop. b. Treatment of cut surfaces and installation of premolded-joint filler. c. Preparation for and installation of joint compound. d. Removal of joint filler for installation of compression seal. e. Installation of joint compression seal. 3.Samples of waterstops and joint fillers. 4.Color samples or charts for joint compounds. 5. Certification that joint materials for use in structures for containing potable water are non-toxic and have no adverse effect on the quality and appearance of potable water. 1.06 DELIVERY, STORAGE AND HANDLING: A. Deliver materials to the site in the manufacturer's sealed bags, unopened containers and banded pallets. B. Store materials off ground on platform or skid supports, and protect with covers from rain and ground splatter. C. Store plastic products under cover in a dry cool location out of direct sunlight. NCRWTP Modifications 03251-3 August 1, 2000 024723 PART 2 - PRODUCTS 2.01 JOINT COMPOUNDS: 16C 1' A. Provide joint compound for joints in horizontal and inclined surfaces less than 30 degrees from the horizontal conforming to ASTM C920, Type S or M, Grade P, Class 25. B. Provide joint compound for joints in vertical and inclined surfaces greater than 30 degrees from the horizontal conforming to ASTM C920, Type S or M. C. Provide compatible joint compounds as recommended by manufacturer when they abut each other. 2.02 BOND BREAKER FOR JOINT COMPOUNDS: A. Provide polyethylene tape, coated paper, or metal foil. 2.03 BACK-UP MATERIAL FOR JOINT COMPOUNDS: A. Provide 100 percent closed-cell material, compressible, nonshrink, nonreactive with joint compound, and nonabsorbent. B. Extruded butyl or polychloroprene foam rubber is acceptable. C. Material impregnated with oil, bitumen, or similar substances is not acceptable. D. Provide back-up material which is compatible with joint compound as recommended by manufacturer and has same expansion/contraction capability as joint compound. 2.04 PREMOLDED-JOINT FILLER: Provide premolded-joint filler conforming to ASTM D1752, Type I or Type II. Furnish joint filler having same thickness as expansion joint width indicated. Furnish maximtim length filler to minimize field cutting. NCRWTP Modifications 024723 03251-4 August 1, 2000 16C 1I 2.05 POLYVINYLCHLORIDE WATERSTOP: A. Provide in accordance with Corps of Engineers Specification CRD-C572. Provide waterstops of type and size indicated, symmetrical about its cross-section and uniform throughout its length with looped galvanized steel wire along both edges, virgin polyvinylchloride plastic compound that has a minimum tensile strength of 1750 psi or equal approved. Manufacture from virgin polyvinylchloride plastic compound that has a minimum tensile strength of 1750 psi, or approved equal. Provide factory-made and spark tested crosses, tees, and ells manufactured using thermostatically controlled electric heat source. PART 3 - EXECUTION 3.01 CONSTRUCTION JOiNTS: Key groove all construction joints unless otherwise indicatexl on contract drawings. Form key grooves with key width one-third the thickness of the thinner member in which the key is placed and a key depth of 1-1/2-in., unless otherwise indicated on contract drawings. Use tapered key groove forms, with taper being no greater than 2 in. per ft., to permit form removal without damage to groove. D. Center waterstops in construction joints unless otherwise indicated. Secure waterstops in position by tie wire from loops to adjacent reinforcement every 12 in. alqng each edge both sides. Consolidate concrete during placement in vicinity of key groove. Do not remove key groove forms until forms are removed as specified in Section 03100. H. Do not leave key groove forms in place. NCRWTP Modifications 03251-5 ~lugust 1, 2000 024723 16g 1 I. Clean key groove of laitance, curing compound, foreign materials, protrusions of hardened concrete, roughen and blow out debris and dust with oil-free compressed air. J. Protect exposed key groove from damage. 3.02 EXPANSION JOINTS: A. Install expansion joints as indicated. B. Center waterstops in expansion joints unless otherwise indicated. C. Secure waterstops in position by tie wire from loops to adjacent reinforcement every 12 in. along each edge both sides. D. Consolidate concrete during placement in vicinity of expansion joint. 3.03 POLYVINYLCHLORIDE WATERSTOPS: A. Install waterstop in continuous lengths to minimize field splices. B. Do not bend waterstop in forms. Use factory-made and spark tested crosses, tees, and ells at all corners and intersections. C. Do not install split waterstop unless otherwise indicated. D. Make all splices on a bench following manufacturer's splicing procedures and instructions. E. Use miter guide and portable power saw to cut spliced ends. F. Maintain continuity through splice of characteristic features of waterstop cross section including fibs and center bulb. G. Make splices by heat sealing adjacent surfaces using a thermostatically controlled electric heat source in accordance with manufacturer's printed instructions. H. Reform waterstop at splices using a remolding iron having pattern matching waterstop. NCRWTP Modifications 03251-6 024723 August 1, 2000 I. After splice has cooled, spark test all splices in accordance with manufacturer's printed instructions. If splice shows any separation or lack of fusion reject the splice, recut back at least one inch from rejected splice each side, reweld and retest. J. Before placing concrete, position and tie waterstop as indicated and specified to form a continuous watertight diaphragm in joint, to prevent leakage. K. Support and protect waterstop. L. As directed by Engineer, replace or repair in accordance with manufacturer's printed instructions, damaged or punctured waterstop, at no additional cost to the Owner. M. Clean waterstop of curing compound, foreign materials, and protrusions of hardened concrete. N. Consolidate concrete during placement adjacent to waterstop. O. Maintain 2-in. minimum clearance between waterstop and reinforcement, and all embedded items. 3.04 PREMOLDED-JOINT FILLER: A. Treat cut surface in accordance with manufacturer's printed instructions, when strips are cut. B. Place against the bulkhead form and fasten to the inside of the form with noncorrodible fasteners. C. Prevent disturbance of or damage to joint filler. D. Fill expansion joint completely. E. Secure wood strips to surfaces which are to receive joint compound. F. Use tapered wood strips with the smaller width being the same width as the expansion joint and of depth to install the joint compound and back-up materials as stated in manufacturer's printed instructions. NCRWTP Modifications 03251-7 August 1, 2000 024723 Use materials to secure joint filler and wood strips which will not harm concrete or affect the joint compound bond to concrete. Ho Do not remove wood strips until forms are removed as specified in Section 03100 and without damaging concrete. Clean groove of laitance, curing compound, foreign materials, protmsions of hardened concrete; blow out debris and dust with oil-free compressed air. 3.05 JOINT COMPOUND: A. Seal the dry clean concrete in accordance with manufacturer's printed instruction. B. Install back-up and bond breaker materials. Go Prime concrete, fill flush with joint compound of required thickness, tool to concave joint and seal, all in accordance with the manufacturer's printed instructions, and ASTM C962. Prevent spilling compound over adjoining surfaces. Use tape adjacent to joint if required. Remove all tape completely from concrete surface after installing compound. Do not prime concrete or install compound when compound, air, or concrete temperature is less than 40 deg. F. * * * END OF SECTION * * * NCRWTP Modifications 024723 03251-8 August J, 2000 PART 1 - G~ 1.01 1.02 1.03 SECTION 03300 CAST-IN-PLACE CONCRETE DESCRIPTION: A. Place, finish, protect, and cure cast-in-place concrete. RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 03100: Concrete Formwork. C. Section 03200: Concrete Reinforcement. D. Section 03251: Construction and Expansion Joints. QUALITY ASSURANCE: A. Perform concrete work in conformance with ACI-301 unless otherwise specified or indicated. Keep one or more copies of ACI-301 in the Contractor's field office at all times. B. Do not place concrete until design mix, material tests, and trial concrete batch mix compression test results are approved by the Engineer. C. When job site concrete is not of specified strength, produce new trial concrete mix at no additional compensation. Provide additional testing when original materials produce unsatisfactory results or new material sources are to be used. All additional testing done by an independent resting laboratory employed by and paid for by the Contractor. D. Take control test specimens, slump tests, air content, and temperature tests. NCRWTP Modifications 03300-1 August 1, 2000 024723 Method of Sampling and Testing: 1. Fresh Concrete Sampling: ASTM C172 2. Specimen Preparation: ASTM C31 3. Compressire Strength: ASTM C39 4. Air Content: ASTM C231 5. Slump: ASTM C143 6. Temperature: ASTM C1004 7. Unit Weight: ASTM C138 F. Acceptance of Structure: Acceptance of completed concrete work requires conformance with dimensional tolerances specified in Section 03100, and appearance and strength as specified herein, on the drawings and in ACI 301. G. Hot weather concrete shall conform to ACI 305 and as specified. 1.04 CONCRETE TOLERANCES: A. Finish Tolerances: 1. Conform to the requirements specified in Section 03100 for tolerances of formed surfaces. 2. Maximum vertical deviation in visible concrete structures shall not exceed 1/4 in. from a plane, in 10 ft. as determined by a 10 ft. straight edge placed anywhere on mat foundations or slabs in any direction. 1.05 REFERENCES: A. American Concrete Institute (ACI): 1. ACI 211.1-9 I: Standard Practice for Selecting Proportions for Normal, Heavy Weight, and Mass Concrete NCRWTP Modifications ~ 03300-2 August 1, 2000 024723 16C I 2. ACI 301-89: Specifications for Structural Concrete for Buildings 3. ACI 304R-89: Guide for Measuring, Mixing, Transporting and Placing Concrete 4. ACI 305R-91: Hot Weather Concreting 5. ACI 308-81: Standard Practice for Curing Concrete 6. ACI 309R-87: Guide for Consolidation of Concrete 7. ACI 318-89: Building Code Requirements for Reinforced Concrete and Commentary American Society for Testing and Materials (ASTM) Publications: C31-90: Method of Making and Curing Concrete Test Specimens in the Field NCRWTP Modifications 024723 C33-90: Specification for Concrete Aggregates C39-86: Test Method for Compressire Strength of Cylindrical Concrete Specimens C40-84: Test Method for Organic Impurities in Fine Aggregates for Concrete C42-90: Methods of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete C88-90: Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate C94-90: Specification for Ready-Mixed Concrete C138-81: Test Method for lJnit Weight, Yield, and Air Content (Gravimetric) of Concrete C143-90: Test Method for Slump of Portland Cement Concrete C150-89: Specification for Portland Cement 03300-3 August 1, 2000 NCRWTP Modifications 024723 16g 1 11. C171-69 (1986): Specification for Sheet Materials for Curing Concrete C172-90: Method of Sampling Fresh]y Mixed Concrete 13. C173-78: Test Method for/dr Content of Freshly Mixed Concrete by the Volumetric Method 14. C192-90a: Practice for Making and Curing Concrete Test Specimens in the Laboratory 15. C231-90: Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 16. C260-86: Specification for Air-Entraining Admixtures for Concrete 17. C309-89: Specif',cation for Liquid Membrane Forming Compounds for Curing Concrete 18. C494-90: Specif'~cation for Chemical Admixtures for Concrete 19. C827-87: Test Method for Change in Height at g.~rly Ages of Cylindrical Specimens from Cementitious Mixtures 20. C1064-86: Test Method for Temperature of Freshly Mixed Portland- Cement Concrete 21. D75-87: Standard Practice for Sampling Aggregates 22. E329-90: Standard Practice for Use in the Evaluation of Testing and Inspection Agencies as Used in Construction C. Federal Specifications (Fed. Spec.): Fed. Spec. CCC-C-467C: Cloth, Burlap Jute or Kenaf. SUBMITI'ALS: A. Submit the following in accordance with Division 1: 1. Name and address of proposed Contractor's testing laboratory firm. Accreditation and brief description of prior work, which is similar to that proposed for this project. Provide prior work owner's full name, 03300-4 August 1, 2000 16C 1' NCRVffP Mod~fica~on~ 024725 address and telephone number. ASTM E329 will also be used as one of the basis for evaluating the testing laboratory firm. Concrete design mixes, material test results, and results of strength tests from trial concrete mixes by the Contractor's testing laboratory firm or test records which conform to ACI 318 Section 5.3.1. Manufacturer's specifications and instructions for admixtures, curing materials, and non-shrink non-metallic grout. Notify the Engineer of concrete deliveries, a minimum of 24 hours in advance of the scheduled placement. Include within this notification, the class and quantity of concrete, method and placement location, frequency of trucks, ordered slump and time of initial delivery. Provide delivery batch ticket to the Engineefts representative in the field, written in ink or computer print~l, with each batch delivered to the discharge locations, and as specified in ASTM C94 and in addition state: a. Load number, truck number and driver's name b. Class of concrete (compression strength) c. Amount of concrete (cu. yds.) d. Time truck is charged with cement e. Reading of revolution counter at first addition of water f. Type, brand and amount of cement g. Type, brand and amount of admixture h. Information necessary to calculate total mixing water i. Maximum size of aggregate j. ~Veights of fine and coarse aggregates k. Signature of ready-mix representative 03300-5 August 1, 2000 160 1 1.07 DELIVERY: Order concrete from batching plant so that trucks arrive at discharge locations when concrete is required. Avoid excessive mixing of concrete or delays in placing successive layers of concrete in forms. The concrete supplier shall deliver concrete to discharge locations in watertight agitator or mixer tracks without altering the specified properties of water- cement ratio, slump, air entrainment, temperature and homogeneity. Co Deliver concrete in order that the Contractor can accept delivery within 90 minutes after batching or earlier during hot weather concreting as specified in sub-part 3.06A.4. Do not add retempering water, nor exceed specified water- cement ratio. The Contractre' or Engineer shall reject concrete not conforming to specification, unsuitable for placement, exceeding the time limitation restraints, and not having a complete delivery batch ticket. PART 2 - PRODUCTS 2.01 MATERIALS: Portland cement shall conform to ASTM C150. Use one approved brand from one mill throughout the contract term unless otherwise approved by the Engineer. Supply cement of uniform color. 1. Use Type II for all work. 2. Type I, III, and air entraining cement are not permitted. Reject the entire shipment when cement is lumpy, wetted, partially or wholly set. B. Water: Water for concrete shall be potable and free from injurious amounts of oil, acid, alkali, organic matter, or other deleterious substances, and conform to the requirements for water specified in ASTM C94. NCRWTP Modifications 024723 03300-6 August I, 2000 16g 1' The maximum water soluble chloride ion in the water shall not exceed 0.010 percent by weight of cement. Water shall be heated or cooled to obtain concrete temperatures specified and in accordance with ACI 305. Aggregates: Fine aggregates for normal weight concrete (144 lbs. per cu. ft.) shall consist of well graded sand conforming to ASTM C33, and to the following requirements: a. Fineness modulus: 2.50 to 3.10 Mortar strength: Determine the effect on mortar strength of the organic impurities in fine aggregate. The average compression strength ratio shall be 95 percent, minimum, as determined by ASTlvl C87. Soundness: Weighted average loss, after 5 cycles of magnesium sulfate soundness test shall be 10 percent, maximum, as determined by ASTM C33. Coarse aggregates for normal weight concrete (144 lbs. per cu. ft.) shall consist of well graded gravel or crushed stones conforming to ASTM C33 and to the following requirements: Soundness: Weighl~l average loss, after 5 cycles of magnesium sulfate soundness test shall be 14 percent, maximum, as determined by ASTM C88. NCRWTP Modifications 024 723 Test aggregate for chert in conformance with ASTM C33 as determined by ASTlVl C123. Admixtures: 1. General Requirements: Maintain compressive strength and water-cement ratios given in Table A when using admixtures. Admixtures in solution form ihall be included in the water-cement ratio calculation. 03300-7 August 1, 2000 Do not use calcium chloride, admixtures containing chloride ions, or other admixtures causing accelerated setting of cement, or combinations of admixtures and cements producing erratic or Otherwise undesirable results with aggregates. Do not use admixtures in greater dosages than recommended by manufacturer. Do not exceed permitted dosage of admixture that results in increase in drying shrinkage of concrete. Ensure that strength of concrete with proposed admixture after 48 hours, is not less than strength of similar concrete without admixture. Ensure that specified air content is not adversely affected by the admixture. Air-Entrainment: Air entrain all concrete. Use admixtures conforming to ASTM C 260, such as Daravair by Dewey & Almy Chemical Div. of W.R. Grace Co., Cambridge, MA; Micro-air by Master Builders Co., Cleveland, OH; Euco Air Mix by The Euclid Chemical Co., Cleveland, OH; or equal. Ensure total air content by volume in field mixtures of normal weight concrete is between 3 and 6 percent for concrete using 1- 1/2-in. maximum aggregate size, and between 4 and 8 percent for concrete using 3/4-in. and 3/8-in. maximum aggregate size when measured by means of an Acme Air Meter, or acceptable equivalent, and in conformance with ASTM C231. Water Reducer: lJse an admixture conforming to ASTM C494, Type A, such as Pozzolith 220 N by Master Builders Co., Cleveland, OH; WRDA with HYCOL by Dewey & Almy Chemical Div. of W.R. Grace Co., Cambridge, MA; Eucon WR-75 by The Euclid Chemical Co., Cleveland, OH; Plastoerete 161 by Sika Chemical Corp., Lyndhurst, NJ; or equal. NC~W'I'P Modifications 024723 03300-8 August 1, 2000 2.02 16C 1' Curing Compound: Provide in liquid form which, when applied to fresh concrete by means of spray gun or roller, will form impervious membrane over exposed surface of concrete with compound not preventing future bond of floor covering, and concrete floor treatment, concrete fill and coatings. Provide Type I-D compound with red fugitive dye, Class B, having 18 percent minimum solids and in conformance with ASTM C309. Waterproof Curing Sheet: Waterproof paper or white opaque polyethylene film conforming to ASTM C171. Cloth, Burlap, Jute or Kenaf: Provide in conformance with Fed. Spec. CCC-C- 467C. Non-shrink, Non-metallic Grout: Provide grout requiring only addition of water, with minimum 28-day compressire strength of 5,000 psi, and with zero percent volume change for plastic state, conforming with ASTM C827. Use Five Star grout by U.S. Grout Corp., Old Greenwich, CT; Upeon 262 by Upco Div. of Emhart Chemical Group, Cleveland, OH; Burke grout by The Burke Co., San Matco, CA; or equal. MIXES: Use ready-mixed, air-entrained concrete, secured from a batching or mixing plant, and conforming to ASTM C94. Use Class B concrete whenever low-strength concrete is indicated, specified and permitted by the Engineer for concrete under foundations. Use Class A and Class C concrete where indicated and specified. Use Class C concrete unless othenvise noted on drawings. Secure, for every part of work, concrete of homogeneous structure having required strength, watertightness, and durability. Give careful attention to selection of materials, mixtures, transporting to discharge locations, placing, spading, vibrating, and curing. D. Use the following coarse aggregate sizes for normal weight concrete: 1-1/2 inch for walls 8 inch or more in thickness, grade beams, footings and foundation mats. NCRWTP Modifications 03300-9 024723 August I, 2000 168 1 ' 3/4 inch for walls less than 8 inches in thickness, elevated slabs, beams and girders, columns, and slabs on grade. Concrete Classes: 1. Provide concrete meeting the requirements in Table A. TABLE A Class Minimum compressive strength at 28 days, psi Maximum Minimum water cement Cement Factor ratio* 100 lbs/cu yd A 3,000 0.53 4.5 B 1,500 0.76 3.0 C .4,000 0.45 5.65 * Total water in mix at time of mixing, including free water in the aggregates. Consistency: Mix concrete to produce homogeneous consistency, capable of being worked into constricted areas of forms, comers and around embedded items, without segregation or free water bleeding. Provide concrete slump ranges listed in Table B. Determine concrete slump in conformance with ASTM C143. G. Concrete Slump: Provide concrete slumps meeting the requirements in Table B. TABLE B Maximum Slump Minimum Portion of Structure in inches in Inches All concrete work 4 2 NCRWTP Modifications 03300-10 August 1, 2000 024723 16C 1 PART 3 - EXECUTION 3.01 GENERAL: Batch, mix, and deliver portland cement concrete in accordance with ASTM C94. Batch all constituents at a batthing or mixing plant. Produce concrete in accordance with ACI 301, and as specified. Measure all materials for concrete, including water, with equipment and facilities which provide accurate measurement and capable of being adjusted in conformance with ASTM C94. Use scales certified by local Sealer of Weights and Measures within one year of use and accurate when static load tested to plus or minus 0.4 percent of total capacity of scale. Batch all materials by weight except the admixtures, which may be hatched by volume. C. Seasonal Conditions: 1. Conform to ACI 305 and as specified for hot weather concreting. 3.02 FORMS: A. Furnish, install and remove formwork in accordance with Section 03100. 3.03 JOINTS AND EMBEDDED ITEMS: A. Install construction joints in conformance with Section 03251. Bush hammer or lightly sandblast all construction joints in order to expose coarse aggregate, and to remove all loose concrete and laltance before placing ;adjoining concrete. Do not damage exposed concrete edges, key grooves, waterstops and reinforcement. B. Embedded Items: I. Clean embedded items of oil and all foreign matter. Install in formwork inserts, anchors, sleeves, and other items indicated or specified as being embedded. Close ends of conduits, piping and sleeves embedded in concrete with caps or plugs. NCRWTP Modifications 024723 03300-11 August 1, 2000 Perform required tests on embedded piping, and obtain written approval from Engineer before starting concrete placement. Before depositing concrete, check location and support of piping, electrical conduits, and other items fully or partially embedded. Correct location to indicated position and secure supports which have become loose. Maintain three diameter minimum clear spacing between parallel runs of piping and conduit. Do not install runs of piping and conduit between formwork and re'mforcemeat. 3.04 CONCRETE ACCEPTANCE: ho Accept or reject each batch of concrete delivered to the point of discharge. Concrete acceptance shall be shown by a Contractor's authorized representative's signature on the delivery batch ticket. Reject concrete delivered without a complete concrete delivery batch ticket as specified in sub-part 1.06A.5. Copies of the signed batch ticket will be furnished by the concrete supplier to the Contractor and Engineer. Field tests performed by the Contractoffs testing laboratory firm at the point of discharge, including slump, air content, and temperature. Accept or reject concrete on basis of conformity with Table B for dump and specified air content and temperature. Inspect concrete transit truck's barrel revolution counter and gauge for measuring water added to the concrete. Reject concrete which exceeds the maximum barrel revolution of 300 or which has had water added during transit. E. Reject concrete exceeding time limitations as specified in sub-part 3.06A.4. Concrete not conforming to specification shall be rejected by the Contractor or by the Engineer before discharging into the forms. 3.05 TESTING: A. General: The Co"~tractor's testing laboratory finn will use concrete samples, provided by the Contractor at the point of truck discharge to perform slump, air content, and temperature tests and for field control test specimens. NO~WTP Modifications 03300-12 August 1, 2000 024723 Co 16C 1' Notification of Delivery: Submit notification to the Engineer of concrete deliveries, a minimum of 24 hours in advance of the scheduled delivery. Include within this notification, the class and quantity of concrete, method and placement location, frequency of trucks, ordered slump, and time of initial delivery. The Contractor will notify the testing laboratory firm of scheduled concrete deliveries. Test Measurements at Discharge: The Contractoff s testing laboratory fzrm will take measurement of concrete slump, air content and temperature for each class of concrete not less than once a day, nor less than once from each load of concrete. The laboratory firm will conduct the slump, air content, and temperature test measurements in accordance with ASTM C143, ASTM C231, and ASTM C1064, respectively. The Contractor's testing laboratory firm will immediately submit test reports of concrete field measurements specified above to the Contractor and to the Engineer. The Engineer may also take concrete measurements of concrete slump, air content and temperature. Control Test Specimens: The Cohtractor's testing laboratory firm will east one set of four field control test specimens in accordance with ASTM C31, for each class of concrete not less than once a day, nor less than once for each 150 cu. yd. of concrete, nor less than once for each 5,000 sq. ft. of surface area of one side of footings, foundation mats, slabs, or walls. Laboratory personnel will record load number, truck number and driver's name from delivery batch ticket as well as the concrete placement location on each test specimen. Record the concrete slump, air content and temperature and air-dry weight. NCRWTP Modifications 02472; 03300-13 August 1, 2000 16C 1 ' The Contractoffs testing laboratory firm will furnish nonabsorbent cylinder molds. Use molds of same type and manufacture for all test specimens. Leave molds on cylinders until received in testing laboratory. The Contractoff s testing laboratory firm will compression test two of each set of four specimens at seven days, and if the seven-day strength is deficient, immediately notify the Contractor and the Engineer. Test two remaining cylinders for normal weight concrete at twenty-eight days. Compression test results of the control test specimens will be submitted by the laboratory firm to the Contractor and the Engineer. Evaluation and acceptance of concrete shall conform to ACI 301 and ACI 318. The Contractor may take field control test specimens for small quantities of concrete. Concrete Coring: Should the control test specimen's compression test fall to be in compliance with the Contract Documents or if the Engineer detects deficiencies in the cast concrete, the Contractor will be directed by the Engineer to take concrete cores from the structure in conformance with ASTM C42. Core size, quantity, and location will be determined by the Engineer, and in conformance with ACI 301. The Contractor's testing laboratory firm will compression test the cores taken from the structure in conformance with ASTM C39 and will submit these results to the Contractor and the Engineer. Load Testing: Should compression test of concrete cores taken from the structure fall to be in compliance with Contract Documents, the Contractor will be directed by the Engineer to conduct a load test of the structure in conformance with ACI 318 under the direction of the Owner's laboratory testing firm. Should the load test fall, the structure shall be removed from the site and replaced. All costs associated with testing, removal and replacement of the structure will be by the Contractor at no additional cost to the Owner. 3.06 TRANSPORTING AND MIXING: NCRWTP Modifications 03300-14 August 1, 2000 024723 16g 1 ho General: Conform to concreting procedures set forth in ACI 304 and as specified. o Deliver concrete to discharge locations without altering the specified properties of water-cement ratio, slump, air entrainment, temperature, and homogene'ity. Slump shall be as ordered by the Contractor and in conformance with Table B. 3.07 PLACING: A. Do not retemper or deposit partially hardened concrete in forms. Remove all partially hardened concrete from the site. Discharge concrete into forms within 1-1/2 hours after cement has entered mixing drums or before the drum has revolved 300 revolutions after the addition of water, whichever comes first. Do not add retempering water at jobsite, nor exceed specified maximum water content. During hot weather, or under conditions contributing to rapid setting of concrete as determined by the Engineer, a shorter mixing time is necessary, in conformance with the following requirements: ao When concrete temperature at time of placement is between 85 and 90 degrees F, reduce mixing and placement time from 90 to 75 minutes. When concrete temperature at time of placement is between 90 and 95 degrees F, reduce mixing and placement time from 75 to 60 minutes. c. Concrete in excess of 95 degrees F shall be rejected. Conveying: Convey concrete from agitator or mixer truck to place of final deposit in forms by one of following methods which permit handling at specified slump without segregation: NCRWTP Modifications 024723 Buckets or hoppers with discharge gates having a clear opening equal to not less than one-third maximum interior horizontal area or five times maximum aggregate size being used, whichever is greater, and side slopes not less than 60 degrees to horizontal. Buggies or wheelbarrows equipped with pneumatic tires. 03300-15 August 1, 2000 o Chutes, constructed of metal or metal-lined, with round bottom, inclined slope of between two to three feet horizontally to one foot vertically. Circular drop pipes with top diameter of at least eight times maximum aggregate size, but not less than 4 in., or tapered to not less than six times maximum aggregate size. Deposit concrete at its final position in formwork, to preserve slump, air content, and homogeneity in accordance with ACI 304, and as specified herein. Place concrete in horizontal layers 1-1/2 to 2 feet thick maximum completely across forms, avoiding inclined layers and cold joints. On sloping surfaces, place concrete at lower portion of slope first. Do not allow concrete to fall freely in forms to cause segregation (separation of coarse aggregate from mortar). Space points of deposit not more than 8 feet apart. Do not splash forms and reinforcing above level of concrete being placed. Regulate placing of concrete so that pressure caused by wet concrete will not distort or deflect forms beyond finish tolerances specified in Section 03100, or leak concrete. Pump Concrete: Use equipment with backup and procedures to maintain steady flow at discharge end of pipe, and to maintain specified properties of unit weight, slump, and air content. Make adjustments in concrete proportions as necessary to provide specified concrete properties. Do not pump through aluminum piping. Use pipe having at least three times nominal maximum size of coarse aggregate. Take all samples at truck discharge with a slump, and air content adjustment. Consolidation: Consolidate concrete using mechanical vibrators operated within mass of concrete and/or on the forms, and conforming to procedures set forth in ACI 309, and requirements specified. o Conduct vibration in systematic manner with regularly maintained vibrators, and with backup units at job site. Use vibrators having minimum frequency of 8,000 vibrations per minute, and of amplitude to consolidate concrete. NCRWTP Modifications 024723 03300-16 ~lugust 1, 2000 16g 1 ' Insert and withdraw vibrator vertically at uniform spacing over entire area of placement. Space distance between insertions such that "spheres of influence" of each insertion overlap. Place concrete in horizontal lifts, and insert vibrator rapidly to bottom of layer, and at least six inches into underlying layer, hold stationary for several'seconds, then withdraw slowly at rate of about 3 inches per second. Conduct vibration to produce concrete of uniform texture and appearance, free of honeycombing, streaking, cold joints, or visible lift lines. Use additional vibration with pencil vibrators on vertical surfaces and on all exposed concrete to bring full surface of mortar against forms, so as to eliminate all air voids, bug holes, and other surface defects. Follow additional procedures for vibrating concrete: Reduce distance between internal vibration insertions and increase time for each insertion. Insert vibrator as close to face of form as possible, without contacting form, or reinforcement. 3.08 CURING AND PROTECTION: A. General: Beginning immediately after placement, protect concrete from premature drying, hot or cold temperatures, and mechanical injury, and maintain concrete with minimal moisture loss at relatively constant temperature. Continuously cure concrete for period of not less than seven days after placement. Comply with curing procedures set forth in ACI 301, applicable portions of ACI 308, and requirements specified. Perform hot weather concreting in accordance with ACI 305, and as specified. B. Methods of Curing: Unformed Surfaces: Immediately after completing finishing operations and water film has evaporated from surface, or as soon as marring of concrete NCRWTP Modifications 024723 03300-17 August 1, 2000 o will not occur, cover and cure entire surface of newly placed concrete. Protect finished slabs from direct rays of sun to prevent checking and crazing. Formed Surfaces: Minimize moisture loss for formed surfaces exposed to heating by sun, by keeping forms wet until safely removed. Immediately following form removal, keep surface continuously wet by water spray or water saturaWxl fabric. Liquid membrane curing compound may be substituted for water curing when curing materials and locations of use are approved by the Engineer. Water Curing: Use water curing for unformed surfaces. Continuously water-cure all exposed concrete by ponding, immersion, spraying, sprinkling, or saturated materials such as burlap or cotton mats kept wet with soil soaking hose and maintained in contact with concrete surface at all times. Membrane Curing: ao Use liquid membrane curing compounds where water curing is not feasible as a temporary method of curing when finishing operations necessitate delay in start of water curing. bo Apply membrane curing compound uniformly over concrete surface by means of roller or mechanical spray machine at rate of not less than 1 gallon per 150 sq. ft. of surface. Agitate curing material in supply container immediately before transfer to distributor, and thoroughly agitate it during application, for uniform consistency and dispersion of pigment. Co Do not use curing compounds on construction joints, and on surfaces to receive liquid hardener, dustproofer/sealer, concrete paint, tile, concrete fills and toppings, or other application requiting positive bond. Respray concrete surfaces which have been subjected to rainfall within 3 hours after curing compound has been applied, by method as specified for initial application. Sealing Materials: ! ! NCRWTP Modifican'ons 024723 03300-18 August 1, 2000 Use common sealing materials such as plastic film, waterproofing (kraft) paper when approved by the Engineer. Lap adjacent sheets minimum of 12 inches. Use sheets of length to cover sides of concrete member. Place sheet materials only on moist concrete surfaces. If surface appears dry, wet with fine spray. Presence of moisture on concrete surfaces at all times during prescribed curing period is proof of acceptable curing using sheet material. Duration of Curing and Protection: Continuously cure concrete for period of not less than seven days after placing. Protect all concrete so that temperature at surface will not fall below 50 deg. F. for at least seven days after placement. 2. Do not use salt or heat yielding chemicals for cold weather protection. Protection from Mechanical Injury: During curing period, protect concrete from damaging mechanical disturbances, such as load stresses, heavy shock, and vibration. Protect all finished concrete surfaces from damage by construction equipment, m£tefials or methods, application of curing procedures and rain or running water. Do not load self-supporting structures in such a manner as to overstress concrete. E. Protection from Deicing Agents: Do not apply deicing chemicals to any concrete. REPAIR: General: Immediately after form removal, repair all surface defects. Surface defects include tie holes, air voids, bug holes with a nominal diameter or depth greater than 1/4 inch, honeycombed areas, visible construction joints, fins and burrs, and other defects. Make concrete repairs in concrete surfaces of uniform color and texture, free of all irregularities. Repair of Defective Areas: 1. Remov6 honeycombed and other defective concrete down to sound concrete. Chisel edges 1 in. deep minimum, perpendicular to surface or slightly undercut. No feather-edges permitted. Dampen area to be patched and area NCRWTP Modification.~ 024723 03300-19 August 1, 2000 16C 1 o at least 6 inches wide surrounding it to prevent absorption of water from patching mortar. Make patching mixture of same materiEs and of approximately same proportions as used for concrete, except omit coarse aggregate. Use not more than I part cement to 2-I/2 parts sand by damp loose volume, and substitute white portland cement for a portion of regular grey portland cement to produce patching mix matching surrounding concrete in color when dry. Determine proportion of white portland cement by trial mixes and test areas, prior to repair of actual defective areas. Use no more mixing water than necessary for handling and placing. Mix patching mortar in advance and allow it to stand with frequent manipulation with a trowel, without addition of water, until it has reached stiffest consistency that will permit placing. After surface water has evaporated from area to be patched, brush bond coat of neat 'cement well into surface. Consolidate mortar into place and strike off so as to leave patch slightly higher than surrounding surface to permit initial shrinkage. Leave patch undisturbed for at least 1 hour before final finish. Keep patched area damp for 5 days. Tie Holes: After cleaning and dampening concrete, fill tie holes solid with patching mortar. Core Holes: After cleaning, toughening concrete surface and dampen, fill core holes with Class C 4,000 psi concrete, and wet cure for 7 days after placement. Final determination as to acceptability of concrete finishes and repair of surface defects will be made by Engineer. For large defect, more than 1" deep and 6" square, consult ENGINEER for repair method. 3.10 FINISHES: A. Locations: Steel-trowel finish all top, horizontal and inclined surfaces not otherwise specified or indicated, including concrete fills and toppings, and top of walls. NCRWTP Modifications 024723 03300-20 August I, 2000 Broomed finish exterior walkways, entrance platforms, sidewalks, and roadways. Rough forms may be used for all areas which will not be exposed to view in the finish structure. Use smooth forms for all areas which will be exposed to view in the finished structure and including all liquid containing and holding structures. Finishes to certain other concrete surfaces as indicated on plans or schedules. Descriptions: Steel-Trowel Finish: Remove excess laltance from surfaces given steel- trowel finish by tamping, screeding and preliminary magnesium or bull- floating. When slab has hardened so that water and fine material will not work to top, compact surface with motor-driven floats of disk type and trowel smooth with one steel troweling operation. Dusting with dry cement or other mixtures or sprinkling with water is not permitted in finishing. Leave surfaces with smooth hard finish free of blemishes and true to maximum vertical tolerance of one-quarter inch in ten feet. Rough Finish: Prepare surfaces given rough finish by tamping with special tools to force coarse aggregate away from surface, then screeding with straight'edges to bring surfaces to required line, and then magnesium or bull-floating. Broomed Finish: Steel-trowel surface then broom normal to direction of travel, unless otherwise indicated, with fine hair stable broom to produce non-slip surface of uniformly good appearance. Broom finish to maximum vertical tolerance of one-quarter inch in ten feet. o Rough Form: Remove fins and finish flush with parent concrete; make repairs prior to receiving any coatings. Smooth Form: Remove fins and finish flush with parent concrete, and make repairs. Wet and rub finned and repaired areas with carborundum brick or other abrasive until uniform color and texture are produced. Complete rubbin~ not later than following day after repairs and removal of forms. NCRI~TP Modification~ 024723 03300-21 August I, 2000 168 1~ 3.11 METALWORK IN CONCRETE: Secure castings, inserts, conduits, and other metalwork encased in concrete to prevent metalwork from being displaced or deformed. B. Set anchor bolts by means of templates. * * * END OF SECTION NCRWTP Modificatio~ 024723 03300-22 August 1, 2000 SECTION 03350 CONCRETE FINISHES 1 PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to finish new cast-in-place concrete surfaces as specified herein. 1.02 RELATED WORK The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Patching and repair of defective and honeycombed concrete is included in Section 03300. C. Cementitious sealant finish and industrial resin flooring finishes are included in Division 9. 1.03 SUBMITEALS A. Submit to the ENGINEER as provided in the General Conditions and Section 01300 Submittals, the proposed chemical hardener, MANUFACTURERS' surface preparation and application procedures. 1.04 SCHEDULE OF FINISHES A. Concrete for the project shall be finished in the various specified manners either to remain as natural concrete or to receive an additional applied finish or material under another Section. B. The base concrete for the following conditions shall be finished as noted and as further specified herein: 1. Concrete to receive cementitious finish or stucco f'mish - Smooth form finish. 03350-1 August 1, 2000 NCRW'IP Modifications 024723 3. 4. 5. 6. 160 Concrete to receive dampproofing - Rough form finish. Exterior concrete slabs on grade and elevated slabs - Wood float with broomed finish. Concrete where not exposed in the finished work and not scheduled to receive an additional applied finish or material Rough form finish. Architectural concrete walls or columns to be painted or left plain - Grout cleaned finish. Concrete walls: a. Exterior, exposed to view - Grout cleaned finish. b. Interior of structure, not exposed to view - Rough form finish. c. Interior of structures, exposed to view: (1) Rough form finish from base to 1' below water level. (2) Grout cleaned finish from 1' below water level to top of wall. Finishing of formed surfaces shall conform to ACI 301, latest edition, Chapter 10. 1. Rough form finish - ACI 301-10.2.1. 2. Smootl? form finish - ACI 301-10.2.2. 3. Grout dleaned finish - ACI 301-10.3.2. 1.05 RESPONSIBILITY FOR CHANGING FINISHES The surface finishes specified for concrete to receive additional applied finishes or materials are the finishes required for the proper application of the actual products specified under other Sections. Where different products are approved for use, it shall be the Contractoffs responsibility to determine if changes in finishes are required and to provide the proper finishes to receive these products. B. Changes in finishes made to accommodate products different from those specified shall be performed at no additional cost to the OWNER. Submit the proposed finishes and their construction methods to the ENGINEER for approval. 1 MANUFACTURER'S SLIPERVISION The MANUFACTURER of the metallic aggregate hardener material shall make available at no cost, upon 72 hours notification, the services of a qualified field representative to make to the CONTRACTOR the proper application of the product under prevailing job conditions and to observe installation as required. NCRWTP Modification* 024723 03350-2 August 1, 2000 16C 1 B. The CONTRACTOR shall make arrangements for the field representative. PART2-PRODUCTS 2.01 MATERIALS Ao Portland cement and component materials required for finishing the concrete surfaces shall be specified in Section 03300. Chemical hardener shall be Lapidolith by Sonnebom, Homolith by W.R. Grace or approved equal fluorsilicate base material. PART 3 - EXECU'IION 3.01 FORMED SURFACES Care shall be exercised to prevent damaging edges or obliterating the lines of chamfers, rustications or comers when removing the forms or doing any work adjacent thereto. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete, to the satisfaction of the ENGINEER. 3.02 FLOORS AND SLABS Floors and slabs shall be screeded to the established grades and shall be level with a tolerance of 1/8-inch when checked with a 10 foot straightedge, except where drains occur, in which case floors shall be pitched to drains as indicated. Failure to meet either of above shall be cause for removal, grinding, or other correction. go After Paragraph 3.02A procedures are accomplished, floors and slabs for particular conditions shall be completed as scheduled in one of the following finishes: Wood float finish. Hand wood float with no coarse aggregate visible, maintaining the surface tolerance to provide a grained, non-slip finish as approved. Broomed finish. Hand wood float maintaining the surface tolerance and then broom with a stiff bristle broom in the direction of drainage to provide a non-slip finish as approved. NCRWTP Modifications 024723 03350-3 August 1, 2000 Steel trowel finish. Steel trowel to a perfectly smooth, hard even finish free from high or low spots or other defects as approved and described in Paragraph 3.02C herein. 3.03 HARDENER APPLICATION Where floor slabs are not to be otherwise coated or covered, a hardener shall be applied to the floor slabs with monolithic finish after 28 days, minimum, concrete cure. The floors shall be thoroughly cured, cleaned, and perfectly dry with all work above them completed. The hardener shall be applied evenly and freely, using three coats, allowing 24 hours between coats. The first coat of fluorsilicate hardeners shall be 1/3 strength, second coat 1/2 strength, and third coat 2/3 strength, and each coat shall be applied so as to remain wet on the concrete surface for 15 minutes. Sodium silicate hardener shall be applied in three coats, each at full strength and at the rate of 1/3 gallon per 100 square feet. Approved proprietary hardeners shall be applied in conformance with MANUFACTURER's instructions. After the final coat is completed and dry, surplus hardener shall be removed from the surface by scrubbing and mopping with water. 3.134 LEAK TEST A. All structures to contain water shall be watertight and shall be free from any perceptible leakage, as determined by the ENGINEER. Special precautions shall be taken in the curing of concrete to reduce concrete cracking as called for in Section 03300. Each water retaining structure (those which are intended to hold a liquid) shall be filled with clean water and tested for leaks by the CONTRACTOR prior to surface coating or painting. The leak test shall be performed for twenty-four (24) hours with the tank full. The ENGINEER shall be notified at least one week in advance of any leakage tests and the procedure and manner in which any observed leaks are repaired must meet the approval of the ENGINEER. All costs associated with the testing and repair of leaks shall be at the expense of the CONTRACTOR. 3.05 APPROVAL OF FINISHES A. All concrete will be inspected during the finishing process by the ENGINEER. Surfaces which, in the opinion of the ENGINEER, are unsatisfactory shall be refinished or reworked until approved by the ENGINEER. * * * END OF SECTION * * * NCRWTP Modifictm'ons 024723 03350-4 August 1, 2000 SECTION 05119 STRUCTURAL STEEL 160 1 PART 1 - GENERAL 1.01 DESCRIPTION: A. Furnish, erect, and fasten structural steel. B. Definition: "Structural Steel" as defined in accordance with AISC Code of Standard Practice. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 03100: Concrete Formwork C. Section 03200: Concrete Reinforcement D. Section 03300: Cast-in-Place Concrete E. Section 05500: Miscellaneous Metal F. Section 09940: Shop Painting G. Section 09941: Field Painting 1.03 QUALITY ASSURANCE: A. Tolerances: 1. Maintain tolerances conforming to AISC Code of Standard Practice. 2. Permissible variation tolerances conforming to ASTM A6/A6M. NCRWTP Modifications 05119-1 024723 August 1, 2000 B. Welding Qualification and Certification: Furnish written welding procedure for all welds in conformance with AWS Structural Welding Code. Each welder, tacker, and welding operator to be certified by test within the past twelve months to perform type of work required in conformance with AWS Structural Welding Code. Testing to be conduct~l and wimessed by an independent testing laboratory accredited by the State of Florida. o Maintain duplicate qualification and certification records at the job site readily available for examination of test results as required by paragraph 1.03B.2. 1.04 REFERENCES: American Institute of Steel Construction (AISC) Manual of Steel Construction, Allowable Stress Design, dated 1989. AISC Specification for Structural Steel Buildings, Allowable Stress Design and Plastic Design,' dated June 1, 1989 with commentary. AISC Code of'Standard Practice for Steel Buildings and Bridges dated September 1, 1986 with commentary. AISC Specification for Structural Joints using ASTM A325 or A490 Bolts dated November 13, 1985. E. AISC Structural Steel Detailing Manual dated October 1983. American Welding Society (AWS) Structural Welding Code Steel, D1.1-88, with amendments to date. G. American Society for Testing and Materials (ASTM) Publications: A6/A6M-91b: Specification for General Requirements for Rolled Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use. 2. A36/A36M-91: Specification for Structural Steel. NCRWTP Modifications 024723 05119-2 August 1, 2000 16C 1 A325-91c: Specification for High-Strength Bolts for Structural Steel Joints. A449-91a: Specification for Quenched and Tempered Steel Bolts and Studs. 5. A563-91c: Specification for Carbon and Alloy Steel Nuts. 1.05 SUBMITTALS: A. Submit the following prior to fabrication, in accordance with Division 1: Shop and erection drawings for all structural steel components. Show materials, anchor bolts, member and connection details, piece marks, openings, shop and field bolting and welding, in conformity with AISC Detailing Manual and AISC Manual. Indicate cleaning and shop painting. 2. Welding procedure for each type of weld. Qualification test reports bearing witness certification of an independent testing laboratory accredited by the Commonwealth of Massachusetts for each welder, welding operator, and tacker employed in work. Mill certificates and copy of reports for all analyses and tests required by referenced ASTM Standard Specifications and AWS Structural Welding Code. Shop Painting: a. Provide in accordance with Section 09940. 1.06 DELIVERY, HANDLING AND STORAGE: Protect materials from weather, high heat, water immersion, rusting, corrosion, and other damage. Store structural shapes off ground on platform or skid supports, with webs of flanged shapes vertical. Cover and protect steel from, rain and ground splatter. NCRWTP Modificationa 024723 O5119-3 August 1, 2000 PART 2 - PRODUCTS 2.01 16C STRUCTURAL STEEL: A. Provide Carbon Steel in accordance with ASTM A36/A36M. 2.02 FASTENERS: A. Provide High-Strength Carbon Steel Bolts, Nuts, and Washers in accordance with ASTM A325, Type 1. B. Provide Carbon Steel Anchor Bolts in accordance with ASTM A36/A36M. 2.03 CRANE RAILS: A. General: Provide in accordance with crane manufacturer's instructions and as indicat~ed and specified, all materials needed for fabrication and construction of crane rails, including: 1. Joint bar bolts in accordance with ASTM A449. 2. Joint bar nuts in accordance with ASTM A563, Grade B. 2.04 WELDING: A. Provide Class E70XX electrodes. B. Provide equipment for welding, electrodes, welding wire, and fluxes capable of producing indicated welds when used by certified welders using AWS welding procedures. Provide welding materials that comply with requirements of AWS Structural Welding Code. 2.05 SHOP PAINTING: A. Provide surface preparation, priming and touch-up to all structural steel members in accordance with Section 09940. B. Complete all welding before preparation or painting, except when size of members, or field erection procedures require welding after shop priming. NCRWTP Modifications 05119-4 August 1, 2000 024723 16C ! Before cleaning, prepare surfaces of steel by removing all weld spatter, flux and residue, burrs and metal surface defects. Grind smooth, sharp edges and corners, eliminate pinholes and uneveness affecting paint thickness and longevity. Level rough and uneven surfaces and fill all depressions to produce a base for specified primers and finishes with even transitions permitting consistent film build at inside and outside corners. Before rusting, contamination or deterioration starts, prime clean dry surfaces. Prime within eight hours of cleaning under ideal warm, dry, dust free conditions, or sooner if conditions are not ideal. Protect cleaned surfaces to prevent deterioration before painting. If area cleaned by blasting is not primed within eight hours of cleaning, reclean as specified just before priming. 2.06 FABRICATION: After shop drawings are approved by Engineer, fabricate each dement to the size and connection indicated on the fabrication shop drawings. Fabricate and shop-assemble work in accordance with following publications: 1. AISC Manual 2. AISC Specification for Structural Steel Buildings 3. AISC Specification for Structural Joints 4. AISC Structural Steel Detailing Manual 5. AWS Structural Welding Code Do not allow residual stress to be induced through cutting metal by shearing, manual flame cutting with mechanically guided torch, or chipping. Radii of re- entrant comers' to be not less than 3/4 inch and larger when possible. Perform flame cutting So that metal being cut is not carrying stress. Finish exposed edges. C. Provide full cross section bearing on milled ends of crane rails and monorails. NCRWTP Modification~ 05119-5 August 1, 2000 024723 Connect all members with ASTM A325 high strength bolts. Provide clean-cut holes without torn or ragged edges and remove all outside burrs. E. Welded Connections: 1. Provide connections as indicated. Weld or bolt shop connections in conformance with specified AISC publications. G. Furnish anchor bolts with washer and heavy hex nuts. 2.07 GALVANIZING All structural steel to be galvanized shall be hot-dip galvanized after shop fabrication but before shipping. All items to be galvanized shall be thoroughly cleaned, pickled, fiuxed and completely immersed in a bath of molten zinc. The resulting coating shall be adherent and shall be the normal coating to be obtained by immersing the items in a bath of molten zinc and allowing them to remain in the bath until their temperature becomes the same as the bath. Zinc coating which has been burned by field welding, abraded, or otherwise damaged shall be cleaned and repaired after erection of structural steel. The damaged area shall be thoroughly cleaned by wire brushing and all traces of welding flux and loose or cracked zinc coating removed prior to painting. The cleaned area shall be painted with two coats of zinc oxide-zinc dust paint conforming to the requirements of Military Specifications MIL-P-15145. The paint shall be properly compounded with a suitable vehicle in the ratio of one part zinc oxide to four parts zinc dust by weight. PART 3 - EXECUTION 3.01 ERECTION: Align beating plates for crane rails and similar structural members with steel wedges or shims. After alignment and positioning anchor nuts tight, fill entire area under bearing plates with non-shrink, non-metallic grout to thickness indicated. Remove steel wedges or shims and grout voids. Refighten anchor nuts. NCR WTP Modifications 05119-6 August 1, 2000 024723 16C 1 3.02 HIGH A. Provide anchor bolts with templates for correct placement into concrete, masonry and other supporting materials. Hold steelwork securely in place with temporary bracing and stays to resist all vertical and lateral loads, until members are permanently fastened and exterior masonry walls completed. Tighten all high-strength bolts to the snug-tight condition in accordance with AISC Specification for Structural Joints. Align and adjust members forming parts of a complete assembly after assembly and before permanent fastening. Fasten splices of compression members after the abutting surfaces have been brought completely into contact. Report immediately to Engineer errors in shop fabrication or deformation resulting from handling or transportation which prevent the proper erection and fitting of parts. Replace and remove from job site improperly fabricated or deformed material at no additional cost to the Owner. If holes are enlarged or metal in vicinity of holes is damaged by drift pins during assembly, replace damaged members at no additional cost to the Owner. Enlarge holes to admit bolts for connections only if approved in writing by Engineer. Make enlargement by reaming and not by burning. Refinish enlarged holes as specified in sub-part 3.05 with paint to match the steel finish. Where erection bolts are abandoned in place, remove bolts, completely plug weld holes, grind smooth with adjacent surfaces, and paint to match the steel finish as specified in sub-part 3.05. STRENGTH BOLTING: Bolting Operations: Provide workmanship and techniques for bolted construction in~ conformance with requirements of AISC Specification for Structural Joints. Install ASTM A325 bolts with hardened washer under element being turned in tightening. When using oversize and slotted holes, install plate washer in both outer plies. NCRWTP Modifications 024723 05119-7 August 1, 2000 3.03 WELDING: Welding Operations: Provide workmanship and techniques for welded construction in conformance with requirements of AWS Structural Welding Code. No field welding permitted unless shown on Engineer approved fabrication shop drawings. 3.04 INSPECTION: The ENGINEER shall have free access to the work. The CONTRACTOR shall notify the ENGINEER in writing four days in advance of any welding or high strength bolting operations. High strength bolting may be visually inspec~xl. All high strength bolts shall have the turned portion marked with reference to the steel being connected after the nut has been made snug and prior to final tightening. These marks shall be considered in the inspection. Rejected bolts shall be either replaced or retightened as required. In cases of disputed bolt installations, the bolts in question shall be checked by a calibrated wrench certified by an independent testing laboratory acceptable to the ENGINEER. The certification shall be at the CONTRACTOR'S expense. Each bolting crew shall be assigned an identification mark. The mark shall be made at each completed connection with a paint stick. All welders shall be prequalified by a testing laboratory retained by the OWNER. ' Procedure specifications, procedure qualification tests, and welder's performance tests shall be in accordance with the latest provisions of Section IX, Welding Qualifications, American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code. All costs of preparing welding procedure specifications, and the preparation of procedure and performance qualification test plates shall be paid for by the CONTRACTOR. NCR WTP Modifications 05119-8 August 1, 2000 024723 ,~ 16g 1 Procedure qualification tests and welder performance tests performed prior to selection of the testing laboratory for use under this contract will not be acceptable. The testing laboratory will perform all physical tests on the test specimens and furnish two certified copies of all test reports to the ENGINEER before any welding is started on the structure. The ENGINEER may inspect all welding and fabrication equipment used in the work to determine that it conforms with the pertinent standard requirements of the latest AWS Specifications for such equipment. When the quality of a welder's or welding operator's work appears to be below the requirements of these specifications, the ENGINEER will require testing of his qualification by requalificafion, and any extra inspection costs incurred for this reason shall be paid by the CONTRACTOR as a repair item. Magnetic particle testing may be performed on all welds in accordance with Appendix VI "Method for Magnetic Particle Examination" of Section VIII, ASME Unfired Pressure Vessel Code, latest edition. Ultra sonic testing may be used in the inspection. All costs for ~sting and inspection which are approved by the ENGINEER and required as a result of defective work, repairs, or retests shall be deducted from the lump sum price for constructing the project. Any material or workmanship which is rejected by the ENGINEER either at the shop, mill or building must be promptly replaced by the CONTRACTOR to the ENGINEER's entire satisfaction. The fact that steel work has been accept~l at the shop and mill shall not prevent its final rejection at the site, or even after it has been erect~ed, if it is found to be defective in any way. Any steel work rejected at the site shall be removed by the CONrRACTOR from the premises within ten working days from the time the CONrRACTOR is notified of the rejection. NCRWTP Modifications 024723 05119-9 August 1, 2000 3.05 FIELD PAINTING, TOUCH-UP AND DAMPPROOFING: A. Furnished and applied by Painting Subcontractor as specified in Section 09941. * * * END OF SECTION * * * NCRWTP Modifications 05119-10 024 723 August 1, 2000 SECTION 05500 MISCELLANEOUS METAL 160 PART 1 - GENERAL 1.01 DESCRIPTION: A. Provide, erect, set and fasten miscellaneous metal items as indicated and 'specified; including items not specified under this section. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 03300: Cast-in-Place Concrete C. Section 05120: Structural Steel D. Section 09940: Shop Painting E. Section 09941: Field Painting 1.03 REFERENCES: A. American Welding Society (AWS): i. DI.I: Structural Welding Code Steel, latest edition. B. American Society for Testing and Materials (ASTM) Publications: 1. A36-87: Specification for Structural Steel. 2. A53-87b: Specification for Pipe, Steel Black and Hot-dipped, Zinc- Coated Welded and Seamless. 3. A123-84: Specification for Zinc (Hot-Galvanized) Coatings on Iron and Steel Products. NCRWTP Modifications 0.~500-I August 1, 2000 024723 16C 1 A153.-82(1987): Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. A167-87: Specification for Stainless and Heat-Resisting Chromium- Nickel Steel Plate, Sheet, and Strip. A276-87: Specification for Stainless and Heat-Resisting Steel Bars and Shapes. 7. B26-88: Specification for Aluminum-Alloy Sand Castings. B209-88: Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 9. B211-88: Specification for Aluminum-Alloy Bars, Rods, and Wire. 10. B22f-88: Specification for Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. 11. B241-88: Specification for Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube. 12. B249-86: Specification for General Requirements for Wrought Copper and Copper-Alloy Rod, Bar, and Shapes. 13. B308-88: Specification for Aluminum-Alloy 6061-T6 Standard Structural Shapes, Rolled or Extruded. 14. B443-84: Specification for Nickel-Chromium-Molybdenum- Columbium Alloy (UNS N06625) Plate, Sheet, and Strip. SUBMITTALS: A. Shop Drawings: Submit the following in accordance with Division 1: 1. Manufacturer's literature describing standard items. Shop drawings showing materials, sizes, finishes, locations, attached hardware and fittings, and details for manufactured items and fabricated metalwork, including field erection details showing cuts, copes, connections, holes, thread fasteners and welds. Indicate welds, both shop and field, by symbols conforming to AWS standards. Indicate coatings or other protection against corrosion. NCRWTP Modifications 05500-2 August 1, 2000 024723 16C 1 3. Setting diagrams, erection plans, templates and directions for installation of backing plates, anchors, and other similar items. 4. Material compliance certification with standards designated. 5. Two (2) samples of each item and its materials proposed for use. 1.05 DELIVERY, STORAGE AND HANDLING: A. Identify and match-mark, materials, items and fabrications, for installation and field assembly. B. Deliver items to jobsite as complete units, wherever practicable, ready for installation or erection, with anchors, hangers, fasteners and miscellaneous metal items required for installation. C. Carefully handle and store materials, protected from weather, rusting and other damage. D. Store structural shapes, pipes, tubes and sheets off the ground on suitable supports, with webs of flanged shapes vertical. PART 2 - PRODUCTS 2.01 MATERIALS: A. Conform to latest issue for the following: 1. Steel Shapes and Plates: ASTM A36. 2. Steel Pipe: ASTM A53. 3. Nuts, Bolts, Rivets, Washers, and Anchorage Devices: ASTM A325 and AISC Specification. B. Stainless Steel: 1. Type 304 unless otherwise indicated or specified. 2. General: Type (or Grade) 304L for welding, otherwise Type (or Grade) 304. NCRMrI'P Modifications 05500-3 August 1, 2000 024723 2.02 3. Shapes and Bars: ASTM A276 4. Plate, Sheet, and Strip: ASTM A167 C. Aluminum: 1. Plates, rolled or extruded shapes, sheets or castings conforming (unless otherwise permitted or indicated) to the following Aluminum Association alloy and temper designations: Rolled structural sheets and plates: ASTM B209-6061-T6 Rolled Structural Shapes: ASTM B308-6061 Extruded structural shapes: ASTM B221-6063-T5 Gratings (bearing bars): ASTM B211-606 l-T6 (crimp bars): ASTM B211-6063-T5 Castings: ASTM B26-214 Sheets: ASTM B209-Alclad 3003-H14 and 3003 Bolts and nuts: Type 316 stainless steel Pipe railings: ASTM B241-6063-T6 Handrail stanchions: ASTM B241-6063-T6 FABRICATION: A. General: 1. Fabricate true to shape, size and tolerances as indicated and specified with straight lines, square comers or smooth bends; free from twists, kinks, warps, dents, and other imperfections. Straighten work bent by shearing or punching. 2. Dress exposed edges and ends of metal smooth, with no sharp edges and with comers slightly rounded. Construct connections and joints exposed to weather to exclude water. NCRWTP Modification~ 055004 August 1, 2000 024723 NCRWTP Modificatio~ 024723 16C 1 ' Provide sufficient quantity and size of anchors for the proper fastening of work. Fabricate details and connection assemblies in accordance with drawings and with projecting comers clipped and filler pieces welded flush. Weld shop connections, bolt or weld field connections, unless otherwise noted or specified. Provide clips, lugs, brackets, straps, plates, bolts, nuts, washers, and similar items, as required for fabrication and erection. Use connections of type and design required by forces to be resisted, and to provide secure fastening. 8. Welding: Grind exposed edges of welds to a 1/8-in. minimum radius. Grind burrs, jagged edges and surface defects smooth. Prepare welds and adjacent areas such that there is (1) no undercutting or reverse ridges on weld bead, (2) no weld spatter on or adjacent to weld or any other area to be painted, and (3) no sharp peaks or ridges along weld bead. Grind embedded pieces of electrode or wire flush with adjacent surface of weld bead. 9. Bolting: Draw up bolts or nuts tight, and deform threads where possible. Use bolts of lengths required so that bolts do not project more than 1/4 in. beyond face of nut. Do not use washers unless specified. Provide hexagonal head bolts with hexagonal nuts. Provide holes required for the connection of adjacent or adjoining work wherever noted on drawings. Locate holes for bolting equipment to supports to a tolerance of-i- 1/16 in. of exact dimensions indicated. Fit work together in fabrication shop and deliver complete, or in parts, ready to be set in place. 05500-5 August 1, 2000 2.03 C. Fabricated Products: Pipe ,Sleeves in Concrete Construction: Weld standard weight, black steel pipe, with anchors to exterior to accommodate passage of conduits, pipes ducts and similar items. Provide stainless steel stud bolts with heavy aluminum washer and nuts for fastening aluminum pipe railing and handrails. Provide galvanized steel stud bolts, nuts and washers for fastening steel pipe handrailing. SLEEVES AND INSERTS: A. Provide sleeves and inserts as required and specified in Division 1. ALUMINUM: A. Protect aluminum from contact with concrete, masonry or mortar. Apply one coat Bitumastic Super Service Black, Koppers Co., Inc., Pittsburgh, PA; Tarmastic 100 Porter Coatings Division, Porter Paint Col., Louisville, KY; 450 Heavy Tnemecol, Tnemec Company, North Kansas City, MO. Before coating application, clean contact surfaces, remove dirt, grease, oil, foreign substances, followed by immersing in, or wipe thoroughly with an acceptable solvent. Rinse with clean hot water, dry thoroughly. Protect aluminum against electrolysis from all sources as specified in Division 1. Under no circumstances shall aluminum contact a dissimilar metal. a. Members Encased in Concrete: Zinc chromate primer. Finishes: Members in Contact with Concrete: Bituminous paint. After fabrication, provide exterior aluminum pipe railings with a mill finish followed by a factory-applied high performance coating NCRWTP Modification* 024723 05500-6 August 1, 2000 16C 1 conforming to the requirements specified in Section 09850. Provide colors as indicated. t After fabrication, provide interior aluminum railings with aluminum Association Standard anodic finish, C22A31, followed by a shop coat of methacrylate lacquer. Pipe Rails: Provisions: All-welded assembly fabricated from 1-1/2-in. 1PS, schedule 80 aluminum pipe, alloy 6063-T6 for stanchions, 1-1/2-in. schedule 40 aluminum pipe, alloy 6063-T6 for top rail and 1-1/2-in. schedule 40 intermediate rails. Provide panels with joints made in neat and inconspicuous manner. Grind exposed welds smooth. Reinforce pipe rail stanchions with 12-in. long solid aluminum rod inserts at bottom of stanchions. Complete railing, including anchorage, framing and post spacing of stanchions a maximum 4 ft. on centers, to withstand minimum load of 200 lb. applied in any direction at any point on top rail. Provide l/4-in. thick aluminum kick plates except as otherwise indicated. Provide cast aluminum brackets for wall-mountod handrails with curved tops and 3-in. projection from wall to center of handrail. Install railing to structural aluminum flaming of Elev. 13.0 in accordance with details indicated. Side mount guard rail stanchions, to concrete. Continuously weld to extruded aluminum brackets. Secure brackets to concrete with four 1/2-in. diameter stainless steel expansion bolts. Set stanchions into concrete curbs, and into preformed holes. Secure in place with nonshrinking grout. Provide holes at least 1/2 in. greater in diameter than outside diameter of stanchions and minimum of 4 in. deep. Refer to standard details for additional methods of installation for aluminum pipe rails and kick plates. NCRWTP Modifications 024723 05500-7 August 1, 2000 1 STEEL: Provide removable guard chains at openings where indicated on drawings. Fabricate from l/4-in. wrought, non-welded aluminum chain having 12 links per foot. Secure chains to aluminum eyes bolted at one end of opening. Provide free ends of the chains with hooks formed from 1/4-in. diameter solid aluminum rod for attaching to similar eyes in walls at the opposite end of the opening. A. Guard Posts: 8-in. dia. Schedule 80 steel pipe filled solidly with Class A concrete, slope top 15 deg. MISCELLANEOUS ITEMS: Provide items of miscellaneous metalwork not particularly specified, of the shape, size, material and detail indicated and suitable for the purpose intended. SHOP PAINTING: A. Shop painting of miscellaneous ferrous metal work is specified under Section 09940. 2.08 GALVANIZING: A. Conform to ASTM A123 or ASTM A153 for zinc-coating by hot-dip process. PART 3 - EXECUTION 3.01 GENERAL: A. Accurately set and properly secure in place. Where bolted connections are used, draw closely together and draw nuts tightly. B. Locate anchors and anchor bolts and build into connecting work. Insert expansion bolts into drilled holes. C. Clean aluminum with mild soap and water, followed by clear water rinse, after erection. NCRWTP Modifications 05500-8 August 1, 2000 02472~ 3.02 3.03 ALUMINUM PIPE RAILINGS: A. Set posts into concrete, and into preformed holes. Secure in place with nonshrink grout. Provide post collars, stainless steel nuts, and washers for attaching railing. B. Attach railing posts to edge of concrete using welded aluminum bracket and S.S. bolts as indicated. C. Attach railing posts to structural alumnihum framing as indicated on drawings. ALUMINUM WATERTIGHT COVERS AND FRAMES: A. Install covers with frames as indicated. ANGLE PROTECTION: A. Provide structural steel angles and strap anchors as indicated and specified. Install angles as indicated. * * * END OF SECTION * * * -- IVCRWTP Modifications 05500-9 .~ugu~t 1, 2000 024723 16C 1 SECTION 09940 SHOP PAINTING PART 1 - GENERAL 1.01 DESCRIPTION: Furnish and install labor, materials, equipment and incidentals required for the surface preparation and application of shop primers on ferrous metals, excluding stainless sinels, as specified herein. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 09941: Field Painting. C. Factory prefinished items as specified. 1.03 SUBMITTALS: A. Shop Drawings: Submit the following in accordance with Division 1: Manufacturer's specifications and data on the proposed primers and detailed surface preparation, application procedures and dry mil thicknesses, including list of items and surfaces to receive shop painting. Certificate of compliance from paint manufacturer for Type S coatings submerged in potable water with National Sanitation Foundation (NSF) approval. 1.04 DELIVER, HANDLING, STORAGE, PROTECTION: Deliver materials to application area in original, unbroken containers, plainly marked with name and analysis of product, manufacturer's name, and shelf lift date. Do not store or use contaminated, outdated, prematurely opened, or diluted materials. NCRWTP Modifications 024723 09940-1 August 1, 2000 Store coated items to prevent damage or dirtying of coatings. avoid need for special cleaning, and store coated items out of contact with ground or pavement. Place suitable blocking under coated items during storage. Co Do not expose surfaces to weather for more than six months before being topcoated, or less time if recommended by coating manufacturer. Protect surfaces not to receive paint coatings during surface preparation, cleaning, and painting. Protect coatings from damage during shipment and handling by padding, blocking, use canvas or nylon slings, and use care when handling. At time of deliver of shop painted items to job site, ensure coatings are undamaged and in good condition. 1.05 JOB CONDITIONS: A. Environmental"Requ~rements: Comply with manufacturer's recommendations as to environmental conditions under which coatings and coating systems can be applied. 2. Do not apply coatings when dust is being generated. PART 2 - PRODUCTS 2.01 MATERIALS Coatings are divided into the following two types, as determined by service conditions: Type S Service (Submerged Surfaces): Shop primer for ferrous metals which will be submerged or which are subject to splash action or which are specified to be considered submerged service. Spray one coat with a dry film thickness of 3.5 to 4.5 mils with one of the following: Tnemec Series 20 made by Tnemec Co., North Kansas City, MO. NCJ~WTP Modifications 024723 09940-2 August I, 2000 Type E Service (Non-Submerged Surfaces - Interior and Exterior): Spray one coat with a dry film thickness of 3.0 to 4.0 mils with one of the following: Tnemec 66 Boston Gray Primer made by Tnemec Co., North Kansas City, MO. Kop-Coat 340 Gold Primer made by Kop-Coat, Inc., Pittsburgh, PA. Valspar 13-R-621 Epox Metal Primer made by Valspar Corp., Short Hills, NJ. Shop prime with primers guaranteed by the manufacturer to be compatible with their corresponding primers and finish coats specified in Section 09941 for use in the field and which are recommended for use together. C. Coating for Type S service must be NSF approved for use in potable water. PART 3 - EXECUTION 3.01 APPLICATION A. Surface Preparation and Priming: Sandblast clean in accordance with SSPC-SP-6, Commercial Grade, immediately prior to priming non-submerged components scheduled for priming, as defined above. Sandblast clean in accordance with SSPC-SP-10, Near White, immediately prior to priming submerged components scheduled for priming, as defined above. Before priming, provide surfaces dry and free of dust, oil, grease and other foreign material. Shop prime in accordance with approved manufacturer's printed recommendations. Non-primed Surfaces: Apply approved coating in accordance with manufacturer's printed recommendation. NCRWTP Modifications 024723 09940-3 August 1, 2000 3.02 TOUCH-UP: Repair or replace damaged or defective coated areas. Resultant shop painting: Paint items as specified. Remove damaged or defective coatings by specified blast cleaning to meet surface cleaning requirements, just before recoating. When small areas of coating need touch up, surface preparation may be done with suitable power needle gun to match specified blast cleaning. * * * END OF SECTION * * * NCRWTP Modifications 024723 09940-4 August 1, 2000 SECTION 09941 FIELD PAINTING PART I - GENERAL 1.01 DESCRIPTION: Provide and apply required paints and coatings. Prepare, clean, and finish all new and existing surfaces specified, scheduled or otherwise indicated to be field painted. The terms "paint" and "coating" used herein include emulsions, enamels, paints, stains, varnishes, sealers, and other coatings, organic or inorganic, whether used as intermediate, or finish coats. Contractor shall provide staging, scaffolding, hoisting, safety and protection materials as necessary. Contractor shall also provide for protection of adjacent surfaces including existing buildings, automobiles and private property against fall of paint during application. a. Submit written procedures to the Engineer for approval of process outlined in paragraph 1.01 B. 1 prior to beginning of work. 3. Contractor shall repaint and restore any surfaces disturbed by construction. B. Complete painting in accordance with specifications, paint manufacturer's current surface preparation and application instructions and safety requirements. C. Furnish and apply pipe, valve, and equipment identification legends as scheduled and indicated. The owner, at his discretion, may change the colors indicated in the pipe identification schedule prior to application. The Contractor is required to submit and receive approval of the proposed pipe identification colors prior to application. NCRWTP Modifications 024723 09941-1 August 1, 2000 16C 1" 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 03300: Cast-In-Place Concrete C. Section 05500: Miscellaneous Metal D. Section 09940: Shop Painting E. Manufacturer's standard prime paint finishes are specified in the applicable Sections for Architectural, Mechanical and Electrical equipment. 1.03 REFERENCES: A. Steel Structures'Painting Council (SSPC) Specifications: 1. SSPC-PA 1-82: Shop, Field, and Maintenance Painting. 2. SSPC-SP 1-82: Solvent Cleaning. 3. SSPC-SP 3-82: Power Tool Cleaning. 4. SSPC-SP 6-85: Commercial Blast Cleaning. 5. SSPC-SP10-82: Near-White Blast Cleaning. B. National Sanitation Foundation (NSF). 1.04 SUBMITTALS: A. Shop Drawings: Submit the following in accordance with Division 1: 1. Submit list of coating products (Paint Schedule) with brand, type and manufacturer including dry film thickness and volatile organic compound (V.O.C.) limits conforming to these specifications. NCRWTP Modifications 09941-2 024723 August 1, 2000 16C 1 Submit manufacturer's current printed recommendations and product data sheets for each including performance criteria, surface preparation and applications, instructions and safety requirements. Submit field painting applicator's correspondence for determining compatibility of field coatings with primers and for selecting manufacturer producing field coats. 4. Submit color chip samples of materials proposed and matching color of coatings indicated. 5. Submit color chip samples proposed and matching colors indicated in Piping Identification Schedule including list of piping with nomenclature. 6. Submit Certificate of Compliance for coatings submerged in potable water with Natidnal Sanitation Foundation approval. 7. Submit all pertinent data with regard to Paragraph 1.01 B. 1.05 PAINT STORAGE AND MIXING AREAS, AND WASTE DISPOSAL: Store paints and painter's materials only in area or areas designated solely for this purpose. Confine mixing, thinning, clean-up and associated operations, and storage of painting debris before authorized disposal, to these areas. B. Do not use plumbing fixtures, piping or mechanical equipment for mixing or disposal of paint materials. 1. Transport Water to paint area by approved temporary hose or piping. Store wast~ temporarily in closed, non flammable containers until final disposal. Keep no rubbish in painter's area longer than 24 hours. Finally dispose of waste in an approved disposal system outside of buildings. 1.06 DELIVERY, HANDLING, STORAGE, PROTECTION: Deliver materials to painter's area in original, unbroken, containers with name and analysis of product, manufacturer's name, and shelf life date. Do not use or retain contaminated, outdated, prematurely opened, or diluW. xl materials. NCRWTP Modifications 024723 09941-3 August 1, 2000 160 1 Store coated items carefully. Avoid damaging or dirtying coatings, by contact with soil, pavement or other harmful contacts which might necessitate special cleaning. Use suitable blocking during sterage. C. Do not expose primed surfaces to weather for more than six months before top coating. Allow less open time if recommended by coating manufacturer. D. During surface preparation, cleaning and painting operations, protect all surfaces not to be painted. Protect coated items, whether prime or finish, from damage due to shipping and handling. For items with type E or S service coatings; use padding, blocking, fabric slings and extra care. Upon completion of field painting, ensure coatings undamaged and in good condition. Make good damage or coating deterioration resulting from failure to observe foregoing requirements. 1.07 JOB CONDITIONS: A. Environmental Requirements: 1. Comply with manufacturer's recommendations as to environmental conditions~under which coatings and coating systems can be applied. 2. Do not apply coatings when dust is being generated. B. Protection: 1. Cover or otherwise protect finish work of other trades and surfaces not being painted concurrently or not to be painted. 1.08 SAFETY AND HEALTH REQUIREMENTS In accordance with requirements of OSHA Safety and Health Standards for Construction (29CFR1926) and the applicable requirements of regulatory agencies having jurisdiction, as well as manufacturer's print~t instructions, appropriate technical bulletins, manuals, and material safety data sheets, the CONTRACTOR shall provide and require use of personnel protective and safety equipment for persons working in or about the project site. NCRWTP Modifications 024723 09941-4 August 1, 2000 15C 1 All paints must .comply with the requirements of the National Ambient Air Quality Standards. PART 2 - PRODUCTS 2.01 MATERIALS; GENERAL: Ao Paint Coatings: Suitable for intended use, recommended by theh: manufacturer for intended service. Use coatings on ferrous surfaces for Type S or Type E service of protective paint coating quality. Service types specified in section 09940. B. Products Used: Minimum of five years satisfactory use under similar service conditions. Evaluate coating performance based on performance criteria. C. Use products of one manufacturer in any one paint coating system; all coating materials compdtible. Coatings for touch-up; same as original. 2.02 COLORS AND FINISHES: A. Interior finish colors: As indicated in finish schedule on drawings. Match final colors to selected color chips, as scheduled. B. To provide contrast between successive coats, lightly tint each coat to distinguish it from preceding coats. C. Unless otherwise indicated for finish paint, use gloss or semigloss on metal, and matte finish or flat on masonry and concrete. NCRWTP Modification~ 09941-5 August 1, 2000 O24723 16¢ 1' 2.03 COATING TYPES: A. Coatings are described in following list with minimum dry film thicknesses (DFr) and maximum allowable for volatile organic compounds (V.O.C.) required and abbreviations for identification on PAINT SCHEDULE: COATING SCHEDULE Abbr. Description (minimum solids content, DFT/Coat by volume & Maximum V.O.C.) Brand (Mils) AL Acrylic Latex (43 percent - V.O.C. 1.46) AP Polyamide Epoxy APE Aliphatic Polyurethane Enamel (54 percent - V.O.C. 3.41) Series 6 Tneme-Cryl Series 27 F.C. Typoxy Series 71 Endura-Shield 2.0-3.0 4.0-6.0 3.0-5.0 AU BF EP HSE Alkyd Undercoater (53 percent - V.O.C. 3.32) Block Filler (68 percent) Epoxy Primer (69 percent ~ V.O.C. 3.37) High Solid Epoxy (82 percent - V.O.C. 1.85) ME Modified Epoxy PE* Polyamide Epoxy Finish 36-603 Undercoater Series 130 Series 69 Boston Gray Primer Series 104.H.S. Epoxy Series 145 Epoxy, Modified Series 69 2.0-3.0 3.0-4.0 6.0-8.0 2.0 NCRP,,TP Modifications 024723 09941-6 August 1, 2000 (69 percent - V.O.C. 2.79) PE2 Polyamide Epoxy Finish LTE Low Temperature Epoxy (58 percent - V.O.C. 2.99) PWE Potable Water Epoxy (69 percent & V.O.C. 2.80) PVA Polyvinyl Acetate Primer (28 percent - V.O.C. 1.44) Epoxoline H Series 141 Series 161 Series 140 Pota-Pox PVA Sealer- Primer 51-792 16C 1 6.0-8.0 3.0 4.0-6.0 6.0-8.0 2.0-3.0 * If application of PE type coating occurs during low temperatures of the season, provide and apply LTE type coating in lieu of PE and substitute throughout in Paint Schedule at end of Section, unless otherwise recommended by coating manufacturer. ~ Description of coating types includes minimum acceptable percent, by volume, of component solids and volatile organic compounds (V.O.C.). Brand identification is keyed to products of Tnemec Co., Inc., Kansas City, MO, to establish standard of quality. Products meeting physical characteristics and performance criteria, manufactured by Kop-Coat, Inc., Pittsburgh, PA; or Valspar Corp., Short Hills, NJ, are acceptable. 1. Provide coatings submerged in potable water with National Sanitation Foundation approval. 2.04 PIPE, VALVE/EQUIPMENT IDENTIFICATION AND COLOR CODING: Identify pipes, ~,alves, pumps, tanks and similar vessels by color as specified in Pipe Identification Schedule and with name of contents, directional flow arrows and other required legend, as scheduled. Use 4 mil thick vinyl snap-on or strap-around pipe markers that meet ANSI specifications A13. lfor all internal piping with the exception of stainless steel. Wordings/color combinations are to be custom, per the owner's requirements. Locate markers no greater than 8 feet apart on straight runs. NCRWTP Modifications 024723 09941-7 August 1, 2000 Mark each branch, wye change in direction and each side of floor and wail penetrations. Use non-ferrous metal vaive tags with metal or nylon ties to mark every vaive. 2. Use painted stencil identification for all exterior and stainless steel piping. Stencil lettering shail be a minimum of two inches in height. PART 3 - EXECUTION 3.01 INSPECTION: Examine surfams scheduled to receive paint and finishes for conditions that will adversely affect execution, permanence or quaiity of work and which cannot be put into an acceptable condition through preparatory work. B. Do not proceed with surfaco preparation or coating application until conditions are suitable and in accordance with manufacturer's printed instructions. 3.02 PREPARATION: A. Basic Steps: Arrange to do preparation and paint work in heated enclosure unless ambient weather conditions ensure still, dry air and 50 degree F. temperature. Do not apply paints to surfacos in direct sunlight. Conform to manufacturer's printed instructions for safety requirements. 2. Coordinate cleaning and painting operations to eliminate contamination of one by the other. Maintain coating materiais at manufacturer's recommended mixing and application temperatures for not less than 24 hours before use. Have clean, proper containers, spray equipment, applicators and accossory items ready for use before decanting or mixing paint materiais. Ensure proper coordination of materiais to be applied hereunder with previous coatings on affected surfacos. Have manufacturer's written directions on hand, and follow them strictly, except where otherwise specified. NCRWTP Modifications 024723 09941-8 August 1, 2000 ao 16C 1 ! Carefully coordinate preparation and material compatibility requirements with the work specified in Section 09940. Before any paint application, carefully clean new and existing surfaces to be coated of dust, dirt, grease, loose rust, mill scale, paint unsuitable for top coating, efflorescence, oil, moisture, foreign matter or conditions detrimental to coating bond and durability. 1. Following cleaning, apply preparatory treatment in strict accordance with manufacturer's written instructions. 2. Fill imperfections and holes in surfaces to be painted. Me~s: 1. Ferrous metals, including field welds and unprimed shop welds, without shop prime coats as follows: a. Near White blast cleaned (SSPC-SP-10), for Type S service. b. Commercial blast cleaned (SSPC-SP-6), for Type E service. c. Use needle gun for field welds and shop welds which occur in narrow, unprimed areas in an otherwise shop primed surface, followed by SSPC-SP 1-solvent wipe. 2. Ferrous metals with shopprimers cleaned as previously specified, then: a. Prepared to meet manufacturer's recommendations for Type E or S service. Epoxy coated metals for paint finish; clean of dirt, grease, oil and foreign matter, and prime with a barrier coat to prevent bleeding and discoloration of finish. Non-ferrou. s and galvanized metal surfaces for finish; Clean of dirt, grease, oil, and foreign substances, wash thoroughly with grease solvent, then permit to dry. Apply one coat of epoxy primer (EP) to non-ferrous surfaces. · NCRI, IrI~ Modifications 024723 09941-9 August 1, 2000 160 1 D. Concrete For Paint Finishes: Clean thoroughly of form oil, release agents, dirt, dust, grease, paint, loose material and foreign matter. Remove laitance, roughen smooth surfaces by brush sand blasting, remove fins and projections, fill voids and honeycombs. 2. Prime where required, after concrete has dried in strict accordance with manufacturer's printed instructions. 3. Concrete for submerged service: Brush blast clean. Concrete unit masonry for paint finishes; clean thoroughly by brushing, scraping and sanding or grinding slick areas. Remove loose or projecting mortar, solvent wash oil, grease, paint spots before applying block filler. F. PVC Piping: sand all surfaces aggressively, then solvent clean. Provide higher degree of cleaning for acceptable equivalent paint products when paint manufacturer recommends in his printed surface preparation recommendations. 3.03 TOUCH-UP: Before applying field coat, touch-up abraded areas of shop coats with paint of the same type. Apply an entire coat if necessary. Touch-up coats are in addition to, and not a substitute for first field coat. Clean deteriorated surfaces to bare metal before applying touch-up coat. Equipment, motors, pumps, instrumentation panels, electrical switchgear, and similar items with shop coats, paint filler, enamel or other treatment customary with manufacturer; after installation, touch-up scratches and blemishes before applying field coats. 3.04 APPLICATION: In general, apply minimum of one under coat and one finish coat to previously primed surfaces. Following careful inspection of surfaces not previously primed, prepare and clean as specified, apply proper prime coat and minxmum of one under coat and one finish coat. Refer to Paint Schedule at end of section. NCRWTP Modifications 024723 09941-10 August 1, 2000 16g 1' Conditions: Do not apply paints or other finish to wet or damp surfaces, except in accordance with instructions of manufacturer. Do not apply exterior paint during cold, rainy, or frosty weather, or when temperature is likely to drop to freezing. Avoid painting of surfaces while they are exposed to the sun. Paint surfaces which have been cleaned, pretreated, or otherwise prepared for painting with first field coat as soon as practicable after such preparation has been completed, but in any event prior to deterioration of prepared surface. Coat blast cleaned metal surfaces in accordance with SSPC guidelines, before any rusting or other deterioration or contamination of the surface occurs. Do not coat blast cleaned surfaces later than 8 hours after cleaning under ideal conditions or sooner if conditions are not ideal. Metheds: 1. Spraying with adequate apparatus may be substituted for brush application of suitable paints and in locations suitable for spraying. Prepare surfaces, mix and apply paint materials in strict accordance with manufacturer's printed instructions and recommendations, except where spocifically directed otherwise. Control temperature of materials upon mixing and application, surface temperature and condition, thinning and modifying. 3. Protect surfaces to be coated, before, during and after application unless ambient weather conditions are favorable. D. Workmanship: 1. Spot prime with aluminum paints, exposed nails and other ferrous metal on surfaces to be painted with water-thinned paints. Apply coating materials to meet manufacturer's spreading rate and dry film thickness recommendations. Dry film thicknesses specified axe constant for brush, spray, roller or other form of application. NCRWTP Modifications 024723 09941-11 August 1, 2000 Control thinning in accordance with V.O.C. regulations for spray use and tO manufacturer's printed instructions, and produce specified dry film thickness on level surfaces, interior and exterior angles. b. Record quantities of materials of each type, for each coat, used in each location. Apply paints and coatings using skilled painters, brushed or rolled out carefully to a smooth, even coating without runs or sags. Flow enamel on evenly and smoothly. Allow each coat of paint to dry thoroughly, on the surface and throughout the film thickness, before the next coat is applied. High polymer coatings may be excepted from the drying requirement if recoat time is specified by manufacturer. 4. Finish surfaces: Uniform in finish and color, and free from flash spots and brush marks. 5. Accessory:'items, finish hardware, lighting fixtures, escutcheons, plates, trim and similar finish items not to be painted: Remove or carefully mask before painting adjacent surfaces. Carefully replace and reposition upon completion of adjacent painting and cleaning work. E. Special Areas: All surfaces which are to be installed against concrete, masonry, etc., and will not be accessible for field priming and/or paining shall be back primed and painted as specified herein, before erection. Anchor bolts shall be painted before the erection of equipment and then the accessible surfaces repainted when the equipment is painted. 3.05 PROTECTION, CLEAN-UP: Protect materials and surfaces painted or coated under this section, both before and after application. Also protect adjacent work and materials by the use of sufficient dropcloths during the progress of this work. Upon completion of the work, clean up paint spots, oil, and stains from floors, glass, hardware, and similar finished items. NCRWTP Modifications 024723 09941-12 August 1, 2000 3.06 PAINT SCHEDULE: Coordinate, schedule and confirm the various cleaning, touch-up and finishing operations. Ensure the transmission of materials data, color selections and coating system methods between the coating applicators. Take responsibility for not exceeding exposure and recoat time limits. PIPE IDENTIFICATION SCHEDULE Stainless Steel Pipe Colors* Letters & Arrows Identifying Text Drain Waste Drain Black Black Drain Waste Drain Plastic Pipe System Colors* Pipe Letters Identifying & Arrows Text Caustic Soda Sample Lines Sodium Hypochlorite Coral Reef Black AD42 Cactus Flower Black AS52 Safety Yellow Black BV57 w/black bands Caustic Soda Sample L'mes Sodium Hypochlorite NCRWTP Modifications 024723 09941-13 Aug~,t I, 2000 1. Fiberglass ductwork for all ductwork - to match existing Degasifiers 2. All pumps and valves - to match existing pumps Provide banding 4 ft. 0 in. on center. * Paint colors indicated are Tnemec Chromacolors. PAINT SCHEDULE Item Field Coats No. Surface or Item 1st 2nd Final 1 2 3 Exposed interior stucco, Interior concrete and concrete masonry units Exterior exposed stucco, Exterior concrete and concrete masonry units BF* PE2 (* - concrete block only) Precast concrete planka (underside on interior) PE2 ME ME ME PE 4 Interior miscellaneous ferrous metal-work, ferrous piping (excluding series 300 stainless steel), ferrous parts of operating devices, valve handles (Note 1) PE q 5 Exposed electrical conduit, conduit fittings, and outlet boxes (if against concrete or concrete masonry units)PE Exterior equipment with Type S service prime coats (Notes 2 & 3) PWE (touch up) 6 PE PE PE PWE NCRWTP Modifications 024723 09941-14 August 1, 2000 Exterior exposed equipment with Type E service prime coats (Note 2) Item No. Surface or Item EP PE APE (touch up) Field Coats 1 st 2nd Final 8 Interior equipment with Type S service prime coats (Notes 2 & 3) 9 Interior equipment with Type E service finish coats (Note 2) 10 PVC piping I 1 Items with factory finish 12 Fiberglass ductwork and piping (Note 4) PWE PWE EP PE PE AP AL Touch-up with materials supplied by manufacturer AL AL NOTES: 1. Thin first coat 10 percent, spray apply and backroll; thin final 5 percent, spray apply. 2. Type of service is specified in Section 09940. 3. Provide coating with NSF approval. 4. Conform to paint manufacturer's printed instructions with regard to surface preparation of surface material prior to field painting. 5. Refer to Paragraph 1.01 B. NCRWTP Modifications 09941-15 024723 Augu~ 2, 2000 3.07 FINAL TOUCH-UP: A. Prior to final completion and acceptance, examine painted and f'mished surfaces and retouch or refinish as necessary and required to leave surfaces in perfect condition. B. After hollow metal doors have been fitted and hung, refinish edges, tops and bottom. 3.08 OSHA SAFETY COLORS: Where wall mounted breathing or fire apparatus is located, the wall around the apparatus shall be painted with the appropriate safety red color. The area painted shall not exceed two feet wide by three feet high unless the apparatus is so large that it covers the area. All fire hoses, extinguishers, hydrants, etc., shall be outlined or painted red. 3.09 WORK IN CON-FINED SPACES The CONTRACTOR shall provide and maintain safe working conditions for all employees. Fresh air shall be supplied continuously to confined spaces through the combined use of existing openings, forced-draft fans, or by direct air supply to individual workers. Paint fumes shall be exhausted to the outside form the lowest level in the contained space. Electrical fan motors shall be explosion proof if in contact with fumes. No smoking or open fires will be permitted in, or near, confined spaces where painting is being done. 3. lO CLEANING The buildings and all other work area shall be at all times kept free from accumulation of waste material and rubbish mused by the work. At the completion of the painting, all tools, equipment, scaffolding, surplus materials, and all rubbish around the inside of the buildings shall be removed and the work left broom clean unless otherwise sp:ecified. * * * END OF SECTION * * * NCRWTP Modifications 09941-16 August 1, 2000 024723 16g 1 SECTION 11010 EQUIPMENT GENERAL PROVISIONS PART I - GENERAL 1.01 DESCRIPTION OF WORK: General technical requirements applicable to the procurement, installation, testing, and start-up of equipment specified in Division 11, Equipment. 1.02 REFERENCE STANDARDS AND SYMBOLS: Requirements of Regulatory Agencies, Codes, and Standards: The requirements of the current issue of the laws, ordinances, codes and standards of the authority having jurisdiction over the work constitute minimum requirements for the materials, equipment and workmanship to be provided. Where the Contract Documents have more stringent requirements, they shall supersede the governing laws, ordinances, codes, and standards. Bo Referenced Specifications and Standards: The latest issue, amendment, addendum or revision of Specifications and standards published by the following sources govern materials, equipment and workmanship to be provided. References to these standards in the Contract Documents are identified by the indicated abbreviations: AFBMA AGMA AISI AMCA ANSI API ASME ASTM AWS AWWA HI MSS NAFM NBS NFPA Anti-Friction Bearing Manufacturers Association American Gear Manufacturers Association American Iron and Steel Institute Air Movement and Control Association American National Standards Institute American Petroleum Institute American Society of Mechanical Engineers American Society for Testing and Materials American Welding Society American Water Works Association Hydraulic Institute Manufacturers' Standardization Society National Association of Fan Manufacturers National Bureau of Standards National Fire Protection Association NCRWTP Modifications 024723 11010-1 August 2, 2000 NSF OSHA National Sanitation Foundation Occupational Safety and Health Act 1.03 QUALITY ASSURANCE: Suppliers shall be firms regularly engaged in the manufacture of specified equipment whose products have been used satisfactorily in similar services for at least 2 years prior to issue date of the Contract. Equipment components shall be designed, fabricated, and assembled to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. Co The equipment shall not have been in service at any time prior to delivery except as required to test and verify proper operation and performance. 1.04 ACCEPTABLE MANUFACTURERS: The naming of manufacturers for material or equipment is intended to establish standards of quality and performance and not to limit competition. Unless specifically stated otherwise, the phrase "or other approved" is inferred, except that such equality with specified items shall be proven by submitting a request for approval in writing. Provide sufficient supporting data to permit a fair evaluation of the proposed substitute with respect to quality, serviceability, warranty, and cost. PART 2 - PRODUCTS 2.01 GENERAL: Provide products conforming to all specified, scheduled or indicated performance requirements under project service including, but not limited to, site elevation above sea level, ambient temperature and humidity range; utility supply conditions; service pressure/temperature ratings; installation. ao Where any project service condition would adversely affect product continuous service performance capabilities, derate or modify product as necessary to obtain continuous service performance required by the Contract Documents. All components in contact with drinldng water treatment chemicals (except components that will come into contact with raw water prior to its treatment by NCRWIP Modifications 024723 11010-2 Augurn 2, 2000 16g 1! reverse osmosis) shall conform with American National Standards Institute (ANSI)/NSF International (NSF) Standard 61. 2.02 DESIGN REQUIREMENTS: All parts of the equipment shall be amply proportioned for all stresses that may occur during continuous operation and for any additional stresses that may occur during fabrication, erection, and intermittent operation. Particular attention will be given to the ruggedness of the structural and mechanical features of the designs to insure long life, low maintenance costs, and devices and features to permit effective methods and care of the equipment. Workmanship shall be of the highest quality in all respects. 2.03 SKID ASSEMBLIES: General: Designated treatment equipment shall be arranged into self-contained packages as indicated on the Drawings. Each designated skid assembly shall include indicamd equipment, piping, valves, instruments, controls, and panels as well as any disconnects, guards, supports, and accessories necessary to provide a functional unit ready for connection to building services, detached equipment, and interfacing assemblies. Unless otherwise indicated, provide a common structural steel skid with lifting lugs for each equipment package sized to support treatment components, valves, piping, wiring, and controls. Individual package skids may be arranged in sections if necessary to accommodate shipping restrictions or prevent damage to package components. Interfaces: All piping interfaces between individual skid sections and with external systems shall be flanges or unions as appropriate to the specific service. Electrical, monitoring and control components shall be wired to terminals in terminal boxes on each skid section. Wiring connections to external systems shall be through the terminal boxes. 2.04 MOTORS Provide motora where indicated in individual equipment specifications conforming to Section 16175, Motors. All motors for process equipment shall be of sufficient power rating to properly operate the equipment under all operating conditions. NCRWTP Modifications 024723 11010-3 August 2, 2000 Motor enclosures for process equipment shall be of the open dripproof type except where other, more stringent requirements are indicated in individual Division 11 Specifications or the Contract Drawings. 2.05 ELECrRICAL CONNECTIONS: Provide watertight connection for rigid conduit, 3/4-inch minimum, unless otherwise indicated. Provide liquidtight flexible conduit (30-inch maximum length) at motor connections and at all removable sensors and devices connected to piping systems. Conduit hubs or openings for conduits shall be threaded and shall be plugged with a threaded, removable plug. Each equipment item shall be grounded to the baseplate, skid support, and/or structural steel assembly with a grounding lug for connection to the building ground system. 2.06 VARIABLE SPEED DRIVES: Provide drives conforming to Section 16145, Variable Frequency Motor Controllers for motors requiring variable speed per individual Division 11 specification unless otherwise indicated. 2.07 MOUNTING HARDWARE: Except when galvanized steel is required, all mounting hardware shall be Series 300 stainless steel, including bolts, anchor bolts, washers, and nuts. When galvanized steel is required, mounting hardware shall be hot-dip zinc coated galvanized in conformance with ASTM A153, and bolts and hex nuts shall conform to ASTM A307, Grade A. 2.08 EQUIPMENT GROUTING: Use high-strength epoxy grout for setting all treatment systems equipment in chemical handling and containment areas. Ceilcote "684-1 Epoxy Grout"; Dudick "High Strength Epoxy Grout". Use structural nonshrink grout for setting treatment equipment in all other areas. Structural nonshrink grout is a pre-mixed, prepackaged, pretreated, non-metallic, non corrosive, nonstaining product containing selected silica sands, portland cement, shrinkage compensating agents plasticizing and water reducing agents. "Master Flow 713 by Master Builders, "Five Star Grout" by U.S. Grout Corporation, "Crystex" by L & M Construction Chemicals. Bush hammer or mechanically chip concrete surfaces that are to receive equipment grout, 8000 psi minimum compresslye strength at 28 days when tested by ASSTM C109. Shrinkage limited to 0.001-inch in plastic states when tested by ASTM C287 and in hardened state when tested by Corps of Engineers CRD-C621. NCRWTP Modifications 11010-4 August 2, 2000 024723 16C 1' 2.09 EQUIPMENT LUBRICATION: Lubricate equipment b&arings and grease couplings per manufacturer's instructions before equipment is operated. Furnish lubricants compatible with lubricants provided or recommended by original equipment manufacturer. 2.10 IDENTIFICATION NAMEPLATES: Furnish and install stamped metal identification nameplates for all equipment. Nameplates shall be 24 U.S. standard gage (minimum) AISI 300 Series stainless steel. They shall identify manufacturer, model, size, ratings, and other pertinent data indicated in individual equipment specifications. The stamped letters or numbers shall be 3/16-inch high and shall be filled in with black paint to increase readability. The nameplates shall be securely connected to the equipment item by means of pins, screws, wire rings, or other acceptable means. The connecting devices shall be of a material compatible with both the nameplate and equipment at the point of attachment. PART 3.01 3 - EXECUTION INSTALLATION: General: Install all equipment in accordance with this Section, the Contract Drawings, the individual equipment specifications, and the equipment manufacturer's installation instructions, approved shop drawings, Section 15010, Mechanical General Provisions, and Section 16010, Electrical and Instrumentation General Provisions. B. Equipment Pads: Furnish and install equipment pads as indicated with concrete conforming to Division 3, Concrete Work for equipment installed by this Section. Use approved manufacturer's shop drawings for sizing of equipment pads. Determine size, type, embedmerit, and location of anchorage devices from equipment manufacturer's shop drawings and/or installation instructions. Provide equipment-mounting bolts and accessories, anchor bolts, washers, and nuts under this Section as required for equipment. NCRWTP Modifications 024723 11010-5 August 2, 2000 16C 1 Embed anchor bolts in concrete pads with tie-in to structural concrete floors. Check location, spacing, alignment, and projection of anchor bolts before and after placement of concrete. Anchor bolts shall project beyond the tightened nut a minimum of 1/4-bolt diameter and a maximum of 1-bolt diameter. Cut off and file, or grind smooth, all long anchor bolts; cold galvanize any exposed steel surfaces; replace short anchor bolts. Grout equipment set on concrete pads or floor slabs after installation and leveling. Completely fill all voids in hollow base plates with grout; pump base plates shall be completely filled with grout. Slope edges of grout away from the equipment base. Remove leveling shims and wedges after grout has hardened. Regrout shim and wedge areas. Equipment Supports: Install structural steel supports for equipment as required and/or as shown on the Contract Drawings. All such supports shall be in accordance with Division 5. Installation Details: Set each piece of equipment on its foundation, mounting, or supporting structure. Furnish shims and wedges required to align equipment within the tolerances and allowances specified by the manufacturer's installation instructions. Certain units of equipment may be shipped unassembled; assemble equipment as required. Assemble or connect any piping furnished with the equipment. Install and align each piece of rotating equipment according to the manufacturer's printed installation instructions. Check alignment after leveling, after grouting, after connection of piping, and after operational testing. Realign equipment before proceeding with the next installation step, or after the operational testing, if any check indicates misalignment. Perform all cutting, drilling, and patching in accordance with the Contract Documents. Provide safety guards fabricated in part with expanded metal to cover all rotating, reciprocating or otherwise moving parts where not provided by the original equipment manufacturer. Guards shall be constructed for heavy-duty service, figidly supported, and readily removable for inspection and/or maintenance purposes. NCRWI'P Modification~ 024723 11010-6 August 2, 2000 1' 3.02 PROTECTION OF EQUIPMENT: Provide protective covering for all equipment installed under this Section during unloading, moving, and/or storing prior to erection. Apply protective coating to unpainted machined surfaces. Thoroughly clean rusted surfaces before applying protective coating. The coating shall not damage or otherwise deteriorate the surface it protects. Remove protective coatings before assembly or final acceptance of equipment. Protect electrical equipment, controls, and insulation against water or moisture damage. Take special precautions to prevent the entrance of foreign matter into equipment during unloading, storage, installation, and testing. Maintain lubrication of all rotating assemblies during testing and operation prior to acceptance. Should foreign matter enter equipment or if an equipment failure occurs, disassemble, clean, repair and reassemble equipment. Employ authorized field service representatives of original equipment manufacturer for disassembly and reassembly work, unless specific approval is granted by competent authority for other technical resources to be used. Prior to operating or testing equipment, provide temporary screens to protect equipment as indicated. Remove temporary screens upon completion of acceptance testing. Provide protective covering for all owner prepurchased equipment prior to eviction. 3.03 PAINTING: Paint all equipment, supports, and other devices included under this Section in accordance with the requirements of Division 9. Provide additional identification markings and special protective coatings where specified under the individual equipment specifications in Division 11, Equipment. NCRWTP Modifications 024723 11010-7 August 2, 2000 16C 1 3.04 CLEANING AND STERILIZATION: A. General: Conduct cleaning, flushing, and sterilization operations in conformance with Section 15010, Mechanical General Provisions, except as modified herein. B. Sequence: Clean and sterilize process equipment before loading membranes, cartridges, or other treatment media. Inspect equipment internals and remove any packing, shipping supports, and other debris before commencing flushing and cleaning operations. Temporarily remove and reinstall any detachable components susceptible to damage from cleaning or sterilizing solutions. Confirm compatibility of wetted internal surfaces including gaskets and seals with cleaning and sterilizing solutions before exposure. Exterior: Before commencing flushing and cleaning operations for interior surfaces, solvent clean and wipe exterior surfaces of process equipment to remove any grease, oil, dirt, road debris, or other foreign matter accumulated during shipment and installation. 3.05 INSPECTION, TESTING, AND START-UP: A. Shop Inspection and Testing: While in the manufacturer's shop, process equipment shall be subjected to all inspections and testing required by applicable codes as well as those normally provided by the manufacturer. Submit certified copies of the inspection and test reports confirming that the equipment meets the specifications. All pressure-containing equipment and parts shall be hydrostatically tested to 150 percent of the maximum operating pressure (closed valve) and held for a minimum of 10 minutes. Measure pumping equipment capacity, noise and vibration performance in accordance with applicable HI Standards. NCRWTP Modifications 024723 11010-8 August 2, 2000 16g 1 Measure noise and vibration levels for other motor driven, rotating equipment in accordance with applicable NEMA, OSHA, and NBS Standards. go Certificate of Proper Installation (CPI): When required by the individual Division 11 specifications, the equipment supplier or manufacturer shall issue a CPI after equipment is installed and prior to any field or start-up testing. The CPI shall state that the equipment is installed in accordance with manufacturer's instructions, serviced with the proper initial lubricants, and ready for run testing. CPI forms will follow the format shown in Appendix 11010-I. Functional Acceptance Test (FAT): When required by the individual Division 11 specifications, the equipment item or system shall be subjected to a FAT after equipment is certified for proper installation, and prior to any required performance and reliability testing. The FAT shall include checking for proper rotation, alignment, speed, excessive vibration, and noisy operation. Verify instrument calibration. Initial adjustment and calibration shall be performed in the presence of and with assistance from the equipment supplier/manufacturer. Do Performance Acceptance Test (FAT): When required by the individual Division 11 specifications, the equipment item or system shall be subjected to a PAT after equipment is certified for proper installation, tested for proper function, and prior to any required reliability testing. The PAT shall verify that the equipment item or system performs according to the requirements identified in individual Division 11 specifications. Reliability Acceptance Test (RAT): When required by the individual Division 11 specifications, the equipment item or system shall be subjected to a RAT after successful functional and performance testing. The RAT shall verify that the equipment item or system performs its intended function at the specified performance level for a period of four (4) consecutive 24-hour days without failure. TOOLS: Furnish any special tools that are normally required for the installation, operation, and maintenance of the equipment as defined in the individual equipment specifications. Tools shall be new, first-class quality, and shall be shipped in separate containers clearly marked with the identification of the equipment for which the special tools are intended. ~ NCRWTP Modifications 11010-9 August 2, 2000 024723 16C 1! APPENDIX 11010-I CERTIFICATE OF PROPER INSTALLATION (CPI) PROJECT CONTRACT EQUIPMENT NO. MANUFACTURER NAME MODEL NO. SERIAL NO. INSTALLATION CONTRACTOR INSPECTION NO. INSPECTOR INSPECTION DATE COMPANY Based on my inspection on the above indicated date, the following is applicable to the installation of this equipment item: __A. Installation according to manufacturer's instructions and acceptable for start-up and operafon. B. Installation not according to manufacturer's instructions but acceptable for start-up and operation. (Describe deviations frorfi manufacturer's instruc6ons below.) __C. Installation not complete and not ready for start-up. (Describe action required to complete installation below.) D. Installation unacceptable - DO NOT OPERATE. (Deserlbe, below or by attachment, action required to correct installation.) Comments: Signoff: INSPECTOR CONTRACTOR ENGINEER NAME SIGNATURE DATE NCRWTP Modifications 024723 I1010-10 August 2, 2000 INSTRUCTIONS FOR COMPLETING CPI FORMS 16C 1 ' Item PROJECT CONTRACT EQUIPMENT NO./NAME MANUFACTURER MODEL NO. SERIAL NO. CONTRACTOR INSPECTION NO. INSPECTOR/COMPANY Certificate of Proper Installation (CPI) forms are to be completed by the official representatives of the equipment manufaeturem for the equipment requiring CPI's on this Project. The following information helps explain how to complete the forms: Package Identification per Summary of Work As assigned Provide Equipment Item Designation from Contract Documents. Name of Equipment Manufacturer Model Number or Model Name for Equipment Item Unique Identification Number for Equipment Item Company Name of Equipment Item Installer 1 for Fkst Inspection, 2 for Second Inspection, 3 for Third Inspection, etc. Name of Equipment Manufacturer's Inspector and Name of Inspector's Company COMMENTS Provide detailed description of any corrective actions required to complete or correct installation. Continue on separate sheets if additional space is required. * * * END OF SECTION * * * NCRWTP Modifications 11010-11 August 2, 2000 024723 SECTION 11101 CHEMICAL FEED PUMPS 16C PART 1 - GENERAL 1.01 DESCRIPTION: Furnish sodium hypochlorite feed pumping equipment of the type, capacity, and materials as specified herein. The pumps shall be capable of handling a 12.5% hypochlorite concentration solution. All electrical components shall be mounted away from wet end of pump. 1.02 SUBMITTALS: A. The following submittals are required for this equipment: Manufacturer's Product Data (pump, motor, valves, and performance curves) Shop Drawings (plans, elevations, section dimensions, anchor bolts, clearance, interfaces, pipe connections, valves, weights, capacities, power, utilities, materials, painting and coatings, drives, motors) Operation and Maintenance Manual (including installation instructions, parts lists, and product warranty information) B. Submittal Procedures: Contractor shall submit six (6) copies of all submittals including certifications, calculations, material data, test results, operations and maintenance data and manufacturers literature as specified. Contractor shall submit one of each product sample as specified. The Contractor shall submit (one reproducible and five paper copies) shop and working drawings of concrete reinforcement, structural details, piping layout, wiring, materials fabricated especially for the Contract, and materials and equipment for which such drawings are specifically requested. Such drawings shall show the principal dimensions, weight, structural and operating features, space required, clearances, type and/or brand of finish or shop coat, grease fittings, etc., depending NCRWTP Modifications 024723 11101-1 08/03/00 16C 1 on the subject of the drawing. When so specified, the drawings shall be certified by the manufacturer or fabricator as correct for the Contract. As part of the shop drawing submittal, submit a list with the names, identification numbers, and quantities of spare parts, instruments, and equipment to be provided. Contractor shall submit when so specified manufacturer's specifications, catalog data, descriptive matter, iljustrations, etc., in place of shop and working drawings. In such case the requirements shall be as specified for shop and working drawings, insofar as applicable, except that the submission shall include an extra copy instead of a reproducible. Only drawings which have been checked and corrected by the fabricator, his subcontractors and vendors, should be submitted to the Contractor. Prior to submitting drawings to the Engineer, the Contractor shall check thoroughly all such drawings to satisfy himself that the subject matter thereof conforms to the Drawings and Specifications in all respects. All drawings which are correct shall be marked with the date, checker's name, and indication of the Contractor's approval, and then shall be submitted to the Engineer; other drawings shall be returned for correction. Submittals such as drawings and data submitted to Engineer shall be of the quality for legibility and reproduction purposes, with every line, character and letter clearly legible, and for such drawings as reproducibles useable for further reproduction to yield legible hard copy. Submittals shall be complete with respect to dimensions, design criteria, materials of construction and other information specified to enable Engineer to review the information effectively. Incomplete submittals shall be returned without reviews. All shop and working drawings shall be submitted to the Engineer by and/or through the Contractor, who shall be responsible for obtaining shop and working drawings from his subcontractors and returning reviewed drawings to them. All shop and working drawings shall be prepared on standard size, 24-in. by 36-in. sheets, except those which are made by changing existing standard shop or working drawings. All drawings shall be clearly marked with the names of the Owner, Contractor, and building, equipment, or structure to which the drawing applies, and shall be suitably numbered. NCRWTP Modifications 024723 11101-2 08/03/00 16g 1 10. 11. 12. 13. 14. The review of shop and working drawings hereunder will be general only. Nothing contained in this specification shall relieve, diminish or alter in any respect the responsibilities of the Contractor under the Contract Documents. The Contractor is responsible for details of design and dimensions necessary for proper fitting and construction of the work as required by the Contract and for achieving the result and performance specified thereunder. Engineer's review action stamp, appropriately completed, will appear on all Compliance Submittals of Supplier when returned by Engineer. Review status designations listed on Engineer's action stamp are defined as follows: NO EXCEPTIONS TAKEN Signifies equipment or material represented by the submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be transmitted to Engineer for final distribution. MAKE CORRECTIONS NOTED. Signifies equipment or material represented by the submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the work in accordance with Engineer's notations. Contractor is to proceed with fabrication or procurement of the items and with related work in accordance with Engineer's notations and is to submit a revised submittal responsive to notations. AMEND AND RESUBMIT. Signifies equipment or material represented by the submittal appears to conform with the design concept and comply with the intent of the Contract Documents but information is either insufficient in detail or contains discrepancies which prevent Engineer from completing his review. Contractor is to resubmit revised information responsive to Engineer's annotations on the returned submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the submittal and related Work is not to proceed until the submittal is acceptable. REJECTED. Signifies equipment or material represented by the submittal does not conform with the design concept or comply with the intent of the Contract Documents and is disapproved for use in ! 1101-3 08/03/00 NCRWTP Modifications 024723 15. 16. 17. 18. the Work. Contractor is to submit compliance submittals responsive to the Contract Documents. Should the Contractor submit equipment that requires modifications to the structures, piping, electrical conduit, wires and appurtenances, layout, etc., detailed on the Drawings, he shall also submit details of the proposed modifications. If such equipment and modifications are accepted, the Supplier, at no additional cost to the Owner, shall do all work necessary to make such modifications. Upon receipt of written application from the Contractor for substitution of a major equipment item, the Engineer will estimate the cost of evaluating the request and present this estimate to the Contractor. The Contractor is advised that the estimate is based upon the best information available to the Engineer at the time; however, the actual cost, based on time and expense, will be documented and applied in the final analysis of the substitution request. Ifthe Contractor wishes to proceed with the request, he shall advise the Engineer in writing and submit sufficient additional information as may be requested by the Engineer. No material or equipment substitution evaluation will take place until such time as the Contractor has agreed to the estimate in writing and has authorized the Engineer to deduct the cost of the evaluation from progress payments due the Contractor. The marked-up reproducible of the shop and working drawings or one marked-up copy of catalog cuts will be returned to the Contractor. The Contractor shall furnish additional copies of such drawings or catalog cuts when so requested. Allow a minimum of two (2) weeks and a maximum of 30 days for the Engineer's initial processing of each submittal requiring review and response, except allow longer periods where processing must be delayed for coordination with subsequent submittals. The Engineer will advise the Contractor promptly when it is determined that a submittal being processed must be delayed for coordination. Allow two (2) weeks for reprocessing each submittal. Advise the Engineer on each submittal as to whether processing time is critical to progress of the work, and therefore the work would be expedited if processing time could be foreshortened. For more than two resubmittals, Owner reserves the right to withhold payment to the Contractor for costs incurred because of additional review periods. NCRWTP Modifications 11101-4 08/03/00 024723 16C I 19. Make all modifications noted or indicated by Engineer and return revised prints, copies or samples until accepted. Direct specific attention in writing, or on revised submittals, to changes other than the modifications called for by Engineer on previous submittals. After submittals have been accepted, submit copies thereof for final distribution. Prints of accepted drawings transmitted for final distribution will not be further reviewed and are not to be revised. If errors are discovered during manufacture or fabrication, correct the submittal and resubmit for review. 1.03 WARRANTY: All pumps and appurtenances supplied under this Contract shall have a full replacement warranty for a period not less than 36 months after delivery. PART 2 - PRODUCTS 2.01 DESIGN REQUIREMENTS: General: Provide pumps of the size, type, materials, and mounting arrangement per Pump Schedule Table on page 11101-5. Each pump shall be mounted on a common base with its driver, and all exposed moving parts shall be covered by OSHA-approved all- metal guards. All materials of construction, except as otherwise specified, shall be the pump manufacturer's standard for the service indicated. 3. Coat unprotected ferrous surfaces with a two-part epoxy paint. The net positive suction head (NPSH) required shall be at least 1- 1/2 feet less than the available NPSH indicated. The pump shall be capable of pumping with a net positive suction head available as low as 3 psi. Speed shall be less than 1800 rpm for all rotary type pumps, unless specifically stated otherwise. B. Motors: Motors for positive displacement type pumps shall be sized such that the nameplate rating shall not be exceeded by the load 11101-5 08/03/00 NCRWTP Modifications 024723 2.02 requirements of the pump over the full range of specified service conditions. C. Acceptable Manufacturers: Milton Roy Company, Pulsafeeder, ProMinent or approved equal. HYDRAULICALLY ACTUATED DIAPHRAGM TYPE CHEMICAL FEED (TYPE HPD) Sodium Hypochlorite Delivery. The main chassis of the pump, housing the drive train, shall be enclosed in a cast aluminum housing coated with corrosion resistant acrylic resin. The pump shall be a hydrauically actuated single PTFE or PTFE composite disc diaphragm design. The stroke length shall be adjusted from 0 to 100% by limiting the amount of the eccentric (stroke amplitude modulation) via a knob on the pump control face. Provide chemical duty rated TENV motor enclosure with NEMA 56C frame. Utilize DC motor with SCR (NEMA 4X) controller, 30:1 speed range, equal to Dart Controls, Inc. Power input to the SCR shall be 120VAC single phase. The hydraulic reservoir and gear reduction lubrication system shall be totally separate. The hydraulic system shall be positively vented on each stroke of the pump and no internal adjustable valves shall be required. The pump shall be capable of indefinite operation without process fluid. The suction and discharge valves shall be of the single ball check design with the ball checks mounted internally in the valves. The diaphragm shall consist of a composite PTFE or a steel core vulcanized into an EPDM elastomer reinforced with nylon fabric and Teflon coated on the media contact surface. Each pump will be provided with an external pressure relief valve factory set at 150 psi. Provide in-line, bladder- or diaphragm-type accumulator to prevent pressure surges sized according to pump manufacturer's recommendations for each pump. All pulsation dampeners shall be designed for 95% pulsationless flow. Provide backpressure valves, factory set at 30 psi, for each pumping system (4 total). All components shall be constructed of PVDF and PTFE materials with viton seals and rated for 175 psi minimum at 70 degrees F. Connections shall be s/a-inch unless otherwise noted on the drawings with flanged ends. The delivery rate of each hypochlorite pump shall be adjustable by either manual stroke length adjustment, or changing the speed NCRWTP Modifications 11101-6 08/03/00 024723 16C 1 All metering pumps shall have a SCR/DC drive system for stroke frequency control. Pumps shall be connected through an external variable speed drive allowing a minimum I0:1 turndown ratio and configured for an external 4- 20 mA speed control signal with local-remote switch. In local, stroke frequency is controlled via a knob on the controller. In remote, stroke frequency is controlled by the plant PLC system. Each metering pump shall have a hand-off-auto switch for local and remote control. In hand, the pump shall run. In auto, the pump is controlled by he plant PLC. Provide each pump with a NEMA 4X fiberglass control panel as shown on the Drawings. Provide a spare parts kit for each metering pump. At a minimum, the kit shall include a diaphragm, a set of check valves (balls and seats), o-rings, gaskets, oil seal and installation instructions. PART 3 - EXECUTION 3.01 INSPECTION, TESTING, AND START-UP: Provide inspection, testing, and start-up services per Section 01610, Installation, Testing and Startup Services. Manufacturer's representative shall provide at a minimum, 2 training sessions, 4 hours each and a minimum of 2 trips, 4 hours each, during startup of individual pumps. Provide factory certification of backpressure and pressure relief valve pressure tests and settings as specified herein. NCRWTP Modifications 024723 11101-7 08/03/00 16C 1 3.02 MISCELLANEOUS: Nameplate Data: Nameplates shall be corrosion resistant and include the following pertinent data: Manufacturer, flow rate (gpm or gph), motor size (hp), speed (rpm or spin), serial number, fabrication date (year), and Manufacturer Purchase Order Number (P.O. No.). Painting and Identification: Painting of exposed ferrous surfaces, shall include the following equipment data: Designation per pump schedule service designation in 1-inch block letters on the pump baseplate. Provide manufacturer's standard protective coating system for corrosive environments on all non-machined, exposed, ferrous surfaces. NCRWTP Modifications 024723 11101-8 08/03/00 16C 1 16C SECTION 11168 ODOR CONTROLSYSTEM PART 1 - GENERAL 1.01 REQUIREMENTS The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals required to install and test, complete and ready for operation the "third train odor control system" as specified herein. The system shall include, but not be limited to, blowers and inlet filter system complete with motors and controls, distribution headers and laterals, spray nozzles, packings, packing support structures, manways, ladders, platforms and connections, and lifting lugs, as specified herein. The system shall provide for the removal of hydrogen sulfide at the Collier County, North County Regional Water Treatment Facility (NCRWTP), from the four raw water degasifiers. The odor control systems shall treat the off gas from the alegasifiers and shall also include scrubber towers, recirculation pumps, instrumentation, controls, vessel internals, and interconnecting ductwork. It is the intention of this specification for the system supplier to provide detail drawings to the contractor including equipment and electrical layout for a turnkey layout and installation. The odor control system third train shall be capable of treating 16,667 scfm (standard cubic feet per minute) of odorous air at 700 lbs/day of hydrogen sulfide removal. One odor control system train will be built parallel to the existing two trains on the area shown in the contract drawings. Each train will be connected to treat one third of the air from four existing degasifiers. 1.02 RELATED WORK A. Divisions 1 and 15. 1.03 REFERENCES County Codes: All codes for County utility work are referenced in Collier County ordinance 97-17. B. Commercial Standards: ASTMD3299Filament-Wound Glass Fiber Reinforced Thermoset Resin Chemical Resistant Tanks. 1 11168-1 08/02/00 NCRWTP Modifications 024723 ASTM C581 Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures intended for Liquid Service. 1.04 CONTRACTOR SUBMITTALS Materials and Shop Drawings: The CONTRACTOR shall submit five (5) sets of complete shop drawings of all the odor control system equipment as a complete system. The equipment shop drawings submittal shall contain all structural calculations and drawings for the vessels, deflection of the vessel at the point of connection with the ductwork, thickness, anchor bolt size and location, lifting hooks, access ladders and platforms, and loads imposed by appurtenances such as inlet ducting. All structural drawings, structural calculations and process calculations shall be signed and sealed by a Professional Engineer (P.E.) registered in the state of Florida. Complete master power and control wiring diagram, elementary or control schematics, and suitable outline drawings of the control schematics and control panel shall be furnished as part of the shop drawings. B. The following fan submittals are required: Manufacturer's Product Data (fan housing, fan, motor, dampers, transition ducts, inlet filter, accessories) Shop Drawings (fan outline dimensions, access ports, connection arrangement, lifting lugs, anchorage provisions, shipping weight, operating weight) Certifications (fan performance curve showing Static Pressure, CFM, Efficiency and Brake Horsepower) Additional information: The CONTRACTOR shall supply certificates for the following from the FRP ductwork supplier: The resin used shall be in accordance with ASTM C 581 and that the resin is compatible with an environment consisting of air, caustic, hydrogen sulfide gas, methane, various aromatic hydrocarbon vapors, droplets of saltwater, and droplets of water containing sodium hypochlorite, sodium hydroxide, sulfuric acid, and hydrochloric acid. The ductwork supplied shall meet the deflection requirements under the vacuum pressure and hoop (point) loading specified herein. NCRWTP Modifications 11168-2 08/02/00 024723 The CONTRACTOR shall provide a certificate from the vessel manufacturer listing the nomenclature, composition, and characteristics of the resin. This information shall be supplied with the submittal data, as well as vessel and support calculations as specified. Provide five (5) sets of Operation and Maintenance Manuals to the OWNER prior to installation. The odor control system supplier shall submit signed and sealed structural calculations and drawings by a Florida P.E. for wind loads per Southern Building Code Congress International - Standard Building Code, latest edition. 1.05 QUALITY ASSURANCE Inspections and Testing Requirement: The ENGINEER reserves the right to reject acceptance of delivery of any or all pieces of equipment found, upon inspection, to have any or all of the following: blisters, chips, crazing, exposed glass, cracks, burned areas, dry spots, foreign matter, surface porosity, sharp discontinuity or entrapped air at the surface of the laminate. Prior to any exterior gel coating or equivalent of the vessel, notification must be given to the ENGINEER. The ENG1NEER reserves the right to the be present at the fabricator's facility for visual inspection of equipment to be supplied. The System Integrator shall have more than ten (10) years of experience with odor control system construction and have at least ten (10) similar installations on water treatment plants of which five (5) installations are in the state of Florida which were installed more than five (5) years ago. Include in the list at least five (5) two-stage systems in the state of Florida operating on water treatment plants for H2S removal. 1.06 UNIT RESPONSIBILITY The entire odor control system as specified herein shall be provided by a single system supplier to ensure coordination and compatibility. The CONTRACTOR shall be responsible for all the on-site installation for the odor control system as specified herein. The system supplier shall be responsible for providing the required technical services to the CONTRACTOR during the installation of the odor control system. NCRWTP Modifications 024723 11168-3 08/02/00 The CONTRACTOR or the system supplier is responsible in ensuring that the modifications to remove the existing fans and duct the existing degasifiers to the new odor control system does not affect the process or structural integrity of the existing degasifiers. 1.07 ODOR CONTROL SYSTEM DESIGN REQUIREMENTS A. Item/Design Conditions: Number of Two-Stage Trains: Design Influent Air H2SLoadingperTrain (lbs/day): Number of Scrubbers: 2 Minimum Diameter (feet): 7.0 Minimum Recirculation Rate (gpm): 350 Number of Recirculation Pumps: 4 Total Hydrogen Sulfide Removal Efficiency(%):99.5% H2S Loading per Train (lbs/day): 700 Maximum HeS Outlet Concentration (mg/1): 0.25 mg/1 Packing Manufacturer: Jaeger Products, Inc. Minimum Packing Height (feet): 12 Maximum Packing Size (inches): 3.5 inches Mist Eliminator Manufacturer Jaeger Products, Inc. Minimum Mist Eliminator Height (feet): 1 Maximum Packing Size (inches): 2 Number of Blowers: 4 Airflow per blower (scfm) 12,500 Static Pressure (inch of H20) 12 1 ~ 16,667 scfm each 700 1.08 DESCRIPTION OF THE SYSTEM The odor control system will collect air from the existing degasifiers and independent branches of duct will connect to the degasifiers. Duct supports shall be supplied by the CONTRACTOR as recommended by the system supplier. The four (4) fans will be ducted by means of common header to the filter housing with full closure dampers at the inlet of each fan. The fans shall be forced draft into the degasifiers. Scrubbers shall be connected via duct. The second-stage scrubber shall have a stack height to reach the same elevation from the base of the pad as the existing stack. The vessels shall be manufactured to be free- standing without guy wires, designed for 140 m.p.h. winds at all loadings as per the Southwest Building Code, latest edition. When tied/bolted down, the design wind load shall be 140 rap.h. The discharge stack shall be also supported by 316 stainless steel supports and guy wires. NCRWTP Modifications 024723 11168-4 08/02/00 The odor control system shall treat and effectively eliminate odors from the degasifiers. The odor control system shall have two existing parallel treatment trains, each with a rated air flow capacity of 16,667 cfm each and be capable of continuously providing a treated exhaust air stream having a hydrogen sulfide concentration of 700 #/day at the rated capacity and H2S removal efficiency of greater than 99.5 percent based on design capacity for each unit. Evaporation and other water loss makeup shall be accomplished by an automatic level control system in the bottom of the scrubber towers in conjunction with a continuous water make-up. The system shall be capable of operating in either mode. To provide maximum oxidant effectiveness, the equipment supplier shall furnish all necessary automatic monitors and controllers (chemical tanks and chemical feed pumps will be provided by the OWNER). The control system shall be provided with a common alarm function indicating system malfunction. The alarm shall be local at the control panel and activate a light, as well as a remote alarm at the central control panel. 1 PART 2 - PRODUCTS 2.01 SYSTEM SUPPLIER A. Jacobs Air Water Systems B. Or approved equal 2.02 GENERAL The odor control system shall be of the forced drat~ type with random dumped internal packing. The water and air will circulate counter currently; the air being introduced below the packing. A 6-inch minimum distance shall he provided between the packing support and the top of the air inlet duct to facilitate distribution of air across the packing. The vessels shall have an internal baffle at the air inlet to ensure distribution and act as a liquid redistributor. NCRWTP Modifications 11168-5 08/02/00 024723 160 1 The odor control system shall be provided with four (4) access ports, aluminum ladders, and aluminum platforms to allow for gravity loading and unloading of the packing, and for maintenance of the distribution laterals and nozzles and packing support system. The ladders and platforms shall be as per odor control system manufacturer. Water distribution laterals and nozzles shall be fabricated in such a manner that they can be disassembled and removed through a 24-inch manway. The odor control system shall be provided with lifting lugs to provide access for maintenance. F. Distribution header and laterals shall be Schedule 80 PVC. G. Nozzles shall be designed for a maximum pressure drop of 2 psi. H. Spray nozzles shall be PVC. A minimum of 12 inches shall be provided between the spray nozzles and the top of the packing to facilitate water distribution and provide access for maintenance. All connections 2 inches and larger shall be flanged and shall have ANSI standard dimensions and bolting patterns. Packing for the odor control system shall be polypropylene and have a maximum nominal diameter of 3-1/2". The packing shall be as manufactured by Jaeger Products, Inc. or approved equal. All bolts, fasteners, supports, hinges, lifting lugs, etc. shall be Type 316 stainless steel. Electrical conduits and straps shall be PVC and all electrical boxes shall be NEMA 4X. N. Gaskets shall be neoprene. 2.03 FIBERGLASS VESSELS FRP, vertical, round vessels shall be filament-wound and suitable for installation in an outdoor environment with climate conditions encountered in the state of Florida. Each vessel shall have a diameter and height (straight shell) and minimum capacity as specified herein with a flat bottom and dished or conical top (head). NCRWTP Modifications 024723 11168-6 08/02/00 Vessel and exhaust stack shall be designed in accordance with ASTM D3299 and all applicable codes and regulations. Signed and sealed drawings shall be submitted by an engineer registered in the state of Florida. Drawings and calculations shall iljustrate the vessels and anchor bolts' ability to withstand the required wind loads at 150 mp.h. The vessel/exhaust stack shall be capable of free-standing at 140 M.P.H. wind loads. Back of Flanges: The area on the back of all flanges around each bolt hole shall be the diameter of a standard washer and shall be flat and parallel to the flange face. This area shall be spot faced if necessary to meet this requirement. Nozzles - Support: All nozzles shall be gusseted. Nozzles - Angle to Vessel: Unless otherwise specified, nozzles on top or bottom shall have flanged faces perpendicular to the centerline of the vessel, and nozzles and side walls shall have flanged faces perpendicular to radial centerlines. Tolerance on angle flange face with respect to vessel centerline shall be 1/2 degree. Nozzles - Attachment to Wall: Unless otherwise specified, nozzles on top and sides of all type of vessels shall be attached to the vessel wall according to Figure 3, ASTM D 3299. Nozzles on bottom of vessel shall be attached according to Figure 4, ASTM D 3299, Flanges for pipe connections shall be flat faced with drillings conforming to ANSI B16.5. Manholes: Manholes of vertical vessels shall be the bolted type. A quantity of four (4) per vessel are required, each to be 24-inch diameter. Blind Flanges: Blind flanges shall be the same thickness as the flanges to which they are attached. Tolerance on flatness shall be the same as for flanges. Liffing Lugs: Suitable FRP or 316 stainless steel lifting lugs shall be provided for use in transporting and placing FRP vessels. Hold Down Lugs: Hold down lugs on vessels for outdoor service shall be capable of withstanding design wind loads using ASCE Paper 3269 as a reference. Bolting shall be hexhead machine bolts with washers, nuts and gaskets. Bolts, nuts and gaskets shall be Type 316 stainless steel. NCRWTP Modifications 024723 11168-7 08/02/00 2.04 Hand lay-up vessels are not acceptable. BLOWERS Four (4) blowers shall be provided at location shown on the drawings. Odor Control System manufacturer will submit design layout for approval by ENGINEER. The blowers shall be 40 HP minimum, capable of moving 12,500 scfm at a maximum of 12-inches W.C. Maximum fan speed is 2,550 rpm. C. Manufacturers, or equal: 1. Duall Division/Met-Pro Corporation. 2. New York Blower The fan wheel shall be the backwardly inclined design of all fiberglass reinforced polyester with encapsulated steel hub and stainless steel shaft. The shaft shall be encapsulated through the fan shaft seal. The fan shall be fabricated of alternated layers of fiberglass cloth and fiberglass resin, and the shaft Type 316 stainless steel. The fan housing shall be seamless fiberglass reinforced polyester constructed of alternated layers of fiberglass cloth and fiberglass resin. The housing shall be additionally braced as needed with steel inlet side and drive side plates, fastened to the fiberglass housing with Type 316 stainless steel hardware. The fan will be furnished with a flanged inlet and outlet, and a PVC pipe coupling type drain. Provide transition ducts as required to connect fans to existing degasifiers. Access door will be gasketed and bolted to the fan housing with Type 316 stainless steel hardware. Bearings shall be grease lubricated ball or roller bearings in housings that allow easy bearing replacement, minimum B-10 life shall be 100,000 hours. Shaft seal shall be neoprene gasketed FRP plate attached to the fan housing with Type 316 stainless steel hardware. The blower motor shall be two-speed 40 HP, TEFC construction with service factor of 1.15, voltage 460 volts, 60 Hz, 3 phase, with Class B insulation with Class F temperature rise. NCRWTP Modifications 024723 11168-8 08/02/00 16C 1' Furnish belt drive provided with heavy-duty matched "deep V" type V- belts sized to handle 1.5 times the rated brake horsepower of the fan motor and incorporating heavy-duty industrial type adjustable companion sheaves, OSHA approved belt guard and weather cover of FRP construction. Start-up and training for this equipment shall be done by a factory authorized and trained service technician. 2.05 RECIRCULATION PUMPS A. Four (4) recirculation pumps shall be provided. The recirculation pumps shall pump the scrubbing solution from the reservoirs to the spray nozzles. The pumps shall be capable of pumping 350 gpm against the total dynamic head required. The pumps shall be centrifugal design complete with corrosion resistant bases and 7.5 HP, TEFC motor. Pumps to be Ingersoll-Dresser, or approved equal. Casings shall be high grade glass reinforced vinyl ester of the back pull-out design. The suction and discharge flanges shall be fully gusseted for optimum nozzle loading capabilities. Stuffing box covers shall be compression molded high grade glass reinforced vinyl ester, rabbet fitted to the casing, and shall accept most mechanical seals recommended for corrosive applications. Impellets shall be compression molded in high grade glass reinforced vinyl ester of the semi-open design. They shall be statically balanced, externally adjustable, driven by a polygon and fitted with square O- rings to assure proper sealing of the pump shaft from corrosive liquids. Shafts shall be 304 stainless steel with a replaceable non-metal sleeve. The shaft shall utilize a tapered polygon drive of uniform torque carrying capability and easy impeller servicing. The sleeve shall also feature a polygon cutout to ensure that it is positively driven by the shaft. Bearings shall be oil lubricated with an external oiler and designed from minimum L-10 life of 2 years. The double row outboard thrust bearing shall be capable of carrying high thrust loads. Baseplates shall be glass reinforced vinyl ester in six ANSI sizes with an integral drain rim and encapsulated mounting inserts. NCRWTP Modifications 024723 11168-9 08/02/00 Couplings shall be flexible spacer type to permit disassembly and inspection without disturbing the pump piping, driver or alignment. Coupling guards shall be designed to meet OSHA requirements. Corrosion resistant materials - all wetted parts shall be selected fiberglass reinforced materials for superior corrosion resistance across an exceptionally broad range of applications. All of the above pump motors are to be TEFC, severe duty, 460 volt, 3 phase, 60 Hz, and 1.15 service factor. L. All recirculation piping shall be schedule 80 CPVC. Start-up and training for this equipment shall be done by a factory authorized and trained service technician. 2.06 DUCTWORK The ductwork shall be designed to minimize static pressure in the system. The total system is designed for a maximum of 12" static pressure from filter housing at influent of degasifier to the end of the discharge stack on the second-stage scrubber. Damper design shall be suitable for low leakage, multiple positions for shutoff and balancing. All duct and fittings shall be supplied by the Odor Control System supplier. Filamentswound ductwork with minimum design working pressure as specified herein shall conform to ASTM D 2310, Type 1, Grade 2, Class E. Fabricator shall be responsible for the basic design of FRP duct, based on these Specifications and the Drawings. Mechanical properties of contact molded reinforced laminate shall meet or exceed all requirements of National Bureau of Standards PS 15-69 and ASTM C 582 as specified in this specification. Squares of ends, fittings, elbows, and butt joints shall meet or exceed requirements of National Bureau of Standards PS 15-69. Duct and Fittings shall be shop spooled as much as possible. Use of flanges shall be kept to a minimum, with field welded bell and spigot joints where required for installation. Use butt joints for shop and field welded joints is also acceptable. NCRWTP Modifications 024723 11168-10 08/02/00 Butt joints in duct over 20 inches in diameter shall have an internal overlay. Flanges and fittings shall have a thickness based on National Bureau of Standards PS 15-69, rated for specified pressure and vacuum. For flanged fittings, bolt circle number and diameter shall be per National Bureau of Standards Product Standard (PS 15-69) for air service. Coordinate flange provisions with interconnecting equipment and fittings. Fabricator shall provide all information details and requirements for installation and support of duct and torque valves for flange bolting. Contractor shall provide all FRP duct supports as recommended by Fabricator. Back face of all flanges shall be spot-faced, flat and parallel to the flange face, and be of sufficient diameter to accept an SEA metal washer under the bolt head or nut. Design Conditions: Ductwork fabricated to these Specifications, in general, shall operate at ambient temperatures. Ductwork shall be subjected to, and shall be designed to withstand the following conditions: a. Ambient Air Temperature32 to 120 degrees F b. Design Temperature 150 degrees F, minimum c. Design Vacuum Rating: 10-inch water gauge. d. Design Pressure Rating:150-inch water gauge. e. Location: Outdoors £ Chemical Composition of the Process Vapors: 0-150 PPM H2S Laminate shall consist of an inner surface (corrosion barrier), on an interior layers, and a structural layer. The characteristics of the total laminate (filament winding plus inner surface and interior layer) shall be as follows: Ultimate Hoop Tensile Strength per ASTM D1599: 18,000 psi min. Hoop Tensile Modulus per ASTM D2412: 1.5 to 2.0 million psi NCRWTP Modifications 024723 11168-11 08/02/00 1 16C 1 Ultimate (Flexural) Axial Strength per ASTM D2105: 14,000 to 20,000 psi Axial Tensile Modulus per ASTM D2105: 1.0 to 2.0 million psi The maximum allowable hoop stress shall not exceed one-tenth of the ultimate hoop tensile strength. Determine the maximum allowable hoop stress by the long term cyclic pressure strength per ASTM A2992, Procedure A for design pressure ratings. Ducts shall have a minimum pipe stiffness in accordance with AWWA C950 and ASTM D2412. Laminate Quality: Meet the requirements of the visual acceptance criteria in ASTM D2563, Level III for the interior and Level III for the exterior. Wall hardness shall be at least 90% of the resin manufacturer's recommended BARCOL hardness, with a minimum BARCOL hardness of 30, with the resin fully cured. Maximum strain in the laminate shall be 0.001 inch/inch. Maximum air bubble size in the laminate shall be 1/16-inch. Maximum frequency of air bubble shall be 10 per square inch of laminate. Reinforce inner surface of duct with a resin-rich surfacing veil of 20 mils thick. Construct interior layer of duct with resin reinforced with at least two piles of chopped strand mat. Thickness of interior layers shall be at least 100 mils. Glass content of combined inner surface and interior layer of duct shall be 27 percent plus or minus 5 percent. The structural layer may be either filament wound or contact molded as follows: 1. Filament winding shall be with continuous strand roving to provide a glass content of 50 to 80 percent. 2. Contact molding shall consist of alternate layers of chopped strand mat and woven roving, providing a glass content of 25 to 40 percent. 3. Determine glass content per ASTM D2584. The structural layer shall be filament wound with a permanent exterior resin-rich gel coat layer of minimum 10 mils thickness, pigmented white. Surfaces shall be smooth, hard and glossy. NCRWTP Modifications 024723 11168-12 08/02/00 16C 1] Exterior Gel Coat Color: Provide pigmented gel coat color on all exterior ductwork. Coordinate gel coat color with work in previous paragraphs. Resin System: Premium grade and corrosion resistant vinyl ester such as Dow Darken 411, or equivalent plus the following: 1.Exterior Exposed Ducting: Add ultraviolet absorbers to exterior gel coat layer to improve weather resistance. Absorber shall be American Cynamid Company, CYASBORB UV-9, or approved equal. 2. Interior Ducting: Construct with fire-rated resin. 3. Color: No dyes, pigments, or colorants shall be used except in the exterior gel coat. The resin shall not contain fillers or thixotropic agents unless specified. Use manufacturer's currently recommended cure system unless otherwise agreed upon by the fabricator and Project Manager. Reinforcement: 1. Inner Surface: Chemical surfacing mat, Type C (chemical) glass, 20 mils thick, with finish and binder compatible and lay-up resin. 2. Corrosion Barrier: Resin-rich interior surface of nominal 100 to 120 mils thick, using chopped strand mat backing the veil. Use no additive in the corrosion barrier. 3. Chopped Strand Mat: Type E glass, minimum 1-1/2 ounces per square foot, with silane finish and styrene soluble binder. 4. Continuous roving used in chopper gun for spray-up shall be Type E glass. 5. Woven Roving: Type E glass, nominal 24 ounces per square yard, 4 by 5 weave, with silane type finish. 6. Continuous roving used for filament winding shall be Type E glass with a silane type finish. Duct fittings shall conform to National Bureau of Standards PS 15-69, except as specified herein. Bends shall be on-radius (1-1/2 times pipe diameter), formed over a removable mold. Mitered bends will be allowed for pipes greater than 24-inches in diameter. Filament wound fittings shall be of the same thickness specified for adjoining pipe or duct. Hand lay-up fittings shall be of the minimum pipe or duct wall thickness specified in PS 15-69 for the applicable pressure class. NCRWTP Modifications 024723 11168-13 08/02/00 Duct flanges shall be fiberglass reinforced plastic of thickness specified in National Bureau of Standards PS 15-69 faced and drilled to match 125-pound, ANSI B16.1 standard and bolted together with Type 316 stainless steel bolts, nuts and washers. Gaskets shall be full-faced, 1/8-inch thick, fabricated from EPDM and able to withstand temperatures up to 250°F. When mating flange has raised face, use flat ring gasket and provide filler gasket between OD of raised face and flange OD to protect FRP flange from bolting moment. 2.07 ACOUSTICAL SILENCER The odor control system manufacturer shall furnish acoustically lined duct in the straight run between the inlet filter housing and the transition to the fans. The silencer shall be 60" in diameter with 1" sound insulation, 10' in length, absorbent for the mechanical noise from the inlet of the fans. The silencer shall have two baffled walls (cross section) down the center of the duct. The material shall be 1" solid sound board. 2.08 FILTER HOUSING Odor control system supplier shall furnish freestanding filter housing. Filter housing shall be fabricated of aluminum construction. Materials shall be T5051, checker plate housing sitting on 6" "Z" channel or I- beam frame. The door shall be fully hinged with two compression clasps on each door. The doors will be gasketted fully and have a 4" deep louvered front. The filter frames shall be American Air Filter frames manufactured of aluminum with front and back retaining screens. The back retaining screens shall be hinged for easy access of the filters. Each door shall contain six 24"x24"x2" filters with individual frame. There shall be a quantity of four doors. The ductwork shall be connected by means of flexible connector, 60" diameter opening at the top. The filter housing shall have acoustical baffles for sound absorption and silencing. Frames shall be perforated aluminum or stainless steel. The filter housing shall be designed for anchoring to a concrete foundation. 2.09 AUTOMATIC CHEMICAL CONTROLLERS The odor control system manufacturer shall furnish the automatic controllers. The automatic controllers shall provide automatic NCRWTP Modifications 024723 11168-14 08/02/00 1! adjustment of the chemical composition of the scrubbing solution to minimize the possibility of odor breakthrough because of gas flow fluctuation. The cont~:ol shall include both two (2) pH and one (1) ORP analyzers mounted in one (1) NEMA 4X enclosure mounted on the front of the chemical feed control panel. The pH controller shall have a digital display with a 0-14 pH measuring range and a 4-20 mA output with range expand. The controller shall have a dual alarm relay with two individual adjustable controls to establish low and high alarm points so that the alarm relay is energized whenever the process solution is outside of these points. The ORP controller shall have a digital display with a 0-1000 mV measuring range and a 4-20 mA output with range expand. The controller shall have a dual alarm relay with two individual adjustable controls to establish low and high alarm points so that the alarm relay is energized whenever the process solution is outside of these points. The pH and ORP analyzers shall be Great Lakes Model 63, or approved equal. The pH and ORP probes shall be located in the vessel wall of the scrubbers and wired to the odor control system control panels. The probes shall be fully encapsulated flow-thru type with wetted materials consisting of vinylester body, ceramic salt bridge, glass process electrode, titanium palladium ground electrode, viton and RTV sealant. H. The pH probe shall be Great Lakes Model 6028PO, or approved equal. The ORP probe shall be Great Lakes Model 2028PO, or approved equal. 2.10 ODOR CONTROL SYSTEM PANEL The odor control system manufacturer shall provide one (1) odor control system control panel in a NEMA 4X Type 316 stainless steel enclosure, pre-wired, free-standing, complete with the following operation: 1. Lockable 100 amp fused disconnect switch with surge arrestor. NCRWTP Modifications 024723 11168-15 08/02/00 2. Three (3) chemical feed pump contactors, 120 V, 1 phase, 60 3. Illuminated start buttons for each fan and pump. 4. Acknowledge silence and alarm reset buttons. 5. (1) Adjustable alarm horn. 6. Interlock between recirculation pump and chemical feed pumps. 7. Dry contact for remote alarm indication at the central control panel. 8. pH out-of-range, ORP out-of-range alarm lights for each scrubber. 9. Three (3) Great Lake Instruments 63 analyzers. 10. Reduced voltage autotransformer motor starters for four (4) recirculation pumps by Square D, Allen-Bradley, or Cutler- Hammer. 11. Each scrubber pump shall have analog hour timers. 12. Provide a step-down transformer 480/120 VAC, 7.5 KVA minimum. 13. Each panel shall have a duplex GFI rated receptacle. 14. Provide spare terminal boards/contacts, three sets each. 2.10 SPARE PARTS A. The following spare parts shall be provided: 1. One (1) set of fan belts. 2. One (1) fan bearing set. 3. One (1) spare pH and ORP probe. PART 3 - EXECUTION 3.01 PRODUCT DELIVERY, STORAGE AND HANDLING All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed, and the units and equipment are ready for operation. The equipment shall be delivered on-site as fully assembled as transportation will allow. C. Finished surfaces of all exposed openings shall be protected. NCRWTP Modifications 024723 11168-16 08/02/00 3.02 INSTALLATION All vessels shall be installed in accordance with the manufacturer's technical data and printed instructions, and in the locations shown on the drawings. Odor Control supplier will submit design layout to ENGINEER for approval. 3.03 QUALITY CONTROL AND INSPECTION FOR FRP VESSELS A. Quality Control Procedure The vessel manufacturer shall have quality control procedures adequate to ensure that all vessel fabrications comply with these specifications and ensure that all laminates are at least the equal of the reference samples in laminate quality. Quality control shall include a final inspection by the manufacturer and written record of this final inspection. The objective of manufacturer's quality control and inspection procedure shall be to ensure that all vessels comply with the specifications after fabrication is complete and prior to shipment of the vessels to the job site to minimize the amount of rework by the manufacturer at the site. B. Manufacturer's Inspection All vessels shall be tested at the place of manufacture, and the manufacturer shall provide the following information: a. Hardness readings b. Thickness measurements c. Measurements showing compliance with dimensions and tolerances in diameters, lengths, squareness of ends, angles of fittings and flanges, and flatness of flanges. d. For vessel laminate quality; presence of pits, foreign inclusions, dry spots, air bubbles, pinhole pimples, and delamination. All vessels shall be factory hydrostatically tested for leaks by filling with water after fabrication is complete. Vessels shall be checked of leaks after they have been filled for at least one (1) hour. Manufacturer shall run this test prior to the time of shipping for all vessels. NCRWTP Modifications 024723 11168-17 08/02/00 16C 1 A separate inspection record shall be made for each vessel. Inspection records shall be sent to the ENGINEER for approval prior to shipment of vessels. Unless otherwise specified, the vessels may be inspected at a place of manufacture by a representative of the ENGINEER. Final acceptance will be contingent upon satisfactory further inspection upon arrival at the job site. If the factory inspection and tests show that any of the vessels do not meet the specifications, corrective measures shall be taken or the defective vessel shall be replaced with a new vessel which satisfies the conditions specified prior to shipment to the job site. 3.04 SURFACE PREPARATION AND SHOP PAINTING All PVC overlayed with FRP vessels and FRP vessels will be coated with a polyester gel coat on all exterior surfaces at the factory. Other equipment to be supplied under this Section requiring surface preparation and shop priming shall be performed as part of the work of this Section. 3.05 FIELD TESTING AND TRA1N1NG The system manufacturer shall furnish the service of a factory representative for a minimum of five (5) days who has complete knowledge of proper operation and maintenance of the equipment to inspect the final installation and to supervise the test runs. The system manufacturer shall furnish the services of a factory representative for a minimum of three (3) days who has complete knowledge of proper operation and maintenance of the equipment to inspect the final installation, to supervise the test runs, provide Operations and Maintenance training on six (6) separate visits. First training session shall be day-long (8 hour), followed by five half-day (4-hour) training sessions every two (2) weeks over a period of three (3) months. After six (6) months, a one-day (8-hour) refresher course and inspection and review shall be performed. The scrubber H2S efficiency shall be tested by the system supplier. The equipment supplier shall furnish utilities, labor, and flow meter for air flow measuring and portable hydrogen sulfide analyzer. Test shall be conducted using two (2) Interscan electro/chemical gas sampling system. The first analyzer will pick up effluent and H2S levels. The second analyzer will pick up effluent H2S levels off the discharge stack NCRWTP Modifications 024723 11168-18 08/02/00 of the second-stage scrubber. Second-stage Interscan analyzer shall be capable of reading to 0.1 parts per million. Analyzer shall have been factory calibrated within six (6) months of date of test. The test shall be supervised by the equipment supplier and a professional engineer who is singing and sealing the report and witnessed by representatives of the OWNER. The system shall provide a minimum of 99.5 percent removal of hydrogen sulfide from the influent air stream at design conditions specified in this specification. Upon completion of the testing, a report summarizing the results of testing shall be submitted. This report shall be signed and sealed by a Professional Engineer registered in the state of Florida. If the system or any component thereof fails to operate properly and to remove odors at the existing hydrogen sulfide concentration, the necessary changes shall be made or components shall be replaced until the system operates to the satisfaction of the OWNER. The system supplier shall have a service company knowledgeable in troubleshooting and proper operation of the system. The service company shall be located in the state of Florida to assure quick response to the OWNER's needs. The service company shall have a minimum often (10) years in the state of Florida working on this type equipment. 3.06 MISCELLANEOUS If the equipment the CONTRACTOR proposed to furnish differs from that indicated on the plans or herein specified, or requires a different arrangement, the CONTRACTOR shall prepare and submit for review detailed structural, mechanical and electrical drawings and equipment lists showing all such changes. If accepted by the ENGINEER, any additional costs involved including those for project drawing changes and changes in interfacing work, shall be the responsibility of the CONTRACTOR and there shall be no additional cost to the OWNER. ***END OF SECTION*** NCRWTP Modifications 024723 11168-19 08/02/00 SECTION 15010 MECHANICAL GENERAL PROVISIONS 1 PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Ao General technical requirements applicable to the procurement, installation, and testing of materials and equipment specified in Division 15, Mechanical. 1.02 COORDINATION OF MECHANICAL WORK: The Contract Drawings are diagrammatic in showing certain physical relationships which must be established within the mechanical work, and in its interface with other work including utilities and electrical work. The establishment Of such relationships and coordination of the mechanical work include, but is not necessarily limited to, the following: Perform the mechanical work in conformity with the Contract Drawings, shop drawings, specifications, product data, and other requirements, so that the finished, complete mechanical systems will function as an integrated system, properly interfaced with electrical and other work. Locate operating and control equipment properly to provide easy access, and arrange entire mechanical work with adequate access and clearance for operation and maintenance. Advise other trades of openings required in their work for the subsequent move-in of large units. Coordinate procurement of mechanical equipment to ensure proper interface with electrical work. Refer to appropriate sections of Division 16, Electrical, and electrical drawings for the power characteristics available for equipment motors. Coordinate the connection of mechanical work to existing utilities. Comply with the requirements of governing regulations, service companies, and controlling agencies. Prepare and submit coordination drawings (shop drawings) prior to purchase, fabrication, and installation of any equipment for which several elements of mechanical and/or electrical work must be sequenced and positioned with precision to fit the available space. Coordination NCR WI1' Modifications 024723 15010-1 August 2, 2000 Do drawings must show scaled actual physical dimensions required for installation. The scale must be one that provides sufficient detail and clarity. Piping Systems: The Contract Drawings show the various piping systems by means of process piping and instrumentation diagrams and physical piping drawings. The process piping and instrumentation diagrams show schematics of each piping system. The physical piping drawings show the general arrangement and physical layout of indicated piping systems. No attempt has been made to show every fitting and accessory on the physical piping drawings. Provide additional fittings and accessories as required to accommodate existing piping, conduit, equipment, and structures. Maintain aisle clearances and equipment access in routing piping systems. Pipeline Designations: The Contract Drawings identify each pipeline with a pipeline designation. The designation used on the piping and instrumentation diagrams consists of three parts: 1) the nominal pipe or tube size, 2) the stream or service (fluid flowing through the line), and 3) the piping material specification. An example is: 3WD(P1) where "3' is the nominal size of the pipeline in inches "WD" is the stream or service symbol for Deionized Water and "PI" isthe piping material specification. The designation used on the physical piping drawings consists of two parts: 1) the nominal pipe size and 2) the service. The piping material specification is not included. Some short lines are not assigned a service symbol, in which case only the pipe size and piping material specification are given, e.g., 3(P2). For existing piping the size, service and material specifications are given on piping and instrumentation diagrams (e.g., 3WD[P2]). Only the size and service (e.g., 3WD) are given on physical piping drawings for existing piping. Valve and Specialty Designations: The piping and instrumentation diagrams show valves and spec'mlties by specific drafting symbols. These symbols are individually identified by NCRWTP Modifications 024723 15010-2 August 2, 2000 an equipment or valve designation except for control valves which are identified by an instrument tag number. Specific designations for control valves are indicated on the Control Valve Schedule. The designations used consist of three parts: (1) the nominal size where applicable; (2) the general valve or equipment type; (3) the specific valve or equipment specification. An example of a typical designation is: 2VB2, where "2" is the required nominal size in inches "VB" is the designation for a ball valve "2" is the specific type of ball valve as identified in the Valve Specification. 1.03 REFERENCE STANDARDS AND SYMBOLS: Requirements of Regulatory Agencies, Codes, and Standards: The requirements of the current issue of the laws, ordinances, codes and standards of the authority having jurisdiction over the work constitute minimum requirements for the materials, equipment and workmanship to be provided. Where the Contract Documents have more stringent requirements, they shall supersede the governing laws, ordinances, codes, and standards. Referenced Specifications and Standards: The latest issue, amendment, addendum or revision of Specifications and standards published by the following sources govern materials, equipment and workmanship to be provided when referenced in the Contract Documents. References to these standards in the Contract Documents are identified by the indicat~xl abbreviations: AISI ANSI ASME ASTIVl AWS AWWA mS MSS NBS NFPA NSF OSHA UL American Iron and Steel Institute American National Standards Institute American Society of Mechanical Engineers American Society for Testing and Materials American Welding Society American Water Worka Association Hydraulic Institute Standards Manufacturers' Standardization Society National Bureau of Standards National Fire Protection Association National Sanitation Foundation Occupational Safety and Health Act Underwriters' Laboratories NERWTP Modifications 024723 15010-3 August 2, 2000 1.04 ACCEPTABLE MANUFACTURERS: Ao The naming of manufacturers for material or equipment is intended to establish standards of quality and performance and not to limit competition. Unless specifically stated otherwise, the phrase "or other approved" is inferred. Equality with the specified item must be established by documentation attached to a written request for approval. Provide sufficient supporting data to permit a fair evaluation of the proposed substitute with respect to quality, serviceability, warranty, and cost. For Materials and equipment specifically listed in the 'Schedule of Suppliers', the Contractor must follow the directive of WS-P-3. For materials and equipment not specifically listed in WS-P-3, names of acceptable manufacturers and suppliers have been listed in the respective specification sections for standardization purposes. Should the Contractor choose to use alternate suppliers in his bid, the Contractor shall do so at his own risk. Substitutions will be evaluated by the Engineer as part of the submittal process. PART 2 - PRODUCTS 2.01 GENERAL: Provide products conforming to all specified, scheduled or indicated performance requiremenU under project service including, but not limited to, site elevation above sea level, ambient temperature and humidity range; utility supply conditions; service pressure/temperature ratings; installation. Where any project service condition would adversely affect product continuous service performance capabilities, derate or modify product as necessary to obtain continuous service performance required by the Contract Documents, All components in contact with drinking water or drinking water treatment chemicals (except components that will come into contact with raw water prior to its treatment by reverse osmosis) shall conform with American National Standards Institute (ANSI)/NSF International (NSF) Standard 61. NC~WTP Modifications 024723 15010-4 August 2, 2000 16g 1 2.02 MOTORS: Provide motor~ of sufficient power rating to operate equipment under all applicable conldifions where indicated in individual mechanical specifications conforming to Section 16175, Motors. ao Motor enclosures for mechanical equipment shall be of the open drip-proof type except where other, more stringent requirements are indicated in individual Division 15 Specifications or the Contract Drawings. 2.03 ELECTRICAL CONNECTIONS: Provide watertight connection for rigid conduit and liquidfight flexible conduit (30-inch maximum length) at motors and other electrical devices for piping system components. Provide threaded, removable plugs for conduit hubs and openings. INSTRUMENTATION: A. Provide connecting hardware required to incorporate field instruments and control devices into mechanical piping systems. Instrument connections to process piping components which come into contact with process fluids shall be of the same type material as indicated in individual Division 15 specifications for the piping services involved, unless otherwise noted on the Contract Drawings or Division 16 specifications. PART 3 - EXECUTION 3.01 INSTALLATION: General: Install all materials, equipment, and components in accordance with this Section, the Contract Drawings, the individual equipment specifications, and the manufacturer's installation instructions and/or approved shop drawings. Responsibilities include, but are not limited to, the following: Prepare, package, ship, receive, inspect, handle, and store materials and equipment. Unpack materials, equipment and component parts. NCRWTP Modifican'ons 024723 15010-5 Augu. vt 2, 2000 o Field check dimensions shown on the Contract Drawings and approved shop drawings. Resolve any discrepancies before starting the installation. Set, connect supports, level, align, tag, furnish miscellaneous supports and hangers, and check all equipment and component parts according to the manufacturer's installation instructions or recommendations. Shake-down and test equipment and mechanical assemblies according to the applicable codes and the manufacturer's recommendations. Accomplish all installation without damage to equipment, roadways, buildings, and/or structures. Immediately repair, to original condition, any damaged portions. Protect and maintain equipment and mechanical assemblies until installed, tested, and accepted according to the provisions and requirements of the Contract Documents. Miscellaneous Supports: Install structural steel supports for mechanical systems, equipment, and components as required and/or as shown on the Contract Drawings. All such supports shall be in accordance with Division 5, Metals. 3.02 ELECTRICAL PROVISIONS: The electrical provisions of mechanical work are limited to motors and other electrical devices indicaWxt to be furnished integrally with mechanical work, unless otherwise indicated under individual Division 15 specifications. 3.03 LABELS AND TAGS: Provide identification markers permanently attached to all instruments, control valves, regulators, and equipment items incorporated into piping systems shown on Process Piping and Instrumentation Diagrams. Markers shall be engraved plastic, minimum 2 inches square, with alpha-numeric designation per Process Piping and Instrumentation Diagrams in 3/16-inch high characters. 3.04 PAINTING: Ao Paint all equipment, supports, and other devices included under this Section in accordance with the requirements of Division 9, Finishes. Provide additional identification markings and special protective coatings where specified under the individual Division 15, specifications. NCRWTP Modifications q 15010-6 August 2, 2000 024723 3.05 CLEANING AND STERILIZATION: General: Clean debris, oil, grease, dirt, and other foreign matter from all mechanical work including, but not limited to, piping, valves, equipment, and accessories incorporated into mechanical systems. Standards: conduct cleaning, flushing, and sterilization operations using building water, gas supplies, and drains in conformance with established schedules and operating constraints. Protection: Provide temporary screens, strainers, filters, bypasses, or other devices required to protect pumps, equipment, or accessories in mechanical systems operated before cleaning is complete. Repair any damage resulting from failure to properly clean mechanical system or to provide adequate protective devices. * * * END OF SECTION * * * NCRW'TP Modifications 024723 15010-7 August 2, 2000 SECTION 15050 16C ! HVAC AND PLUMBING BASIC MATERIALS AND METHODS PART 1 - GENERAL -- 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish all equipment, materials, labor, and services as - required for complete and properly functioning HVAC systems and plumbing systems as shown on the Drawings, as specified, and in accordance with all applicable codes. RACTOR shall p~.for ~hliai~l~ fees, inspections and permits required to complete the HVAC systems and plumbing systems. 1.02 RELATED WORK SPECIFIED ELSEWHERE ._ The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Division 1 (All Sections) C. Painting - Division 9. D. Electric Motors - Division 16. E. Electric Service and Distribution - Division 16. 1.03 GENERAL INFORMP/TION AND DESCRIPTION NCRWTP Modifican'ons O24723 Electrical Provisions 1. Work of HVAC and plumbing shall include the electrical requirements which are indicated to be integral with HVAC and plumbing work and which can be summarized to include (but not necessarily be limited to) the following: a. Motors. Motor starters. Wiring from mechanical equipment to electrical work termination (junction box or disconnect switch). 15050-1 August 2, 2000 d. Control switch, pilot lights, interlocks and similar devices. e. Electrical heating coils and similar elements in mechanical equipment. f. Electrical work specified in Division 15 for the HVAC control system. g. Drip pans to protect electrical work. Manufacturers: l~efer to paragraph entitled "ACCEPTABLE MANIJFACTURERS" in Section 15010. 1. Marathon 2. General Electric 3. Reliance 4. Westinghouse 5. Baldor Electric Co. 6. Emerson 7. U~ncoln 8. MagnaTek C. General: Select motors for continuous duty conditions in which they will be required to perform; i.e., general purpose, splashproof, explosion proof, standard load, high torque, or any other special type as required by the equipment motor manufacturer's recommendations. Unless otherwise indicat~l or required, motors shall be open drip-proof type. Motor enclosures shall be of the type recommended by the equipment manufacturer for the specific application. All motors shall be furnished for starting in aocordance with electric utility company's requirements and shall be compatible with the motor starter and driven load. Motors shall not exceed full-rated nameplate load when operated at the specified capacity and under the most severe conditions likely to be encountered. The motor service factor shall not be used to justify exceeding nameplate amperage. Unless otherwise indicated, motors 1/3 horsepower and less shall be single phase. Motors 1/2 horsepower and larger shall be 3 phase, squirrel-cage induction t~jpe. All material shall be new and guaranteed for service intended. Sound power levels for motors shall be no greater than the guidelines recommended by NEMA MG 1-12.49. A motor which, in the opinion of the Architect, NCRWTP Modification* 024723 15050-2 August 2, 2000 ]. j generates excessive noise within the occupied area of the building shall be replaced with a quieter operating motor at no additional cost to the Owner. Verify the c'~rcuit voltage and phase being furnished to the motor. All motors shall be 1750 rpm unless noted otherwise. Motors shall operate with electrical input voltage variations of plus or minus 10 percent of nameplate rating or frequency variations of plus or minus 5 percent of nameplate rating. Design: Provide NEMA Design B for normal starting torque with Standard MG1- 12.42 Class B insulation unless noted otherwise or required by the equipment on which the motor is being used. Motors shall be designed for operation in 40 degree C. ambient at 1.15 service factor and shall have all copper windings. Motors shall meet or exceed the locked-rotor (starting) and breakdown (maximum) torques for the NEMA rating. Locked rotor current shall not exceed 6 times full-load current. Motor current density and heating characteristics shall be such that the motor insulation will not fall if subjected to locked-rotor current for 20 seconds. Efficiency: Motors 1 horsepower and larger, except specifically wound motors, shall be high efficiency design. Nominal efficiency of each motor shall meet or exceed the value listed below when tested in accordance with NEMA MG 1-12.54.1 and shall be labelled on the motor nameplate in accordance with 1.12.54.2. High-efficiency motors shall be different from the manufacturer's standard product through the use of premium materials, design and improved manufacturing processes to reduce motor losses. TABLE - MOTOR EFFICIENCY 2-Pole 3600 RPM 4-Pole 1800 RPM HP Nominal Minimu Nominal Minimum m 1.0 82.5 81.5 82.5 81.5 1.5 84.0 82.5 84.0 82.5 2.0 84.0 82.5 84.0 82.5 3.0 86.5 85.5 87.5 86.5 5.0 87.5 86.5 87.5 86.5 7.5 88.5 87.5 89.5 88.5 10 89.5 88.5 89.5 88.5 Power Factor: All equipment funfished utilizing a combined electrical load of greater than 1000 watts shall have a power factor of not less than 0.90 under rated load conditions. NCRWTP Modifican'ons 024723 15050-3 August 2, 2000 Where motors are not available with a minimum 0.90 power factor, provide motor mounted power factor correction capacitor to improve power factor to at least 0.90 under rated load condition. Single Phase: Single phase motors for hard starting applications including air compressors and outdoor installations shall be capacitor start/induction run or capacitor smrffcapacitor run type designed for the application. Motors for fans and pumps located indoor may be split phase with permanently lubricated sealed ball bearings and shall be selected for quiet operation. Motors 1/8 horsepower and below may be shaded pole type with permanently sealed bearings. 1.04 DISCONNECTING MEANS Location: Each electrically connected item which is part of the mechanical equipment or installation shall be provided with a disconnecting means as required by the NEC within sight of the item. A remote lockable type breaker or disconnect switch is not acceptable. For disconnects not furnished as an integral part of the mechanical equipment see Section 16480, MOTOR CONTROL CENTERS. B. Fused Disconnect: A disconnecting device with fuse protection shall be provided where required by code or as directed by the authority having jurisdiction. 1.05 WIRING A. Power: All electrical circuit wiring for motors, heating elements, components, etc. which serves a part of any equipment or system is defined as power wiring. Interlock: Interlock wrong is defined as a series of interlocks applied to associated equipment in such a manner as to prevent or allow operation of the equipment in a prearranged sequence. C. Control: Control wiring is broadly defined as the methods and means of governing the performance of any electrical apparatus, machine, or system. 1.06 FACTORY PRE-WIRED CONTROL PANEL A. Quality Assurance: Factory pre-wired control panels fumished with any equipment shall be UL Listed. Starter: Motor starter included in a factory pre-wired control panel shall comply with the paragraph included in this Section entitled 'MOTOR CONTROLLER% Disconnect: Each control panel shall be provided with a disconnecting means for each motor and control circuit controlled by the panel. Where more than one motor NCRWTP Modifications 024723 August 2, 2000 1 J or control circuit is controlled each shall be provided with a fused disconnect or circuit breaker. D. Wiring: Factory 'pre-wired control panels shall be provided with internal wiring to a single set of inc~oming lugs for a single point electrical power connection. E. Transformers: When control transformers are provided or other electrical voltages are required other than or in addition to the electrical power connection, provide fuse protection and disconnecting means. F. Electrical/HVAC and Electrical/Plumbing Work 1. Definitions: Power Circuit: Circuit which carries main electric power to apparatus to which the power circuit is connected. b. Control Circuit: Circuit which carries electrical signals directing the performance of a controller but which does not carry the main electric power. (See NEC, Section 430-71.) Such circuits shall also include thom which serve a dual control and power function (e.g., a line voltage thermostat circuit which both activates and powers a small fan motor). c. Controller: A device, or group of devices, which serves to govern, in some predetermined manner, electric power delivered to apparatus to which the controller is connected and includes any switch or device normally used to start and stop a motor. (See NEC, Article I00, Definitions, "Controller", and Section 430-81(a).) Control Device: A device which reacts to an operating condition (pressure, temperature, flow, humidity, etc.) and which initiates transmission of an electrical control signal which causes operation of a controller which causes operation of pressure switches, etc. Auxiliary Control Device: A device (such as a low voltage control transformer, or electric relay) which is loca~l in a control circuit and which earties or responds to (but does not initiate) an electrical control signal initiated by a control device. 2. Work of HVAC and plumbing includes (but is not necessarily limited to): a. Provide: 1) All controllers which are generally manufactured or shipped as integral with HVAC and plumbing equipment. NCRWTP Modifications 024723 15050-3 August 2, 2000 2) All electric motors and other electrical power consuming equipment (such as electric air heating coils, and electric water heaters) which are specified in ItVAC and plumbing. 3) All control circuits (including conduit and boxes) from the Division 16 panels to point of use including the necessary circuit breakers. 4) All other control circuits, including conduit and boxes. 5) All control connections to HVAC and plumbing equipment. 6) All control connections to controllers, switches, motors and other I-IVAC systems and plumbing systems electrical power consuming equipment (such as electric air heating coils and electric water heaters). 7) Auxiliary control devices. 8) All control devices (such as thermostats, pressure switches, and flow switches) and make control circuit connections thereto. 9) Any and all electronic and electric control devices and electric or pneumatic connections thereto. b. Fumi~: 1) All controllers which are generally manufactured, shipped, or manufactured and shipped as separate but companion items to HVAC and plumbing equipment. Work of Division 16 relative to ItVAC and plumbing work includes (but is not necessarily limited to): a. Provide: 1) All power circuits, including conduit and boxes. 2) All power connections to controllers, switches, motors and other I-IVAC systems and plumbing systems electrical power consuming equipment (such as electric air heating coils, and electric water heaters). 3) All remote motor disconnects (remote from the related controller) at all locations required by NF_.C and connections thereto except NCRWTP ModJfica~on~ O24723 15050-6 August 2, 2000 those disconnects which are specified in Sections relating to HVAC and plumbing work to be provided as part of the equipment itself. 4) All controllers (except those which are generally manufactured or shipped as separate but companion items to HVAC and plumbing equipment. b. ~stall: 1) All controllers which are generally manufactured, shipped, or manufactured and shipped as separate but companion items to HVAC and plumbing equipment. G. Coordination Provide all required coordination and supervision where HVAC and plumbing work connects to or is affected by work of others. H. Provisions for Openings Provide all openings required for HVAC and plumbing work. Provide sleeves or other approved methods to allow passage of items installed under any Section relating to HVAC and plumbing work. 1.07 SUBMITTALS A. General Submittals shall meet the requirements of the Section entitled "Submittals". Each submittal shall include the applicable equipment identification number and specification Section number. Time: Submit each item of manufacturer's literature, performance data and installation instructions covered in each section of this Division under an individual letter of transmittal within 30 days after Notce to Proceed unless otherwise indicated. Submitter's Review: All items required for each section shall be reviewed before submittal. Submittal information for each item shall bear a review stamp of approval, indicating the name of the submitter, the initials of checker and date checked. Responsib'dity for*errors or omissions in submittals is not relieved by the Architect's review of submittals. If the submittal item is different than the scheduled item or if the item is not specified by manufacturer's name and model number. the submittal shall NCRWTP Modification~ 024723 15050-7 August 2, 2000 Do comply with the rem_uirements of the paragraph entitled #Substitutions# in this section of these specifications. If the submittal item is different than the scheduled item and the manufacturer is listed in the specification, submit a completed REQUF_ST FOR ALTERNATE MANUFACTURER form which is included after the end of this section. An alternate manufacturer is defined as a manufacturer listed in the specifications by name only and is not scheduled or identified by a specific product name and number. The alternate manufacturer's submittal, other than the form used, shall comply with all of the specification requirements listed under the paragraph entitled "Substitutions". Review of the submittal data, whether indicated with "APPROVED" or with review comments, does not constitute authorization for or acceptance of a change in the contract price. Engineefts Revi~ew: The submittal data will be reviewed only for general conformance with the design concept of the project and general compliance with the contract documents. Any action shown is subject to the requirements of the plans and specifications. Submithal data review does not include quantities; dimensions, which shall be confirmed and correlated at the job site; fabrication processes; techniques of construction; and co-ordination of the submittal data with all other trades. Copies of the submittal data will be returned marked in accordance with Section 01340. Submittal Items: Submittal items shall be inserted in a Technical Information Book. Mark the appropriate specification section or drawing reference number in the tight hand comer of each item. All typewritten pages shall be on the product or equipment manufacturer printed letterhead. Manufacturer's Literature: Where indicat~t, include the manufacturer's printed literature. Literature shall be clearly marked to indicate the item intended for use and shall provide enough dimensional data for field coordination and installation. Performance Data: Provide complete information, including but not limited to the data indicated on the drawings or in these specifications, wiring and control dia~m'ams, scale drawings showing that proposed equipment will fit into allotrod space (indicate all service access, connections, etc.), and other data required to determine if equipment complies with the requirements of the drawings and specifications. Where noted, performance curves shall be certified by the manufacturer at the actual design rating point. Installation Instructions: Where requested, each product submittal shall include the manufacturer's installation instructions for that specific product. Genetic NCRWTP Modification~ 024723 15050-8 Augu*t 2, 2000 16{; 1! installation instructions are not acceptable. Instructions shall be the same as those included with the product when it is shipped from the factory. Operating Instructions: Instructions shall be the manufacturer's written operating instructions for the specified product. If the instructions cover more than one model or type of product they shall be clearly marked to identify the instructions that cover the product delivered to the project. Written instructions shall be in addition to the verbal instructions given to the Owner's personnel where field instructions are indicated. Operating Instructions shall be submitted immediately after the product or equipment submittal has been returned from the Engineer marked "APPROVED" or "APPROVED AS NOTED ". Maintenance Instructions: Information shall be the manufacturer's printed instructions and parts lists for the equipment specified. The maintenance instructions shall be for the equipment furnished. If the instructions cover more than one model or type of equipment they shall be marked to identify the instructions for the product delivered to the project. Submit maintenance instructions immediately after the product or equipment submittal has been returned from the Engineer marked "APPROVED" or "APPROVED AS NOTED ". F. Substitutions: 1. General: Substitutions may be considered for any product or equipment of a manufacturer. See paragraph entitled "MANUFACTURER" in this section of these specifications. Any product or equipment may be submitted and w'fil be reviewed by the Engineer; however, only one substitution per item will be considered. Ifa substituted product or equipment item is rejected, the product or equipment specified by the manufacturer indicated shall be provided. Submittal shall include the name of the material or equipment to be substituted, substituted equipment model numbers, drawings, catalog cuts, performance and test data and any other data or information necessary for the Engineer to determine that the equipment meets all specification requirements. If the Engineer accepts any proposed substitutions, such acceptance will be set forth in writing. Substituted equipment with all acces.mries installed or optional equipment wher? permitted and found acceptable, must conform to space requi~rements. Substituted equipment that cannot meet space requirements, whether accepted or not, shall be replaced at no additional expense to the Owner. Modifications of related systems of this or other Wades as a result of substitutions shall be made at no additional expense NCRWTP Modifications 024723 15050-9 August 2, 2000 1 ' to the Owner, and shall be so stated in the written request for substitution. Deviations:j The submittal form shall include a complete list of deviations from the scheduled item stating both the feature~ and functions of the scheduled item and the comparable features and functions of the proposed substitution. Any deviation not indicated in writing will be assumed to be identical to the specified item even if it is shown otherwise on the submittal data. If a deviation not listed is found anytime after the review and acceptance by the Engineer and that deviation, in the opinion of the Engineer, renders the substituted item as unacceptable, the item shall be removed and replaced by the scheduled item at no additional cost to the Owner. The Engineer shall retain the right to specify modifications to the substituted item, correcting or adjusting for the deviation, if the Engineer deems it to be in the best interest of the Owner. Scheduled Item: A scheduled item shall be defined as product or item of equipment that is indicated on the drawings or in these specifications by manufacturer's name and model number identifying a single item. The manufacturer's trade name for a group of products that does not signify a single item including type, style, quality, performance, and/or sound rating shall not be classified as a scheduled item. Where more than one manufacturer and product model number is indicated, each shall be considered as a scheduled item. Form: When a product or item of equipment is proposed as a substitution a "REQUEST FOR SUBSTITUTION" form shall be completed and submitted with the required data. A copy of the form is included after the end of this section. Rejection: Substituted products or equipment will be rejected if in the opinion of the Engineer the submittal does not meet any one of the following conditions or requiremenU: The submittal data is insufficient or not clearly identified. The Engineer may or may not request additional information. The product or equipment will not fit the space available and still provide the manufacturer's published service area requirements. NCRgrI'p Modifications 024723 15050-10 August 2, 2000 16C ! Go Co The product or equipment submitted is not equivalent to or better than the quality of the specified item. Products or equipment of lesser quality may be considered provided an equitable financial rebate, satisfactory to the Engineer, is to be returned to the Owner. The product or equipment submitted has less capacity, efficiency and safety provisions than the specified item. The product or equipment submitted does not have warranty, service and factory representation equivalent to that specified. f. The Owner prefers not to accept the submitted product. Alternate Manufacturer: An alternate manufacturer is defined as a manufacturer lisWxl in the specifications by name only and is not scheduled or identified by a specific product name and number. H. Technical Information Brochure: Binder: Include binders with the first submittal for the Technical Information Brochure. Each binder shall be size 3 inch, hard-cover, 3-ring type for 8-1/2" X 11" sheets. Provide correct designation on outside cover and on spine of each binder, i.e., MECHANICAL SUBMITTAL DATA, MECHANICAL OPERATION INSTRUCTION and MECHANICAL MAINTENANCE INSTRUCTIONS. Number: Submit not less than five sets of binders for each of the three mechanical'brochures indicated above. Each set shall consist of a minimum of two binders for submittal data and 1 binder each for operating instructions and for maintenance instructions. Additional binders shall be submittal at the request of the Engineer. One set of binders shall be retained by the Engineer. Three sets of binders shall be maintained for the Owner and the remaining set shall become the property of the Engineer. Index: First sheet in each brochure shall be a photocopy of the "Division 15 Index" of the specifications Table of Contents. Second sheet shall list the fLrm name, address, phone number, superintendent's name for the contractor and all major subcontractors and suppliers associated with the project. o Dividers: Provide reinforced separation sheets tabbed with the appropriate specifications section reference number for each section in which submittal data or operation and maintenance instructions is required. NCRWTP Modification~ 024723 15050-11 Augu*t 2, 2000 Specifications: Insert a copy of the specifications for each section and all addenda applicable to the section between each of the section dividers. 1.08 SHOP DRAWINGS FOR DUCT SYSTEMS Requirements: Shop Drawings for duct systems to be at a minimum scale of 1/4 inch per foot on reproducible transparencies to verify clearances and equipment locations. Show required maintenance and operational clearances. Identify Shop Drawings by project name and include names of Architect, Engineer, Contractors, Subcontractors and/or supplier, date in Shop Drawing title block. Number drawings sequentially and indicate: Architectural and structural backgrounds with room names and numbers, etc., including but not limited to plans, sections, elevations, details, etc. 2. Fabrication and erection dimensions. 3. Arrangements and sectional views. Necessary details, including complete information for making connections to air distribution devices and air handling equipment. 5. Kinds of materials and finishes. 6. Descriptive names of equipment. 7. Modifications and options to standard equipment required by contract. Stamp Area: Leave 4 inch by 2-1/2 inch blank area near title block for Architect's shop drawing stamp. The acceptance of a shop drawing by indicating "APPROVED" does not relieve the contractor from full compliance with the sizes and connections shown on the contract documents unless the changes are specifically indicated on the shop drawing. C. Reference Key: Indicate by cross reference the Contract Drawings, notes, or Specification paragraph numbers where item(s) occur in the Contract Documents. Do Ceiling Plans: Provide Shop Drawings, using sepias of architectural reflected ceiling plans, which indicate locations of exposed air distribution devices, sprinkler heads, lights and aec*~s panels. Additional Requirements: See specific Sections of Specifications for any additional requirements. NCRWTP Modifications 024723 15050-12 August 2, 2000 16C 1 1.09 MANUFACTURER'S CHECKOUT Start-up and Checkout: At completion of installation and prior to performance verification a factory trained representative of the manufacturer shall be provided for start-up and checkout service. After the performance verification the manufacturer's representative shall examine performance information and check the equipment in operation, and sign "Check-Out Memo" for the record. Submit a copy of Memo on each item of equipment where indicated in individual sections of these specifications for inclusion in each Technical Infomarion Brochure. The "Check-Out Memo" shall be included with the performance verification data. Do not request "Instruction in Operation Conference" or request final inspection until Memos have been submitted and found acceptable. 1.10 INSTRUCTION TO OWNER General: Instructions to the Owner's Representatives shall be by competent representatives of the manufacturers involved, with time allowed for complete coverage of all operating procedures. Provide classroom instruction and field training in the design, operation and maintenance of the equipment and troubleshooting procedures. Explain the identification system, operational diagrams, emergency and alarm provisions, sequencing requirements, seasonal provisions, security, safety, efficiency and similar provisions of the systems. On the date of substantial completion, turn over the prime responsibility for operation of the mechanical equipment and systems to the Owner's operating personnel. Training Period: Training period shall encompass a minimum of 4 hours of classroom and 4 hours of hands-on instructions with a maximum period of 4 hours per day. Scheduling: Sub'init any remaining required items for checking at least one week before final inspection of building. When submittal items are found acceptable, notify Owner, in Writing, that an "Instruction in Operation Conference" may proceed. Conference will be scheduled by the Owner. After the conference, copies of a memo certifying that the "Instruction in Operation Conference" and "Completed Demonstration" have been made will by signed by Owner and the instructors, and one copy will be inserted in each Technical Information Brochure. 1.11 PRODUCT DELIVERY, STORAGE, AND HANDLING Delivery: The CONTRACTOR shall be responsible for the delivery, storage, and handling of products. Load and unload all I-IVAC and plumbing equipment, materials, and appurtenances by hoists or skidding. Do not drop products. Do not skid or roll products on or against other products. Pad slings and hooks in a manner which prevents damage to products. NCRItrlP Modificatlon~ 02472~ August 2, 2000 Ductwork: Keep the interior of the duct system free from dirt and rubbish and other foreign matter. All fan motors, switches, and other items, shall also be protected from dirt, rubbish and other foreign matter during building construction. Thoroughly clean all components of the ductwork and remove all dirt, scale, oil and other foreign substances which may have accumulated during the installation process. Equipment: All HVAC and plumbing equipment provided shall be thoroughly cleaned of all dirt, oil, concrete, and other deleterious substances. Any dents, scratches or other visible blemishes shall be corrected and the appearance of the equipment made ~like new~ and to the satisfaction to the ENGINEER. Do Final Cleanup: Upon completion, and before final acceptance of the HVAC and plumbing work, all debris, rubbish, leftover materials, tools and equipment shall be removed from the site. Protection of Work Until Final Acceptance: Protect all materials and equipment from damage, entrance of dirt and construction debris from the time of installation until final acceptance. Damaged Products: Promptly remove damaged products from the job site. Replace damaged products with undamaged products. Go Damaged Finishes: Where factory finish damage occurs and damage is minor, finishes may be touched up. If, in the opinion of the ENGINEER the damage is excessive, factory finish shall be replaced to ~new" condition. PART 2 - PRODUCTS 2.01 MANUFACTURERS Specified Products: Manufacturer's names and product model numbers indicatext on the drawings and in these specifications establish the type, style, quality, performance, and/or sound rating of the desired product. Listing of other manufacturers indicates that their equivalent products would be acceptable if they meet the requirements of these specifications, the specific use and installation shown on the drawings, including space and clearance requirements, and the energy consumption and efficiency of the specified product. The listing of additional manufacturers in no way indicates that the manufacturer can provide an acceptable product. Space Requirements: All manufactured products furnished on this project must have the required space and service areas indicated in the manufacturer's printed literatere or shown on their shop drawing. When the manufacturer does not indicate the space required for servic'mg the equipment, the space shown on the drawings or as required by the Architect must be provided. NC~WTP Modifications 024723 15050-14 August 2, 2000 2.02 MATERIAL AND EQUIPMENT General: Material and equipment used shall be produced by manufacturers regularly engaged in the production of similar items, and with a history of satisfactory use as judged by the Architect. Specified Equipment: Equipment shall be the capacity and types indicated or shall be equivalent in the opinion of the Engineer. Material and equipment furnished and installed shall be new, recently manufactured, of standard first grade quality and designed for the specific purpose. Equipment and material furnished shall be the manufacturer's standard item of production unless specified or required to be modified to suit job conditions. Sizes, material, finish, dimensions and the capacities for the specified application shall be published in catalogs for national distribution. Ratings and capacities shall be certified by a recognized rating bureau. Products shall be complete with accessedes, trim, finish, safety guards and other devices and details needed for a com~plete installation and for the intended use and effect. Compatibility: Material and equipment of one and the same kind, type or classification and used for identical or similar purposes shall be made by the same manufacturer. Where more than one choice is available, select the option which is compatible with other products already selected. Total compatibility among options is not assured by limitations within contract documents but must be provided. Compatibility is a basic general requirement of product selection. 2.03 PAINTING AND MARKING A. Prohibited Material: The use of red lead or any lead-based component in primer or paint is prohibited. B. Marking: Refer also to sections describing identification of mechanical systems. 2.04 IDENTIFICATION OF PIPING SYSTEM A. General: Comply with ANSI A13.1-1981, "Scheme for Identification of Piping Systems' and OSHA requirements, or as otherwise indicated. B. Manufacturer: Refer to paragraph entitled "MANUFACTURERS" in this Section Model numbers or product type listed for one or more manufacturers are given to provide an example of the item required. Markers: Legends or arrows painted with stencils are not acceptable. Markers must have approved color coded background, proper color of legend in relation to background color and flow arrow indicator. Markers higher than 12 feet above the NCRWTP Modifications 15050-15 August 2, 2000 024723 ; floor shall have minimum 2 inch letters. Markers shall comply with the following table: TABLE - IDENTIFICATION MARKER SIZES O.D. of Pipe or Covering I Length of Color Field I Size of Letters 3/4 to 1-1/4 inch 8 inches 1/2 inch 1-1/2 to 2 inches 8 inches 3/4 inch 2-1/2 to 6 inches 12 inches 1-1/4 inch above 6 inches 12 inches 2 inches 1. Manufacturer: a. Pipes 3/4 inch through 5 inch O.D.: Seton, Setmark Type SNA. b. Pipes 6 inch O.D. and Greater: Seton, Setmark Type STR. Bands: Color coded in minimum widths of 2-1/4 inch for pipe through 12 inch O.D. and 4 inch for pipe 14 inch O.D. and greater. 1. Manufacturer: a. Brody, B-500 Vinyl Cloth, B-350 PermaCode or B-946 Outdoor Film. Valve Tags: l~_aeh tag shall designate appropriate service and valve number. Secure attach with meter seals, 4-ply 0.018 copper smooth wire, brass "S" hooks, or brass jack chain to allow easy reading. All valve tags used on a project shall be the same type and manufacturer. 1. Manufacturer: Provide either of the following types: a. Brass Type: Minimum 19 gauge polished brass; 1-1/2 inch min. diameter. Seton, Style 250-BL. b. Aluminum Color Coded Type: Anodized aluminum; 2 inch min. diameter. Seton, Style 2070. C. Aluminum Alloy Type: 16 Gauge sheet aluminum: depressed type letter~ filled with black enamel. Face and periphery of satin finish shall be free from bums and scratches. Seton, Type 4. NCRWTP M~tifications 024723 15050-16 August 2, 2000 16C 1 Fiber Glass Type: 1/16 inch ~hick glass fiber reinforced resin. 2 inch x 2 i'nch siz~ of 2-1/2 inch x 9 inch siz~ as necessary to identify item. Brady, Series No. 229?. F. Equipment Labels: Plastic Type: Outdoor grade acrylic plastic to withstand weather, abrasion, grease, acid, chemical and other corrosive conditions; 1/16 inch min. thickness. Sized 3/4 inch x 2-1/2 inch, 1 inch x 2-1/2 inch, 1 inch x 3 inch or 1-1/2 inch x 4 inch as necessary to identify item. a. Manufacturer: 1) Seton, Setonite. 2.05 PITCH POCKET General: Pitch pockets for all pipes, except sanitary plumbing pipe, which pass through roof or other surfaces exposed to the weather shall be made of copper, lead or galvanized steel, unless otherwise indicated. 2.06 SLEEVE A. Walls and Partitions: Sleeves 8 Inch Diameter and Smaller (Above Grade): Sleeves shall be mild steel pipe sleeves built into wall, partition or beam, sized to pass pipe and covering, leaving a clear space of 1/4 inch minimum between covering and sleeve. Penetrations of fire rated partitions shall have mild steel sleeves. B. Floors (Above Grade): Sleeves shall be Schedule 10 galvanized steel. When copper or steel piping penetrates concrete slabs, Proset System for fire-rated and water pipe installations may be used. C. Duct Sleeves: Sleeves or openings sized for mechanical ducts and coveting shall be minimum 24 gauge galvanized sheet steel framed construction in roof, wall, or partitions. 2.07 FIRE/SMOKE RATED FLOOR, PARTITION OR WALL PENETRATION SEALANT General: Seal with NFPMUL fire barter product, putty, or caulking materials used either singularly or in combination shall comply with the requirements of the authority having lawful jurisdiction. NCRWTP Modification~ 024723 15050-17 August 2, 2000 B. Manufacturer: a. 3M Corporation b. Hilti c. Dow Coming. 2.08 V-BELT DRIVE General: Each motor driven piece of equipment not direct connected shall be provided with a V-belt drive. Belts shall be of correct cross section to fit properly in sheave grooves and shall be carefully matched for each drive. Sheaves shall be cast iron or steel, bored to fit properly on shafts and secured with keys of proper size. Drive rating shall be as recommended by the manufacturer for service but shall be at least 1.5 times the nameplate rating of motor. Fan Belt Drives: Fixed pitch sheaves shall be provided. Sheave-to-sheave centerline distances shall not exceed 3 times the sum of the sheave diameters, and shall not be less than the diameter of the larger sheave. Belt and Coupling Guards: Each belt drive shall be equipped with an OSHA approved guard. Guards shall be constructed of #12 U.S. standard gage 3/4 inch diamond mesh wire screen, or equivalent, welded to one inch steel angle frames, and shall enclose all belts and sheaves. Tops and bottoms of guards shall be of substantial sheet metal or not less than #18 U.S. standard gage. Braces or supports must not "bridge" sound and vibration isolators. Guards shall allow adequate provision for movement of motor required to adjust belt tension. Provide means for oiling, useof tachometers, and other maintenance and testing operations with guard in place. Direct Driven Equipment: Direct-drive motor driven equipment shall have coupling guards in accordance with OSHA Regulations. 2.09 BEARINGS General: Under normal loading conditions per NEMA MG1-14.45, bearings shall be 100,000-hour rated unless otherwise specified. Bearings shall be AFBMA Standard sizes. Re-greasable: Bearings shall be re-greasable-type unless otherwise indicated as sealed-type non-re-greasable. Housing: Bearing housings shall have long, tight running fits or rotating shields to protect against foreign mater entering the bearings and leakage of grease out of the bearing cavity. Housings for re-greasable bearings shall have a capped grease inlet fitting, grease relief plug on the opposite side of the inlet, and a grease reservoir in the cast inner cap. NCRWTP Modifications 024723 15050-18 August 3, 2000 Extended Lines: Provide extended lubrication lines and fittings to an accessible location for all bearings concealed by equipment housing, belt guards, etc. E. Factory Lubrication: Bearings shall be provided with grease from the manufacturer. Grease shall be premium moisture resistant containing rust inhibitors and suitable for operation in temperatures from 50 to 250 degrees F. PART 3 - EXECUTION 3.01 GENERAL Concrete Bases and Structural Steel: Concrete bases and structural steel to support equipment and piping installed under each specification section of this division and not specifically shown on the structural or architectural plans shall be furnished. 3.02 PAINTING General: Paint all exposed piping, insulation, equipment, structural bases, racks, in equipment rooms and outside, furnished under Division 15 of these specifications. All exposed metal surfaces shall be given one prime coat and two finish coats. All insulated surfaces shall be given one coat of glue sizing (omit this step if factory applied finish is sifttable to receive prime coat), oneprime coat and one finish coat. Factory painted or finished items do not require field painting but shall require "touch-up" with matching paint or finish where scratched. Follow manufacturers recommendations on ambient conditions for painting, coat thickness, and drying time between coats. Ancillary Items: Pipe hangers, saddles, supports, riser clamps and accessories shall be painted to match their piping. Inaccessible Items: Equipment not completely accessible for painting when set in place shall be thoroughly cleaned and painted before installation and suitably protected. D. Concealed Items: Concealed piping need not be painted. E. Metal Surfaces: i Use a scraper or wire brush to remove rust and roughen metal surfaces prior to painting. After wire brushing, wash surfaces to remove particulates, apply primer coat after surface is dry but not more than 48 hours after wire brushing. Colors: Colors for piping systems and equipment which are required to be painted shall be as indicated by the Engineer. NCRWTP Modificatt'on~ 024723 15050~19 August 2, 2000 3.03IDENTIFICATION OF PIPING SYSTEMS A. General: Apply after completion of insulation, painting and cleaning work so that final identification is not disfigured. Coordinate with composition and operating temperatures of surface for permanent adhesion of markers and labels to surface. Locate marking and banding to fac'ffitate ease of visual tracking. (For example, mark and band parallel runs of pipe which are side-by-side at the same general place.) Labels on vertical piping shall be 7 foot above the floor. Pipes less than 3/4 inch diameter may be identified with tags similar to those specified for valves. Adhere or affix all identification items permanentiy except where removal may be necessary for maintenance or service. Where labels or arrows are used, overlap the label ends 2 inches with matching color bands completely encircling the pipe. Apply labels on the bottom lower quarters of overhead pipe. Pipe within 24 inches of a wall does not require a label on the quarter facing the wall. Markers and Bands: Provide on piping as follows: 1. Pipe Concealed in Inaccessible Locations (e.g., Chases, Underground): No identification required. 2. Pipe Concealed in Accessible Locations (e.g., Ceiling Plenums): a. Markers every 30 feet of pipe length. Bands every 15 feet of pipe length. 3. Pipe Exposed in Equipment Rooms: a. Markers and bands every 15 feet of pipe length for pipe through 12 inch O.D. and every 30 feet for pipe 14 inch O.D. and greater. 4. Exterior Pipe, Exposed: No identification required unless otherwise indicated. C. Labels: Provide labels of proper size on mechanical system equipment including but not limited to, pumps, air handling equipment, control panels, and similar items. Provide labels on access panels indicating the item accessible through the panel. Equipment label5 shall be mechanically fastened with machine screws or rivets; adhesive securing is not acceptable. JVCRWTP Modification~ 15050-.~0 August 2, 2000 024723 Do Identification: Coordinate colors and finishes with pipe identification markers. 3.04 SLEEVES General: Lay out work and set sleeves in existing construction for a minimum of cutting, drilling and patching. Placement: Extend sleeves through walls, partitions and ceilings to finished surface. Extend sleeves 1/4 inch above finished concrete floors and 1 inch above slab in chases. Sleeves, installed above finished ceilings, for fire/smoke rated wall assemblies shall extend 1 inch beyond each face of wall. Sleeves shall be set before floor is poured, sized to pass pipe and covering, leaving a clear space of 1/4 inch between covering and sleeve. C. Size: Size sleeves to permit clearance for pipe movement and proper grading of pipes. Sleeves for insulated pipe shall be sized to clear insulation. D. Sealing of Sleeves: Sleeves Above Grade Through Non-rated Surface: Openings around pipes, duct, etc., passing through sleeves shall be draft free and vermin-proof. Sealing of Sleeves Through Fire or Smoke Rated Partition: All penetrations through fire rated partition shall comply with the requirements of paragraph entitled "FIRE/SMOKE RATED FLOOR, PARTITION OR WALL PENETRATION SEALANT" in this section. 3.05 ESCUTCHEONS Ao General: Provide escutcheons (for 1/4 or 1 inch projecting sleeves as required) at each point where pipe passes through a finished surface. 3.06 V-BELT DRIVE Sheaves: To provide the properly sized sheave, V-belt drive fans shall be initially provided with variable pitch sheaves. Upon completion of system balancing by the T&B Agency, the adjustable pitch sheaves shall be replaced with fixed sheaves and belts of the size ~d type specified by the T&B Agency. Tag the adjustable sheaves, tum over to the Owner, and receive written receipt from the Owner accepting these sheaves. Vibration of Air Handling Equipment and Fan Units: Field vibration levels will not be acceptable for air handling equipment and fans driven by motors 5 hp or greater, if the maximum vibration velocity or displacement measurement exceeds the NCRWTP Modifications 15050-21 Auguat 2, 2000 024723 16C 1 J following values (when measurements are taken at the bearing supports using a vibration analyzer with the filter set at the operating fan speed): TABLE - MAXIMUM ALLOWABLE FAN VIBRATION Fan Speed (RPM) [ Maximum Vibration Level 800 or less 5 mils (0.127 ram) max. displacement 801 and greater 0.20 in/sec. (5ram/s) max. velocity 3.07 SEALANT General: Fire~smoke sealant shall be installed in strict compliance with the manufacturer's installation instructions. 3.08 FLASHING A. Flashing shall be done as work of other divisions. 3.9 PIPING SLEEVES CONTRACTOR shall furnish and set sleeves for his piping. Use galvanized sheet steel with water tight seams and joints or pipe for poured concrete. Extend sleeves through walls, partitions and ceilings to finished surface. Extend sleeves 1/4 inch above finished concrete floors and 1 inch above slab in chases. Sleeves, installed above finished ee'fiings, for fire/smoke rated wall assemblies shall extend 1" beyond each face of wall. * * * END OF SECTION * * * NCRWTP Modifications 024723 15050-22 August 2, 2000 SECTION 15056 PIPE SUPPORTS 1 PART 1 - GENERAL 1.01 DESCRIPTION: Ao Engage a pipe support manufacturer who retains the services of an engineer registered in the state of Florida to design pipe supports and anchors not specified in the construction documents, both inside and outside, for new and existing structures, including the raw water pipeline, electrical conduit, and buss ducts. Contractor shall furnish and install test pits, earth excavation, sheeting, dewatering, backfilling, concrete, concrete reinforcement, miscellaneous metal, and structural steel necessary for the proper design and construction of pipe support systems. Pipe layouts are generally firm, however, not all expansion joints or flexible connections are shown. Designer may make minor alterations to pipe routing as needed to optimize pipe support design. Furnish and install a complete system of pipe supports, anchors and restraints with necessary inserts, bolts, nuts, restraining and hanger rods, washers, miscellaneous steel, and accessories as required. C. Provide all support systems and the design of support system for all piping. D. Provide and design all temporary pipe supports required during construction. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 15060: Water Systems Piping C. Section 03300: Cast-in-Place Concrete NCRWTP Modifications 15056-1 024723 August 2, 2000 D. Section 09940: Shop Painting E. Section 09941: Field Painting 1.03 QUALITY ASSURANCE: A. Pipe supports: Conform to the requirements of Manufacturers standardization Society; MSS-SP-58, MSS-SP-69, MSS-SP-89 and paragraphs 120 and 121 of ANSI B31.1 and as specified and indicated. B. Design loads: Support pipe system to accommodate for all dynamic, static, thermal and imposed loads, such as wind, that pipe systems may be subjected to. C. Structural concrete designs: Conform to the requirements of Section 03300. Concrete strength: 4,000 PSI unless noted otherwise. D. Conform to the requirements of AISC Manual for Steel Construction for miscellaneous steel and supplementary steel. Tube steels are A500 Grade B, wide flange A-36, Plates A-572 or equal. Stainless steel structural members to conform to ASTM requirements for T-304 or T-316 as indicated. E. Pipe Support Manufacturer Qualifications: 1. Fabricator must submit a written quality assurance program. 2. Have a minimum of 5 years experience in the manufacture of pipe supports. 3. Have completed at least 5 successful pipe support projects of equal size, complexity, and systems as project specified and indicated. 4. Retains the services of a Professional Engineer Registered in Florida with a minimum of 10 years experience in the design of pipe supports. 1.04 REFERENCES: A. American Institute of Steel Construction (AISC) Manual for Steel Construction. B. American Society for Testing and Materials (ASTM) Publications: 1. A36: Specification for Structural Steel. A500 GR B Tube Steel. NCRWTP Modifications 15056-2 024723 August 2, 2000 2. E165: Practice for Liquid Penerrant Inspection Method. 3. E709: Practice for Magnetic Particle Examination. 4. A307: Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. A312 TP304L. 5. A572: Specification for Steel Plate. C.American National Standards Institute (ANSI): 1. B31.1: Power Piping Code. D.American Weldin'g Society (AWS) Code: 1. A2.0: Structural Welding Code Dl-l-7. E.Manufacturer's Standardization Society (MSS): 1. MSS SP-58: Pipe Hangers and Supports - Materials and Design. 2. MSS SP-69: Pipe Hangers and Supports - Selection and Application. 3. MSS SP-89: Pipe Hangers and Supports - Fabrication and Installation Practices. F. National Association of Expansion Joint Manufacturers. 1.05 SUBMITrALS: A. Submit the following in accordance with Division 1. 1. Shop and erection drawings stamped and signed by a Professional Engineer. 2. Shop drawing data for accessory items. 3. Prior to fabrication, submit a copy of the Contractors piping drawing indicating location of pipe supports, identified by hanger mark numbers. NCRI~,rI'p Modificaaon~ 15056-3 024723 August 2, 2000 16C 1 4. Pipe support drawings specified in paragraph 2.03 B, prior to fabrication. a. Indicate all welds, both shop and field, by Standard Symbols as specified in AWS Dl.l-l.7. 5. Pipe stress analysis including all forces transmitted to pipe supports and anchors, performed prior to pipe support design. 6. Welding Procedure: Submit description as required to iljustrate each welding procedure to be performed in the specified work. 7. Welding Equipment: Submit descriptive data for welding equipment, including type, voltage and amperage. 8. Qualification for Welders: Provide certification that welders to be employed in work have satisfactorily passed AWS qualification tests. If recertification of welders is required, retesting is the Contractor's responsibility at no additional cost to the Owner. 9. Pipe suppor~ manufacturer's qualifications as specified in pm'agraph 1.03 E. a. List of at least five (5) successful pipe support projects and current addresses and telephone numbers of persons in charge of representing the owner or the owner of those construction projects during the time of pipe support design and installation. b. Qualifications of manufacturer's Registered Professional Engineer who stamps and seals shop drawings and designs. 1.06 DELIVERY, STORAGE, AND HANDLING: A. Shipping: 1. Ship material complete except where partial disassembly is required by transportation regulations or for protection of components. 2. Pack parts in containers bearing labels clearly designating contents and pieces of equipment for which intended. NCRWTP Modifications 15056-4 August 2, 2000 024723 B. Receiving: 1. Inspect and inventory items upon delivery to site. 2. Store and safeguard material in accordance with manufacturer's written recommendations. 1.07 DEFINITIONS: A. Anchor: Unless modified by the words "moment resisting", an anchor is understood to transmit only axial forces to the structures. B. Guide: Transmits radial loads to the structure, and permits axial movement. C. Hanger: Used where pipe loads are supported from above. Support: Usually refers to devices transmitting pipe loads to structure located below the pipe, such as piers and stanchions. Broadly refers all devices for carrying pipe loads. E. Support Element: There are three categories: Structural attachment, such as welded beam clips, beam clamps, plate bolted to concrete, concrete insert, or other device for transmitting support loads to the structure. 2. Pipe wall attachments, such as clevises, clamps, H-bolts, insulated shoes, etc. which are in contact with the pipe itself. Support components, exclusive of above, such as spring cans, rods, turnbucldesi miscellaneous steel, nuts and bolts that join the structural attachment to the pipe wall attachment. PART 2 - PRODUCTS 2.01 MANIJFACTURERS: A. Bergen-Paterson. B. Grinnell. NCRWTP Modifications 024723 15056-5 August 2, 2000 C. Carpenter-Paterson. D. Or equal. 2.02 MATERIALS: Provide hangers and supports conforming to MSS SP-58-1988, Pipe Hangers and Supports - Materials, Design, and Manufacture, and MSS SP-69-1991, Pipe Hangers and Supports - Selection and Application. B. Suspend hangers using hanger rods. Perforated band iron or flat wire (strap iron) are not permitted. C. Provide 300 series stainless steel hangers and supports including rods, nuts, and washers in all areas. 2.03 DESIGN OF PIPE SUPPORTS: A. Location of pipe supports: Responsibility of the Contractor unless indicated. Provide detailed drawings of each pipe support. Each drawing to contain enough information to verify the pipe support design and to manufacture the device. As a minimum submit: 1. Scaled details of the device with dimensions. 2. A table of applied forces and/or moments. 3. A complete bill of materials. 4. An isometric showing the applied forces and moments. 5. A unique identification number and revision level. 6. Stamp of a Registered Professional Engineer experienced in pipe support design as specified in paragraph 1.03 E. 7. Detailed corinections to existing new structure. 8. Shop and field welds. NCRWTP Modifications 024723 15056-6 August 2, 2000 Provide pipe supports designed to include the following loads: 1. Gravity Force: This force includes the weight of pipe, pipe contents, valves, equipment, insulation, etc. 2. Thermal Expansion Force: This force is developed by the restraint of free end displacement of the piping. 3. Hydrostatic Forces: This force is developed by internal pressure during operation and testing of the piping system. Provide pipe supports that do not overload or overstress the piping, equipment or structure that they are supperting or are attached to. Allowable pipe stress to be within ANSI B31.1 code allowables. E. Provide support, guide and anchor flexible couplings and expansion joints in accordance with the coupling and joint manufacturer's specifications. 1. Locate, select and provide all restrained and unrestrained expansion joints required in the pipe system. F. Where possible, provide pipe supports designed using the manufacturer's standard catalog products. 1. Provide pipe supports with individual means of adjustment for alignment. 2. Furnish pipe supports complete with appurtenances including locking and adjusting nuts. 3. Hanger rods: subject to tension loads only. Where lateral or axial pipe movement occurs, provide hangers for the necessary swing without exceeding 4 degrees. Provide base pipe supports designed using pipe slides. The bearing surfaces: .06 coefficient of friction or less. 5. Provide concrete inserts capable of supporting the design loads. 6. Provide metal framing systems to support piping 2 inches and smaller. 7. Provide insulated piping supported using rigid load bearing insulation with minimum 16 gage shields to fit between the insulation and the support. NCRWTP Modifications 024 723 15056-7 August 2, 2000 1' Shields to encompass minimum 1/3 of the pipe circumference and be minimum 12 inches in length. 8. Provide load bearing insulation capable of supporting the load, as a minimum on the bottom 90 degrees of the pipe support. Adjust to avoid interference of steel structures. 9. Provide miscellaneous and supplementary steel as needed. 10. Do not support pipe from other pipe, conduits, metal stairs or equipment. 11. Chain, strap, T-bar, perforated bar and/or wire hangers are not acceptable. 12.Contact between piping and dissimilar metals such as hangers, building structural work or equipment subject to galvanic action is not acceptable. G. Provide thrust anchors to resist thrust due to changes in diameter or direction or dead ending of pipelines. Anchorage required wherever bending stresses exceed allowable for pipe. Wall pipes may be used as thrust anchors only if so designed. H. Structural Attachments: 1. Female threaded inserts shall not be used. 2. Beam Clamps: Forged Type may be used. Cast or formed sheet metal Type shall not be Used. 3. Plate bolted and grouted to concrete with stud anchors sire. to Hilfi "Qwik Bolt~ or ~HVA" are acceptable. 4. Devices embedded in concrete such as Type 18 and patent systems (Unistrut or equal) are acceptable, when utilized in accordance with manufacturers recommendations and approved by Engineer. I. Use concrete piers to support pipe as indicated and specified, or as approved by Engineer. J. Support components shall be as required by MSS-SP-58. K. Expansion bolts, drilled in inserts, concrete anchors and powder driven fasteners into precast concrete planks or concrete columns ARE NOT ACCEPTABLE. NCRWTP Modificatto~ 15056-8 August 2, 2000 024723 16C 1 2.04 FABRICATION: A. Provide pipe supports formed in accordance with paragraph 5.1 of MSS-SP 58. B. Provide welding in accordance with Structural Welding Code. C. Provide dimensional tolerances as specified in paragraph 2 of MSS-SP-89. D. Provide threading and tapping in accordance with paragraph 3.2.5 of MSS-SP-89. 2.05 SHOP PAINTING: A. Provide in accordance with Section 09940. PART 3 - EXECUTION 3.01 GENERAL: A. Perform welding in accordance with Structural Welding Code: Except that welding pipe wall attachments to pipe shall be governed by ANSI/ASME B31.1. Visually inspect welding while the operators are making the welds and again after the work is completed. After the welding is completed, hand or power wire brush welds, and clean them before the Engineer makes the check inspection. The Engineer shall inspect welds with magnifiers under light for surface cracking, porosity, and slag inclusions; excessive roughness; untilled craters; gas pockets; undercuts; overlaps; size; and insufficient throat and concavity. The Engineer shall inspect the preparation of groove welds for throat opening for snug positioning for back-up bars. 2. Field welding of stainless steel not permitted. Nondestructive evaluation of welds connecting structural steel members subjected tocrifical stresses: Perform in accordance with the weld quality and standards of acceptance in AWS D1.1. 4. Magnetic Particle Inspection: Perform in accordance with ASTM E 709. 5. Liquid Penetrant Inspection: Perform in accordance with ASTM E 165. NCRW'I'P Modifications 024723 15056-9 August 2, 2000 5 Weld areas containing defects exceeding the standards of acceptance in accordance with AWS D1.1, Section 3.7. Provide additional testing of the repaired area at no additional cost to the Owner, as required by Engineer. 7. Test locations: As selected by the Engineer. Bo Proceed with installation of pipe supports only after required building structural work has been completed and concrete support structure has reached its 28-day compressive strength as specified in Section 03300. C. Install pipe supports; comply with MSS SP-69. Group parallel runs of horizontal piping to be supported together on trapeze type hangers. D. Install pipe supports to provide indicated pipe slopes. Do not exceed maximum pipe deflections allowed by ANSI B31.1. E. For exposed continuous pipe runs, install pipe supports of same type and style as installed for adjacent similar piping. Install pipe supports to allow controlled movement of piping systems. Permit freedom of movement between pipe anchors, and facilitate action of expansion joints, expansion loops, expansion bends, and similar units. Piping to be free to move when it expands or contracts except where fixed anchors are indicated. Where hanger rod swing length cannot be provided or where pipe movement based on expansion of 1 in./100 ft. for each 100°F change in temperature exceed 1/2 in., provide sliding supports. Prevent contact between dissimilar metals. Where concrete or metal pipe support is used, place 1/8 in. thick teflon, neoprene rubber, or plastic strip under piping at point of bearing. Cut to fit entire area of contact between pipe and pipe support. Prevent electrolysis in support of copper tubing by use of pipe supports which are copper plated or plastic coated. Electrician's tape is not an acceptable isolation method. J. Apply an antiseize compound to nuts and bolts on all pipe supports. K. Locate reinforcing steel with x-ray in concrete support structure prior to drilling for embedment plates. 3.02 INSTALLATION OF BUILDING ATrACHMENTS: NCRWTP Modifications 024723 15056-10 August 2, 2000 16g 1 3.03 A. Support piping from structural framing, unless otherwise indicated. B. Concrete Inserts: * 1. Locate inserts so that total load on insert does not exceed manufacturer's recommended maximum load. 2. Use expansion anchors to anchor support to hardened concrete or completed masonry. THRUST ANCHORS AND GUIDES: A. Thrust Anchors: 1. Center thrust anchors between expansion joints and between elbows and expansion joints for suspended piping. Anchors must hold pipe rigid to force expansion and contraction movement to take place at expansion joints and/or elbows and to preclude separation of joints. 2. Restraining rod size and number shall be as indicated. B. Pipe guides: provided adjacent to sliding expansion joints in accordance with recommendations of National Association of Expansion Joint Manufacturers. PIPE SUPPORT: A. Where piping of various sizes is to be supported together, space supports for largest pipe size and install intermediate supports for smaller diameter pipe. B. Provide minimum of 2 pipe supports for each pipe run unless approved by the Engineer. C. Where piping connects to equipment, support by a pipe support and not by equipment. D. Arrange pipe supports so that there is no interference with maintenance or removal of equipment. E. Unless otherwise indicated or authorized by Engineer, place piping running parallel to walls approximately 1-1/2 in. out from face of wall and at least 3 in. below ceiling. NCRWTP Modifications 15056-11 August 2, 2000 024723 Go 16C 1' Pedestal pipe supports: adjustable with stanchion, saddle, and anchoring flange. Provide grout between baseplates and floor. Piping supports for vertical piping passing through floor sleeves: stainless steel riser clamps. Support piping to prevent strain on valve, fitting, or equipment. Provide pipe supports at changes in direction or elevation, adjacent to flexible couplings, adjacent to nonrigid joints, and where otherwise indicated. Do not install pipe supports in equipment access areas or bridge crane runs. Stacked horizontal runs of piping along wails may be supported by a metal framing system attached to concrete insert channels. Do not support piping from other piping. Provide continuous support for thermoplastic piping under 2 inches. Support all thermoplastic piping 2 inches or larger in accordance with the following table: Piping Size Maximum Specification Range Support Spacing (fi) CPVC 1" - 4" 7 PVDF 1" - 4" 6 HDPE All As recommended by manufacturer 3.05 EQUIPMENT/PIPING INTERFACE: A. Maintain 3 feet clear around all equipment and devices in all trades. 3.06 INSIYLATED PIPING: A. Attach clamps, including spacers, to piping with clamps projecting through insulation; do not exceed allowable pipe stresses. NCRWTP Modifican'ons 15056-12 024723 August 2, 2000 16C 1 B. Where low compressive strength insulation or vapor barriers are indicated on cold or chilled water piping, install coated protective shields. For pipe 8 in. and over, install wood insulation saddles. C. Where insulation without vapor barrier is indicated, install protection saddles on piping 2 in. and larger. 3.07 FIELD PAINTING: A. Paint pipe supports and accessories in accordance with Section 09941. * * * END OF SECTION * * * NCRWTP Modifications 15056-13 August 2, 2000 024723 16C 1 SECTION 15060 CHEMICAL FEED PIPING PART 1 - GENERAL 1.01 DESCRIPTION: Labor, supervision, material, tools, and equipment necessary to purchase, unload, store, fabricate, install, support, test, and make operable the process and utility piping systems or portions of piping systems shown on the Contract Drawings. 1.02 SUBMITI'ALS: A. The following submittals are required for piping systems: 1. Manufacturer's Product Data 2. Samples (welds only) 3. Test reports, (welding inspections, piping pressure tests) 4. Certifications (pipe cleaning, welder qualifications, shop welds, materials compliance) PART 2 - PRODUCTS 2.01 GENERAL: A. Piping materials shall conform to the standards specified in the piping material specifications. All connections and fittings on ItDPE and PVDF shall be heat fusion welded. All fittings and connections on P¥C and CPVC shall be solvent welded. Unless directed by the Engineer, all connections to valves and equipment shall be fianged. No threaded unions shall be used on this project. C. Instrumentation connections shall be of the same type of material specified for the services involved, unless otherwise noted on the Contract Drawings. NCRWTP Modifications 15060-1 August 3, 2000 024723 2.02 THERMOPLASTIC PIPING SYSTEMS: A. Schedule 80 PVC 1. Materials: a. Pipe, 1/4" through 12", Schedule 80, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B) b. Fittings, 1/4" through 12", Schedule 80, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), socket-type c. Unions, 1/4" through 12", Schedule 80, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), socket-type d. Flanges, 1/4" through 12", 150 lb, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), flat face, socket-type e. Gaskets, l/B" thick, EPDM low torque, full face gaskets with concentric, convex rings between center hole and bolt hole circle f. Bolts and Nuts, galvanized carbon steel, hex-head bolts, heavy, se~ni- finished, cold-punched hex nuts g. Solvent, polyvinyl chloride (PVC, Cement Type I, Gr. 1, Class 12454- B) 2. Specifications: Material Dimensional ASTM ANSI (ASTM) Pipe D1784, C1 12454-B (D1785, PVC 1120) Fittings D1784, CI 12454-B(D2467, PVC 1) Unions D1784, CI 12454-B(D2467, PVC 1) Flanges D1784, C1 12454-B(D2467, PVC 1) Gaskets ....... B16.21 Bolts and Nuts A307, Gr B B18.2.1, B18.2.2 Bolt Threads ....... B1.1 Solvent Cement D2564 ..... Galvanizing A 15 3 ..... NCRWTP Modifications 024723 15060-2 August 3, 2000 160 Schedule 40 PVC Materials: a. Pipe, 1/4" through 16", Schedule 40, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B) b. Fittings, 1/4" through 16", Schedule 40, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), socket-type c. Unions, 1/4" through 16", Schedule 40, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), socket-type d. Flanges, 1/4" through 16", 150 lb, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), flat face, socket-type e. Gaskets, 1/8" thick, EPDM or "Viton", fluorinated elastomer full face f. Bolts and Nuts, galvanized carbon steel, hex-head bolts, heavy, semi- finished, cold-punched hex nuts g. Solvent Cement, polyvinyl chloride (PVC, Cement Type I, Gr. 1, Class 12454-B) 2. Specifications: Material Dimensional ASTM ANSI (ASTM) Pipe Fittings Unions Flanges Gaskets Bolts and Nuts Bolt Threads Solvent Cement Galvanizing D1784, CI 12454-B D1784, C1 12454-B D1784, C1 12454-B D1784, CI 12454-B A307, Gr B D2564 A153 (D1785, PVC 1120) (D2466, PVC 1) (D2466, PVC 1) (D2466, PVC 1) B16.21 B18.2.1, B18.2.2 BI.1 1. Materials: a. NCRWTP Modifications 024723 PVDF, Utility Grade Pipe, ½" through 2", Schedule 80 PVDF (poly vinylidene fluoride) pigmented for identification and rated for chemical service. Minimum pressure rating 125 psig at 90° F. 15060-3 August 3, 2000 16C 1 b. Fittings, 1/2" through 2", molded PVDF with butt-type heat fused joints. c. Flanges, V2" through 2", molded PVDF stub ends heat fused to pipe. d. Gasket, EPDM low torque, full face gaskets with concentric, convex rings between center hole and bolt hole circle. e. Bolts and Nuts, stainless steel, hex-head bolts and stainless steel heavy, semi-finished hex nuts. 2. Specifications: Material Dimensional ASTM ASTM/ANSI Pipe D3222 D2477 Fittings D3222 D3261 Flanges --- B 16.5 Bolts F593, Grp 2 --- Nuts F594, Grp 2 --- 3. Note: Acceptable manufacturer: R & G Sloane D. Schedule. 80 CPVC 1. Materials a. Pipe Yn" (CPVC, b. Fittings, (CPVC, c. Unions, (CPVC, d. Flanges, (CPVC, e. f. g. through 6", Schedule 80, chlorinated polyvinyl chloride Type IV, Gr. 1, Class 23447B). Y4" through 6", Schedule 80, chlorinated polyvinyl chloride Type IV, Gr. 1, Class C23447-B), socket-type. t/4" through 6", Schedule 80, chlorinated polyvinyl chloride Type IV, Gr. 1, Class 23447-B) socket-type. ~/4" through 6", 150 lb, chlorinated polyvinyl chloride Type IV, Gr. 1, Class 23447-B), flat face, socket-type. Gaskets, %" thick, EPDM or Viton, fluorinated elastomer, full face. Bolts and Nuts, galvanized carbon steel, hex-head bolts, heavy, semi- finished, cold-punched hex nuts. Solvent, chlorinated polyvinyl chloride (CPVC, Cement Type IV, Gr. 1, Class 23447-B). NCRWTP Modifications 024723 15060-4 Augu~ 3, 2000 16C 1! 2. Specifications: Material ASTIVl Dimensional ANSI (ASTM) Pipe Fittings D1784, CI-23447-B F441 D1784, C1-23447-B F438 Material Dimensional ASTM ANSI (ASTIVI) Unions D1784, C1-23447-BF438 Flanges D1784, CI-23447-BF438 Gaskets ..... B16.21 Bolts and Nuts A307, Gr B B18.2.1, B18.2.2 Bolt Threads ..... B1.1 Solvent Cement D2564 ..... E. FRP 1. Materials a. Pipe, 2" thru 18", Glass fiber reinforced vinylester thermosetting resin plastic, filament would with double layer vinylester saturated 20-mil surfacing veil liner b. Fittings, 2" thru 18". Manufacturer's standard pressure molded (one piece), filament wound, or fabricated-type. Cement-type joints, material to match pipe. c. Flanges, 2" thru 18", Class 150. Manufacturer's standard pressure molded (one piece), filament wound, or fabricated-type. Cement-type joints, material to match pipe. d. Adhesive, Vinylester manufacturer's standard e. Gaskets, 1/8" thick, full face, Garlock style 3504 ' f. Bolts & nuts, stainless steel or hex-head bolts, stainless steel heavy semi-finished cold-punched hex nuts 2. Specifications Material Dimensional ASTM ANSI Pipe D2996 D2996 Fittings D2996 D2996 NCRWTP Modifications 024723 15060-5 August 3, 2000 16C Flanges D2996 B16.5 Gaskets --- B16.21 Bolts F563, Grp 2B18.2.1 Nuts F564, Grp 2B18.2.2 Bolt Length --- B16.5 Bolt & Nut Threads --- B 1.20.1 3. Note: Acceptable manufacturer: A.O. Smith F. PVC - FLEX TUBING 1. Materials: a. Tubing, flexible, inner braided polyvinyl chloride (PVC) tubing, I/4" I.D. - 7/16" O.D. tubing size, 250 psig working pressure at 73 degrees F, minimum; 1/2" I.D. - 11/16" O.D. tubing size, 200 psig working pressure at 73 degrees F, minimum. b. Fittings, compression type tube fittings, stainless steel, for use with PVC tubing*. (*Use TFE thread tape for threaded adapters to NPT pipe threads only.) Specifications: Tubing to be "Tygon" brand, by Norton Performance Plastics, or equal. G. PVC Containment 1. Materials: a. Pipe, 2" through 12", Schedule 40, polyvinyl chloride (PVC, Type 1, Gr 1, Class 12454-B) as a prefabricated assembly containing one or more carrier pipes as indicated with necessary spacers and supports. Containment pipe and joint system must be leak tight when tested with ambient water at 15 or air at 5 psig minimum pressure. b. Fittings, 2" through 12", Schedule 40, polyvinyl chloride containment in fabricated assembly with carder pipe fittings matching size, materials, and joining systems for straight run units. 1 NCRWTP Modifications 024723 15060-6 August 3, 2000 16C 1 Specifications: Material ASTIVl Dimensional ANSI(ASTM) Pipe (Containment) Fittings Solvent Cement D1784 D1784 D2564 (D1785) (D2466) I. HDPE Pipe I. Reference Section 15062. 2.03 COPPER TUBING SYSTEMS: A. Type K Copper 1. Materials: a. Tubing, 1/4" through 6", Type K, seamless copper, hard-drown b. Fittings*, 1/4" through 6", wrought copper of cast bronze, silver brazing cup ends c. Adapters*, 1/4" through 6", wrought copper or cast bronze, silver brazing cup end by male pipe thread d. Unions*, 1/4" through 3", wrought copper or cast bronze, ground joint, silver brazing cup ends e. Brazing Filler Metal, 45 percent silver alloy 2. Specifications: Material Dimensional** ASTM ANSI Tubing B88 H23.1 Pipe Threads --- B2.1, tapered Fittings (Wrought) B88 B16.22 Fittings (Cast) B62 or B61 B16.18 Adapters (Wrought) B88 B16.22 Adapters (Cast) B62 or B61 B16.18 Unions (wrought) B88 B16.22 Unions (Cast) B62 or B61 B16.18 Brazing Filler AWS A5.8 .... NCR WTP Modifications 024723 15060-7 August 3, 2000 16C 1! 3. Notes: a. * Fittings: NIBCO Thermaline, or approved equal, for silver brazing. Use wrought fittings in sizes manufactured; use cast fittings in all other sizes. b. ** ANSI dimensions do not apply to cup depth and fitting end length. Refer to Military Standard MIL-F-I 183(3) for cup depth and fitting end length dimensions. 2.04 DUCTWORK A. Fiberglass Duct Fiberglass Reinforced Plastic Ducts: Rigidon Type4837 A.T., reinforced plastic, laminated ducts and fittings made of fire-resistant polyester, as manufactured by Heil Process Equipment Corporation, Avon, OH. Materials must have self-extinguishing properties and excellent chemical resistance to 250°F. Make joints using Rigidon Field Joining Kits with 4837 A.T. resin applied according to manufacturer's instructions. PART 3 - EXECUTION 3.01 GENERAL: Piping Code: Fabricate, install and test all piping systems in conformance with the applicable portions and the specifically referenced paragraphs of the American National Standards Institute's "Code for Pressure Piping", ANSI B31.1 - "Power Piping", hereinafter referred to as the "Code" except as otherwise indicated. Conform to ANSI B31.3 "Chemical Pipe and Petroleum Refining" pipe code for hazardous services where media conveyed is flammable, hazardous, or corrosive. Pipe: The use of the words "pipe" or "piping" in this section is understood to include both pipe and tube or piping and tubing. Use full lengths of pipe where length between fittings is less than the mill-random lengths of pipe. Avoid extra joints. Fabrication Accuracy: Accurately fabricate and install piping as shown on the Contract Drawings. Eccentric reducers in process lines shall be installed to avoid pocketing the lines. All horizontal piping shall be installed level. All vertical piping shall be installed plumb. Exceptions are shown and noted on the Contract Drawings. NCRWTP Modifications 024723 15060-8 August 3, 2000 16C Access: All piping equipment and devices installed in the piping that requires periodic removal for maintenance or replacement shall be installed for easy removal without cutting or damaging the pipe. Installation of new piping must maintain access to all existing valves, instruments, and controls. Unions/Flanges: Unions are not normally shown on the Contract Drawings. Unions will not be used in stainless steel piping systems except where specifically required by the Contract Documents. Adapt stainless steel threaded connections on equipment valves and accessories to ranged piping with threaded joint backwelded. Install unions or flanges at each of the following locations. 2. 3. 4. Near threaded connections to mechanical or piping equipment On both sides of threaded control valves and other in-line instruments On the branch side of branch connection valves Where shown on the Contract Documents Dielectric Joints: Use dielectric joints to connect piping of dissimilar metals, such as stainless steel-to-copper, carbon steel-to-copper, galvanized steel-to-copper, etc. Joints shall be dielectric unions for sizes 2" and smaller and flanged joints for sizes 21/2" and larger. When connecting stainless steel-to-copper, use flanged joints for all sizes. Use bolt insulation kits for dissimilar flanges in all liquid services. Dielectric joints may not be shown on the Contract Drawings. 3.02 NON-METALLIC SYSTEMS: Joints: Make joints in accordance with the manufacturer's written recommendations. Use flanged joints instead of adapters to connect nonmetallic piping to metal piping. B. Branch Connections: Use standard or reducing tees, crosses, and laterals. C. Reducing Fittings: Use reducing fittings for change in pipe sizes. 3.03 MISCELLANEOUS: General: Check connections to mechanical equipment and piping equipment and provide matching piping connections as required. Piping connections to equipment, etc., shall be made so they do not cause damage to the equipment during connection and after the equipment is in operation. B. Field Measurements: Field check dimensions shown on the Contract Drawings and the "certified" equipment drawings. Resolve any discrepancies before starting NCRWTP Modifications 15060-9 August 3, 2000 024723 the work. Verify all dimensions in the field as necessary and be responsible for the proper dimensions and alignment of the finished piping. Interferences shall be brought to the attention of competent authority in writing. C. Clearance: Maintain adequate clearance around piping, equipment, and building structure to prevent possible damage of these items. Temporary Piping: Provide all temporary piping systems as required. The location and arrangement of all temporary piping, if required, shall be approved by competent authority prior to installation. All temporary piping shall be removed as soon as practicable. Installation, materials, and testing of all temporary piping shall conform to this specification in every respect. 3.04 PIPE SUPPORTS, AUXILIARY STEEL, AND PENETRATIONS: Furnish all pipe hangers, pipe supports, and restraints required by the piping in this section and piping equipment in Section 15130, Water Systems Valves and Specialties, in accordance with Section 15056, Pipe Supports. Furnish all pipe hangers, supports, anchors, and guides whether or not shown on the Contract Drawings. Furnish any auxiliary steel required to properly support the pipe hangers, in accordance with Section 05500, Metal Fabrications. Adjust or modify supports to eliminate any visible motion of the piping systems occurring after they are placed in operation. Furnish and install all mechanical seals or grout and other penetration requirements where piping passes through walls, floors, or roofs under this Section, in accordance with Section 15150, Penetration of Building Elements. 3.05 UNDERGROUND PIPING General Requirements. Lay pipe at elevations and slopes as indicated on the Contract Drawings. Bedding and baclffill shall comply with Section 02221, Trenching, Bedding, and Backfill for Pipe. Storing and Handling Coated Pipe. Lift pipe with wide slings to prevent damage to the coating material. Rope or cable slings shall not be used unless pipe is protected. Do not drag or roll coated pipe. Store pipe on boards to keep it off the ground. NCRWTP Modifications 024723 15060-10 August 3, 2000 16C ! Push-on Joints. Assemble push-on joints in accordance with manufacturer's recommendations and the following guidelines. Lay pipe with the bell at the lead end. Thoroughly clean and lubricate joint surfaces. Insert the rubber gasket in the groove in the bell end of the pipe. Align plain end of pipe with bell and push home to make the joint. Keep the joint straight while pushing. Make deflection after the joint is complete if required. Mechanical Joints. Assemble mechanical joints in accordance with "Notes on Method of Installation" under ANSI A21.11 and manufacturer's instructions. Thoroughly clean joint surfaces and gasket with soapy water before assembly. Tighten bolts evenly until all bolts are within recommended torque range. Over tightening bolts to compensate for poor installation practice will not be permitted. E. Ductile Iron Pipe Systems. Install ductile iron lines in accordance with AWWA C600, "Installation of Ductile Iron Water Mains and Appurtenances." F. Non-Metallic Pipe Systems. Install underground non-metallic pipe systems in accordance with the pipe manufacturer's written instruction. All underground joints, including pipe and fittings, shall be mechanically restrained using a restraining system compatible with the piping material. All restraining devices shall be rated for a minimum of the pressure rating of the pipe with a minimum safety factor of two. 3.06 PROTECTION AND CLEANING: General: Clean all pipe, tubing, and fittings. Each length of pipe and tubing shall be thoroughly cleaned inside and immediately capped or plugged and stored in a clean, dry place. The plugs or caps shall not be removed until just prior to installation. Leftover cut lengths, unless used immediately, shall have the ends wiped clean, plugged or capped, and returned to clean-dry storage. All fittings shall be stored in a clean, dry place and thoroughly cleaned inside immediately before fit~up. Just prior to completion of the day's work, all open ends of pipe, tubing, and fittings shall again be plugged or capped. Any pipe, tubing, or fittings exposed to the weather during installation of pipe shall be capped or plugged unless fit-up work is in progress. During fit-up work, only the end being fit-up shall have the plug or cap removed. Any tack-welded joints expected to be left at the end of the day shall be covered or otherwise protected from the elements until a single full root pass weld can he completed. NCRWTP Modifications 15060-11 August 3, 2000 024723 3.07 PAINTING: All pipes which are required to be painted shall be cleaned, prime-coated, and finish- painted in accordance with Section 09900, Painting. 3.08 PIPING IDENTIFICATION: Provide color coding, legends, and directional arrows conforming to the requirements of ANSI A for all exposed systems piping. Apply identification markings on insulation jacket of insulated piping systems. Identification markers of the plastic, self-adhering type shall be used in lieu of stenciled, painted systems. Identify piping using legends listed in Table 15060-1. B. Pipe identifications shall be placed in the following general areas: 2. 3. 4. 5. 6. Between 1 to 2' adjacent to any penetration. Between 1 to 2' on one side of bend or change in direction. Between 1 to 2' on the larger pipe on one side of branch or wye. Between 1 to 2' ahead of valves, controls, etc. Between 1 to 2' from connection to equipment assembly. On straight runs of pipe, identifications shall be spaced at not greater than 20' intervals. 3.09 INSPECTION, TESTS, AND ACCEPTANCE: A. Inspection: Provide inspection access to piping during any phase of fabrication and/or installation. Provide certification of compliance with specified procedures for shop welds. Provide weld sample on split pipe section for each size, material, and schedule thickness with welded joints in the shop-fabricated assembly. Provide the services of an independent testing laboratory for borescope inspection of field welds. Borescope inspection records shall be required for no more than 10% of all field welds made, except that at least one satisfactory recorded inspection is required for each welder whose work is retained in the completed piping systems. Provide the services of an independent testing laboratory for radiographic inspection of 10% of all field welds on high pressure water piping 3" and larger. Provide report with radiographs identifying location, orientation, and status of each weld. NCRWTp Modifications 024723 15060-12 August 3, 2000 16C 1 Tests: Test all piping systems. Test piping systems and/or portions of piping systems to be insulated and/or concealed before the insulation is applied or before concealment. Flush all lines prior to testing hydrostatically. IsoLate or remove piping equipment and/or instruments which will not safely withstand the test pressures. Provide spool pieces for any piping equipment or instrumentation items removed for test'rag. Turn all valves to the "Open" position before applying test pressure. No tests shall be performed if any welded joints are concealed. Perform tests in the presence of competent authority. Maintain pressure for a minimum period of 1 hour. During this period, the piping system shall show no sign of failure, leakage, and/or distortion. There shall be no loss of test pressure during this 1-hour period. Use test media and pressures as identified in the piping schedule on the Contract Drawings. Any deviations must be approved in writing by the ENGINEER. Apply test pressure in steps to equalize strain. Check piping system joints with a soap solution during f'mal step of pneumatic test. Repair all defects disclosed by testing and repeat test procedure until a satisfactory test is witnessed by the ENGINEER. Acceptance: Prepare a report based on the satisfactory completion of the hydrostatic or pneumatic test of each piping system or portion of the system. The report shall establish the exact limits of the test. This report shall contain the test pressure at the beginning and end of the test, the tune interval of the test, and other information required. This report also shall include a marked-up set of Piping and Instrumentation Diagrams with the sections of pipe yellowed-out and initialled by the responsible personnel conducting and witnessing the tests as they are performed. NCRWTP Modifications 024723 15060-13 August 3, 2000 16C 1 TABLE 15060-I PIPING SPECIFICATIONS AND TEST CONDITIONS BY SERVICE SYMBOL SERVICE TEST PRESSURE (psig) HYDRO- PNEU- MATERIAL STATIC MATIC AMS Ammonia Solution HDPE CA Sodium Hydroxide HDPE FL Fluoride Solution HDPE PO Phosphate Corrosion Inhibitor HDPE SA Sulfuric Acid (66°Be) PVDF SH Sodium Hypochlorite CPVC SI Anfiscalant Polymer HDPE lOO lOO lOO lOO 150 lOO lOO * * * END OF SECTION * * * NCRWTP Modifications 15060-14 024723 August 4, 2000 PART 1 - GENERAL 1.01 SECTION 15062 HDPE PIPE SECTION INCLUDES A. This specification governs the material, pipe, fitting, butt fusion and general construction practice for high density polyethylene (HDPE) pipe. 1.02 RELATED SECTIONS A. Section 15060 - Chemical Feed Piping 1.03 REFERENCES A. ASTM D638 - Test for Tensile Properties of Plastics. B. ASTM D790 - Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. C. ASTM D1239 - Test Method for Flow Rates of Thermal Plastics by Extrusion Plastometer. D. ASTM D1248 - Specification for Polyethylene Plastics Molding and Extrusion Materials. E. ASTM D1505 - Test Method for Density of Plastics by the Density Gradient Technique. F. ASTM D1599 - Test Methods for Short Time Hydraulic Failure Pressure of Plastic Pipe, Tubing and Fittings. G. ASTM D1693 - Test Methods for Environmental Stress Cracking of Ethylene Plastics. H. ASTM D2122 - Method for Determining Dimensions of Thermal Plastic Pipe and Fittings. I. ASTM D2837 - Method for Obtaining Hydrostatic Design Basis for Thermal NCRWTP Modifications 15062-1 024723 August 3, 2000 16C 1 Plastic Pipe Materials. J. ASTM D3350 - Specification for Polyethylene Plastics Pipe and Fittings Material. K. ASTM F1248 - Determination of Environmental Stress Crack Resistance (ESCR) of Polyethylene Pipe. L. ASTM D4219 - Test Method for Carbon Black Content in Polyethylene Compounds by the Muffle-Furnace Technique. M. ASTM F714 - Standard Specification for Polyethylene Plastic Pipe Based on Outside Diameter. 1.04 SUBMITTALS A. Submit shop drawings and descriptive literature under provisions of Section 01300 - Submittals: 1. Provide data on pipe materials, pipe fittings, valves, and accessories. 2. Pipe Manufacturer's Joint Assembly Directions. 3. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.05 QUALITY ASSURANCE A. Quality and Workmanship The pipe and fitting manufacturer's production facilities shall be open for inspection by the Owner or his designated agents. During inspection, the manufacturer shall demonstrate that he has facilities capable of manufacturing the pipe and fittings required by this specification, that a quality control program meeting the minimum requirements of D3035, and ASTM F-714 is in use, and that facilities for performing the tests required by this specification are in use. The Engineer may request certification that the pipe produced is represented by the quality assurance data. Additionally, test results from the manufacturer's testing which show the pipe does not meet appropriate ASTM standards of manufacturer's representation, will be cause for NCR WTP Modifications 024723 15062-2 August 3, 2000 rejection of the pipe represented by the testing. These tests may include density and flow rate measurements from samples taken at selected locations within the pipe wall and thermal stability determinations according to ASTM D3350, 10.1.9. The owner or the specifying Engineer may request certified lab data from the manufacturer to verify the physical properties of the materials supplied under this specification or at his own expense may take random samples for testing by an independent laboratory. QA Deviations - If an approved supplier must supply material that does not meet all requirements of this specification, he must notify the specification Engineer via a written description of the deviation with data that shows the magnitude of the deviation, the justification for the deviation from this specification, and the worst cast, long term impact of the deviation on the project. The decision, prior to shipment, to accept material deviating from this specification shall be the responsibility of the specifying Engineer. QA Verification - The owner or the specifying Engineer may request certified lab data to verify the physical properties of the compounded materials supplied under this specification, or, may have random samples taken and have them tested by an independent laboratory. Snch testing will be at expense of the party requiring verification testing. Requests for verification must be submitted in writing and mutually acceptable arrangements made. QA Rejection - Polyethylene pipe and fittings may be rejected in whole or in part by the specification Engineer for failure to meet any of the requirements of this specification. QA Records - QA/QC records shall be maintained intact for a minimmn of one year from the date of production. Construction Practice - Construction and installation shall be performed in compliance with the manufacturer's Design Guidelines and Installation Guidelines, and this specification. NCR WTP Modifications 024723 15062-3 August 3, 2000 168 1 PART 2 - PRODUCTS 2.01 PIPE, FITliNGS AND SPECIALS A. Typical Physical Properties Property Material Designation Material Classification Cell Classification Density (3) Melt Flow (4) Flex Modulus(5) Tensile Str.(4) ESCR (3) HDB @ 73 °F (4) U-V Stabilizer(C) Specification Units Nominal Values PPI/ASTM PE3408 ASTM D-1248 HI C 5 P34 ASTM D-3350 345434C ASTM D-1505 gm/cm3 0.955 ASTM D-1238 gin/10 min <0.14 @ 2.16 kg ASTM D-790 psi 135,000 ASTM D-638 psi 3200 ASTM D-1693 Fo, Hrs Fo> 5000 ASTM D-2837 psi 1600 ASTM D-1603 %C 2.5 Hardness Compressive Strength (Yield) Tensile Strength @ Yield (Type IV Spec.) Elongation @ Yield Tensile Strength @ Break (Type IV Spec.) Elongation @ Break Modulus of Elasticity ASTM D-2240 Shore "D" 64 ASTM D-695 psi 1600 ASTM D-638 (2"/min) psi 3200 ASTM D-638 %, minimum 8 ASTM D-638 psi 5000 ASTM D-638 %, minimum 750 ASTM D-638 psi 130,000 ESCR: (Cond A,B,C: Mold. Slab) (Compressed Ring (Pipe)) Slow Crack Growth Impact Strength (IZOD) (.125" TI-IK) ASTM D-1693 Fo, Hrs Fo>5000 ASTM F-1248 Fs0, Hrs F5o> 1000 Battelle Method Days to Fo > 32 Failure ASTM D-256 In-lb/in (Method A) Notch 42 NCRWTP Modifications 024723 15062-4 August3, 2000 Property Specification Units Linear Thermal Expansion Coef. ASTM D-696 in/in/°F Thermal Conductivity ASTM C-177 BTU4n/ Ft:/hrs/°F Brittleness Temp. ASTM D-746 °F Vicat Soft Temp. ASTM D-1525 °F Heat Fusion Cond. psi @ °F NSF Listing Standard #14 16C Nominal Values 1.2 X 104 2.7 <-180 °F +257 75 @ 400°F "Listed" Materials used for the manufacture of polyethylene pipe and fittings shall be extra high molecular weight, high density ethylene/hexene copolymer PE 3408 polyethylene resin meeting the above listed physical property and pipe performance requirements: The polyethylene pipe MANUFACTURER shall provide certification that stress regression testing has been performed on the specific product. The said certification shall include a stress life curve per ASTM D-2837. The stress regression testing shall have been done in accordance with ASTM D2837, and the manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDR) of 160 psi, as determined in accordance with ASTM D 2837. The polyethylene pipe shall be provided with a minimum pressure safety factor of 150 percent. The material shall be listed by PPI (the Plastics Pipe Institute, a division of the Society of the Plastics Industry) in PPI TR-4 with a 73 °F hydrostatic design stress rating of 800 psi, and a 140°F hydrostatic design stress rating of 400 psi. The PPI Listing shall be in the name of the pipe manufacturer, and shall be based on ASTM D 2837 and PPI TR-3 testing and validation of samples of the pipe manufacturer's production pipe. The MANUFACTURER'S certification shall state that the pipe was manufactured from one specific resin in compliance with these specifications. The certificate shall state the specific resin used, its source, and list its compliance to these specifications. B. Pipe Extrusion 1. The pipe shall be extruded using a melt homogenizing/plasticating extruder and "appropriate" die. The extruder screw design should be customized for NCRWTP Modifications 024723 15062-5 August 3, 2000 16C 1 Pipe 1. the HDPE being processed to minimize melt fracture of the molecular structure thus reducing the molecular weight and changing some physical properties from resin to pipe. The resin should be processed at its melt temperature of 375°F to 425°F. The extruded tubular melt will be vacuum or pressure sized in downstream cooling tanks to form round pipe to specification diameter and wall thickness with a "matt-finish" surface. Pipe supplied under this specification shall have a nominal DIPS (Ductile Iron Pipe Size) OD unless otherwise specified. The SDR (Standard Dimension Ratio), and the pressure rating of the pipe supplied shall be as specified by the Engineer. The pipe shall be produced with the nominal physical properties outlined in Section 2.1 (A), and to the dimensions and tolerances specified in ASTM F- 714. Additionally, the pipe shall be inspected per industry accepted manufacturer standards for: * Diameter * Straightness * Wall Thickness * Ovality * Concentricity * Toe-In * Quick Burst Pressure * Overall Workmanship and Ductility Inspection on ID & OD * Joint Strength * Print Line The pipe shall contain no recycled compound except that generated in the MANUFACTURER's own plant from resin of the same specification from the same raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index and other physical properties throughout. D. Pipe Performance The pipe shall be in compliance with the physical and performance requirements of Section 2.1(A) of this specification. Specifically, the pipe will be extruded from resin meeting specifications of ASTM D 3350 with a cell classification of PE:345434C; and ASTM D-1248 pipe grade resin type ~I, Class C, Category 5, grade P34 polyethylene compound. The pipe shall exhibit the short term tensile and compressive physical properties listed in NCRWTP Modifications 024723 15062-6 August 3, 2000 1 Section 2.1 (A), and the pipe shall provide the long term endurance characteristics recognized by: the compressed pipe ring environmental stress crack resistance greater than 1000 hours; the slow crack growth resistance greater than 32 days; the impact strength (toughness) greater than 48 in-lb/in notch; and rotary fatigue endurance at + 1600 psi bending stress with Fo > 2000 cycles. E. Fittings The standard HDPE fittings shall be standard commercial products manufactured by injection molding or by extrusion and machining, or, shall be fabricated from PE pipe conforming to this specification. The fittings shall he fully pressure rated by the manufacturer to provide a working pressure equal to the pipe for 50 years service at 73.4°F with an included 2:1 safety factor. The fittings shall be manufactured from the same resin type, grade, and cell classification as the pipe itself. The manufacture of the fitting shall be in accordance with good commercial practice to provide fittings homogenous throughout and free from crack, holes, foreign inclusions, voids, or other injurious defects. The fittings shall be as uniform as commercially practicable in color, opacity, density and other physical properties. The minimum "quick-burst" strength of the fittings shall not be less than that of the pipe with which the fitting is to be used. F. Manufacturers 1. Phillips Driscopipe, Inc., Richarson TX. 2. PLEXCO, Franklin Park, IL. 3. Or approved equivalent. 2.02 BEDDING MATERIALS A. Embedment materials shall be clean sand unless otherwise noted. 2.03 ACCESSORIES A Mechanical Restraints: Mechanical restraints shall be in accordance with the latest requirements of the Collier County Public Utilities Division and approved by the Engineer prior to installation. NCRWTP Modifications 024723 15062-7 August3,2000 16C 1 PART 3 - EXECUTION 3.01 EXAMINATION A. Verify existing conditions. B. Examine excavation before pipe placement to ensure that no obstruction exists to interfere with installation. C. Inspect each pipe and fittings before installation. Remove defective pipe. Replace with sound pipe. 3.02 PREPARATION A. Pipe Packaging, Handling, Storage The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carder shall use appropriate method and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored indoors only, in areas designated by the Owner. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Provide temporary shading. Covering causing temperature build-up is not accepable. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the butt fusion joining method. Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. Care must be exercised to avoid cutting or gouging the pipe. NCR WTP Modifications 024723 15062-8 August 3, 2000 3.03 INSTALLATION - PIPE 16C 1 A. Joining Sections of polyethylene pipe should be joined into continuous lengths on the job site above ground. The joining method shall be the butt fusion method and shall be performed in strict accordance with the pipe manufacturer's recommendations. The butt fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400 °F, alignment and 75 psi interfacial fusion pressure. 3.04 TESTING Butt fusion joining shall be 100% efficient offering a joint weld strength equal to or greater than the tensile strength of the pipe. Socket fusion shall not be used. Extrusion welding or hot gas welding of HDPE shall not be used for pressure pipe applications nor in fabrications where shear or structural strength is important. Flanges, unions, grooved-couplers, transition fittings and some mechanical couplers may be used to mechanically connect HDPE where approved in writing by the Engineer. A. Provide flushing and acceptance testing in accordance with manufacturer's recommendations and Section 15060, Chemical Feed Piping. * * END OF SECTION * * NCRWTP Modifications 15062-9 024723 August 3, 2000 SECTION 15130 PIPING SYSTEMS VALVES AND SPECIALTIES PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Labor, materials, supplies, tools, equipment, and service incidental to and necessary for the complete and proper installation and operation of all process piping equipment and valves as shown on the Contract Drawings and specified herein. 1.02 SUBMITTALS: The following submittals are required for this equipment: A. Manufacturer's Product Data (All valves and specialties) B. Installation Instructions (Pressure regulating valves, flow control valves, differential pressure regulators, power actuated valves, and backflow preventers). PART 2 - PRODUCTS 2.01 GENERAL VALVE SPECIFICATIONS: All transmission main valves to be full port gate valves, unless noted otherwise. A. BalLTI~: Valves shall be suitable for bi-directional service. Manual operators shall be safety oval type for valves under 4 inches, and enclosed gear handwheel type for valves 4 inches and larger, except where chain operators are required. VBSA Minimum rating 150 psi at 73 degrees F, Type 4, Grade 1 CPVC, True union body, TFE or EPDM seals. Socket ends except where tanged ends required to match piping or equipment. Acceptable manufacturers: Asahi/America, Duo Bloc, 1/2" to 6" Nibco; True Union, 1/2" to 3" R.G. Sloane, GSR True Union, 1/2" to 4" Hayward, True Union, 1.6" to 4" NCRWTP Modifications 15130-1 August 2, 2000 024723 VCI Swing style, Type 1 Grade i PVC body and trim. EPDM seats and seals, flanged ends. 150 psig rating at 100 degrees F for sizes 2 inches or under. 100 psig rating at 100 degrees F for sizes 2 1/2 to 3 inches. 70 psig rating at 100 degrees F for sizes 4 to 6 inches. Acceptable manufacturer: Asahi / America, 3/4 to 6 inches. VD4 Type 1, Grade 1, PVC weir style body with EPDM diaphragm. 150 psig pressure rating at 85 degrees F. Position indicating stem with travel stops. Socket or molded ranged end connections according to piping service. Acceptable manufacturers: Asahi-America, 'A to 2 inches (socket) % to 4 inches (ranged) Hayward, 1/2 to 2 inches R. G. Sloane, Fig 1130 Series, 'h to 3 inches ITF Grinnell, 'A to 2 inches 2436-830-M (ranged) 2451-830-M (socket) Chemtrol G45CD-E, '.6 to 2 inches (socket) VD6 Alloy 20 (CN7M), weir type body, socket weld connections, 150 psig pressure rating at 85°F., Viton diaphragm rated for a maximum of 150°F. Position indicator stem with travel stop. Acceptable manufacturer: ITr-Grinnell Fig. 2474 ('A" to 2") VGll Type 1 Grade i PVC body, EPDM seals, socket weld connections. Acceptable manufacturer: Asahi/America, model B (V2" to 2") 2.02 SPECIALTY VALVE SPECIFICATIONS: A. Pressure Regulating Valves: PRV15 Back pressure valve. Alloy 20 body and seat. Threaded end connections, Viton or teflon diaphragm and scat gasket. Setpoint and flow rate as indicated. Acceptable manufacturers: lgCRI~eTP Modification~ 024725 15130-2 August 2, 2000 ProMinent (~A ") MiltomRoy (~A" to 1") PRV17 Safety Relief Valve. Alloy 20 body and seat. Threaded end connections, Alloy 20 ball and ball guide, viton or teflon seat gasket. Setpoint and flow rate as indicated. Acceptable manufacturers: ProMinent (~A Milton Roy (~" to 2.03 PIPING EQUIPMENT: PI1 Boutdon tube type with 3%" diameter, stainless steel case, Vs" NPT, Type 316 Stainless Steel connection, Type 316 Stainless Steel boutdon tube, white dial, black figureS. Range as indicated. Acceptable manufacturers: Ashcroft, Series 1009 Trerice, Series 600 PI5 Magnehelic vacuum/pressure gauge for air, aluminum housing, silicon rubber diaphragm, steel range spring, 4aA" O.D. dial face, %" NPT female taps. Acceptable manufacturers: Dwyer Series 2000 Magnehelic Differential Pressure Gauge B. Pressure Gage Protectors: Types Diaphragm-type protection seal with Viton diaphragm, ranged connections, and AISI Type 316 stainless steel body. Acceptable manufacturers: Trerice, Series No. 876 Ashcroft, Series No. 300 Type P Diaphragm-type protection seal with Viton diaphragm, ranged connections, and polyvinyl chloride (PVC) body. Manufacturers: Plast-O-matic Chemical Gauge Guard Trerice, Series No. 876 NCRWTP Modifications 024723 15130-3 August 2, 2000 16C 1 C. Flexible Connector: FLC4 Single arch, hypalon tube and cover, polyester/steel rings reinforcement, 200 psig pressure rating at 250° F, straight through type, galvanized split ductile iron retaining rings, 125/150 lb. ANSI B 16.1 flange drillings. Provide control rods. Acceptable manufacturers: General Rubber Mercer Rubber Holz Rubber Tll Back outlet, universal angle stem, dial-type, vapor actuatexl thermometer with 2" insertion length bulb and AISI Type 316 stainless steel separable socket connection; 4 %" case with 0 to 100° F scale range; ~.6" NPT connection. Acceptable manufacturer: Trerice No. V80742 Series E. Quick Couple Connections: QC1 Quick disconnect. Polypropylene female coupling with female NPT connection. Male plug with chain. Acceptable manufacturer: Murray Equipment, Kamlock Series QC3 Victaulic type coupling for roll grooved plastic pipe. Aluminum body, zinc plated steel nuts and bolts per ASTM B-633 and ASTM A-183, EPDM gasket. Acceptable manufacturer: Victaulic Style 775 (~" to 16"). QC3A Victaulic type coupling for roll grooved pipe. Aluminum body, zinc plated steel nuts and bolts per ASTM B-633 and ASTM A-183, EPDM gasket. Acceptable manufacturer: Victaulic Style 77A (~" to 12"). QC4 Stainless steel quick connect coupler with plug and chain, 150 psi working pressure, threaded N.P.T. end. Acceptable manufacturer: NCRWTP ModificaZion~ 024723 15130~4 .~ugust 2, 2000 16C 1 Civacon Kamlock Series Model 633-B, with Model 634-A, plug (1" to 4") QC5 Victaulie type snap-joint quick disconnect coupling designed specifically for use on radius cut grooved or standard roll grooved plastic pipe. Hot dipped galvanized ductile iron body, EPDM gasket, z'mc plated nuts and bolts per ASTM 13-633 and ASTM A-183. Quick disconnect toggle handle assembly, hinged one unit housing. Acceptable manufacturer: Victaulie Style 78 Snap Joint (for plastic pipe) (1" to 8") F. ~.' ST3 Alloy 20 body, "Y" type. Monel screen, 24Xl10 mesh, 0.0056 inch particle retention, screwed end connections. Acceptable manufacturer: Armstrong Model E2SC ~A" TO 3" G. ~d;lg~: Polypropylene protective cover at each flange joint in piping for acid and caustic service. Acceptable manufacturer: Ramco, Spra-Gard H. .~: Stainless steel body with stainless steel pressure gauge, 2V2" diameter face. Acceptable manufacturer: ProMinent 1393 ml (PTFE wetted components) Milton Roy Model PR-025-5-X 20 (Alloy 20 wetted components) PART 3 - EXECUTION 3.01 INSTALLATION: Install flanged, threaded, socket, and welded joints in accordance with the provisions of Section 15060, Water Systems Piping. A. Install valves with rising stem or similar position indicating device to be visible from floor or platform level which provides access for valve operation. B. Furnish chainwheel actuators for valves with centerlines located over 7' above the floor or operating platform. NCRWTP Modifications 15130-5 August 2, 2000 024723 3.02 IDENTIFICATION: Provide identification markers permanently attached to all instruments, control valves, regulators, and equipment items incorporated into piping systems shown on Process Piping and Instrumentation Diagrams. Markers shall be engraved plastic, minimum 2 inches square, with alpha-numeric designation per Process Piping and Instrumentation Diagrams in 3/16-inch high characters. Bo Identify valves and equipment with a minimum two lines and maximum four lines of legend as follows: For isolation valves, the upper line shall consist of the size and valve specification. For other equipment, the upper line shall consist of the equipment number or size and specification. The next one to three lines shall include the manufacturer, model or catalog number, and any other pertinent information. For control valves, the upper line shall consist of the tag number per Piping and Instrumentation drawings. The second line shall be the valve function as indicated in the Control Valve Schedule. Remaining lines shall indicate valve size, specification, and Cv value. * * * END OF SECTION * * * NCRWTP Modifications 024723 15130-6 Augvat 2, 2000 SECTION 15150 PENETRATION OF BUILDING ELEMENTS PART 1 - GENERAL 1.01 DESCRIPTION: Penetrations of building elements as shown on the drawings and specified herein. 1.02 SUBMITTALS: The following submittals are required: Manufacturers Product Data: seals, grout. PART 2 - PRODUCTS 2.01 MATERIALS: A. Seals: mechanically expandable elastomer type as manufactured by Thunderline Link-Seal with 18-8 stainless steel bolts and nuts and neoprene sealing elements. B. Grout: non-metallic, structural non-shrink type. C. Wall, floor, and roof sleeves shall be galvanized carbon steel, unless otherwise noted. D. Sleeves through grating or mesh shall be the same material as the grating or mesh, unless otherwise noted. E. Sleeves through sheet metal shall be the same material as the sheet metal, unless otherwise noted. 2.02 SLEEVE DETAILS: Sleeve Types: Sleeve types shall be as indicated on the Drawings. 1VCRWTP Modifications 15150-1 ,4ugust 2, 2000 024723 16C ! 2.03 SLEEVE PROJECTIONS: Unless otherwise shown or noted on the drawings, projections of sleeves beyond the face of the building elements shall be as follows: A. Walls and Partitions: Flush B. Floors: 3%" to 5" projection above floor and flush with surface below. PART 3 - EXECUTION 3.01 PIPE SLEEVES: Provide pipe sleeves and openings where pipes, tubing, valve operator stems, or ductwork pass through floors, roofs, walls, partitions, or other building elements. A. Sleeves through Concrete or Masonry Elements: Sleeves shall be installed prior to placing concrete in structural section if at all possible. Holes for sleeves in existing concrete or masonry shall be cut with a diamond- core drill. Repair any damage to existing walls caused by installation of sleeves. 2. Sleeves shall be grouted in place when installed in existing concrete or masonry. Wall sleeves through above grade concrete shall be provided with four, ~h" anchoring lugs. Wall sleeves through below grade concrete walls shall be provided with continuous ring waterstops. Sleeves through Grating or Mesh: Grating bars or mesh shall be accurately cut to provide a clearance of 1/6", + 1/32" to sleeve. Free ends or adjacent elements shall be neatly welded or brazed to the sleeve, cleaned, and painted as necessary to match original finish. No sealing will be required at sleeves through grating or mesh. C. Sleeves through Sheet Metal: Sleeves shall be provided for all pipes, tubing, and ducting. 1. Opening in sheet metal shall be neatly cut to provide installed clearance to outside of sleeve of about Vz". Sleeve shall be fitted with heavy sheet metal NCRWTP Modifications 024723 15150-2 August 2, 2000 168 1 collar, No. 12 gage minimum, formed if necossary to fit the existing sheet metal, and having a diameter not less than 6" greater than the o.d. of the sleeve. Hole in collar shall be cut neatly to provide 1/16~ clearance with sleeve at required angle of inclination and joined to the sleeve with continuous welded or brazed joint. Collar shall be set in place on a full bed of nonhardening mastic and adequately secured to sheet metal with sheet metal screws, or bolts fitted with locking devices at the nuts. 3.02 CONDUIT: Provide openings where conduits pass through floors, roofs, walls, partitions, or other building elements. Provide pipe sleeves and openings where conduits pass through floors and roofs. Holes for conduit through existing concrete or masonry shall be cut with a diamond-core drill. After the conduit is in place, the annular space between the conduit and the cored hole shall be filled with grout or seal. 3.03 BUILDING STEEL AND CONCRETE: No structural supporting members, including structural slab, shall be cut or drilled without approval of the OWNER. Holes shall not be made in structural steel members with a cutting torch. 3.04 COORDINATION: Verify the proper type, size, and correct locations of all sleeves and openings provided by others. Locate sleeves and openings concentric with the centerline axis of the penetrating pipe or conduit. Concentricity of pipe and sleeve or opening centerlines shall not vary more than 1/6 of the total clearance. B. Notify competent authority of any sleeves or openings found to be improperly located, sized, or installed, or of the wrong materials for the designated use. 3.05 INSTALLATION: A. Size seals for all sleeves in accordance with the seal manufacturer's instructions. B. In cases where sleeves or openings may have been omitted for small bore (one inch or less) pipe or conduit, core-drill a hole with a diamond-core drill through the NCRBrl~ Modifications 15150-3 August 2, 2000 024 723 masonry wall and fill the annular space between the pipe or conduit and the cored hole with grout. Repair any damage to the wall. * * * END OF SECTION * * * NCRI~'I'P Modifica~on~ 151504 August 2, 2000 024723 SECTION 15240 VIBRATION ISOLATION EQUIPMENT 16C 1 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Special Conditions and Division-1 Specification sections, apply to work of this section. 1.02 SCOPE A. Provide vibration isolation supports for all equipment and piping as may be required to prevent transmission of vibration to building structure. This shall include air handling units, piping, pumps and similar items. 1.03 RELATION TO OTHER WORK A. Refer to the section, "General Mechanical Provisions", for related requirements. Refer to other sections of the Division 15 and to all other applicable portions of the drawings and specification. 1.04 SHOP DRAWINGS A. Refer to Section entitled "General Mechanical Provisions". Submittal data shall show type, point loading information, size and deflection of each isolator proposed and any other information as may be required for the Architect/Engineer to check isolator selections for compliance with specifications. Include clearly outlined procedures for installing and adjusting the isolators. 1.05 MANUFACTURERS A. Products of the following manufacturers will be acceptable, provided they comply with all of the requirements of this specification: Consolidated Kinetics; Mason Industries; Amber-Booth; Keflex; Flexonits; Vibration Eliminator Company or equivalent. Any model numbers listed are from one or more of these manufacturers and are given to provide an example of item(s) required. 1.06 OTI-I~R REQUIREMENTS A. All vibration isolation equipment shall be both recommended by the manufacturer and approved by the ArchitecffEngineer for each particular application on this project. NCRWTP Modifications 15240-1 August 2, 2000 024723 PART 2 - PRODUCTS 2.01 BASIC REQUIREMENTS Unless otherwise noted, spring type vibration isolators shall be used for all motor driven equipment. It shall be the responsibility of isolation manufacturer to determine the amount of spring deflection required for each isolator to achieve optimum performance, prevent the transmission of objectionable vibration and meet noise criteria referenced herein. 2.02 CORROSION PROTECTION Steel components shall be phosphated and painted. All nuts, bolts and washers shall be zinc-electroplated. Structural steel bases shall be thoroughly cleaned of welded slag and primed with zinc-chromate or metal etching primer. All isolators exposed to weather shall have steel parts PVC coated or hot-dip galvanized. Aluminum components shall be etched and painted. Nuts, bolts and washers may be zinc-electroplated. 2.03 BASIC ISOLATORS General: Unit designations indicated are Architect/Engineer designations. Each of the following basic isolators may not be applicable to a specific installation application. See Part 3, "Execution". Type EVS-I: Spring mounts; open type; unrestrained; free standing springs; laterally stable; minimum horizontal-to-vertical spring rate (Kx/Ky) of 1.0; 1/2 inch neoprene acoustical friction pads between bottom baseplate and the supporting surface; leveling bolts; provision for bolting the mount to the equipment (unless otherwise specified); spring diameters not less than 80 percent of the compressed height of the spring at rated load; springs shall have a minimum additional travel to full compression of 50 percent of the rated deflection; I inch minimum static deflection (unless otherwise specified). C. Neoprene Waffle Pad (Unit W) - 1/2" thickness, Mason Type W. PART 3 - EXECUTION 3.01 GENERAL All isolators shall be installed in strict accordance with the manufacturer's instructions and shall be properly adjusted prior to requesting final inspection or the performance of any vibration testing specified. NCRp, rl"P Modifications 024723 15240-2 August 2, 2000 16C 1 Each item of equipment (machinery, piping, etc.) which is provided with vibration isolation equipment shall rest in its intended, proper operating position (i.e; exactly level, etc.) after installation of vibration isolation equipment. Approval of such vibration isolation equipment by Architect/Engineer shall not relieve the Contractor of this responsibility. Equipment which is specified to rest on concrete housekeeping pads shall have Unit NP pads unless otherwise indicated. 3.02 AIR HANDLING UNITS, FACTORY PACKAGED A. Floor Mounted: 1. Spring mounts (Unit EVS-1) in sizes indicated on plans. 2. Flexible duct connector as specified in Section entitled "Ductwork". 3.03 MANUFACT~R'S SUPERVISION The Contractor shall include in his price the cost of the vibration isolation manufacturer or his qualified representative for providing such supervision as may be necessary to assure correct installation and adjustment of the isolators. Upon completion of the installation and after system is put into operation, the manufacturer or his representative shall make a final inspection and submit his report to the Architect/Engineer in writing certifying the correctness of installation and compliance with approved submittal data. END OF SECTION NCRWTP Modification~ 024723 15240-3 August 2, 2000 16C I SECTION 16010 ELECTRICAL AND INSTRUMENTATION GENERAL PROVISIONS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: General technical requirements applicable to the procurement, installation, and testing of materials and equipment specified in Division 16, Electrical. 1.02 QUALITY ASSURANCE: Unless otherwise specifically stated in individual specification sections, suppliers shall be firms regularly engaged in the manufacture of the equipment and materials specified herein, whose products have been in satisfactory use in similar service for a minimum of three years. 1.03 SERVICEABILITY/WARRANTY: Guarantee all workmanship and each item of equipment and material furnished and installed under this work, and guarantee that each will perform the duty for which intended, continuously if so required. Replace any electrical or instrumentation equipment, devices, or material which shall prove defective within one (1) year from the date of final completion. 1.04 COORDINATION OF ELECTRICAL/INSTRUMENTATION WORK: General: The Contract Documents are diagrammatic in showing certain physical relationships that must be established within the electrical and instrumentation work, and in the interface with other work including mechanical work. The establishment of such relationships and coordination of the electrical and instrumentation work includes, but is not limited to, the following: Perform the electdeal/instrumentation work in conformity with the Contract Drawings, shop drawings, specifications, product data, and other requirements, so that the finished, complete electrical and instrumentation NCRWTP Modifications 024723 16010 - 1 August ~, 2000 systems will function as an integrated system, properly interfaced with mechanical and other work. Locate operating and control equipment to provide access, and arrange entire electrical work with adequate access and clearance for operation and maintenance. Advise other trades of openings required in their work for the subsequent move-in of large units of electrical work (primarily equipmenO. Coordinate electrical and instrumentation equipment purchases to ensure proper interface with mechanical work. Refer to appropriate sections of Divisions 11 and 15, and the Drawings for the electrical characteristics of mechanical and process equipment. Coordinate the connection of electrical work to existing utilities. Comply with the requirements of governing regulations, service companies, and controlling agencies. Coordinate the connection of wiring to electrical and instrumentation equipment. Submit coordination drawings when it is necessary to revise significantly any wiring to interface with electrical and instrumentation equipment. Coordination Drawings: For locations where several elements of electrical (or combined mechanical and electrical) work must be sequenced and positioned with precision in order to fit into the available space, prepare coordination drawings (shop drawings) showing the actual physical dimensions (at accurate scale) required for the installation. Installation and testing of, or the assistance in installation and testing of, electrical equipment furnished under other sections of these specifications shall be included in the work. Drawings pertaining to other trades shall be reviewed and work shall be coordinated to prevent physical interferences. Coordination Meetings: As soon as practical after selecting the manufacturer and before any shop drawings are submitted for power panels, motor control center components, programmable logic control panels and instrumentation, arrange for NCRWTP Modificatio~ 16010 - 2 August $, 2000 024723 16C 1 a meeting and time acceptable to all parties, between the manufacturer's representative, the Contractor and the Engineer at the office of the Engineer. Purpose of the meeting is to answer any questions which manufacturer and Contractor may have and to establish Engineefts requirements for content, form and submittal procedures for shop drawings in order to permit expeditious review and acceptance. Give the Engineer a minimum of one week notice. 1.05 CODES AND STANDARDS: The installation shall comply with the National Electrical Safety Code (NESC), the National Electrical Code CNEC) as locally amended, and local codes which have jurisdiction. Work in ba?ardous areas shall conform to the requirements of Article 500 of the NEC. All equipment and materials shall be new and shall be manufactured in accordance with the following standards, where applicable: ANSI ASTM ICEA IEEE ISA NEMA NFPA FM American National Standards Institute American Society for Testing and Materials Insulated Cable Engineers Association Institute of Electrical and Electronic Engineers Instrument Society of America National Electrical Manufactures Association National Fire Protection Association Factory Mutual Engineering and Research All equipment and material shall be of the types tested by the Underwriteifs Iahoratories (UL) and/or Electrical Testing Laboratories, Inc., and shall bear their label(s). 1.06 ACCEPTABLE MANUFACTURER: The naming of manufacturers for material or equipment is intended to establish standards of quality and performance and not to limit competition. Unless specifically stated otherwise, the phrase "or approved equivalent" is inferred, except that such equality with spec'Lfied items shall be proven by submitting a request for approval in writing. Provide sufficient supporting data to permit a fair evaluation of the proposed substitute with respect to quality, serviceability, warranty, and cost. NCRWTP Modificationa 16010 - $ Auguat 3, 2000 024723 1.07 SUBM1TYALS: Provide the following submittals applicable to the overall electrical and control system: 1. Coordination Study 2. Harmonic Analysis 3. Time-Current Characteristic Curves For All Cimuit Breakers and Fuses. 4. Field Acceptance Test Reports 5. Record Drawings Operation and Maintenance Manuals shall be furnished after final approval of all shop and working drawings but prior to shipment of equipment. Manuals shall be complete with wiring diagrams, lubrication schedules and recommended lubricants, drawings, cuts, parts lists, and other necessary data. All parts shall be numbered or otherwise clearly identified to facilitate ordering of replacements. Descriptions of all operational control devices and their specific functions shall also be included. Outline drawings and connection diagrams shall be complete enough to enable the installation to be designed completely and connection diagrams shall give both internal and external connections. Specifically, submittals shall include complete conduit and cable tray connection system wiring diagrams including wire fill of each conduit and individual wire designations of all electrical and control systems including equipment furnished under other sections. All system component internal wiring shall be documented in elementary, schematic and detailed layout wiring diagram form, complete, to show all electrical connections. System wiring diagrams, including all interface terminal designations shall also be provided. Attention is called to the fact that conduit and cable tray runs indicated on the Drawings are SCHEMATIC only and do not necessarily include all the runs or their exact location, size or detail. Specifically, the drawings show the approximate locations of devices. Wire and cable troy conduit fills and exact routings are not shown, but shall be furnished and installed as a part of this work. The actual routing, conduit size, and wire fill shall be in accordance with the specifications and the latest edition of the NEC. Wire and conduit cable tray fills for lighting and receptacle circuits and routings of conduits not shown or NCRWTP Modifications 024723 16010 - 4 August 3, 2000 designawxl as ~home-runs" to motor control centers, lighting panels, and the instrumentation panels shall also be provided under this Section. Wiring diagrams are also schematic and actual arrangement will be governed by the type of equipment furnished. Check the exact number of wires required for each electrical device or motor on each individual circuit before the conduit and cable tray is installed on the job. Intermediate splice boxes, although not indicated, may be required wherever pulls have several bends and are excessively long. Submit shop drawings for review. Check in detail, actual field conditions and route conduit and cable tray runs and connect up to all electrical equipment, in cooperation with the other trades. Make early submission of drawings for those components where dimensions of equipment, location of conduit entrances, etc. are important to facilitate construction. PART 2 - PRODUCTS 2.01 GENERAL ELECTRICAL PRODUCT REQUIREMENTS: Standard Products: Electrical and instrumentation products shall conform to the specified standards. Products not covered by detailed specifications shall be standard products of reputable manufacturers and suitable for the intended use. Condition of Products: Unless othenviso indicated, provide new products of recent manufacture, which are free of defects and harmful deterioration at the time of installation. Do not use units which have been subjected to destructive testing or other high-limits testing except where pre-tested products are specified. Provide each product complete with trim, accessories, finish, guards, safety devices, and similar components specified or recognized as integral parts of the product, or which are required by governing regulations. Assembly and Testing: All products shall be designed, fabricated, and assembled in accordance with the best engineering and shop practice. Individual parts shall be manufactured to standard sizes and gages so that repair parts, furnished at any time, can be installed in the field. To the greatest extent possible, and unless otherwise indicated, complete the fabrication, assembly, finishing, and testing of products prior to delivery to the project. Do Uniformity: Where multiple units of a generic product are required for a single major system of the electrical/instrumentation work, provide identical products by NCRWTP Modification* 024723 16010 - 5 Augu*t 3, 2000 16C 1 the same manufacturer, without variations except for size and similar variations as indicated. NOTE: Product/manufacturer uniformity does not apply to raw materials, bulk materials, conduit, insulation, sheet metal, wire, steel bar stock, welding rods, solder, paint, fasteners, motors for unlike equipment units, and similar items used in the work, and except as otherwise indicated. Product Compatibility: Where more than one product selection is specified, either generically or proprietorially, provide products which are compatible with previously purchased or installed products which must interface with the selections. Provide adaptations as needed for interfacing of selec~l products in the work. FXluipment Nameplates: Provide a permanent operational data nameplate on each item of electrical/instrumentation equipment. The nameplate shall indicate the manufacturer, product name, model number, serial number, speed, capacity, power characteristics, labels of tested compliances, and similar essential operating data. Locate nameplates in a position which is accessible for reading by service personnel. Nameplates shall be affixed so that inadvertent switching is not probable, i.e., place on main part of assembly or at the mounting position, not on covers that will interchange. Devices shall not be marked with felt tip pens, print sticks, or similar markers. All components in contact with drinking water or drinking water treatment chemicals (except components that will come into contact with raw water prior to its treatment by reverse osmosis) shall conform with American National Standards Institute (ANSI)/NSF International (NSF) Standard 61. 2.02 RACKS AND MOUNTING HARDWARE: Provide equipment racks or supports and mounting hardware for all instrumentation, power and control panels, motor starters, large junction boxes, disconnect switches and other large electrical devices. Racks and supports shall be constructed of Series 300 stainless steel channel. All wall-mounted panels shall be supported by channel, mounted vertically, to provide space between panels and wall. Rack construction shall be of welded type. All instrumentation mounting hardware shall be Series 300 stainless steel as a minimum. NCR WTP Modificationa 16010 - 6 August 3, 2000 024723 16C 1 2.03 NAMEPLATES: Nameplates of engraved laminated black and white phenolic material shall be furnished for all items such as Motor Control Centers, Control Panels, Panelboards, etc. Nomenclature shall be engraved through the black outer layer to the white inner core. Securely attach to the equipment with Series 300 stainless steel screws or rivets. Adhesives, glues or cements will not be permitted. If any power or control device is placed in service before the permanent nameplate is attached, a temporary identifying card shall be affixed to the device. B. Nameplate designations shall be as indicated in the Contract Documents. Identification of items such as relays, timers, etc., mounted inside a panel shall be by Dymo Tape, or approved equal. Identification of motors shall be by means of painting the nomenclature on the motor housing. PART 3 - EXECUTION 3.01 INSTALLATION: General: Install all electrical/instrumentation equipment in accordance with this Section, the Contract Drawings, the individual equipment specifications, the installation instructions, and manufacturer shop drawings. Responsibilities include, but are not limited to, the following: 1. Receive, unload, and store equipment. 2. Unpack equipment and component parts. Field check dimensions shown on the Contract Drawings and shop drawings. Resolve any discrepancies before starting the installation. Set, connect supports, level, align, tag, furnish miscellaneous supports and hangers, and check all equipment and component parts according to the manufacturer's installation instructions or recommendations. NCRWTP Modifications 024723 16010 - 7 August 3, 2000 16C 1 Shake-down and test all equipment according to the applicable codes and the manufacturer's recommendations, Accomplish all installation without damage to equipment, roadways, buildings, and/or structures. Immediately repair, to original condition, any damaged portions. o Protect and maintain electrical components and instrumentation until installed, tested, and accepted. Equipment Pads: Furnish and install equipment pads required to support and provide protection from water damage ("housekeeping" pads) for equipment installed under this Section where shown on drawings. Expand existing equipment pads, where new equipment is larger than originally planned, for installation of new equipment on existing pads. Remove concrete to expose existing rebar for attachment of new rebar and concrete as required. Equipment Supports: Provide auxiliary structural steel supports for equipment as required and/or as shown on the Contract Drawings. 3.02 GROUNDING: All current carrying equipment shall be connected to the ground system. This shall include, but not be limited to: transformers, panels, motor frames, switchgear, motor control centers, and starters. System grounds shall be provided for all transformers. An exothermic welded connection shall be used to connect the grounding electrode conductors to the grounding electrode system. Every conduit carrying power circuits shall have separate ground wire(s) run with the power wires regardless of whether conduit in rigid steel, aluminum, or PVC. 3.03 PROTECTION OF EQUIPMENT: Provide protective covering for all equipment installed under this Section during unloading, moving, and/or storing prior to erection. Protect electrical equipment, controls, and insulation against water or moisture damage. NCRWTP Modification~ 16010 - 8 Augt~t 3, 2000 024723 16C 1 Take special precautions to prevent the entrance of foreign matter into equipment during unloading, storage, installation, and testing. Should foreign matter enter equipment, disassemble, clean, and reassemble equipment. All new control and instrumentation panels, and power panels shall be protected during the construction period with heavy plastic sheeting which shall be removed just prior to energizing, so as to not impede ventilation. Protect all power and lighting panels and all other electrical equipment delivered to the site from paint or mortar splattering, denting, surface nicks, scratches or other marring, and from functional damage. All equipment must be turned over in good working order and with smooth uniformly colored painted surfaces. Repair all mars and scratches with touch-up paint having the same color and specification as the original finish. Equipment which shows any corrosion on the external surfaces prior to final acceptance shall have the appropriate areas stripped and primed and the entire equipment repainted. Electrical equipment provided under this Contract, but for later use, shall be packed with desiccant, equipped with space heaters wired to a power supply and thermostatic control, and wrapped in transparent plastic. 3.04 CLEANING ELECTRICAL WORK: Cleaning of all debris, oil, grease, dirt, and other foreign matter from all electrical work including, but not limited to, all exposed conduits, lighting fixtures, control equipment, electrical devices, and panels. Repair any electrical/instrumentation work damaged as a result of failing to properly clean the electrical/instrumentation work. 3.05 PAINTING: Unless otherwise specified, all equipment supports and other devices included under this Section shall be prime-painted and finish-painted. All racks, mounting channels, rods, hangers, and other such portions of the electrical installation shall be of Type 304 stainless steel (unless specifically shown as otherwise on the Drawings), which do not require painting. Such items of potentially corrodible materials of construction shall be painted. C. Refer to Division 9 for painting specifications. NCRWTP Modifications 024723 16010 - 9 August 3, 2000 3.06 INSPECTION, TESTING, AND START-UP: General: After completion of the work, the entire electrical system, including power and control, shall be thoroughly tested for proper functioning. Field inspection and acceptance tests shall be performed in accordance with Section 16998. B. Comply with the following additional requirements: Shop Inspection and Testing: While in the manufacturer's shop, electrical equipment shall be subjected to all inspections and testing required by applicable codes as well as those normally provided by the manufacturer. Submit inspection and test reports confirming that the equipment conforms to the specifications. Certificate of Proper Installation (CPI): After electrical equipment is installed and prior to any field or start-up testing, the equipment supplier or manufacturer shall issue a CPI stating that the equipment is installed in accordance with the manufacturer's instructions, serviced with the proper initial methods, and ready for run testing when required by individual Division 16 specifications. CPI forms will follow the format shown in Appendix 16010-I. Functional Acceptance Test (FAT): After electrical equipment is certified for proper installation and prior to performance and reliability testing, the equipment shall be subjected to a FAT when required by individual Division 16 specifications. The FAT shall include checking for the elements listed in the paragraphs below, as applicable. Initial adjustment and calibration shall be performed in the presence of and with assistance from the equipment supplier/manufacturer. The electrical system shall be test~ed after permanent cables are in place to demonstrate that the entire installation and equipment performs satisfactorily and that it is free of shorts and undesirable grounds, and a record made of the results. After the cables are installed and before they are put in service, their insulation resistance between phases and from each phase-to-ground shall be individually tested. All 480-volt cables shall be tested with a 500- NCRWTP Modifications 024723 16010 - 10 August 3, 2009 3.07 volt Megger and a record shall be submitted in writing of all test results. bo The insulation resistance for any given circuit shall not be less than the value recommended by the ICEA or a minimum of 1 megohm for 600-volt and less service. Any cable not meeting the recommended value or which fails when tested under full load conditions shall be replaced with a new cable for the full length. Performance Acceptance Test (PAT): After electrical equipment is certified for proper installation and tested for proper function and prior to reliability testing, the equipment shall be subjected to a PAT when required by individual Division 16 specifications. The PAT shall verify that the equipment can perform according to the specification without exception. o Reliability Acceptance Test (RAT): After successful functional and performance testing, the equipment shall be subjected to a RAT when required by individual Division 16 specifications. The RAT shall verify that the equipment can perform its intended function at the specified performance level for a period of at least four (4) consecutive 24-hour days without' exception. TOOLS: Furnish any special tools that are normally required for the installation, operation, and maintenance of the electrical equipment as defined in the individual equipment specifications. Tools shall be new, first-class quality, and shall be shipped in separate containers clearly marked with the identification or equipment for which the special tools are intended. NCRWI'P Modifications 16010 - 11 August 3, 2000 024723 PROJECT EQUIPMENT NO. NAME APPENDIX 16010-I CERTIFICATE OF PROPER INSTALLATION (CPI) MANUFACTURER SERIAL NO. INSTALLATION CONTRACTOR INSPECTION NO. INSPECTOR CONTRACT 16C 1 MODEL NO. INSPECTION DATE COMPANY B~ed on my ~ ~ t/~ d~ove/ndicated date, the following is applicable to the installation of this oquipm~m item: __A. Installation according to manufacturer's instructions and acceptable for start-up and operation. Installation not according to manufacturer's instructions but accop~able for start-up and operation. (Doscribo deviations from manufacturer's instructinns below.) __C. Imtallafion not complete and not ready for start-up. (Describe action required to complete installation bolow.) __D. Installation unaccel:~ole - DO NOT OPERATE. (Describe, below or by aflaehment, action required to correct installation.) Comments: Signoff: INSPECTOR CONTRACTOR ENGINEER NAME SIGNATURE DATE NCRWTP Modifications 16010- 12 August 3, 2000 024723 16C 1 INSTRUCTIONS FOR COMPLETING CPI FORMS Certificate of Proper Installation (CPI) forms are to be completed by the official representatives of the equipment manufacturers for the equipment requiring CPI's on this Project. The following information helps explain how to complete the forms: PROJECT CONTRACT EQUIPMENT NO. - NAME Name MANUFACTURER MODEL NO. SERIAL NO. INSTALLATION CONTRACTOR INSPECTION NO. INSPECTOR COMPANY COMMENTS Package Identification per Summary of Work As assigned Provide Equipment Item Designation from Contract Documents. of Equipment Manufacturer Model Number or Model Name for Equipment Item Unique Identification Number for Equipment Item Company Name of Equipment Item Installer 1 for First Inspection 2 for Second Inspection 3 for Third Inspection, etc. Name of Equipment Manufacturer's Inspector Name of Inspector's Company Provide detailed descripfon of any corrective actions required to complete or correct installation. Continue on separate sheets if additional space is required. * * * END OF SECTION 16010 - 13 August 3, 2000 NCRWTP Modification~ 024723 PART 1 - GENERAL 1.01 SECTION 16110 CONDUIT SYSTEMS DESCRIPTION OF WORK: Conduit systems for power distribution, control, and communication wiring. 1.02 RELATED WORK: The Contract Documents include, requirements: A. B. 1.03 REFERENCE STANDARDS: A. but are not limited to, General Terms and Conditions of the Contract. Section 15150: Penetration of Building Elements the following related National Fire Protection Association (NFPA): 1. National Electrical Code (NEC) Underwriter's Laboratories, Inc. (UL): 1. U.L. -1: Electrical Flexible Metal Conduit 2. U.L.-6: Rigid Metal Electrical Conduit 3. U.L.-360: Electrical Liquid-Tight Flexible Steel 4. U.L.-651: Schedule 40 and 80 PVC Conduit National Electrical Manufacturer's Association (NEMA) 1. RN-I: Polyvinylchloride (PVC) Externally Coated Galvanized Rigid Steel Conduit 2. TC-2: Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80) NCRWTP Modifications 024723 16110 - 1 August 3, 2000 3. TC-6: PVC and ABS utility duct for underground installation. 4. TC-9: Fittings for PVC and ABS utility duct for underground installation. 1.04 SIJBMrrrALS: Submit shop drawings and manufacturer's product data in accordance with requirements of Section 01300. PART 2 - PRODIJCTS 2.01 GENERAL: A. Intermediate or thinwall conduit will not be permitted. B. All conduits shall bear the inspection label of the Underwriters' Laboratories. C. All conduit runs exposed or concealed shall be 3/4-inch minimum size, unless otherwise specifically shown on the Contract Drawings. 2.02 MATERIALS AND COMPONENTS: A. Rigid Metal Conduit: 1. Provide galvanized rigid metal conduit with a coupling on one end and thread protector on other for all exposed and concealed conduits, and all conduits to be encased in concrete floor slabs unless otherwise specified. 2. Hot-dip galvanize rigid steel conduit over entire length, including threads. Conduit conforming to IJ.L.-6, and ANSI C80.1. B. Flexible Metal Conduit: 1. Provide flexible-metal conduit for use in dry areas and match fittings, size, and material to rigid conduit to which it is connected. Flexible metal conduit conforming to IJ.L.-1. 2. Provide liquid-fight flexible-metal conduit for use in damp and corrosive areas consisting of flexible-metal conduit, with liquid-tight, sunlight- NCRWTP Modifications 16110 - 2 August 3, 2000 024723 16C 1 resistant jacket extruded over the conduit. Liquid-tight flexible-metal conduit conforming to U.L.-360. C. Polyvinylchloride (PVC) Conduit: Provide PVC conduit, Schedule 80 conforming to NEMA Standard TC-2 and U.L.-651 for conduits installed under floor slabs. D. Polyvinylchloride-Coated Rigid Steel Conduit: Provide polyvinylchloride-coated (PVC-coated), rigid steel conduit in chemical handling areas and for stub-up through floor slabs and risers conforming to NEMA Standard RN-1 consisting of hot-dipped galvanized rigid steel conduit, as specified, with a polyvinylchloride jacket bonded to the conduit with a nominal thickness of 40 mils meeting the requirements of NEMA RN-1, 3.1. Provide couplings and fittings for this conduit meeting the requirements of NEMA RN-1, 3.5. E. Polyvinylchloride "EB" Type Conduit: Provide Polyvinylchloride "EB" Type Conduit in electrical duct banks conforming to NEMA Standard TC-6. Provide couplings and fittings for "EB" type conduit conforming to NEMA standard TC-9. 2.03 WIREWAYS Ao Electrical wireways shall be of types and sizes as shown on the drawings. Where features are not indicated, select proper wireway to fulfill wiring requirements and comply with applicable provisions of the NEC. 2.04 MISCELLANEOUS: All conduit penetrations through fire-rated partitions shall be sealed with "3M Co." Moldable Putty, or equal. In dry areas, flexible conduit connections to motors and electrical equipment subject to vibrations or other movement, shall be made with flexible metal conduit (minimum length of 18 inches and maximum length of 30 inches). In damp and corrosive areas, flexible conduit connections to motors and electrical equipment, subject to vibrations or other movement, shall be made with liquid-tight NCRWTP Modifications 024723 16110 - 3 Augu*t 3, 2000 flexible metal conduit with Anaconda "Sealtite" or approved equal (minimum length of 18 inches and maximum length of 30 inches). PART 3 - EXECUTION 3.01 GENERAL: All conduit shall be installed and grounded in accordance with the NEC and applicable local codes. Conduit runs are shown diagrammatically only and shall be installed in a manner to prevent conflicts with equipment and structural conditions. Paint all threads with a zinc rich, inorganic corrosion-inhibitor coating before assembly. Take particular care to create tight joints, thoroughly grounded and secure and without any obstructions in the pipe. Adequately ream all conduit to prevent damage to the included wires and cables. Use strap wrenches and vises to install conduit to prevent wrench marks on conduit. Replace conduit with wrench marks. Wherever possible, install conduit so as to drain to one or both ends of run. Wherever conduits enter substructures below grade, slope the conduit so as to cause water to drain away from the structure. Avoid pockets or depressions in conduit. Coat dissimilar metal conduit joints with zinc chromate and further bond with copper bonding jumper. E. Provide 200 lb. strength nylon pull cord in all empty conduits. 3.02 MOUNTING AND SUPPORT: Support exposed conduits on centers not exceeding the distances shown in the National Electrical Code. In general, place all exposed conduit runs a minimum of 1/2-inch from walls. At locations above finished grade where damp conditions do not prevail, install exposed conduits 1/4-inch minimum distance from the face of the walls or ceiling by use of clamp backs. Secure clamps, brackets, etc., to brick masonry walls by means of ITW RamseffRedhead expansion bolts, or approved equal. Holes shall not be drilled in the conduit fittings for mounting purposes. Install all conduit fittings with the opening at the side or bottom. NCRWI'P Modifications 024723 16110-4 August 3, 2000 3.03 Provide any necessary special steel supports, brackets, conduit sleeves, racks, etc. Such shall be 304 stainless s~el. All bolts used for conduit fastening, etc., shall be 304 stainless steel. Provide expansion joints with copper bonding jumpers, O.Z. Type EX/BJ, or approved equal, wherever conduits run across the expansion joints of structure and where indicated on plans. The expansion joints shall be aluminum when used with aluminum conduit and steel when used with steel conduit. Secure conduit in place with approved fasteners. Wooden plugs inserted in masonry or concrete shall not be used as a base to secure conduit supports. Conduit fasteners shall be secured by toggle bolts on hollow masonry, expansion shields in concrete or brick, machine screws and nuts on metal surfaces, and wood screws on wood construction. Galvanized one hole, malleable iron conduit clamps with backs shall be used for all contact with building surfaces. Provide angle iron racks and/or unistrut suspension for all multiple conduit runs. Angle iron racks shall be of welded construction and shall utilize angle iron supports or rods, where permitted. Angle iron supports shall be securely anchored to the building structure or welded to building steel. Angle iron shall be sized as required (2x2x3/16" minimum). Rods shall be attached to building steel with clamps. Where C-type clamps are utilized for support, they shall have a method of retention such as a strap or retaining clip for conduits 2" or larger. Racks or unistrut shall provide a minimum of 25 percent spare capacity for future conduits. Conduits installed on angle iron racks shall be anchored with conduit clamps, Koms right-angle-type, Steel City RC, Appleton PC, or approved equal. Structural building steel used for supporting conduit and conduit racks shall have sufficient load capacity to accept the added weight. ROUTING: Run all horizontal exposed conduit level, straight, and parallel to walls and floors. All horizontal', exposed conduit shall be installed as near to the ceiling as practicable unless otherwise noted. Conduit shall run parallel to piping where applicable. C. Run all vertical conduit plumb. D. Seal open conduit during the course of construction. Make changes in direction of runs with symmetrical bends, fittings or pull boxes. Install pull points at not greater than 250 foot intervals in straight runs. Where NCRWI'P Modifications O24723 16110 - 5 August 3, 2000 bends are included between pull points, reduce this separation by 50 feet for each 90 degree bend and 25 feet for each 45 degree bend. Figure deductions for all other angle bends on a similar basis. 3.04 PENETRATIONS: Whenever conduits are routed through building walls below grade and enter underground duct lines, seal the passage of conduits through wall sleeves with a mechanically expandable elastomer seal. Where conduit passes between areas subject to a difference in temperatures, seal the conduit to prevent interchange of air and the formation of condensation. This shall be done by use of a conduit fitting and Duxseal or other approved removable mastic material. 3.05 TERMINATIONS: Conduit connections to sheet metal boxes or enclosures in non-hazardous wet areas shall be made using Myers Zinc "Scru-fite" hubs. All conduit connections to gasketed sheet metal boxes or enclosures shall be made with gasketed hubs. All conduit connections to non-gasketed sheet metal boxes or enclosures shall be made with double locknuts and insulated bushings. Extend conduits through concrete floor for connection to freestanding equipment with an adjustable coupling threaded inside for plugs and set flush with the finished floor. Extend conductors to equipment with rigid steel conduit. Where equipment connections are not made under this contract, install threaded plugs flush with the floor. 3.06 CLEANING: A. Clean all conduits carefully before and after installation, remove burrs. After cleaning, protect ends of all conduits with standard caps to prevent entrance of water, debris or other foreign substance. NCRWIP Modifications 16110 - 6 Auguat $, 2000 024723 3.07 TELEPHONE RACEWAY INSTALLATION: A. Install empty conduit between all telephone outlets, terminal boxes, and cabinets. Provide pull cable and leave in conduit for telephone installer use. * * * END OF SECTION * * * NCRWTP Modifications 16110- 7 August 3, 2000 024723 SECTION 16120 WIREAND CABLE PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Wire and cable systems routed in conduit and incorporated into electrical equipment for power distribution, control, and signal communication. 1.02 SUBMITTALS: The following submittals are required for this work: Manufacturers Product Data (cut sheets, catalogue data, brochures, schedules, and other standard descriptive data that serves to define the characteristics and capabilities of the product) B. Test Reports (insulation resistance and continuity) PART 2 - PRODUCTS 2.01 POWER AND CONTROL WIRING: A.he following apply to cable that shall be routed in conduit. All single-conductor wire used for 600-volt or less for all control wiring shall be stranded copper Type THHN/THWN thermoplastic conforming to UL 83. Single-conductor wire used for 600-volt or less for power shall be copper Type THHN/THWN. Provide power wiring No. 12 and No. 10 AWG as solid conductor and provide No. 8 AWG and larger as stranded conductor. Minimum wire size shall be No. 12, unless otherwise specified or noted on the Drawings. Aluminum conductor wire and cable will not be permitted. Instrumentation power wiring shall be No. 14 AWG. Multi-conductor power cable, used for 600-volt or less, shall be copper. XLPE insulated, PVC jacke~.xl, with ground wires, size as shown on drawings; temperature rating 90 degrees C; good for wet and dry locations; IPCEA S-66-524/NEMA WC 7 rated. NCRWTP Modificatlon~ 024723 16120-1 August 3, 2000 2.02 SIGNAL WIRING: A. The following apply to cable that shall be routed in conduit. 1. Type "A" Cable: Cable for instrumentation interconnections between transducers and receivers shall be No. 16 AWG twisted shielded pairs, with .032- inch minimum insulation and rat~t for 600-volt service, .310-inch nominal o.d., suitable for underground installation. Cable shall be Belden No. 8719, or approved equal. Where instrumentation applications require types of cable different than that specified above, furnish and install cable as recommended by the instrument manufacturer for the application intended, or as otherwise specified under Section 16940, Instrumentation. 2. Type "B" Cable: Remote I/O Link and Tiway Network Cable for PLCs - Belden 9860 or approved equal. 3. Fiber Optic Cable: Fiber optic cable for PLC communication shall be 4 fiber cable and shall be Phoenix Digital Model FOC-EXP-04-062. Fiber optic communication module/RBC interconnect cable shall be Phoenix Digital Model OCM-CBL-RI-D. 4. Other: Cable for programmable controller system and control panels shall be connected per manufacturer's recommendation included, but not limited to, cables to remote I/O bases, cables to operator interfaces, 6tc. All cables shall be associated with proper connectors and end ierminating resistors, per manufacturer's recommendations. NCRWTP Modification~ 16120-2 August 3, 2000 024723 160 5. Type "C" Cable: ao Category 5 Ethernet unshielded twisted pair (UTP) cable with RI-45 Connectors. 2.03 COLOR CODING: Provide for all service, feeder, branch, control, and signaling circuit conductors. Color shall be green for grounding conductors, green with yellow mark for isolated ground, and white for neutrals, except where neutrals of more than one system are installed in same raceway or box, the other neutral shall be white with a colored (not green) stripe. The color of the ungrounded conductors in different voltage systems shall be as follows: 1. 120/240-Volt, Single Phase Phase A - Black Phase B - Red Phase C - N/A 2. 208Y/120-Volt, 3 Phase Phase A - Black Phase B - Red Phase C - Blue 3. 480Y/277-Volt, 3 Phase Phase A - Brown Phase B - Orange Phase C - Yellow Size No. 6 and smaller, except isolated ground, shall be identified by a continuous outer finish per above along its entire length. Sizes No. 4 and above and all isolated grounds shall be distinctively marked at all terminations and junctions. 2.04 GROUNDING: An equipment grounding conductor (green wire ground) shall be included in all raceways and cable trays. NCR WTP Modificatlon.~ 024723 16120-3 August 3, 2000 Equipment grounding conductors shall be terminated in all receptacles, switches, lighting fixtures and other outlet points with a ring terminal secured with a minimum 1/4-20 bolt, nut, and 2-star washers through No. I0 AWG wire. larger sizes shall be secured in the same manner using a single hole set screw lug approved for the purpose. A grounding electrode conductor shall originate from all transformers and shall be sized based on the secondary equipment ground conductors. 2.05 MISCELLANEOUS: Internal panel wiring shall be minimum No. 14 AWG stranded for control and No. 12 AWG stranded for power. All wires, cables and conduit wire fills shall conform to the regulations of the National Electrical Code, latest edition, for current carrying capacity. All wiring shall have wire markers at each end. All wire taps, splices, and terminators shall be properly taped and insulated as to their respective classes. Tapes shall be Scotch Tape No. 33 or similar. All solderless terminals for 600-volts or less shall be pressure type as manufactured by Thomas & Betts, Bumdy, or approved equal. Use two hole lugs for terminating wiring larger than 4/0 AWG. Terminal connector for 100 amps and over wires and 'cables shall be pressed with a hydraulic tool, Hypress manufactured by Bumdy. Wh-e nuts are not acceptable. All 600-volt or less power and control wires and cables shall be coded by means of self-sticking labels, manufactured by W.H. Brady Co., 3M Company, or approved equal. PART 3 - EXECUTION: 3.01 GENERAL: Excess wire shall be properly taped and terminated and retained as spares. In splice boxes, motor control centers and the terminal boxes, all control wire and spare wire shall be terminated to terminal strips. Low level signal wiring shall not be installed in conduit, wire trough, or cable tray with any other type of wiring. Power, control and instrumentation wires shall be spliced only where specified using the method that follows. Thomas & Betts Stakon terminal lugs, brass nuts, bolts, and washers shall be used to splice power wire, and five layers of Minnesota 1 NCRI4rI? Modifications 024723 l ~L20~t August 3, 2000 160 1 Mining Scotch'No. 88 insulating tape shall be applied. All splices shall be made in junction boxes unless otherwise specified. Install all conductors continuous from outlet to outlet and make no splices except within outlet or junction boxes. 3.02 HANDLING AND STORING CABLE: On receipt, cable protective covering shall be inspected for evidence of damage during shipment and report be made immediately to carrier if evidence of damage is found. Unloading shall be accomplished so that equipment used does not contact cable surface, and in the case of protective wrap that the equipment does not contact the protective wrap. If unloading is accomplished by crane, either a cradle supporting the reel flanges or a shaft through the arbor hole shall be used. If a fork lift is utili?ed, the forks must lift the reel at 900 to the flanges and must be long enough to make complete lifting contact with both flanges. Under no cimumstances shall the forks contact the cable surface or protective wraps. If an inclined ramp is used for unloading, the ramp shall be wide enough to contact both flanges completely and stopping of the reels at the bottom shall be accomplished by using the reel flanges and not the surface of the cable. Under no circumstances shall reels be dropped from the delivering vehicle to the ground. Reels shall be stored on a hard surface so that flanges do not sink into the earth and allow the weight of the reel and cable to rest on the cable surface. Reels shall be stored in an area where construction equipment, falling or flying objects, or other materials will not contact the cable. Cable shall be stored in an area where chemicals or petroleum products will not be spilled or sprayed on the cable. The bottom and inner turns of cable with unjacketed sheath or armor (aluminum or steel) which remain continuously wet will corrode. It is recommended that these reels be stored indoors. lVCRWIP Modifications 024723 16120-5 Augvzt 3, 2000 16C 1 When a reel of cable is rolled from one point to another, care must be taken to see that there are no objects on the surface area which could contact or damage the cable surface or protective wrap. $. Cable shall be stored in an area away from open fires or sources of high heat. If a length of cable has been cut from the reel, the cable end shall be immediately resealed to prevent the entrance of moisture. 3.03 PULLING CABLES AND CONDUCTORS IN RACEWAYS: Pull a short mandrel or plug closely approximating the diameter of the conduit through to loosen any burrs, and check obstructions. Follow it up with a swab to clean out any remaining dirt or foreign matter. The maximum pulling tensions of cables and minimum bending radius shall be as specified by manufacturer. Non-metallic pulling cables shall be used wherever conditions permit. C. Do not use basket grips on metal sheaths or armors. Pull on the phase conductors. Pull mechanisms of both the manual and power types used shall have the rated capacity in tons clearly marked on the mechanism. Do not exceed the working load stated by 'a pulling device's manufacturer. This includes, but shall not be limited to, pull~ing eyes, ropes, basket grips, and anchors. While pulling wire, always have a person feed wire straight into conduit by hand or, for large conductors, over a large diameter sheave, avoid short bends, sharp edges and "cross-overs". Use an approved lubricant as recommended by the cable manufacturer. Do not use a petroleum grease. Pull cables slowly and steadily using a capstan. Do not stop once the pull is started unless absolutely necessary. Do not pull faster than 50 feet per minute. Cable shall not be pulled tight against bushings nor pressed heavily against enclosure. If basket grips are used, cut the pulling end of the cable well behind the area covered by the .grip. NCRWlt' Modifications 024723 16120-6 August ~, 2000 Remove all lashings used for temporary bunching of individual wires before they enter conduit. Lead-out wires at all pull boxes and conduits feeding them in again for next run. Never pull directly around short right-angled bends. After pulling wire, seal exposed ends with tape to prevent moisture entering wire left on coil or reel. 3.05 IDENTIFICATION: Identify each end of each conductor using Brady markers or approved equal with wire numbera derived from the wire termination po'mts. Mark terminals on terminal strips with either the wire number or terminal number, as specially designated on the conduit or cable tray system wiring diagram shop drawings. 3.06 INSPECTION, TESTING, AND START-UP: Provide inspection, testing, and start-up services per Section 16010, Electrical and Instrumentation General Provisions as indicated below: Certificate of Proper Installation verifying termination and labeling of all wire and cable in conformance with requirements. B. Functional Acceptance Test including wiring continuity and insulation resistance. * * * END OF SECTION * * * NCRWTP Modifications 16120-7 August 3, 2000 024723 SECTION 16130 ELECTRICAL BOXES AND FiTI'iNGS 1' PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Electrical boxes and fittings necessary to install conduit systems, electrical equipment, and instrumentation devices as shown on the drawings and specified herein. 1.02 SUBMITrALS: The following submittals are required for this work: A. Manufacturer's Product Data (junction boxes, terminal boxes and fittings available as standard manufactured items). B. Shop Drawings (only for special fabrications of boxes not available as standard manufactured items). PART 2 - PRODUCTS 2.01 GENERAL: A. Conduit fittings shall be of the threaded type (five full threads). B. Cast boxes shall have external lugs and shall be tapped for conduit (five full threads). Boxes shall be installed away from surfaces to conform to conduit installations. Sectional or gangable outlet boxes are not acceptable. C. Covers for cast boxes shall be cast as required for the boxes. All fittings and boxes shall have gaskets and stainless steel screws. D. All manufactured fittings and boxes shall be by Appleton, Adalet, Crouse-Hinds, or equivalent. E. Bushings shall be used where conduits terminate except when terminating in cast hubs of fittings or pull boxes. Grounding bushings shall be used on conduit stub- ups, in metal clad panels or motor control centers and shall be Type BLG as NCRWTP Modifications 16130-1 August 3, 2000 024723 16g 1' manufactured by O.Z. Electrical Company, Steel City Type BG-800, Appleton, or equal. F. Electrical boxes in corrosive environments shall be of stainless steel construction. 2.02 BOXES: Cast metal boxes where indicated on drawings for use with raceway systems shall not be less than l~h" deep, unless otherwise approved. Boxes shall be not less than 4" square. Sheet Metal Boxes: Galvanized stock not less than No. 14-gauge (minimum size). Furnish covers and accessories with same gauge and finish as specified for boxes. Terminal Boxes: Terminal boxes shall be of boxes as described above. Minimum size of terminal boxes shall be 6" x 6" x 4". Terminal blocks shall be modular channel mount. Screw terminals, rated 35 amps at 600 volts, shall accept No. 22 through No. 10 AWG wire. The terminal blocks shall be provided with end barriers and mounting channels and shall be Allen-Bradley Bulletin 1492, or approved equal. Fabricate pull or junction box sizes not available as standard manufactured items of formed and welded 14-gauge (minimum size) galvanized sheet metal with mounting lugs and gasketed covers for interior non-hazardous locations. E. All boxes shall meet the following schedule: 1. Chemical Handling Areas NEMA 4X 2. Exterior Areas NEMA 3R 3. Treatment Building Operating AreasNEMA 12 4. Electrical and other interior spacesNEMA 1 F. All electrical boxes shall be of Series 300 stainless steel construction. PART 3 - EXECUTION: 3.01 GENERAL: Install sheet metal boxes and/or fittings in interior dry non-bavardous areas in raceway systems wherever required for pulling of wires, making connections, and mounting of devices. Install cast metal boxes in exterior concrete or masonry walls, in floor slabs and all below grade locations. Cast metal boxes shall be used NCRWTP Modifications 024723 16130..2 August 3, 2000 where vapor-tight fixtures are required for all surface mounting of wall switches and receptacles and for outdoor use. Pull Boxes: Where feeders pass through a common pull box, tag the feeders to indicate clearly the electrical characteristics, circuit number, and panel designation. 3.02 MOUNTING: Support pull and junction boxes independent of conduit and secure rigidly in place. Boxes for use in masonry-brick shall be square-cornered title-type or standard boxes having square-cornered title-type covers. Fasten boxes and supports with bolts and expansion shields on concrete or brick, with toggle bolts on hollow masonry units, and with machine screws or welded studs on steel work. In open overhead spaces, cast boxes threaded to raceways need not be separately supported; support sheet metal boxes directly form the building structure or by bar hangers. Where bar hangers are used, attach the bar to raceways on opposite sides of the box and support the raceway with an approved type fastener not more than 24" from the box. When penetrating reinforced-concrete members, avoid cutting any reinforced steel. 3.03 SIZE: Each box shall have the volume required by the NEC for the number of conductors and terminals enclosed in the box. 3.04 MISCELLANEOUS: Separate power, control, and instrumentation wires shall be terminated on different terminal strips and shall not run in the same wire trough, conduit, cable tray, or bundle. Provide separate terminals for the shield of each instrumentation cable. * * * END OF SECTION * * * NCRWIP Modifications 16130-3 August 3, 2000 024723 SECTION 16160 PANELBOARDS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Panelboards necessary to install electrical equipment, motors and accessories including skid mounted packaged process equipment as shown on the drawings and specified herein. 1.02 QUALITY ASSURANCE: Panelboards shall be designed, manufactured, and tested in accordance with the latest revisions of the applicable standards of NEC, NEMA, and UL. 1.03 SUBMiTrALS: The following submittals are required for this work: A. Manufacturer's Product Data (panelboard enclosures and accessories available as standard manufactured items). B. Shop Drawings (special fabrications for panelboards not available as standard manufactured items and general arrangement of devices within all panelboards). PART 2 - PRODUCTS 2.01 DESIGN REQUIREMENTS: A. Ratings of main buses and ground bus, rating of main circuit breaker or main lugs, and the number of branch protective devices, with the rating and number of poles for each device, are shown on the Contract Drawings. B. Panelboards shall be factory assembled deadfront type. C. Ensure that voltage and interrupting ratings of all breakers in a panelboard are not less than voltage and short c'~rcuit rating of the panelboard main buses, as indicated on the Contract Drawings. D. Furnish bolt-on molded case c'~rcuit breakers with quick-make, quick-break, toggle NCR WTP Modif~catlon~ 16160-1 August 3, 2000 024723 2.02 16C 1! mechanisms and thermal-magnetic inverse time-limit overload and instantaneous short circuit protection on all poles, unless otherwise indicated. E. Furnish 2 and 3 pole breakers having a common operating handle. F. Furnish ground fault interrupter circuit breaker for circuits where indicated on drawings. G. Furnish s'mgle pole breakers full module size. Do not install two pole breakers in a single module. CONSTRUCTION: A. The front of each panel shall be provided with a cover which includes a fixed trim over the wiring gutters and breaker terminals. The operating handles of the breakers shall be covered with a lockable door. PART 3 - EXECUTION 3.01 IDENTIFICATION: A directory shall be furnished in a holder with a clear plastic cover on the inside of each panel door. Type the required information on the directory. Panelboards shall be marked with 1) a title in the center with 2" labels, and 2) the feeder circuit in the upper left-hand comer with 1/2# labels. 3.02 INSTALLATION: Panelboards shall be surface mounted unless otherwise indicated and shall be mounted so that a V4" minimum space between panel and wall is provided. Panelboards shall be mounted so that the height of the top breaker operating handle does not exceed 6'-6" from the floor. NCR I~TP Modifications 024723 16160-2 August 3, 2000 t 3.03 16C 1 INSPECTION, TESTING, AND START-UP: Provide inspection, testing, and start-up services per Section 16010, Elect~cal and Instrumentation General Provisions as indicated below: A. Shop Inspection and Testing B. Functional Acceptance Test * * * END OF SECTION * * * NCR WTP Modifications 16160-3 Augt~t 3, 2000 024723 SECTION 16175 MOTORS PART 1 ~ GENERAL 1.01 DESCRIPTION OF WORK: Requirements for electric motor drives on all process and mechanical equipment. All motors will be furnished with the equipment being driven, complete with mounting bases, shaft couplings, etc., except where specifically otherwise indicated. Motors shall be set and aligned and rotation checked. 1.02 SUBMITTALS: The following submittals as are required for this work: A. Manufacturer's Product Data (all motors) B. Shop Drawings (only for motors 15 hp and larger). PART 2 - PRODUCTS: 2.01 DESIGN REQUIREMENTS: Motors, 1/2 horsepower and larger, unless otherwise noted in individual equipment specifications, shall be NEMA Design B, 3 phase, 460 volts. All other motors less than 1/2 hp shall be single phase, 115 volts, 60 Hz. The approximate sizes and methods of control of the various motors are shown in the Schematic Diagrams. Maximum motor loading shall in all cases be equal to nameplate horsepower rating or less, exclusive of service factor and as verified with the approved submittal data for the powered equipment. All 3-phase motors, 1 horsepower or greater, shall be designed for high efficiency and shall be stamped with the efficiency on the motor nameplate with the caption "NEMA Nominal Efficiency" or "NEMA Nora. Eff.". The actual minimum full load efficiency when operated at rated voltage and frequency shall be not less than N(?~WTP Modifications 024723 16175-1 August 3, 2000 16[ 1 the Minimum Efficiency listed in Table MGl-12.6B. The test method used to establish the motor efficiency shall be in accordance with NEMA Standards. High efficiency motors shall be Reliance Type XE, G.E. Energy Saver, Westinghouse, U.S. Motors Premium Efficient Type or approved equivalent. 2.02 CONSTRUCTION: Unless otherwise specifically noted, all 3-phase motors furnished under the various items of the Contract shall be ball beating, open drip-proof (ODP), squirrel cage, induction type unless otherwise noted. Well pump motors shall be designed for submersible service. All motors and windings shall be constructed and provided in all parts in full accordance with the latest specifications and regulations of NEMA for the duty required and shall be of ample capacity to continuously drive the equipment without overheating or overloading. All motor and other windings shall be specifically designed against moisture and shall be adequately impregnated with suitable moisture-resisting compounds for moist and damp locations. Motors shall be securely grounded against stray currents. Motors shall be suitable for use on electric circuits of the voltage, phase, and frequency indicaWxt on the Contract Drawings. All motors shall conform to the latest IEEE and NEMA MG-1 specifications for mechanical and electrical characteristics. Motors shall have a service factor as listed in the following table: Open Dripproof Totally Enclosed Fan Cooled Explosion-Proof 1.15 1.00 1.00 Motor insulation shall be a minimum of Class F epoxy nonhygrascopic material with temperature. rise limited to Class B design rise of 90°C by resistance method at 1.15 SF. NCRWTP Modifications 024723 16175-2 .dugu~t $, 2000 2.03 ACCESSORIES: A. Provide thermal overload protection for all single-phase motors by means of remote-mounted devices or by means of a built-in thermal device in the motor proper. B. Provide space heaters on all motors 75 HP and larger. C. Provide RTDs on all motors 200 I-IP and larger. Bring RTD leads into a t~rminal strip in a terminal box separate from the motor lead conduit box. PART 3 - EXECUTION 3.01 INSPECTION, TESTING, AND START-UP: Provide inspection, testing, and start-up services per Section 16010, Electrical and Instrumentation General Provisions, as indicated below: A. Shop Inspection and Testing B. Certificate of Proper Installation C. Functional Acceptance Test 1. Test motor winding insulation resistance in accordance with IEEE43 2. Terminate eables to the motor leads 3. Energize motor momentarily to check rotation 4. Check current draw on each leg for motors 5 HP and larger 3.02 PAINTING: Provide motors with manufacturer's standard protective coating system on ferrous surfaces of housing and guards. * * * END OF SECTION * * * NCRWTP Modifications 16175-3 024723 August 3, 2000 SECTION 16402 UNDERGROUND DISTRIBUTION SYSTEM 16C 1 PART 1 - GENERAL 1.01 DESCRIP'rION OF WORK: A. Complete underground distribution system including duct system, manholes and handholes complete with ground rods, ladders, frames, covers, cable racks, supix)ns, pulling irons, as shown on drawings and as specified. 1.02 SUBMrlq'ALS: The following submittals are required for this work: A. Manufacturer's product data for underground distribution and accessories. PART 2 - PRODUCTS 2.01 CONDUIT AND FITTINGS: A. The following apply to underground, type as indicated on drawings. 1. Rigid nonmetallic conduit, Schedule 40, conforming to NEMA Standard TC-2. 2. Rigid steel conduit shall conform to ANSI C80.1. 3. PVC "EB" type conduit. B. Conduits installed concrete encased in electrical duct. Banks shall be PVC "EB" type conduit, except instrument analog signal conduit shall be rigid steel conduit. 2.02 MANHOLE FRAMES AND COVERS: A. Manhole frames and covers shall be heavy duty cast iron, conforming to details indicated on drawings and as specified. Mark "ELECTRICAL" on cover of manhole. Manhole frames and covers shall be rated for an 1-1-20 wheel load. NCRW'/'P Modifications 16402-1 August $, 2000 024723 PART 3 - EXECUTION 3.01 GENERAL: All conduit shall be installed and grounded in accordance with the NEC and applicable local codes. 3.02 INSTALLATION OF CONDUITS: Ao Lay conduits that are indicated on drawings to be direct buried in the ground in a trench on 3-inch bed of sand and cover with an equivalent 3-inch bed of sand. Ensure that no rocks come in contact with conduit during backf'dling. Dig trenches to depth and location indicated. Provide minimum separation of power and control conduits of 7 inches both vertically and horizontally unless otherwise shown on drawings. Build ductbank layer by layer, backfill and compact each layer to provide support for next layer. Separate power and control ducts from instrument ducts by a minimum of 12 inches unless otherwise shown on drawings. Backfill ductbank in layers and tamp. Provide yellow ductbank marker tapes, reading HCaution - Electxical L'mes Below," over entire length of ductline. Locate tapes 12 inches below grade. Install conduit, indicated to be encased in concrete with spacers and reinforcing, as specified and as indicated. Rigid galvanized steel conduits shall be painted with bituminous paint. Concrete for conduit encasement shall be 2000 PSI concrete. Fo Install conduit runs following routing on drawing and run in straight lines. Where deviation from a straight line becomes necessary, install manholes or handholes (pullboxes) or bends of a radius which allow for rodding of ducts and installation of cable. Go Install pull points at not greater than 250 foot intervals in straight runs specifically stated on the drawings unless otherwise. Where bends are included between pull points, reduce their separation by 50 feet for each 90 degree bend and 25 feet for each 45 degree bend. Figure deductions for all other angle bends on a similar basis. NCR WTP Modifications 024723 16402-2 August 3, 2000 Accomplish changes in direction of runs exceeding total of 10 degrees, either vertical or horizontal, by long sweep bends having minimum radius of curvature of 25 ft. Manufactured bends can be used at ends of short runs of 100-ft. or less, and then only at or close to {he end of run. Provide long sweep bends made up of one or more curved or straight sections and/or combinations thereof. Install manufactured bends with minimum radius of 36-inch where a larger radius cannot be used. Lay ductlines to minimum slope of 4 inches per 100-ft. and slope to manholes and handholes, as indicated. Ductlines are to slope away from buildings. Install spacers at intervals of approximately 4 feet and stagger between tiers of ducts to provide not less than 12 inches of longitudinal separation. Install base spacers to provide at least 3 inches between bottom of trench and underside of bottom conduits. Completely fill space with concrete. Firmly wire conduits and spacers together before concrete is placed. Prior to placing of concrete, remove all dirt, sand, and any other debris from between conduits and form trench bottoms. Hold conduits in place to prevent floating or accidental movement. Stagger joints in conduits at least 6 inches. Do not allow couplings to rest on bottom of trench. Install couplings for conduit in accordance with manufacturer's recommendations. Install concrete encasemerits to maintain a minimum clearance of 12 inches from concrete to parallel pipes, lines, structures, etc. Where ducts cross, provide a minimum clearance of 6 inches. Do not allow the top of concrete to be less than 30 inches below finished grade or paving. Submit special conditions which may require lesser clearances or special conditions which may require greater than 30 inch depth for approval. Where a connection is made to an existing ductline, bond concrete encasement to existing encasement. Use waterstop between ductpours and between manholes or buildings and ductwork as indicated. Do not use Power-driven vibrators for spading of concrete around ducts. Roll and grad6 backfill, and restore surfaco to condition equal to the site finish grade, or as otherwise indicated. NCRWTP Modifications 024723 16402-3 August 3, 2000 Locate ducthank markers at end of all ductbanks except at manholes or handholes, at approximately every 125 ft. along duct run, and at each change in direction of duct run. Place markers approximately on ducthank. Install markers 6-inch square or round section by 3 ft. long made of Class B concrete. Imprint the letter "D" or cast it on top of the marker. Install top of duct markers flush in paved areas, protruding no more than 2 inches above finished grade in unpaved areas. In finished laws, allow marker to protrude 1/2-inch. Keep conduits clean of concrete, dirt, and other substances during the course of construction. After the ductlines have been completed, pull a standard flexible mandrel not less than 12 inches long, having a diameter approximately l/4-inch less than the inside diameter of the conduit, through each conduit, after which pull a brush with stiff bristles through each conduit to make certain that no particles of earth, sand, or gravel have been left in the line. Replace conduit runs that do not allow the passage of the mandrel at no additional cost to the Owner. Pneumatic redding may be used to draw in the lead wire. Install a pull wire or rope in spare conduits and Plug and seal spare conduits after cleaning. 3.03 MANHOLES AND HANDHOLES: Manholes and handholes shall be constructed east in place with 3000 psi concrete or shall be the precast type. Install manholes with cable racks, hooks, insulators, and other features, as indicated. C. Place a 6-inch crushed stone base under each manhole and handhole. Construct east-in-place manholes and handholes with forms, complete with centering cores and molds, to conform to shape, form, line, and grade required and maintain sufficiently rigid to prevent deformation under load. Make all joints leakproof and ,arrange horizontally or vertically. Place forms on successive units for continuous surfaces and fit to accurate alignment, assuring a smooth completed surface, free from irregularities. At convenient point close to wall, drive a ground rod into earth as indicated on drawings. Extend ground rod approximately 6 inches above finished manhole floor. After completion of manhole or handhole, connect 6 foot length of no. 6 bare copper ground wire to ground rod and coil it within manhole or handhole for connection to steel supports and cover. NCRltrrP Modifications 024723 16402-4 August $, 2000 F. Size space, and place reinforcing bars as indicated and specified. Set manhole and handhole frames to the required grade, in full bed of concrete mortar to make watertight connection. Install tops of manhole and handhole covers in unpaved areas approximately 1/2- inch above finished grade, and in paved areas install flush with finished surface of paving. Install galvaniCeel corrosion-resistant channel support, with continuous slot and required fittings designed for concrete encasement. J. Install inserts in the manholes indicated. Install two cable pulling irons in wall opposite each ductbank entrance into manhole, one 6 inches above floor and one 6 inches below the roof of manhole. Where indicated on drawings, install additional features such as openings in manhole walls for future conduit. Where ductlines enter manholes, terminate conduits in end bells. Terminate steel conduit entering manholes and handholes in ground bushing. 3.04 MANHOLE AND HANDHOLE WATERPROOFING: Apply two coats of bituminous waterproofing material with a minimum dry film thickness of 12 to 14 mils per coht to exterior surfaces of manholes and handholes. Apply by brush or spray in accordance with manufacturer's instructions. * * * END OF SECTION * * * NO~WTP Modifications 16402-5 .,lugust $, 2000 024723 SECTION 16440 DISCONNECT SWITCHES, FUSES AND CIRCUIT BREAKERS PART 1.01 PART 2.01 1 - GENERAL DESCRIPTION OF WORK: Disconnect switches and circuit breakers necessary to install electrical equipment, motors, and accessory devices as shown on the drawings and specified herein. 1.02 QUALITY ASSURANCE: A. UL Compliance: UL Standard 98 B. NEMA Compliance: NEMA Standard KS1 1.03 SUBMITTALS: The following submittals are required for this work: A. Manufacturer's Product Data 2 - PRODUCTS DISCONNECT SWITCHES: Heavy-duty, fused and non-fused as required, quick-make, quick-brcak, 240 or 480 volts and of the number of poles as indicated on the Drawings. Equip switches with auxiliary contacts where indicated on drawings. Switch enclosures shall be NEMA 12 indoor and NEMA 4 outdoor except in ba:'ardous Class I locations as defined by the NEC where they shall be NEMA 7. Combination fusible disconnect units shall have a minimum short circuit withstand rating of 100,000 AMPS, RMS symmetrical at 480 volts 60HZ. Disconnect switches shall be G.E. Type TH, Westinghouse, or Square D Class 3110, unless otherwise indicated. 2.02 CIRCUIT BREAKERS: Circuit breakers shall be the bolt-on type. Circuit beakers in 480-volt panelboards shall have a minimum interrupting rating of 14,000 amps RMS symmetrical at 480-volts, 60 NCRWTP Modifications 16440-1 Augmt 3, 2000 024723 Hz; and, circuit breakers in 120/208-volt panelboards shall have a minimum interrupting rating of 10,000 amperes RMS symmetrical, at 240-volts, 60 HZ unless otherwise shown on drawings. Single pole breakers shall be full module size. Multiple breakers shall be of the common trip type with a single operating handle. Breakers so shown on schedules shall be provided with means to be locked closed. All circuit breakers shall be trip-free. Ground fault circuit interrupting breaker shall be provided where indicated on drawings. Provide motor circuit protectors (MCP) for motor application. 2.03 FUSES: Cartridge type, UL Class RK-5 with 100,000 amperes interrupting capacity minimum unless otherwise shown on drawings. PART 3 - EXECUTION 3.01 INSPECTION, TESTING, AND START-UP: Provide inspection, testing, and start-up services per Section 16010, Electrical and lnstnan~ntation General Provisions as indicated below: Functional Acceptance Test * * * END OF SECTION NERWTP Modifications 16440-2 Aught $, 2000 024723 SECTION 16450 GROUNDING PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Complete grounding system as shown on the Contract Drawings and as specified herein. PART 2 - PRODUCTS 2.01 GENERAL: 2.02 Furnish and install a single, complete, integrated grounding system, including conductors, raceways, and connections, indicated and specified, and in accordance with the National Electrical Code (NEC) Article 250 and the National Electrical Safety Code (NESC). Include grounding of switchgear, motor control centers, electric equipment enclosures, generators, ground grid systems with ground rod and water pipe connections; structural steel, and lightning protection system. Co Include grounding conductors completely interconnecting water supply pipe, ground rods, ground grid, switchgear and motor control center ground buses, other distribution equipment, and other groundable equipment. EQUIPMENT: A. Conductors: 1. Prorid6 copper grounding conductors bare or insulated, sized as indicated or as r~luired by the NEC. Provide protection of conductors if physical damage would result from direct exposure. Provide bare conductors where conductors are buried in the earth or where they are embedded in the concrete. NCR WTP Modifications 024723 16450-1 August 3, 2000 16[; 1 3. In buildings, provide insulated grounding conductors with green insulation. Provide insulated grounding conductors with insulation rated at 600 volts. B. Ground Bus: 1. Provide a 2-inch by 1/4-inch copper bar complete with bolted type connectors as indicated, unless otherwise indicated. C. Connections: 1. Provide silicon bronze ground clamps for use on copper or brass pipes which are IJ.L. listed. 2. Provide ground clamps, for use on iron pipes, of galvanized or malleable iron, or of standard noncorrosive material. 3. Furnish ground clamps, for use on pipes, with a rigid metal base providing good contact by proper seating on the pipe. Do not use strap type clamps. D. Provide copper-clad steel ground rods; type, diameter and length as indicated on drawings. PART 3 - EXECUTION 3.01 INSTALLATION: A. Connect new equipment to existing main ground loop. Small groups of isolated equipment may be grounded by a //2 AWG minimum insulated conductor connected to the main loop. Generally, taps to main ground loop shall be sized as follows: 1. Switchgear, motor control centers and generators //4/0 2. Motors //2/0 3. Power panels - AC and DC //2/0 4. Control panels and consoles //2 NCR ~/' Modifications 024723 16450-2 August 3, 2000 16C 1 Install grounding conductors so that they will not be exposed to physical damage. Install connections firm and tight. Arrange conductors and connectors so there is no strain on connections. Bury equipment grounding conductors 30 inches deep. Bring loops or taps up for connection to equipment or other items to be grounded. Where raceways are used to contain and protect grounding conductors, install in accordance with Section 16110. Where bare grounding conductors are contained within metallic raceways, bond ends of raceways to conductors. Connect structural steel at locations indicated to the external perimeter loop of grounding conductor installed around all sides of building foundation, and connect to each vertical column by loop or tap. Exothermic weld all connections. Connect two opposite points on external loop to two different points on grounding system. Buried and con~e~aled ground connections shall be made using exothermic welding. Perform exothermic welding with properly sized molds for the ground cable used. Make accessible connections to structural members by exothermic welding process or by bolted connector. Connections to equipment or ground bus shall be made with connectors. Cable Armor and Shields: For shielded control cable, terminate and ground the shield at one end only, preferably at the control panel end for instrument and communication cable and at the supply end for electronic power cables. Maintain shield continuity by jumpering the ground shield across connection point where it is broken at junction boxes, or other splice points. Insulate these points from ground. Connec~ the ground wire in power cable assemblies at each terminal point to a grdund bus, if available, or to the equipment enclosure. Do not carry these ground wires through "doughnut" CTs used for ground fault relaying; do carry ground leads from stress cones through CTs. Ground power cable armor and shield at each terminal point. NCRWTP Modifications 024723 16450-3 Aught 3, 2000 3.02 INSTALLATION AND TESTING OF GROUND RODS: Install ground rods where indicated on drawings. Install the top of the rod 12-in. below the ground surface. Measure ground resistance of each ground rod and if it is not 25 ohms or less, drive additional rods to obtain resistance of 25 ohms or less. B. Make connection to overall grounding system as indicated on drawings. Ensure that final resistance of an interconnected ground system is 5 ohms, or less. Measure ground resistance in normally dry conditions, and not less than 48 hours after rainfall. Install ground rods in manholes where indicated. Connect each grounding conductor entering a manhole to ground rod by exothermic weld. 3.03 EQUIPMENT GROUNDING METHODS: Ground each piece of electrical equipment by means of a grounding conductor installed in raceway feeding that piece of equipment with copper wire sized in accordance with the National Electric Code. Grounding conductors installed in conduit with insulated conductors shall be furnished with green, 600-volt insulation. Ground conductors are in addition to and shall not be considered as the neutral wire of the system. Where conduits are not effectively grounded by firm contact with a grounded enclosure, apply grounding bushings on one end of conduit run as a minimum. Install a separate grounding conductor from ground system to motors where shown on plans, in addition to raceway system. Ground motor ground connection to motor frame, independent of mounting bolts or sliding base. Ground motor to nearest point on grounding system, unless otherwise indicated. Connect lightning arresters to ground system by suitable conductors. Where lightning attesters are furnished with electrical equipment and grounding connections are not inherently provided, ensure that suitable separate grounding conductor connects lightning arresters with the system ground. Connect emergency generator neutral to grounding system by a grounding conductor of size required by the NEC, unless a larger size is indicated on NC~W//' Modifications 024723 16450~4 August 3, 2000 16C 1 drawings. Connect grounding conductor to generator to disconnect enclosure and generator neutral on generator side of disconnect. Ground generator frame with two separate independent connections, so removal of one connection will not impair continuity of the other. Ground each street lighting standard by ground rod driven near base of standard, in accordance ~with requirements of the National Electric Safety Code (NESC). Connect ground rods to grounding conductor brought with street lighting feeder cable. Ground wire fences when used to enclose electrical equipment. Unless otherwise indicated, provide minimal grounding by a buried outside peripheral ground loop; connections to each comer fence post and nearby ground rod; flexible connections to each gate; and at least two connection to grounding system from approximately opposite positions on fence. Follow requirements of the National Electrical Safety Code (NESC). 3.04 INSPECTION, TESTING AND START-UP: Provide inspection, testing, and start-up services per Section 16010, Electrical and Instrumentation General Provisions, as indicated below: Ao Certificate of Proper Installation verifying terminations of all grounding conductors and test reports on all ground rods. B. Functional Acceptance Testing including grounding continuity. * * * END OF SECTION * * * NCR WTP Modifications 024723 16450-5 August 3, 2000 161] GENERAL PURPOSE DRY-TYPE TRANSFORMERS 1 PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Furnish and install general purpose dry-type transformers as shown on the Contract Drawings. 1.02 SUBMrrrALS: The following submittals are required for this equipment: Ao Manufacturer's Product Data (cut sheets, catalog sheets, wiring diagrams, standard schematic drawings, and other standard descriptive data that serves to define the characteristics and capabilities of the product.) PART 2 - PRODUCTS 2.01 GENERAL: Transformers shall be ventilated, dry-type, single phase or three phase, sizes as specified on drawings. Furnish three phase transformers with primary and secondary voltages and frequency, wye connected, as indicated for secondary windings. Neutral shall be brought out. Enclosures shall be cold rolled sheet steel and be for indoor use unless otherwise noted. Front and back terminal compartment panels shall be easily removable. Paint cover plates and exterior metal parts with two finish coats of ANSI No. 61 or 49 Gray. Furnish transformers designed for continuous operation at mWxl KVA with normal life expectancy per NEMA ST 20. Ensure that performance is obtained without exceeding 115° C average temperature rise by resistance or 145 C hot spot NCI~WTP Modifications 024723 16460-1 Au gtot 3, 2000 temperature rise in 40° C maximum ambient and 30° C average ambient. Do not allow maximum co'fi hot spot temperature to exceed 185° C. Furnish transformers with 220° C insulation materials with proven reliability for 15 KVA transformers and above. Fumish 185° C insulation on transformers below 15 KVA. Space shall be provided so that conduit connections can be made and wires can be brought in through the sides, back, or bottom. Furnish transformers with sound levels not exceeding the following: · ti~l~[l~.r_Ya3~ Avg. Sound Level in dB (NEMA St 20) 0 - 09 40 10 - 50 45 51 - 150 50 151 - 300 55 301 - 500 60 Transformers With sound levels greater than 50 dB shall be furnished with resilient vibration isolating mounts to prevent amplification of sound. Transformer number, KVA, and voltages shall be stenciled on the front of the enclosures in letters 2-1/2 inches to 3 inches high. Paint shall be durable and be in contrast to enclosure paint. A brass or aluminum nameplate showing manufacturer, style or type, voltages, KVA, impedance, temperature rise, insulation class, and connection information shall be permanently attached to transformer enclosures. Transformers shall be marked with, 1) the feeder circuit in the upper left-hand comer, and 2) a description of the equipment fed in the lower right-hand comer, using 1/2 inch labels. Transformers shall be suitable for wall or floor mounting as indicated on the drawings. Wall mounting brackets shall be furnished when required. Transformers shall have a ground terminal attached to the case. NO~WTP Modifications 16460-2 ~iug~t 3, 2000 024723 Furnish core mounting frames and enclosures of welded and bolted construction with sufficient mechanical rigidity and strength to withstand shipping, erection and short circuit stresses. Transformers shall have taps which shall be capable of being changed only under de-energized condition. Furnish as a minimum two 2~h percent full capacity taps above nominal and four 2~h percent full capacity taps below nominal in the high voltage winding for transformers rated above 15 KVA. Furnish two 5 percent taps below rated voltage for transformers rated 15 KVA and below. Provide K factor rated transformers to accommodate non-linear (harmonic) load conditions where specifically indicated on drawings. PART 3 - EXECUTION 3.01 INSTALLATION: Install and guard transformers as specified by latest NEC and ANSI standards, and in accordance with manufacturer's instructions. Install transformer with adequate space to provide ventilation for full load losses without creating an excessive ambient temperature. Unless otherwise indicated on drawings; wall mount transformers rated 15 KVA and below. Floor mount transformers rated above 15 KVA. Furnish and install suitable supports for all transformers. 3.02 INSPECTION, TESTING AND START-UP: Provide inspection, testing, and start-up services per Section 16010, Electrical and Instrumentation General Provisions, as indicated below: Shop Inspection and Testing Certificate of Proper Installation Functional Acceptance Test * * * END OF SECTION * * * NCRWTP Modifications 024723 16460-3 Aught 3, ~ SECTION 16471 ELECTRICAL CONTROLS 16C PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Miscellaneous electrical controls including control panels and devices as shown on drawings and specified herein. 1.02 SUBMITTALS: The following submittals are required for this work. Manufacturer's Product Data (standard products such as starters, switches, pushbutton stations, mounting racks, cables, terminal blocks, connectors) B. Shop Drawings (outline dimensions, layout, schematics, and wiring diagrams) PART 2 - PRODUCTS 2.01 GENERAL: 2.02 Furnish, install, and connect the electrical control equipment and miscellaneous electrical equipment, including instruments and devices as indicated and specified. PRODUCTS: A. Switches: i. Furnish HAND-OFF-AUTO switches, safety switches, tumbler switches and other accessory devices as necessary for the control of motors and other electrical equipment or devices. Furnish heavy duty type, safety switches, with external operating handles, rated 240 or 480 volts, 60 Hertz with ampere rating as indicated, and having provisions for padlocking. NCRWfP Modifications 024723 16471-1 August 3, 2000 go 16g 1 b. Furnish fuses for safety switches where indicated. Conduit and Wiring: Furnish conduit and wiring necessary to make connections between instrument panels, consoles, cabinets and external equipment and devices. Pushbutton Stations: Furnish pushbutton stations designed for heavy-duty service with momentary or maintained contacts as indicated or as necessary for starting and stopping motor. Furnish safety lockout station with position indication located near motor to prevent application of current. Where pumps axe located remote from driving ~motors, furnish safety lockout station near each pump or other item of equipment. Furnish NEMA Type 4X watertight pushbutton stations where indicated in outdoor, wet and damp locations. Furnish fiberglass reinforced polyester enclosures for pushbutton stations and pushbutton external surfaces located in highly corrosive axeas, including plant wells and treatment plant chemical axeas. Also furnish pushbutton external surface with external neoprene boot over fiberglass reinforced polyester enclosure. Furnish gaskets with stainless steel screws, to prevent entry of chemicals. Manual Motor Starters: Furnish manual motor starters where indicated and for 120-volt, 60-Hertz fractional horsepower motors that do not have built-in thermal overload devices. Furnish each manual motor starter with overload heater or heaters of suitable capacity for motor-running over-current protection for motor it controls. Furnish manual starters as single or 2 pole, as necessary, and with toggle mechanisms indicating OFF and ON positions. Where indicated, furnish manual starters with built-in HAND-OFF-AUTO switches. Furnish enclosures as indicated. NCR WTP Modifications 024723 16471-2 August $, 2000 Fo 160 I Manual starters shall be within sight of motors, as defined by the NEC. Combination Starters: Unless otherwise indicated, furnish each combination starter with motor circuit protector and full-voltage magnetic starter. Motor circuit protectors shall be completely enclosed molded case devices with current sensing coil in each of 3 poles having adjustable magnetic trip setting by means of a single dial or knob on front. Furnish control transformer for the conlxol circuit of each motor controller, single-phase, 3-wire, 60 Hertz, of adequate va capacity for operation of: Motor controller Auxiliary relays Indicating lights Motor heater Other associated equipment indicated 3. Furnish control transformers with current limiting primary fuses. 4. Furnish indicating lights, heavy duty, oiltight type. Fumis~ heavy duty, oiltight type pushbuttons to provide momentary contacts or maintained contacts as necessary for starting and stopping the motor. Circuit Breakers: Furnish manually operated circuit breakers, ambient-compensated, providing thermal magnetic inverse time-limit overload and instantaneous short circuit protection. Furnish overload protection on all poles; trip settings shall be as indicated. Furnish circuit breakers housed in NEMA type enclosure as indicated on drawings, having external operating handles with provisions for padlocking. NCR WTP Modifications 024723 16471-3 Augu*t 3, 2000 Control Panels: Furnish control panels and other equipment, as indicated. Ensure that dimensions, construction and mounting of equipment is as indicated on drawings. Fabricate structural members, side panels, and doors of control panels with minimum 12-gage steel unless otherwise indicated. As a minimum, enclosure shall be NEMA 12, dust tight and drip proof for indoor use in the treatment plant and in wellhouses. Control panels shall be NEMA 3R for outdoor use and shall be NEMA 4X in chemical handling areas. Determine number of terminal blocks to allow for a minimum of 20 percent spare terminals based upon the number of input and output points shown on the drawings. All circuits which enter or leave the panel shall be wired to terminal blocks. All internal wiring shall be connected to one side of the terminal strip and all external wiring to the other side. Not more than two wires shall be connected to each terminal. Terminal blocks shall be modular channel mount. Tubular screw terminals, rated for 35 amps at 600 volts, shall accept No. 22 through No. 12 AWG wire. The terminal blocks shall be provided with end barriers and mounting channels shall be Allen- Bradley Bulletin 1492 or approved equal. Furnish pushbuttons, indicator lights and switches of heavy duty, oil tight type. Unless otherwise indicated, relays shall be industrial type with 120 volt, 60 hertz operating coils, with convertible contacts rated for the intended service. Timing relays shall be field convertible from on delay to off delay. Factory wire each control panel. Standard copper switchboard wire, Type SIS, No. 14 AWG minimum size, shall be used throughout, except for specific devices which require special conductor or shielding, in which case conduc{ors shall be no smaller than No. 18 AWG. Wire terminations shall be made with solderless fork-tongue compression- type connectors. Wire nuts or butt splices shall not be used. The enclosure of the control panel shall contain an electrical ground bus for connection of an external No. 3 copper ground conductor. NCRWTP Modifications 024723 August 3, 21X)O 16g 1' Locate equipment to prevent interference with door motion and front access. Provide wire troughs for routing wiring within the panels. All signal wire shall be routed in white colored troughs. All 120-volt AC and 24 volt-dc control wiring shall be routed in separate gray troughs. 2.03 LABELS AND IDENTIFICATION: Wire Labels. Mentify each conductor in control panels except for short jumpers connected to the same device at each end with either stick-on markers permanently held in place with transparent, heat-shrinkable tubing or imprinted heat-shrinkable tubing. Markers shall carry the same wire numbers as shown on the schematic drawings. Nameplates. Identify control panels and control equipment components with plastic laminate nameplates engraved to expose white lettering on a black background. Fasten nameplates for front-mounted components on panel face. Fasten additional nameplates inside the panel for devices which project through the panel front. Locate nameplates for equipment mounted within the control panels so as not to be obscured by wiring. PART 3 - EXECUTION 3.01 GENERAL: A. Install panels in readily accessible locations. B. Plug unused conduit openings. C. Make conduit connections to the enclosures with watertight connections. 3.02 WIRING: Make all electrical connections required for recording and indicating instruments, and miscellaneous devices and provide electrical supplies to metering, instrumentation, control and alarm systems. Connect HAND-OFF-AUTO switches, safety switches, and any other accessory devices as indicated as necessary for control of motors and other electrical equipment or devices. NCRWTP Modifications 024725 16471-5 August 3, 2000 16C 1 C. Install conduit and wiring and make all necessary electrical connections between all instrument panels, consoles, cabinets, and external equipment and devices. D. Locate interna~ panel wiring to permit component removal or servicing without disturbing arrangement. Wiring shall not be routed across the face or rear of a device in a manner preventing opening of covers, removal of equipment, or access to leads, terminals, or devices. INSPECTION AND TESTING: Provide inspection, testing, and start-up for fabricated control panels per Section 16010, Electrical and Instrumentation General Provisions, as indicated below. A. Shop testing, including continuity checks, insulation checks, and component burn- in. B. Certificate of proper installation (minimum one man day, excluding travel). PAINTING: Provide control equipment and control panels with manufacturer's standard protection coating system on ferrous surfaces. Exterior finish shall be gray enamel unless otherwise noted. * * * END OF SECTION * * * NCRW2'P Modifications 16471-6 Auguat 3, 2000 024723 SECTION 16473 PROGRAMMABLE CONTROLLERS AND OPERATOR INTERFACE HARDWARE 1 PART 1 - GENERAL 1.01 WORK INCLUDED HEREIN: Programmable controllers, input/output modules, adapters, and accessories for water treatment systems as indicated. Programmable controllers are existing units to be relocated to the maintenance storage room and reconfigured into a primary and a "warm backup" configuration. go IBM compatible personal computer (PC), printers, and accessories for monitoring and control of water treatment systems as indicated. 1.02 SUBMrI'I'ALS: The following submittals are required for this work: ho Manufacturer's Product Data (PLC Components, I/O Modules, Power Supplies, Housings, Cables, Adapters, Operator Interface PC's and accessories) go Shop Drawings (consisting of a complete list of equipment and materials including manufacturer's descriptive and technical literature, catalog cut sheets, installation instructions, and overall shielding and grounding scheme indicating all major components and ground paths, cable attachments and any other details integral with the system.) Operation & Maintenance Manuals (installation instructions, users manuals, programming manuals, component manuals, troubleshooting guide, parts list, and warranty) PART 2 - PRODUCTS 2.01 PLANT PLC SYSTEM HARDWARE: Programmable Controller System. Programmable controller is an existing Siemans 545 Series. Each control cabinet shall include Siemans 505 Series units as shown NCRWTP Modifications 024723 16473-1 Auguat ~, 2000 on the drawings and described herein: 1. Panel LCP-10MCC Room) 16-Slot Rack Power Supply Module 8 Analog Input Module 32 Discrete Output Module 8 Analog Output Module 32 Discrete Input Module Remote Base Controller 505-6516 505-6660 505-6108A 505-4832 505-6208A 505-4232 505-6851 2. Panel LCP-2 (High Service Pump Room) 16 Slot Rack 8 Analog Input Module 8 Analog Output Module 32 Discrete Input Module 32 Discrete Output Module Remote Base Controller Optical Comm. Module "Y" Connector 505-6516 505-6108A 505-6208A 505-4232 505-4832 505-6851 OCM-TRI-13-D-ST (Phoenix Digital) OCM-CBL-RI-D (Phoenix Digital) 3. Panel LCP-3 (Transfer Pump Station) 8 Analog Input Module 8 Analog Output Module 32 Discrete Input Module 32 Discrete Output Module Remote Base Controller Optical Comm. Module "Y" Connector 505-6108A 505-6208A 505-4232 505-4832 505-6851 OCM-TRI-85-D-ST(PhoenixDigital) OCM-CBL-RI-D(Phoenix Digital) 4. Panel LCP-4 (Wellhouse H2) 8 Slot Rack 505-6508 Power Supply Module 505-6660 8 Ana16g Input Module 505-6108A 32 Discrete Input Module505-4232 32 Discrete Output Module505-4832 Remote Base Controller505-6851 JVCRWTP Modifications 16473-2 August 3, 2000 024723 B. Cable 1. 2. NCRWTP Modifications 024723 Optical Comm. Module "Y" Connector OCM-TRI-13-D-ST (Phoenix Digital) OCM-CBL-RI-D (Phoenix Digital) Panel LCP-5 (Wellhouse H5) 8 Slot Rack Power Supply Module 8 Analog Input Module 32 Discrete Input Module 32 Discrete Output Module Remote Base Controller Optical Comm. Module -y,, Connector 505-6508 505-6660 505-6108A 505-4232 505-4832 505-6851 OCM-TRI~13-D-ST (Phoenix Digital) OCM-CBL-RI-D (Phoenix Digital) Panel LCP-6 (Wellhouse H9) 8 Slot Rack Power Supply Module 8 Analog Input Module 32 Discrete Input Module 32 Discrete Output Module Remote Base Controller Optic Cable Module "Y" Connector 505-6508 505-6660 505-6108A 505-4232 505-4832 505-6851 OCM-TRI-13-D-ST (Phoenix Digital) OCM-CBL-RI-D (Phoenix Digital) Panel MCP-1 (Storage Room 212) Power Supply Module 505-6660 4 Slot Rack 505-6504 Ethernet TCP/IP Card 505-CP2572 Warm Back-up Card 505-2541 SMC EtherEZ 10BASE-T 16 port, RJ-45, port hub Hewlett-Packard JetDirect EX Plus 3 Ethernet (Thin/10BASE-T, RJ-45) Print Server 555 Processor Module 505-1103 and Miscellaneous Hardware: Furnish all mounting supplies necessary for panel mount of all equipment. Furnish all necessary communication cable, end terminator, T-connectors, 16473-3 August 3, 2000 tap hous'mgs, splitters, adapters, ground blocks and connectors on cable ends and tools for stripping, crimping cables and including fiber terminations. Software: Provide the necessary latest version of applicable software to create relay ladder programs, configured I/O, archive programs, and produce printed documentation. 2.02 ADDITIONAL HARDWARE: A. Miscellaneous hardware for addition to existing PLC system. Fiber Optic Cable Remote I/O link Cable Tiway Network Cable Blank Covers (for spare slots in I/O racks as required) See Spec. 16120 See Spec. 16120 See Spec. 16120 2587705-8003 2.03 OPERATOR INTERFACE HARDWARE: Provide one Network File Server (NFS) of the personal computer type. The file server shall be located in the maintenance room adjacent to the plant control room, mounted in an industrial type console as indicated. Minimum specifications for the NFS include the following: Cas~ Processor DRAM RAM Cashe Hard Disk Controller Card Floppy CD ROM Video Card Monitor Keyboard Mouse OEIVl Sound Card Modem Multimedia Options : ATCX Full Tower Case : Intel Pentium II, 266 MHz : 64MB (2-8M SIMMS) EDO Memory : 512K Pipeline Cashe on Motherboard : 4GB Ultra SCSI Hard Drive : ADAPTEC 2940 U. Ultra SCSI : 3.5" Floppy With IOMEGA ZIP 100M Drive : Plextor 12/20PLEX Variable Speed SCSI CD ROM : Diamond Stealth 3D 2000 Pro with S3 Virge Dx 4M : 21 Inch (20 inch display), Hitachi Color Monitor : 104 Key Enhanced PS2 Keyboard : MS Intellimouse (English) Kit : MS Office 97 SBE With Multimedia Software CD : Yamaha Wavetable Audio Module : USR 33.6 Modem : Standard Speakers NCRWTP Modifications 024723 16473-4 August 3, 2000 Tape Backup Network Option OS Software OS Manager Service Options : IOMEGA JAZ Rmoveable 1 GB : 3COM 3C900 10MB PCI Combo Card : Windows bit 4.0 Server (10 user license) : LanDesk Server Manager v2.5 : 1st Year on Site Additional Warranty : 2nd and 3rd Year on Site B. Printers: Provide one color printer of the laser type for generation of reports and printing of trends with the following minimum specifications: a. 2 Megabytes memory. b. 600dpilasercolor Provide two black and white printers of the laser type for logging of alarms and events with the following minimum specifications. One printer to be designated as an event recorder and the other to be designated as an alarm recorder. a. 2 Megabytes memory. b. 600 dpi laser color The Network File Server, printers, and miscellaneous hardware items shall receive ac power from the new plant Uninterruptable Power Supply (UPS). Furnish and install one 32 MB SIMMs EDO memory expansion module for each of three existing Operator Interface Consoles. 2.04 SPECIAL REQUIRMENTS: Protection against lightning and/or power surges shall be provided to protect electronic devices against surges induced in signal and power lines. The protection shall be such that the limiting-level shall not interfere with the normal operation of the system, and shall not be below the electronic device's surge withstanding rating. NCR WTP Modifications 024723 16473-5 August 3, 2000 All field analog, digital, or telemetering signal lines shall be protected with state- of-the-art protective devices, and shall include gas-tube, back-m-back zener diodes, or varistor devices in combination. Co Power and low-level signal wires shall be routed in separate wireways. Crossing of the two system's wires shall be at right angles. Parallel runs of the two system's wires shall be separa~xl by a minimum of 12 inches. PART 3 - EXECUTION: 3.01 ACCEPTANCE TESTING: Buro-In Test. The new programmable controller components shall undergo the Vendoffs standard "buro-in" requirements. Subject to inspection and witnessing by owner's representative. Functional Test. Power the programmable controllers and all components and test them by observing the status lights on all components. Additional testing will be conducted under testing of the application software at the job site (2 days, non- consecutive, excluding travel). ,' * * * END OF SECTION * * * NCRWTP Modifications 16473-6 August 3, 2000 024723 SECTION 16474 APPLICATION SOFTWARE PART 1 - GENERAL 1.01 WORK INCLUDED HEREIN: Application software development, testing, debug, installation, tuning, and adjustment as shown on the Contract Drawings and specified herein. 1.02 SUBMfrrALS: The following submittals are required for this work: Qualifications Data. Systems integrator experience relevant to programming TI-505 series programmable logic controllers (PLC's) using TISOFT development software and configuring IBM compatible PC operator interface stations using Genesis software for water treatment systems. Provide letters of reference from current operator of existing systems confirming satisfaction with incorporation of required features by systems integrator. Installation/Testing Plan. Sequence and procedures to install, test, debug, tune, adjust and demonsIrate performance of software systems. Identify step by step procedures for transition from existing control hardware/software configuration to specified monitoring and control system. Develop schedule showing required shut-down periods. Shut down period to be coordinated with plant personnel a minimum of 48 hours prior to the shut down. Maximum shut down time shall be 8 hours from December 1 through May 31, and 16 hours from June 1 through November 30, unless specifically permitted by plant personnel to be longer. Show contingency plan for fall back to last proven operating system configuration in the event of a system failure. Due 60 calendar days prior to software installation. Coordination of plant down time shall be as specified and required in Section 01015. C. Graphic Screens. Color printouts or photographs of all graphic screens. Due 10 working days prior to software installation. Program Documentation. Provide an abstract, narrative description including programming philosophy, variable glossary, simplified logic flow charts (or pseudo-code), and annotated source code listings for each program module. Also, NCRWFP Modifications 16474-1 August $, 2000 024723 provide all documented ladder listings, operator interface configuration modules and variables description lists. Assemble documentation in loose-leaf hinders, organized by module with a table of contents. Draft documentation due 5 working days prior to sottwate installation. Provide updates of all pages affected by changes and adjustments during start-up no later than fifteen working days after completion of the Acceptance Test. Backup Copies. Pro. vide two copies of all source, object, and ladder code on a medium compatible with the operator interface and Programmable Logic Controller (PLC) hardware. Due upon completion of the Acceptance Test. User's Instruction Manual. Develop manual, written from a user's point of view, containing a description of the program structure including a simple chart overview, program operation instructions, error message descriptions, system diagnostic operating instructions, and system start-up instructions. Provide at least four copies of each piece of documentation. Draft manual due 5 working days prior to software installation. Provide updates of all pages affected by changes and adjustments during start-up no later than fifteen working days after completion of the Acceptance Test. Maintenance management database. Provide ASCII or DBASEIII formatted data by hard-copy incorporating new equipment integral to the expansion. Due 10 working days prior to revised database installation. 1.03 QUALITY ASSURANCE: A. Systems Integrator Qualifications. 1. Demonstrate experience in development, testing, debug, installation, tuning, and adjustment of water treatment control systems with the following features: a. Uses TI-505 series PLC with TI-545 CPU. b. Developed PLC code using TISOFT. c. IBM compatible PC operator interface with Genesis software. d. Trouble-shooting and calibration of analog inputs and outputs. e. Confirmation of discrete inputs and outputs. f. Tuning PID loops. The System Integrator shall be required to demonstrate recent past experience in the engineering, design, manufacture, and commissioning of instrumentation and control equipment of comparable in size to that being proposed (a minimum of 2000 tags). The Integrator shall be required to have in-house capability to engineer, design, NCRWTP Modifications 024723 16474-2 August 3, 2000 fabricate, and test all equipment and systems, and to demonstrate a capability of commissioning ,the equipment in the field. The System Integrator shall be responsible for all software development, testing, debugging, installation, tuning, and adjustments. It is the responsibility of the System Integrator to provide a fully functional and operational monitoring and control system, a~ specified herein. If monitoring and control requirements are not met, it is the responsibility of the System Integrator to meet the specification at the System Integrators's expense. Programming Standards and Conventions. Design all programs using structured programming techniques. Establish a standard convention during design for naming all program modules and variables. Maintain a master name list during development and provide as part of the final documentation. Review control panel shop drawings to coordinate applications software development and simulation with control system hardware design. Extended Warranty.' Warrant, as part of this work, that all software either developed or modified is free Of defects. Repair any defects found during the first 12 months of full facility operation. Commence repairs at the treatment facility within 3 hours after notification of a malfunction. 1.04 PROJECT CONDITIONS A. Existing Control System Configuration. The existing plant monitoring and control hardware consists of three programmable logic control (PLC) systems located in control panels on the plant floor and three operator interface personal computers (PC's) located in the control room. Each PLC system presently installed is a Siemens Simafic TI505 system with a TI 545 central processing unit (CPU) and associated 505 series input/output (I/O) modules. The treatment plant spare parts inventory includes an additional TI 545 CPU. The existing operator interface system uses GENESIS software on three IBM compatible PC's. The three existing PLC panels are linked together on a TI "Peerlink" system and are connected to a "TIWAY" industrial local area network interfacing with the master operator interface PC located in the control room through a TI "Unilink Host Adapter". Two additional operator interface PC's are connected to the master operator interface PC through a local area network (LANe). The installed CPUs are located in three local cabinets to monitor and control separate portions of the plant process areas as follows: PLCl Tamiami Pre-treatment Chemicals, Tamiami Cartridge Filters, Membrane Softening System, Transfer Pumps, Concentrate Pumps NCRWTP Modifications 16474-3 Auguzt 3, 2000 024723 PLC2 High Service Pumps, Chemical Storage Systems, Chemical Feed Pumps PLC3 Degasifier System, Odor Control System, Clearwell Level, Post-treatment Chemicals, Ground Storage Tank The operator interface system in the control room presently has three PC's, each with Pentlure 200 MHz CPU, 32 MB of RAM, and VGA color monitor. These PC's are connected to two printers which can provide hard copies of any reports generated using the operator interface software. Control Hardware Reconfiguration. A single TI 545 CPU has sufficient capanity to monitor and control all process systems in the North Regional Water Treatment Plant. The PLC hardware is being reconfigured into a single system as indicated in the Contract Drawings and Specifications. Two, redundant TI-545 CPIJ's will be installed in a master control panel (MCP) with a "warm" back-up configuration. The MCP will be located in the air conditioned storage room adjacent to the control room. The existing PLC panels will be converted to local control panels (LCP's) housing remote I/O bases by replacing the existing CPU's with remote base controllers (RBC's). Redesignate control cabinets for existing PLC units 1, 2 and 3 as LCP-1, LCP-2 and LCP-3 respectively. Add/replace racks and revise I/O in these cabinets as indicated. Provide additional remote I/O at Hawthorne wells H2 (LCP-4), 1-15 (LCP-5), and H9 (LCP-6). A new remote I/O link will be installed between the MCP and LCP-1 and between the MCP and LCP-2 out to LCP-3 as indicated. The existing data highway cable will remain in place to provide a redundant connection between the MCP and these LCP's. LCP's 4, 5 & 6 will be connected to the remote I/O link via a dual fiber optic connection to LCP-2. Furnish and install Ethernet Network cabling and equipment as indicated. Funish and install Network file server as indicated. Each existing PC has an Ethernet Network Interface Card for connection to the new Ethernet Network. Control System Software. The existing PLC units have been programmed using the Simatic ~TISOFT" release 3.1 software. Each PLC panel controls separate functional areas in the water treatment plant without redundancy. A list of existing inputs and outputs (I/O) connected to these three PLC panels is provided in Appendix 16474-1. The PLC programming provides all automatic starffstop, open close, and PID control of treatment process units. The operator interface PC's allow the operator to monitor and control treatment processes using "GENESIS" software through a communication link to the PLC's. GENESIS is a DOS based software package manufactured by Iconics. The operator interface software package is configured to display monitoring and control data in approximately fifty graphic screens which may be categorized as 1 NCRWTP Modifications 024723 16474-4 August 3, 2000 graphic overviews, process graphics, sequence matrices, PID loops, and tabular overviews. Maintenance Management Software. The maintenance management system software is Mainsaver by JB Systems (Woodland Hills, CA). The Software is installed in a dedicated IBM-compatible PC located in the control room, and is not related to the existing plant operational system software installed in the operator station PC's. Optional installed modules include maintenance, inventory, and purchase orders. Functions such as pump run hours, parts inventory, parts costs, purchase orders, work orders, man-hour estimates for work orders, and scheduled inspections are integral to the Mainsaver program. The program is also used at the South Plant, where maintenance personnel may monitor activities at the North Plant via remote modem connection. PART 2 - PRODUCTS 2.01 GENERAL SOFTWARE REQUIREMENTS: Operator station PC's and the PLC system as indicated on the drawings will provide the basis for control of ~he water treatment system. Develop and document programming for the PLC CPU's'and operator station PC's to perform indicated functions. Develop a structured/modular approach for address assignments and code sequences to use CPU memory efficiently while maintaining processing speed. Provide consistent approach for performance of repetitive functions to simplify troubleshooting of completed system. It is not the intent of this document to completely specify all details of design and structure of the software. Suggested changes to these descriptions to improve the interface or operation of the control system will be considered provided that all changes or modifications are documented. Perform all control functions including calculations necessary to define variables and setpoints for alarms, motor starts, valve opening, etc. by developing PLC logic code. Configure operator interface PC software to enter operator selectable setpoints used in PLC logic using the operator interface graphic screens. Limit calculations performed using the operator !nterface PC CPU to those required to calculate values for data archiving, trending and report generation. Develop and document maintenance database for all new equipment added under the expansinn. Integrate revised database into Mainsaver at the standalone PC in the operator control room. NCRWTP Modifications 16474-5 August 3, 2000 024723 2.02 OPERATOR INTERFACE SOFt'WARE: General Description: Configure all operator stations with the same graphic screens using GENESIS for Windows by Iconics Inc. Each operator station to provide the ability to monitor and control all water treatment processes within the North Regional Water Treatment Plant and all Hawthorne aquifer wells. Develop operational summary screens to facilitate movement between the master screen, functional area overviews and detailed process control. Operational summary screens are a graphical, realtime "snapshot" of the process area displayed along with critical values. The plant master screen will be displayed as one overview block diagram of the water supply/treatment system. All screens will incorporate button style "pick point" software accessible areas including system administration 0ogin, tech support, diagnostics, security), alarm summary, help menu, master screen, operating trends, and reports. The operator can view additional information for any process by selecting one of the process area blocks from a summary screen. Additional graphic screens shall be available to provide more detail relevant to the specific process. Each screen should be broken into logical process areas similar to the overview screens. When more detailed information is required, the operator will again select the appropriate process area to window into a more detailed screen. Provide pick points on each interface screen as a link to any immediately upstream as well as downstream process equipment where applicable. Bo Graphic Screens: Each summary screen will have a static background identifying the appropriate process piping and equipment. Each screen will show the process flowing from left to fight. All monitored variables will be displayed numerically and graphically. Colors will be superimposed onto the background to identify the state of equipment, and analog values such as flow, pressure, temperature, etc., will be shown on the screens at the point where they are monitored. All screens shall contain an operation interaction area reserved for system messages and operator prompts for controlling functions such as start/stop, setpoint changes, etc. Each color displayed on the graphic screens must have an inherent meaning when displayed which is consistent with the color scheme currently used in the existing operator interface software configuration. C. Loop Interface: I. For each PID loop, the pump speed or valve position, the setpoint, the auto/manual, and the computer/local control variable shall be operator selectable. NCR WfP Modifications 024723 August .~, 2000 2. High and low alarm setpoints will be displayed. These setpoints also will be changeable from the operator's keyboard from these screens. Trending Screens. Create displays for real time and historical trending of indicated variables. Trend assignments shall have the ability to be edited on-line. Real time trends shall be called in at 0-100% and have capability of being scaled to engineering units of measure. The operator shall have the capability to define the on-line time window for historical trends. Store historical screen data using engineering units for all process variables. Alarms. Create system message to alert operator to active and unacknowledged alarms. Provide an alarm display on all screens for the last three active alarms with capability to scroll to earlier alarms that are still active. Provide summary display of all alarms indicating time actuated, time acknowledged, setpoint, current value, and trend where applicable. Indicate time actua~,xt setpoint, time acknowledged, extreme value of variable, duration if corrected, current value of variable, and who (via operator login name) acknowledged alarm. Data Archives. Create database filing system to automatically record data generated by on-line monitors for incorporation into system operating reports. Log significant process events such as changes in equipment, valve, and alarm status. Calculate and record average, maximum., and minimum values for all trended variables measured or calculated more often than once daily. Record daily values for all variables measured or calculated on a dally basis. Operating Reports. Develop system programming to automatically generate routine operational reports incorporating data derived from on-line measurements. Provide ASCII delimited format files for each report to enable data to be imported into third- party vendor software. Generate monthly reports at midnight on the last day of each month. Generate shi~ and situational reports from on-line and archived data on operator demand. Print reports only on demand. H. Password Protection: Provide password protection for changing alarm setpoints, timing intervals, and PID loop tuning variables. 2.03 PLC SEQUENTIAL LOGIC DESCRIPTION: A. Develop all ladder logic programming to meet the system requirements. This includes, at a minimum all start/stop, open/close, timing, counting, totalizing, sequencing, and communication functions. Use the TISOFT, Release 5.0 or later programming software to develop all ladder logic and documentation. NCRWTP Modifications 16474-7 August 3, 2000 024723 16C 1 B. All sequence timing intervals, control setpoints, and loop tuning parameters shall be adjustable from the 'operator interface PC keyboard. C. All programming including configuration, ladder logic, and data communications shall be done in the most efficient way to utilize the minimum size of memory so that some portion of the memory will be left for future use. PART 3 - EXECUTION 3.01 INSTALLATION: A. General Requirements. Provide installation, testing, and start-up sequence for transition from the existing monitoring and control system to the updated system in conformance with the following requirements: 1. Coordinate implementation of hardware and software changes to maintain system functionality thrbughout the transition period. 2. Limit duration of system shut-downs for installation of hardware and software changes to less than four hours per occurrence. 3. Coordinate scheduling of system shut-downs for installation of hardware and software changes with operational requirements of the North Regional Water Treatment Plant. 4. Test and debug program modules using an off-line simulator before installing in an on-line system. 5. Retain all hardware and software required to revert back to the last proven hardware/software configuration for each hardware/software upgrade implementation. A transitional upgraded hardware/software configuration is considered proven after 96 hours of uninterrupt~l satisfactory on-line run time in an operating water treatment facility. B. Implementation Sequence. Develop and schedule an implementation sequence incorporating the following milestones: 1. Consolidation of the three existing PLC programs into a single PLC program including completion of off-line testing. 2. Installation of master control panel with one PLC CPU, one operator interface PC, data highway cables, and remote I/O link. 3. Installation of consolidated PLC program on master control panel PLC, installation of new remote l/O link, and completion of data highway connection to new operator interface PLC with transition GENESIS for Windows software loaded. 4. Reconfiguration of existing PLC panels into remote I/O panels by installing RBC's connection of the remote I/O link. NCRWTP Modifications 16474-8 Aught 3, 2000 024723 5. Completion of on-line testing and debug for consolidated program. 6. Installation of back-up PLC CPU in master control panel with latest proven software loaded. 7. Connection of operator interface PC-1 and PC-2 to the master control panel with latest GENESIS for Windows configuration loaded. 8. Development of software upgrade modules for reconfigured I/O panels LCP-I, LCP- 2, and LCP-3 including off-line testing. 9. Physical reconfigurafion of I/O in panels LCP-1, LCP-2, and LCP-3 including installation of modular changes to PLC and operator interface programming. Anticipate separate installation/testing step for each I/0 panel. 10. Completion of on-line testing and debug for transition programs. Anticipate separate testing/debug step for each I/O panel. 11. Development of software upgrade modules for additional I/O panels LCP-4, LCP-5, and LCP-6 including off-line testing. 12. Installation and connection of Hawthorne Aquifer well water supply remote I/O panels. 13. Installation and debug of transition program adding Hawthorne Aquifer well water supply systems. 14. Development of software upgrade modules for additional and modified water treatment processes including off-line testing. 15. Installation and debug of upgraded PLC and operator interface programming. 16. Calibration, tuning, and testing of process control loops added or modified in upgraded program. 17. Demonstration of trending, archiving and report generation functions. 18. Addition of data'base for new equipment into maintenance management software. 19. Demonstration of data base manipulation including run time, inventory, and purchase orders for maintenance management software. 3.02 INSPECTION, TESTING AND START-UP: Provide inspection, testing, and start-up services as defined herein for application software. Shop Inspection and Testing: Provide off-line testing of hardware and software components before installation. Test all modules and programs during the development stage before they are placed in the final program library. Design the rests to exercise all different program logic paths and, where applicable, to demonstrate algorithm or computational validity. Transitional Testing. Demonstrate reliable operation of PLC control and PC operator interface software during transition period after activation of each modular change. A transitional upgraded hardware/software configuration is considered proven after 96 NCRItr/P Modifications 1647&9 August 3, 2000 02472~ hours of uninterrupted satisfactery on-Hne mn time in an operating water treatment facility. Acceptance Testing. Demonstrate pwper functioning of all monitoring and control logic after all systems on-line with debug and loop tuning complete. Successful demonstration must show that the installed system satisfies all specifications and performs reliably for a period of 30 consecutive days. Document and resolve all discrepancies encountered during testing. Incorporate descriptions of test procedures and results in the final documentation. 3.03 SYSTEM TRAINING: Provide training services to plant operation and maintenance personnel as indicated for systems application software: Maintenance Supervisors Training. Provide off-site, classroom training in established, factory approved training facilities on Simatic "TISOFT" programming software and Iconics "GENESIS for Windows" operator interface software for two members of the plant operations and maintenance staff designated by the owner. Training objectives include enabling system supervisor to trouble shoot system software, make minor changes in control logic, update graphic screens, and develop customized reports. Contractor shall provide expenses including but not limited to air fare, rental car, meals, hotel, and perdiem. Specific training requirements include the following system supplier standard course offerings: 1. Siemans Industrial Automation (Texas Instruments) SIMATIC TI500/TI505 Relay Ladder Logic (4.5 days) SIMATIC TI/500/TI505 Maintenance (4.5 days) SIMATIC TI545/TI555 Special Function Programming (4.5 days) SIMATIC TI545/TI555/TI565/TI575 PID Loops (3.5 days) 2. Iconics (GENESIS for Windows) TR-GFW Training (4.5 days) B. Operator Training: Conduct an on-site, applications software training program for all operators on all shifts. The training shall consist of three 4-hour sessions repeated three times during the 30-day aceep~ce test demonstration period. Coordinate training with plant operating schedules to use system hardware for demonstration of program capabilities. Training objectives include enabling all operaters to log-on, monitor all processes, mapend to alarms, adjust setpoints, view trends, generate reports and log-off. 3.04 MONITORING AND CONTROL SUMMARY NCi~WTP Modifications 16474-10 024725 Augu. vt 3, 2000 16C 1 Monitoring and control requirements for existing processes remain unchanged unless indicated otherwise. All alarms require logging and archiving daily. Calculate and archive run time for all pumps, blowers, mixers, compressors, etc. on a daily basis. Alarm delays are all operator adjustable unless other,vise specified. Set points for variables are all adjustable unless otherwise specified. Calculate chemical usage (gpd or pl0d) using day tank levels plus number of bulk to day tank transfers where applicable, and archive on a daily basis. Start pumps with lowest run time and stop pumps with longest run time when operating in automatic mode. A. WELL WATER SUPPLY: 1. Tamiami. The existing Tamiami aquifer well pumps operate on an independent conreal system to supply well water to both the Noxlh and South regional water treatment plants. The Tamiami well water system will normally have a 30 to 35 psig pressure available at the building entrance but at times it can go below 15 psig. 2. Hawthorne. Monitor pump run status, discharge flow control valve position status, water level, flow rate, pump discharge pressure and if automatic operation of pump and flow control valve selected for Hawthorne aquifer production wells. HAWTHORNE WELLS WELL FLOW LEVEL PRESSURE FLOW PUMPS METER INDICATION INDICATION CONTROL P-H1 FIT-101 LIT-221 P1T-241 FV-101 P-H2 FIT-102 LIT-222 PIT-242 FV-102 P-H4 FIT-104 LIT-224 PIT-244 FV-104 P-H5 FIT-105 LIT-225 PIT-245 FV-105 P-H6 Frr-106 LIT-226 PIT-246 FV-106 P-H7 FIT-107 LIT-227 PIT-247 FV-107 P-H8 FIT-108 LIT-228 PIT-248 FV-108 P-H9 F1T-109 LIT-229 PIT-249 FV-109 P-H10 F1T-110 LIT-230 P1T-250 FV-110 P-Hll FIT-111 LIT-231 PIT-251 FV-111 TOTAL FIT-131 Calculate total well water flow rate as the sum of all individual Hawthorne well water flow rates. Use individual or calculated total well water flow rate for all control functions as directed. Monitor total well water flow rate with in-line meter for regulatory reports only. Actuate alarm if well water level drops more than 45 feet below the well head flange (adjustable over 30 to 60 ft range) for at least 30 seconds. Calculate and archive totalized flow (mgd) and average pumping water level (fee0 for each well on a daily basis. NCRWTP Modifications 16474-11 August 3, 2000 024723 16C 1 Pump Operation. Two well pumps are designed to be in operation for each production array. Start and stop individual well pumps based on the well water flow rate. During normal operation, alarm a well pump if the flow for any on-line pump falls below 400 gpm for 10 minutes. Stop well pump if flow falls below 300 gpm for greater than 30 seconds. Open well pump discharge valve 10 seconds prior to start well pump. Close discharge valve when well pump stopped. Open tune-up valve prior to last well pump shut-off. With the exception of startup operations, prevent (interlock) well pump operation if all arrays are off-line. Discharge Control. Open well pump discharge isolation/control valve on well pump start. Discharge control valve will have an opening time of 10 seconds (10 to 40 seconds operator adjustable). Modulate the control valve for a maximum well production of 1050 gpm. At maximum allowed well pump flow rate of 1050 gpm, maintain operation within the following guidelines: Well Pumps on-line RO Arrays on-line 2 1 4 2 6 3 8 4 B. PRETREATMENT: 1. Tamiami: a. General. Monitor well water flow rate (calculated), anfiscalent flow rate, temperature, conductivity, pH, turbidity, cartridge filter differential pressure, filtered water pH and turbidity. Proportion pre-MS metering pumps via automatic pump stroke frequency adjustment to well water flow rate. Provide manual pump stroke length adjustment for acid pumps to maintain selected pH set point. Start/Stop acid and antiscalent meteting pumps based on totalized permeate flow or net bypass flow, whichever is greater. Calculate well water flow rate as the sum of membrane softening permeate and concentrate flow rates (QIC-170). MS PRE-TREATMENT RANGE / PARAMETER DESIG. TYP. VALUE ALARM AD$USTED WELL WATER pH FILTERF_.J) WATF~R pH (backup) WELL WATER TURBIDITY FILTERED WATER TURBIDITY WPJI. WATER TEMPERATURE WELL WATER CONDUCTIVITY AIT-174 5.7-6.0/5.9su HIGH/LOW AIT-13 5.7-6.015.9su HIGH/LOW AIT-175 0.1-1.0/0.5ntu HIGH AIT-12 0.1-1.0/0.5ntu HIGH TIT-172 70-/73degF na CI-173 500-800H50/x$ na NCRWTP Modifications 024723 16474-12 August 3, 2000 CARTRIDGE FILTER DELTA P BYPASS / TUNE-UP VALVE PDIT-I 1 0-15/10p~i HIGH XV-171 0-1,800/1,650 b. Pretreatment start-up. Monitor position of bypass tune-up valve. Open bypass valve on cold start of membrane softening system. Monitor bypass (concentrate drain) flow rate. Calculate net bypass rate (bypass flow minus Tamiami well water flow rate) when Tamiami tuneup valve is open. Start lead acid and antistalent pumps when net bypass flow rises above 200 gpm. Close tune-up (bypass) valve if booster pump suction pressure falls below 15 psig. Close tune-up valve if any array permeate flow rate exceeds 1,000 gpm. c. Pressure Surge Relief. Allow bypass tuneup valve to open if membrane softening system booster suction pressure rises above 50 psig and modulate tuneup valve to maintain 55 psig setpoint. d. Archive Data. Calculate totalized well water flow (thousand gallon units) on a dally basis. 2. Hawthorne: a. General. Monitor well water flow rate, pressure, pH, filtered water pressure, dilution water flow rate, and filtered water turbidity, temperature, and conductivity. Proportion pre-RO acid metering pumps and antiscalent metering pumps via automatic pump stroke frequency adjustment to total well water flow rate. Proportion acid pump stroke length to maintain raw water pH setpoint. Monitor run status and if automatic operation selected for pretreatment auxiliary (dilution water) pumps. Alarm dilution if flow falls below 8 gpm for more than 30 seconds when any well pump is on-line. Calculate cartridge filter differential pressure (Delta P). b. Pretreatment start-up. Monitor position and if automatic mode selected for tune-up valve. Modulate tune-up valve to mainhain feed flow rate of 1600 gpm (adjustable over range of 1500 to 1800 gpm). Close tune-up valve if no well pumps on-line or if booster pump suction pressure falls below 25 psig. Open tune-up valve upon power failure. Close tune-up valve if any array permeate flow rate exceeds 1,000 gpm. c. Pressure Surge Relief. Open tuneup valve if filtered pressure rises above 115 psig. d. Archive Data. Calculate totalized well water flow (thousand gallon units) on a daily basis. NC~V~P Modifications 16474-13 August $, 2000 o2472~ f RO PRE-TREATMENT DESIGNATION RANGE/TYP. VALUE 16g i PARAMETER ALARM TOTAL WELL WATER FLOW calcul~ed O-8,500/na gpm na TOTAL WELL WATER FLOW lqT-131 0-8,500/ha gpm na ADJUSTED WELL WATER pH AIT-132 6.3-6.7/6.5su HIGH/LOW WELL WATER PRESSURE PI-137 60-125/6Sprig HIGH/LOW FILTERED WATER PRESSURE PI-135 50-120/55psig HIGH CARTRIIX3E FILTER DELTA P PDI-139 0-15; 10 pd HIGH FILTERED WATER TURBIDITY AIT-175 0.1-1.0/0.Sntu HIGH WELL WATER TEMPERATURE TIT- 133 70-82/73degF n~ WELL WATER CONDUCTIVITY CIT-134 4,0004,000/5,000~s na TUNB-UP VALVE FV-141 1,500-1,800/1,600gpm n~ DILUTION FLOW FIT-136 8-12/Sgpm LOW C. MEMBRANE SYSTEMS: 1. General. Bringing an array on-line or off-line is an operator initiated process. An array is on-line if the array permeate flow is greater than 800 gpm. Prevent (interlock) start-up of an additional membrane softening or reverse osmosis array unless suffxcient degasifiers are available for use to maintain operation within the following guidelines: : 1 lto3 2 2 to6 3 4to lO 4 6to10 Tamiami Membrane Softening: a. Digital Conlxol Points. Monitor position and if automatic operation is selected for the feed inlet, flush inlet, permeate and concentrate valves on each array. Monitor run status and if automatic operation selected for booster pumps in each array. Monitor discrete pressure on booster pump suction. Actuate an alarm and stop the booster pump on low suction pressure. Monitor discrete pressure on booster pump discharge. Actuate an alarm on high discharge pressure. Prevent (interlock) booster pump operation if both the feed and flush inlet valves are closed. b. Analog Inputs. Monitor 1st stage differential pressure (Delta P), 1st stage permeate pressure, 1st stage permeate flow rate, 2nd stage differential pressure, 3rd stage differential pressure, 2nd/3rd stage permeate flow rate, concentrate flow rate, array permeate flow rate (calculated), and array permeate conductivity for each array. Alarm 1st, 2nd and 3rd stage high differential pressure, 1st stage permeate high flow and array permeate high conductivity. NC~WTP Modifications 024723 16474-14 Aught & 2000 16g 1 MEMBRANE SO~'rI~NING CONTROL DEVICF_.~ c. Analog Outputs. Vary speed of booster pump to maintain selected array permeate flow rate. Modulate the permeate valve to maintain the Ist stage permeate flow rate at 62.6% (adjustable from 60 to 65%) of the array permeate flow rate. Modulate the concentrate valve to maintain the concentrate flow rate at 11.1% (adjustable from 11 to 18 % ) of the permeate flow rate. d. Calculated Variables. Calculate array permeate flow rate by adding first stage and 2/3 stage permeate flow rates. Calculate first stage trans-membrane differential pressure by subtracting the first stage permeate pressure from the discharge pressure. Open the permeate dump valve if the trans-membrane differential falls below 30 psi; close permeate dump valve when trans-membrane differential rises above 50 psi. Calculate array feed flow rate by adding the array permeate and concentrate. Calculate total membrane softening permeate flow rate by adding all membrane softening array flow rates. Calculate total membrane softening concentrate flow rate by adding all membrane softening array concentrate flow rates. Calculate average membrane softening permeate conductivity by averaging permeate conductivity readings for all on-line membrane softening arrays. Calculate array rejection using on-line measurements of army permeate conductivity and feed conductivity. Calculate normalized permeate flow and salt rejection for each array using on-line temperature, conductivity, pressure and flow measurements. Calculate totalizod permeate flow (thousand gallon units) on a daily basis. e. Start-up Sequence (operator initiated). 1) Open feed inlet valve and permeate dump valve. NCRWTP Modifications 024723 16474-1.5 August 3, 2000 1 2) When feed inlet valve fully open, start booster pump and ramp speed up to selec~.xl array permeate flow rate. When concentrate flow rate rises above 160 gpm, start modulation of concentrate valve to maintain this flow rate and close permeate dump valve. 4) When array permeate flow rate rises above 800 gpm, start modulation of permeate valve to maintain first stage/array permeate flow ratio. 5) When array permeate flow rate rises above 1,000 gpm, start modulation of concentrate valve to maintain setpoint concentrate/permeate flow ratio. f. Shut-down Sequence (operator initiated). 1) Start ramp-down of booster pump speed. 2) When array permeate flow rate falls below 1,200 gpm, force concentrate valve to full open position. 3) When array flow rate fails below 900 gpm, force permeate valve to full open position and open permeate dump valve. 4) When combined array permeate and concentrate flow rates fall below 300 gpm, stop booster pump. 5) Close feed inlet valve. 6) Actuate flush required alarm if flush not initiated or array restarred within 60 minutes after shutdown (adjustable from 20 to 180 minutes). g. Flush Sequence (operator initiated). 1) Open flush inlet valve. 2) when flush inlet valve fully open, start booster pump and ramp speed up to 300 gpm capacity (adjustable from 250 to 350 gpm). 3) After 10 minutes run time (adjustable from 5 to 15 minutes) at setpoint capacity, stop booster pump. 4)Close flush inlet valve. Hawthorne Reverse Osmosis: a. Digital Control Points. Monitor position and if automatic operation is selected for the feed inlet, flush inlet, permeate and concentrate valves on each array. Monitor run status and if automatic operation selec~.xl for booster pumps in each array. Actuate a low suction pressure alarm and stop all booster pumps if the filtered water pressure falls below 20 psig for more than 30 seconds. Prevent (interlock) booster pump operation if both the feed and flush inlet valves are closed. b. Analog Inputs. Monitor booster pump discharge pressure, interstage pressure and conductivity, 1st stage permeate pressure and conductivity, 1st stage permeate flow rate, concentrate pressure, concentrate flow rate, concentrate conductivity, array permeate flow rate, and array permeate conductivity for each array. c. Analog Outputs. Vary speed of booster pump to maintain selected array permeate flow rate. Modulate the permeate valve to maintain the 1st stage permeate flow rate at 82% (adjustable from 80 to 83%) of the array permeate flow rate. Modulate the ~oncentrate valve to maintain the concentrate flow rate at 33% (adjustable frown 30 to 35%) of the array permeate flow rate. NCRViTt' Modifications 024723 J 6474~16 August $, 2000 16C 1 FEED INLET VALVE REVERSE OSMOSXS CONTROL DEVICF~ ARRAY#1 ARRAYg2 ARRAY#3 ARRAY#4 XV-3071A X'V-3081A XV-3091A XV-3101A FLUSH INLET VALVE XV-3071B XV-3081B XV-3091B XV-3101B SUCTION PRE,~SURE PIT-138 PIT-138 PIT-138 PIT-138 BOOS'I'~. PUMP 2-P-07 2-P-08 2-P-09 2-P-10 DISCHARGE PRESSURE PIT-3073A PIT-3083A PIT-3093A Prr-3103A INTERSTAGE PRESS PIT-373B PIT-383B PIT-393B PIT-3103B INTERSTAGE COND CIT-374A crr-384A CIT-394A CIT-3104A 1ST STAGE PEPaM PRESS 1ST STAGE PERM FLOW PXT-375 PIT-385 PIT-395 PIT-3105 FIT-377A FIT-387A F1T-397A FIT-3107A 15T STAGE PERM COND CIT-376 CIT-386 CIT-396 C1To3106 PERMEATE VALVE FV-377A FV-387A FV-397A FV-3107A CONCHNTRATB PRESS PIT-378 P1T-388 PIT-398 P1T-3108 CONCENTRATE FLOW FIT-379 FIT-389 FIT-399 FIT-3109 CONCENTRATI/VALVE F'~-379 FV-389 FV-399 FV-3109 ARRAY PERMEATE FLOW FIT-377B FIT-387B FIT-397B F1T-3107B ARRAY PERMEATE COND CIT-3070 CIT-3080 CIT-~)90 CIT-3100 ARRAY CONC. COND CIT-374B CIT-384B CIT-394B CIT-3104B PF~RMEA~PRESS PIT-400 PIT.400 Prr-4oo P1T-400 RANGE/TYP ALARMS VALUE 1,$25- na 1,875/1,850ggm 250-350/~00~tna na 50-1101501~ig ~w ~0-350/275~ig m~ 14,~/12,~s ~-75/67~ig ~ Hi~ 1,150/1,1~ I~/180~s ~ ~ 1,150/1,1~ ~0-3~a3~i~ ~ 1,375- ~ 1,~/1,3~ 17~270~0~s ~ ~ 15-20/18~ig ~ d. Calculated Variables. Calculate total reverse osmosis permeate flow rate by adding all reverse osmosis permeate array flow rates. Calculate average reverse osmosis permeate conductivity by averaging permeate conductivity readings for all on-line reverse osmosis arrays. Calculate array rejection using on-line measurements of array permeate 'conductivity and feed conductivity. Calculate normalized permeate flow and salt ,rejection for each array using on-line temperature, conductivity, pressure and fi, ow measurements. Calculate totalized permeate flow (thousand gallon units) on a daily basis. Calculate the first stage trans-membrane differential pressure by subtracting the first stage permeate pressure from the discharge pressure. Open the permeate dump valve if the trans-membrane differential falls below 30 psi; close permeate dump valve when trans-membrane differential rises above 50 psi. e. Array Start-up Sequence (operator initiated). 1) Open feed inlet and permeate dump valves. NC~W/'P Modifications 024723 16474-17 August $, 2000 16C 1 2) When feed inlet valve fully open, start booster pump and ramp speed up to selected array permeate flow rate. 3) When concentrate flow rate rises above 160 gpm, start modulation of concentrate valve to maintain this flow rate and close permeate dump valve. 16g 1 2) When feed inlet valve fully open, start booster pump and ramp speed up to array design permeate capacity. 3) When concentrate flow rate rises above 275 gpm, start modulation of concentrate valve to maintain this flow rate and close permeate dump valve. 4) When array permeate flow rate rises above 800 gpm, start modulation of permeate valve to maintain first stage/array permeate flow ratio. 5) When array permeate flow rate rises above 1,000 gpm, start modulation of concentrate valve to maintain setpoint concentrate/permeate flow ratio. 6) If the array is the first to start, well pump startup sequence and pre-treatment startup processes must first be initiated. f. Shut-down Sequence (operator initia~.xl). 1) Start ramp-down of booster pump speed. 2) When array permeate flow rate falls below 1,200 gpm, force concentrate valve to full open position. 3) When array flow rate falls below 900 gpm, fome permeate valve to full open position and open permeate dump valve. 4)When concentrate flow rates fall below 300 gpm, stop booster pump. 5)Close feed inlet valve and close permeate dump valve. 6) Actuate flush required alarm if flush not initiated or array res~ within 60 minutes after shutdown (adjustable from 20 to 180 minutes). 7) If the array is the last to be taken offdine, open tune-up valve. Pretreatment chemical systems and well pump shutdown must be initiated. 8) Tune-up valve fail open on unscheduled shutdown due to power failure. g. Flush Sequence (operator initiated). 1) Open flush inlet and permeate dump valves. 2) When flush inlet valve fully open, start booster pump and ramp speed up to 300 gpm capacity (adjustable from 250 to 350 gpm). 3) After 10, minutes run time (adjustable from 5 to 15 minutes) at setpoint capacity, stop booster pump. 4) Close flush inlet and permeate dump valves. D. POST TREATMENT. 1. General. Monitor total permeate flow rate (FIT-1305) to the post-treatment processes. 2. Degasifier. a. Monitor the position and if automatic operation selected for the inlet valve, exhaust damper, and chlorine injection valve on each degasifier. Prevent (interlock) any membrane softening array or reverse osmosis array from operating if at least one degasifier inlet valve is not fully opened. Actuate an alarm if flow to any one alegasifier exceeds 5 MGD. Monitor run status and if automatic operation selected for each blower. Prevent (interlock) blower NCR W/'P Modifications 024723 16474-18 August 3, 2000 16C 1 operation if the associaW..d exhaust damper is not open. Monitor inlet flow rate to each degasifier. ~ DEGASU~IY.R INLET EXHST CHLORINE DEGASIFIER BLOWER ISOLATION FLOW DAMPER VALVE 13-DO-01 13-CB-01 XV-1301A FIT-1301 XV-1301B XV-1001 13-DG-02 13-CB-02 XV-1302A FIT-1302 XV-1302B XV-1002 13-DG-03 13-CB-03 XV-1303A FIT-1303 XV-1303B XV-1003 13-DG-04 13-CB-04 XV-1304A F1T-1304 XV-1304B XV-1004 Transfer and Post-treatment Chemicals. The clearwell is divided into two chambers permitting each section to be isolated by slide gates. a. Digital Control Points. Monitor run status and if automatic operation selected for transfer pumps. Monitor position of slide gates. b. Analog Inputs. Monitor water level in each clearwell chamber, speed of each transfer pump (as percent of maximum), and pH of the fully treated product water. Actuate a LO alarm and stop the longest running associated transfer pumps if the water level in a clearwell chamber falls below 4% feet. Actuate a LO-LO alarm and stop all associated transfer pumps if the water level in a chamber falls below 4 feet. Actuate a HI alarm and stop the longest running RO/MS array if the water level in either clearwell chamber rises above 8% feet. Actuate a HI-HI alarm and stop all RO/MS arrays if the water level in either clearwell chamber rises above 10 feet. Actuate alarms on high and low pH. PARAMETER CLEARWELL LEVEL TRANSFER PUMPS PERMEATE FLOW pH PHOSPHATE/FLUORIDE ISOLATION VALVES CLEARWELL (TRANSFER WET WELL) ALARMS RANGE / TYP. VALUE CELL 1 CELL 2 LO-LO 3.5-4.2/4.0fi LO 4.2-5.2/4.51% HI 7.5-9.5/8.51% HI-HI 9.5-10.2/10.01% Above 4.8-9.2/5.0ft LIT-1202 LIT-1201 na 10-100/80% 12-P-01, 02, 03 12-P-04, 05, 06 na na FIT-1301, 1302 FIT-1303, 1304 HULO 7.9-8.4/8.2 na na na na XV-902 XV-903 c. Analog Outputs. Vary speed of transfer pumps to maintain water level set point in associated clearwell chamber. If transfer pump speed exceeds 80% NCRWTP Modifications 024723 16474-19 August 3, 2000 16C 1 and liquid level in the associated clearwell chamber continues rising, start an additional transfer pump. If transfer pump speed drops below 30% and liquid level in the associated clearwell continues to drop, stop the longest running pump. All pumps running concurrenfiy shall run at the same speed. Proportion chlorine, ammonia, orthophosphate (corrosion inhibitor), and fluoride flow rates to the total permeate post-treatment flow rate (Frr-1305). Pace caustic flow rate to maintain pH setpoint (AIT-92). Calculated Variables. Calculate the permeate flow to each clearwell chamber as the sum of associated alegasifier inlet flow rates. Calculate totalized permeate flow (thousand gallon units) to the post-treatment process on a daily basis. Calculate inventory of degasified water (thousand gallon units) in each clearwell chamber. E. TREATED WATER STORAGE / DISTRIBUTION. Digital Control Points. Monitor run status and if automatic operation selected for high service pumps. Analog Inputs. Monitor level in each storage tank and high service pump discharge pressure. Monitor finished water flow rate to distribution system and plant service loop. Monitor speed of Hi-lift pumps (as percent of maximum). Actuate alarms on high and low storage tank levels and discharge pressures. Actuate a HI alarm and stop the longest running transfer pump if storage tank level rises above 38 feet. Actuate a HI-HI alarm and stop all transfer pumps if storage tank level rises above 39.8 feet. Actuate a LO alarm if storage tank level falls below I0 feet. Actuate a LO-LO alarm and stop the hi-lift pumps if the storage tank level falls below 2 feet. PARAMETER HIGH SERVICE PUMPS DISTRIBUTION PRESSURE DISTRIBUTION FLOW PLANT SERVICE FLOW NORTH TANK LEVEL SOUTH TANK LEVEL STORAGE/ItlGH SERVICE DESIGNATION RANGE / TYP. VALUE ALARMS 15-P-01 THROUGH -06 na na P1T-1501 75-85/80psig HIGH/LOW FIT-1702 5.8-37.4/14.0mgd na FIT-1703 O-3000/500gpm na LIT-151 1.5-40.2/35tt HIGH/LOW LIT-152 1.5-40.2/35ft HIGH/LOW 3. Analog Outputs. Vary speed of hi-lift pumps to maintain operator select~l distribution flow setpoint over the range of 4 to 30 mgd. Operato at least one pump whenever non-zero setpoint selected. Operate at least two pumps if setpoint is greater than 6 mgd. Operate at least three pumps if setpoint is greater than 12 mgd. Operate at least four pumps if setpoint is greater than 18 mgd. Operate at NCRWTP Modifications 024723 16474-20 August 3, ~ least five pumps if setpoint is greater than 24 mgd. Override flow setpoint and vary pump speed to maintain distribution pressure at 76 psig if pressure falls below 76.1 psig. Override flow setpoint and vary pump speed to maintain distribution pressure at 84 psig if pressure rises above 83.9 psig. If hi-lift pump speed exceeds 80% and controlling variable (flow or pressure) is below its setpoint, start an additional pump. If hi-lift pump speed drops below 30% and controlling variable is above its setpoint, stop the longest running pump. All Hi-lift pumps running concurrently shall run at the same speed. Calculated Variables. Calculate totalized flows (thousand gallon units) to the distribution system and to the plant service loop on a daily basis. Calculate the inventory of finished product water (thousand gallon units) in each storage tank. F. CHEMICAL HANDLING SYSTEMS 1. Acid Handling System. a. Digital Inputs. Monitor run status and if automatic operation selected for each acid metering pump. b. Analog Inputs. Monitor bulk storage and day tank liquid levels. Actuate alarms on low and high liquid levels. c. Control Points. Actuate transfer required light when day tank level falls to 1.9 feet (300 gallons). Stop transfer pump when the day tank level rises to 5 feet (800 gallons). Prevent (interlock) transfer pump operation if bulk storage tahk below the LO alarm level. Prevent (interlock) metering pump operation if day tank below the LO alarm level. 2. Antiscalent Handling System. a. Digital Inputs. Monitor run status and if automatic operation selected for each antiscalent metering pump. b. Analog Inputs. Monitor bulk storage and day tank liquid levels. Actuate alarms on high and low liquid levels. c. Control points. Actuate transfer required light when day tank level falls to 1 foot (40 gallons). Stop transfer pump when the day tank level rises to 2 feet (80 gallons). Prevent (interlock) transfer pump operation if bulk storage tank below the LO alarm level. Prevent (interlock) metering pump operation if day tank below the LO alarm level. 3. Chlorine Handling System. a. Digital InputS. Monitor operating status and if automatic control selected for each chlorinator. Monitor position of injector water valve (XV-1005) and solution ~lischarge isolation valves. Alarm chlorine manifold high and injector low pressure. Sense low injector service water supply pressure and chlorine vacuum. NCR W/P Modifications 024723 16474-21 August 3, 2000 CHLORINE S~ $~rElVl INJECTOR DISCHARGE LEAK CHI. DRINATOR SUPPLY ISOLATION PRESSURE DETECTION 10-C-01 XY-1005 XV-1010B PSL-1010A PSL-1012 AA-1005 10-C-02 XV-1005 XV-1011B PSL-1011A PSL-1012 AA-1005 CL2 STORAGE WIT-1001 PSH-1003 A.A-1004 WIT-1002 PSH-1003 AA-1004 b. Analog Inputs. Monitor weight of chlorine remaining for each three cylinder scale in the storage area. c. Calculated Variables. Calculate the weight of chlorine used on a daily basis. 4. Sodium Hypochlofite System. a. Digital Control Points. Monitor run status and if automatic operation selected for each metering pump. b. Analog Inputs. Monitor bulk storage and day tank levels. Actuate alarms on high and low liquid levels. c. Control po'mts. Actuate transfer required light when day tank level falls to 1.4 feet (150 gallons). Stop Wansfer pump when the day tank level rises to 4.2 feet (450 gallons). Prevent (interlock) transfer pump operation if bulk storage tank below the LO alarm level. Prevent (interlock) metering pump operation if day tank below the LO alarm level. 5. Sodium Hydroxide (Caustic Soda) System. a. Digital Control Points. Monitor run status and if automatic operation selected for metering pumps. b. Analog Inputs. Monitor liquid level in bulk storage tank and the common feed manifold to the day tanks. Actuate alarms on high and low liquid levels. c. Control po'mts. Actuate transfer required light when day tank level falls to 1.4 feet (250 gallons). Stop transfer pump when the day tank level rises to 4.2 feet (750 gallons).~ Prevent (interlock) transfer pump operation if bulk storage tank below the LO alarm level. 6. Anhydrous Am~honia System a. Digital Inputs. Monitor operating status and if automatic mode select~l for each ammoniator. Sense and alarm low ammonia vacuum PAL-601. Sense and alarm ammonia leak in storage area (AIT-607A). b. Analog Inputs. Monitor liquid level and vapor pressure in the ammonia bulk storage tank. c. Calcula~l variable. Calculate ammonia usage on a daily basis. 7. Corrosion Inhibitor (Phosphate) System a. Digital Inputs. Monitor run status and if automatic operation selec~l for metering pumps. NCRWTP Modificalions 16474-22 Auguct 3, 2000 024723 b. Analog Inputs. Monitor bulk storage and day tank liquid levels. Actuate alarms on high and low liquid levels. c. Control points. Actuate transfer required light when day tank level falls to 1 foot (40 gallons). Stop transfer pump when the day tank level rises to 2 feet (80 gallons). Prevent (interlock) transfer pump operation if bulk storage tank below the LO alann level. Prevent (interlock) metering pump operation if day tank below the LO alarm level. 8. Fluoride (Sodium Silicofluoride) System. a. Digital Inputs. Monitor run status and if automatic mode selected for volumetric feeder. Monitor run status of solution tank mixer. Monitor position and if automatic mode selected for solution make-up valve, solution outlet valve, and injector supply valve. b. Analog Input. Monitor weight remaining in sodium slicofluoride hopper. c. Calculated Variable. Calculate fluoride usage on a daily basis. G. SUPPORTSYSTEMS 1. Concentrate Disposal: a. Digital Inputs. Monitor run status and if automatic operation selected for each concentrate transfer pump. Monitor run status of concentrate wet well exhaust blowers. Analog Inputs. Monitor flow rate measured on gravity drain into the concentrate w~t well (FIT-1701). Primary and redundant (LIT-1601 & 1602) measurements of liquid level in the concentrate wet well. Monitor speed (as percent of maximum) of each concentrate transfer pump. Monitor wastewater flow rate and injection pressure at each disposal well. CONCENTRATE DISPOSAL RANGE TYP WELL WELL VALUE #1 g2 CONCENTRATE WELL SUMP LEVEL 3-5 4fi INJ. WELL DISCHARGE FLOW RATE 160-3000 1400gpm WELL INJECTION PRESSURE 50-70 60psig FT- FIT-1608 1606 PT- PIT-1607 1605 c. Analog Outputs. Vary speed of concentrate transfer pumps to maintain liquid level setpoint in concentrate wet well. If transfer pump speed exceeds 80 percent and wet well level continues to rise, start an additional pump. If transfer pump speed drops below 30 percent and wet well level continues to fall, stop the.ilongest running pump. d. Control Points. Start the lead transfer pump when concentrate wet well level rises above setpoint value. Stop last on-line transfer pump when the liquid NCRWTP Modifications 024723 16474-23 August 3, 2000 level falls below 3 feet. Prevent (interlock) operation of all transfer pumps if concentrate wet well is below the low alarm level of 2 ft (5,700 gallons). Actuate high; alarm if concentrate wet well level rises above 6 ft (17,200 gallons). e. Calculated Variables. Calculate the totalized quantity (thousand gallon units) of wastewater injected into each disposal well on a daily basis. Calculate the on hand inventory of wastewater (thousand gallon units) in the concentrate wet well. 2. Odor Control: a. Digital Inputs. Monitor run status of each odor control recirculation pump and position of each chemical injection isolation valve. Monitor position and if automatic mode selected for each service water fill valve. ODOR CONTROL TRAIN 1 TRAIN 2 PARAMETER STAGE 1 STAGE 2 STAGE I STAGE 2 RANGE / TYP, VALUE PUMPS 14-P-08,09 14-P-10,11 14-P- 14-P~14,15 na 12,13 LEVEL LS-1401A LS-1401B LS-1402A LS-1402B 1-5fi/3.5t~ pH AIT-1401A AIT-1401B AIT- AIT-1402B 11.0-12.0/11.5su 1402A ORP na AIT-1401C na AIT-1402C 400-500mV/450mV H2S na AIT-1403 na AIT-1404 20-50ppb/35ppb FILL VALVE SV-1401A SV-1401B SV-1402A SV-1402B na CAUSTIC XV-1401A XV-1401B XV-1402A XV-1402B na HYPOCHLORITE XV-1401C XV-1402C na b. Analog Inputs. Monitor pH of the recirculating solution in each scrubber stage. Monitor the oxidation reduction potential (ORP) of the recirculating solution in the second stage scrubber of each odor control train. Monitor hydrogen sulfide (H2S) concentration in exhaust gas from each odor control train. c. Control Points. Open-close service water fill valve on low-high water level in the tower sump for each scrubber stage. Open-close caustic isolation valve and start-stop caustic feed pump on low-high recirculating solution pH for each scrubber stage. Open-close hypochlorite isolation valve and start-stop hypochlorite feed pump on low-high r~irculating solution ORP for each second stage scrubber. 3. Flush/Clean in Place (CIP) System: a. Digital Inputs. Monitor run status of CIP recirculation pump. Monitor position and if automatic mode selected for flush tank make-up valve (LV- 1101). Monitor position for CIP tank make-up valve (XV-1102). b. Analog Inputs. Monitor water level in flush tank (LIT-1101). Actuate alarms on low (2 ft) and high (9 ft) water level in the flush tank. NCRWTP Modifications 16474-24 August 3, 2000 024723 c. Analog Outputs. Modulate position of flush make-up valve to maintain setpoint water level in flush tank. 4. Water Softener: No inputs or outputs connected to control system. 5. Chlorine Vapor Scrubber a. Digital Inputs. Monitor run status and if automatic control selected for scrubber fan and recirculation pump. Sense discrete flow rate in recirculation pump discharge (FS-1008). Monitor vacuum switch on scrubber fan suction (PS-1009). Actuate vacuum achieved light when switch is activated. Monitor scrubber tank secondary containment interstitial leak detector (LSH-1007). Actuate an alarm upon leak detection. b. Analog Inputs. Monitor liquid level in scrubber caustic storage tank. Actuate alarms at low liquid level and low inlet vacuum. c. Control Points. Start recirculation pump and scrubber fan upon actuation of chlorine leak alarm (AA-1004) in the chlorine storage or feed (AA-1005) areas. Stop the Chlorine Storage Room ventilating fans EF-29 and EF-30 upon actuation of chlorine leak alarm. Run scrubber recirculation pump and scrubber fan until the alarm clears or until 60 minutes has elapsed, whichever occurs last. H. UTILITY SYSTEMS. Power Distribution. Monitor current, voltage, power factor, and frequency for each electrical service feed from Florida Power & Light (FP&L) to components in the North Regional Water Treatment Plant (NRWTP) and Hawthorne Aquifer Wellwater systems through the main distribution switchgear. Monitor run status, alarm status, current, voltage, and frequency for each permanently installed emergency generator. Monitor liquid level in bulk diesel fuel oil storage tanks. Calculate daily energy usage (kwh) for each service feed. Calculate daily energy output (kwh) for each emergency generator. Calculate daily fuel usage (gallons) at the NRWTP, Wellhouse//H5, and Wellhouse/~rI9. Actuate a high power usage alarm if the power draw for any service feed exceed 70 percent (adjustable from 60 to 95 percent) of its rated capacity. Actuate a high load alarm if the power output for any emergency generator exceeds 70 percent (adjustable from 60 to 95 percent) of its rated capacity. FPL Service Feeds ])_.C.,aiglltgi~~closure Service ~ NRWTP 'A" SWBD "A' 480v/3ph 3,000 NRWTP "B" $WBD "B" 480v/3ph 3,000 NRWTP 'C' SWBD 'C" 480v/3ph 3,000 NRWTP 'D" SWBD "D' 480v/3ph 3,000 Well #H2 MCC H2 480v/3ph 400 Well/IH5 MCC H5 480v/3ph 600 Generator g2, 1750 KW C_-nmerator #1,1750 KW Gonorator Y3, 1750 KW C, emxator g4,1750 IGV 400A receptaclo 300 KW Generator NCRWTp Modifications 024723 16474-25 August 3, 2000 Woll git9 MCC H9 480v/3ph 600 300 KW Generator 2. Compressed Air. Monitor run status of each compressor and pressure in the common distribution system piping. Actuate a low pressure alarm when the dis~bution system pressure (PIT-1810) falls below 70 psig (adjustable from 60 to 80 psig). Compressed Air Systems Compressor Unit Receiver Relief ~ Units ~ ~ ~ Remarks 18-AC-1 2 100 scfm 240 gal 125 psig ChemicalProcess 18-AC-2 2 50 scfm 125 gal 125 psig Laboratory 18-AC-3 1 15 scfm 80 gal 200 psig Shop 3.05 OPERATOR INTERFACE DISPLAYS A. Graphic Screens. Configure operator interface software to provide the following graphic displays: 1. Master Screen: The master screen summarizes the status of major functional units at the North Regi6nal Water Treatment Plant with static display of an overall block diagram including the following dynamic displays: a. Well Water Supply. Tamiami well block with digital display of total well water flow rate (calcula~.d). Hawthorne well block with digital display of total well water flow rate and pressure at inlet header. b. Membrane Softening System. Process block with digital display of total permeate flow rate (calculated). c. Reverse Osmosis System. Process block with digital display of filtered water pressure and total permeate flow rate (calculated). d. Post-txeatment. Process block with digital display of permeate header pressure and total degas inlet flow rate. e. Distribution. Process block with digital display of distribution header pressure and product water flow rate. f. Auxiliary Systems. Process block with digital display of combined electrical power consu .m, ption rate for plant and Hawthorne wells (calculated). 2. Functional Area Overviews: Block diagram overview summarizing status of process units within indicated functional area: a. Hawthorne Supply Wells. Static display showing ten wells and transmission main with space reserved for one future well. Include dynamic indication of operational status for each well pump and its associated flow control valve position (full open, full closed, or percent open). Provide digital display of flow rate, level, and pump discharge pressure for each well. NCRWTP Modifications 16474-26 August 3, 2000 024723 b. Membrane Softening System. Static display indicating acid and antiscalent injection points, cartridge filter block, membrane softening feed pump block, membrane array block, flush tank/CIP block, and concentrate disposal block. Provide digital display of total well water flow rate (calculated), cartridge filter differential pressure, feed pH, feed temperature, feed conductivity, total permeate flow rate (calculated), total concentrate flow rate (calculated), and average permeate conductivity (calculated). c. Reverse Osmosis System. Static display indicating acid and anfiscalent injection points, cartridge filter block, reverse osmosis feed pump block, reverse osmosis array block, flush tank/CIP block, and concentrate disposal block. Provide digital display of total well water flow rate (calculated), cartridge filter differential pressure, feed pH, feed temperature, feed conductivity, total permeate flow rate (calculated), total concentrate flow rate (calculated), and average permeate conductivity (calculated). d. Post-treatment/Distribution. Static display indicating degasifters, chlorine feed, clearwell, fluoride feed, corrosion inhibitor feed, transfer pumps, caustic feed, ammonia feed, storage tanks, and hi-service pumps. Provide digital display of total permeate flow rate to degasifiers, clearwell inventory (calculated), product water pH, storage tank inventory (calculated), product water distribution pressure, distribution system demand flow rate, and plant service loop demand flow rate. e. Auxiliary Systems. Static display indicating main power feed, compressed air systems, and water softening system in the treatment buildings and main power feeds to Hawthorne aquifer wells. Provide digital display of total power usage (kwh) for each distribution switchboard at the treatment plant and each well field drop. Also provide digital display of compressed air system pressure. 3. Supply/Pre-treatment Process Control: a. Hawthorne Water Supply Wells. Minimum four and maximum seven screens to present the following information: 1) Static display indicating each well, well pump, and discharge valve. 2) Dynamic display of well pump run status, well drawdown level, and discharge valve position status. 3) Digital display of flow rate, pressure and liquid level for each well. 4) Well pump sequence matrix. 5) On/off/auto control for each well pump and open/close control for each discharge valve. b. Tamiami (Membrane Softening) Pretreatment System. Minimum one screen and maximum two screens to present the following information: 1) Static display indicating static mixer, acid feed, antiscalent feed, five cartridge filters, bypass valve and associated headers. 2) Dynamic display of bypass valve position. NCRW//' Modifications 024723 16474-27 August 3, 2000 16C 1 3) Digital display of well water flow rate (calculated), scale inhibitor flow rate, temperature, conductivity, pH, and turbidity. Also digital display of cartridge filter differential pressure, filtered water pH and turbidity. 4) Open/close/auto control of bypass valve and manual stroke length setting for acid pumps. Hawthorne (Reverse Osmosis) Pretreatment System. Minimum one screen and maximum two screens to present the following information: 1) Static display indicating static mixer, acid feed, antistalent feed, three cartridge filters, dilution pumps, tune-up valve, and associated headers. 2) Dynamic display of dilution pump run status and tune-up valve position. 3) Digital display of well water flow rate, pH, and pressure. Also digital display of cartridge ffiter differential pressure, filtered water turbidity, temperature, and conductivity, and dilution water flow rate. 4) On/off control for each dilution pump, open/close/auto control of tune-up valve, and PID loop control for acid pump stroke length. 4. Membrane Systems Process Control a. Membrane Softening System. Single screen to present the following information: 1) Static display indicating six feed pumps, six army assemblies, flush tank/CIP, and concentrate disposal with associated feed, permeate and concentrate piping. 2) Dynamic' display of feed pump run status, army operating status, and flush tank level. 3) Digital display of total Tamiami well water flow rate (calculated), well water pH, well water conductivity, well water temperature, array feed flow rate (calculated), army permeate flow rate, army concentrate flow rate, array permeate conductivity, total concentrate flow rate (calculated), and total permeate flow rate (calculated). b. Membrane Softening Trains. Minimum six and maximum twelve screens to present the following information: 1) Static display showing inlet valve, flush valve, feed pump, permeate control valve, concentrate control valve, and three membrane stages with associated feed, permeate, interstage, and concentrate piping. 2) Dynamic display of feed pump run status and valve positions. 3) Digital display showing feed flow rate, pressure, conductivity, and temperature; first stage pressure drop and permeate flow rate; second stage pressure;drop; third stage pressure drop and permeate flow rate; concentrate flow rate; total permeate flow rate and conductivity; army recovery; army rejection; normalized permeate flow; and normalized salt rejection for each train. NCRWTP Modificalions 16474-28 August 3, 2000 024723 4) On/off/ai~to and PID loop control for each feed pump. Open/close/auto and PID loop control for each first stage permeate and array concentrate valve. Open/close/auto control for inlet and flush valve. c. Reverse Osmosis System. Single screen to present the following information: 1) Static display indicating four feed pumps, four array assemblies, flush tank/CIP, and concentrate disposal with associated feed, permeate and concentrate piping. 2) Dynamic display of feed pump run status, array operating status, and flush tank level. 3) Digital display of total Hawthorne well water flow rate, well water pH, filtered water conductivity, filtered water temperature, array feed flow rate (calculated), array permeate flow rate, array concentrate flow rate, array permeate conductivity, total concentrate flow rate (calculated), and total permeate flow rate (calculated). d. Reverse Osmosis Trains. Minimum four and maximum eight screens to present the following information: 1) Static display showing inlet valve, flush valve, feed pump, permeate control valve, concentrate control valve, dump valve, and two membrane stages with associated feed, permeate, interstage, and concentrate piping. 2) Dynamic display of feed pump run status and valve positions. 3) Digital display showing feed flow rate (calculated), pressure, conductivity, and temperature; interstage pressure and conductivity; first stage permeate flow rate, pressure, and conductivity; concentrate flow rate, pressure, and conductivity; array permeate flow rate, pressure, and conductivity; array recovery; array salt rejection; normalized permeate flow; and normalized salt rejection for each train. 4) On/off/auto and PID loop control for each feed pump. Open/close/auto and PID loop control for each first stage permeate and array concentrate valve. Open/close/auto control for inlet, flush, and dump valve. 5. Post-treatment/Distribution Process Control a. Degasifier System. Minimum one screen and maximum two screens to present the following information: 1) Static display showing four forced draft degas towers with blowers, inlet valves, and exhaust dampers and chlorine injection with four isolation valves. 2) Dynamic display of run status for blowers and position for inlet valves, exhaust dampers, and chlorine injection valves. 3) Digital display showing total permeate flow rate to degasifiers and inlet flow rate to each degasifier. 4) On/off/auto control for each blower, open/close/auto control for each air exhaust valve and damper, and PID loop control for chlorine feed. NCRW'/'P Modifications 16474-29 August 3, 2000 024723 b. Clearwell/Transfer System. Minimum two and maximum three screens to present the following information: 1) Static display showing two clearwell chambers, two slide gates, six transfer pumps, fluoride injection, corrosion inhibitor injection, injection isolation valves, static mixer, caustic injection, ammonia injection, and associated piping. 2) Dynamic display of run status for transfer pumps, position of slide gates and isolation valves, and level in clearwell chambers. 3) Digital display showing total permeate flow rate into clearwell, water level in each clearwell chamber, and product water pH (AIT-91). 4) Transfer pump sequence matrix. 5) On/off/auto and PID loop control for each transfer pump including control level selection, open/close control for each chemical injection isolation valve, PID loop control for fluoride feed, corrosion inhibitor feed, caustic feed (AIT-92), and ammonia feed. c. Storage/Distribution System. Minimum two and maximum three screens to present the following information: 1) Static display showing two storage tanks, six high service pumps, and associated piping. 2) Dynamic display showing storage tank levels and high service pump run status. 3) Digital display showing level in each storage tank, distribution system pressure, distribution system demand flow rate, and plant service loop demand flow rate. 4) High service pump sequence matrix. S) On/off/auto and PID loop control for each high service pump. 6. Support Systems Process Control a. Odor Control System. Minimum two and maximum three screens to present the following information: 1) Static display showing four scrubber towers, eight r~irculafion pumps, two caustic feeds with four isolation valves, two hypochlorite feeds with two isolation valves, two make-up water valves, associated odorous air ductwork, and associated piping. 2) Dynamic display showing run status of recirculation pumps and position of isolation/make-up valves. 3) Digital display showing pH in recirculating stream for each first stage scrubber and both pH and ORP in recirculating stream for each second stage sc~bber. 4) On/off control for each recirculation pump. Open/close/auto control for each isfilation/make-up valve. PID loop control for caustic and hypochlorite feeds. NCRWTP Modifications 16474-30 August $, 2000 024723 16C 1 b. Concentrate Disposal. Minimum two and maximum three scre,~ns to present the following infomarion: 1) Static display showing concentrate wet well, three transfer pumps, one exhaust ',blower with associated ductwork, two injection wells and associated piping. 2) Dynamic display showing concentrate wet well level (one only), blower run status, transfer pump run status, and injection well operating status. 3) Digital display showing the concentrate drain flow rate into the concentrate wet well, liquid level in the concentrate wet well, discharge pressure at head of each injection well, and concentrate flow into each injection well. 4) Concentrate transfer pump sequence matrix. 5) On/off/auto and PID loop control for each concentrate transfer pump. On/off control of wet well exhaust blower. c. FIush/CIP System. Single screen to present the following information: 1) Static display showing flush tank, flush water make-up valve, clean-in- place tank, CIP make-up valve, CIP circulation pump, CIP cartridge filter, and associated piping. 2) Dynami~ display indicating flush tank level, flush water make-up valve position, land circulation pump run status. 3) Open/close/auto and PID control for flush water make-up valve. 7. Chemical Systems Process Control a. Sulfurin Acid System. Single screen to present the following information: 1) Static display showing bulk storage tank, transfer pump, day tank, five metering pumps, and discharge isolation valve. 2) Dynamic display indicating run status of all pumps, liquid level in bulk and day tanks. 3) Digital display showing bulk tank liquid level and day tank liquid level, metering pump stroke frequency, stroke length. 4) On/off/auto control for transfer pump and five metering pumps. b. Antiscalent (Scale Inhibitor) System. Single screen to present the following information: 1) Static display showing bulk storage tank, transfer pump, day tank, three metering'pumps and discharge isolation valve. 2) Dynamic display indicating run status of all pumps, liquid level in bulk and day tanks. 3) Digital display showing bulk tank liquid level and day tank liquid level and metering pump stroke frequency. 4) On/off/auto control for transfer pump and five metering pumps. c. Chlorine System. Single screen to present the following information: 1) Static display showing two each three cylinder racks, an automatic switchover unit, a plant water supply valve, two chlorinators, two NCRWTP Modificalions 16474-31 August 3, 2000 024723 1] NCRWTP Modifications 024723 injectors, two injector water valves, one chlorine vapor scrubber with caustic storage tank, exhaust fan and recirc pumps, and associatext piping. 2) Dynamic display indicating on-line cylinder rack, valve positions, chlorinator operating status, scrubber caustic tank level, scrubber exhaust fan run status, and scrubber recirc pumps run status. 3) Digital display showing chlorine inventory each rack and scrubber caustic storage level. 4) Open/close/auto control for water supply and injector water valves. On/off control for scrubber exhaust fan. On/off/auto control for chlorinators and scrubber recirc pumps. d. Caustic Soda System. Single screen to present the following infomarion: 1) Static display showing bulk storage tank, transfer pump, two day tanks, five meteting pumps and discharge isolation valve. 2) Dynamic display indicating run status of all pumps, liquid level in bulk and day tanks and position of discharge isolation valve. 3) Digital display showing bulk tank liquid level and day tank liquid level. 4) On/off/auto control for transfer pump and five meteting pumps. e. Sodium Hypochlorite System. Single screen to present the following information: 1) Static display showing bulk storage tank, transfer pump, day tank, and two meteting pumps. 2) Dynamic display indicating run status of all pumps and liquid level in hulk and day tanks. 3) Digital display showing bulk tank liquid level and day tank liquid level and metering pump stroke frequency. 4) On/off/auto control for transfer pump and two metering pumps. f. Fluoride System. Single screen to present the following information: 1) Static display showing feeder hopper, solution tank, mixer, make-up water valve, solution outlet valve, two injectors, injector water valve, and associated piping. 2) Dynamic display indicating volumetric feeder run status, mixer run status, outlet valve position, and injector valve position. 3) Digital display showing weight of sodium silicofluoride remaining in feeder hopper. 4) On/off/auto control for volumetric feeder and solution tank mixer. Open/close/auto control for outiet valve and injector valve. g. Corrosion Inhibitor System. Single screen to present the following information: 1) Static display showing bulk storage tank, transfer pump, day tank, and three metering pumps. 2) Dynamic display indicating run status of all pumps, liquid level in bulk and day tanks. 16474-32 August 3, 2000 16C 1, 3) Digital display showing bulk tank liquid level and day tank liquid level and metering pump stroke frequency. 4) On/off/auto control for transfer pump and three metering pumps. Ammonia System. Single screen to present the following information: 1) Static display showing pressure storage tank, two ammoniators, two injectors, two injector water valves, and associated piping. 2) Dynamic display indicating storage tank operating level, valve positions, and ammoniator operating status. 3) Digital display showing ammonia inventory in storage tank. 4) Open/close/auto control for injector water valves. On/off/auto control for ammoniators. 8. Utility Systems Process Control a. Power Distribution System. Single screen to present the following information: 1) Static display showing the four FPL power feed and four emergency generators at the main plant, the FPL feed at Well #H2 pumphouse, the FPL feed and emergency generators at Well #1-I5 and Well #H9 pumphouses, two diesel fuel bulk tanks at the treatment plant, and the diesel fuel bulk tanks at Well #H5 and Well git9 pumphouses. 2) Dynamic display indicating operating status of FPL feeds, operating status of emergency generators, and liquid level in diesel fuel bulk tanks. 3) Digital display showing instantaneous power and power factor for each FPL feed and each emergency generator. Compressed Air System. Single screen to present the following information: 1) Static display showing three receiver tanks, six compressors, and associated piping. 2) Dynamic display indicating run status of the compressors. 3) Digital display showing compressed air distribution system pressure. B. Trending Screens. Configure operator interface software to provide the following trending displays: 1. Dynamic water levels and pumping flow rates for each Hawthorne Aquifer water supply well (ten iwells). 2. Hawthorne aquifer well water supply pressure, total flow rate, conductivity, and temperature. 3. Tamiami aquife(well water supply total flow rate, conductivity, temperature, and turbidity. 4. Hawthorne well water pretreatment system cartridge filter differential pressure, feed water pit, and filtered water turbidity. NCRWTP Modifications 16474-33 August 3, 2000 024723 1 5. Tamiami well water pretreatment system cartridge filter differential pressure, feed water pH, and filtered water turbidity. 6. Total permeate flow rate, overall system recovery, and average permeate conductivity for Tamiami membrane softening system. 7. Total permeate flow rate, overall system recovery, and average permeate conductivity for Hawthorne reverse osmosis system. 8. Normali?ed permeate flow rate and salt rejection for Tamiami membrane softening arrays (six arrays). 9. Normalized permeate flow rate and salt rejection for Hawthorne reverse osmosis arrays (four arrays). 10. Total plant permeate flow rate, clearwell water levels, and product pH. 11. Finished water storage tank levels, distribution system pressure, and distribution system demand flow rate. 12. Concentrate drain flow rate and concentrate wet well level. 13. Concentrate wastewater flow rate and pressure for injection wells (two wells). 14. Bulk storage tank liquid levels for sulfuric acid, scale inhibitor, caustic soda, sodium hypochlorite, and corrosion inhibitor. 15. Calculated daily usage for sulfuric acid, scale inhibitor, chlorine gas, fluoride, corrosion inhibitor, caustic soda, sodium hypochlorite, and ammonia. 16. Total power consumption at the treatment plant, well pumphouse #H2, well pumphouse #H5, and well pumphouse g9. Calculated unit power consumption (kwh/1000 gal) from power and total permeate flow measurements. C. Operating Reports. Configure operator interface software to provide the following report displays: 1. Shift Reports. Generate when shift supervisor logs out of operator interface computer. a. Identify supervisor name, log-in time, and log-out time. b. Display operating status of each well pump, RO/MS feed pump, RO/MS skid, alegasifier, transfer pump, high service pump, and chemical feed pump at the time of log-out. c. Display average, minimum, maximum, and final values between operator log- in and log-out for the following parameters: Hawthorne well pumping levels; Hawthorne well water flow rate, conductivity, pH, and turbidity; Tamiami well water flow rate, conductivity, pH, and turbidity; total reverse osmosis permeate flow rate; average reverse osmosis permeate conductivity; total membrane softening permeate flow rate, average membrane softening permeate conductivity; product water pH; storage tank levels; product flow rate to distrbution system; distribution system pressure, treatment plant amperage at each switchboard, and Hawthorne well system amperage at each switchboard. NCRVfTP Modifications 16474-34 August 3, 2000 024723 16g 1 d. List all alarms active at any time between log-in and log-out indicating time of occurrence, time acknowledged, and time cleared as applicable. e. List all operator initiated events executed between log-in and log-out such as start/stop of pumps, arrays, and degasifiers. Situational Reports. Generate report upon replenishment of any chemical at the point of inventory data input to the monitoring and control system (i.e. bulk storage tank level for hulk liquids and weighing scale for chlorine and fluoride). Identify chemical system, replenishment time/date, inventory (gallons or pounds as appropriate) before replenishment, and inventory after replenishment. Monthly Reports. Generate the following reports summarizing plant operations on a monthly basis and assembling on-line data needed to prepare Florida Department of Environmental Protection (FDEP) Form No. 62-555.910(3). a. Hawthorne Wells. Run time (hours), consumptive use (gallons), and minimum-maximum-average level (feet) for each well on a dally basis. b. Water Usage. Totalized flow quantifies (1,000 gallons) for Hawthorne well water, Tamiami well water, treated (permeate) water, concentrate waste water, distribution system demand, plant process water demand, and injection well discharge on a daily basis. e. Chemical Usage. Total quantity of each chemical used on a dally basis without adjustment for off-line inventory measurements. Report quantity in units of gallons using onqine measurements from day tanks for sulfuric acid, scale inhibitor, caustic, corrosion inhibitor, and hypochlorite. Report quantity in units of pouhds for chlorine, fluoride, and ammonia. d. Power Usage. Totali?ed power consumption (kwh) at each treatment plant and Hawthorne well pumphouse main switchboard on a dally basis. e. General Plant Data. Name and total hours logged-in for all certified operators. Daily operating hours for each reverse osmosis train, membrane softening train, degassifter, transfer pump, high service pump, odor control scrubber train, concentrate pump, injection well pump, clean-in-place pump, air compressor, and stand-by generator. * * * END OF SECTION * * * NCRWTP Modifications 024723 16474-$5 August 3, 2000 APPENDIX 16474-I INPUT/OUTPUT LIST FOR EXISTING PLC SYSTEM Note: This list is presented for informational purposes only and does not additions/revisions since original plant installation. 17 FCV-1 OPEN 17 FCV-1 CLOSED 2 FCV-1A OPEN 2 FCV-1A CLOSED 2 FCV-2A OPEN 2 FCV-2A CLOSED 2 FCV-3A OPEN 2 FCV-3A CLOSED 2 FCV-4A OPEN 2 FCV-4A CLOSED 2 FCV-5A OPEN 2 FCV-5A CLOSED 2 FCV-6A OPEN 2 FCV-6A CLOSED 2-P-01 LOW FEED WATER PRESSURE 2-P-02 LOW FEED WATER PRESSURE 2-P-03 LOW FEED WATER PRESSURE 2-P-04 LOW FEED WATER PRESSURE 2-P-05 LOW FEED WATER PRESSURE 2-P-06 LOW FEED WATER PRESSURE 3 FCV-1D OPEN 3 FCV-1D CLOSED 3 FCV-2D OPEN 3 FCV-2D CLOSED 3 FCV-3D OPEN 3 FCV-3D CLOSED 3 FCV-4D OPEN 3 FCV-4D CLOSED 3 FCV-5D OPEN 3 FCV-5D CLOSED 3 FCV-6D OPEN 3 FCV-6D CLOSED 16C 1 include ~0 DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI CCNRWTt~ Expansion O] 7533 16474-I- 36 August 3, 2000 FEED FEED FF~.D FEED FReD FRED HIGH HIGH HIGH HIGH HIGH PUMP 2-P-01 RUN PUMP 2-P-02 RUN PUMP 2-P-03 RUN PUMP 2-P-04 RUN PUMP 2-P-05 RUN PUMP 2-P-06 RUN PRESSURE MEMBRANE FEED PUMP 2-P-01 PRESSURE MEMBRANE FEED PUMP 2-P-02 PRESSURE MEMBRANE FEED PUMP 2-P-03 PRESSURE MEMBRANE FEED PUMP 2-P-04 PRESSURE MEMBRANE FEED PUMP 2-P-05 HIGH PRF-SSURE MEMBRANE FEED PUMP 2-P-06 TRANSFER PUMP 12-P-02 RUN TRANSFER PUMP 12-P-03 RUN TRANSFER PUMP 12-P-04 RUN TRANSFER PUMP 12-P-05 RUN CONCENTRATE PUMP 16-P-01 RUN CONCENTRATE PUMP 16-P-02 RUN CONCENTRATE PUMP 16-P-03 RUN FUEL STORAGE TANK #1 LOW LEVEL FUEL DAY TANK//2 LOW LEVEL FUEL DAY TANK #2 HIGH LEVEL FUEL STORAGE TANK ~ LOW LEVEL FUEL DAY TANK #3 LOW LEVEL FUEL DAY TANK #3 HIGH LEVEL GENERATOR SW A 20-EI-.~ GENERATOR SW B 20-EI-B GENERATOR SW C 20-EI-C GENERATOR SW D 20-EI-D GENERATOR//2 FAILURE GENERATOR #3 FAILURE 17 FCV-1 STOP 17 FCV-1 OPEN PULSE 17 FCV-1 CLOSE PULSE 2 FCV-1A STOP 2 FCV-1A OPEN PULSE 2 FCV-1A CLOSE PULSE 2 FCV-2A STOP 2 FCV-2A OPEN PULSE 2 FCV-2A CLOSE PULSE CCNR~I"FP Expansion 017533 16474-1-37 DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DO DO DO DO DO DO DO DO DO August3,2000 16C 2 FCV-3A STOP 2 FCV-3A OPEN PULSE 2 FCV-3A CLOSE PULSE 2 FCV-4A STOP 2 FCV-4A OPEN PULSE 2 FCV-4A CLOSE PULSE 2 FCV-5A STOP 2 FCV-5A OPEN PULSE 2 FCV-5A CLOSE PULSE 3 FCV-1D STOP 3 FCV-1D OPEN PULSE 3 FCV-ID CLOSE PULSE 3 FCV-2D STOP 3 FCV-2D OPEN PULSE 3 FCV-2D CLOSE PULSE 3 FCV-3D STOP 3 FCV-3D OPEN PULSE 3 FCV-3D CLOSE PULSE 3 FCV-4D STOP 3 FCV-4D OPEN PULSE 3 FCV-4D CLOSE PULSE 3 FCV-5D STOP 3 FCV-SD OPEN PULSE 3 FCV-5D CLOSE PULSE 3 FCV-6D STOP 3 FCV-6D OPEN PUI~E 3 FCV-6D CLOSE PULSE TRANSFER PUMP 12-P-02 LOCKOUT TRANSFER PUMP 12-P-03 LOCKOUT TRANSFER PUMP 12-P-04 LOCKOUT TRANSFER PUMP 12-P-05 LOCKOUT MEMBRANE FEED PUMP 2-P-01 LOW PRF~S. LOCKOUT MEMBRANE FEED PUMP 2-P-01 START/STOP COMMAND MEMBRANE FEED PUMP 2-P-02 LOW PRESS. LOCKOUT MEMBRANE FEED PUMP 2-P-02 START/STOP COMMAND MEMBRANE FEED PUMP 2-P-03 LOW PRESS. LOCKOUT MEMBRANE FEED PUMP 2-P-03 START/STOP COMMAND MEMBRANE FEED PUMP 2-P-04 LOW PRESS. LOCKOUT MEMBRANE FEED PUMP 2-P-04 START/STOP COMMAND MEMBRANE FEED PUMP 2-P-05 LOW PRESS. LOCKOUT MEMBRANE FEED PUMP 2-P-05 START/STOP COMMAND DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO CCNRgeTP Expansion 16474J- 38 017533 August 3, 2000 16C 1 MEMBRANE FEED PUMP 2-P-06 LOW PRESS. LOCKOUT MEMBRANE FEED PUMP 2-P-06 START/STOP COMMAND TRANSFER PUM? 12-P-02 START/STOP COMMAND TRANSFER PUMP 12-P-03 START/STOP COMMAND TRANSFER PUMP 12-P-04 START/STOP COMMAND TRANSFER PIJMP 12-P-05 START/STOP COMMAND CONCENTRATE PUMP 16-P-01 START/STOP COMMAND CONCENTRATE PUMP 16-P-01 LOW LEVEL CUTOUT CONCENTRATE PUMP 16-P-02 START/STOP COMMAND CONCENTRATE PUMP 16-P-02 LOW LEVEL CUTOUT CONCENTRATE PUMP 16-P-03 START/STOP COMMAND CONCENTRATE PUMP 16-P-03 LOW LEVEL CUTOUT 5-FIT-2 TAMIAMI FEED WATER FLOW 17-CT-3 TAMIAMI FEED WATER CONDUCTIVITY 17-AIT-4 TAMIAMI FEED WATER PRE~CARTRIDGE FILTER pH 17-AIT-5 TAMIAMI FEED PRE-CARTRIDGE FILTER TURBIDITY 17-CF-AIT-3 TAMIAMI FEED POST CARTRIDGE FILTER pH 17-CF-AIT-2 TAMIAMI FEED POST CARTRIDGE FILTER TURB. 17-TI-2 TAMIAMI FEED WATER TEMPERATURE 1-CF-PDIT-1 CARTRIDGE FILTER DIFFERENTIAL PRESSURE 2-PIT-01 SKID 3-RO-01 FEED PRESSURE 3-PIT-01A SKID 3-RO-01 1st STAGE PERMEATE PRESSURE 3-DPIT-01A SKID 3-RO-01 1st STAGE DIFF. PRESSURE 3-FT-01A SKID 3-RO-01 1st STAGE PERMEATE FLOW 3-DPIT-01B SKID 3-RO-01 2nd STAGE DIFF. PRESSURE 3-FT-01B SKID 3-RO-01 2rid AND 3rd STAGE PERMEATE FLOW 3-PIT-01C SPARE 3-DPIT-01C 3rd SKID 3-RO-01 STAGE DIFF. PRESSURE 3-FT-01D SKID 3-RO-01 REJECT FLOW 3-FT-01C SPARE 2-PIT-02 SKID 3-RO-02 FEED PRESSURE 3-P1T-02A SKID 3-RO-02 1st STAGE PERMEATE PRESSURE 3-DPIT-02A SKID 3-RO-02 1st STAGE DIFF. PRESSURE 3-FT-02A SKID 3-RO-02 1st STAGE PERMEATE FLOW 3-DPIT-02B SKID 3-RO-02 2nd STAGE DIFF. PRESSURE 3-FT-02B SKID 3-RO-02 2nd AND 3rd STAGE PERMEATE FLOW 3-PIT-02C SPARE 3-DPIT-02C 3rd SKID 3-RO-02 STAGE DIFF. PRESSURE CCNRWTP ExFansion 16474-I- 39 017533 DO DO DO DO DO DO DO DO DO DO DO DO AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI August 3, 2000 3-FT-02D SKID 3-RO-02 REJECT FLOW 3-FT-02C SPARE 2-P1T-03 SKID 3-RO-03 FEED PRESSURE 3-PIT-03A SKID 3-RO-03 1st STAGE PERMEATE PRESSURE 3-DPIT-03A SKID 3-RO-03 1st STAGE DIFF. PRESSURE 3-FT-03A SKID 3-RO-03 1st STAGE PERMEATE FLOW 3-DPIT--03B SKID 3-RO-03 2nd STAGE DIFF. PRESSURE 3-FT-03B SKID 3-RO-03 2nd AND 3rd STAGE PERMEATE FLOW 3-PIT-03C SPARE 3-DPIT-03C 3rd SKID 3~RO-03 STAGE DIFF. PRESSURE 3-FT-03D SKID 3-RO-03 RF_JECT FLOW 3-FT-03C SPARE 2-PIT--04 SKID 3-RO-04 FEED PRESSURE 3-PIT-04A SKID 3-RO-04 1st STAGE PERMEATE PRESSURE 3-DPIT-04A SKID 3-RO-04 1st STAGE DIFF. PRESSURE 3-FT-04A SKID 3-RO-04 1st STAGE PERMEATE FLOW 3-DP1T-04B SKID 3-RO-04 2nd STAGE DIFF. PRESSURE 3-FT-04B SKID 3-RO-04 2nd AND 3rd STAGE PERMEATE FLOW 3-PIT-04C SPARE 3-DPIT-04C 3rd SKID 3-RO-04 STAGE DIFF. PRESSURE 3-FT-04D SKID 3-RO-04 REJECT FLOW 3-Fr-04C SPARE 2-PIT-05 SKID 3-RO-05 FEED PRESSURE 3-PIT-05A SKID 3-RO-05 1st STAGE PERMEATE PRESSURE 3-DPIT-05A SKID 3-RO-05 1st STAGE DIFF. PRESSURE 3-Fr-05A SKID 3-RO-05 1st STAGE PERMEATE FLOW 3-DPIT-05B SKID 3-RO-05 2rid STAGE DIFF. PRESSURE 3-FT-05B SKID 3-RO-05 2rid AND 3rd STAGE PERMEATE FLOW 3-PIT-05C SPARE 3-DPIT-05C 3rd SKID 3-RO-05 STAGE DIFF. PRESSURE 3-FT-05D SKID 3-RO-05 REJECT FLOW 3-FT-05C SPARE 2-PIT-06 SKID 3-RO-06 FEED PRESSURE 3-Prr-06A SKID 3-RO-06 1st STAGE PERMEATI5 PRF~SURE 3-DPIT-06A SKID 3-RO-06 1st STAGE DIFF. PRESSURE 3-FT-06A SKID 3-RO-06 1st STAGE PERMEATE FLOW 3-DPIT-06B SKID 3-RO-06 2nd STAGE DIFF. PRESSURE AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI CCNl~F~TP Expansion 16474-I - 40 017533 August 3, 2000 3-FT-06B SKID 3-RO-06 2nd AND 3rd STAGE PERMEATE FLOW 3-PIT-06C SPARE 3-DPIT-06C 3rd SKID 3-RO-06 STAGE DIFF. PRESSURE 3-FT-06D SKID 3-RO-06 REIECT FLOW 3-FT-06C SPARE 3-CIT-01 SKID 3-RO-01 PERMEATE CONDUCTIVITY 3-CIT-02 SKID 3-RO-02 PERMEATE CONDUCTIVITY 3-CIT-03 SKID 3-RO-03 PERMEATE CONDUCTIVITY 3-CIT-04 SKID 3-RO-04 PERMEATE CONDUCTIVITY 3~CIT-05 SKID 3-RO-05 PERMEATE CONDUCTIVITY 3-CIT-06 SKID 3-RO-06 PERMEATE CONDUCTIVITY 17-FIT-1 START-UP BYPASS FLOW 17-PIT-1 TAMIAMI PRETREATED WATER PRESSURE 16-LIT-01 CONCENTRATE WETWELL LEVEL 16-LIT-02 CONCENTRATE WETWELL LEVEL 11-LIT-1 MEMBRANE FLUSH TANK LEVEL FUEL TANK #1 LEVEL FUEL TANK #2 LEVEL 17-FIqA START-UP BYPASS FLOW 3-FCV-1A VALVE ACTUATOR 3-FCV- 1C VALVE ACTUATOR 3-FCV-2A VALVE ACTUATOR 3-FCV-2C VALVE ACTUATOR 3-FCV-3A VALVE ACTUATOR 3-FCV-3C VALVE ACTUATOR 3-FCV-4A VALVE ACTUATOR 3-FCV-4C VALVE ACTUATOR 3-FCV-5A VALVE ACTUATOR 3-FCV-5C VALVE ACTUATOR 3-FCV-6A VALVE ACTUATOR 3-FCV-6C VALVE ACTUATOR 11-FCV-01 VALVE ACTUATOR MEMBRANE FEED PUMP 2-P-01 SPEED CONTROL MEMBRANE FEED PUMP 2-P-02 SPEED CONTROL MEMBRANE FEED PUMP 2-P-03 SPEED CONTROL MEMBRANE FEED PUMP 2-P-04 SPEED CONTROL MEMBRANE FEED PUMP 2-P-05 SPEED CONTROL MEMBRANE FEED PUMP 2-P-06 SPEED CONTROL CCNRWTP Expansion 017533 164744- 41 AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AI AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO August 3, 2000 HIGH SERVICE PUMP 15-P-01 RUN HIGH SERVICE PUMP 15-P-02 RUN HIGH SERVICE PUMP 15-P-03 RUN HIGH SERVICE PUMP 15-P-04 RUN CHLORINE LEAK DETECTORS CHLORINE LOW GAS PRESSURE 10-FCV01-1 BALL VALVE ACTUATOR OPEN 10-FCV01-1 BALL VALVE ACTUATOR CLOSED 10-PSL01-2 LOW WATER PRESSURE 6-PSL~01 LOW AMMONIA PRESSURE AMMONIA LEAK DETECTORS 4-LSL-01 ACID TANK LOW LEVEL 4-LSL-02 ACID DAY TANK LOW LEVEL 4-P-02 ACID PUMP RUN 4-P-03 ACID PUMP RUN 4-P-04 ACID PUMP RUN 4-FCV-1 ACID VALVE OPEN 4-FCV-1 ACID VALVE CLOSED 5-LSL-1 SCALE INHIBrrOl~ TANK LOW LEVEL 5-LSL-2 SCALE INHIBITOR DAY TANK LOW LEVEL 5-P-02 SCALE INHIBITOR PUMP RUN 5-P-03 SCALE INHIBITOR PUMP RUN 5-P-04 SCALE INHIBITOR PUMP RUN 5-FCV-1 SCALE INHIBITOR VALVE OPEN 5-FCV-1 SCALE INHIBITOR VALVE CLOSED 7-LSL-1 ZINC ORTHOPHOSPHATE TANK LOW LEVEL 7-LSL-2 ZINC ORTHOPHOSPHATE DAY TANK LOW LEVEL 7-P-02 ZINC PUMP RUN 7-P-03 ZINC PUMP RUN 7-P-04 ZINC PUMP RUN 7-FCV-1 ZINC VALVE OPEN 7-FCV-1 ZINC VALVE OPEN 9-LSL-1 SODIUM HYDROXIDE TANK LOW LEVEL 9-LSL-2 SODIUM HYDROXIDE DAY TANK LOW LEVEL 9-P-02 SODIUM HYDROXIDE PUMP RUN 9-P-03 SODIUM HYDROXIDE PUMP RUN 9-P-04 SODIUM HYDROXIDE PUMP RUN 9-FCV-1 SODIUM VALVE OPEN DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI CCNRWTP Expansion 16474-1- 42 August 3, 2000 017533 16C 1 9-FCV~I SODIUM VALVE CLOSED FLUORIDE SYSTEM LOW LEVEL 14-LSL-1 SODIUM HYPOCHLORITE TANK LOW LEVEL 14-LSL-2 SODIUM HYPOCItLOR1TE DAY TANK LOW LEVEL 14-P-02 SODIUM HYPOCI-ILORITE PUMP RUN 14-P-03 SODIUM HYPOCHLORITE PUMP RUN 14-P-04 SODIUM HYPOCHLORITE PUMP RUN 14-P-05 SODIUM HYPOCI-ILORITE PUMP RUN HIGH SERVICE PUMP HIGH SERVICE PUMP HIGH SERVICE PUMP HIGH SERVICE PUMP HIGH SERVICE PUMP HIGH SERVICE PUMP HIGH SERVICE PUMP HIGH SERVICE PUMP 10-FCV-01-1 OPEN PULSE 10-FCV-01-1 CLOSE PULSE 10-FCV-01-2 OPEN PULSE 10-FCV-01-2 CLOSE PULSE 4-FCV-1 OPEN PUI~E 4-FCV-1 CLOSE PULSE 15-P-01 LOW LEVEL CUTOUT 15-P-01 START/STOP COMMAND 15-P-02 LOW LEVEL CUTOUT 15-P-02 START/STOP COMMAND 15-P-03 LOW LEVEL CUTOUT 15-P-03 START/STOP COMMAND 15-P-04 LOW LEVEL CUTOUT 15-P-04 START/STOP COMMAND 4-P-02 ACID PUMP START/STOP COMMAND 4-P-03 ACID PUMP START/STOP COMMAND 4~P-04 ACID PUMP START/STOP COMMAND 5~FCV-1 OPEN PULSE 5~FCV-1 CLOSE PULSE 5-P-02 SCALE INHIBITOR PUMP START/STOP COMMAND 5-P-03 SCALE INHIBITOR PUMP START/STOP COMMAND 5~P-04 SCALE INHIBITOR PUMP START/STOP COMMAND 7-FCV-1 OPEN PULSE 7-FCV-1 CLOSE PULSE 7-P-02 ZINC PUMP START/STOP COMMAND 7-P-03 ZINC PUMP START/STOP COMMAND 7-P-04 ZINC PUMP START/STOP COMMAND NN9-FCV~I OPEN PULSE 9-FCV-1 CLOSE PULSE 9-P-02 SODIUM HYDROXIDE PUMP START/STOP COMMAND 9-P-03 SODIUM HYDROXIDE PUMP START/STOP COMMAND 9-P-04 SODIUM HYDROXIDE PUMP START/STOP COMMAND CCNRWTP Expansion 16474-1- 43 017533 DI DI DI DI DI DI DI DI DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO DO August 3, 2000 16[; 1 14-P--02 SODIUM HYPOCHLORITE PUMP START/STOP COMMAND 14-P-03 SODIUM HYPOCHLORITE PUMP START/STOP COMMAND 14~P-04 SODIUM HYPOCHLORITE PUMP START/STOP COMMAND 14-P-05 SODIUM HYPOCHLORITE PUMP START/STOP COMMAND AMMONIATOR #1 START/STOP COMMAND AMMONIATOR/f2 START/STOP COMMAND 15-PIT-01 FINISHED WATER PRESSURE 10S-WT-l-1 CL2 CYLINDERS #I WEIGHT 10S-WT-2-1 CL2 CYLINDERS g2 WEIGHT 4-LIT-1 ACID TANK LEVEL 4-LIT-2 ACID DAY TANK LEVEL 5-LIT- 1 SCALE INHIBITOR TANK LEVEL 5-LIT-2 SCALE INHIBITOR DAY TANK LEVEL 7-LIT-1 ZINC ORTHOPHOSPHATE TANK LEVEL 7-LIT-2 ZINC ORTHOPHOSPHATE DAY TANK LEVEL 9-LIT-1 SODIUM HYDROXIDE TANK LEVEL 9-LIT-2 SODIUM HYDROXIDE DAY TANK LEVEL 14-LIT-1 SODIUM HYPOCHLORITE TANK LEVEL 14-LIT-2 SODIUM HYPOCHLORITE DAY TANK LEVEL 17-FIT-02 FINISHED WATER FLOW HIGH SERVICE PUMP 15-P-01 SPEED CONTROL HIGH SERVICE PUMP 15-P-02 SPEED CONTROL HIGH SERVICE PUMP 15-P-03 SPEED CONTROL HIGH SERVICE PUMP 15-P-04 SPEED CONTROL 10-C--01 CHLORINATOR 6-A-01 DIRECT GAS FEED AMMONIATOR 4-P-02 ACID PUMP SPEED CONTROL 4-P-03 ACID PUMP SPEED CONTROL 4-P-04 ACID PUMP SPEED CONTROL 5-P-02 SCALE INHIBITOR PUMP SPEED CONTROL 5-P-03 SCALE INHIBITOR PUMP SPEED CONTROL 5-P-04 SCALE INHIBITOR PUMP SPEED CONTROL 7-P-02 ZINC ORTHOPHOSPHATE PUMP SPEED CONTROL 7-P-03 ZINC ORTHOPHOSPHATE PUMP SPEED CONTROL 7-P-04 ZINC ORTHOPHOSPHATE PUMP SPEED CONTROL B-CP-1 FLUORIDE SYSTEM PRODUCT FLOW PUMPS 9-P-02 SODIUM HYDROXIDE PUMP SPEED CONTROL 9-P-03 SODIUM HYDROXIDE PUMP SPEED CONTROL 9-P-04 SODIUM HYDROXIDE PUMP SPEED CONTROL !, CCNRP~rP Expansion 16474-1 - 44 017.533 DO DO DO DO DO DO AI AI AI AI AI AI AI AI AI AI AI AI AI AI AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO AO August 3, 2000 16[; 1 13-SG-07A VALVE CLOSED 13-SG-07B VALVE CLOSED 13-CB-01 DEGASIFIER BLOWER RUN 13-CB-02 DEGASIFIER BLOWER RUN 13-CB-03 DEGASIFIER BLOWER RUN 14-P-08 ODOR CONTROL PUMP RUN 14-P-09 ODOR CONTROL PUMP RUN 14-P-10 ODOR CONTROL PUMP RUN 14-P-11 ODOR CONTROL PUMP RUN ODOR CONTROL #1 SYSTEM ABNORMAL 14-AE-03 HIGH ALARM H2S 14-P-12 ODOR CONTROL PUMP RUN 14-P-13 ODOR CONTROL PUMP RUN 14-P-14 ODOR CONTROL PUMP RUN 14-P-15 ODOR CONTROL PUMP RUN ODOR CONTROL//2 SYSTEM ABNORMAL 14-AE-04 HIGH ALARM H2S 13-FCV-03A DEGASIFIER WATER VALVE STOP COMMAND 13-FCV-03A DEGASIFIER WATER VALVE OPEN PULSE 13-FCV~03A DEGASIFIER WATER VALVE CLOSE PULSE 13-FCV-02A DEGASIFIER WATER VALVE STOP COMMAND 13-FCV~02A DEGASIFIER WATER VALVE OPEN PULSE 13-FCV-02A DEGASIFIER WATER VALVE CLOSE PULSE 13-FCV-01A DEGASIFIER WATER VALVE STOP COMMAND 13-FCV-01A DEGASIFIER WATER VALVE OPEN PULSE 13-FCV-01A DEGASIFIER WATER VALVE CLOSE PULSE 13-CB-03 DEGASIFIER BLOWER START/STOP COMMAND 13-CB-02 DEGASIFIER BLOWER START/STOP COMMAND 13-CB-01 DEGASIFIER BLOWER START/STOP COMMAND 13-FIT-05 PERMEATE FLOW TO DEGASIFIERS 16-PIT-2 CONCENTRATE PRESSURE AT WETWELL 15-LIT-1 16-P1T-1 16-FIT-1 16-LIT-1 16-L1T-1 GROUND STORAGE TANK 15-T-01 LEVEL CONCENTRATE PRESSURE AT INJECTION WELL CONCENTRATE FLOW TO INJECTION WELL CONCENTRATE WETWELL LEVEL CONCENTRATE WETWELL LEVEL CCNRW'I~ Expansion 017.533 16474-1- 4.5 DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DI DO DO DO DO DO DO DO DO DO DO DO DO AI AI AI AI AI AI AI Augrust 3, 2000 16C 1 14-AIT-01A ODOR CONTROL SYSTEM #1 1st STAGE pFI 14-AIT-01B ODOR CONTROL SYSTEM #1 2rid STAGE pH 14-AIT-01C ODOR CONTROL SYSTEM #1 ORP 14-A1T-02A ODOR CONTROL SYSTEM #2 1st STAGE pH 14-AIT--02B ODOR CONTROL SYSTEM/C2 2rid STAGE pH 14oAIT-02C ODOR CONTROL SYSTEM/g20RP 12-LIT-I TRANSFER PUMP STATION LEVEL 12-LIT-2 TRANSFER PUMP STATION LEVEL AI AI AI AI AI AI AI AI * * * END OF SECTION * * * CCArRMgTP Expansion 154 74-1~ 46 017533 August 3, 2000 P~-RT 1 - GEIqF.,RAL 1.01 SECTION 16480 MOTOR CONTROL CENTERS 16C 1 DESCRIPTION OF WORK: A. Motor control centers (MCC) as shown on the drawings and specified herein. B. Motor control centers shall be the product of the manufacturer of the major electrical components incorporated therein. 1.02 SUBMITTALS: The following submittals are required for this work: A. Manufacturer's Product Data (disconnects, switches, breakers, pushbuttons, indicating lights, soft-start controllers, motor starters, meters, and other equipment as required. B. Shop Drawings (outline dimensions, panel layouts, wiring diagrams for MCC panels) C. Operation & Maintenance Manuals (installation instructions, troubleshooting guide, parts list, and warranty) PART 2 - PRODUCTS 2.01 MOTOR CONTROL CENTER (MCC): A. General: 1. The motor control centers shall be Allen-Bradley, AB "Centerline", General Electric 8000 Line, Cutler Hammer-Westinghouse, Siemens, or approved equivalent. Bus work shall be braced for 65,000 amps S.C. symmetrical or as indicated on drawings. 2. The MCC(s) shall be wired for NEMA Class II, Type "B" construction. All control units shall be assembled with motor and control leads brought out to unit terminal boards in each compartment. NCRWTP Modifications 15480-1 August 3, 2000 024723 The motor control centers shall utilize, control components of the same manufacturer. The MCC(s) shall be of size to accommodate the equipment, but the overall length must not exceed available space indicated on the Drawings. The motor control centers vertical sections shall be 90 inches high, 20 inches wide, and 20 inches deep. Materials and Construction: 1. Enclosures: Structural members shall be fabricated of not less than 12-gage steel and side and top panels and doors shall be not less than 14-gage steel. Enclosures shall be NEMA 12 in the treatment plant and NEMA 3R for wellhouses and outdoor service, unless otherwise indicated. 2. Buses and Sections: MCC shall be constructed with main horizontal copper bus and with a vertical copper bus in each Section rated 300 amperes minimum or as indicated on drawings and shall include a full sized copper neutral bus. The MCC shall have a full length bare 2 inches X ~A inch copper ground bus. The main horizontal copper bus shall be shielded front and rear with full width and height polyester barrier provided through each section and shall be supported by bus supports. Wireways: Provide horizontal wireways at top and bottom of each vertical section. Provide vertical wireways with wire supports for each vertical section. Interconnect all wireways with split terminal blocks to permit easy removal. 4. Wiring: Conductors shall be copper, sized as required by the load except control wiring shall be no smaller than No. 14 AWG with flame retardant, moisture and heat resistant insulation. NCRWT/' Modifications 024723 16480-2 August 3, 2000 16C 1 NCRWTP Modifications 024723 b. Bundle and tie wire conductors and cables in wireways. Co Identify all internal wiring to terminal blocks by color coding or wire markers. Sizes: The Drawings indicate the approximate horsepower and other data (control devices) of the respective motors where available; however, the NEMA size, fuse size, and thermal overload heater element ratings shall in all cases be matched to the motors actually supplied, in accordance with the National Electrical Code and MCC suppliers' Heater Selection Tables. Motor Control Center Units: Motor control center units: Drawout type. Units larger than NEMA Size 4 having bolt-in construction. Removable units of same size and type capable of being fully interchangeable. bo Interlock disconnect devices associated with the door open unless a tool is used or a defeater device is operated. Co Fumish disconnect devices capable of being locked in either the open or closed position. do Arrange each unit so that when its starter has been removed, its door may be closed to cover the opening. Motor Control Center Starter Units: Unless otherwise indicated, use a combination starter, consisting of a motor circuit protector and magnetic starter, as indicated. Momentary and interrupting ratings of motor circuit pro~ctors shall be coordinated with main bus bracing. Type of starters, i.e., full voltage, reduced voltage, nonreversing two-speed, etc., are as indicated. Furnish magnetic starters with thermal overload protection on each phase with external manual reset. Overload relays shall be ambient-compensatf, xl. Overload heaters for each motor shall be based on nameplate data and operating conditions 16480-3 Augttst 3, 2000 16O 1 Of motor installed. Coordinate momentary short circuit rating of starter units with buses and motor circuit protectors. Minimum starter capacity shall be NEMA Size 1. Verify type (single- or 2-winding) of two-speed motor being installed and furnish type of motor starter necessary for control of motor. Furnish decelerating, time-delay relay for each two-speed starter. Provide HAND-OFF-AUTO switch and MOTOR RUN and MOTOR OFF pilot lights unless indicated on local pump control panel. Furnish starter operating coils suitable for operation on 120-volt, single-phase, 60-Hertz. Furnish each starter with at least one normally open and one normally closed auxiliary contact. Furnish additional normally open and/or normally closed auxiliary contacts for indicating lights, interlocking and other requirements as indicated. Motor horsepower indicated may not be same as furnished. If larger motors are furnished, circuit breakers, motor circuit protectors, starters, wire and conduits of larger capacity may be necessary. Furnish a control transformer with primar~ fuses and secondary fuse within compartment for control of each starter. Secondary voltage shall be 120 vac, unless otherwise indicated. Determine load of each motor control circuit and furnish control circuit transformer of ample capacity. Control circuit loads may consist of, but not be limited to, solenoid operators, motorized valves, motorized dampers, relays, motor heaters, etc. Furnish 2- winding, dry-type transformers of suitable volt-ampere rating, but not less than 75 volt-amperes. Soft start controllers where indicated on plans shall be solid state and provide for reduced voltage starting and shall include overload protection. They shall be by the manufacturer of motor control center. NCRWTP Modifications 024723 16480-4 August $, 2000 16C 1 Circuit Breakers: Unless otherwise indicated, furnish manually operable circuit breakers and provide thermal-magnetic, inverse-time-limit overload, and instantaneous, short-circuit protection. Breakers: Molded case type, rated 480 volts, 2 or 3 pole and having 100-ampere or larger frames. Interrupting rating as indicated on drawings. Furnish overload protection on all poles with trip settings as indicated. Breakers of 225-ampere frames and larger shall have interchangeable trip units and adjustable magnetic trip elements. d. Where indicated, furnish circuit breakers with shunt trip. Motor Circuit Protectors: Motor circuit protectors shall be completely enclosed molded case devices with current sensing coil in each of 3 poles having adjustable magnetic trip setting by means of single dial or knob on front. Motor circuit protector shall be manually operable. Protector shall be designed to meet NEC requirements concerning motor full load and locked-rotor current. Interrupting rating shall be as indicated on drawings. Where indicated, provide current limiters, completely enclosed in molded case, bolted to load end of motor circuit protector to provide at least 100,000 amperes symmetrical interrupting rating at 600 volts. Limiters shall be coordinated with protector so low level short circuit, protector interrupts circuit without limiter operation. Faults interrupted by limiter also trip the protector and open all 3 poles. Each limiter shall be equipped with an indicator to show that the limiter has interrupted a fault. The settings of the protectors shall be based on the motor nameplate data of the motors installed. NO~WT/' Modifications 024723 16480-5 ~tugu~t $, 2000 10. Ground Fault Protection: ao Furnish ground fault protection where indicated by current sensor and relay. Solid or split-core type current sensor with test winding. Solid-state type with adjustable trip and time delay with two normally open contacts. Wire one contact to circuit breaker shunt trip. Monitor panel shall include ground fault signal light, control power indicator, relay reset button and facility for testing system without tripping circuit protective device. 11. Fused Switches: 12. 13. Fused disconnect switches shall be heavy-duty type rated 600 volts, 60 Hertz with provisions for padlocking in OFF position. Ampere rating as indicated. bo Fuses shall be UL Standard Class J, current-limiting type with minimum interrupting rating of 100,000 amperes rms symmetrical. Fuse size shall be recommended by manufacturer and submitted for review by Engineer. Furnish time-current characteristics curves for each size of fuse. Contactors: ao Contactors as required for electric heating and other nonmotor loads shall be similar to motor starters except without overload relays or heaters. Contactors for lighting loads shall be mechanically held. Ampere rating shall be as indicated, except furnish 30 amperes minimum r~ating for tungsten lampload. Control Devices: Control relays shall be heavy-duty, industrial type with at least two normally open and two normally closed contacts. Coils shall be 120 volts, 60 Hertz. NCRWIP Modifications 024723 16480-6 Augu*t $, 2000 16[ 1 NCRWTP Modifications 024723 b. Contacts shall be rated 10 amperes, alternating current. Time-delay relays shall be adjustable, pneumatic type, range 2 to 60 seconds and operated on 120 volts, 60 Hertz, with at least one normally open and one normally closed timed contact. Pushbuttons and instrument selector switches shall be heavy-duty, oiltight units rated 10 amperes continuous current at 120 volts. Indicating lights shall be transformer type, heavy-duty, oil-tight units. Control and selector switches shall be rotary type with enclosed contacts. Equip each switch with rectangular escutcheon and pistol-grip handle, except that handles for instrument phase selector switches shall be furnished with round knurled or slotted handles. Switch contacts shall be rated 10 amperes continuous, 600 volts. 14. Instruments: Instruments where indicated shall be panel type, approximately 3- % or 4-% inches square as indicated, semi-flush mounted. Accuracy shall be within 1 percent of full scale (plus or minus). Select scales so full load readings occur at approximately 70 percent of full scale. b. Furnish suitable instrument transformers where required. c. Current transformers: Window type and insulated for 600 volts. Furnish potential transformers with current limiting primary fuses where required. Running time meters shall be panel-mounted, nonreset type, 346 inch square, with register to indicate hours and tenths of hours up to 99,999.9 hours. Meters shall operate on 120-volts, 60-Hertz. Furnish current and potential test blocks with plugs where indicated. Clearly identify blocks and plugs as to current, voltage and phase. 1648O-7 August 3, 2000 15. Space Heaters: Provide thermostat controlled electric space heaters to prevent ~ondensafion of moisture in motor control centers. 16. Surge Protection: Provide surge protection on input. Surge protection shall be Advanced Protection Technologies Model TE/4000P, or approved equivalent. C. Painting and Identification: The motor control center unit shall be suitably identified by bakelite nameplates conforming to Section 16010, which shall be permanently attached to the doors. The motor control center shall be marked with, 1) a title in the center with 2-inch labels, and 2) the feeder circuit in the upper left-hand comer with l/2-inch labels. Each control unit, light and device ihall be identified by a small nameplate. Identification shall include circuit number as shown on the Drawings, e.g., "SERVICE PUMP P-6." Control units inside compartments shall be clearly identified with tags or stencil markings. Finish for motor control centers shall be ANSI 61. The panels shall be given two (2) coats of primer inside and out and two (2) coats of enamel finish. 2.02 MODIFICATION OF EXISTING MOTOR CONTROL CENTERS: Existing motor control centers shall be modified as shown on contract drawings. New starters, circuit breakers, fused disconnect switches and all other electrical equipment which is necessary for modification to existing motor control center shall be of same manufacturer as MCC'. New fuses shall be of same short circuit withstand rating as other fuses which are located in the MCC. NERWTP Modifications 16480-8 August 3, 2000 024723 PART 3.01 16C 1 3 - EXECUTION GENERAL: Coordinate installation work with operation of existing systems to minimize downtime. Submit proposed sequence and schedule for any installation requiring an existing MCC to be taken out of service at least six working days before a shut-down is required. Any shut-down of existing equipment will be by plant personnel. 3.02 INSTALLATION: Install steel channel sills as recommended by MCC manufacturer that have suitable drilled holes for mounting, aligning, and bolting each MCC in place. Properly set and level channel sills. If MCC equipment pads are located on concrete floor slabs, furnish steel channel mounting sills and anchor bolts, in time for placing concrete for construction of concrete equipment pads. C. Install items in accordance with manufacturer's instructions. Torque bus bar bolts to manufacturer's recommendations and tighten nuts and bolts on the steel structure to ensure structural integrity. Adjust the magnetic setting on motor circuit protectors in accordance with motor inrush currents (nameplate data). 3.03 INSPECTION AND TESTING: Provide inspection, testing, and startup services per Section 16010, Electrical and Instrumentation General Provisions, as indicated below: A. Shop Testing including electrical continuity and insulation. B. Certificate of Proper Installation (minimum 1 man-day excluding travel). C. Functional Acceptance Test (minimum 1 man-day excluding travel). * * * END OF SECTION * * * NCRWTP Modifications 024723 16480-9 August 3, 2000 SECTION 16940 INSTRUMENTATION PART 1 - GENERAL 1.01 WORK INCLUDED HEREIN: Instrumentation equipment, complete with controllers, indicators, recorders, timers, spare parts and other appurtenances as indicated. 1.02 QUALITY ASSURANCE: Unless otherwise indicated, the materials to be provided under this specification shall be the standard products of a manufacturer regularly engaged in the production of such equipment and shall be the manufacturer's latest standard design complying with the specification. Substitutions on functions specified will not be allowed. To assure interchangeability of parts, maintenance of quality, and ease of interfacing the various subsystems, strict compliance with the specifications shall be maintained. The system st/pplier shall coordinate system requirements with mechanical and electrical systems suppliers to furnish any signal isolation, signal boosting devices or auxiliary relays that may be required. Provide auxiliary devices necessary for proper operation, such as transducers, relays, current/current iselators, and signal boosters for interfacing with equipment provided under this and other sections of this specification. Instrument Calibration: Calibrate electronic test equipment within 6 months prior to testing. Accu~ies of test equipment shall be traceable to Bureau of Standards. Instrumentation accuracy shall be in accordance with manufacturer's standard, unless otherwise stated herein. Calibrate all instrumentation in the presence of the Engineer. Linkage or range adjustments must be sealed by colored lacquer immediately following calibration. Instrumentatio~ accuracy in accordance with manufacturer's standard, unless otherwise stated herein. NOt14r1'p Modifications 024723 16940-1 August 3, 2000 160 1' G. Protect materials and equipment against damage in storage and during construction. Replace damaged materials or equipment at no cost to the Owner, as determined by the Engineer during final inspection. I. Identify all exceptions to the specifications in the first documentation submittal. 1.03 SUBMrlTALS: The following submittals are required for this work: Manufacturer's Product Data. Furnish full technical details of all instrumentation offered. B. Loop/equipment protective devices as required, and their proposed application. C. Test Reports (ihop and field calibration) Do Operation and Maintenance Manuals (including installation instructions, parts lists, and product warranty infomarion for all devices covered under this specification). Provide instrument loop diagrams in accordance with ISA-5.4. Identify range of all analog devices. Identify all termination cabinet and panel terminal numbers. Show all loops in their entirety including control wiring within the MCC and between all field devices including those devices furnished under other Divisions. Clearly identify which selector switch contacts are closed in each selector switch position. Identify normally open or normally closed status for all relay and switch contacts. Assign each wire a unique wire number. PART 2 - PRODUCTS 2.01 INSTRUMENT SPECIFICATIONS: Provide instruments ahd control devices compatible with the overall control system and satisfying the performance requirements indicated. A. pH Analyzer, Utility. Design Base Manufacturer: Great Lakes Instruments. Flow-through type pH sensor with integral temperature compensation. The sensor shall be of Differential Electrode Technique design which uses two NCRWTP Modifications 16940-2 Augu*t $, 2000 024723 16C ! electrodes to compare process value to a stable internal reference standard buffer solution. CPVC body, ceramic junction, glass process electrode, and Viton O-rings seal. Temperature compensation: 32 to 212°F. Pressure rating 100 psig at 212°F. Probe Product No. 6333P5TOP. Preamp 714 Series. Mounting Hardware Product No. MI-I334N9NZ. Two wire transmitter housed in NEMA 4X enclosure and including circuitry necessary to transmit an isolated 4-20 mA DC signal. Digital display of pH over range 0-14 with accuracy of 0.01 pH. Transmitter Model No. 692P3F5A7N. Device ,Data: Process AE/AIT-132 Pre Treatment 0-14 6.0 to 9.0 (typ) AF_JAIT-92 Post Treatment 0-14 6.0 to 9.0 (typ) Conductivity Analyzer, Utility. Design Base Manufacturer: Rosemount Analytical. Insertion type probe for sensing specific conductivity in water with integral temperature compensation. Probe Model No. 150-06-19. Two wire smart transmitter housed in NEMA 4 enclosure and including circuitry necessary to transmit an isolated 4-20 mA DC signal with automatic temperature compensation. Digital display 0 to 100% of indicated range. Transmitter Model No. 2081C-07-11-67. Device Data: Range Temperature Process (umho/cm) ~ CF. JCIT- 134 CE/CIT-3070 CF. JCIT-3080 CE/CIT-3090 CE/CIT-3100 CF_JCIT-3076 CE/CIT-3086 CE/CIT-3096 CE/CIT-3106 CF_JCIT-3074A CF_JCIT-3084P~ Cartridge Filter Effluent0-10,00073 RO//7 1st Stage Permeate0-500 73 RO//8 1st Stage Permeate0-500 73 RO g9 1st Stage Permeate0-500 73 RO//10 1st Stage Permeate0-500 73 RO//7 Common Permeate 0-500 73 RO//8 Common Permeate 0-500 73 RO//9 Common Permeate 0-500 73 RO Permeate Header #100-500 73 RO/t7 Interstage 0-20,000 73 RO//8 Interstage 0-20,000 73 NCRWT/' Modifications 024723 16940-3 Augu.vt 3, 2000 CF. JCIT-3094A RO//9 Interstage 0-20,000 CE/CIT-3104A RO #10 Interstage 0-20,000 Range ~ Process ~ 73 73 Temperature CE/CIT-3074B RO #7 Concentrate 0-30,000 73 CE/CIT-3084B RO #8 Concentrate 0-30,000 73 CF_JCIT-3094B RO g9 Concentrate 0-30,000 73 CE/CIT-3104B RO #10 Concentrate 0-30,000 73 RF Level Transmitter (Wells) Design Base Manufacturer: Drexelbrook RF type continuous level probe with smart transmitter and coaxial connecting cable and with local LCD indicating meter for local indication at the well enclosure. Probe shall have Cote Shield on upper portion to prevent false readings due to material build-up on the probe. Supply voltage' 24V DC nominal. Housing meeting NEMA 4X and explosion proof requirements. Probe shall be provided with a gage tube along its entire length to protect the probe. Probe with -~" NPT mounting assembly and with an insertion length of 60'. Well casing material is plastic. Output 2 wire 4-20 mA DC. Model No. 509-45-738. Device Data: Process Calibrated Range (inches) LIT-221 Well No. H1 0-600 LIT-222 Well No. H2 0-600 LIT-224 Well No. H4 0-600 LIT-225 Well No. 1-I5 0-600 LIT-226 Well No. H6 0-600 LIT-227 Well No. H7 0-600 LIT-228 Well No. 1-18 0-600 LIT-229 Well No. H9 0-600 LIT-230 Well No. H10 0-600 L1T-231 Well No. H11 0-600 Zero instrument so that zero is set to existing ground elevation at the well house. Level Transmitter (Chlorine Scrubber) NIZRltr/'P Modifications 16940~4 Augy. st $, 2000 024723 16C 1 Design Base Manufacturer: Drexelbrook, Model No. 509-0075-934-00. RF type continuous level probe with smart transmitter and coaxial connecting cable and with local LCD indicating meter for local indication at the chlorine scrubber. Supply voltage 24V DC nominal. Housing meeting NEMA 4X and explosion proof requirements. Output 2 wire 4-20 mA DC, HART protocol. Model No. 409-1030-009-04. Sensing element shall be Hastelloy C and FEP wetted parts, 0.54" O.D. Rod. 3", 150g, 316SS flange mounting with fitted TI~'E face. Sensing element shall have a Hastcloy C ground rod for ground reference in non-metalic tank. 48" insertion length. Model No. 700-0002-053-I048.0BID Device Data: Process Calibrated Range (inches) Chlorine Scrubber 0-48" Ultrasonic-Type Level Transmitter Design Base Manufacturer: Milltronics, Inc. Ultrasonic non-contact type level transducer transmitter and operating on 120 volt, 50-60 Hz and produce a 4-20 mA DC analog output. Accuracy 0.25% of span. Transmitter for mounting on a 2" pipe. "Multiranger Plus" series. Device Data: Process Calibrated Range (inches) LIT-152 Ground Storage (15-T-02) 0-500 Pressure Transmitter, Gauge. Design Base Manufacturer: Rosemount. Process connected gauge pressure sensor and transmitter with 316SS wetted parts, 4-20 mA DC output, and integral linear meter. No remote seals or fill fluid required. Model No. 1151GP-(range)-S-22-B4-M4-Rl-IA. NCRWTP Modifications 024723 16940-5 August 3, 2000 o Device Data: PIT-137 PIT-138 PIT-241 PIT-242 PIT-244 PIT-245 PIT-246 P1T-247 PIT-248 PIT-249 PIT-250 P1T-251 PIT-400 PIT-373B PIT-383B PIT-393B PIT-3103B PIT-375 P1T-385 PIT-395 P1T-3105 PIT-378 PIT-388 PIT-398 PIT-3108 PIT-3073A PIT-3083A PIT-3093A PIT-3103A PIT-1810 Process Pretreatment Pretreatment Well No. H1 Well No. H2 Well No. H4 Well No. H5 Well No. H6 Well No. H7 Well No. H8 Well No. H9 Well No. H10 Well No. Hll Common Permeate RO Interstage Header #7 RO Interstage Header #8 RO Interstage Header//9 ~O Interstage Header #10 RO Permeate Header #7 RO Permeate Header #8 RO Permeate Header//9 RO Permeate Header #10 RO Concentrate #7 RO Concentrate #8 RO Concentrate//9 RO Concentrate #10 RO Discharge Pressure RO Discharge Pressure RO Discharge Pressure RO Discharge Pressure Process Compressed Air 0-100 0-100 0-200 0-200 0-200 0-200 0-200 0-200 0-200 0-200 0-200 0-200 0-30 0-400 0-400 0-400 0-400 0-100 0-100 0-100 0-100 0-400 0-400 0-400 0-400 0-400 0-400 0-400 0-400 NC~WT/' Modifications 024223 16940-6 August 3, 2000 Go Venturi-Type Flow Element Design Base Manufacturer: Primary Flow Signal, Inc. Insertion type Venturi type flowmeter, fiberglass body, 316 SS throat liner, 150 lb. flanged with ~A" NPT pressure taps for water service (item I - Differential Pressure Transmitter). Model (line size) -0.500~HVT-FI-304- 316-316-150-150-150-N. 3. Device Data: Process Range Size Pressure ~ (in) ~ FE-377B FE-387B FE-397B FE-3107B FE-136 FE-115 Total Permeate Array//70-1,600 8 60 Total Permeate Array//80-1,600 8 60 Total Permeate Array g90-1,600 8 60 Total Permeate Array//100-1,600 8 60 Pretreat Chem Dilution0-30 2 60 Well Water Flush 0-3000 8 150 Orifice Plate Type Flow Element Design Base Manufacturer: Vickery-Simms Orifice plate, ~A" thick, type 316 stainless steel, concentric bore, pair of slip-on orifice union flanges, stud bolts, nuts and gasket with process connections to two differential sensors (item I - Differential Pressure Transmitter). Device Data: Process Range Size Pressure FE,-3077A FE-3087A FE-3097A FE-3107A FE-3079 FE-3089 FE-3099 FE-3109 RO//7 Stage 1 Permeate0-1200 RO//8 Stage 1 Permeate0-1200 RO//9 Stage 1 Permeate0-1200 RO//10 Stage 1 Permeate0-1200 RO//7 Concentrate 0-600 RO//8 Concentrate 0-600 RO g9 Concentrate 0-600 RO #10 Concentrate 0-600 6 60 6 60 6 60 6 60 4 290 4 290 4 290 4 290 NCRWTP Modifications 024723 16940-7 August $, 2000 16C 1 Differential Pressure Transmitter Design Base Manufacturer: Rosemount Orifice plate Type 316 stainless steel, concentric bore Process connect~l differential pressure sensor and transmitter with 316SS wetted parts, 4-20 mA DC output, and integral linear meter. No remote seals or fill fluid required. Model No. 1151DP-4-S-22-1M-M4-R1-L4. 4. Device Data: Process Range Size Pressure ~ (in) ~ FIT-3077A FIT-3087A FIT-3097A FIT-3107A FIT-3079 FIT-3089 FIT-3099 FIT-3109 FIT-377B FIT-387B FIT-397B FIT-3107B FIT-136 F1T-115 RO//7 Stage 1 Permeate0-1200 6 60 RO//8 Stage 1 Permeate0-1200 6 60 RO//9 Stage 1 Permeate0-1200 6 60 RO//10 Stage 1 Permeate0-1200 6 60 RO//7 Concentrate 0-600 4 290 RO//8 Concentrate 0-600 4 290 RO//9 Concentrate 0-600 4 290 RO #10 Concentrate 0-600 4 290 Total Permeate Array #70-1,600 8 60 Total Permeate Array//80-1,600 8 60 Total Permeate Array gO0-1,600 8 60 Total Permeate Array//100-1,600 8 60 Pretreat Chem Dilution0-30 2 60 Well Water Flush 0-3000 8 150 Propeller-Type Flowmeter (Supply Wells) Design Base Manufacturer: Water Specialties Propeller-type flowmeter for water service with 4-20 mA DC output, 150 psi with a tanged end connection. The well meter shall be a solid state electronic propeller meter with a digital indicator and totalizer. The meter shall be capable of operating under a submerged head of 10'. The meter shall be suitable for a buried application. The digital register shall have a battery iwith an eight year life and an EEPROM memory, to retain totals during battery replacement or any power failure. Indication of the meter shall be remote. The meter shall be constructed of materials to minimize corrosion. The propeller magnet shall be of the permanent ceramic type. NC~ W'/'P Modifications 02472~ 16940-8 August 3, 2000 The propeller beating shall be the ceramic siceve type. The propeller spindle shall be a ceramic coated stainless steel. The propeller shall be injection molded thermoplastic. The gearbox shall be cast bronze. The separator shall be type 316 stainless steel. The meter head bolts shall be stainless steel type 316. The meter head and meter type shall be cast iron or steel coated inside and out with 12-15 mils of fusion epoxy coating. Provide meter with a remote indicator that is mounted within each well house. Provide Model TR-RM remote mounting kit by Water Specialties. For well houses 2, 5, and 9: Propeller Meter Model No. ML-04D (Horizontal). For well houses 4, 6, 7, 8, 10, and 11: Propeller Meter Model No. VF-32D (down flow). Provide remote indicator with a 4-20 ma signal and power supply. The signal shall provide rate of flow information. Provide remote indicator model TR-28 by Water Specialties. Provide power supply Model IN-36-1 by Water Specialties. Provide meter remote indicator, and power supply by one manufacturer who is responsible for providing a complete operating system. Each meter head assembly shall be accuracy tested to 2% in an N.I.S.T. certified facility. Device Data: Range Size Temp. Calibrated Process ~ (in) °F ~ FIT-101 Well No. H1 Supply500-1,500 8 70° FIT-102 Well No. H2 Supply500-1,500 8 70° FIT-104 Well No. H4 Supply500-1,500 8 70° FIT-105 Well No. H5 Supply500-1,500 8 70° FIT-106 W~11 No. H6 Supply500-1,500 8 70° FIT-107 Well No. H7 Supply500-1,500 8 70° FIT-108 Well No. H8 Supply500-1,500 8 70° F1T-109 Well No. H9 Supply500-1,500 8 70° FIT-110 Well No. H10 Supply500-1,500 8 70° F1T-111 Well No. Hll Supply500-1,500 8 70° 0-1 700 0-1 700 0-1 700 0-1 700 0-1 700 0-1 700 0-1 700 0-1 700 0-1 700 0-1 700 Propeller-Type Flowmeter (Permeate Flow) 1. Design Base Manufacturer: Great Lakes Instruments NCRWTP Modifications 024723 16940-9 August 3, 2000 16C l J Propeller-type flowmeter for water service with 4-20 mA DC output. The sensor shall utilize a non-magnetic sensing technique and shall have a six- bladed impeller design. The indicator/totalizer shall have a two-line LCD display to enable simultaneous display of flow rate and total accumulated flow. The digital indicator/totalizer shall have a 5 month battery back-up and non-volatile EEPROM memory, to retain totals during battery replacement or any power failure. The indicator/totalizer shall be remote mounted from the sensing unit. The meter shall be construc~l of materials to mini~nize corrosion. The impeller shall be PVDF with a 316 stainless steel sleeve and mount~.xl with a special 316 stainless steel hex mounting adapter. The impeller shaft shall be Zirconia Ceramic. The flow indicator/totalizer shall be Great l~kes Instruments Model 675F3C1BON. The flow sensor unit shall be Great Lakes Instruments Model F1A12C1. No other manufacturer or model will be considered for this application. Device Data: Range Size Press. Temp. Calib. Process ~ (in) (psi) ~F ~ FIT-1304 Degas. 13-DG-04 0-5,000 20 75 80° 0-6,000 Diesel Day Tank Level Transmitter with Level Relay Output Design'Base Manufacturer: Simplex Fuel le~,el sensors furnished with diesel day tanks. Electronic tank monitor panel, NEMA 3R enclosure, 115 VAC, single phase, 4-20 mA output for remote tank level indication. Electronic level probe with 3/4" NFr fitting and tank level sensor with relay output contact in panel. Model No. TC4 with TC-1 level transducer and with 3 amp level relay output. NCRW//' Modifications 02472~ 16940-10 August 3, 2000 4. Device Data (for electronic level probe): Process LIT- T12 LIT- T42 LIT- TH51 LIT- TH52 LIT- TH91 LIT- TH92 Diesel Fuel Diesel Fuel Diesel Fuel Wellhouse H5 Tank 1 Diesel Fuel Wellhouse H5 Tank 2 Diesel Fuel Wellhouse H9 Tank 2 Diesel Fuel Wellhouse H9 Tank 2 0-60 0-60 0-*in. 0-*in. 0-*in. 0-*in. *Coordinate probe length with fuel tank supplier. Turbidity Monitor/Transmitter Design Base Manufacturer: HF Scientific Flow through sensor with boros'dicate glass measuring vial, nylon head vial holder and aluminum NEMA 4X housing. Maximum pressure 60 psig. Sample flow rate 0 to 1 gpm. Model Micro 200 NTU Sensor. Analyzer/Transmitter employing nephelometric method, factory-calibra~l in NTU. NEMA 12 housing with digital local display. Power supply 120V AC and output 4-20 mA De. Model "Micro" 200 BW. Device Data: Process AE/AIT 135 Cartridge Filter Product 0 to 2.5 NTU Temperature RTD/Transmitter. Design Base Manufacturer: Rosemount Temperature transmitter for sensing by resistance temperature detector (RTD). Platinum resistance temperature detector with 100 ohms resistance at 0°C. NEMA 4X weather-proof housing with integral meter. Special NC. RWTP Modifications 024723 16940-11 August 3, 2000 16C ! tompemture scale, Thermowell: 316SS with 1" threaded connection into insertion tee. Transmitter Model No.: 444-RLI-U-1-E-2-E5. Sensor Model No.: 68-N-21-N-00-A-020-T22. Device Data: Range Insertion Length Process ~ (inches) TIT-133 Cartridge Filter Product 0-100 2 Interstitial Leak Detector Design Base Manufacturer: Magnetrol Double-wall interstitial leak sensing capable of sensing the presence of liquid in the annules of the chlorine scrubber. Single relay alarm, utilizes ultrasonic contact technology, contacts close when liquid fills gap on tip of transducer compatible with sodium hydroxide and sodium hypochlorite solution as pH 11. 10 amp DPDT relay output. 3/4" NPT mounting. Part No. 910-A1A0-048. Device Data: Process LS-1007 Chlorine Scrubber Interstitial Leak Sensor Radiator Coolant Level Switch 1. Design Base Manufacturer: Furnished with generator-radiator 2. Alarm sensor detecting low coolant in generator cooling radiator. 3. Device Data: Process LS-EG 1 LS -EG4 Gen #1 Cooling Water Radiator Gen #4 Cooling Water Radiator Pressure Switch, Diaphragm Actuated 1. Design Base Manufacturer: Allen-Bradley NCRWTP Modifications 024723 16940-12 ~lugust 3, 2000 16C 1 Surface mounted, diaphragm actuated pressure switch with external bellows, adjustable set point, adjustable differential and tA" female bottom connection. NEMA 4X housing. Snubber Model 836-N7 included. Actuate on decreasing pressure. Model No. 836-C (range) S. Device Data: Process PS-1009 Chlorine Scrubber Float Level Switch, Point Level Control Design Base Manufacturer: Square D Float switch level sensor for alarm for high level in sump, polypropylene housing, 15 amp contact, 36" cord. Model No. 9036-LG-1-036-A. Device Data: Process LS-H1S LS-H4S LS-H6S LS-H7S LS-H8S LS-H10S LS-HllS Well Sump High Level Alarm Well Sump High Level Alarm Well Sump High Level Alarm Well Sump High Level Alarm Well Sump High Level Alarm Well Sump High Level Alarm Well Sump High Level Alarm Flow Switch, discrete Design base manufacturer: Fluid Components International Thermal flow switch / monitor with fast response time. Insertion type with probe assembly compatible with sodium hydroxide and sodium hypochlorite solution as pH 11. Model FR 72. Device Data: Process FS 1008 A/B Chlorine Scrubber recirculation flow NCRWTP Modifications 024723 16940-13 August 3, 2000 Flow Switch, discrete Design base manufacturer: Fluid Components International, Model FLT 93, with Velocitee flow conditioner. Thermal flow switch / monitor, 316 stainless steel wetted surface, with fast response time. Dual SPDT 6 amp resistive at 115 VAC. NEMA type 4x enclosure. Flow range 0.02 to 0.7 fps with switch point alarm selectable at any flow rate within the range, +5% accuracy. Velocitee flow conditioner compatible with 1/2. pipe, 316 stainless steel construction. Flow conditioner boosts the velocity and dampens the flow pulsation of the antiscalent additive. Device Data: FS 1013 FS 1014 Antiscalent chemical injection flow (Tamiani) Antiscalent chemical injection flow (Hawthorn) Vacuum Switch, discrete Design base manufacturer: Wallace & Tieman Single low vacuum switch. Magnetic mercury switch actuated by a magnet on a lever. The lever is moved by a diaphram in response to changes in applied vacuum. Switch is actuated on decreasing vacuum. Device Data: Process PSH-lOlOA PSH-1011A Chlorine Injector 10-C-01 Low Vacuum Chlorine Injector i0-C-02 Low Vacuum Three Phase Power Monitor Design base manufacturer: General Electric Multilin PQM Power Quality Meter Model PQM-T20-C-A. Three phase metering and power quality analysis including measurement and display of amps, volts, watts, watthours, wattcost, vats, vathours, volt- amps, volt-amp-hours, hertz, power factor, current and voltage harmonic content, and total harmonic distortion. Provide meter with four isolated analog 4-20mA outputs assignable to any measured parameter. /VIE~WT/' Modifications 024723 August 3, 2000 J1T-601 JIT-602 JIT-603 JIT-604 JIT-605 JIT-606 JIT-607 JIT-608 JIT-609 JIT-610 JIT-611 2.02 INSTRUMENT Eo 16C 1 Device Data: Utility Bus Switchgear-A Utility Bus Switchgear-B Utility Bus Switchgear-C Utility Bus Switehgear-D Generator Bus Switchgear-A Generator Bus Switchgear-B Generator Bus Switchgear-C Generator Bus Switehgear-D Wellhouse H2 Motor Control Center Wellhouse H5 Motor Control Center Wellhouse H9 Motor Control Center WIRING: Instrumentation wiring shall comply with Section 16120, Power Wires and Cable, unless additional, more specific requirements are indicated herein. Where conflicts occur, the requirements of this Section shall govern. Instrumentation wiring shall include all wiring and cable carrying signals to or from instruments, and shall consist of a complete system of wires, cable tags, wire terminations, etc., installed in place. Terminations to instruments, terminal blocks, etc., shall match the terminals. For connection to screw terminals, use Thomas & Betts spade-tongue crimping-type insulated terminal connectors, or equal. Instrument signal wiring entering or leaving the panel shall be terminated at terminal blocks. Shielded cables shall be grounded at one end only. The shield shall be carried through at the terminal blocks. Splices are not allowed. All connections shall be made on terminal blocks or at devices. Each field-mounted instrument that requires 120-volt AC, 60 Hz power shall be supplied from the designated control panel circuit breaker. NCRWTP Modifications O24723 16940-15 August 3, 2000 Install special equipment-furnished cables, interconnecting sensing elements with their transmitters or converters, such as level sensor coaxial cables, and resistivity/conductivity cables, in accordance with the manufacturer's instructions. Provide special cable where instrument manufacturer's installation instructions require cable type not shown on the Contract Drawings or in Section 16120. PART 3 - EXECUTION 3.01 INSTRUMENT IDENTIFICATION: Provide permanent tags (nameplates) which are resistant to weathering on all instruments. Affix tags to prevent inadvertent switching of tags; i.e., place tags on the main part of the assembly or at the mounting position, not on covers that will interchange. Nameplates on each instrument shall specifically identify process location; i.e. CLT-316 ARRAY 1 STAGE 1 PERMEATE CONDUCTIVI7T. Non-permanent tags which use felt tip pens, print sticks, or similar markers are not acceptable. 3.02 CALIBRATION AND COMMISSIONING OF INSTRUMENTS AND OTHER SERVICES: Perform the final calibration and commissioning on all instruments, even the instruments in equipment packages that have been pre-calibrated in the shop. Calibrate and commission the instruments after installation and prior to start-up. General commissioning requirements are as follows: o Inspect both electrical and pneumatic devices and connections for compliance with specifications, drawings, and manufacturer's recommended installation practice. Instruments intended for installation in existing control panels shall be subjected to an inspection of electrical and pneumatic connections. Verify that devices and installations meet all applicable codes and regulations and agree with specified installation details. Remove all shipping stops before calibration and install any loose components such as charts, ink, etc., which have been supplied separately, but are integral parts of equipment. If any doubt exists as to the correct method of calibrating an instrument, the manufacturer's printed recommendations shall be used as an acceptable standard. NCRWTP Modifications 0247'2~ 16940-16 August $, 2000 16C 1 Loop checkout or commissioning involves those activities needed to prove out a loop. Perform loop commissioning when all loop connections are complete. Calibration may be performed during loop checkout. Included the following activities in the loop check: a. Correct controller, indicator and recorder action, and response rates. b. Correct limit switch action and setting. c. Verify tight shutoff of control valves so specified. d. Correct alignment of controllers, valves, positioners, speed controllers, and other control devices, including auto-manual stations. e. Correct instrument switch settings. Provide data sheets which record all data and final adjustment, along with time and date for each calibration. Attach a label which will withstand long-term cleaning and wear indicating the status and date of calibration along with initials of the calibrator for each instrument. 3.03 MANUFACTURER SERVICES: Provide the services of factory-trained process or applications engineer for the indicated number of eight-hour working days, not including travel time, Saturday, Sunday and Holidays, to confirm proper installation and instruct plant personnel in the calibration and maintenance of the indicated devices. 1. Conductivity/pH (1 day) 2. Temperature/Pressure (1 day) 3. Level (1 day) 4. Flow (1 day) 5. Turbidity (1 day) Perform field calibration and adjustment in the presence of and with assistance from the equipment supplier/manufacturer. Perform a functional acceptance test (FAT) per Section 16010, Electrical and Instrumentation General Provisions, after calibration complete. * * * END OF SECTION * * * NCRWTP Modifications 024723 16940-17 August 3, 2000 16C 1 SECTION 16999 FIELD ACCEPTANCE TESTS PART 1 - GENERAL 1.01 DESCRIFrlON: Ao After electrical installation is complete, make tests to demonstrate that entire system is in proper worldng order and in accordance with applicable codes, manufacturer's instructions, drawings and specifications. Make no tests less than those outlined hereafter, unless requested in writing and approved by Engineer. Tests are in addition to, and no substitution for, tests of individual items at manufacturer's plant. Make insulation and ground resistance tests before operating tests. Determine proper rotation of motors before permanent connections are made. B. Tests are also intended to provide, ensure, or determine the following: Provide initial acceptance tests and recorded data that can be used as a bench mark for future routine maintenance and trouble shooting by plant operating forces. Provide assurance that each system component is not only installed satisfactorily but performs, and will continue to perform, its function in the system with reasonable reliability throughout the life of the plant. The Contractor to engage the services of a competent nationally recognized independent electrical equipment testing laboratory or organization to perform part of the required field inspections, tests, and adjustments on new electrical equipment supplied in this contract and on existing equipment as herein specified. The testing firm is not to be a subsidiary, division, nor department of either the installing Contractor or the manufacturer of the equipment materials or systems being inspected and tested. The testing firm proposed for use by the Contractor must be approved by the Engineers and Owner prior to the close of the bid period. The testing firm to be a fully accredited member of the International Electrical Testing Association, Incorporated (iqETA) and have the specialized experience and skill in the supervision and performance of all inspection and testing specified herein. The Contractor to submit proof of the proposed testing firm's qualifications, accreditation, and experience for evaluation and approval by the Engineers and Owner. NCR WTP Modifications 024723 16999-1 Ju~ 28, 2000 D. The contractor shall engage the services of a recognized independent electrical testing firm to perform short circuit and coordination studies as herein specified. E. The contractor shall engage the services of a recognized independent electrical testing firm to perform a harmonic analysis as herein specified. F. The testing firm shall provide all material, equipment, labor and technical supervision to perform such tests and inspections. G. The listings and descriptions of the tests, and checks described here'm is not to be considered as complete and all inclusive. Additional normal standard construction (and sometimes repetitive) checks and tests may be necessary throughout the job, prior to final acceptance by the Owner. H. Pay all costs for tests including expenses incident to retests occasioned by defects and failures of equipment to meet specifications. 1. Replace wiring and equipment found defective, or failing to meet specified requirements, without charge, unless written acceptance for repair is given by Engineer. 2. Furnish four copies of all test results to Engineer. 3. Unless otherwise specified, Owner will supply electric current necessary for tests. REFERENCES: A. All inspections and tests shall be in accordance with the following applicable codes and standards latest revisions except as provided otherwise hereha. 1. All Standard, Special and Supplemental Conditions of the Contract. 2. National Electrical Manufacturer's Association - NEMA 3. American Society for Testing and Materials - ASTM 4. Institute of Electrical and Electronic Engineers -IEEE 5. International Electrical Testing Association - NETA NCRVdTP M~xtificationa 16999-2 July 28, 2000 024723 American National Standards Institute - ANSI: a. b. 160 ~NSI C2: National Electrical Safety Code ANSI Z244-1: American National Standard for Personnel Protection 7. State and Local Codes and Ordinances 8. Insulated Cable Engineers Association - ICEA 9. Association of Edison Illuminating Companies - AEIC 10. Occupational Safety and Health Administration: a. OSHA Part 1910; Subpart S, 1910.308 b. OSHA Part 1926; Subpart V, 1926.950 through 1926.960 11. National Fire Protection Association - NFPA: a. ANSI/NFPA 70B: Electrical Equipment Maintenance b. NFPA 70E: Electrical Safety Requirements Workplaces c. ANSI/NFPA 70: National Electrical Code d. ANSI/NFPA 78: Lightning Protection Code e. ANSI/NFPA 101: Life Safety Code 1 All inspections and tests shall utilize the following references: 1. Project Design Specifications 2. Project Design Drawings 3. Project Short Circuit and Coordination Study 4. Manufacturer's instruction manuals applicable to apparatus. for Employer each particular NCR WTP M~tificafions 024723 July 28, 2000 16C 1 1.03 QUALIFICATIONS OF TESTING FIRM ho The testing firm shall be an independent testing organization which can function as an unbiased testing authority, professionally independent of the manufacturers, supplier, and installers of equipment or systems evaluawxt by the testing farm. The testing firm shall be regularly engaged in the testing of electrical equipment devices, installations, and systems. Co The testing firm shall meet OSHA criteria for accreditation of testing laboratories, Title 29, Part 1907, or be a Full Member company of the InterNational Electrical Testing Association. The lead, on-site, technical person shall be currently certified by the InterNational Electrical Testing Association (NETA) or National Institute for Certification in Engineering Technologies (NICET) in electrical power distribution system testing. The testing firm shall utilize engineers and technicians who are regularly employed by the firm for testing services. F. The testing firm shall submit proof of the above qualifications when requested. The terms used herein, such as test agency, test contractor, testing laboratory, or contractor test company, shall be construed to mean the testing finn. H. NETA certified pre-qualified testing firms for this project are: Northeast Testing of Florida, Inc. (941)-693-7100 Industrial Electrical Testing, Inc. (904)-260-8378 1.04 DIVISION OF RESPONSIBILITY The contractor shall perform routine insulation-resistance,, continuity, and rotation test for all distribution and utilization equipment prior to and in addition to tests performed by the testing finn specified herein. The contractor shall supply a suitable and stable source of electrical power to each test site. NCR WTP Modifications 024723 16999-4 July 28, 2000 16g 1 The contractor shall notify the testing firm when equipment becomes available for acceptance tests. Work shall be coordinat~l to expedite project scheduling. D. The testing firm shall notify the engineer prior to commencement of any testing. Any system, material, or workmanship which is found defective on the basis of acceptance tests shall be reported to the engineer. The testing firm shall maintain a written record of all tests and, upon completion of project, shall assemble and certify a final test report. G. Safety and Precautions Safety practices shall include, but are not limited to, the following requirements: Occupational Safety and Health Act. Accident Prevention Manual for Industrial Operations, National Safety council 'Applicable state and local safety operating procedures. Owner's safety practices. National Fire Protection Association - NFPA 70E American National Standards for Personnel Protection All test shall be performed with apparatus de-energized. Exceptions must be thoroughly reviewed to identify safety baT~ds and devise adequate safeguards. The testing firm shall have a designated safety representative on the project to supervise the testing operations with respect to safety. 1.05 SCHEDULING: The Contractor is responsible for the preparation of proposed procedures and schedules for all inspections, tests, settings and calibrations specified or otherwise required prior ~to or during the check out for start-up and acceptance of all the electrical components, equipment and systems. This work to be coordinated and to be compatible with both the work of other crafts and the project schedule. The above must be organized and submitted with all proposed testing and check out forms for the review and approval of the Owner's Representative. The procedures must provide specific instructions for the checking and testing of each component in addition to the system functional checks. Tests and inspections to NCR WTP Modification.~ 024723 16 99~- $ July 28, 2000 ao Co Do 16C 1t be scheduled as the job progresses and may require repetition in grater detail at a later stage of construction. All procedures submitted to include job safety rules proposed. Equipment purchased by the Contractor to be inspected and tested to determine its condition. See other applicable sections of the specifications and contract documents for required Contractor checks and responsibilities. At any stage of construction and when observed, any electrical equipment or system determined to be damaged, faulty, or requiring repairs to be reported to the Owner's Representative. Corrective action may require prior approval. Prior to check out and testing for start-up, the Contractor to ensure that all equipment and wiring is properly and permanently identified with nameplates and other identification as specified elsewhere. The Contractor check and tighten all terminals and connection points, remove all shipping blocks and hardware, thoroughly clean all equipment, repair all damaged or scratched finishes, inspect for broken and missing parts and review and collect manufacturer's drawings and instructions for delivery to the Owner's Representative. The Contractor to make routine checks and tests as the job progresses and as necessary to insure that all wiring and equipment is properly installed and wired. All testing and checkout work to be performed with fully qualified personnel skilled in the particular tests being conducted. This is essential for obtaining and properly evaluating data while the tests are in progress and for insuring that important facts and questionable data are reported. The Contractor to ensure that all testing and checkout work is conducted in a safe manner. Special safety precautions such as the following to be utilized where appropriate: (1) locking and tagging procedures; (2) barricades; (3) deenergization' and/or isolation of equipment prior to testing; (4) review of procedures with the Owner's safety personnel; (5) erection of warning signs; (6) stationing of guards and watchmen; (7) maintenance of voice communications; and (8) personnel orientation. All inspections, tests, and calibrations to be reported in writing on Owner- approved reports forms. The recorded data form to have the signatures of the persons conducting the tests, authorized witnesses, and the Owner's Representative. The forms to be designed to serve as the test and inspection checklist for inspection requirements. A minimum of 4 copies of all test and check out data to be given taken prior to adjustments, repairs, drying out, or similar work prior to final testing and acceptance. ~As-found' and "as-leftH test NCR WTP Modification~ 024723 16999-6 July 28, 2000 16C 1 data to be recorded and reported in writing. The Owner's Representative to forward one complete set of all forms and data to the design division engineering group for review and for filing with project records. Two of the 4 sets to be delivered to the Owner for record and maintenance purposes. The sequence i of all tests and checks to be such that the equipment can be energized immediately after the completion of the applicable tests. When applicable electrical tests and inspections specified herein, or otherwise required are completed and results reported, reviewed and approved, then the Contractor may consider that portion of the electrical equipment system or installation electrically complete. The Contractor to then affix appropriate and approved dated completion or calibration labels to the tested equipment. The Contractor to notify the Owner's Representative of electrical completion. If the Owner's Representative finds completed work unacceptable, he will notify the Contractor in writing of the unfinished or deficient work to be corrected by the Contractor. The Contractor to notify the Owner's Representative in writing when all exceptions have been corrected. A "Notification Of Substantial Electrical Completion~ to be prepared and approved following satisfactory compliance. If later in-service operation or further testing determines problems attributable to the Contractor, these to be corrected by the Contractor or suitable arrangements to be made to suit operating circumstances. PART 2 - PRODUCTS 2.01 GENERAL A. Suitability of Test Equipment 1. All test equipment shall be in good mechanical and electrical condition. Digital multimeters used shall be RMS sensing when the variable be measured contains harmonics or dc offset or any deviation from a pure sine wave. Accuracy of metering in test equipment shall be appropriate for the test being performed but not in excess of 2 percent of the scale used. B. Test Instrument Calibration NCR WTP Modifications 16999- 7 024723 2.02 TESTING: A. 160 1. The testing firm shall have a calibrating program which assures that all applicable test instruments are maintained within rated accuracy. 2. The accuracy shall be directly traceable to the National Institute of Standards and Technology. 3. Field Instruments shall be calibrated at 6 month intervals. 4. Dated calibration labels shall be visible on all test equipment. Test Report 1. The test report shall include the following: a. Summary of project b. Listing of equipment tested c. Test results d. 'Recommendations Furnish copies of the complete report to the engineer as directed. Coordination: Coordinate activities, and cooperate with others on project, to ensure that systems are energized when required, loads applied, and other require- ments of Section are carried out on timely, coordinated basis. Conduct tests in presence of Engineer. Notify Engineer seven calendar days or:~more in advance when any test to be performed, and do not start tests without Engineer's permission. Other ~Sections of specifications require services of one or more manufacturer's representatives, to ensure that equipment supplied has been installed properly and adjusted to propor working order. Advise representative of all applicable tests in this Section, so that work will be coordinated, and tests combined where feasible. It is important that equipment warranties or guarantees not be voided by the Contractoffs testing and checkout work. The checks and tests to normally be supplemental to and compatible with the manufacturer's NCR I~P Mod~fwation~ 024723 July 28, 2000 installation instruction leaflets and literature. Where deviations are apparent, the manufacturer's review to be obtained prior to testing. Reasonable cooperation to be extended to permit witnessing by the manufacturer's representative if so requested. Where any questionable repairs, modifications, significant adjustments, tests or checks are to be made, the Contractor to contact the Owner's Representative to determine if the work should be performed by or with manufacturer's representative. 2.03 COORDINATION STUDY (for all new electrical equipment.) A. Protective Device Coordination Study A protective device coordination study shall be performed to select or to check the selections of power fuse ratings, protective relay characteristics and settings, ratios and characteristics of associated voltage and current transformers, and low-voltage breaker trip characteristics and settings for new equipment. The coordination study shall include all voltage classes of equipment from the utility's incoming line protective device down to and including each motor control center and/or panelboard. The phase and ground overcurrent protection shall be included, as well as settings for all other adjustable protective devices. The time current characteristics of the specified protective devices shall be plotted on appropriate log-log paper. The plots shall include complete ritles, representative one-line diagram and legends, associated power company's relays of fuse characteristics, significant motor starting characteristics, complete parameters of transformers, complete operating bands of low voltage circuit breaker trip curves, and fuse curves. The coordination plots shall indicate the types of protective devices selected, proposed relay taps, time dial and instantaneous trip settings, ANSI transformer magnetizing inrush and withstand curves per ANSI C37.91, cable damage curves, symmetrical and asymmetrical fault currents. All requirements of the current National Electric Code shall be adhered to. Reasonable coordination intervals and separation of characteristic curves shall be maintained. The coordination plots for phase and ground protective devices shall be provided on a complete system basis. Sufficient curves shall be used to clearly indicate the coordination achieved to each utility main breaker, primary feeder breaker, unit substation primary protective device rated or more. There shall be a maximum of eight protective devices per plot. NCRWTP Modification.* 024723 16999-9 July 28, 2000 The selection and settings of the protective devices shall be provided separately in a tabulat~l form listing circuit identification, IEEE device number, current transformer ratios, manufacturer, type, range of adjustment, and recommended settings. A tabulation of the recommended power fuse selection shall be provided for all fuses in the system. Discrepancies, problem areas, or inadequacies shall be coordinated with the equipment suppliers and resolved with in the scope of the project and at no additional cost to the owner. B. Study Repo~ The results of the coordination study shall be summarized in a final report and made part of the operation and maintenance manuals. 2. The report shall include the following sections; Description, purpose, basis written scope, and a single line diagram of the pertion of the power system which is included within the scope of study. Protective device time versus current coordination curves, tabulations of relay and circuit breaker trip settings, fuse selection and commentary regarding same. C. Implementation The contractors certified testing firm shall be responsible for obtaining existing protective device types and settings. The certified testing firm shall also be responsible for inspection, setting, testing, and calibrating the protective relays, circuit breakers, fuses and other applicable devices as recommended in the coordination study report. HARMONIC ANALYSIS A. Scope of Servi~s 1. Provide a harmonic analysis study for the electrical distribution system. Perform a preliminary harmonic analysis study for the existing electrical distribution system prior to expansion equipment installation. The preliminary study shall serve as the basis for the harmonic filter design per Section 16410. NCR WFP Modifications 024723 16999-10 July 28, 2000 Perform a final harmonic analysis study of the completed electrical distribution system after expansion equipment has been installed, and is operational. The harmonic analysis study shall include harmonic readings at the main distribution switchgear and switchboards: Switchgear-A, Switchgear-B, Switchgear-C, Switchgear-D, Switchboard-E, Switchboard-F, Switchboard-G, and Switchboard-H. Normal system operating method, alternate operation, and operations which could result in maximum harmonic distortion conditions shall be thoroughly covered in the study. Submittals A Preliminary Harmonic Analysis Study shall be submitted to the project electrical engineer for approval. Upon approval, submit Preliminary Harmonic Analysis Study to the Contractor for distribution to the harmonic filter manufacturer. Upon completion of equipment installation, testing, and commissioning, submit a Final Harmonic Analysis Study. 1. Preliminary Harmonic Analysis Study NCR WTP Modifications 024723 ao The study shall be in accordance with applicable ANSI and IEEE Standards. The study shall measure existing current and voltage distortion levels at the main distribution gear, with all VFD's on the bus running at the same time. The results of the study shall be summarized in a report including description, purpose, basis written scope, and a single line diagram of the portion of the power system which is included within the scope of study, measurement locations, measurement results, VFD's in operation at the time of measurement, and other necessary information required to design a harmonic filter system for the existing plant equipment (coordinate with harmonic filter manufacturer as required). Final Harmonic Analysis Study The study shall measure current and voltage distortion levels at the main distribution gear, with all VFD's on the bus running at the mine time to determine the adequacy of the harmonic filters in 16999-11 July 28, 2000 reducing the total harmonic distortion. Any problem areas or inadequacies in the equipment shall be documented in the report. The results of the study shall be summarized in a report including description, purpose, basis written scope, and a single line diagram of the portion of the power system which is included within the scope of study, measurement locations, measurement results, and VFD's in operation at the time of measurement. PART 3 - EXECUTION 3.01 INSULATION TESTS OF EQUIPMENT, CABLE, AND CIRCUITS: A. General: The Contractor to perform, or have performed by the independent testing firm, DC insulation tests of the type specified on electrical equipment, apparatus and cables under any one or more of the conditions described as follows: At the time equipment such as motors, generators, transformers, power drcuit breakers and switches, switchgear, motor control centers, bus duet, and similar electrical equipment is : (1) delivered to the Contractor for care, storage, and/or installation, (2) prior to energization and/or placing into service and acceptance by the Owner, (3) when damage to the insulation is suspected or known to exist, (4) after repairs or modifications to the equipment affecting the insulation, (5) routinely as necessary to determine or evaluate the condition of the insulation, especially moisture conditions, to determine the need for drying, cleaning or other maintenance work or protection, (6) where lightning or other surge conditions are known to have existed on the circuit. Normally, and unless otherwise specifically approved by the Owner's Representative, all DC insulation testing at voltages greater than 2,500 volts on any equipment or cable is reserved for testing by the independent testing laboratory. Insulation tests are required to be done by the Contractor or the independent testing firm at various stages of construction. The equipment, cable and systems that require testing, the maximum test voltages, and the type tests required are to be in accordance with NETA STD.ATS, and Paragraphs 3.02 and 3.03 under specific equipment type. 4. List each circuit and measured resistance as test data. NCR WTP Mod~fwations 024723 16999-12 July 28, 2000 16c 1 Maintain record of all insulation resistance values. Identify conductor, or equipment, date that value was taken and resistance value. Arrange infor- mation in suitable neat tabular form and turn to Engineer. 3.02 SPECIFIC TESTS AND INSPECTIONS BY THE CONTRACTOR A. General: The following specific items of work to be performed by the Contractor. The list is not all inclusive, nor does it define how the tests and checks are to be made. It is merely to define the minimum and type of tests that are required. The equipment and cable to be deenergized and isolat~l as necessary to perform the tests. It should be stated again that the engagement of the independent testing firm in no way relieves the Contractor of the responsibility for, or diminishes the importance of, performance tests, checkouts, and inspections during the various stages of construction. The specific work of the independent test firm is defined in Paragraph 3.03. The Contractor shall perform tests and inspections as defined in the other sections of this specification. Tests and inspections required by these sections are not necessarily repeated under specific equipment in Paragraph 3.02 All equipment received for the job and for which the Contractor is responsible to be stored and cared for per the manufacturer's instructions. It is the Contractor's responsibility to obtain such information even where the instructions are not shipped with the equipment. The Contractor to assist the independent test laboratory in performing its work. ' Equipment Test and Inspection During Construction and Prior to Acceptance Testing: I. Motors: At the time of motor receipt, each motor shall be visually inspected for any physical damage and the motor meggered as described in Paragraph 1.b below. NCR WTP M~lifications 024723 16999-13 Ju~ 28,2000 All voltage motors shall be provided with adequate heating during storage. See Paragraph 3.01 for additional insulation tests for all motors of different voltages. Before energizing any machine, visually inspect for serviceability. ~Check manufacturer's instruction manual for correct lubrication ~md ventilation. Verify that proper alignment has been performed. Check nameplate for electrical power requirements. Test run all motors preferably uncoupled or unloaded, before placing into regular service. A check on the motor for rotation, speed, current and temperature rise to be made and results recorded. The proper color codes for phase identifications to be maintained. This may require lead swaps at the motor for proper rotation. A motor phase rotation meter should be used prior to connection at motor to prevent later swaps. Grounding Systems: ao All plant building loops and major equipment grounds to be tested to remote earth or directly referenced to an extremely low ~esistance (approximately 1 ohm) reference ground bench mark. Visual inspection of all systems, raceway and equipment grounds to be made to determine the adequacy and integrity of the grounding. All ground testing results to be properly recorded, witnessed, and reported to the Owner's Representative. Ground tests shall be performed in accordance with NETA STD ATS-1995, Section 7.13 using a J. G. Biddle Company low resistance, Null balance type, ground testing ohmmeter, and test lead resistance compensated for. The test instrument to be the type which compensates for potential and current rod resistances. Test each ground rod and submit tabulation of results to Engineer. Include identification of electxode, date of reading and ground resistance value in results. Test each entire grounding system for continuity of connections ~nd for resistance. Ensure that ground resistance of conduits, ~luipment cases, and supporting frames does not vary appreciably from that of system as whole and does not exceed 5 Ohms. NCR WTP Modifications 16999-14 July 28, 2000 024723 160 1 Where ground test results indicate the need for additional grounding conductors or rods that are not indicated on drawings or specified, design changes will be initiated to obtain the acceptable values. The Contractor is responsible for the proper installation of the grounding shown on drawings or specified and for the correction of improper installations as determined by inspections and tests. Power Transformers: At the time of equipment receipt, the exterior to be visually checked for any damage or any defects. Service Transformers: All 480 volt primary, air-cooled, transformers to be given an insulation test, by means of a megget, after connections with the primary cables are complete. The supply cable to be meggered with the primary winding and to the open air circuit breaker. Secondary leads may be meggered with the secondary windings to the open load breakers. Continuity and correctness of connections of all windings, and ratings to be checked. Wire and Cable: Before energizing, the continuity and insulation resistance of every circuit external to equipment shall be measured with a megger from each wire to all others and ground. Tests shall normally be conducted at voltages 500 volts or lower. High potential testing will normally be performed by the independent testing laboratory as described in Paragraph 3.03. Insulation resistance measurements shall be taken of the following: (Refer to Paragraph 3.01 for additional information.) (1) Motor Feeders: With motors disconnectexl, measure insulation resistance from load side of contactors or circuit breakers. Repeat this test after motors are connected and just before energizing at perhaps lower voltage as limited by the maximum test voltage for the motor. NCR WI'P Modifications 024723 16999-15 July 28, 2000 (2) (3) (4) (5) Motor Control Circuits (600 Volts): With push buttons and overcurrent devices connected, measure insulation resistance from phase to ground only. It will be necessary to lift the neutral ground on the control transformers to perform this test. Also, isolate any control elements that should not be meggered. Lighting Panel Feeders: Measure insulation resistance with circuit breakers, lighting transformers and panelboards connected, but with lighting branch circuit breakers or switches open. Lighting Branch Circuits: Measure insulation resistance after all lampholders, receptacles, fixtures, etc., are connected but before lamping. Feeder Circuits: Measure insulation resistance with connections to circuit breakers made up but with breakers open and loads not connected. All cables and wires to be checked for proper identification numbering and/or color coding. Overhead Conduit Systems: The overhead conduit system to be checked for proper installation by using the following check list: (This list not to be considered all inclusive but as a guide for inspection). Conduits are suppor~ on appropriate independent supports (i.e., not on process piping, pipe ways, or piping hangers). Exposed conduits are run in a neat workmanlike manner, parallel or perpendicular to structural members. Conduits are routed as far away from possible fire hazards and heat sources as practical. d. Conduits are supported at the required intervals. Pull boxes and fittings are installed so that covers are easily removable. Verify that all covers are installed and tightly bolted Mth gaskets provided where needed. NCR V~r~P Modifications 024723 16999-16 July 28, 2000 Number of bends in the conduit does not exceed 270 degrees Without a pull box installed. Circular cross sectional area is uniform at conduit bends. Single bends do not exceed 90 degrees. Conduits are terminated in threaded hubs or bushings to prevent damage to wire. Conduits joints have joint compound of the type specified and are tight and conduit ends are properly reamed and threaded not to engage less than 5 threads. Pull fittings are of adequate size such that cable can be installed and replaced at a later date without bending the cable less than code or manufacturer's requirements. Seal fittings and/or sealing compound is installed at moisture barriers to prevent entry of moisture into equipment and/or where Shown on plans. Drains and conduit seals are installed on vertical conduit runs entering devices, equipment, and enclosures to prevent entrance of moisture. Flexible conduit is installed at motors and other equipment as specified or required. Verify that all cabling and conduit runs are properly identified at each end. Underground Conduit Systems: ao Underground conduit systems to be inspected and checked for ,compliance with standard practices, plans and specifications as the job progresses. Upon construction completion of the underground conduit banks or runs and prior to backfill, the ruuting and the elevation and depth below grade to be checked and any deviations from plans and/or specification to be recorded and in addition noted on ~record drawings~. NCR WTP Modificationz 024723 16999-17 July 28, 2000 10. Relay Panels, Operator and Instrument Control Panels, Communications Systems, Static Equipment, Programmable Controllers, Micro-Processors, Battery Systems and Other Miscellaneous Equipment: Upon receipt of equipment, each item to be inspected for damage, loose or missing parts. Upon completion of equipment installation, all equipment and their control devices to be visually and functionally tested for tightness of connections and for proper operation. In the case of battery systems, static inverters and the like, manufacturer's recommended test and installation manuals to be reviewed and complied with. In the case of operator, instrument, and relay panels and cabinets or devices used solely for control, each cimuit, where possible, to be functionally tested for proper operation and conformance with drawings. Where functional testing is deemed undesirable by the Owner's Representative from a safety or plant operational standpoint, then continuity and terminal connection verification checks will be adequate. The Contractor to insure that instruments and associated components cannot be energized until instructed by the Owner's Representative. For functional, operational, and calibration checks of instrument loops, refer to the instrument installation specifications. Panelboard electrical checks to be as included in the Wire and Cable section of this specification, Paragraph 3.02.10. Panelboards to be checked for proper circuit identification on the door schedule. Sealing of Openings: The Contractor to inspect the entire job with the Owner's Representative to insure that all openings and holes that the Contractor provided or utilized are properly sealed as specified elsewhere. Record Drawings: The Contractor to maintain a master set or record drawings that shows changes and any other deviations from the base drawing. The markups must be made as the changes are done. At the conclusions of the job, these master record drawings must be complete and delivered to the Owner's Representative for forwarding to the design group. 1 NCR WTP Modifications 16999-18 July 28, 2000 024723 3.03 SPECIFIC TESTS AND INSPECTIONS BY THE INDEPENDENT TESTING FIRM: A. The following specific items of work shall be performed by the approved iodq~endent testing firm. The list is not all inclusive, nor does it define how the tests and checks are to be made. It is merely to define the minimum and type of tests that are required. B. Switchgear and Switchboard Assemblies (for new and existing equipment shown on the one line diagram) 1. Visual and Mechanical Inspection a. Inspect for physical, electrical, and mechanical condition. b. Compare equipment nameplate information with latest one-line diagram. c. Check for proper anchorage, required are clearances, physical damage and proper alignment. d. Inspect all doors, panels, and sections for paint, dents, scratches, fit and missing hardware. e. Verify that fuse and/or circuit breaker sizes and types correspond to drawings. f. Verify that current and potential transformer ratios correspond to drawings. g. Inspect all bus connections for high resistance. Use low resistance ohmmeter, or check tightness of bolt~l bus joints by using a calibrated torque wrench. Refer to manufacturer's instructions for proper torque levels. h. Test all electrical and mechanical interlock systems for proper bperation and sequencing. Closure attempt shall be made on locked open devices. Opening attempt shall be made on locked closed devices. Key exchange shall be made with devices operated in off normal positions. i. Clean entire switchgear using manufacturer's approved methods and materials. NCR WTP Modifications 16999-19 Ju~l 28, 2000 024723 Inspect insulators for evidence of physical damage or contaminated surfaces. k. Verify proper barrier and shutter installation and operation. Lubrication: Verify appropriate contact lubricant on moving current carrying parts. Verify appropriate lubrication on moving and sliding surfaces. m. Exercise all active components. n. Inspect all mechanical indicating devices for proper operation. Electrical Tests a. Perform tests on all instrument transformers. b. Perform ground resistance tests. Perform insulation resistance on each bus section, phase-to-phase and phase-to-ground for one (1) minute. Test voltages and minimum resistances shall be in accordance with NETA recommendations. Perform insulation-resistance test on control wiring except where connected to solid state components. Perform control wiring performance test. Use the elementary diagrams of the switchgear to identify each remote control and protective device. Conduct tests to verify satisfactory performance of each control feature. f. Determine accuracy of all meters and calibrate watt hour meters. Calibrate at 50~o and 100~o scale. Verify multipliers. Perform phasing check on double-ended switchgear to ensure proper bus phasing from each source. h. Control Power Transformers - Dry Type NCR WTP Modifwations 024723 16999-20 July 28, 2000 (1) (2) (3) (4) (5) Inspect for physical damage, cracked insulation, broken leads, tightness of connections, defective wiring, and overall general condition. Verify proper primary and secondary fuse ratings or circuit breakers. Verify proper interlock function and contact operation. Perform insulation-resistance test. Perform measurements from winding-to-winding and windings-to-ground. Verify proper secondary voltage by energizing primary winding with system voltage. Measure secondary voltage with the secondary wiring disconnected. Test Values: Verify Bolt-torque values, Insulation resistance, overpotential levels in conformance to NETA standards or specified by manufacturer. Transformers Transformers - Small Dry Type, Air-Cooled (600 Volt and Below) (less than 100 kVA single-phase or 300 kVA three-phase) Inspect for physical damage, broken insulation, tightness of ~onnections, defective wiring, and general condition. b. Thoroughly clean unit prior to making any tests. Perform insulation-resistance test. Calculate dielectric absorption ratio and polarization index. Make measurements from winding- to-winding and windings-to-ground. Test voltages and minimum resistance shall be to NETA Standards. Energize primary winding with system voltage. Measure secondary voltage with the secondary load disconnected. Record results. Cables - Low Voltage - 600V Maximum - Test all cables of//4 wire and above. 1. Visual ~and Mechanical Inspectaon a. Inspect cables for physical damage and proper connection in accordance with drawings. NCR WrP Modifications 024723 16999-21 July 28, 2000 bo 1 Test cable mechanical connections to manufacturer's recommended values or NETA Standards using a calibramd torque wrench. Check cable color coding with applicable engineer's specifications and National Electrical Code standards. 2. Electrical Tests Perform insulation-resistance test on each conductor with respect to ground and adjacent conductors. Applied potential shall be 1000 volts dc for 1 minute. b. Perform continuity test to insure proper cable connection. Test Values; Evaluate results by comparison with cables of same !ength and type. Investigate any values less than 50 megohms. Disconnects - Low-Voltage 1. Mechanical tests Compare equipment nameplate informarion with single-line diagram. Inspect for physical and mechanical condition. Check each fuse holder for adequate mechanical support of each fuse. Verify fuse sizes and types are in accordance with drawings. Check blade alignment. Exercise all active components. Circuit Breakers (Tests to be performed on all breakers except perform primary injection tests 9nly on breakers rated 100amps or greater.) Circuit Breakers - Low Voltage insulated case a. Visual and Mechanical Inspection (1) (~) O) Check circuit breaker for proper mounting and compare nameplate data to drawings and specifications. Operate circuit breaker to ensure smooth operation. Inspect case for cracks or other defects. NCRWTP Modification~ 16999-22 July 28, 2000 024723 16C 1 NCR WTP Modifications 024723 (4) Check tightness of connections using calibrated torque wrench. Refer to manufacturer's instructions or NETA standards for proper torque levels. b. Electrical Tests (1) (2) (3) (4) (5) (6) (7) Perform a contact-resistance test. Perform an insulation-resistance test at 1000 volts dc from pole to pole and from each pole to ground with breaker closed and across open contacts of each phase. Determine long-time minimum pickup current by primary current injection where practical. Perform long-time delay time-current characteristic tests by passing three hundred pement (300%) rated current through each pole separately. Record trip time. Determine short-time pickup and delay by primary current injection, if applicable. Determine ground-fault pickup and time delay by primary current injection, if applicable. Determine instantaneous pickup current by primary injection using run-up or pulse method. Test Values (1) (2) (3) (4) (5) Compare contact resistance or millivolt drop values to adjacent poles and similar breakers. Investigate deviations of more than fifty percent (50%). Investigate any value exceeding manufacturer's recommendations. Insulation resistance shall not be less than 100 megohms. Trip characteristic of breakers shall fall within manufacturer's published time-current characteristic tolerance band, including adjustment factors. All trip times shall fall within NETA Standards. Circuit breakers exceeding specified trip time at three hundred percent (300%) of pickup shall be tagged defective. Instantaneous pickup values shall be within NETA standards. Metering and Instrumentation 1. Visual find Mechanical Inspection 16999-23 July 28, 2000 16C 1 Examine all devices for broken parts, shipping damage and tightness of connections. Verify that meter types, scales and connections are in accordance with drawings and specifications. 2. Electrical Tests a. Determine accuracy of meters at 50/100% of full scale. b. Calibrate watt hour meters to one-half percent (0.5%). c. Verify all instrument multipliers. Grounding systems 1. Visual and Mechanical Inspection 2. Inspect ground systems for compliance with drawings and specifications. Electrical Tests (Small Systems): Perform ground-impedance measurements utilizing the fall-of-potential method per ANSI/IEEE Standard 81 "IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System." Instrumentation utilized shall be as Approved by NETA Standards and shall be specifically designed for ground impedance testing. Provide sufficient spacing so that plotted curves flatten. Electrical Tests: When sufficient spacing of electrodes per above is impractical, perform ground-impedance measurements utilizing either the intersecting curves method or the slope method. (Ref. Nos. 40 and 41 in IEEE Std. 81.) Utilize three-point method of IEEE Std. 81. Measure between equipment ground being tes~xl and known low-impedance grounding electrode of system. The main ground electrode system impedance-to-ground should be no greater than five (5) ohms. Equipment grounds, depending on size and length of grounding conductor, should be only fractionally higher than system ground. NCR WTP Modifications 024723 16999-24 July 28, 2000 16C 1 NCR WTP Modifications 024723 Motors (for motors 40hp and larger) 1. Visual and Mechanical Inspection ao Inspect for physical damage. Inspect for proper anchorage, mounting, grounding, connection and lubrication. 2. Electrical Tests - Induction Motors Perform insulation resistance tests in accordance with ANSUIEEE Std. 43. Motors Larger than 200HP - Test duration shall be or 10 minutes with resistances tabulated at 30 seconds, one minute, and 10 minutes. Dielectric absorption ratio and polarization index will be calculated. Motors 200Hp and Less - Test duration shall be for one minute with resistances tabulated at 30 and 60 seconds. The dielectric absorption ratio will be calculated. Perform insulation resistance test on pedestal per manufacturer instructions. Co Perform insulation resistance test on surge protection device in &ccordance with this specification. Check resistance temperature de~ctor (RTD) circuits for conformance with drawings. Check that metering or relaying devices using the RTD's are of the proper rating. eo After checking differential relays in accordance with Section 7.9 and differential current transformer circuits in accordance with Section 7.10 of this specification, perform a system test of the differential scheme by primary injection. Check that the motor space heater circuit is in proper operating conduction. Check all protective devices in accordance with other sections of these specifications. 16999-25 Ju~ 28, 2000 Perform a rotation test to ensure proper shaft direction if the motor has been disconnected. Measure running current and evaluate relative to load conditions and nameplate full load amperes. Motor Control 1. Visual and Mechanical Inspection a. Inspect for physical damage, proper anchorage, and grounding. b. Inspect equipment for compliance with drawings and specifications. c. Motor-running protection (1) Compare overload heater rating with motor full-load current rating to verify proper sizing. i2) If motor-running protection is provided by fuses, verify proper rating considering motor characteristics and power- factor correction capacitors if applicable. (3) Check tightness of bolt~l connections using calibrated torque wrench. 2. Electrical Tests (Only test for motors 100hp and larger) a. Insulation tests: (1) Measure insulation resistance of each bus section phase-to- phase and phase-to-ground for one (1) minute. Test voltage shall be in accordance with NETA Standards. (2) Measure insulation resistance of each starter section phase- to-phase and phase-to-ground with the starter contacts closed and the protective device open. Test voltage shall be in accordance with NETA Standards. (3) Measure insulation resistance of each control circuit with respect to ground. Test motor overload units by injecting current through overload unit and monitoring trip time at three hundred percent (300%) of motor full-load current. NCRWTP Modifications 16999-26 July 28, 2000 024723 16C 1 Three phase power unbalance: Run motor at full load steady state conditions and take current readings on all three leads. Roll the motor leads maintaining the proper rotation and take motor current readings on all three possible hook-ups. Choose the least unbalance hookup for each motor. The maximum acceptable unbalance is 10 percent at full load. If the unbalance cannot be corrected by rolling leads, the source of the unbalance must be located and corrected. If on the three possible hook ups, the leg of "greatest unbalance" (furthest from the average) stays on the same power lead then most of the unbalance is being caused by the power source. However, if the leg of greatest unbalance moves on each of the hookups with a particular motor lead, the primary source of unbalance is on the motor side of the starter. Check for damaged cable, leaking splices, poor connections, or faulty motor winding. Variable Frequency Drives NCR WTP Modifications 024723 Perform a Functional Acceptance Test and a Performance Acceptance Test as described in Section 16010, for each drive over the total speed range that it will be required to operate through for the load being driven for a minimum of 2 hours. Determine for each drive, motor and load combination the following at minimum speed, maximum speed and at 1/a and 2,~ points between the minimum and maximum speeds: Input power (kW), voltage, amperes and RiMS power factor in front of the drive filter device. Output of the driven load in kilowatts. Measure the total harmonic voltage distortion at distribution switchboard for maximum and minimum load conditions with no other drives on the switchboard running. Test each drive by using the actual control signal for remote and local operation. Test each drive's alarm functions. Test operation of reduced voltage solid state starters. Perform all tests in the presence of the Owner's representative. 16999-27 July 28, 2000 L Perform the above tests in addition to the manufacturer's normal field tests. Verification of VFD input harmonic voltage and current distortion limits specified must be verified as part of final startup and acceptance. If harmonic distortion requirements are not met, it is the responsibility of the VFD supplier to meet the specification at the supplier's expense Surge Attesters 1. Low Voltage Surge Protection Devices a. Visual and Mechanical Inspection (1) (2) (3) (4) Inspect for physical damage and compare nameplate data with drawings and specifications. Inspect for proper mounting and adequate clearances. Check tightness of connections by using calibrated torque wrench. Refer to manufacturer's instructions or NETA Standards for proper torque levels. Check ground lead on each device for individual attachment to ground bus or ground electrode. b. Electrical Tests (1) (2) (3) (4) Air-gap surge protection devices (excluding valve and expulsion-type devices). See ANSI/IEEE C62.32 for design test criteria. (a) Perform dc breakdown voltage tests. (b) Perform insulation-resistance tests. Expulsion-Type Arresters (a) Perform insulation-resistance tests on each pole-to- ground. Maximum applied voltage must not exceed the rating of the device. (b) Ensure that exhaust ports are clear of any obstruction. Gas-Tube Surge Protection Devices. See ANSI/IEEE C62.31 for design test criteria. (a) Perform dc breakdown voltage tests. (b) Perform insulation resistance tests. Valve-Type Arresters - Silicone Carbide NCR WTP Modifications 16999-28 July 28, 2000 024723 16C 1 NCR WTP Modifications 024723 (5) (a) Perform insulation-resistance tests on each pole-to- ground. Maximum applied voltage must not exceed the rating of the device. (b) Perform de voltage rise test to flashover value, terminate test immediately upon flashover. Flashover voltage should approximate the calculated 60 hertz RMS sparkover equivalent. Varistor Surge Protective Devices (a) Perform clamping voltage test in accordance with ANSI/IEEE Standard C62.33, Section 4.4. Co) Perform rated RMS voltage test and rated de voltage test in accordance with ANSI/IEEE Standard C62.33, Section 4.7. Emergency Systems (Tests shall be performed by the manufacturer and witnessed by the testing contractor except the generator insulation test shall be performed by the testing contractor.) 1. Engine Generator a. Visual and Mechanical Inspection (1) (2) (3) Inspect for physical damage. Compare nameplate information and connection with drawings and specifications. Inspect for proper anchorage and grounding. b. Electrical and Mechanical Tests O) (2) (3) (4) (5) Perform an insulation resistance test on generator winding with respect to ground in accordance with ANSI/IEEE Std. 43. Determine polarization index. Test protective relay devices in accordance with applicable sections of these specifications. Perform phase rotation test to determine compatibility with load requirements. Functionally test engine shutdown for low oil pressure, overtemperature, overspeed, and other features as applicable. Perform load bank test in accordance with the following schedule: 25 ~'o rated for 30 minutes 16999-29 July 28, 2000 (6) 16C 1 50% rated for 30 minutes 75 % rated for 30 minutes 100% rated for 3 hours Record voltage, frequency, load current, oil pressure, and coolant temperature at periodic intervals during test. c. Test Values O) Perform an insulation-resistance test at voltage listed in NETA Standards. Polarization index values shall be in accordance with IEEE Standard 43. Load test results shall demonstrate the ability of the unit to deliver rated load at rated power factor for the test period. Automatic Transfer Switches a. Visual and Mechanical Inspection O) (2) o) (4) (5) (6) (7) (8) Inspect for physical damage. Compare nameplate information and connections to drawings and specifications. Check tightness of all control and power connections. Perform manual transfer operation. Confirm proper lubrication. Check switch to ensure positive mechanical interlock between normal and alternate sources. Insure manual transfer warnings are attached and visible. Check that all covers, barriers, and doors are secure. b. Electrical Tests (1) (2) (3) (4) Perform insulation resistance tests phase-to-phase and phase-to-ground with switch in both source positions. Perform a contact resistance test across all main contacts. Verify settings and operation of control devices in accordance with the specifications provided by the manufacturer. Calibrate and test all relays and timers including voltage and frequency sensing relays, in phase monitor (synchronism check), engine start and cool-down timers, transfer and retransfer timers, etc. NCR WTp Modification.~ 024723 16999-30 July 28, 2000 16C 1 (5) (6) Perform automatic transfer tests: (a) Simulate loss of normal power. Return to normal power. © Simulate loss of emergency power. (d) Simulate all forms of single phase conditions. Monitor and verify correct operation and timing of the following simulations: (a) (b) (d) (e) (0 (g) (h) Normal voltage-sensing relays. Engine start sequence. Time delay upon transfer. Alternate voltage-sensing relays. Automatic transfer operation. Interlocks and limit switch function. Time delay and retransfer upon normal power restoration. Engine cool-down and shutdown feature. THERMOGRAPHIC (INFRA-RED) SURVEY After the equipment has been placed in service, infrared surveys to be performed on all designated electrical system apparatus specified below. The survey to be performed with all apparatus energized and under full or normal load conditions. The survey to include all connections and joints. Access covers and doors to be removed or opened from all apparatus for the purpose of the survey. The survey to consist of an on-site inspection performed by competent field engineering personnel using portable, imaging-display infrared camera equipment to locate and recommend corrective measures for overheated electrical connections, splices, taps, conductors and other abnormally hot items of apparatus, or portions thereof, that are a part of the designated apparatus. 2. Visual and Mechanical a. Remove all necessary covers prior to scanning. b. inspect for physical, electrical, and mechanical condition. 3. Equipment to be Scanned a. All new and existing equipment with rating of 200amps or more. NCR WTP Madification~ 024723 16999-31 Ju~28,2000 NCRWTP Mod~caxlo~s 16999-32 July 28, 2000 024723 4. Provide report indicating the following: a. Problem area (location of "hot spot") b. Temperature rise between ~hot spot" and normal or reference area. c. Cause of heat rise d. Phase unbalance, if present e. Areas scanned 5. Test Parameters a. Scanning distribution system with ability to detect ioc between subject area and reference at 30oc. b. Equipment shall detect emitted radiation and convert detected radiation to visual signal. c. Infrared surveys should be performed during periods of maximum possible loading but not less than twenty percent (20%) of rated load of the electrical equipment being inspected. d. Provide photographs and/or the thermogram of the deficient area as seem on the imaging system. SYSTEM FUNCTION TESTS A. General 1. Perform system function tests upon completion of equipment tests. It is the purpose of system function tests to prove the proper interaction of all sensing, processing, and action devices. 2. Implementation a. Develop test parameters for the purpose of evaluating performance of all integral components and their functioning as a complete unit within design requirements. b. Test all interlock devices. Record the operation of alarms and indicating devices. * * * END OF SECTION * * * NCR WTP M~lifications 024723 16999-33 July 28, 2000 1 APPENDIX A - DESIGN DETAILS 120° HI#.- 2"~' ~'~.~'~-2 L.4~'ERS D + 8" MIN.-: ~EXISTI~G CONC~ TE PIPE SUPPORT ~OTES: ~. 1/2"~ ~00 THRE~DEfi O~E E~fi 4T ~ I~CHES O.C. ~1~1~ ON THE STRUCTURAL 2. ~T E~CH YERTIC~L RO0 PROVIDE ST~R ~LUGIff (2~IT THREADED SET FOR I/2"6 RO0 OR 3~fflT T~READEO SET FOR ~CNOR OR ~ ~CCEPTABLE EOUIYA~T 3. =D" EOUALS PIPE OUTSIDE DI~ETER =~= NOT TO SCA~E ~.~ ~,"~~- K. HUGHES ~ ~/'~ 17533-D3 - FILL TOP 8" W/LEAN GROUT AND SMOOTH 6"¢ STD BCS PIPE, FILL SOLID W/CONCRETE. PiPE TO BE PAINTED YELLOW WITH REFLECTOR TAPE AT TOP OF PIPE. (2)1/2"¢x3" NELSON STUDS @ 180' 50"¢ HOLE, FILL SOLID W/CONCRETE FIN. GRADE PIPE BOLLARD NOT TO SCALE D~,t[.~ 02/13/96 K. HUGHES 17553D13 DETAILS PIPE BOLLARD 3-4 i i 16C 1 i..~~ ~RESSURE ¢AUC~ TEST GAUGe_ CONNECTION. ~ ~ ~ L~A~ TO A~0W ~~ I ~E~ INSTA~ON J~ +' ~ ~ I/2' NIPP~ ~/ coN~C~O~ TO J~ / AND ~ ~ NOT TO SCALE = .~,~ K. HUGHES ~ ~' ~ ~: 17533 D7 PRES.'-uRE SWt TCH.-~ 1/~.' R.U~HING CONNECTON ~?H 8ALL VALVE J) NIPPLE I/2" EUSHING FOR TEST GAUGE CCNNECTION LCCATE TO ALLOW FIELD INSTALLA~ON OF T-r. ST CAUG~ AND 3/2' NIPP[_E I/2' r-ALL VALVE iCONNECTJCN TO PUMP SUC~ON ANO 01504ARGE NOZ~tE.S OR ADJA~T PIPING AS INDICATED AND NOT TO SCALE DETAILS PRESSURE GAUGE & PRESSURE SWITCH MOUNTING 02/13/96 K. HU(~'-IES 17533-D8 15-4.2.1.2 I I INSIOE FACE -.... 4. I I OF' WAll J,.-,-,~...~.. ! F'llt WI~-H NCN--.~HRINK ~,,~. SL-~-'~ '~'~-~"'~ .... ~ vc,o ~m~.A$?C~4~.=!~C CC~PCUN0. !:v..-.... ! / WA~ ~TCP ~.,....., ~ NO~ Z "' ..... ---~ ....... ' ' ''-' L~' ~IN. ~.~.... ,.r. · '-f'. :'.', i WALL SEAL I ] :, , ;'~'.';, f,.:.. f : I N,.... NO~5: I. FOR ~OCR ~E~S.~E PIP~ SLE~ ~ GAS~GHT OR WA~T [. WA~ STOP S~ ~[ NOT REOUIRED. ~E ~ DUC~ IRON IN ACCORD~ N~ SEC~CN 026~5 OR S~. ~ GALVANIZ~ S~ ~ WA~STCP ~EO ~CH IN ACCCRD~C[ ~ ~C~CN ~ 5370. ~~ ~ .OT TO SC*L~ K. HUGHES ~ ~/'~ 17533-D9 WALL AND FL~ ~E~ ~RE (LI~ ~) 1~4~6 16C 2 NCRWTF Chemical Feed Pipe Replacement Collier County Water Department COLLIER COUNTY BID NO. 00-3135 COLLIER COUNTY WATER-SEWER DISTRICT00 F~UG Design Professional: Metcalf & Eddy, Inc. 1201 Peachtree St., N.E. 400 Colony Square, Suite 1101 Atlanta, GA 30361 COLLIER COUNTY PURCHASING DEPARTMENT 3301 Tamiami Trail, East Naples, Florida 34112 B. C. D. E. TABLE OF CONTENTS 16g PUBLIC NOTICE/LEGAL ADVERTISEMENT (PAGE ONE ONLY) INSTRUCTIONS TO BIDDERS BID PROPOSAL, BID SCHEDULE AND OTHER PROPOSAL DOCUMENTS AGREEMENT AGREEMENT EXHIBITS EXHIBIT A: Performance and Payment Bond Forms EXHIBIT B: Insurance Requirements EXHIBIT C: Release and Affidavit Form EXHIBIT D: Contractor Application for Payment Form EXHIBIT E: Change Order Form EXHIBIT F: EXHIBIT G: EXHIBIT H: EXHIBIT I: EXHIBIT J: EXHIBIT K: EXHIBIT L: EXHIBIT M: Certificate of Substantial Completion Form Final Payment Checklist General Terms and Conditions Supplemental Terms and Conditions Technical Specifications Permits (Deleted) Standard Details (Deleted) Plans and Specifications prepared by Metcalf & Eddy, Inc., and identified as follows: NCRWTF Chemical Feed Pipe Replacement as shown on Sheets G1 and W-1 through W-9. PART A - PUBLIC NOTICEI LEGAL ADVERTISEMENT (PAGE ONE ONLY) INVITATION TO BID COLLIER COUNTY WATER - SEWER DISTRICT COLLIER COUNTY, FLORIDA NCRWTF Chemical Feed Pipe Replacement COUNTY BID NO. 00-3135 Separate sealed proposals for the construction of North County Regional Water Treatment Facility chemical feed pipe replacement, addressed to Mr. Steve Carnell, Purchasing Director, will be received at the Collier County Government Complex, 3301 Tamiami Trail .East, General Services Building, Purchasing Department, Naples, Florida 34112, until 2:30 P.M. LOCAL TIME, on the 23rd day of August, 2000, at which time all proposals will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non-mandatory pre-bid conference shall be held at the North County Regional Water Treatment Facility, 8005 Vanderbilt Beach Road Extension, Naples Florida 34120, at 10:00 A.M. LOCAL TIME on the 14th day of August, 2000, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. It is strongly recommended that you attend the pre-bid as there will be a site tour after the meeting. Sealed envelopes containing bids shall be marked or endorsed "Proposal for County Water-Sewer District, Collier County, Florida, NCRWTF Chemical Feed Pipe Replacement for the Collier County Water Department, County Bid No.00-3135 and Bid Date of August 23, 2000". No bid shall be considered unless it is made on the Bid Schedule which is included in the Bidding Documents. The Bid Schedule (WS-P-1 through WS-P-12) shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined in the office of Public Works Engineering Department, 3301 Tamiami Trail East, Naples FL 34112, or at the Purchasing Department, General Services Building, Naples, Florida 34112. - Copies of the Bidding Documents may be obtained only at the offices of Utilities Engineering, 3301 Tamiami Train East, Naples, Florida 34112, upon payment of $50.00 for each set of documents to offset the cost of reproduction. Return of the documents is not required, and the amount paid for the - documents is non-refundable. The following plan room services have obtained copies of the Bidding Documents for the work contemplated herein: Building Industry Assoc. 2465 Trade Center Way Naples, FL 34109 Construction Market Data Bldg. 219, Suite 170 200 South Hoover Blvd. Tampa, FL 33609 Lee Building Industry Assoc. 4210 Metro Parkway, Suite Ft. Myers, FL 33916 F. W. Dodge Company 2830 Winkler Avenue, Suite 104A Ft. Myers, FL 33916 The Plan Room 2477 J & C Blvd. Naples, FL 34109 WS-PN-1 - 16g 2 Each bid shall be accompanied by a certified or cashiers check or a Bid Bond in an amount not less - than five percent (5%) of the total Bid to be retained as liquidated damages in the event the successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The successful Bidder shall be required to furnish the necessary Performance and Payment Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Performance and - Payment Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of _ business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Performance and Payment Bonds must file with each bond a certified and effective dated copy of _ their Power of Attorney. In order to perform public work, the successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the work contemplated herein, the County shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the County to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within sixty (60) calendar days from and after the Commencement Date specified in the Notice to Proceed. The County reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond 90 days from the bid opening date. Dated this 3rd day of August, 2000. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, NAPLES, FLORIDA BY: Stephen Y. Carnell Purchasing Director WS-PN-2 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 16g 2 1.1 The term "Owner" used herein refers to the Board of County Commissioners, Ex-Officio the Governing Board of the Collier County Water-Sewer District or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean a Division Administrator or Department Director acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the - project. Any or all duties of the Design Professional referenced under this Agreement may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, the Project _ Manager may formally assign any of his/her duties specified in this agreement to the Design Professional. 1.4 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.5 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages WS- P-1 through WS-P-12 as bound in these Bidding Documents). The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name, Bid Opening Date and Time, and shall be addressed to the Collier County Purchasing Department, General Services Building (Bldg. "W"), Collier County Government Complex, 3301 Tamiami Trail East, Naples, Florida 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. 2.2 Collier County.requires all vendors doing business with the County to be Year 2000 compliant. Vendors shall take all necessary and appropriate steps to proactively ensure that all technologies, systems, equipment and processes critical to the vendor's ability to provide required products/services to the County will be able to function properly as of January 1, 2000. 2.3 Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. WS-IB-1 _ Section 3. Bid Deposit Rea_uiremerlt$ 16g 2 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashiers check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in Naples, Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the Bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). - The Bid Deposit shall be retained by Owner as liquidated damages if the successful Bidder fails to execute and deliver to County the Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it _ shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award said alternates at a later time, but .... no later than 120 days from opening, unless otherwise authorized by the Purchasing Director. 3.2 The Successful Bidder shall execute four (4) copies of the Agreement and deliver same to _ Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding - control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Proposals 4.1 Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Section 5. Signing of Bid~ - 5.1 Bids submitted by a corporation must be executed in the corporate name by the president or a vice president, and a corporate seal must be affixed and attested to by the secretary or assistant secretary of the corporation. The corporate address and state of incorporation must be shown below - the signature. 5.2 Bid proposals by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his signature shall be inscribed. _ WS-IB-2 5.4 If signature is by an agent or other than an officer of corporation or general partnership, a properly notarized power of attorney must be submitted with the Bid. partner of 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Prooosa!s Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting his Bid, that he has received all addenda issued and he shall acknowledge same in his Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. Section 9. Examination of Site and Contract Document~ 9.1 By executing and submitting his Bid, each Bidder certifies that he has: a. Examined all Bidding Documents thoroughly; WS-Ib-3 16B 2 b. Visited the site to become familiar with Io¢~1 conditions that may in any manner affect performance of the Work~ c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of his observations with the requirements of bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting his Bid, each Bidder shall, at his own expense, make such additional surveys and investigations as may be necessary to determine his Bid price for the performance of the Work within the terms of the Bidding Documents. Section 10. Material Requiremerlts It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, for should conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid~ Section 12. Award of Contract Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation shall file his protest with the Purchasing Director in writing prior to the time of the bid opening. WS-IB-4 Award of contract shall be made to the lowest, responsive and qualified Bidder determined on the basis of the entire Bid and the Owner's investigations of the Bidder. When the contract is awarded by Owner, such award shall be evidenced by a Notice of Award, signed by 'the Project Manager of Owner and delivered to'the intended awardee or mailed to awardee at the business address shown in the Bid. Award of Contract will be made by the Board of County Commissioners in public session. Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays and Thursdays. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the offices of the Purchasing Director. For Bidders who may wish to receive copies of Bids after the Bid opening, The County reserves the right to recover all costs associated with the printing and distribution of such copies. Section 13. Sales Tax 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. All successful bidders will be provided a copy of Collier County's Certificate of Exemption (#21-07-019995-53c) upon contract award. Corporations, Individuals and other entities are impacted by Chapter 212, Florida Statutes according - to the type of service, sale of commodity or other contractual arrangement to be made with Collier County. By submittal of a properly executed response to a Bid Proposal from Collier County, Florida the Bidder is acknowledging that he is aware of his statutory responsibilities for sales tax under - Chapter 212, Florida Statutes. Collier County is also exempt from most Federal excise taxes. By submittal of a properly executed response to a Bid Proposal from Collier County, Florida, the Bidder is acknowledging that he is aware of his responsibilities for Federal excise taxes. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to this work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amount8 in their bid offer. However, the successful bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2' The successful bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. · WS-IB-5 16C 2 COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DMSION ADDENDUM 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 http://co.collier.fi.us DATE: TO: FROM: SUBJECT: August 18, 2000 Interested Bidders Lyn M. Wood, C.P.M. Public Utilities Purchasing Agent Addendum # 2- Bid #00-3135 - "NCRWTF Chemical Feed Pipe Replacement" Addendum #2 covers the following change for the above-referenced Bid: 1. Make changes to specifications and drawings per the attached. 2. Minutes of the pre-bid conference held on August 14, 2000 are attached. 3. Pre-bid sign-in sheet is attached. If you require additional information please call Pete Schalt, Utilities Engineering Department at 941-774-8192 or me at 941/774-8407 or by e-mail at LynWood@colliergov.net. cc: Pete Schalt, Utilities Engineering ADDENDUM NO. 2 AUGUST 18, 2000 Bid No. 00-3135 ADDENDUM NO. 2 AUGUST 18, 2000 Bid No. 00-3135 NCRWTF Chemical Feed Pipe Replacement PROJECT NO. 70890 RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED IN THE SPACE PROVIDED IN THE BID FORM Addendum Page or Location and Description of Change Item Drawing CONTRACT AND BIDDING REQUIREMENTS 1.1 WS-P-7 Second paragraph: Revise to show the substantially complete time at seventy-five (75) consecutive calendar days and final acceptance time at ninety (90) consecutive calendar days. TECHNICAL SPECIFICATIONS 1.2 01010-1 Delete 3rd line of paragraph 1.01 B and replace with: "The work shall be substantially completed within 75 calendar days from Notice to Proceed. Final Completion shall be no later than 90 days." 1.3 01010-2 Add the following to paragraph 1.06: "B. Valves are not part of the base price of the Project. Where valves are determined to be necessary by the ENGINEER, the OWNER may provide valves for installation or this may be negotiated as part of the allowances." 1.4 01014-2 Paragraph 1.05. Add new paragraph D. "D. OWNER will drain and flush all existing piping to be replaced or connected with new chemical feed piping. Flushing will be to a level of non-hazardous handling. Any work on a system that is cut or disconnected shall be performed with appropriate personal protection equipment (PPE)." 1.5 01014-3 Paragraph 1.06. Add new paragraph E: "E. Owner will conduct a safety training session for all CONTRACTOR personnel who will work on piping and process systems at the plant. The safety training session will be conducted within 20 days of the Notice to Proceed. Safety training session shall be mandatory for all CONTRACTOR staff who will work directly with pipe replacement." 16g 2 Addendum Page or Location and Description of Change Item Drawing 1.6 01015-2 Paragraph III. E. Add the following new paragraph: "5. Lines from bulk storage tanks to day tanks can be removed from service for up to 24 hours if coordinated with plant staff. If day tanks are not full, no work will done on the bulk storage transfer piping." 1.7 01300-4 Paragraph 1.04 B. Delete the 1st sentence and insert with the following: "Submittals shall be reviewed within 7 days of receipt by the ENGINEER." 1.8 01300-4 Delete paragraph 1.04 C. 1.9 15056-10Delete paragraph 3.04 K. and insert the following paragraph: "K. Inside process building provide new pipe supports at maximum 5 foot spacing. Outdoor in existing piping trench, use existing pipe supports, supplemented as necessary to provide 5 foot maximum spacing." DRAWINGS 1.1 0 M-8, 9, Replace all proposed 1/2-inch HDPE piping with %-inch 10, 12 HDPE piping. 1.11 M-8, 9, Replace all proposed 1/2-inch HDPE piping with %-inch 10, 12 HDPE piping. Metcalf & Eddy 16g Memorandum 2 DATE: TO: FROM: SUBJECT: 'LOCATION: August 17, 2000 Attendees Planholders Nick Cooper North County Regional Water Treatment Plant Chemical Feed Piping Replacement Prebid Conference NCRWTP Training Room August 14, 2000 10:00 AM The prebid conference for the Chemical Feed Piping Replacement project was held at the North County Regional Water Treatment Plant (WTP) to provide an overview of the work and conduct a plant tour for the project. Representatives from Intrastate Construction, Mitchell & Stark, Douglas N. Higgins, Metcalf & Eddy (Engineer) and Collier County (Owner) were in attendance. The attendance sheet is attached. The project is one of several concurrent construction projects that will be underway at the plant over the next four months. It is the intent of the County to have all major projects completed before the beginning of the peak season. Lyn Wood reviewed the bid requirements for the project. The bids are due Wednesday, August 23, 2000 at 2:30 PM. The project has liquidated damages for delays beyond the final completion date. Award is expected in September. The project requires connections tothe existing piping at the plant. Concurrent work is planned in the acid feed room, to piping that will be installed under a separate contract for acid feed system improvements. The Contractor will be required to coordinate his work with other contractors at the site and with plant operations staff. There are periods of time when the plant cannot be taken out of service for tie-in, generally due to peak demand. The Contractor shall coordinate his tie-in dates and have alternate dates to accommodate the needs of plant operations. The project plans and specifications call for connections to existing piping and valves where shown. The County will provide any new valves required for the new piping. There is no electrical work on this project. Memorandum August 18, 2000 Page 2 A budget has not been established for the project, since it was part of a larger project before these documents were prepared. The allowance item is for replacement of piping, valves or other related items not currently shown as part of the scope. Work on any allowance items will be through negotiated contract changes only. 2 The A: Q: A~ Q~ Q: A: A~ Contractors offered questions on the following: How will the Contractor handle chemicals in the existing piping that he must tie into? The County will drain and flush each line as necessary to assure that the piping and contents are not hazardous. What safety precautions are required beyond those normally expected of the contractor? For any work on tie-ins to an existing chemical system, personal protective equipment will be required for anyone in the area of the work. The Contractor's personnel must attend a mandatory safety mining session conducted by the County prior to commencement Of any work ~it the plant. Is there a problem with HDPE expansion in this piping? There are adequate bends and unrestrained pipe supports to accept elongation. There is no expected impact on the system if the pipe should move within the utility trenches. Can the submittal review process be accelerated? Can the time for performance be longer than 60 days? These items will be addressed in the addendum. Can the contractor core drill new pipe sleeves for the piping to the bulk storage areas? It is not desired to do that because there are drain pipes that cross in the vicinity of these pipe sleeves. The bulk storage can be taken out of service during one of the designated extended outage periods to accommodate the work required, but only if the day tanks are full. Memorandum August 18, 2000 Page 3 Q: A~ Temporary piping may be required to pump around sections of pipe to be removed, and this is considered included in the contract requirements. Can the existing pipe supports in the outdoor trench be reused, because space is tight? This will be addressed in the addendum. Are there any pipelines that can be taken out of service for extended periods of time, independent of the specified outage periods? The only allowed outages of any piping system are those specified in the Contract Documents. Where approved by the Engineer, temporary piping that allows the plant to function may be provided to allow the contractor flexibility to work on these 'systems. The meeting concluded at 11:30AM with a site tour of the facilities. NON-MANDATORY PRE-BID CONFERENCE BID NO. 00-3135 "NCRWTF Chemical Feed Pipe Replacement" 10:00 a.m. ON August 14, 2000 PURCHASING DEPARTMENT CONFERENCE ROOM PLEASE PRINT 2 Sallle: Company: MaJling Address: City,, State: "~;x,.~---~_- ,~ .Zip: Telephone: ( ctS ~-~) N '~'~- Fax Number: (Q}-'-i) ~-! ? 2_ I~'1 ~4 H NalIle: Company: Mailing Address: City, State: /-0 ,%/~1~- /~1, Zip: Telephone: ( ? ~' / ) .~'- 5: '7.- ~ ~'c ~ F~ Numbs: ( 9% ~ ) .~.4~ ~ ¢ - "? g & ~ Name: , Company: /' z /'V Td~pho~e: ( )~~ F~ Number: ( ) Zip: Name: Name: Company: Company: . Mailing Address: Mailing Address: City, State: Telephone: ( Fax Number: ( Zip: ) ) COUNTY DEPARTMENTS REPRESENTED IName: ,/~- V/~'/ Name: _ Name: ~ Name: Department: Department: Department: Department: 16C 2 COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DIVISION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 http:]/co.collier.fi.us ADDENDUM DATE: TO: FROM: SUBJECT: August 17, 2000 Interested Bidders Lyn M. Wood, C.P.M. ",~ ~ Public Utilities Purchasing Agent ~ L/ Addendum # 1- Bid #00-3135 -"NCRWTF Chemical Feed Pipe Replacement" Addendum #1 covers the following change for the above-referenced Bid: Change: The bid opening date from August 23, 2000 to August 30, 2000 at 2:30 p.m. Addendum 2 will be issued to cover changes in the specifications, If you require additional information please call Pete Shalt, Utilities Department at 941/774-8192 or me at 941/774-8407 or by LynWood~colliergov.net. Engineering e-mail at cc: Pete Schalt, Utilities Engineering Department BID PROPOSAL COLLIER COUNTY WATER-SEWER DISTRICT COLLIER COUNTY, FLORIDA NCRWTF Chemical Feed Pipe Replacement Bid No. 00-3135 2 Full Name of Bidder Main Business Address Place of Business State Contractor's License # ~- ~ ~ O ¥ :z-~:~ A' Telephone No. C~l- ..(l~.'7-2..IL,,.g" Fax No. To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA EX-OFFICIO THE GOVERNING BOARD OF THE COLLIER COUNTY WATER-SEWER DISTRICT (hereinafter called the Owner). The undersigned, as Bidder declares that the only person or parties interested in this Proposal as principals are those named herein, that this Proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications, including Addenda issued thereto and acknowledges receipt below: Contractor's Addendum Number Date Issued Initials Bidder proposes, and agrees if this Proposal is accepted, Bidder will contract with the Owner in the =. form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or =. referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the =. Contractor by the Contract Documents, and that he will take full payment the sums set forth in the following Bid Schedule: NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your proposal pages. =_ WS-P-1 Item 1. BID SCHEDULE NCRWTF Chemical Feed Pipe Replacement BID NO. 00-00-3135 2 Chemical Piping Replacement, in accordance with the Contract Documents, complete, the lump sum price of and Dollars Cents Item 2. Allowances, in accordance with Section 01153 of the Contract Documents Total of Bid Items 1 and 2 and $10o.00o.o0 / Cents Allowances item is for work not defined, and the Owner may elect not to award work under this item. The Owner is under no obligation to pay the Contractor under this item. WS-P-2 '- MATERIAL MANUFACTURERS 16g 2 The Bidder is required to state below, material manufacturers he proposes to utilize on this project. No change will be allowed after submittal of Bid. If substitute material proposed and 'listed below is not approved by' Engineer, Bidder shall furnish the manufacturer named in the specification. Acceptance of this Bid does not constitute acceptance of material proposed on this list. THIS LIST MUST BE COMPLETED OR BID WILL BE DEEMED NON-RESPONSIVE. MATERIAL , MANUFACTURER -Dated Bidder By: J WS-P-3 _ LIST OF SUBCONTRACTORS The undersigned states that the following is a full and complete list of the proposed subcontractors on · this Project and the class of work to be performed by each, and that such list will not be added to nor -- altered without written consent of the Project Manager. The undersigned further acknowledges its responsibility for ensuring that the subcontractors listed herein meet all legal requirements applicable to and necessitated by this Agreement, including, but not limited to proper licenses, certifications, - registrations and insurance coverage. The County reserves the right to disqualify any bidder who . includes noncompliance subcontractors in his bid offer. Further, the County may direct the bidder/contractor to remove/replace subcontractor that is found to be noncompliant with this - requirement subsequent to award of the contract at no additional cost to the County. THIS LIST MUST BE COMPLETED OR BID WILL BE DEEMED NON-RESPONSIVE. Subcontractor and address Class of Work to be performed 1. _6. Dated Bidder By: WS-P-4 STATEMENT OF EXPERIENCE OF BIDDER 10g 2. The Bidder is required to state below what work of similar magnitude is a judge of his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. Project and Location. Reference Dated Bidder By: WS-P-5 TRENCH SAFETYACT 160 2 Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act, Chapter 553, Part VI, Florida Statutes. The Bidder further identifies the cost to be summarized below: Trench Safety Measure 2. 3. Units of Unit Unit Extended Measure (Quantity.) ¢o~;t Cost (LF.SY) Total Dated Failure to complete the above may result in the Bid being declared non-responsive. By: ~L~tA--I.,~..i~ ~,.,~¥,~.,.-~ ~'¢-..,....¢X,:..-,..,=~ Bidder WS-P-6 16g 2 Upon receipt of written notice of the conditiona~ acceptance of this Bid, Bidder wiM execute the formal Contract attached within 10 calendar days and deliver the Surety Bond or Bonds and Insurance as required by the Contract Documents. The bid security attached in the sum of: ~-~,,~ z-,,.'~ ~,.,.,t"T dollars ($ .¢'~ ~,]~I. A,,,~T' ) is to become the property of the Owner in the event the Contract, Insurance and Bonds are not executed within the time above set forth for the delay and additional expense to the Owner. If awarded a contract under this Proposal, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in'writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Proposal within forty-five (45) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within sixty (60) consecutive calendar days, computed by excluding the commencement date and including the last day of such period. Respectfully Submitted: State of County of ~f,,~o ~P~-~-~r , being first duly sworn on oath deposes and says that the Bidder on the above Proposal is organized as indicated below and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. ~ ~' '~-~-~ ~--.~',"-' '"~/' , also deposes and says that he has _ examined and carefully prepared his Bid Proposal from the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. WS-P-7 The Bidder is a corporation organized and existing under the laws of the State ' operates under the legal name of/k{~'c.k~-';~,.,-~-(-~'r.?- ~-, ~-'"-~ - - of its officers are as follows: President Secretary Treasurer 2 which . , and the full names -' Manager ~-:"~ f"; ~ '~ and it (does) or (dccc-not) have a corporate seal. The (name) ' is authorized to sign construction proposals and contracts for the company by action of its Board of - Directors taken /~ i ~? a c~eifiCd ~nn,, n~ ,.,high i.~o . ~d (strike out this last sentence if not applicable). (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: _ (c) Individual ' The Bidder is an individual whose full name is _ if operating under a trade name, said trade name is Dated WS-P-8 legal entity , and Witness Witness By: Name of Bidder (typed) Signature/Title STATE OF ]:/* ~'i J~o._ COUNTY OF ~o I I'~ e.~'- The foregoing instrument was acknowledged before me this 2000, by ~ c ?c,. ~ ~. ~-, ,--, ~.r-- , as corporation. He/she is personall known to me or has produced identification and-d~l- (did not) take an oath. [Corporate Seal] corporation, on behalf of the as My Commission Expires: (AFFIX OFFICIAL SEAL) Name: (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No.: WS-P-9 BID BOND 2 KNOW ALL MEN BY THESE PRESENTS, that we Mitchell and Stark Construction Co.~ Inc. (herein after called the Principal) and Fideli _ty and Deposit Company of Maryland (herein called the Surety), a corporation chartered and existing under the laws of the state of Maryland with its principal offices in the city of Baltimore and authorized to do business in the State of Florida are held and firmly bound unto the Collier County Water-Sewer District (hereinafter called the Owner, in the full and just sum of Five Percent of Maximum Bid Amount dollars {$ 5% ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a proposal for furnishing all labor, materials, equipment and incidentals necessary to furnish and install: NCRWTF Chemical Feed Pipe Replacement Bid #00-3135. NOW, THEREFORE: The conditions of this obligation are such that if the Proposal be accepted, the Principal shall, within fifteen days after the date of a written Notice of Award, execute a Contract in accordance with the Proposal and upon the terms, conditions and price(s) set forth therein, of the form and manner required by the Owner, and execute a sufficient and satisfactory Contract Performance Bond and Payment Bond payable to the Owner, in an amount of 100 Percent of the total Contract price each in a form and with security satisfactory to the said Owner, then this obligation to be void; otherwise to be and remain in full force and virtue in the law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the aforesaid Owner, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty but as liquidated damages. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed sealed this 23rd. day of August, 2000 MITCHELL AND STARK CONSTRUCTION CO., INC. Principal By (Seal) b FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety (Seal) F~'_~. Kevifi Hughes- Xttola, l~y-in-fact Countersigned Brad A. Havemeier, A Florida Resident Agent Local Resident Producing Agent for Florida Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 2 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by F. L. BORLEIS, Vice-President, and T. C. JOHNSON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in fulk%~se and eff~e~ the date hereof, does hereby nominate, constitute and appoint J. Kevin Hughes, Steven E. ~nthon~rtman, Andrew M. Hatheway, Erie A. Sehieferstein, Jo Hollingsworth and Kevin D. Bown)~ of Ind'~l[~, ~!is, Indiana, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and del~6r, and o~ehalf as surety, and as its act and deed: any and all bonds and undertakings and the execution of_~:lcX'l~foonds o~ings in pursuance of these presents, shall be as binding upon said Company, as fully and am~all inte~C'~/d purposes, as if they had been duly executed and acknowledged by the regularly elected office~%~ the Co~3x~- at its office in Baltimore, Mr., in their own proper persons. This power of attorney revokes ^t~[~ued on~v~ of William E. Frick, Jr., Steven E. Wolf, Anthony E. Oftman, Andrew M. Hatheway, Eric A~Terstein, ,,_~az_X~Io_ 11ingsworth, and Kevin D. Bowman, dated November 4, 1998. ~(~'q/ %~ The said Assistant Secretary doe_~re~by certi~f~ the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-L(~said Con~, and is now in force. IN WITNESS WHEREOF, the~id Vice-~lcnt and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIXITY AND DEPOSIT COMPANY OF MARYLAND, this 16th day of February, A.D. 2000. ~ ATTEST: FIDELIT'D DEPOSIT COMPANY OF MARYLAND ote;iiicretaryF. L. BorleisVice-President On this 16th day of February, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came F. L. BORLEIS, Vice-President and T. C. JOHNSON, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Patricia A. Trombetti / Notary Public My Commission Expires: October 9, 2002 LI428-044-A 16g 2 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this Assistant Secretary THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department 2 BIDDERS CHECK LIST I M P O R T A N T: Please read carefully, sign in the spaces indicated and return with your bid proposal. Bidder should check off each of the following items as the necessary action is completed: 4. 5. 6. 7. o The Bid has been signed. The bid prices offered have been reviewed. The price extensions and totals have been checked. The payment terms have been indicated. Any required drawings, descriptive literature, etc. have been included. Any delivery information required is included. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. Any addenda have been signed and included. The mailing envelope has been addressed to: Purchasing Director Board of County Commissioners Collier County Government Center General Services Building 3301 Tamiami Trail, East Naples, Florida 34112 11. The mailing envelope must be sealed and marked with: <:>Bid Number; c:>Project Name; <:>Opening Date. 12. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER-DELIVERED BIDS MUST HAVE THE AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Bidd~e~ ~m ..p..~_ Signature & Title Date WS-P- 12 CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, Ex-Officio the Governing Board of the Collier County Water-Sewer District ("Owner"), hereby contracts with Mitchell & Stark Construction Co. Inc. ("Contractor") of 6001 Shirley Street, Naples, Florida, an Indiana corporation to perform all work ("Work") in connection with NCRWTF Chemical Feed Pipe Replacement, Bid No. 00-3135 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Metcalf & Eddy, Inc., the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Instructions to Bidders, the Proposal and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor up to five (5) sets of the Contract Documents as are reasonably necessary for execution of the Work. Additional copies of the Contract Documents shall be furnished, upon request, at the cost of reproduction. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: _ one hundred ninety-nine thousand nine hundred forty dollars ($199,940.00). WS-CA-1 A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B, in the amount of 100% of the Contract Amount, the costs of which to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size - category and the amount required shall not exceed 5% of the reported policy holders surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. Should the contract amount be less than $500,000, the - requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and LiQuidated Damages. ....A. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Project Manager. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within seventy-five (75) calendar days from the Commencement Date. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently _ complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within ninety (90) calendar days from the _ Commencement Date (herein "Contract Time"). B. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified above, as said time may be adjusted as provided for herein. - C. Should Contractor fail to finally complete the Work within the number of calendar days from substantial completion established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty $239.46 for each calendar day thereafter until final completion is achieved. The - Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to - characterize the above noted liquidated damages as a penalty, which the parties agree represents a ~fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. WS-CA-2 160 2 C. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable iurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. Section 6. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit Exhibit A: Performance and Payment Bond Forms B: Insurance Requirements C: Release and Affidavit Form D: Contractor Application for Payment Form E: Change Order Form F: Certificate of Substantial Completion Form G: Final Payment Checklist H: General Terms and Conditions I: Supplemental Terms and Conditions J: Technical Specifications K: Permits (Deleted) L: Standard Details (Deleted) M: Plans and Specifications prepared by Metcalf & Eddy, Inc. and identified as follows: NCRWTF Chemical Feed Pipe Replacement Schedule G-1 and W-1 through W-9. Section 7. Notices. A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be in writing and delivered by hand or by United States Postal Service Department, first class mail, postage prepaid, return receipt requested, addressed to the following: Peter Schalt, PMP Utilities Engineering 3301 Tamiami Trail East Naples, Florida 34112 941-774-8192 B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be delivered by hand or by United States Postal Service Department, first class mail, postage prepaid, return receipt requested, addressed to the following: WS-CA-3 Brian Penner, Vice President Mitchell & Stark Construction Co. Inc. 6001 Shirley Street Naples, Florida 34109 941597-2165 C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. - Section 9. Succes,~ors and Assi0ns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the - benefit of the successors and assigns of the parties to the Agreement. Section 10. Governino Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 11. NO Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such _ provision or provisions or of its right thereafter to enforce each and every such provision. Section 12. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 13. Severability. - Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 14. Chanoe Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all change orders to - the Agreement to the extent provided for under the County's Purchasing Policy and accompanying administrative procedures. WS-CA-4 Section 15. Construction - Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have - been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 16. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict obligation under the Contract Documents upon the Contractor. WS-CA-5 16g 2 IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: MITCHELL & STARK CONSTRUCTION CO. INC. ATTEST: Corporate Secretary/Witness 2rid Witness Date: ATTEST: Dwight E. Brock, Cl~rk ~ -/ Attest .~ ~o ¢,ha~r~all'~] Approved As To Form and Legal Sufficiency: Assistant County Attorney By: Its: 1,2 / ~.. ~ President Date: /~) /16/~c~ [G0rpor~ate,Seal] BOARD OF COUNTY COMMIS~ONE. RS 'OF COLLIER COUNTY, FLORID~,.E~-OFFICIO THE GOVERNING BOARD OF:THE COLLIER CO__EWER DISTRICT. Ja~. CaderreD., ~irman WS-CA-6 z EXHIBIT A PUBLIC PERFORMANCE BOND NCRWTF Chemical Feed Pipe Replacement BOND NO. PRF 8103071 CONTRACT NO. 00-3135 .... KNOW ALL MEN BY THESE PRESENTS: That Mitchell & Stark Construction Co., Inc. , as Principal, and Fidelity and Deposit Cc~pany o~ Maryland ,, as Surety, located at 2350 One Indiana Square, - Indianapolis, IN 46204 (Business Address) ale held and firmly bound to Collier County Water Sewer District , as Obligee in the sum of om ~rdm~ Nirmty N~rm ~usard ~ ~ ~ ar~ ~/~o~ 199,94o.00 ) for the payment whereof we bond ourselves, our - heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 26th. day of September 2000, with Obligee for NCRWTF Chemical Feed Pipe Replacement Con--~ct #00-3135 accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by' Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials fumished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. THIS BOND IS ~Y AMENDED SO 'CHAT THE PROVISIONS AND LLMITATIONS OF S]~TION 255.05 OR SECCION 713.23, FLORIDA STATUTES, WHICHEVER IS APPLICABLE, ARE INOORPORATED HEREIN BY REFERENCE WS-CA-A- 1 a 160 Z The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed thereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this Zlth. day of October ,2000, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL: Iv,~TC}'Tj~,T, & STARK OONSTRUCrION CO., INC. Witnesses as to Principal By: Name: Its: COUNTY OF d' //F~ ~ The foregoing instrument was acknowledged before me this /~_~ day of ~'-~o.,/-~--~ , 2000, by ,~¢)~-~---,~ ~:;'c,~,~,',--~-~'- ., as ~/~ ~/~~of ~~ I I ~%~ ~~ ~ ~.a ~,~ corporation, on behalf of the corporation. ~she is per. ally known .to me OR has producedas identification and did (did ~ot) ta~e an oath. WS-CA-A-2a My Commission Expires: (AFFIX OFFICIAL SEAL) Name: 168 2 (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No. ~---c_.. ,/._. '.> t.) & (f ~__ ATTEST: SURETY: FIDELITY AND DEPOSIT COMPi~2~ OF MARYLAND (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety Witnesses OR (Printed Name) As A~~t Anthony E. Ortman (Attach Power of Attorney) 2350 One Indiana Square Indianapolis, IN 46204 (Business Address) Nancy A. Ramage (Pdnted Name) 1-800-876-2616 (Telephone Number) WS-CA-A-3a 16g 2, STATE OF Indiana COUNTY OF Marion The foregoing instrument was acknowledged before me this lZth. day of October 2000, by Anthony E. Ortman , as Attorney-in-fact of Fidelity and Deposit CcntDany of Maryland Sure~, on behalf of Surety: He/She is personally known to me OR has produced Power-of-Attorney as identification and who did (did not) take an oath. My Commission Expires: NANCY A. RAMAGE County of Residence: Marion My Commission Expires: Nov. 29, 2000 Name: ' (Sign~'re of Notary) (~7 Nancy A. Ramage (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Indiana Commission No.: 396711 Br~d A. Havemeier, A Florida Resident Agent WS-CA-A-4a EXHIBIT A PUBLIC PAYMENT BOND 16C 2 NCRWTF Chemical Feed Pipe Replacement CONTRACT NO. 00-3135 BOND No. PRF 8103071 KNOW ALL MEN BY THESE PRESENTS: That Fidelity and Deposit Company of Maryland Square, Indianapolis, ~N 46204 to Collier County Water Sewer District Mitchell & Stark Construction Co., Inc. , as Principal, and ., as Surety, located at 2350 One Indiana (Business Address) are held and firmly bound as Obligee in the sum of ($ 199,940.00 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 26thelay of Septentber,2000, with Obligee for NCRWTF Chemical Feed Pipe Replacement Contract #00-3135 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: .... Promptly makes payment to all claimants as defined in Section 255.05(1), Flodda Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then is bond is void; otherwise it remains in full - force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 11th. day of October , 2000, the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. THIS BOND IS HEREBY AMENDED SO THAT rl'~IE PROVISIONS AND LIMITATIONS OF SECTION 255.05 OR SECTION 713.23, FLORIDA STATUTES, WHICHEVER IS APPLICABLE, ARE INODRPORATED HEREIN BY REFERF~ WS-CA-A-1 ..... Signed, sealed and delivered in the presence of: .... Witnesses as to Principal STATE OF COUNTY OF PRINCIPAL: lvjZ~,T, & STARK CONSTRUCTION CO., INC. 2 - The foregoing instrument was acknowledged before me this /re day of ~'7~ Z,~. ,--- ., 2000, by ~ ~7-~..~ ~-'-~....-t.,,-~e.~ , as ~ f~ ~ ~-~ -~ ~ of ~74~k ~ i ~ ~ ~ ~ ~ ~ ~ ~ ~c- , a ~~ ~ corporation, on behalf of the - corporation. He/she is personally known to me OR has produced as identificati~ and did ~n oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) Notary Public, State of ~:]~,"~'~ ~ Commission No. C_ ATTEST: SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (Printed Name) Witness as to Surety OR (Business Address) (Authorized Signature) (Printed Name) WS-CA-A-2 Witnesses As AttornelT'Jn Fact Anthony E. Ortman (Attach Power of Attorney) 2350 One Indiana Square Indianapolis, IN 46204 (Business Address) (Printed Name) 1-800-876-2616 (Telephone Number) STATE OF Indiana COUNTY OF Marion My Commission Expires: NANCY A. RAMAGE County of Residence.' Marion My Commission Expires: Nov, 29, 2000 The foregoing instrument was acknowledged before me this Zltt'day of October Anthony E. Ortman ., as Attorney-in-fact Fidelity and Deposit Company of Maryland Surety, on behalf of Surety. personally known to me OR has produced Power-of-Attorney identification and who did (did not) take an oath. (Signature of ~_.~ary) ,2000, by of He/She is as Name: Nancy A. Ramage (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Indiana Commission No.: 396711 Counter~jned . Brad A. Havemeier, A Florida Resident Agent WS-Ca-a-3 16g Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by F. L. BORLEIS, Vice-President, and T. C. JOHNSON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full,...~e and eff,,~ the date hereof, does hereby nominate, constitute and appoint J. Kevin Hughes, Steven E. ~?Anthon~rtman, Andrew M. Hatheway, Eric A. Schieferstein, Jo Ho!iingsworth and Kevin D. Bown~"~[ of Ind'~!is, Indiana, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and del~tr, and q~}half as surety, and as its act and deed: any and all bonds and undertakings and the execution o~g~b~nds o~mgs in pursuance of these presents, shall be as binding upon said Company, as fully and am[~,.~-all intend purp?ses, as if they had been duly executed and acknowledged by the regularly elected otTtct~xg'(x'i~ the Co~X~- at its off'tce in Baltimore, Md., in their own proper persons. This power of attorney revokes ~'g~ued on~.~ of William E. Frick, Jr., Steven E. Wolf, Anthony E. Ortman, Andrew M. Hatheway, Eric A._~"ferstein, ,.._'11~Io_ llingsworth, and Kevin D. Bowman, dated November 4, 1998. Article VI, Section 2, of the By-L~said con~, and is now in force. IN WITNESS WHEREOF, the~mX~'d Vice-~g~ient and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FI~ITY AND DEPOSIT COMPANY OF MARYLAND, this 16th day of February, A.D. 2000. ATTEST: FIDELIT'D DEPOSIT COMPANY OF MARYLAND F. L. Borleis Vice-President On this 16th day of February, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came F. L. BORLEIS, Vice-President and T. C. JOHNSON, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for hhnself deposeth and saith, fitat they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscn'bed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fu'st above written. Patricia A. Trombetti Notary Public My Commission Expires: October 9, 2002 L1428-044-A 16g 2 EXTRACT FROM BY-LAWS OF FIDELrFY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behaff of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any ARomey-in-Fact a~ provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a ce~ified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually aff'~xed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this Assistant ~ecretm'), ~From: Cliff Buchman At: Tobias Insurance Group, I, ~C. To: Shetee Mediavella, CLA (317) 815.6036 Date: 10/31/2000 11:05 AM Pa ACORD. TV v CERTIFICATE OF LIABILITY INSURANCE MZTC~-i10/31/00 Tobias Insurance G~oup, Inc. 9247 N. Heri~Lan St. Ste. 300 Indianapolis IN 46260 Phone: 317-844-7759 Fax:317-844-9910 Mitchell & Stark Construction Compa_n~ Inc. - Florida 6001 Sl~irley Street Naples FL 3~942 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFYATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. INSURERS AFFORDING COVERAGE St Pau! Fire & Marine Fireman's Fund ZC Insurance Co~an~ (PCA) J J THE POLICIES OF INSURANCE LISTE~ B~ELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD litigATED. NOTINITHSTAHDING ANY REQOIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMEN7 WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POkICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOVWl MAY HAVE BEEN REDUCED BY PAID CLAIMS. LT, ~.~NERAL Ty. O, IN.L~i, NC. .OL,C¥ NUMBER i D.T, [t,,iM/~D/YYj , ,, i~TE (MlvljOO~y] LumLrr~ E~CN occu~c~ ... s !, 000,000 AGG~C,~TE u~rr/~=~s ~ ] ,,OOUCT$. co~/oP ^GG s 2,00o ., 000 ~u~o~om~ t~s~ '1 03/04/00 03/04/01 ' A % ~,,~,,~o ICK01200657 , ~L cw~0 AJ~OS ~ i ! (~ ~e.~onl S ~_~J~ ~JI~ED AUTOS OILY I~JU~Y C ' ~o~w ' 19739237100 ; 03/01/00 ~ 03/01/01 . c~o~m s 1,000,0O0 ~ CERTZF~TE HO~ER IS ~DZTZO~ ZHS~D ON GE~ LI~ILZTY POLICY ON A P~ & NON-CO~B~OR~ ~ZS ~ ~SPE~S SERVI~S PROVIDED BY T~ ~D ~NS~D ON T~ FOLLOWING PRO~: ~P ~00-~1~5 - N~TF C~Z~ FEED CERTIFICATE HOLDER i N j ~o.~ ~su~= ~ Lantern __ CANCELLATION COLLIER COUNTY BOARD OF COUNTY CO~ SS I ONERS SHEREE MEDIAVXLIA, CLA 3301 EAST T~MIAMI TRAIL NAPLES FT. 33962 ACORD25~(7~7) COLL1-8 EXHIBIT B INSURANCE REQUIREMENTS 16g 2 (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverage shall be maintained without interruption from the date of commencement of the work until the date of completion and acceptance of the Project by the Owner or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the Owner shall be filed with the Owner within ten (10) calendar days after Notice of Award is received by Contractor/Consultant/Professional. (5) The Contractor and/or its insurance carrier shall provide 30 days wdtten notice to the Owner of policy cancellation or non-renewal on the part of the insurance carrier or the Contractor. (6) All insurance coverage of the ContractodConsultant/Professional shall be primary to any insurance or self insurance program carried by the Owner applicable to this Project. (7) The acceptance by Owner of any Certificate of Insurance does not constitute approval or agreement by the Owner that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (8) ContractodConsultant/Professional shall require each of its subcontractors to procure and maintain, until the completion of the subcontractors work, insurance of the types and to the limits specified in this Section unless such insurance requirements for the subcontractor are expressly waived in writing by the Owner. - (9) Should at any time the ContractodConsultant/Professional not maintain the insurance coverage required herein, the Owner may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage and charge the Contractor for such coverage purchased. The Owner .... shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage purchased or the insurance company or companies used. The decision of the Owner to purchase such insurance coverage shall in no way be construed to be a waiver of any of its rights under the - Contract Documents. (10) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion - of the Work or termination of the Agreement, the Contractor/Consultant/Professional shall furnish to the County, renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the date of their expiration. Failure of the Contractor to provide the County with such renewal - certificate(s) shall be considered justification for the County to terminate the Agreement. WS-CA-B-1 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 16g 2. Required by this Agreement? (check one) ~. YesNo (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the Contractor/Consultant/Professional during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one) $100,000 Each Accident $500,000 Disease Aggregate $100,000 Disease Each Employee $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive its Rights of Subrogation against the Owner and the policy shall be so endorsed. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. - J---] Applicable x Not Applicable (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the - work. [-"] Applicable x Not Applicable COMMERCIAL GENERAL LIABILITY - Required by this Agreement? (check one) ~/ Yes __ No _ (1)Commercial General Liability Insurance shall be maintained by the Contractor / Consultant Professional. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property WS-CA-B-2 Damage including Completed Operations and Products and Completed Operations Coverage. of Liability shall not be less than the following: (check one) General Aggregate $ Products/Completed Operations Aggregate$ Personal and Advertising Injury $ Each Occurrence $ Fire Damage $ 300,000 300,000 300,000 300,000 50,000 General Aggregate $ Products/Completed Operations Aggregate$ Personal and Advertising Injury $ Each Occurrence $ Fire Damage $ 500,000 500,000 500,000 500,000 50,000 General Aggregate Products/Completed Operations Aggregate Personal and Advertising Injury Each Occurrence Fire Damage $1,ooo,ooo $1,ooo,ooo $1,ooo,ooo $1,ooo,ooo $ 50,000 2 Limits (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." (3) If the General Liability insurance required herein is issued or renewed on a "claims made" basis, as opposed to the "occurrence" form, the retroactive date for coverage shall be no later than the commencement date of the Project and shall provide that in the event of cancellation or non-renewal the Extended Reporting Period (Discovery Period) for claims shall be no less than three (3) years. (4) The Owner shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the Owner. (5) Coverage shall be included for explosion, collapse or underground property damage claims. (6) Watercraft Liability coverage shall be carried at the limits shown above if applicable to the completion of the work under this Agreement. [] Applicable x Not Applicable (7) Aircraft Liability coverage shall be carried at limits of $1,000,000 each occurrence if applicable to the completion of the work under this Agreement. Applicable x Not Applicable WSoCA-B-3 PROPERTY INSURANCE - BUILDERS RISK (1) The Owner shall purchase and maintain in a company or companies lawfully authorized to do business in the State of Florida and in Collier County, property insurance in the amount of the initial Contract Sum as well as subsequent modifications thereto for the entire Work at the site on a replacement cost basis without voluntary deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the Owner has an insurable interest in the property required to be covered, whichever is earlier. This insurance shall include interests of the Owner, the Contractor, Subcontractors, Sub-subcontractors and Material Suppliers in the Work. (2) Property insurance shall be on an all-risk policy form and, at the Owner's option, shall cover reasonable compensation for Professional's services and expenses required as a result of such insured loss. At the Owner's option, flood insurance will also be purchased. (3) The property insurance provided by the Owner requires minimum deductibles and the Contractor shall pay costs not covered by the deductibles. The responsibility of the Contractor for any deductible associated with the all-risk policy described above shall be limited to a maximum of $1,000 for each occurrence unless higher deductibles are identified in Exhibit C of the Contract Documents. The responsibility of the Contractor for any deductible associated with the flood insurance identified herein, if purchased by the Owner, shall be limited to a maximum of $1,000 for each occurrence unless higher deductibles are identified in Exhibit C of the Contract Documents. (4) This property insurance shall cover portions of the Work stored off the site after written approval of the Owner at the value established in the approval, and also portions of the Work in transit. (5) Boiler and Machinery Insurance. The Owner shall have the option of purchasing and maintaining boiler and machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance by the Owner. If purchased this insurance shall include interests of the Owner, Contractor, Subcontractors and Sub-subcontractors in the Work. (6) Waivers of Subrogation. The Owner and Contractor waive all rights against (1) each other and any of their subcontractors, sub-subcontractors, agents and employees, each of the other, and (2) the Professional, Professional's consultants, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this Exhibit C or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The policies shall provide waivers of subrogation by endorsement or otherwise. (7) A loss insured under Owner's property insurance shall be adjusted by the Owner as fiduciary and made payable to the Owner as fiduciary for the insured, as their interests may appear. WS-CA-B-4 16g 2 AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? (check one) ~/ YesNo (1) Automobile Liability Insurance shall be maintained by the ContractodConsultant/Professional for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than: (check one) Bodily Injury & Property Damage - $ 500,000 .. ~/... Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the Contractor/Consultant/Professional and, if so, such policy may be in addition to and in excess of Employers' Liability, Commercial General Liability and Automobile Liability and Professional Liability coverage required herein and shall include all coverage on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying coverage due to the payment of claims, the Umbrella policy will "drop down" to apply as pdmary insurance. (3) The General Aggregate limit, if applicable, shall apply separately to this project and the policy shall be so endorsed. WS-CA-B-5 EXHIBIT C RELEASE AND AFFIDAVIT FORM 2 COUNTY OF COLLIER STATE OF FLORIDA Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor") releases and waives for itself and its subcontractors, material men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, Ex-Officio the Governing Board of the Collier County Water-Sewer District ("Owner") relating in any way to the performance of the Agreement between Contractor and Owner, dated ,19 , for the period from to (2) Contractor certifies for itself and its subcontractors, material men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No.__ CONTRACTOR: Witnesses By: Its: President Date:. [Corporate Seal] WS-CA-C-1 - STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 2000, by , as ,a corporation. He/she is personally known to me or has produced 160 2 day of corporation, on behalf of the as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) Name: (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No.: WS-CA-C-2 FORM OF CONTRACT APPLICATION FOR PAYMENT 2 (County Project Manager)Bid No. (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or - Collier County Water-Sewer District (the OWNER) Application Date FROM: .(Contractor's Representative)Payment Application No. (Contractor's Name) for Work accomplished through the Date: _ (Contractor's Address) RE: (Project Name) Original Contract Time: Revised Contract Time: Percent Work completed to Date: Percent Contract Time completed to Date % %Total earned Less Retainage $ Less previous payment (s) Original Contract Amount:$ Total Change Orders to Date$ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION ....CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through ~ inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise Fisted - in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, secudty interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is - now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional: (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) WS-CA-D-1 CHANGE ORDER NO. TO: CHANGE ORDER FORM CONTRACT NO. 160 2 DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated , 2000. You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: FOR THE (Additive) (Deductive) Sum of: ($ ). Original Agreement Amount Sum of Previous Changes This Change Order (Add) (Deduct) $. Present Agreement Amounts The time for completion shall be (increased/decreased) bycalendar days due to this Change Order. Accordingly, the Contract Time is now() calendar days. The ~- substantial completion date is and the final completion date is Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated - above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising _ out of or related to the change set forth herein, including claims for impact and delay costs. WS-CA-E-1 16g 2 Accepted: ,2000 CONTRACTOR: By: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, EX-OFFICIO THE GOVERNING BOARD OF THE COLLIER COUNTY WATER-SEWER DISTRICT By: DESIGN PROFESSIONAL: By: WS-CA-E-2 CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: ENGINEER'S Project No. CONTRACTOR 16g 2 Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. EJCDC NO. 1910-8-D (1983 Edition) Prepared by the Engineers Joint Contract documents Committee and endorsed by The Associated General contractors of America. Reprinted 5/85 WS-CA-F-1 16g 2 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The.following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents, Executed by Design'Professional on ,2000 Design Professional By:. Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2000 By: OWNER accepts this Certificate of Substantial Completion on CONTRACTOR Type Name and Title ,2000 OWNER By: Type Name and Title WS-CA-F-2 EXHIBIT G FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: Contractor: The following items have been secured by the for the Project known as ,2000 16C 2 and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time: Final Completion Time: Calendar Days. Calendar Days. YES NO __ 1. All Punch List items completed on __ 2. Warranties and Guarantees assigned to County (attach to this form). __ 3. Effective date of General one year warranty from Contractor is: ~ 4.2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). __. 5. Record drawings obtained and dated: __ 6. County personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). __ 8. Certificate of Substantial Completion issued on __ 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified project is in operating phase. 12. Other: If any of the above are not applicable, indicate by N/A.' If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) By Owner: (Department Name) (Signature) (Name & Title) WS-CA-G-1 EXHIBIT H GENERAL TERMS AND CONDITIONS 16C 2. 1. INTENT OF CONTRACT DOCUMENTS. 1.1. It is the intent of the Contract Documents to describe a functionally complete project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or ~- equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or _ regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2. If before or during the performance of the Work Contractor discovers a conflict, error or _ discrepancy in the Contract Documents, Contractor immediately shall report same to Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3. Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other .Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1. Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the WS-CA-H-1 1, g 2 project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed -preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall - it be considered the basis for any claim for additional time or compensation. 2.2. Contractor shall locate all existing roadways, railways, drainage facilities and utility services - above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the -construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, _supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except' those utilities to be coordinated by the Owner as described in other places of the contract documents). 3. SCHEDULE. 3.1. The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for his/her review and approval, a progress schedule for the Project _(herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule ._shall indicate the dates for starting and completing the various stages of the Work. 3.2. The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the -Drogress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a ~.ondition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed within the requirements of the Collier ~,ounty Noise Ordinance 93-77, Amended by 96-29, and Article 1, Division 1.5, Section 1.5.5 of the ;oilier County Land Development Code. Unless otherwise specified, work will generally be limited to the hours of 7:30 a.m. to 4:00 p.m., Monday through Friday. No work shall be performed outside the -pecified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. ..1. Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Pricel listing -~e major elements of the Work and the dollar value for each element. After its approval by the , ~roject Manager, this schedule of values shall be used as the basis for the Contractor's monthly _Applications for Payment. This schedule shall be updated and submitted each month to the Project !anager along with a completed copy of the Application for Payment form signed by the Contractor's .,uthorized representative and attached to the Agreement as Exhibit D. WS-CA-H-2 16C 2 4.2. Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager a complete list of all its proposed subcontractors and material men, showing the work and materials involved and the dollar amount of each proposed subcontract and purchase order. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. 4.3. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location agreed to by the Owner in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. 4.4. Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager. Within ten (10) calendar days after receipt of each Application for Payment, the Project Manager shall either: 4.4.1 indicate his approval of the requested payment; 4.4.2 indicate his approval of only a portion of the requested payment, stating in writing his reasons therefore; or 4.4.3 return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices shall be processed in accordance with Section 218.70, F.S. and the administrative procedures established by the County's Purchasing and Finance Departments respectively. In the event of a total denial and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and resubmit the Application for Payment. The Owner shall, within thirty (30) calendar days after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. - 4.5. Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due, - unless otherwise agreed to by the Owner. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held through out the course of the project schedule. 4.6. Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's work. WS-CA-H-3 4.7. Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, showing that all materials, labor, equipment and other bills associated with that portion of the Work payment is being requested on have been paid in full. For all payments subsequent to the first payment, the Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8. Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for _ Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early _ completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.9. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is enclosed in the agreement and labeled Exhibit G. 5. PAYMENTS WITHHELD. 5.1. The Project Manager or Owner may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections.* The Project - Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: 5.1.1 5.1.2 5.1.3 Defective Work not remedied; Third party claims filed or reasonable evidence indicating probable filing of such claims; Failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; 5.1.4 Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; 5.1.5 Reasonable indication that the Work will not be completed within the Contract Time; 5.1.6 Unsatisfactory prosecution of the Work by the Contractor; or WS~CA-H-4 2 5.1.7 any other material breach of the Contract Documents. 5.2. If any conditions described in Subsection 5.1 are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. * that reveal non-compliance with the Contract Documents 6. FINAL PAYMENT. 6.1. Owner shall make final payment to Contractor within thirty (30) calendar days after the Work is finally inspected and accepted by the Project Manager in accordance with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C as well as, a duly executed copy of the Sureties consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. 6.2. Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing and identified by Contractor as unsettled at the time of the final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor thereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1. Contractor shall carefully examine the Contract Documents for all requirements for approval of - materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material 'and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor. WS-CA-H-5 16C 2 7.3. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract - documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized .__ estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager _ may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5. The Project Manager shall be allowed a reasonable time within which to evaluate each proposed -- substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's and the Owner's prior written acceptance which shall be evidenced by either a Change Order, a Work Directive Change, a Field Order or an approved - Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Owner's consultants in evaluating substitutions - proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professionars consultants for evaluating each ..... proposed substitute. 8. DAILY REPORTS, AS-BUILTS AND MEETINGS. 8.1. Unless waived in writing by owner, contractor shall complete and submit to Project Manager on a weekly basis a daily log of the contractor's work for the preceding week in a format approved by the Project Manager and Owner. The daily log shall document all activities of contractor at the project site including, but not limited to, the following: WS-CA-H-6 8.1.1. Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2. Soil conditions which adversely affect the Work; 8.1.3. The hours of operation by Contractor's and subcontractors' personnel; 8.1.4. The number of Contractor's and subcontractors' personnel present and working at the Project site, by subcontract and trade; 8.1.5. All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6. Description of Work being performed at the Project site; 8.1.7. Any unusual or special occurrences at the Project site; 8.1.8. Materials received at the Project site; 8.1.9. A list of all visitors to the Project site; and 8.1.10. Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. - 8.2. Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and - clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt - the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, _ corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon __ completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. WS-CA-H-7 16g 2 8.3. Contractor shall keep all records and supporting documentation which concern or relate to the Work thereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. _ 9.1. Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by _ any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth - in Paragraph 12.2. herein. 9.2. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of God or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 10. CHANGES IN THE WORK. 10.1. Owner 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 itemized 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 written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. WS-CA-H-8 16C 2 10.2. A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and - executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the - manner as Owner and Contractor shall mutually agree. 10.3. If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as _ directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4. In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub-subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change orders shall be included in the overhead and profit expenses and shall not be paid as a separate line item. 10.5. Owner 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 Change Order. 10.6. The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 11. CLAIMS AND DISPUTES. 11.1. A Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and _ matters in question between Owner and Contractor arising Out of or relating to the party making the Claim. WS-CA-H-9 11.2. Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours after the first day of the event giving rise to such Claim or else the Contractor shall be deemed - to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All claims shall be priced - in accordance with the provisions of Subsection 10.4. 11.3. The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract _ Documents during the pendency of any Claim. 12. OTHER WORK. 12.1. Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is _ to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written - notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension - to the Contract Time or adjustment to the Contract Amount. 12.2. Contractor shall afford each utility owner and other contractor who is a party to such a direct - contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with - theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or - alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the - benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3. If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. WS-CA-H-10 16g 2 13. INDEMNIFICATION AND INSURANCE. 13.1 IDEMNIFICATION. The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold - harmless and defend Collier County and its agents and employees from all suits and actions, including attorneys' fees and all costs of litigation and judgments of any name and description arising out of or incidental to the performance of this contract or work performed thereunder. This provision '- shall also pertain to any claims brought against the County by any employee of the named ContractorJendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The _ ContractorJendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the ContractorNendor's limit of, or lack of, sufficient insurance protection. The first One Hundred dollars ($!00.00) of money received on the contract _ price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.2. The Contractor's obligation to indemnify and defend the owner shall not be limited in any way by the agreed upon contract price as shown in this contract or the Contractor's limit of, or lack of, sufficient insurance protection. 13.3. Contractor shall obtain and carry, at all times during its performance under the Contract Docu~nents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B 14. COMPLIANCE WITH LAWS. - 14.1. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety '-'- (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. 15. CLEANUP AND PROTECTIONS. - 15.1. 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 site, as well as all tools, appliances, - construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. WS-CA-H-11 15.2. Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. 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 assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. - 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier .... County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 18. TERMINATION FOR DEFAULT. - 18.1. Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time - specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or _ regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. WS-CA-H-12 2 18.2. Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the - Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever - means, method or agency which Owner, in its sole discretion, may choose. 18.3. If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorney's fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorney's fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4. The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefor or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5. If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1. Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's - recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, - but not limited to, damages or any anticipated profit on portions of the Work not performed. WS-CA-H-13 16g 2 19.2. Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete and request that Design Professional issue a Certificate _ of Completion (substantial or final Certificate of Completion). Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner and Design Professional do not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefor. If Owner and Design Professional consider the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Completion (substantial or final Certificate of Completion) which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch list. 20.2. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance and upon receipt of a final Application for Payment, Design Professional will make such inspection and, if he finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a final Certificate for Payment, recommending that, on the basis of his observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) The Release and Affidavit in the form attached as Exhibit C. (2) Consent of surety to final payment. WS-CA-H-14 16g 2 (3) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in '- such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued his recommendations. Unless and until the Owner is completely satisfied, neither - the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1. Contractor shall obtain and assign to Owner all express warranties given to Contractor or any _ subcontractors by any material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrant to Owner 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 substantial 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 Owner. 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 Owner is .... entitled as a matter of law. 21.2. No later than 30 days prior to expiration of the warranty, the Project Manager, or any other representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the County to disqualify the Contractor from future County bid opportunities. 22. TESTS AND INSPECTIONS. 22.1. Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2. 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 Project Manager 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 Project Manager. WS-CA-H-15 22.3. If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.4. The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.5. Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1. Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non-defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2. If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. WS-CA-H-16 23.3. If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers with suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Project Manager to stop the Work shall not give rise to any duty on the part of Owner, Project Manager to exercise this right for the benefit of Contractor or any other party. 23.4. Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5. If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and -- machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such - access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, - incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all ~-' costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner - of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1. Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall WS-CA-H-17 16C 2 be responsible to see that the finished Work complies accurately with the Contract Documents. - Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be - the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project - superintendent, with orwithout cause. 24.2. Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5. B, for serviced not rendered. 25. PROTECTION OF WORK. 25.1. 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 any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2. 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. 25.3. Contractor shall not disturb any benchmark established by the Owner or Design Professional _ with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner's or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design - Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1. In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after the occurrence - of the emergency, if Contractor believes that any significant changes in the Work or variations from WS-CA-H-18 the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an - emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an - adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1. Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1. All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2. All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3. Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2. Contractor shall comply with all applicable codes, laws, ordinances, rules. and regulations of - any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures - and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. WS-CA-H-19 16g 2. 28.3. Contractor shall designate a responsible representative at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager. Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre- construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that require the contractor to provide traffic control, the Contractor shall comply with the requir, ements of Collier County's Maintenance of Traffic Policy, copies of which are available through the Risk Management or Purchasing Departments. WS-CA-H-20 16C 2 EXHIBIT I ~;UPPLEMENTAL TERMS AND CONDITIONS 1. Change Orders. Notwithstanding anything in the Contract Documents to the contrary, Change Orders may be approved by the County Manager or his designee as provided for in the County's purchasing policy effective at the time that the change order is processed. WS-CA-I-1 16C 2 TABLE OF CONTENTS COLLIE~ COUNTY STANDARD SPECIFICATIONS (5) (6) (7) (S) Erosion Control/Sedimentation Control Restoration General Special Conditions DETAHJ*I} SPECIFICATIONS DIVISION 0 - BIDDING AND CONTRACTS REQUIREM'ENTS 00310 Bid Schedule DMSION 1 - GENERAL REQUIREMENTS 01010 01014 01015 01030 01152 01153 01200 01300 01310 01450 01500 01505 01590 01600 01710 01720 Summary of Work Sequence of Construction Contractoffs Use of Premises Special Project Procedures Applications for Payment Allowances Project Meetings Submittals Construction Schedule Environmental Protection Temporary FaCilities Control of Work Field Offices Material and Equipment Cleaning Project Record Documents DMSION 15 - MECHANICAL 15056 Pipe Supports 15060 Chemical Feed Piping 15062 HDPE Pipe 16C 2 North County Regional Water Treatment Plato Chemical Piping Replacement Exhibit "J" TECHNICAL SPECIFICATIONS North County Regional Water Treatment Plant Chemical Piping Replacement Exhibit "J" TECHNICAL SPECIFICATIONS 16~ 2 16C 2. SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 GENERAL mo The work to be performed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles, for furnishing all transportation and services, including fuel, power, water and essential communications, and for the performance of all labor, work, materials, and services not expressly shown or called for in the Contract Documents which may be necessary for the complete and proper construction of the Work. All work shall be performed, furnished, and installed by the CONTRACTOR in good faith as though originally so specified or shown, at no increase in cost to the OWNER. The CONTRACTOR shall perform all work required in accordance with the Contract Documents and subject to the terms and conditions of the Contract, complete and ready to use within 60 days following Notice to Proceed. 1.02 SCOPE A. The scope of work includes the following: 1. Replacement of chemical feed piping and accessories. 1.03 LOCATION OF THE PROJECT Ao The project is located at the Collier County North Regional Water Treatment Plant, East Vanderbilt Beach Boulevard, Naples, Florida. 1.04 CONTRACT DRAWINGS Ao The work to be performed is shown on the set of "Contract Drawings" entitled "North County Regional Water Treatment Plant, Collier County, Chemical Piping Replacement". NCRWTP Modifications 024726 01010-1 July 28, 2000 1.05 1.06 1.07 2 MATERIAL AND EQUIPMENT FURNISHED BY CONTRACTOR Ao All equipment, materials, instruments or devices incorporated in this project shall be new and unused, unless indicated otherwise in the Contract Documents and shall be the products of reliable manufacturers who, unless otherwise specified, have been regularly engaged in the manufacture of such material and equipment for at least five (5) years. Procedures and additional requirements regarding manufacturer's experience and substitutions are included in Section 01300 Submittals. MATERIAL AND EQUIPMENT FURNISHED BY THE OWNER A. None ITEMS SPECIFIED ON DRAWINGS Certain items of material and/or equipment, and their installation may be specified on the Drawings and not mentioned in the Specifications. Such items are to be considered as both shown on the Drawings and noted in the Specifications and be provided by the CONTRACTOR in accordance with the Specification on the Drawings. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP Modification, 024726 01010-2 July 28, 2000 2 SECTION 01014 SEQUENCE OF CONSTRUCTION PART 1 - GENERAL 1.Ol GENERAL The CONTRACTOR shall coordinate his work so as not to impact any nearby public or private facilities, residential areas, and to ensure minimal impact on traffic. Several areas of construction under this contract must be coordinated with the Plant Operating Personnel and accomplished in a logical order to maintain the process flow through the plant and to allow construction to be completed within the time allowed by Contract Documents. CONTRACTOR will also coordinate his activities with the other CONTRACTORS, if any, to allow orderly and timely completion of all the work. When access through construction areas must be disrupted, CONTRACTOR will provide alternate acceptable access for the plant operators or other CONTRACTORS. 1.02 CONSTRUCTION SCHEDULE A. The Construction Schedule shall be submitted by the CONTRACTOR in accordance with Section 01310 of these Specifications. 1.03 CONSTRUCTION PLAN A. A plan of operation shall be submitted by the CONTRACTOR 30 days prior to conducting any tie-ins, showing the proposed sequence, equipment, etc. for review. 1.04 USE OF FACILITIES BEFORE COMPLETION The OWNER reserves the right to enter and use any portion of the constructed facilities before final completion of the whole work to be done under this Contract in accordance with the General Terms and Conditions. 1.05 CONNECTION OF EXISTING SYSTEMS A. The existing water treatment plant shall be maintained in an operable condition by the CONTRACTOR during construction (excluded from this requirement are all NCRWTP Modifications : 01014-1 July 28, 2000 024726 1.06 16g 2 normal and emergency maintenance functions normally performed by the OWNER'S staff or by contact). All work by the CONTRACTOR that disrupts the normal plant operations shall be shown on the CPM schedule and specifically scheduled with the OWNER. Schedule notification shall consist of written notice defining the work to be accomplished, the normal treatment plant function that will be interrupted, the duration of the interruption, and the mitigating effort to be performed by the CONTRACTOR to maintain the capacity to continuously perform the current level of treatment. Be All connections to existing systems shall be performed in such a manner that no damage and minimal interruption is caused to the existing installation. On completion of his installation, the CONTRACTOR shall remove the plug or blind flange from the existing pipe or cut into the existing pipes and complete the connection in a proper manner. Any damage caused to existing installations shall be repaired or replaced by the responsible CONTRACTOR at no additional cost to the OWNER. C. Temporary installations that are not specified or shown but are required to complete a particular aspect of the work during the allotted time period shall be determined by the CONTRACTOR and implemented by the CONTRACTOR at no additional cost to the OWNER. All such temporary installations shall be subject to the review and acceptance of the ENGINEER. COORDINATION WITH PLANT AND COUNTY PERSONNEL Before commencing work involving removing or placing in operation existing or new facilities, the CONTRACTOR shall notify the OWNER at least twenty (20) days in advance in writing. The OWNER shall be responsible for removing facilities from operation. Only the OWNER's appointed representative can authorize the shutdown of portions of the plant facilities. The CONTRACTOR shall, under no circumstances, interfere with any plant facility component without the OWNER's authorization, in writing, and supervision. For permissible outages and sequencing requirements, see Supplemental Conditions. Various interconnections within the plant will depend on the closure of various valves and gates. CONTRACTOR will coordinate with the Plant Operating Personnel prior to' attempting any such closure and will provide any corrective measure of temporary facilities necessary to attain the shut-off needed to perform NCRWTP Modifications 01014-2 July 28, 2000 024726 the work at no additional cost to the OWNER and without interrupting the plant operation. Various interconnections within the plant may require temporary partial power shutdown. CONTRACTOR will make every effort necessary to minimize the shutdown time and will coordinate with the Plant Operating Personnel and/or utility authorities prior to attempting any such power shutdown. Furthermore, CONTRACTOR will provide any corrective measure or temporary facilities necessary to perform the work at no additional cost to the OWNER and without interrupting the plant operation. CONTRACTOR shall notify OWNER a minimum of seven (7) days prior to the temporary shutdown of power. Upon notification, CONTRACTOR and OWNER will determine the maximum allowable down time or outage based on anticipated operating conditions. PART 2 PRODUCTS (Not Used) PART 3 - EXECUTION 2 3.01 COOPERATION The CO~CTOR shall allow the OWNER or his agents, and other project CONTRACTORS or their agents, to enter facilities being constructed under this Contract for the purpose of constructing, installing, operating, maintaining, removing, repairing, altering or replacing such equipment, pipes, sewers, conduits, manholes, wires, or other structures and appliances which may be required to be installed at or in the work. The CONTRACTOR shall cooperate with all the aforesaid parties and shall allow reasonable provisions for the prosecution of any other work by the OWNER, or others, to be done in connection with his work, or in connection with normal use of the facilities. * * * END OF SECTION * * * NCR WIP Modifications 01014-3 July 28, 2000 024726 . SECTION 01015 CONTRACTOR'S USE OF PREMISES II. III. GENERAL Aw The Contractor shall comply with the provisions of all permits, licenses, and agreements. Be The Contractor shall not (except after written consent from the proper parties) enter or occupy with men, tools, materials, or equipment, any land outside the property of the Owner. A copy of the written consent shall be given to the Engineer. INTERFERENCES WITH AND PROTECTION OF STREETS Ae The Contractor shall not close or obstruct any portion of a street, road, or private way without obtaining permits from the proper authorities. If any street, road, or private way shall be rendered unsafe by the Contractor's operations, he shall make such repairs or provide such temporary ways or guards acceptable to the proper authorities. am Streets, roads, private ways, and walks not closed shall be maintained passable and safe by the Contractor, who shall assume and have full responsibility for the adequacy and safety of provisions made therefor. INTERFERENCE WITH EXISTING WORKS Ao The Contractor shall at all times conduct his operations so as to interfere as little as possible with existing facility operations. The Contractor shall develop a program, in cooperation with the Engineer and the Owner, which shall provide for the construction and putting into service of the new works in the most orderly manner possible. This program shall be adhered to except as deviations therefrom are expressly permitted. All work of connecting with, cutting into, and reconstruction existing pipes or structures shall be planned to interfere with the operation of the existing facilities for the shortest possible time when the demands on the facilities best permit such interference, even though it may be necessary to work outside of normal working hours to meet these requirements. Before starting work which will interfere with the operation of existing facilities, the Contractor shall do all possible preparatory work and shall see that all tools, materials, and equipment are made ready and at hand. A written plan shall be NCR WTP Modifications 024726 o~o15-1 July 28, 2000 ao submitted to the Engineer for approval 30 days in advance of any such work. The Contractor shall make such minor modifications in the work relating to existing structures as may be necessary, without additional compensation. The Contractor shall have no claim for additional compensation by reason of delay or inconvenience in adapting his operations to the need for continuing operations of the existing cells. The Contractor shall maintain access to fire hydrants, fire alarm boxes, water and gas valves, intakes and sewer, water, utility and other manholes. The Contractor shall be aware that the maximum allowable downtime of the existing facilities shall be limited to the following parameters: 1. Maximum duration of eight (8) hours during the period of November 1 to May 31. 2. MINIMUM available duration of eight (8) hours with possibility of a maximum duration of sixteen (16) hours during the period of June 1 to October 31. 3. There shall be only four (4) downtime events allowed. 4. All plant down times are subject to the approval of the Owner. The Owner has the right to disallow a requested plant down time based on current water system demand. No time extensions to the contract dates will be allowed to the Contractor if the Owner disallows a plant down time. The Owner will not allow plant down times over two consecutive days during the peak demand season as described in paragraph III.E. 1 above. The Contractor shall submit a plant shut down plan to the Owner no less than two (2) weeks prior to the initial plant shut down event. The Contractor shall limit work on the plant site to the period of 7:00 a.m. to 4:00 p.m. as much as possible. Variance from this requirement shall be coordinated with Owner at last five working days in advance of time variance. INTERFERENCE WITH EXISTING DRAINAGE A. The Contractor shall not obstruct any existing drainage without obtaining written authorization from the Engineer. * * * END OF SECTION * * * NCRWTP Modifications ! 01015-2 July 28, 2000 024726 SECTION 01030 SPECIAL PROJECT PROCEDURES 16C 2 PART 1 - GENERAL 1.01 SLEEVES AND OPENINGS The CONTRACTOR shall provide all openings, channels, chases, etc., and install anchor bolts and other items to be embedded in concrete, as required to complete the work under this conWact, together with those required by subcontractors, and shall do all cutting and patching, except cutting and patching of materials of a specified trade and as stated otherwise in the following paragraph. The CONTRACTOR shall coordinate with the subcontractors to provide all sleeves, inserts, hangers, anchor bolts, etc. of the proper size and material for the execution of the work. The CONTRACTOR shall be responsible for any corrective cutting and refinishing required to make the necessary openings, chases, etc. In no case shall beams, lintels or other structural members to be cut without the written approval of the ENGINEER. 1.02 RELOCATIONS The CONTRACTOR shall be responsible for the relocation of structures, including but not limited to light pole, signs, sign poles, fences, piping, conduits and drains that interfere with the positioning of the work as set out on the drawings. The cost of all such relocations shall be included in the bid for the project and shall not result in any additional cost to the OWNER. 1.03 OBSTRUCTIONS The attention of the CONTRACTOR is drawn to the fact that during excavation at the Project site, the possibility exists of the CONTRACTOR encountering various water, ~.ehemical, electrical, or other lines not shown on the Drawings. The CONTRACTOR shall exercise extreme care before and during excavation to locate and flag these lines so as to avoid damage to the existing lines. Should damage occur to an existing line, the CONTRACTOR shall repair the line at no cost to the OWNER. NCRWTP Modifications 024726 01030-1 July 28, 2000 1.4 1.5 1.6 1.7 'Z go It is the responsibility of the CONTRACTOR to ensure that all utility or other poles, the stability of which may be endangered by the close proximity of excavation, are temporarily stayed in position while work proceeds in the vicinity of the pole and that the utility or other companies concerned be given reasonable advance note of any such excavation by the CONTRACTOR. ON SITE STORAGE Ao The CONTRACTOR's attention is directed to special storage requirements and possible charges for noncompliance of on site storage requirements for materials and equipment as specified in Section 01600. CONNECTIONS TO EXISTING SYSTEM The CONTRACTOR shall perform all work necessary to locate, excavate and prepare for connections to the teminus of the existing systems all as shown on the Drawings or where directed by the ENGINEER. The cost for this work and for the actual connection of the existing mains shall be included in the bid for the project and shall not result in any additional cost to the OWNER. UTILITY CROSSINGS A. It is intended that wherever existing utilities such as water, chemical, electrical or other service lines must be crossed, deflection of the pipe within recommended limits and cover shall be used to satisfactorily clear the obstruction unless otherwise indicated on the Drawings. However, when in the opinion of the OWNER or ENGINEER this procedure is not feasible, he may direct the use of fittings for a utility crossingas detailed on the Drawings. EXISTING UTILITY PROTECTION A. Existing utilities are shown in their approximate locations. It shall be the CONTRACTOR'S responsibility to locate and protect all utilities whether shown on Drawings or not. It shall be the CONTRACTOR'S responsibility to contact utility companies and call 'Sunshine State One Call' (800) 4324770 at least 48 hours before starting construction so maintenance personnel can locate and protect facilities, if required by the utility company. NCRWTP Modifications 024726 01030-2 July 28, 2000 2 1.8 FINAL GUARANTEE All work shall be guaranteed by the CONTRACTOR for a period of one year from the date of final completion. If, within the guarantee period, repairs or changes are required in connection with guaranteed. work, which, in the opinion of the ENGINEER, is rendered necessary as the result of the use of materials, equipment or workmanship which are inferior, defective, or not in accordance with the terms of the Contract, the CONTRACTOR shall, promptly upon receipt of notice from the OWNER and without expense to the OWNER, do the following: Place in satisfactory condition in every particular all of such guaranteed work and correct all defects therein. Make good all damage to the building or site, or equipment or contents thereof, which, in the opinion of the ENGINEER, is the result of the use of materials, equipment or workmanship which are inferior, defective, or not in accordance with the terms of the Contract. 3. Make good any work or material, or the equipment and contents of building, structure of site disturbed in fulfilling any such guarantee. If the CONTRACTOR, after notice, fails within ten days to proceed to comply with the terms of this guarantee, the OWNER may have the defects corrected, and the CONTRACTOR and his surety shall be liable for all expense incurred, provided, however, that in case of an emergency where, in the opinion of the OWNER, delay would cause loss or damage, repairs may be started without notice being given to the CONTRACTOR and the CONTRACTOR shall pay the cost thereof. All special guarantees or warranties applicable to specific parts of the work as may be stipulated in the Contract Specifications or other papers forming a part of this Contract shall be subject to the terms of this paragraph during the first year of life of each such guarantee. All special guarantees and manufacturers' warranties shall be assembled by the CONTRACTOR and delivered to the ENGINEER, along with a summary list thereof, before the acceptance of the Work. ~ NCRWTP Modifications 024726 01030-3 July 28, 2000 1.9 1.10 1.11 SALVAGE Any existing equipment or material, including but not limited to, valves, pipes, fittings, couplings, etc., which is removed or replaced as a result of construction under this project may be designated as salvage by the ENGINEER or OWNER and if so shall be excavated, if necessary, and delivered to the OWNER at a location directed by the OWNER. Any equipment or material not worthy of salvaging, as directed by the OWNER, shall be disposed of by the CONTRACTOR at a suitable location. MAINTENANCE OF EXISTING WATER FACILITIES OPERATION The Contract shall take notice that existing water fac'fiities are operated in the construction area. It is the responsibility of the CONTRACTOR to contact the office of each utility operator and ascertain the extent of any specific service go The CONTRACTOR shall fully cooperate at all times with the OWNER in order to maintain the operation of the existing facilities with the least amount of interference and interruption possible. Continuous service, public health and safety considerations shall exceed all others and the CONTRACTOR's schedule, plans and work shall at all times be subject to alteration and revision if necessary for above consideration. The ENGINEER and OWNER reserve the fight to require the CONTRACTOR to work 24 hours per day in all cases where, in their opinion, interference with operation of the system may result based on the CONTRACTOR's planned work schedule. In no case will'the CONTRACTOR be permitted to interfere with the existing system until all materials, supplies, equipment, tools and incidentals necessary to complete the interfering portion of the work are on the site. CONFINED SPACE ENTRY As defined by OSHA, confined space entry shall be in accordance with OSHA regulation for such spaces. ao The CONTRACTOR shall be responsible for identifying such spaces as warranted for entry and shall employ properly trained personnel with proper training and certifications. NCRWTP Modifications 024726 01030-4 Jury 2s, 2000 1.12 MAXIMUM NOISE LEVEL LIMITATION The CONTRACTOR shall be required to maintain a maximum sound level threshold of 55 dba at the plant site perimeter. The CONTRACTOR shall be subject to periodic checks of the sound intensity at all times during construction activities. * * * END OF SECTION * * * NCRWTP Modifications 024726 01030-5 July 28, 2000 SECTION 01152 2 APPLICATIONS FOR PAYMENT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit Applications for Payment to the OWNER in accord with the schedule established by Conditions of the Contract and Agreement Between owner and CONTRACTOR. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. Agreement Between OWNER and CONTRACTOR B. General Terms and Conditions of the Contract: Progress Payments, Retainages and Final Payment. C. Section 01310: Construction Schedule. 1.03 E. Section 01720: Project Record Documents. FORMAT AND DATA REQUIRED A. Submit applications typed on forms provided by the OWNER with itemized data typed on 8-1/2 inch x 11 inch white paper continuation sheets. Provide itemized data on continuation sheet: 1. Format, schedules, line items and values: Those of the Schedule of Values accepted by the OWNER. Provide updated progress construction schedule in accordance with Section 01310. Bo Go 1.04 PREPARATION OF APPLICATION FOR PROGRESS PAYMENT A. Application Forms: NCR WTP 024726 01152-1 July 29, 2000 1.05 N CR WTP 024726 16 6 2 1.Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of a responsible officer of Contractor firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of Work, with item number and scheduled dollar value for each item. 2. Fill in dollar value in each column for each schedule line item when work has been performed or products stored. a. Round off values to nearest dollar, or as specified for Schedule of Values. 3. List each Change Order executed prior to date of submission, at the end of the continuation sheets. a. List by Change Order Number, and description, as for an original component item of work. 4. To receive approval for payment on component material stored on site, submit copies of the original paid invoices with the application for payment. SUBSTANTIATING DATA FOR PROGRESS PAYMENT A. When the OWNER or the ENGINEER requires substantiating data, CONTRACTOR shall submit suitable information, with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For suitably stored products: a. Item number and identification as shown on application. b. Description of specific material. Submit one copy of data and cover letter for each copy of application. O1152-2 July 29, 2000 1.06 1.07 As a prerequisite for payment, CONTRACTOR is to submit a "Surety Acknowledgement of Payment Request" letter showing amount of progress payment which the CONTRACTOR is requesting. Do The CONTRACTOR is to maintain an updated set of drawings to be used as record drawings in accordance with Section 01720. As a prerequisite for monthly progress payments, the CONTRACTOR is to exhibit the updated record drawings for review by the OWNER and the ENGINEER. Eo The CONTRACTOR shall maintain a progress construction schedule in accordance with Section 01310. As a prerequisite for monthly progress payments, CONTRACTOR shall submit the progress construction schedule with the applications for progress payments. If the CONTRACTOR fails to submit the required progress schedule within the time prescribed, the ENGINEER may withhold approval of progress payment estimates until such time as the CONTRACTOR submits the required progress schedule. PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in the General Conditions. SUBMITTAL PROCEDURE A. Submit Applications for Payment to the OWNER at the times stipulated in the Agreement. B. Number: Six (6) copies of each Application. C. When the OWNER finds Application properly completed and correct, he will transmit certificate for payment to OWNER, with copy to CONTRACTOR. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 2 * * END OF SECTION * * N CR WTP 024726 01152-3 July 29, 2000 SECTION 01153 ALLOWANCES 1.0 2.0 3.0 DESCRIPTION This section describes the basis of development and payment for related work items not covered by the Contract Documents (Drawings and Specifications). These items will be reimbursed under Bid Item 2. No payment will be made under this item except as authorized and negotiated by owner. ALLOWANCE ITEMS The Contract Documents specify complete work elements, which shall be provided in full functional condition. Allowance items are extra work items requested by the Owner for inclusion in the Contract. It is intended that these allowance items will be additional work desired by the Owner to improve the operational efficiency, personal safety, and functional reliability of the facility. Allowances specifically exclude the following: Ao Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. go Losses and damages (and related expenses) caused by damage to the Work sustained by Contractor in connection with the performance and furnishing of the Work. NEGOTIATION OF ALLOWANCE WORK ITEMS Each allowance work item will be negotiated separately, on a cost reimbursement or lump sum basis, as directed by the Owner. No work will be performed until negotiation is complete and a written authorization is provided by the Owner. The Owner may reject the allowance item at any time prior to authorization. NCRWTP Modifications 01153-1 July 29, 2000 024726 4.0 BASIS OF PRICING A. Contingency Allowances 1. Costs Included in Allowances Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Do Cost of material and equipment fumished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. Case discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. Trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. Payments made by Contractor to the Subcontractors for Work performed or furnished by Subcontractors. Portion of necessary transportation, travel, and subsistence expenses of the Contractor's employees incurred in discharge of duties connected to Work. e° Cost, including transportation and maintenance, if materials, supplies, equipment, machinery, appliances, offme and temporary facilities and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less that the market value of such items used but not consumed which remain the prepared of the Contractor. fo Rentals of construction equipment and machinery and the pans thereof whether rented from Contractor or others in accordance NCRWTP Modifications 01153-2 July 29, 2000 024726 NCR WTP Modification~ 024726 ho 2 with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. Sales, consumer, use or similar tax related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. Deposits lost for causes other than negligence of Contract, and Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. Costs Not Included in the Allowance a. The cost of utilities, fuel and sanitary facilities at the site. Do Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. Go Cost of premiums for additional Bonds and insurance required because of changes in the Work. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership or sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the schedule of job classifications agreed upon by Owner and Contractor. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 01153-3 July 29, 2000 16C 2 go Cost of premiums for Bonds and for insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same. ho Other overhead or general expenses costs of any kind and the costs of any item not specifically and expressly included in paragraph 4.0.A. 1 "Costs Included in Allowances". B. FEE ALLOWANCES. o Costs included in Fee Allowances: Contractor's price for fee application and handling shall be 15 percent of the fee charged by government or utility. Price for Each Allowance Item: Price for each allowance item shall be fee charged by applicable government authority of utility plus 15 percent. * * END OF SECTION * * NCR WTP Modifications 024726 01153-4 July 29, 2000 SECTION 01200 PROJECT MEETINGS 2 PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. The ENGINEER shall schedule and administer a pre-construction meeting, periodic progress meetings, and specially called meetings throughout progress of the work. B. Representatives of CONTRACTORS, subcontractors and suppliers attending meetings shall be qualifted and authorized to act on behalf of the entity each represents. C. The CONTRACTOR shall attend meetings to ascertain that work is expedited consistent with Contract Documents and construction schedules. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Instructions to Bidders. C. Section 01300: Submittals D. Section 01310: Construction Schedules. E. Section 01720: Project Record Documents. 1.03 PRE-CONSTRUCTION MEETING A. The Contractor shall prepare for and attend a preconstruction meeting in accordance with the General Conditions. NCRWTP Modifications 01200-1 July 29, 2000 024726 1.04 16g 2 B. Attendance: 1. OWNER'S Representative. 2. ENGINEER and his professional consultants. 3. CONTRACTOR'S Superintendent. 4. Others as appropriate. PROGRESS MEETINGS A. go Progress meetings shall be held approximately every 30 days with the fh'st meeting 30 days after the pre-construction meeting or 30 days after the date of notice to Proceed. Informal progress meetings shall be held as required by progress of the work. The CONTRACTOR shall attend progress meetings and shall study previous meeting minutes and current agenda items, in ~rder to be prepared to discuss pertinent topics such as deliveries of materials and equipment, progress of the work, etc. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP Modifications 024726 01200-2 July 29, 2000 SECTION 013O0 SUBMITTALS 16C 2 PART 1 - GENERAL 1.01 DESCRIPTION: ho This Section specifies the general methods and requirements of submissions applicable to the following work-related submittals: 1. Shop Drawings 2. Product Data 3. Samples 4. Mock Ups 5. Construction or Submittal Schedules Bo Additional general submission requirements are provided in Section 8 of the General Conditions. Detailed submittal requirements are specified in the individual specification sections. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES: A. Shop Drawings: Shop drawings, as defined in the General Conditions, and as specified in individual work Sections include, but are not necessarily limited to: custom-prepared data such as fabrication and erection/installation (working) drawings of concrete reinforcement, structural details and piping layout, scheduled information, setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications as applicable to the work. All shop and working drawings shall be prepared on standard size, 24-in. by 36-in. sheets, except those which are made by changing existing standard shop or working drawings. by the Engineer. NCRWTP Modifications 24726 All shop drawings shall be submitted using the transmittal form furnished 01300-1 07/28/00 16{; All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. The Contractor shall check all subcontractoFs shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be incomplete or otherwise in error shall be returned to the subcontractors for correction before submission thereof. All details on shop drawings submitted for approval shall show clearly the relation of the various parts of the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. B. Product Data: Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufactureFs printed statements of compliances and applicability, roughing-in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational- range diagrams, production or quality control inspection and test reports and certifications and recommended spare-parts listing, and printed product warranties, as applicable to the Work. C. Samples: 1. Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively-used products, color/texture/pattern swatches and range sets, specimens'for coordination of visual effect, graphic symbols, and units of work to be. used by the Engineer or Owner for independent inspection and testing, as,applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBILITIES: The Contractor shall review shop drawings, product data and samples, includ'mg those by subcontractors, prior to submission to determine and verify the following: NCRWTP Modifications 24726 01300-2 07/28/00 2. 3. 4. Field measurements Field construction criteria Catalog numbers and similar data Conformance with the Specifications 16C Each shop drawing, sample, and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the Contractor: "Certification Statement: by this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data, and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements." Shop drawings and product data sheets 11-in. X 17-in. and smaller shall be bound together in an orOerly fashion and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide to the Engineer a copy of each submittal transmittal form for shop drawings, product data and samples at the time of submittal of said drawings, product data and samples to the Engineer. If a shop drawing shows any deviation from the requirements of the Contract Documents, the Contractor shall make specific mention of the deviations in the Transmittal Form furnished by the Engineer and provide a description of the deviations in a letter attached to the submittal. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have not responsibility therefor. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. Project work, materials, fabrication, and installation shall conform with approved shop drawings, applicable samples, and product data. 2 NCRWTP Modifications 24726 01300-3 07/28/00 1.04 SUBMISSION REQUIKEMENTS: Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. The Engineer review period shall be no later than 28 days after the date of receipt The submittal will be returned to the Contractor with the appropriate notations. Instruction books and reference data submittals will be reviewed by Engineer for general content but not for substance. Go Initial submittals returned to the Contractor without review, for correction and resubmittal, shall be completed within 10 days after receipt or notification from Engineer, whichever occurs first. Resubmittal reviews by the Engineer shall be no later than 21 days. A maximum of two resubmittals will be allowed. For additional resubmittals, a charge of $250 will be assessed, and deducted from the monthly progress payment. D. Number of submittals required: Shop Drawings: Unless otherwise stated in the respective Specifications Sections, submit six (6) copies. Product Data: Unless otherwise stated in the respective Specifications submit six (6) copies. Samples: Submit the number stated in the respective Specification Sections. E. Submittals shall contain: 2. 3. 4. The date of submission and the dates of any previous submissions. The Project title and number. Contractor idenfification. The names of: a. Contractor b. Supplier c. Manufacturer Identification of the product, with the specification section number, page and paragraph(s). Field dimensions, clearly identified as such. Relation to adjacent or critical features of the Work or materials. NCRWTP Modifications 24726 01300-4 07/28/00 2 Fo 8. Appllcable:~standards, such as ASTM or Federal Specification numbers. 9. Identificati~on of deviations from Contract Documents. 10. Ident~ficaUon of revisions on resubmittals. Each shipment of drawings shall be accompanied by a transmittal form furnished by the Engineer giving a list of the drawing numbers and the names mentioned above. 1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES: The Engineer's review is for general conformance with the design concept and contract drawings. Markings or comments shall not be construed as relieving the Contractor from compliance with the contract plans and specifications or from departures therefrom. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fab,ri..'cation processes, for techniques of assembly, and for performing worl~ in a safe manner. go The review of shop drawings, data, and samples will be general. They shall not be construed: as permitt'mg any departure from the Contract requirements; as relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; as approving departures from details furnished by the Engineer, except as otherwise provided herein. Go If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for:,performance, the Engineer may return the reviewed drawings without noting ~ exception. Do Engineer's review action stamp, appropriately completed, will appear on all Compliance Submittals of Contractor when returned by Engineer. Review status designations listed on Engineers action stamp are defined as follows: 1. NO EXCEPTIONS TAKEN. Signifies equipment or material represented by the submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with NCRWTP Modifications 24726 01300-5 07/28/00 16B. 2 related work. Copies of the submittal are to be transmitted to Engineer for final distribution. MAKE CORRECTIONS NOTED. Signifies equipment or material represented by the submittal conforms with the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the work in accordance with Engineers notations. Contractor is to proceed with fabrication or procurement of the items and with related work in accordance with Engineer's notations and is to submit a revised submittal responsive to notations. 3. AMEND AND RESUBMIT. Signifies equipment or material represented by the submittal appears to conform with the design concept and comply with the intent of the Contract Documents but information is either insufficient in detail or contains discrepancies which prevent Engineer from completing his review. Contractor is to resubmit revised information responsive to Engineer's annotations on the returned submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the submittal and related Work is not to proceed unfd the submittal is acceptable. 4. REJECTED. Signifies equipment or material represented by the submittal does not conform with the design concept or comply with the intent of the Contract Documents and is disapproved for use in the Work. Contractor is to submit compliance submittals' responsive to the Contract Documents. Three copies of shop drawings or product data will be returned to the Contractor via First Class United States Postal Service. Samples will not be returned. Submittals will be returned to the Contractor under one of the action codes indicated and defined on the transmittal form furnished by the Engineer. Fo Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing, on the letter of transmittal and on resubmitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. NCRWTP Modifications 24726 01300-6 07/28/00 Ho 1.06 1.07 1.08 Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals not complete will be returned to tile Contractor, and will be considered "Rejected" until resubmitted. Th9 Engineer may at his option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. DISTRIBUTION: Ao Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer. GENERAL PROCEDURES FOR SUBMITTALS: A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will not be delayed by processing tunes including disapproval resubmittal (if required), coordination with other submittals, testing, purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CERTIFICATES OF COMPLIANCE: A. Certificates of Compliance specified in these Specifications shall include and mean certificates, manufacturer's certificates, certified copies, letters of certification and certificate of materials. B. The Contractor shall be responsible for providing Certificates of Compliance requested and specified in the technical specifications. Certificates are 2 NCRWTP Modifications 24726 01300-7 07/28/00 16g 2 required for demonstrating proof of compliance with specification requirements and shall be executed in 7 copies unless otherwise specified. Each certificate shall be signed by an official authorized to certify on behalf of the manufacturing company and shall contain the name and address of the Supplier, the project name and location, and the quantity and date or dates of shipment or delivery to which the certificates apply. Copies of laboratory test results submitted with certificates shall contain the name and address of the testing laboratory and the date or dates of the tests to which the report applies. Certification shall not be construed as relieving the Supplier from furnishing satisfactory material, if after tests are performed on selected samples, the material is found not to meet the specific requirements. * * END OF SECTION * * NCRWTP Modifications 24726 01300-8 07/28/00 SECTION 013 lO 2 PART 1 - GENERAL CONSTRUCTION SCHEDULE 1.01 1.02 REQUIRFaMENTS INCLUDED A. Within fourteen days after the Notice to Proceed, prepare and submit to the ENGINFY~R an estimated network construction progress schedule for the work. B. Submit revised progress schedules on a monthly basis. C. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. FORM OF NETWORK SCHEDULE 1.03 A. Prepare schedules fin the form of a bar chart. 1. Time scale shall be in weeks from start of construction and shall identify the first work day of each week for each event. 2. Scale and spacing shall be adequate to allow space for notations and future revisions. CONTENT OF SCHEDULES A. Construction Progress Network Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates for scheduled start and latest completion, a single duration expressed in working days, and total float of each major element of construction. This schedule shall specifically list, but shall not be limited to: a. Construction activities b. The submittal and approval of samples of materials and shop drawings c. The procurement of materials and equipment NCRWTP Modifications 01310-1 July 28, 2000 024726 16g 2 d. Installation e. Testing f. Restoration g. Startup h. "As-Built" record drawings i. Punch list PROGRESS REVISIONS A. Progress shall be updated monthly by the Contractor. Indicate progress of each activity to date of submission by shading a portion of the CPM schedule and showing percentag'e of completion. Show actual percentage of completion for each item as of the 20th day of each month. B. Show changes occurring since previous submission of schedule: 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. The CONTRACTOR shall provide a narrative report defining: 1.Problem areas, anticipated delays, reasons for delay and the impact on the schedule. 2. Corrective action recommended, and its effect. 3. The effect of changes on schedules of other Contractors. SUBMISSIONS A. Submit initial schedule to the ENGINEER within ten (10) days after the Notice to o15~o-2 Ju~y 2s, 2000 NCR WFP Mod~tfcatio~ 024726 16C 1. The ENGINEER will review schedules and rerum review copy within seven (7) days after receipt. 2. If required, resubmit within seven (7) days after return of review copy. B. Submit four (4) copies of revised monthly progress schedules and narrative reports with that month's application for payment. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCR WTP ModO°watiot~s 01310-3 July 28, 2000 024726 SECTION 01450 ENVIRONMENTAL PROTECTION 16C PART 1 - GENERAL 1.01 GENERAL The CONTRACTOR shall maintain all work areas within and outside the project boundaries free from environmental pollution which would be in violation to any federal, state, or local regulations. 1.02 PROTECTION OF SEWERS Take adequate measures to prevent the impairment of the operation of the existing sewer system. Prevent construction material, pavement, concrete, earth, or other debris from entering a sewer or sewer structure. 1.03 PROTECTION OF WATERWAYS/WETLANDS The CONTRACTOR shall observe the rules and regulations of the State of Florida and agencies of the United States Government prohibiting the pollution of stream or fiver waters by the dumping of any refuse, rubbish, or debris therenu. Likewise, the CONTRACTOR shall not perform work within wetland areas nor disturb or cut mangrove vegetation without obtaining all necessary permits from local, state, or federal agencies. Permits to work in wetland areas or cut mangroves shall be obtained by CONTRACTOR at his sole expense. All sewage flow,: including storm water flow, interfering with construction and requiring diversion, shall be diverted to sewers leading to water pollution control plants and shall not be directed to any waterway. The CONTRACTOR shall not cause or permit any action to occur which would cause an overflow to an existing waterway. Prior to commencing excavation and construction, the CONTRACTOR shall submit for approval, and obtain OWNER'S approval thereof, of detailed plans showing how he intends to handle and dispose of sanitary, groundwater, and storm water flow. By approving the plan, the OWNER does not accept any responsibility for the adequacy thereof nor for any damages to public or private property resulting therefrom, such responsibilities remaining with the CONTRACTOR. NCRWTP Modifications 024726 01450-1 July 28, 2000 16g 2 The CONTRACTOR shall be responsible for providing holding ponds or an approved method which will handle, carry through, or divert around his work all flows, including storm flows, so as to prevent excessive silting of waterways or flooding damage to the property. 1.04 PROTECTION OF AIR QUALITY The air pollution likely to occur due to construction operations shall be minimized by wetting down bare soils during windy periods, requiring the use of properly operating combustion emission control devices on construction vehicles and equipment used by contractors, and by encouraging the shutdown of motorized equipment not actually in use. B. Trash burning will not be permitted on the construction site. 1.05 CONSTRUCTION NOISE CONTROL The CONTRACTOR shall conduct all his work, use appropriate construction methods and equipment, and furnish and install acoustical barriers, all as necessary so that no noise emanating from the process or any related tool or equipment will exceed legal noise levels. The CONTRACTOR shall submit to the ENGINEER his plans to mitigate the construction noise impacts and to comply with the noise criteria specified herein, including the method of construction, the equipment to be used, and acoustical treatments if necessary. PART 2 - PRODUCTS {Not Used) PART 3 - EXF_/2UTION {Not Used) * * * END OF SECTION * * * NERWTP Modifications 024726 01450-2 July 28, 2000 SECTION 01500 TEMPORARY FACILITIES 16C PART 1 - GENERAL 1.01 GENERAL The CONTRACTOR shall provide all temporary facilities necessary for the proper completion of the work, as necessary and as specified. These shall include electrical power, ventilation, sanitary facilities and telephone service. The CONTRACTOR shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the work. Such facilities shall comply with regulations and requirements of the National Electrical Code, OSHA, Florida Power and Light, and applicable Federal, State and local codes, etc. 1.02TEMPORARY POWER The CONTRACTOR shall arrange with Florida Power and Light (FP&L) for construction period service and pay all costs for the work and power. The CONTRACTOR shall arrange and pay for a separate feeder to supply power from off-site directly from FP&L service to the CONTRACTOR's temporary power system. In addition to providing for a safe construction period distribution system the CONTRACTOR shall provide a safe and adequate artificial lighting system for work areas which do not have sufficient natural light. Temporary lighting shall be maintained during non-working periods if the area is subject to access by the public or plant personnel. 1.03 TEMPORARY WATER A. The OWNER will supply all water used for construction, flushing, testing and temporary sanitary facilities. The CONTRACTOR shall provide and maintain all piping, fittings, adapters, and valving required. It is the CONTRACTOR's responsibility to arrange through the County's plant personnel for locations of water supply connections. 1.04TEMPORARY VENTILATION The CONTRACTOR shall provide and maintain adequate ventilation for a safe working environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of dust, gases or vapors. 2 NCRWTP Modifications 024726 01500-1 July 28, 2000 1.07 1.08 PART 2 PART 3 16C 2 TEMPORARY SANITARY FACILITIES The CONTRACTOR shall provide and maintain adequate and clean sanitary facilities for the construction work force and visitors. The facilities shall comply with local codes and regulations and be situated at approved locations. SECURITY The CONTRACTOR shall employ watchmen and security guards to protect the job site against vandalism, burglary, theft, trespassing, etc. The CONTRACTOR shall care for and protect against loss or damage of all material to be incorporated in the construction, the existing plant structures, equipment and materials for the duration of the Contract and shall repair or replace damaged or lost materials and damage to structures. B. The CONTRACTOR shall be responsible for providing, maintaining and securing gates used for construction purposes for the duration of the project. ACCESS TO THE SITE A. Access to the site which is required by the CONTRACTOR for his operations shall be obtained and maintained by the CONTRACTOR at his expense. ao Traffic routes between storage areas and construction sites shall be maintained in good condition, clear of all materials, equipment, excavated materials, etc., for the duration of the contract. PRODUCTS (Not Used) EXECUTION (Not Used) * * * END OF SECTION * * * NCRW11' Modifications 024726 01500-2 July 28, 2000 SECTION 01505 CONTROL OF WORK 2 PART 1 - GENERAL 1.Ol PLANT The CONTRACTOR shall furnish personnel and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Proposal. If at any time such personnel appears to the ENGINEER to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, he may order the CONTRACTOR to increase the efficiency, change the character or increase the personnel and equipment, and the CONTRACTOR shall conform to such order. Failure of the ENGINEER to give such order shall in no way relieve the CONTRACTOR of his obligations to secure the quality of the work and rate of progress required. 1.02 PRIVATE LAND A. The CONTRACTOR shall not enter or occupy private land outside of easements, except by permission of the OWNER. 1.03 PIPE LOCATIONS ho Pipelines shall be located substantially as indicated on the Drawings, but the ENGINEER reserves the right to make such modificafons in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are!noted on the Drawings, such notation is for the CONTRACTOR's convenience and does not relieve him from laying and jointing different or additional items where required. 1.04OPEN EXCAVATIONS All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. The CONTRACTOR shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by NCRWTP Modifications 024726 01505-1 July 28, 2000 16g 2 ao pedestrians and workmen. Bridges provided for access to private property during construction shall be removed when no longer required. The length of open trench will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the ENGINEER. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the ENGINEER may require special construction procedures such as limiting the length of open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. The CONTRACTOR shall take precautions to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. 1.0fi TEST PITS Test pits for the purpose of locating underground pipeline or structures in advance of the construction shall be excavated and backfilled by the CONTRACTOR at the direction of the ENGINEER. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the ENGINEER. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.01 COOPERATION WI~ THIS CONTRACT Ae All firms or persons authorized to perform any work under this Contract shall cooperate with the CONTRACTOR and his subcontractors or trades, and shall assist in incorporating the work of other trades where necessary or required. Be Cutting and patching, drilling and fitting shall be carried out where required by the trade or subcontractor having jurisdiction, unless otherwise indicated herein or directed by the ENGINEER. 3.02 PROTECTION OF CONSTRUCTION AND EQUIPMENT All newly consmeted work shall be carefully protected from injury in any way. No wheeling or walking or placing of heavy loads on it shall be allowed and all portions injured shall be reconstructed by the CONTRACTOR at his own expense. NCRWTP Modifications 024726 01505-2 July 28, 2000 ao 16C All structures shall be protected in a manner approved by the ENGINEER. Should any of the floors ox other parts of the structures become heaved, cracked or otherwise damaged,, all such damaged portions of the work shall be completely repaired and mad6 good by the CONTRACTOR at his own expense and to the satisfaction of the ENGINEER. If, in the final inspection of the work, any defects, faults or omissions are found, the CONTRACTOR shall cause the same to be repaired or removed and replaced by proper materials and workmanship without extra compensation for the materials and labor required. Further, the CONTRACTOR shall be fully responsible for the satisfactory maintenance and repair of the construction and other work undertaken herein, for at least the guarantee period described in the Contract. Further, the CONTRACTOR shall take all necessary precautions to prevent damage to any structure due to water pressure during and after construction and until such structure is accepted and taken over by the OWNER. * * * END OF SECTION * * * NCRWTP Modifications 024726 01505-3 July 28, 2000 SECTION 01590 FIELD OFFICES 16C PART 1 1.01 1.02 1.03 1.04 - GENERAL REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary field offaces as required for the CONTRACTOR during entire construction period. B. Furnish, install and maintain storage and work sheds needed for construction. C. At completion of work, remove field offices, sheds and contents. RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 01010: Summary of Work. C. Section 01600: Material and Equipment. OTHER REQUIREMENTS A. Prior to installation of offices, consult with the ENGINEER and OWNER on location, access and related facilities. REQUIREMENTS FOR FACILITIES A. Construction: 1. Structurally sound, weather-tight, with floors raised above ground. 2. Temperature transmission resistance: Compatible with occupancy and storage requirements. NCRWTP Modifications 01590-1 July 29, 2000 024726 3. At CONTRACTOR's option, portable or mobile buildings may be used. a. Mobile trailers, when used, shall be modified for office use. b. Do not use mobile trailers for living quarters. USE OF PERMANENT FACILITIES A. Permanent facilities shall not be used for field offices or for storage. PART 2 - PRODUCTS 2.01 MATERIALS, EQUIPMENT, FURNISHINGS A. May be new or used, but must be serviceable, adequate for required purpose, and must not violate applicable codes or regulations. PART 3 - EXECUTION 3.01 PREPARATION A. Fill and grade sites for temporary structures to provide surface drainage. 3.02 INSTALLATION A. Construct temporary field offices on proper foundations, provide connections for utility services. Secure portable or mobile buildings when used. Provide steps and landings at entrance doors. Locate construction office facilities at the location approved by the OWNER within the project. NCRWTP Modifications 024726 01590-2 July 29, 2000 16C 2 3.03 REMOVAL A. Remove temporary field offices, contents and services at a time when no longer needed. B. Remove foundations and debris; grade site to required elevations and clean the areas. * * END OF SECTION * * NCRWTP Modifications 01590-3 July 29, 2000 024726 SECTION 01600 16C 2 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Material and equipment incorporated into the Work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the ENGINEER. 3. Manufactured and Fabricated Products: Design, fabricate and assemble in accord with the best engineering and shop practices. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable. Two or more items of the same kind shall be identical, by the same manufacturer. go d. Products shall be suitable for service conditions. eo Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. Do not use material or equipment for any purpose other than that for which it is designed or is specified. All components in contact with drinking water or drinking water treatment chemicals (except components that will come with raw water prior to its treatment) shall conform with American National Standards Institute (ANSI)/NSF International (NSF) Standard 61. NCR WTP Modifications 024726 01600-1 July 29, 2000 1.02 1.03 16C 2 RELATED REQUIREMENTS The following related requirements apply: A. General Terms and Conditions of the Contract. B. Section 01010: Summary of Work. C. Section 01030: Special Project Procedures. D. Section 01300: Submittals. E. Section 01710: Cleaning. APPROVAL OF MATERIALS Only new materials and equipment shah be incorporated in the work. All materials and equipment furnished by the CONTRACTOR shall be subject to the inspection and approval of the ENGINEER. No material shall be delivered to the work without prior approval of the ENGINEER. Within 30 days after the Notice to Proceed the CONTRACTOR shall submit to the ENGINEER data relating to materials and equipment he proposes to furnish for the work. Such data shall be in sufficient detail to enable the ENGINEER to identify the particular product and to form an opinion as to its conformity to the specification. Facilities and labor for handling and inspection of all materials and equipment shall be furnished by the CONTRACTOR. If the ENGINEER requires, either prior to beginning or during the progress of the work, the CONTRACTOR shall submit samples of materials for such special tests as may be necessary to demonstrate that they conform to the specifications. Such samples shall be furnished, stored, packed, and shipped as directed at the CONTRACTOR's expense. Except as otherwise noted, the OWNER will make arrangements for and pay for the tests. Do The CONTRACTOR shall submit data and samples sufficiently early to permit consideration and approval before materials are necessary for incorporation in the work. Any delay of approval resulting from the CONTRACTOR's failure to submit samples or data promptly shall not be used as a basis of claim against the OWNER or the ENGINEER. NCR WTP Modifications 024726 01600-2 July 29, 2000 In order to demonstrate the proficiency of workmen or to facilitate the choice among several textures, types, finishes, and surfaces, the CONTRACTOR shall provide such samples of workmanship or finish as may be required. The materials and equipment used on the work shall correspond to the approved samples or other data. 2 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION * * NCRWTP Modifications 024726 01600-3 July 29, 2000 SECTION 01710 16C 2 CLEANING PART 1 - GENERAL 1.01 1.02 REQUIREMENTS INCLUDED A. Execute cleaning, during progress of the WORK, and at completion of the WORK, as required by General Conditions. DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART 2 - PRODUCTS 2.01 MATERIALS Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION Execute periodic cleaning to keep the WORK, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Provide on-site containers for the collection of waste materials, debris and rubbish. NCRWTP Modifications O1710-1 July 29, 2000 024726 3.02 3.03 16[ 2 C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. DUST CONTROL A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis until paint'mg is finished. B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly-coated surfaces. FINAL CLEANING A. Employ skilled workmen for final cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. C. Polish glossy surfaces to a clear shine. D. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. E. Prior to final completion, or OWNER occupancy, CONTRACTOR shall conduct an inspection of sight-exposed interior and exterior surfaces, and all WORK areas, to verify that the entire WORK is clean. * * END OF SECTION * * NCR WTP Modifications O1710-2 July 29, 2000 024726 SECTION 01720 PROJECT RECORD DOCUMENTS 16C 2 PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site for the OWNER one record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. ENGINEER's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field Test records. 1.02 RELATED REQUIREMENTS The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Supplemental Terms and Conditions of the Contract. C. Section 01300: Submittals. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLF_3 A. Store documents and samples in CONTRACTOR's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 01720-1 NCRWTP Modifications 024726 July 29, 2000 1.04 1.05 16g 2 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI/CSC format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the ENGINEER. E. As a prerequisite for monthly progress payments, the CONTRACTOR is to exhibit the currently updated Record Documents for review by the ENGINEER and the OWNER. MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the ENGINEER. RECORDING A. B. Label each document Project Record in neat large printed letters. Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. Drawings - mark legibly and neatly to record actual construction: Depths of various elements of foundation in relation to finish first floor datum. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of underground utilities and appurtenances, referenced to not less than two (2) permanent features. Actual installed pipe material, class, etc. Dimensions and elevations of underground utilities. All buried and concealed items including pipe, fittings, valves, manholes, and other items shall be accurately located on the annotated drawings. NCR WTP Modifications 024726 01720-2 July 29, 2O00 1.06 5. Buried pipe shall be located at a minimum of every 100 feet and at all changes in alignment, both vertically and horizontally. Vertical locations of buried pipe shall be top of pipe elevation. 6. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 7. Field changes of dimension and detail. D. Shop Drawings (after final review and approval): 1. One set of record shop drawings for each process equipment, piping, (including casings) electrical system and instrumentation system. SUBMITTAL A. At Contract close-out, deliver Record Documents to the ENGINEER for the OWNER. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. 3. CONTRACTOR's name and address. 4. Title and number of each Record Document. 5. Signature of CONTRACTOR or his authorized representative. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) * * * END OF SECTION * * * NCRWTP Modifications 01720-3 July 29, 2000 024726 SECTION 15056 PIPE SUPPORTS 2 PART 1 - GENERAL 1.01 DESCRIPTION: mo Engage a pipe support manufacturer who retains the services of an engineer registered in the state of Florida to design pipe supports and anchors not specified in the construction documents, both inside and outside. Contractor shall furnish and install miscellaneous metal and structural steel necessary for the proper design and construction of pipe support systems. Pipe layouts are generally firm, however, not all expansion joints or flexible connections are shown. Designer may make minor alterations to pipe routing as needed to optimize pipe support design. go Furnish and install a complete system of pipe supports, anchors and restraints with necessary inserts, bolts, nuts, restraining and hanger rods, washers, miscellaneous steel, and accessories as required. C. Provide all support systems and the design of support system for all piping. D. Provide and design all temporary pipe supports required during construction. 1.02 RELATED WORK: The Contract Documents include, but are not limited to, the following related requirements: A. General Terms and Conditions of the Contract. B. Section 15060: Chemical Feed Piping C. Section 15062: HDPE Pipe NCRWTP Modifications 15056-1 024726 July 29, 2000 1.03 1.04 QUALITY ASSURANCE: A. 160 2 Pipe supports: Conform to the requirements of Manufacturers standardization Society; MSS-SP-58, MSS-SP-69, MSS-SP-89 and paragraphs 120 and 121 of ANSI B31.1 and as specified and indicated. Design loads: Support pipe system to accommodate for all dynamic, static, thermal and imposed loads, such as wind, that pipe systems may be subjected to. Conform to the requirements of AISC Manual for Steel Construction for miscellaneous steel and supplementary steel. Tube steels are A500 Grade B, wide flange A-36, Plates A-572 or equal. Stainless steel structural members to conform to ASTM requirements for T-304 or T-316 as indicated. D. Pipe Support Manufacturer Qualifications: 1. Fabricator must submit a written quality assurance program. 2. Have a minimum of 5 years experience in the manufacture of pipe supports. Have completed at least 5 successful pipe support projects of equal size, complexity, and systems as project specified and indicated. Retains the services of a Professional Engineer Registered in Florida with a minimum of 10 years experience in the design of pipe supports. A. American Institute of Steel Construction (AISC) Manual for Steel Construction. B. American Society for Testing and Materials (ASTM) Publications: A307: Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. A312 TP304L. 2. A572: Specification for Steel Plate. C. American National Standards Institute (ANSI): 1. B31.1: Power Piping Code. NCR WTP Modifications 024726 15056-2 Judy 29, 200o 1.05 Do 16C 1. MSS SP-58: 2. MSS SP-69: 3. MSS SP~89: Practices. American Welding Society (AWS) Code: 1. A2.0: Structural Welding Code Dl-l-7. Manufacturer's Standardization Society (MSS): Pipe Hangers and Supports - Materials and Design. Pipe Hangers and Supports - Selection and Application. Pipe Hangers and Supports - Fabrication and Installation F. National Association of Expansion Joint Manufacturers. A. Submit the following in accordance with Section 01300, Submittals: 1. Shop and erection drawings stamped and signed by a Professional Engineer. 2. Shop drawing data for accessory items. 3. Prior to fabrication, submit a copy of the Contractors piping drawing indicating location of pipe supports, identified by hanger mark numbers. 4. Pipe support drawings specified in paragraph 2.03 B, prior to fabrication. a. Indicate all welds, both shop and field, by Standard Symbols as specified in AWS Dl.l-l.7. 5. Pipe stress analysis including all forces transmitted to pipe supports and anchors, performed prior to pipe support design. 6. Welding Procedure: Submit description as required to iljustrate each welding procedure to be performed in the specified work. 7. Welding Equipment: Submit descriptive data for welding equipment, including type, voltage and amperage. 8. Qualification for Welders: Provide certification that welders to be employed in work have satisfactorily passed AWS qualification tests. If recertification 2 NCRWTP Modifications 15056-3 July 29, 2000 024726 16g 2 of welders is required, retesting is the Contractor's responsibility at no additional cost to the Owner. 9. Pipe support manufacturer's qualifications as specified in paragraph 1.03 E. ao List of at least five (5) successful pipe support projects and current addresses and telephone numbers of persons in charge of representing the owner or the owner of those construction projects during the time of pipe support design and installation. bo Qualifications of manufacturer's Registered Professional Engineer who stamps and seals shop drawings and designs. 1.06 DELIVERY, STORAGE, AND HANDLING: A. Shipping: Ship material complete except where partial disassembly is required by transportation regulations or for protection of components. Pack parts in containers bearing labels clearly designating contents and pieces of equipment for which intended. B. Receiving: 1. Inspect and inventory items upon delivery to site. Store and safeguard material in accordance with manufacturer's written recommendations. 1.07 DEFINITIONS: A. Anchor: Unless modified by the words "moment resisting", an anchor is understood to transmit only axial forces to the structures. B. Guide: Transmits radial loads to the structure, and permits axial movement. C. Hanger: Used where pipe loads are supported from above. Do Support: Usually refers to devices transmitting pipe loads to structure located below the pipe, such as piers and stanchions. Broadly refers all devices for carrying pipe loads. NCR WTP Modifications 024726 15056-4 July 29, 2000 E. Support Element: There are three categories: Structural attachment, such as welded beam clips, beam clamps, plate bolted to concrete, concrete insert, or other device for transmitting support loads to the structure. Pipe wall attachments, such as clevises, clamps, U-bolts, insulated shoes, etc. which are in contact with the pipe itself. Support components, exclusive of above, such as spring cans, rods, turnbuckles, miscellaneous steel, nuts and bolts that join the structural attachment to the pipe wall attachment. PART 2 - PRODUCTS 2.01 MANUFACTURERS: A. Bergen-Paterson. B. Grinnell. C. Carpenter-Paterson. D. Or equal. 2.02 MATERIALS: 2.03 A. Provide hangers and supports conforming to MSS SP-58-1988, Pipe Hangers and Supports - Materials, Design, and Manufacture, and MSS SP-69-1991, Pipe Hangers and Supports - Selection and Application. B. Suspend hangers using hanger rods. Perforated band iron or flat wire (strap iron) are not permitted. C. Provide 300 series stainless steel hangers and supports including rods, nuts, and washers in all areas. DESIGN OF PIPE SUPPORTS: A. Location of pipe supports: Responsibility of the Contractor unless indicated. NCRWTP Modifications 15056-5 024726 July 29, 2000 go 2 Provide detailed drawings of each pipe support. Each drawing to contain enough information to verify the pipe support design and to manufacture the device. As a minimum submit: 1. Scaled details of the device with dimensions. Stamp of a Registered Professional Engineer experienced in pipe support design as specified in paragraph 1.03 E. 3. Detailed connections to existing new structure. 4. Shop and field welds. C. Provide pipe supports designed to include the following loads: D° Gravity Force: This force includes the weight of pipe, pipe contents, valves, equipment, insulation, etc. ~ Thermal Expansion Force: This force is developed by the restraint of free end displacement of the piping. Hydrostatic Forces: This force is developed by internal pressure during operation and testing of the piping system. Provide pipe supports that do not overload or overstress the piping, equipment or structure that they are supporting or are attached to. Allowable pipe stress to be within ANSI B31.1 code allowables. Provide support, guide and anchor flexible couplings and expansion joints in accordance with the coupling and joint manufacturer's specifications. Locate, select and provide all restrained and unrestrained expansion joints required in the pipe system. Where possible, provide pipe supports designed using the manufacturer's standard catalog products. 1. Provide pipe supports with individual means of adjustment for alignment. Furnish pipe supports complete with appurtenances including locking and adjusting nuts. NCR WTP Modifications 024726 15056-6 July 29, 2000 16C 2 3. Hanger rods: subject to tension loads only. Where lateral or axial pipe movement occurs, provide hangers for the necessary swing without exceeding 4 degrees. Provide base pipe supports designed using pipe slides. The bearing surfaces: .06 coefficient of friction or less. 5. Provide concrete inserts capable of supporting the design loads. 6. Provide metal framing systems to support piping 2 inches and smaller. 7. Provide miscellaneous and supplementary steel as needed. 8. Do not support pipe from other pipe, conduits, metal stairs or equipment. 9. Chain, strap, T-bar, perforated bar and/or wire hangers are not acceptable. 10. Contact between piping and dissimilar metals such as hangers, building structural work or equipment subject to galvanic action is not acceptable. Go Provide thrust anchors to resist thrust due to changes in diameter or direction or dead ending of pipelines. Anchorage required wherever bending stresses exceed allowable for pipe. Wall pipes may be used as thrust anchors only if so designed. H. Structural Attachments: 1. Female threaded inserts shah not be used. Beam Clamps: Forged Type may be used. Cast or formed sheet metal Type shall not be used. Plate bolted and grouted to concrete with stud anchors sim. to Hilti "Qwik Bolt" or "HVA" are acceptable. Devices embedded in concrete such as Type 18 and patent systems (Unistrut or equal) are acceptable, when utilized in accordance with manufacturers recommendations and approved by Engineer. Use concrete piers to support pipe as indicated and specified, or as approved by Engineer. J. Support components shall be as required by MSS-SP-58. NCRWTP Modifications 024726 15056-7 July 29, 2000 16C 2i Expansion bolts, drilled in inserts, concrete anchors and powder driven fasteners into precast concrete planks or concrete columns ARE NOT ACCEPTABLE. 2.04 FABRICATION: A. Provide pipe supports formed in accordance with paragraph 5.1 of MSS-SP 58. B. Provide welding in accordance with Structural Welding Code. C. Provide dimensional tolerances as specified in paragraph 2 of MSS-SP-89. D. Provide threading and tapping in accordance with paragraph 3.2.5 of MSS-SP-89. PART 3 - EXECUTION 3.01 GENERAL: A. Install pipe supports to comply with MSS SP-69. Group parallel runs of horizontal piping to be supported together on trapeze type hangers. B. Install pipe supports to provide indicated pipe slopes. Do not exceed maximum pipe deflections allowed by ANSI B31.1. Go For exposed continuous pipe runs, install pipe supports of same type and style as installed for adjacent similar piping. Do Install pipe supports to allow controlled movement of piping systems. Permit freedom of movement between pipe anchors, and facilitate action of expansion joints, expansion loops, expansion bends, and similar units. Piping to be free to move when it expands or contracts except where fixed anchors are indicated. Where hanger rod swing length cannot be provided or where pipe movement based on expansion of 1 in./100 ft. for each 100°F change in temperature exceed 1/2 in., provide sliding supports. F. Apply an antise'zze compound to nuts and bolts on all pipe supports. G. Locate reinforcing steel with x-ray in concrete support structure prior to drilling for embedment plates. NCRWTP Modifications 15056-8 July 29, 2000 024726 3.02 3.03 3.04 INSTALLATION OF BUILDING ATTACHMENTS: A. Support piping from structural framing, unless otherwise indicated. B. Concrete Inserts: Locate inserts so that total load on insert does not exceed manufacturer's recommended maximum load. Use expansion anchors to anchor support to hardened concrete or completed masonry. THRUST ANCHORS AND GUIDES: A. Thrust Anchors: Center thrust anchors between expansion joints and between elbows and expansion joints for suspended piping. Anchors must hold pipe rigid to force expansion and contraction movement to take place at expansion joints and/or elbows and to preclude separation of joints. 2. Restraining rod size and number shall be as indicated. B° Pipe guides: provided adjacent to sliding expansion joints in accordance with recommendations of National Association of Expansion Joint Manufacturers. PIPE SUPPORT: A. Where piping of various sizes is to be supported together, space supports for largest pipe size and install intermediate supports for smaller diameter pipe. Provide minimum of 2 pipe supports for each pipe run unless approved by the Engineer. C. Where piping connects to equipment, support by a pipe support and not by equipment. D. Arrange pipe supports so that there is no interference with maintenance or removal of equipment. NCRWTP Modifications 15056-9 July 29, 2000 024726 Fo Ho Unless otherwise indicated or authorized by Engineer, place piping running parallel to walls approximately 1-1/2 in. out from face of wall and at least 3 in. below ceiling. Pedestal pipe supports: adjustable with stanchion, saddle, and anchoring flange. Provide grout between baseplates and floor. Piping supports for vertical piping passing through floor sleeves: stainless steel riser clamps. Support piping to prevent strain on valve, fitting, or equipment. Provide pipe supports at changes in direction or elevation, adjacent to flexible couplings, adjacent to nonrigid joints, and where otherwise indicated. Do not install pipe supports in equipment access areas or bridge crane runs. Stacked horizontal runs of piping along walls may be supported by a metal framing system attached to concrete insert channels. Do not support piping from other piping. Provide continuous support for thermoplastic piping under 1 inch. Support all thermoplastic piping 1 inch or larger in accordance with the following table: Piping Size Maximum Specification lgaag~ Support Spacing (ft) CPVC 1" - 4" 7 PVDF 1" - 4" 6 HDPE As recommended by manufacturer * * * END OF SECTION * * * NCRWTP Modifications 024726 15056-10 July 29, 2000 SECTION 15060 CHEMICAL FEED PIPING 2 PART 1 - GENERAL 1.01 DESCRIPTION: Labor, supervision, material, tools, and equipment necessary to purchase, unload, store, fabricate, install, support, test, and make operable the process and utility piping systems or portions of piping systems shown on the Contract Drawings. 1.02 SUBMITTALS: A. The following submittals are required for piping systems: 2. 3. 4. Manufacturer's Product Data Samples (welds only) Test reports, (welding inspections, piping pressure tests) Certifications (pipe cleaning, welder qualifications, shop welds, materials compliance) PART 2 - PRODUCTS 2.01 GENERAL: A. Piping materials shah conform to the standards specified in the piping material specifications. All connections and fittings on HDPE and PVDF shall be heat fusion welded. All fittings and connections on PVC and CPVC shall be solvent welded. Unless directed by the Engineer, all connections to valves and equipment shall be fianged. No threaded unions shall be used on this project. C. Instrumentation connections shall be of the same type of material specified for the services involved, unless otherwise noted on the Contract Drawings. NCR WTP Modifications 15060-1 July 29, 2000 024726 2.02 2 .i THERMOPLASTIC PIPING SYSTEMS: A. Sched 80 PVC (Not Used) 1. Mateddais: a. Pipe, 1/4" through 12", Schedule 80, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B) b. Fittings, 1/4" through 12", Schedule 80, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), socket-type c. Unions, 1/4" through 12", Schedule 80, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), socket-type d. Flanges, 1/4" through 12", 150 lb, polyvinyl chloride (PVC, Type I, Gr. 1, Class 12454-B), flat face, socket-type e. Gaskets, %" thick, EPDM low torque, full face gaskets with concentric, convex tings between center hole and bolt hole circle f. Bolts and Nuts, galvanized carbon steel, hex-head bolts, heavy, semi- finished, cold-punched hex nuts g. Solvent, polyvinyl chloride (P¥C, Cement Type I, Gr. 1, Class 12454- B) 2. Specifications: Material Dimensional ASTM ANSI (ASTM) Pipe Fittings Unions Flanges Gaskets Bolts and Nuts Bolt Threads Solvent Cement Galvanizing 01784, CI 12454-B 01784, C1 12454-B 01784, C1 12454-B 01784, Ci 12454-B A307, Gr B 02564 A153 (01785, PVC 1120) (02467, PVC 1) (02467, PVC 1) (02467, PVC 1) B16.21 B18.2.1, B18.2.2 BI.1 B. PVDF, Utility Grade 1. Materials: NCRWTP Modifications 024726 15060-2 July 29, 2000 a. Pipe, ½" through 2", Schedule 80 PVDF (poly vinylirene fluoride) pigmented for identification and rated for chemical service. Minimum pressure rat'rag 125 psig at 90° F. b. Fittings, 1/2" through 2", molded PVDF with butt-type heat fused joints. c. Flanges, 1/2" through 2", molded PVDF stub ends heat fused to pipe. d. Gasket, EPDM low torque, full face gaskets with concentric, convex rings between center hole and bolt hole circle. e. Bolts and Nuts, stainless steel, hex-head bolts and stainless steel heavy, semi-finished hex nuts. Specifications: Material Dimensional ASTM ASTM/ANSI Pipe D3222 D2477 Fittings D3222 D3261 Flanges --- B 16.5 Bolts F593, Grp 2 --- Nuts F594, Grp 2 3. Note: Acceptable manufacturer: R & G Sloane C. Sched. 80 CPVC 1. Materials Go eo Pipe 1/4" (CPVC, Fittings, (CPVC, Unions, through 6", Schedule 80, chlorinated polyvinyl chloride Type IV, Gr. 1, Class 23447B). 1/4" through 6", Schedule 80, chlorinated polyvinyl chloride Type IV, Gr. 1, Class C23447-B), socket-type. 1/4" through 6", Schedule 80, chlorinated polyvinyl chloride (CPVC, Type IV, Gr. 1, Class 23447-B) socket-type. Flanges, 1/4" through 6", 150 lb, chlorinated polyvinyl chloride (CPVC, Type IV, Gr. 1, Class 23447-B), flat face, socket-type. Gaskets, 1/B" thick, EPDM or Viton, fluorinated elastomer, full face. Bolts and Nuts, galvanized carbon steel, hex-head bolts, heavy, semi- finished, cold-punched hex nuts. Solvent, chlorinated polyvinyl chloride (CPVC, Cement Type IV, Gr. 1, Class 23447-B). ~ Specifications: Material Dimensional NCRWTP Modifications 024726 15060-3 July 29, 2000 Pipe Fiaings ASTM ANSI (ASTM) D1784, CI-23447-BF441 D1784, C1-23447-BF438 Material Dimensional ASTM ANSI (ASTM) Unions D1784, C1-23447-BF438 Flanges D1784, CI-23447-BF438 Gaskets ..... B 16.21 Bolts and Nuts A307, Gr B B18.2.1, B18.2.2 Bolt Threads ..... B1.1 Solvent Cement D2564 ..... D. PVC - FLEX TUBING 1. MateriMs: a. Tubing, flexible, inner braided polyvinyl chloride (PVC) tubing, IA" I.D. - 7/16" O.D. tubing size, 250 psig working pressure at 73 degrees F, minimum; 1/2" I.D. - 11/16" O.D. tubing size, 200 psig working pressure at 73 degrees F, minimum. b. Fittings, compression type tube fittings, stainless steel, for use with PVC tubing*. (*Use TFE thread tape for threaded adapters to NPT pipe threads only.) Specifications: Tubing to be "Tygon" brand, by Norton Performance Plastics, or equal. E. PVC Containment (Not Used) 1. MateriMs: ao Pipe, 2" through 12", Schedule 40, polyvinyl chloride (PVC, Type 1, Gr 1, Class 12454-B) as a prefabricated assembly containing one or more carder pipes as indicated with necessary spacers and supports. Containment pipe and joint system must be leak tight when tested with ambient water at 15 or air at 5 psig minimum pressure. NCRWTP Modifications 024726 15060-4 July 29, 2000 Do Fittings, 2" through 12", Schedule 40, polyvinyl chloride containment in fabricated assembly with carrier pipe fittings matching size, materials, and joining systems for straight run units. Specifications: Material Dimensional ASTM ANSI(ASTM) Pipe (Containment) D1784 (D1785) Fittings D 1784 (D2466) Solvent Cement D2564 ....... 2 HDPE Pipe: 1. Reference Section 15062. PART 3 - EXECUTION 3.01 GENERAL: Piping Code: Fabricate, install and test all piping systems in conformance with the applicable portions and the specifically referenced paragraphs of the American National Standards Institute's "Code for Pressure Piping", ANSI B31.1 - "Power Piping", hereinafter referred to as the "Code" except as otherwise indicated. Conform to ANSI B31.3 "Chemical Pipe and Petroleum Refining" pipe code for hazardous services where media conveyed is flammable, hazardous, or corrosive. Pipe: The use of the words "pipe" or "piping" in this section is understood to include both pipe and tube or piping and tubing. Use full lengths of pipe where length between fittings is less than the mill-random lengths of pipe. Avoid extra joints. Go Fabrication Accuracy: Accurately fabricate and install piping as shown on the Contract Drawings. Eccentric reducers in process lines shall be installed to avoid pocketing the lines. All horizontal piping shall be installed level. All vertical piping shall be installed plumb. Exceptions are shown and noted on the Contract Drawings. NCRWTP Modifications 024726 15060-5 July 29, 2000 3.02 3.03 Do 16g 2 Access: All piping equipment and devices installed in the piping that requires periodic removal for maintenance or replacement shall be installed for easy removal without cutting or damaging the pipe. Installation of new piping must maintain access to all existing valves, instruments, and controls. Eo Unions/Flanges: Unions are not normally shown on the Contract Drawings. Adapt threaded connections on equipment valves and accessories to flanged piping with threaded joint backwelded. Install unions or flanges at each of the following locations. 2. 3. 4. Near threaded connections to mechanical or piping equipment On both sides of threaded control valves and other in-line instruments On the branch side of branch connection valves Where shown on the Contract Documents FLANGED SYSTEMS: A. Flanged Joints: Bolt holes of the flanges shall straddle the normal vertical and horizontal centerlines, unless otherwise shown on the Contract Drawings. Installation of gaskets and bolting procedure shall conform to Code Paragraph 135.2. Use one, and only one gasket per joint. Nuts on bolts and/or stud bolts shall be tightened by the crossover method to load gaskets evenly. Tightening shall be repeated by going over and across until the joint is uniformly tight. Torque wrenches shall be used to uniformly torque bolts. C. Flange bolts and/or stud-bolt length shall comply with ANSI B16.5. D. Flange bolts and/or stud bolts shall be lubricated with oil and graphite at time of installation. Provide flange drip protectors for all acid and caustic solution systems. Use polypropylene protective cover at each flange joint in piping. Acceptable manufacturer: Ramco, Spra-Gard. THREADED SYSTEMS: Ao Joints: Cut pipe squarely without deformation, thread pipe, and ream pipe to full bore. Clean threads to remove chips, threading oil, and other foreign matter. Apply specified pipe joint compound or tape to cleaned pipe threads only. Assemble joint and remove any excess pipe joint compound from tightened joint. Backing off to permit alignment of threaded joint is not permitted. NCR WTP Modifications 024726 15060-6 July 29, 2000 3.04 3.05 10c 2 B. Branch Connections: Use standard or reducing threaded tees, crosses, laterals, and/or threaded welding outlet fittings. Reducing Fittings: Use reducing fittings and/or swaged nipples for change in pipe sizes. Use bushings only when reducing fittings and/or swaged nipples are not manufactured in sizes required. D. Dead Ends: Use threaded nipples and caps. Use threaded plugs only when space does not permit threaded nipples and caps. NON-METALLIC SYSTEMS: Joints: Make joints in accordance with the manufacturer's written recommendations. Use ranged joints instead of adapters to connect nonmetallic piping to metal piping. B. Branch Connections: Use standard or reducing tees, crosses, and laterals. C. Reducing Fittings: Use reducing fittings for change in pipe sizes. MISCELLANEOUS: General: Check connections to mechanical equipment and piping equipment and provide matching piping connections as required. Piping connections to equipment, etc., shall be made so they do not cause damage to the equipment during connection and after the equipment is in operation. Field Measurements: Field check dimensions shown on the Contract Drawings and the "certified" equipment drawings. Resolve any discrepancies before starting the work. Verify all dimensions in the field as necessary and be responsible for the proper dimensions and alignment of the finished piping. Interferences shall be brought to the attention of competent authority in writing. C. Clearance: Maintain adequate clearance around piping, equipment, and building structure to prevent possible damage of these items. Temporary Piping: Provide all temporary piping systems as required. The location and arrangement of all temporary piping, if required, shall be approved by competent authority prior to installation. All temporary piping shall be removed as soon as practicable. Installation, materials, and testing of all temporary piping shall conform to this specification in every respect. NCRWTP Modifications 024726 15060-7 July 29, 2000 3.06 3.07 3.08 16g 2, PIPE SUPPORTS, AUXILIARY STEEL, AND PENETRATIONS: mo Furnish all pipe hangers, pipe supports, and restraints required by the piping in this section in accordance with Section 15056, Pipe Supports. Furnish all pipe hangers, supports, anchors, and guides whether or not shown on the Contract Drawings. Furnish any auxiliary steel required to properly support the pipe hangers. Adjust or modify supports to eliminate any visible motion of the piping systems occurring after they are placed in operation. C. Furnish and install all mechanical seals or grout and other penetration requirements where piping passes through walls, floors, or roofs. PROTECTION AND CLEANING: General: Clean all pipe, tubing, and fittings. Each length of pipe and tubing shall be thoroughly cleaned inside and immediately capped or plugged and stored in a clean, dry place. The plugs or caps shall not be removed until just prior to installation. Leftover cut lengths, unless used immediately, shall have the ends wiped clean, plugged or capped, and returned to clean-dry storage. All fittings shall be stored in a clean, dry place and thoroughly cleaned inside immediately before fit-up. Just prior to completion of the day's work, all open ends of pipe, tubing, and fittings shall again be plugged or capped. Any pipe, tubing, or fittings exposed to the weather during installation of pipe shall be capped or plugged unless fit-up work is in progress. During fit-up work, only the end being fit-up shall have the plug or cap removed. Any tack-welded joints expected to be left at the end of the day shall be covered or otherwise protected from the elements until a single full root pass weld can be completed. PIPING IDENTIFICATION: Provide color coding, legends, and directional arrows conforming to the requirements of ANSI A for all exposed systems piping. Apply identification markings on insulation jacket of insulated piping systems. Identification markers of the plastic, self-adhering type shall be used in lieu of stenciled, painted systems. Identify piping using symbols listed in Table 15060-1. B. Pipe identifications shall be placed in the following general areas: Between 1 to 2' adjacent to any penetration. Between 1 to 2' on one side of bend or change in direction. NCRWTP Modifications 024726 15060-8 July 29, 2000 Between 1 to 2' on the larger pipe on one side of branch or wye. Between 1 to 2' ahead of valves, controls, etc. Between 1 to 2' from connection to equipment assembly. On straight runs of pipe, identifications shall be spaced at not greater than 20' intervals. 3.09 INSPECTION, TF_STS, AND ACCEPTANCE: A. Inspection: Provide inspection access to piping during any phase of fabrication and/or installation. Provide certification of compliance with specified procedures for shop welds. Provide weld sample on split pipe section for each size, material, and schedule thickness with welded joints in the shop-fabricated assembly. B. Flushing 1. All piping shall be flushed to remove all sand and other foreign matter. The velocity of the flushing water shall be at least 4-feet per second. Flushing shall be terminated at the direction of the Engineer. The Contractor shall dispose of the flushing water without causing a nuisance or property damage. Tests: Test all piping systems. Test piping systems and/or portions of piping systems to be insulated and/or concealed before the insulation is applied or before concealment. Flush all lines prior to testing hydrostatically. Isolate or remove piping equipment and/or instruments which will not safely withstand the test pressures. Provide spool pieces for any piping equipment or instrumentation items removed for test'mg. Turn all valves to the "Open" position before applying test pressure. No tests shall be performed if any welded joints are concealed. Perform tests in the presence of competent authority. Maintain pressure for a minimum period of 1 hour. During this period, the piping system shall show no sign of failure, leakage, and/or distortion. There shall be no loss of test pressure during this 1-hour period. Apply test pressure in steps to equalize strain. Check piping system joints with a soap solution during final step of pneumatic test. NCRWTP Modifications 024726 15060-9 July 29, 2000 16g Repair all defects disclosed by testing and repeat test procedure until a satisfactory test is witnessed by the ENGINEER. Acceptance: Prepare a report based on the satisfactory completion of the hydrostatic or pneumatic test of each piping system or portion of the system. The report shall establish the exact limits of the test. This report shall contain the test pressure at the beginning and end of the test, the time interval of the test, and other information required. This report also shall include a marked-up set of Piping and Instrumentation Diagrams with the sections of pipe yellowed-out and initialled by the responsible personnel conducting and witnessing the tests as they are performed. SYMBOL AMS CA FL PO SA SH SI TABLE 15060-1 PIPING SPECIFICATIONS AND TEST CONDITIONS BY SERVICE ES RVlCE TEST PRF_~SURE (.psig) HYDRO- PNEU- STATIC MATIC Ammonia Solution Sodium Hydroxide Fluoride Solution Phosphate Corrosion Inhibitor Sulfuric Acid (66°Be) Sodium Hypochlorite Antiscalant Polymer HDPE CPVC HDPE HDPE PVDF CPVC HDPE lOO 100 100 100 15o lOO lOO * * END OF SECTION * * NCR WTP Modifications 024726 15060-10 July 29, 2000 PART 1 - GENERAL 1.01 1.02 1.03 SECTION 15062 HDPE PIPE SECTION INCLUDES A. This specification governs the material, pipe, fitting, butt fusion and general construction practice for high density polyethylene (HDPE) pipe. RELATED SECTIONS A. Section 15060 - Chemical Feed Piping REFERENCES A. ASTM D638 ~ Test for Tensile Properties of Plastics. B. ASTM D790 - Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. C. ASTM D1239 - Test Method for Flow Rates of Thermal Plastics by Extrusion Plastometer. ASTM D1248 - Specification for Polyethylene Plastics Molding and Extrusion Materials. ASTM D1505 - Test Method for Density of Plastics by the Density Gradient Technique. ASTM D1599 - Test Methods for Short Time Hydraulic Failure Pressure of Plastic Pipe, Tubing and Fittings. ASTM D1693 - Test Methods for Environmental Stress Cracking of Ethylene Plastics. ASTM D2122 - Method for Determining Dimensions of Thermal Plastic Pipe and Fittings. ASTM D2837 - Method for Obtaining Hydrostatic Design Basis for Thermal NCR WTP Modifications 15062-1 024726 Ju~ 29,2000 1.04 1.05 Plastic Pipe Materials. J. ASTM D3350 - Specification for Polyethylene Plastics Pipe and Fittings Material. ASTM F1248 - Determination of Environmental Stress Crack Resistance (ESCR) of Polyethylene Pipe. ASTM D4219 - Test Method for Carbon Black Content in Polyethylene Compounds by the Muffle-Furnace Technique. M. ASTM F714 - Standard Specification for Polyethylene Plastic Pipe Based on Outside Diameter. Submit shop drawings and descriptive literature under provisions of Section 01300 - Submittals: 1. Provide data on pipe materials, pipe fittings, valves, and accessories. 2. Pipe Manufacturer's Joint Assembly Directions. 3. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. QUALITY ASSURANCE A. Quality and Workmanship The pipe and fitting manufacturer's production facilities shall be open for inspection by the Owner or his designated agents. During inspection, the manufacturer shall demonstrate that he has facilities capable of manufacturing the pipe and fittings required by this specification, that a quality control program meet'rag the minimum requirements of D3035, and ASTM F-714 is in use, and that facilities for performing the tests required by this specification are in use. The Engineer may request certification that the pipe produced is represented by the quality assurance data. Additionally, test results from the manufacturer's testing which show the pipe does not meet appropriate ASTM standards of manufacturer's representation, will be cause for NCR WTP Modifications 024726 15062-2 July 29, 2000 Eo rejection of the pipe represented by the testing. These tests may include density and flow rate measurements from samples taken at selected locations within the pipe wall and thermal stability determinations according to ASTM D3350, 10.1.9. The owner or the specifying Engineer may request certified lab data from the manufacturer to verify the physical properties of the materials supplied under this specification or at his own expense may take random samples for testing by an independent laboratory. QA Deviations - If an approved supplier must supply material that does not meet all requirements of this specification, he must notify the specification Engineer via a written description of the deviation with data that shows the magnitude of the deviation, the justification for the deviation from this specification, and the worst cast, long term impact of the deviation on the project. The decision, prior to shipment, to accept material deviating from this specification shall be the responsibility of the specifying Engineer. QA Verification - The owner or the specifying Engineer may request certified lab data to verify the physical properties of the compounded materials supplied under this specification, or, may have random samples taken and have them tested by an independent laboratory. Such testing will be at expense of the party requiring verification testing. Requests for verification must be submitted in writing and mutually acceptable arrangements made. QA Rejection - Polyethylene pipe and fittings may be rejected in whole or in part by the specification Engineer for failure to meet any of the requirements of this specification. QA Records - QA/QC records shall be maintained intact for a minimum of one year from the date of production. Construction Practice - Construction and installation shall be performed in compliance with the manufacturer's Design Guidelines and Installation Guidelines, and this specification. NCRWTP Modifications 024726 15062-3 Ju~ 29,2000 PART 2 - PRODUCTS 2.01 PIPE, FITTINGS AND SPECIALS A. Typical Physical Properties Property Material Designation Material Classification Cell Classification Density (3) Melt Flow Flex Modulus (5) Tensile Str. (4) ESCR (3) HDB@ 73°F (4) U-V Stabilizer(C) (4) Specification PPI/ASTM ASTM D-1248 ASTM D-3350 ASTIVI D-1505 ASTM D-1238 ASTM D-790 ASTM D-638 ASTM D-1693 ASTM D-2837 ASTM D-1603 Units gm/cm3 gm/10 min psi psi Fo, Hrs psi %C Nominal Values PE3408 m c 5 P34 345434c 0.955 <0.14 @ 2.16 kg 135,000 3200 Fo> 5000 1600 2.5 Hardness Compressive Strength (Yield) Tensile Strength @ Yield (Type IV Spec.) Elongation @ Yield Tensile Strength @ Break (Type IV Spec.) Elongation @ Break Modulus of Elasticity ASTM D-2240 Shore "D" 64 ASTM D-695 psi 1600 ASTM D-638 (2"/min) psi 3200 ASTM D-638 %, minimum 8 ASTM D-638 psi 5000 ASTM D-638 %, minimum 750 ASTM D-638 psi 130,000 ESCR: (Cond A,B,C: Mold. Slab) (Compressed Ring (Pipe)) Slow Crock Growth Impact Strength (IZOD) (. 125" THK) ASTM D-1693 ASTM F-1248 Battelle Method ASTM D-256 (Method A) Fo, Hrs F5o, Hrs Days to Failure In-lb/in Notch 42 Fo > 5000 Fs0 > 1000 Fo>32 NCRWTP Modifications 024726 15062-4 July 29, 2000 2 Property Linear Thermal Expansion Coef. Thermal Conductivity Brittleness Temp. Vicat Soft Temp. Heat Fusion Cond. NSF Listing Specification Units Nominal Values ASTM D-696 in/in/°F 1.2 X 104 ASTM C-177 BTU-in/ 2.7 Ft2/hrs/°F ASTM D-746 °F <-180 °F ASTM D-1525 °F +257 psi @ °F 75 @ 400°F Standard//14 "Listed" Materials used for the manufacture of polyethylene pipe and fittings shall be extra high molecular weight, high density ethylene/hexene copolymer PE 3408 polyethylene resin meeting the above listed physical property and pipe performance requirements: The polyethylene pipe MANUFACTURER shall provide certification that stress regression testing has been performed on the specific product. The said certification shall include a stress life curve per ASTM D-2837. The stress regression testing shall have been done in accordance with ASTM D2837, and the manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDR) of 160 psi, as determined in accordance with ASTM D 2837. The polyethylene pipe shall be provided with a minimum pressure safety factor of 150 percent. The material shall be listed by PPI (the Plastics Pipe Institute, a division of the Society of the Plastics Industry) in PPI TR-4 with a 73 °F hydrostatic design stress rating of 800 psi, and a 140°F hydrostatic design stress rating of 400 psi. The PPI Listing shall be in the name of the pipe manufacturer, and shall be based on ASTM D 2837 and PPI TR-3 testing and validation of samples of the pipe manufacturer's production pipe. The MANUFACTURER'S certification shall state that the pipe was manufactured from one specific resin in compliance with these specifications. The certificate shall state the specific resin used, its source, and list its compliance to these specifications. B. Pipe Extrusion The pipe shall be extruded using a melt homogenizing/plasticating extruder and "appropriate" die. The extruder screw design should be customized for NCRWTP Modifications 024726 15062-5 Ju~ 29,2000 Do Pipe 1. Pipe 1. 160 the HDPB being processed to minimize melt fracture of the molecular structure thus reducing the molecular weight and changing some physical properties from resin to pipe. The resin should be processed at its melt temperature of 375 °F to 425 °F. The extruded tubular melt will be vacuum or pressure sized in downstream cooling tanks to form round pipe to specification diameter and wall thickness with a "matt-finish" surface. Pipe supplied under this specification shall have a nominal DIPS (Ductile Iron Pipe Size) OD unless otherwise specified. The SDR (Standard Dimension Ratio), and the pressure rating of the pipe supplied shall be as specified by the Engineer. The pipe shall be produced with the nominal physical properties outlined in Section 2. I(A), and to the dimensions and tolerances specified in ASTM F- 714. Additionally, the pipe shall be inspected per industry accepted manufacturer standards for: * Diameter * Straightness * Wall Thickness * Ovality * Concentricity * Toe-In * Quick Burst Pressure * Overall Workmanship and Ductility Inspection on ID & OD * Joint Strength * Print Line The pipe shall contain no recycled compound except that generated in the MANUFACTURER's own plant from resin of the same specification from the same raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index and other physical properties throughout. Performance The pipe shah be in compliance with the physical and performance requirements of Section 2.1 (A) of this specification. Specifically, the pipe will be extruded from resin meeting specifications of ASTM D 3350 with a cell classification of PE:345434C; and ASTM D-1248 pipe grade resin type III, Class C, Category 5, grade P34 polyethylene compound. The pipe shall exhibit the short term tensile and compresslye physical properties fisted in NCRWTP Modifications 024726 15062-6 July 29, 2000 2.02 2.03 16C 2 Section 2. I(A), and the pipe shall provide the long term endurance characteristics recognized by: the compressed pipe ring environmental stress crack resistance greater than 1000 hours; the slow crack growth resistance greater than 32 days; the impact strength (toughness) greater than 48 in-lb/in notch; and rotary fatigue endurance at + 1600 psi bending stress with Fo > 2000 cycles. E. Fittings The standard HDPE fittings shall be standard commercial products manufactured by injection molding or by extrusion and machining, or, shall be fabricated from PE pipe conforming to this specification. The fittings shall be fully pressure rated by the manufacturer to provide a working pressure equal to the pipe for 50 years service at 73.4°F with an included 2:1 safety factor. The fittings shall be manufactured from the same resin type, grade, and cell classification as the pipe itself. The manufacture of the fitting shall be in accordance with good commercial practice to provide fittings homogenous throughout and free from crack, holes, foreign inclusions, voids, or other injurious defects. The fittings shall be as uniform as commercially practicable in color, opacity, density and other physical properties. The minimum "quick-burst" strength of the fittings shall not be less than that of the pipe with which the fitting is to be used. F. Manufacturers 1. Phillips Driscopipe, Inc., Richarson TX. 2. PLEXCO, Franklin Park, IL. 3. Or approved equivalent. BEDDING MATERIALS A. Embedment materials shall be clean sand unless otherwise noted. ACCESSORIES A Mechanical Restraints: Mechanical restraints shall be in accordance with the latest requirements of the Collier County Public Utilities Division and approved by the Engineer prior to installation. NCRWTP Modifications 15062-7 July 29, 2000 024726 16C 2 PART 3 - EXECUTION 3.01 EXAMINATION A. Verify existing conditions. go Examine excavation before pipe placement to ensure that no obstruction exists to interfere with installation. Inspect each pipe and fittings before installation. Remove defective pipe. Replace with sound pipe. 3.02 PREPARATION A. Pipe Packaging, Handling, Storage The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carder shall use appropriate method and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored indoors only, in areas designated by the Owner. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer' s recommendations. The handling of the pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Provide temporary shading. Covering causing temperature build-up is not accepable. o Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the butt fusion joining method. Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. Care must be exercised to avoid cutting or gouging the pipe. NCRWTP Modifican'ons 024726 15062-8 July 29, 2000 3.03 INSTALLATION - PIPE A. Joining Sections of polyethylene pipe should be joined into continuous lengths on the job site above ground. The joining method shall be the butt fusion method and shall be performed in strict accordance with the pipe manufacturer's recommendations. The butt fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400 °F, alignment and 75 psi interfacial fusion pressure. 3.04 TESTING Butt fusion joining shall be 100% efficient offering a joint weld strength equal to or greater than the tensile strength of the pipe. Socket fusion shall not be used. Extrusion welding or hot gas welding of HDPE shall not be used for pressure pipe applications nor in fabrications where shear or structural strength is important. Flanges, unions, grooved-couplers, transition fittings and some mechanical couplers may be used to mechanically connect HDPE where approved in writing by the Engineer. A. Provide flushing and acceptance testing in accordance with manufacturer's recommendations and Section 15060, Chemical Feed Piping. 2 * * END OF SECTION * * NCR WTP Modifications I5062-9 024726 July 29, 2000 16C 4 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16C 5 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16C 8 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16~ 9 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16gi3 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16~15 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16g 1 AGREEMENT THIS AGREEMENT entered into this a~ day of ~:a~2000, at Naples, Collier County, Florida, by and between the Board of County Commissioners, Collier County, Florida, hereinafter referred to as the COUNTY, and the David Lawrence Mental Health Center, Inc., located at 6075 Golden Gate Parkway, Naples, FL 34116, hereinafter referred to as the CENTER. WITNESSETH WHEREAS, the COUNTY is desirous of helping financially and has deemed it to be in the public interest to do so for David Lawrence Mental Health, Inc.; and WHEREAS, the COUNTY wishes to fund mental health and alcoholism services provided by the CENTER as it is authorized to do so under its government; and WHEREAS, the CENTER has submitted a proposal as a provider of mental health and alcoholism services as contemplated by the approved District Mental Health and Alcoholism Plan; NOW, THEREFO.RE, in consideration of the mutual undertaking and agreements hereinafter set forth, the COUNTY and CENTER agree as follows: I. The CENTER shall: Provide mental health and alcoholism services consistent with the approved District Plan, incorporated herein by reference. Serve as an independent contractor for the transportation of Baker Act patients pursuant to all the requirements of Chapter 394, Florida Statutes and Rule I 0E-5.040,F, Florida Administrative Code. C. Provide detoxification services consistent with the approved District Plan. D. Provide these services in the County of Collier, Florida. E. Posses, maintain and keep current all necessary license(s). Adhere to conditions applicable to administration of mental health funds under Chapter 394, Florida Statutes, and the administrative rules thereto. Maintain financial records and reports relating to funds paid under the contract. 1 160 1 II. Maintain books, records, documents and other evidence and accounting procedures and practices that fully and properly reflect all direct and indirect costs of any nature expended in the performance of this Agreement. I. Maintain adequate fiscal accounting procedures. Allow inspection, review or audit of these fiscal records by County personnel. Collect statistical data of a fiscal and operational nature on a regular basis and to make fiscal statistical reports on a quarterly basis to the Public Services Administrator by the 10t~ of the preceding month. Submit payroll records and activity measures to the COUNTY on a quarterly basis in order that the disbursement of COUNTY funds to reimburse the CENTER for such expenditures shall be in accordance with the pre-auditing and accounting procedures on the part of the Board of County Commissioners as mandated by Sections 129.08 and 129.09, Florida Statutes. Retain all books, records and other documents relative to this Agreement for three (3) years atter final payment. Act as an independent contractor and not as an employee of the County in operating aforementioned services. The CENTER shall be liable for, and shall indemnify, defend, and hold the County, State and Federal Government harmless from and against all claims, suits, judgments, damages, losses and attorney's fees and expenses arising from its operations and provision of the aforementioned services during the course of this agreement. Submit to the COUNTY each year a copy of its annual audit of financial statements. The COUNTY shall: Reimburse the CENTER quarterly, in advance, at least one-fourth (1/4) of the total allocation for "Operations Funds" approved for the CENTER by the Commission as specified in Section III-D of this Agreement, in accordance with the approved Mental Health District. III. The CENTER and COUNTY mutually agree: 2 The term of this agreement is from October 1, 2000 to September 30, 2001. This Agreement may be terminated by either party upon thirty (30) days prior notice in writing to the other party. This Agreement is subject to an item of appropriation contained in the annual County budget. The entire obligation of the COUNTY under this Agreement shall not exceed Nine Hundred Thousand and no/100 Dollars ($900,000.00). The $900,000.00 includes all Operational Funds including transportation of Baker Act participants. This sum shall come from local sources and shall be utilized as part of the matching requirements of Section 394.76(9)(a) and (b), Florida Statutes. There will be no discrimination on the basis of race, color, sex, religious background or national origin in performance of this Agreement in regard to provisions of service or in regards to employment. No modification, amendments or alterations to the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality, and of equal dignity, herewith. The CENTER shall not assign the performance of services called for in the Agreement without the written consent of the COUNTY. All notices, requests, consents and other communications required or permitted under this Agreement shall be in writing addressed to: If to the COUNTY: Collier County Public Services Division Health and Public Services Building 3301 East Tamiami Trail Naples, FL 34112 If to the CENTER: David Lawrence Mental Health Center, Inc. 6075 Golden Gate Parkway Naples, FL 34116 or to such other address as any party may designate by notice complying with the terms herein stated. 3 IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. ATTEST( Dwight E~ 'Brock, Clerk '- Deputy Clerk '- attest as to Chat~.~ slgneture only. ATTEST: BOARD OF~MMISSIONERS COLLI~OUNTY, FLORIDA ;._..¢ .d Timofi~y J~.~ij~ha~ DAVID LAWRENCE MENTAL HEALTH CENTER, INC. (CORPORATE SEAL) Approved as to form and legal sufficiency County Attorney 4 16D 2 MEMORANDUM Date: To: From: Re: September 27, 2000 Kathy McLarty-Carpenter, Executive Secretary Public Services Division Ellie Hoffman, Deputy Clerk Minutes & Records Department Contract Between Collier County and the State of Florida Department of Health For Operation of the Collier County Health Department Contract Year 2000- 2001 Enclosed please find three original documents as referenced above, Agenda Item $16D2, as approved by the Board of County Commissioners on September 26, 2000. Kindly forward the contracts to the State for the required signature, and return one fully executed original to Minutes and Records. If you should have any questions, please call me at 774-8406. Thank you. Enclosures 16D CONTRACT BETWEEN COLLIER COUNTY BOARD OF COUNTY CO~9~ISSIONERS AND STATE OF FLORIDA DEPARTMENT OF HEALTH FOR OPERATION OF THE COLLIER COUNTY HEALTH DEPARTMENT CONTRACT YEAR 2000-2001 2 This agreement ("Agreement") is made and entered into between the State of Florida, Department of Health ("State") and the COLLIER County Board of County Commissioners ("County'), through their undersigned authorities, effective October 1, 2000. RECITALS A. Pursuant to Chapter 154, F.S., the intent of the legislature is to "promote, protect, maintain, and improve the health and safety of all citizens and visitors of this state through a system of coordinated county health department services." B. County Health Departments were created throughout Florida to satisfy this legislative intent through "promotion of the public's health, the control and eradication of preventable diseases, and the provision of primary health care for special populations." C. COLLIER County Health Department ("CHD") is one of the County Health Departments created throughout Florida. It is necessary for the parties hereto to enter into this Agreement in order to assure coordination between the State and the County in the operation of the CHD. NOW THEREFORE, in consideration of the mutual promises set forth herein, the sufficiency of which are hereby acknowledged, the parties hereto agree as follows: 1. RECITALS. The parties mutually agree that the forgoing recitals are true and correct and incorporated herein by reference. 2. TERM. The parties mutually agree that this Agreement shall be effective from October 1, 2000, through September 30, 2001, or until a written agreement replacing this Agreement is entered into between the parties, whichever is later, unless this Agreement is otherwise terminated pursuant to the termination provisions set forth in paragraph 8, below. 3. SERVICES MAINTAINED BY THE CHD. The parties mutually agree that the CHD shall provide those services as set forth on Part III of Attachment II hereof, in order to maintain the following three levels 16D 2 of service pursuant to Section 154.01(2), Florida Statutes, as defined below: a. "Environmental health services" are those services which are organized and operated to protect the health of the general public by monitoring and regulating activities in the environment which may contribute to the occurrence or transmission of disease. Environmental health services shall be supported by available federal, state and local funds and shall include those services mandated on a state or federal level. Examples of environmental health services include, but are not limited to, food hygiene, safe drinking water supply, sewage and solid waste disposal, swimming pools, group care facilities, migrant labor camps, toxic material control, radiological health, occupational health. b. "Communicable disease control services" are those services which protect the health of the general public through the detection, control, and eradication of diseases which are transmitted primarily by human beings. Communicable disease services shall be supported by available federal, state, and local funds and shall include those services mandated on a state or federal level. Such services include, but are not limited to, epidemiology, sexually transmissible disease detection and control, HIV/AIDS, immunization, tuberculosis control and maintenance of vital statistics. c. "Primary care services" are acute care and preventive services that are made available to well and sick persons who are unable to obtain such services due to lack of income or other barriers beyond their control. These services are provided to benefit individuals, improve the collective health of the public, and prevent and control the spread of disease. Primary health care services are provided at home, in group settings, or in clinics. These services shall be supported by available federal, state, and local funds and shall include services mandated on a state or federal level. Examples of primary health care services include, but are not limited to: first contact acute care services; chronic disease detection and treatment; maternal and child health services; family planning; nutrition; school health; supplemental food assistance for women, infants, and children; home health; and dental services. 4. FUNDING. The parties further agree that funding for the CHD will be handled as follows: a. The funding to be provided by the parties and any other sources are set forth in Part II of Attachment II hereof. This funding will be used as shown in Part I of Attachment II. The State's appropriated responsibility (direct contribution excluding any state authorized fees or "OTHER" state revenues) as provided in Attachment II, 2 2 Part II is an amount not to exceed $4,391,990.00. The State ' s obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. ii. The County's appropriated responsibility (direct contribution excluding any fees or "OTHER" local revenues) as provided in Attachment II, Part II is an amount not to exceed $ 654,500.00. b. Overall expenditures will not exceed available funding (either current year or from surplus trust funds) in any service category. Unless requested otherwise, any surplus at the end of the term of this Agreement in the County Health Department Trust Fund that is attributed to the CHD shall be carried forward to the next contract period. c. Either party may establish service fees as allowed by law to fund activities of the CHD. These fees are listed in Attachment II Part II. Where applicable, such fees shall be automatically adjusted to at least the Medicaid fee schedule. d. Either party may increase or decrease funding of this Agreement during the term hereof by notifying the other party in writing of the amount and purpose for the change in funding. If the State initiates the increase/decrease, the CHD will revise the Attachment II and send a copy of the revised pages to the County and the Department of Health, Bureau of Budget Management. If the County initiates the increase/decrease, the County shall notify the CHD. The CHD will then revise the Attachment II and send a copy of the revised pages to the Department of Health, Bureau of Budget Management. e. The name and address of the official payee to whom payments shall be made is: County Health Department Trust Fund Collier County 3301 E. Tamiami Trail Naples, FL 34112 5. CHD DIRECTOR/ADMINISTRATOR. Both parties agree the director/administrator of the CHD shall be a State employee or under contract with the State and will be under the day-to-day direction of the Deputy State Health Officer. The director/administrator shall be selected by the State with the concurrence of the County. The director/administrator of the CHD shall insure that noncategorical sources of funding are used to fulfill public health priorities in the community and the Long Range Program Plan. A report detailing the status of public health as measured by outcome measures and similar 3 16D 2 indicators will be sent by the CHD director/administrator to the parties no later than October 1 of each year. 6. ADMINISTRATIVE POLICIES AND PROCEDURES. The parties hereto agree that the following standards should apply in the operation of the CHD: a. The CHD and its personnel shall follow all State policies and procedures, except to the extent permitted for the use of county purchasing procedures as set forth in subparagraph b., below. All CHD employees shall be State or State-contract personnel subject to State personnel rules and procedures. Employees will report time in the Client Information System/Health Management Component compatible format by program component as specified by the State. b. The CHD shall comply with all applicable provisions of federal and state laws and regulations relating to its operation with the exception that the use of county purchasing procedures shall be allowed when it will result in a better price or service and no statewide Department of Health purchasing contract has been implemented for those goods or services. In such cases, the CHD director/administrator must sign a justification therefore, and all county purchasing procedures must be followed in their entirety, and such compliance shall be documented. Such justification and compliance documentation shall be maintained by the CHD in accordance with the terms of this Agreement. State procedures must be followed for all leases on facilities not enumerated in Attachment VI. c. The CHD shall maintain books, records and documents in accordance with those promulgated by the Generally Accepted Accounting Principles (GAAP) and Governmental Accounting Standards Board (GASB), and the requirements of federal or state law. These records shall be maintained as required by the Department of Health Policies and Procedures for Records Management and shall be open for inspection at any time by the parties and the public, except for those records that are not otherwise subject to disclosure as provided by law which are subject to the confidentiality provisions of paragraph 6.i., below. Books, records and documents must be adequate to allow the CHD to comply with the following reporting requirements: i. The revenue and expenditure requirements in the Florida Accounting System Information Resource (FLAIR). ii. The client registration and services reporting requirements of the minimum data set as specified in the most current version of the Client Information System/Health Management Component Pamphlet; iii. Financial procedures specified Health's Accounting Procedures Manuals, and Comptroller's memoranda; in the Department of Accounting memoranda, 4 2 iv. The CHD is responsible for assuring that all contracts with service providers include provisions that all subcontracted services be reported to the CHD in a manner consistent with the client registration and service reporting requirements of the minimum data set as specified in the Client Information System/Health Management Component Pamphlet. d. All funds for the CHD shall be deposited in the County Health Department Trust Fund maintained by the state treasurer. These funds shall be accounted for separately from funds deposited for other CHDs and shall be used only for public health purposes in Collier County. e. That any surplus/deficit funds, including fees or accrued interest, remaining in the County Health Department Trust Fund account at the end of the contract year shall be credited/debited to the state or county, as appropriate, based on the funds contributed by each and the expenditures incurred by each. Expenditures will be charged to the program accounts by state and county based on the ratio of planned expenditures in the core contract, and then funding from all sources is credited to the program accounts by state and county. The equity share of any surplus/deficit funds accruing to the state and county is determined each month and at contract year end. Surplus funds may be applied toward the funding requirements of each participating governmental entity in the following year. However, in each such case, all surplus funds, including fees and accrued interest, shall remain in the trust fund and shall be accounted for in a manner which clearly iljustrates the amount which has been credited to each participating governmental entity. The planned use of surplus funds shall be reflected in Attachment II, Part I of this contract, with special capital projects explained in Attachment V. f. There shall be no transfer of funds between the three levels of services without a contract amendment duly signed by both parties to this contract and the proper budget amendments unless the CHD director/administrator determines that an emergency exists wherein a time delay would endanger the public's health and the Deputy State Health Officer has approved the transfer. The Deputy State Health Officer shall forward written evidence of this approval to the CHD within 30 days after an emergency transfer. g. The CHD may execute subcontracts for services necessary to enable the CHD to carry out the programs specified in this Agreement. Any such subcontract shall include all aforementioned audit and recordkeeping requirements. h. At the request of either party, an audit may be conducted by an independent CPA on the financial records of the CHD and the results made available to the parties within 180 days after the close of the 5 16D 2 CHD fiscal year. This audit will follow requirements contained in OMB Circular A-133 and may be in conjunction with audits performed by county government. If audit exceptions are found, then the director/administrator of the CHD will prepare a corrective action plan and a copy of that plan and monthly status reports will be furnished to the contract managers for the parties. i. The CHD shall not use or disclose any information concerning a recipient of services except as allowed by federal or state law or policy. j. The CHD shall retain all client records, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertinent to this Agreement for a period of five (5) years after termination of this Agreement. If an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. k. The CHD shall maintain confidentiality of all data, files, and records that are confidential under the law or are otherwise excepted from disclosure as a public record under Florida law. The CHD shall implement procedures to ensure the protection and confidentiality of all such records and shall comply with sections 384.29, 381.004, 392.65 and 455.667, Florida Statutes, and all other state and federal laws regarding confidentiality. All confidentiality procedures implemented by the CHD shall be consistent with the Department of Health Information Security Policies, Protocols, and Procedures, dated September 1997, as amended, the terms of which are incorporated herein by reference. The CHD shall further adhere to any amendments to the State's security requirements and shall comply with any applicable professional standards of practice with respect to client confidentiality. 1. The CHD shall abide by all State policies and procedures, which by this reference are incorporated herein as standards to be followed by the CHD, except as otherwise permitted for some purchases using county procedures pursuant to paragraph 6.b. hereof. m. The CHD shall establish a system through which applicants for services and current clients may present grievances over denial, modification or termination of services. The CHD will advise applicants of the right to appeal a denial or exclusion from services, of failure to take account of a client's choice of service, and of his/her right to a fair hearing to the final governing authority of the agency. Specific references to existing laws, rules or program manuals are included in Attachment I of this Agreement. 6 16D 2 n. The CHD shall comply with the provisions contained in the Civil Rights Certificate, hereby incorporated into this contract as Attachment III. o. The CHD shall submit quarterly reports to the county that shall include at least the following: i. The DE385L1 Contract Management Variance Report and the DE580L1 Analysis of Fund Equities Report; ii. A written explanation to the county of service variances reflected in the DE385L1 report if the variance exceeds or falls below 25 percent of the planned expenditure amount. However, if the cumulative amount of the variance between actual and planned expenditures does not exceed one percent of the cumulative expenditures for the level of service in which the type of service is included, a variance explanation is not required. A copy of the written explanation shall be sent to the Department of Health, Bureau of Budget Management. p. The dates for the submission of quarterly reports to the county shall be as follows unless the generation and distribution of reports is delayed due to circumstances beyond the CHD's control: i. March 1, 2001 for the report October 1,2000 through December 31, 2000; period ii. June 1, 2001 for the report October 1, 2000 through March 31, 2001; period iii. September t, 2001 for the report October 1, 2000 through June 30, 2001; and period iv. December 1, 2001 for the report October 1, 2000 through September 30, 2001. period 7. FACILITIES AND EQUIPMENT. The parties mutually agree that: a. CHD facilities shall be provided as specified in Attachment IV to this contract and the county shall own the facilities used by the CHD unless otherwise provided in Attachment IV. b. The county shall assure adequate fire and casualty insurance coverage for County-owned CHD offices and buildings and for all furnishings and equipment in CHD offices through either a self- insurance program or insurance purchased by the County. c. All vehicles will be transferred to the ownership of the County and registered as county vehicles. The county shall assure insurance 7 16/] coverage for these vehicles is available through either a self- insurance program or insurance purchased by the County. All vehicles will be used solely for CHD operations. Vehicles purchased through the County Health Department trust fund shall be sold at fair market value when they are no longer needed by the CHD and the proceeds returned to the County Health Department trust fund. 8. TERMINATION. a. Termination at Will. This Agreement may be terminated by either party without cause upon no less than one-hundred eighty (180) calendar days notice in writing to the other party unless a lesser time is mutually agreed upon in writing by both parties. Said notice shall be delivered by certified mail, return receipt requested, or in person to the other party's contract manager with proof of delivery. b. Termination Because of Lack of Funds. In the event funds to finance this Agreement become unavailable, either party may terminate this Agreement upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person to the other party's contract manager with proof of delivery. c. Termination for Breach. This Agreement may be terminated by one party, upon no less than thirty (30) days notice, because of the other party's failure to perform an obligation hereunder. Said notice shall be delivered by certified mail, return receipt requested, or in person to the other party's contract manager with proof of delivery. Waiver of breach of any provisions of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 160 2 MISCELLANEOUS. The parties further agree: a. Availability of Funds. If this Agreement, any renewal hereof, or any term, performance or payment hereunder, extends beyond the fiscal year beginning July 1, 2001, it is agreed that the performance and payment under this Agreement are contingent upon an annual appropriation by the Legislature, in accordance with section 287.0582, Florida Statutes. b. Modification. This Agreement and its Attachments contain all of the terms and conditions agreed upon between the parties. Modifications of this Agreement shall be enforceable only when reduced to writing and signed by all parties. c. Contract Manaqers. The name and address of the contract managers for the parties under this Agreement are as follows: For the State: For the County: Joan M. Colfer, M.D., M.P.H. Name Director, Collier County Health Department Title 3301 E. Tamiami Trail, Bldg. H Naples, Florida 34112 Address (941) 774-8206 Telephone Leo Ochs Name Administrator, Public Services Title 3301 E. Tamiami Trail, Bldg. H __ Naples, Florida 34112 Address {941) 774-8468 Telephone If different contract managers are designated after execution of this Agreement, the name, address and telephone number of the new representative shall be furnished in writing to the other parties and attached to originals of this Agreement. d. Captions. The captions and headings contained in this Agreement are for the convenience of the parties only and do not in any way modify, amplify, or give additional notice of the provisions hereof. 9 16D 2 IN WITNESS THEREOF the parties hereto have caused this 6.~4page agreement to be executed by their undersigned officials as duly authorized effective the Is~ day of October, 2000. BOARD OF CO~NERS FOR Collier CQUNTY,,,FLO.RIDA ~ ~ ~ r Tireorb v~. (~oos(a~ln~hairm~a/ STATE OF FLORIDA DEPARTMENT OF HEALTH SIGNED BY: (Department Authority) ~,~NAME: Robert G. Brooks M.D. __ TITLE: Secretary Director/Administrator NAME: Joan C~olfer, M.D., M.P.H. Ramiro Manalieh Chi~ Court: Attorney DA :~ TITLE: Director, Collier County Health Department cc: David Weigel, County Attorney l0 160 PROGRAM SPECIFIC REPORTING REQUIREMENTS AND PROGRAMS REQUIRING COMPLIANCE WITH THE PROVISIONS OF SPECIFIC MANUALS Some health services must comply with specific program and reporting requirements in addition to the CIS/HMC minimum data set and the SA~S 2.2 requirements because of federal or state law, regulation or rule. If a county health department is funded to provide one of these services, it must comply with the special reporting requirements for that service. The services and the reporting requirements are listed below: Service Sexually Transmitted Disease Program Dental Health Special Supplemental Nutrition Program for Women, Infants and Children. R~equirement Requirements as specified in FAC 64D-3 and F.S.384 and the CHD Guidebook Internal Operating Policy STD 6 and 7. Monthly reporting on DH Form 1008'. Service documentation and monthly financial reports as specified in DHM 150-24' and all federal, state and county requirements detailed in program manuals and published procedures. Healthy Start/ Improved Pregnancy Outcome Family Planning Immunization Requirements as specified in the Healthy Start Standards and Guidelines 1998 and as specified by The Healthy Start Coalitions in contract with each county health department. Periodic financial and programmatic reports as specified by the program office and in the CRD Guidebook, Internal Operating Policy F~MPLAN 14' Periodic reports as specified by the department regarding the surveillance/ investigation of reportable vaccine preventable diseases, vaccine usage accountability, the assessment of various immunization levels and forms reporting adverse events following immunization and Immunization Module quarterly quality audits and duplicate data reports. CHD Program Requirements as specified in HRSM 150-3* and HRSM 50-9*. Chronic Disease Program Requirements as specified in the Co~munity Intervention Program (CIP) and the CHD Guidebook. Environmental Health Requirements as specified in DHP 50-4* and 50-21~. 11 ATTACHMENT I (Continued) 16D 2 10. HIV/AIDS Program Requirements as specified in Florida Statue 384.25 and 64D-3.016 and 3.017 F.A.C. and the CHD Guidebook. Case reporting on CDC Forms 50.42B (Adult/ Adolescent) and 50.42A (Pediatric). Socio-demographic data on persons tested for HIV in CHD clinics should be reported on Lab Request Form 1628 or Post-Test Counseling Form 1633. These reports are to be sent to the Headquarters HIV/AIDS office within 5 days of the initial post- test counseling appointment or within 90 days of the missed post-test counseling appointment. 11. School Health Services HRSM 150-25', including the requirement for an annual plan as a condition for funding. *or the subsequent replacement if adopted during the contract period. atchl-OO-Ol-prg-requir.doc 12 16D 2 ATTACHMENT II PLANNED FUNDING AND EXPENDITURES PART I PART II PART III Health Department Trust Fund Use (pg. 14 ) Sources of Contribution to County Health Department (pgs. 15-20) Planned Staffing, Clients, Services and Expenditures by Program Services Area Within Each Level of Service (pgs. 21, 22) Funding portions follow 13 attchIIO0~O 1 smy.doc o~ 0o nO o o 16D ATTACHMENT II COLLIER COUNTY HEALTH DEPARTMENT Part IL Sources of Contributions to County Health Department 160 STATE 1. GENERAL REVENUE 015050 ALG/Contributions To CHD (050329) 015011 ALG/Cont to CHD Primary Care (050329) 015065 ALG/Cont to CHD AIDS Prey & Surv & Field Staff (050329) 015050 ALG/Cont to CHD Mig Lbr Camp San (050329) 015050 ALG/Cont State Salary Increase 015050 ALG/Cont to CHD-Sovereign Immunity (050329) 015050 ALG/Cont to CHDs Pinelias Indigent Dentl Clinic-UF (050329) 015050 ALO/Cont to CHDs-Dental Program (Cat. 050329) 015050 ALG/Cont to CHDs Immun Outreach Teams (050329) 015050 ALG/Cont to CHDs Corem TB Program (050329) 015050 ALG/Cont to CHDs Indoor Air Assist (050329) 015050 ALG/Cesspool Identification and Elimination (Cat. 050329) 015048 ALG/Cont to CHD STD Program (050329) 015037 ALG/Cont to CMDs Mtml & Chid Filth Field Staff Cost (050329) 015050 Epidemiology Trning & Clinical Supp-Wakulla (CAT. 050329) 015123 ALG/Eamily Planning (050001 ) 015123 ALG/Family Planning Planned Parenthood NE FL (CAT. 050001) 015123 ALG/Family Planning (CAT. 050001) - Alachua Colposcopy 015065 ALG/Cont to CHD AIDS Pat Care (050026) 015115 ALG/SchooI Health Svcs (051106) 015140 ALG/School Health Supplemental (051106) 015124 ALG/lPO-Healthy S tarfflPO (050707) 015124 ALG/IPO-lnfant Mortality Project (CAT. 050707) 015124 ALO/IPO - Outreach Social Workers (CAT. 050707) 015137 ALG/IPO Healthy Start Resource Moms& Dads (050707) 015137 ALG/Community Health Initiatives (052250) 015137 ALO/IPO-Healthy Start-Data Collect. Prj Staff(CAT. 050707) 015124 ALG/MCH-Healthy StartYlPO (050870) 015124 ALG/IPO Outreach Social Workers (CAT 050870) 015124 ALO/fvlCH-lnfant Mortality Project (CAT. 050870) 015123 Planned Parent Flood - Collier and Sarasota (CAT. 050329) 015012 G/A Epilepsy Services (050082) 015011 ALO/Primary Care (050331 ) 015050 CATE-Environmental Community-Escambia (052250) 015050 New Horizons/Health Prevention-Dade (052250) 015050 Interdiscip. Mngd Care Initiative-Flagler & Volusia (052250) 015050 Isabel Collier Read Prentl Care Clinic-Collier & Lee(052250) 015050 Primary Care Outrch Prgm-Sun coast Fiosp-Pinellas (052250) 015050 Dunbar Health Center-Lee (052250) 015050 Roosevelt Sands Comm. Healthcare Ctr.-Monroe (052250) 015050 Medivan Project/Elderly lnterest-Broward (052250) 015050 Healthy Beaches Monitoring GENERAL REVENUE TOTAL 2. NON GENERALREVENUE 015010 ALG/Contr. to CHDs-Rebasing (050329) Tobacco TF 015072 ALG/Cont to CHD Safe Drinking Water-DEP (050329) Adm TF 015026 ALG/Cont to CHD Bio-Medical Waste/DEP (050329)/Adm TF 015170 Tobacco Coordination ( 106014) Tobacco TF 015172 Full Service Schools - Tobacco (102258) Tobacco TF 015174 Basic School Health - Tobacco (051106) Tobacco TF 015016 G/A Epilepsy Prey and Educ (050083)/Epilepsy TF 015084 Varicella Immunization Requirement (050329) Tobacco TF 015010 SUPER Act Program (050329) Adm TF 015020 Food and Waterborne Dise~e Program (050329) Adm TF 1,361,900 27,36l 100,075 51,754 0 0 0 0 14,929 43,125 0 0 0 0 0 45,250 0 0 93,263 49,907 0 0 0 0 0 0 0 0 0 0 61,283 0 354,068 0 0 0 300,000 0 0 0 0 0 2,502,915 33,298 0 0 62,161 133,757 86,773 0 7,476 0 0 0 0 0 0 0 0 0 0 0 0 {.5 1,361,900 27,36I 100,075 51.754 0 0 0 0 14,929 43,125 0 0 0 0 0 45,250 0 0 93,263 49,907 0 0 0 0 0 0 0 0 0 0 61,283 0 354.068 0 0 0 300,000 0 0 0 0 0 2,502,915 33,298 0 0 62,161 133,757 86,773 0 7,476 0 0 ATTACHMENT II COLLIER COUNTY HEALTH DEPARTMENT Part II. Sources of Contributions to County Health Department 160 2 STATE 2. NON GENERAL REVENUE 015010 Pasco CHD Dental Program (050329) Tobacco TF 0150I 0 Enhanced Dental Services (050329) Tobacco TF 015010 Flu Hepatitis & Liver Fail. Prey & CnrI(050329)Tobacco TF 010304 Stationary Pollutant Storage-DEP 015121 Super Act Reimbursements 015113 SPL Prgm Reimb of CHD NON GENERAL REVENUE TOTAL 3. FEDERALFUNDS 015075 KidCare Outreach Program 015075 KidCare Outreach Refugee/Entrant 007065 FG TF/AIDS Prevention 007066 FG TF/Ryan White 007066 FG TFfRyan White 007066 FG TF/Ryan White- AIDS Drug Assist Prog.-Admin. 007062 FG TF/AIDS Epidemiological Research Study 007049 FG TF/ALG/Conts to CHDs-STD Prg-lnfertility Prg 007049 FG TF/ALG/Contr to CHDs~STD Prg-Syphilis Elimination 007049 FG TF/ALG/Contr to CHDs~STD Program 007067 Tuberculosis Control - Federal Grant 007084 Immunization Special Project 007084 FG TF/ALG/Contr to CHDs-lmmunization Action Plan 007085 Breast and Cervical Cancer-Client Services 007085 Breast and Cervical Cancer-AdmiWCase Management 007084 FG TF/ALG/Contr to CHDs-Proj¢ct Field Staff 007084 Immunization Action Plan-WIC Immunization Linkage 007133 ALG/Family Planning Title X-Sterilzations 007127 ALG/MCH-MCH BIk Grt.-Child Health 007134 ALG/MCH-MCH BIk Gn Outreach Soc Wrkrs 007134 ALG/MCH-MCH Blk Gr,-Outreach Soc Wrkrs 007134 ALG/MCH-MCH Blk Grt.-lPO Infant Mort. Proj. 007132 ALG/MCH-MCH BIk Grt.-Dental Projects 007134 ALG/IPO/MCH-In fant Mortality Project 007134 ALG/IPO-MCH BIk. GrtMPO-Gadsden Sch Clinic 007127 ALG/MCH-MCH Blk Grt-Child Health Ages 0-I Yr. 007 I34 ALG/MCH Blk Grt-Healthy Start/1PO 007134 ALG/IPO-MCH Blk Grt- Healthy Star'dlPO 007063 Prev Hlth Blk GrffHERR-Chronic Disease Init. 007133 ALG/Grants & Aids-Faro Ping Svcs-Title X 007133 ALG/Eam Pthg-Title X-Duval The Bridge 0 15075 ALG/Fam Ping - Pregnancy Prev-TANF 007133 ALG/Grants & Aids-Faro Pthg-Special Contracts-Title X 007030 Migrant Labor Sanitation 007056 FG TF Health Program for Refilg. (180000} 007068 FGTF/Eederal Grants-AIDS Inmate Intervention 007069 Minority Involvement in HIV/AIDS Program 007064 FGFFF AIDS Seroprevalence 007064 FGFFF AIDS Surv/Serop 007051 WIC Infrastructure Grant 2000-200 I 007051 FG TF WIC Admin Transfer (050329) 007135 TANF Abstinence Education 007135 Abstinence Education Program Fed Grants TF 015075 G/A Epilepsy Services-TANF 007049 ALG/Contr to CHD-STD-Medical & Lab Svc Ting Ctr 015075 Full Service Schools-TANF 0 0 0 0 0 0 231,012 0 231,012 0 0 0 0 0 0 0 0 0 554,477 0 554,477 40,407 0 40,407 0 0 0 130,773 0 130,773 0 0 0 0 0 0 27,951 0 27,951 0 0 0 5,626 0 5,626 0 0 0 1,800 0 1,800 136,426 0 136,426 7,219 0 7,219 13,315 0 13.315 0 0 0 0 0 0 0 0 0 0 0 0 16,909 0 16,909 11,251 0 11,251 0 0 0 0 0 0 0 0 0 0 0 0 ' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 130,000 0 130,000 29.162 0 29,162 0 0 0 7,054 0 7,054 0 0 0 26,238 0 26,238 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 737,091 0 737,091 0 0 0 0 0 0 0 0 0 0 0 0 13,376 0 13,376 16 ATTACHMENT II COLLIER COUNTY HEALTH DEPARTMENT Part II. Sources of Contributions to County Health Department 16D STATE 3. FEDERAL FUNDS 015075 ALG/Schoo[ Health-S upplement-TANF 007058 FGfrF Diabetes Control 007044 Prey HIth Blk GrffRapc Awareness FEDERAL FUNDS TOTAL 4. FEES ASSESSED BY STATE OR FEDERAL RULES 001091 Communicable Disease Fees 001092 Environmental Health Fees 001113 Mobile Home and Parks 001132 Food Hygiene Permit 001092 OSDS Repair Permit 001092 OSDS Permit Fee 001211 Safe Drinking Water 00I 136 I & M Zoned Operating permit 001092 Aerobic Operating Permit 001092 Septic Tank Site Evaluation 001139 Migrant Housing Permit 001140 Biohazard Waste permit 001166 Non-SDWA System Permit 001142 Non SDWA Lab Sample 001144 Tanning Facilities 001145 Swimming Pools 001166 Public Water Constr Permit 001165 Private Water Constr permit 001166 Public Water Annual Oper Permit 001170 Lab Fee Chemical Analysis 001026 Returned Check Set Fees 010403 Fees-Copy of Public Doc 015055 Registar Fees (Ch, 382.34) 00I 135 OSDS Variance Fee 015052 Transfers-Mobile Home/RV Park 001149 Body Piercing FEES ASSESSED BY STATE OR FEDERAL RULES TOTAL 5. OTHER CASH CONTRIBUTIONS 090001 Draw down from Public Health Unit OTHER CASH CONTRIBUTIONS TOTAL 6. MEDICAID 001056 CHD Incre:Medicaid-Pharmacy 001080 CHD Incm:Medlcaid-Other 001081 CHD Incm:Medicaid-EPSDT 001082 CHD Incm:Medicaid-Dental 0010g3 CHD Inem:Medicaid-FP 001084 CHD Incre:Medicaid-Physician 001085 CHD lncm:Medicaid-Nursing 001086 CHD Incre:Co-Insurance 001087 CHD Incm:Medicald-STD 001088 CHD Incm:Med Reimb AZT Disp Fee 001089 Medicaid AIDS 001147 Medicaid HlvlO Rate 001148 Medicaid-HMO Admin 001181 CHD Incre:Medicaid Transportation 001190 Health Maintenance Organ. (HMO) 0 0 0 1,334,598 9,000 182,339 18,411 23,090 15,525 68,750 0 0 2,346 19,400 8,250 0 0 3,400 3,015 87,332 0 0 6,620 0 0 125 0 300 0 0 447,903 93,279 93,279 433,326 0 0 100,674 0 60,150 0 0 0 0 42,524 0 0 0 0 o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o 1,334,598 9,000 182,339 23,090 15,525 68,750 o o 2,346 19,4oo 8,250 o o 3,400 87,332 o o 6,620 o o 125 o 300 o o 447,903 93,279 93,279 433,326 o o 1oo,674 o 6o,15o o o o o 42,524 o o o o 17 ATTACHMENT II COLLIER COUNTY HEALTH DEPARTMENT Part II. Sources of Contributions to County Health Department STATE 6. MEDICAID 001191 CHD lncm:Medicaid Maternity 001192 CHD lncm:Medicaid Comp. Child 001193 CHD lncm:Medicaid Comp. Adult 001194 CHD Incre:Medicaid Sonagram 001208 Medipass $3.00 Adm. Fee MEDICAID TOTAL 7. ALLOCABLE REVENUE 011007 Cash Donations Private 001029 Third Party Reimbursement 010301 Exp Witness Fee Consultnt Charges 005040 Interest Emed State Investment 005041 Interest Emed Local Investment 007010 U.S. Grants Direct to CHD 008094 Grnts/Contracts other Agencies Direct 011098 Donation School Based Clinic 011099 Other Grants,Donations Direct 012020 Fines and Forfeitures 018001 Refunds, Salary 018003 Refunds, other Personal Services 018004 Refunds, Expenses 018006 Refunds, Operating Capital Outlay 018010 Refunds, Special Category 018011 Refunds, Other 018099 Refunds, Certified Forward 037000 Prior Year Warrant 038000 12 Month Old Warrant 010300 Sale of Goods and Services 010402 Recycle Paper Sales 010403 Fees-Copies of Documents 010405 Sale of pharmaceuticals 011055 Other Grant DOE 012021 Return Check Charge 018005 Refunds Grants to Local Gov't 029010 Sale of Fixed Assets ALLOCABLE REVENUE TOTAL 8. OTHER STATE CONTRIBUTIONS NOT IN CHD TRUST FUND State Pharmacy Services State Laboratory Services State TB Services State Immunization Services State STD Services State Construction/Renovation WIC Food Other (specify) Other (specify) Other (specify) Other (specify) OTHER STATE CONTRIBUTIONS NOT IN CHD TRUST FUND TOTAL TOTAL STATE CONTRIBUTIONS o o o o 1,o0o 637,674 o 371,428 o 33,600 6,400 o 333,775 o 300,857 2,430 o o o o o o o o o o o o 25,550 o o o o 1,074,o4o o o o o o o o o o o o o 6,644,886 126,035 227,017 0 205,587 0 0 2,051,363 0 0 0 0 2,610,002 2,610,002 18 o o o o 637,674 o 371,428 o 33,600 6,400 o 333,775 o 300,857 2,430 o o o o o o o o o o o o 25,550 o o o o 1,o74,o4o 126,035 227,017 0 205,587 0 0 2,051,363 0 0 0 0 2,610,002 9,254,888 ATTACHMENT II COLLIER COUNTY HEALTH DEPARTMENT Part I1. Sources of Contributions to County Health Department COUNTY 1. BOARD OF COUNTY COMMISSIONERS ANNUAL APPROPRIATIONS: 008030 Grants-County T~x Direct 654,500 008034 Grants Cnty Commsn Other 0 BOARD OF COUNTY COMMISSIONERS ANNUAL APPROPRIATIONS TOTAL: 654,500 2. FEES AUTHORIZED BY COUNTY ORDINANCE OR RESOLUTION: 001077 Primary Care Fees 27,175 0 · 001093 Communicable Disease Fees 66,093 0 001094 Environmental Health Fees 236,600 0 001114 New Birth Certificates 27,200 0 001115 Death Certificates 169,900 0 001116 Computer Access Fee 2,400 0 001060 Vital Statistics Fees Other 10,268 0 001004 Child Car Seat Prog 0 0 001074 Adult Enter. Permit Fees 0 0 001195 Primary Care Transfer Fees 0 0 001117 Vital Stats-Adm. Fee 50 cents 2,000 0 001196 Water Analysis-Potable 0 0 FEES AUTHORIZED BY COUNTY ORDINANCE OR RESOLUTION TOTAL 541,636 0 3. OTHER CASH AND LOCAL CONTRIBUTIONS 090002 Draw down from Public Health Unit 0 0 001090 Medicare 56,467 0 008050 Grants-CnW Sch Board Direct 0 0 008010 Grants Contracts Frm Cities Direct 0 0 008033 County Contributions For Facilities 0 0 008090 Grants other Local Govfft Direct 0 0 008095 Grants Cnty Sect 403.102 Air Pol 0 0 008099 Reimb/Rebate Local Govn't 0 0 008031 County AIDS Education 0 0 OTHER CASH AND LOCAL CONTRIBUTIONS TOTAL 56,467 0 4. ALLOCABLE REVENUE 654,500 0 654,500 27,175 66,093 236,600 27,200 169,900 2,400 10,268 0 0 0 2,000 0 541,636 0 56,467 0 0 0 0 0 0 0 56,467 011007 C~h Donations Private 0 0 0 001029 Third party Reimbursement 7,179 0 7,179 010301 Exp Witness Fee Consultnt Charges 0 0 0 005040 Interest Emed State Investment 0 0 0 005041 Interest Emed Local fuvestment 0 0 0 007010 U.S. Grants Direct to CHD 0 0 0 008094 Grnts/Contracts other Agencies Direct 78,293 0 78,293 011098 Donation School Based Clinic 0 0 0 011099 Other Grants/Donations Direct 70,57I 0 70,571 012020 Fines and Forfeitures 570 0 570 018001 Refunds, Salary 0 0 0 018003 Refunds, other Personal Services 0 0 0 018004 Refunds, Expenses 0 0 O 018006 Refunds, Operating Capital Outlay 0 0 0 018010 Refunds, Special Category 0 0 0 018011 Refunds, Other 0 0 0 018099 Refunds, Certified Forward 0 0 0 037000 Prior year Warrant 0 0 0 038000 12 Month Old Warrant 0 0 0 010300 Sale of Goods and Services 0 0 0 010402 Recycle Paper Sales 0 0 0 010403 Fees-Copies of Documents 0 0 0 19 ATTACHMENT II COLLIER COUNTY HEALTH DEPARTMENT Part If. Sources of Contributions to County Health Department 16D 2 COUNTY 4. ALLOCABLE REVENUE 010405 Sale&pharmaceuticals 4,855 011055 Other Grant DOE 0 012021 Return Check Charge 0 018005 Refunds Grants to Local Gov't 0 029010 Sale of Fixed Assets 0 COUNTY ALLOCABLE REVENUE TOTAL 161,468 5. BUILDINGS: Annual Rental Equivalent Value 0 Maintenance 0 Other (specify) 0 Other (specify) 0 Other (specify) 0 Other (specify) 0 Other (specify) 0 BUILDINGS TOTAL 0 6. OTHER COUNTY CONTRIBUTIONS NOT IN CHD TRUST FUND Facility Operating Expense 0 Rental Equivalent for Facility Use 0 Facility Janitorial Services 0 Other County Contribution (specify) 0 Other County Contribution (specify) 0 OTHER COUNTY CONTRIBUTIONS NOT IN CHD TRUST FUND TOTAL 0 TOTAL COUNTY CONTRIBUTIONS 1,414,071 GRAND TOTAL CHD PROGRAM 8,058,957 250,600 496,455 66,414 0 0 813,469 813,469 3,423,471 4,855 0 0 0 0 161,468 250,600 496,455 66,414 0 0 813,469 2,227,540 11,482,428 20 COLLIER COUNTY HEALTH DEPARTMENT Part Ill. Planned Staffing, Clients, Services, And Expenditures By Program Service Area Within Each Level Of Service October 1, 2000 to September 30, 2001 A. COMMUNICABLE DISEASE CONTROL: Immunization (101) 10.46 0 33,000 224,723 74,908 60,862 107,679 312,637 155,535 468,172 STD (102) 6.04 800 8,800 70,692 70,692 70,692 70,691 51,824 230,943 282,767 A.1.D.S. (103) 15.52 900 5,000 190,699 190,699 190,699 190,700 34,692 728,105 762,797 TB Control Services (104) 12.34 3,200 14,800 163,187 163,187 163,187 163,185 78,025 574,721 652,746 Comm. Disease Surv. (106) 6.42 0 3,500 142,145 142,145 142,145 142,145 279,454 289,126 568,580 Hepatitis Prevention (109) 1.03 0 0 32,586 32,586 32,586 32,586 0 130,344 130,344 Vital Statistics (180) 1.34 0 0 14,881 14,881 14,881 14,880 59,523 0 59,523 COMMUNICABLE DISEASE SUBTOTAL 53.15 4,900 65,100 838,913 689,098 675,052 721,866 816,155 2,108,774 2,924,929 B. PRIMARY CARE: Chronic Disease Services (210) 3.58 80 3,200 71,870 61,603 41,069 30,800 0 205,342 205,342 Tobacco Prevention (212) 1.00 0 1,440 20,383 20,383 20,383 20,381 0 81~530 81,530 Home Health (215) 0.00 0 0 0 0 0 0 0 0 0 W.I.C. (221) 23.96 14,000 63,000 406,425 203,212 138,1PM 65,029 0 812,850 812,850 Family Planning (223) 2.29 1,722 6,587 75,358 43,062 32,296 64,595 13,241 202,070 215,311 Improved Pregnancy Outcome (225) 0.00 0 0 0 0 0 0 0 0 0 Healthy Start Prenatal (227) 13.95 1,424 22,384 177,617 266,425 266,425 177,617 47,716 840,368 888,084 Comprehensive Child Health (229) 2.11 28 300 51,705 51,705 51,705 51,703 0 206,818 206,818 Healthy Start Infant (231) 5.00 336 10,766 44,029 66,044 66,044 44,030 14,801 205,346 220,147 School Health (234) 7.84 0 132,154 339,064 38,750 9,688 96,876 69,965 414,413 484,378 Comprehensive Adult Health (237) 2.96 4,300 10,000 40,719 40,719 40,719 40,719 90,113 72,763 162,876 Dental Health (240) 2.85 230 3,100 29,822 29,822 29,822 29,820 0 119,286 119,286 PRIMARY CARE SUBTOTAL 65.54 22,120 252,931 1,256,992 821,725 696,335 621,570 235,836 3,160,786 3,396,622 C. ENVIRONMENTAL HEALTH: Private Water System (357) 0.74 462 1,848 6,229 6,596 16,124 7,696 0 36,645 36,645 Public Water System (358) 0.06 8 12 1,145 1,145 1,145 1,145 0 4,580 4,580 Individual Sewage Disp. (361 ) 7.42 1,633 7,814 77,809 77,809 77,809 77,809 6,709 304,527 311,236 Food Hygiene (348) 2.35 192 1,760 28,384 28,384 28,384 28,383 0 113,535 113,535 Group Care Facility (351 ) 1.73 339 537 32,133 7,230 32,937 8,033 0 80,333 80,333 Migrant Labor Camp (352) 2.51 199 800 27,357 27,357 27,357 27,357 0 109,428 109,428 Housing,Public Bldg Safety,Sanitation (353) 0.03 2 4 540 540 540 540 0 2,160 2,160 Mobile Home and parks Services (354) 1.48 96 188 34,184 697 34,184 698 104 69,659 69,763 Swimming Pools/Bathing (360) 6.64 1,486 4,968 65,673 65,673 63,045 68,300 242,928 19,763 262,691 Biomedical Woste Services (364) 0.03 I 4 524 524 524 523 0 2,095 2,095 Tanning Facility Services (369) 0.23 34 658 4,721 644 644 4,720 0 10,729 10,729 Rabies Surveillance/Control Services (366) 0.00 0 0 0 0 0 0 0 0 0 Arbovirus Surveillance (367) 0.50 0 0 6,041 6,042 6,042 6,042 24,167 0 24,167 RodentjArthropod Control (368) 0.00 0 0 0 0 0 0 0 0 0 Storage Tank Compliance (355) 0.00 0 0 0 0 0 0 0 0 0 Super Act Service (356) 0.42 89 178 4,775 4,775 4,966 4,585 0 19,101 19,101 Occupational Health (344) 0.00 0 0 0 0 0 0 0 0 0 Consumer Product Safety (345) 0.00 0 0 0 0 0 0 0 0 0 21 Part IlL Planned Staffing, Clients, Services, And Expenditures By Program Service Area Within Each Level Of Service October 1, 2000 to September 30, 2001 C. ENVIRONMENTAL HEALTH: Emergency Medical (346) Lead Monitoring Services (350) Public Sewage (362) Solid Waste Disposal (363) Sanitary Nuisance (365) Water Pollution (370) Air Pollution (371) · RadiologicalHealth (372) Toxic Substances (373) ENVIRONMENTAL HEALTH SUBTOTAL D. SPECIAL CONTRACTS: Special Contracts (599) SPECIAL CONTRACTS SUBTOTAL TOTAL CONTRACT 0.00 0 0 0 0 0 0 0 0 0 0.03 2 4 265 562 265 562 0 1,654 1,654 0.02 I 4 317 476 317 477 0 1,587 1,587 0.00 0 0 0 0 0 0 0 0 0 0.18 8 24 1,611 1,611 1,610 1,610 0 6,442 6,442 0.01 0 4 247 247 247 247 0 988 988 0.01 0 4 247 247 247 247 0 988 988 0.08 2 4 1,135 1,135 1,135 1,135 0 4,540 4,540 0,01 4 4 247 247 247 247 0 988 988 24.48 4,558 18,819 293,584 231,941 297,769 240,356 273,908 789,742 1,0631650 0.00 0 0 168,570 168,570 168,570 168,046 88,172 585,584 673,756 0.00 0 0 168,570 168,570 168,570 168,046 88,172 585,584 673,756 143.17 31,578 336,850 2,558,059 1,911,334 1,837,726 1,751,838 1,414,071 6,644,886 8,058,957 22 ATTACHMENT III 2 CIVIL RIGHTS CERTIFICATE The applicant provides this assurance in consideration of and for the purpose of obtaining federal grants, loans, contracts (except contracts of insurance or guaranty), property, discounts, or other federal financial assistance to programs or activities receiving or benefiting from federal financial assistance. The provider agrees to complete the Civil Rights Compliance Questionnaire, HRS Forms 946 A and B (or the subsequent replacement if adopted during the contract period), if so requested by the department. The applicant assures that it will comply with: Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C., 2000 Et seq., which prohibits discrimination on the basis of race, color or national origin in programs and activities receiving or benefiting from federal financial assistance. Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794, which prohibits discrimination on the basis of handicap in programs and activities receiving or benefiting from federal financial assistance. Title IX of the Education Amendments of 1972, as amended, 20 U.S.C. 1681 et seq., which prohibits discrimination on the basis of sex in education programs and activities receiving or benefiting from federal financial assistance. The Age Discrimination Act of 1975, as amended, 42 U.S.C. 6101 et seq., which prohibits discrimination on the basis of age in programs or activities receiving or benefiting from federal financial assistance. The Omnibus Budget Reconciliation Act of 1981, P.L. 97-35, which prohibits discrimination on the basis of sex and religion in programs and activities receiving or benefiting from federal financial assistance. All regulations, guidelines and standards lawfully adopted under the above statutes. The applicant agrees that compliance with this assurance constitutes a condition of continued receipt of or benefit from federal financial assistance, and that it is binding upon the applicant, its successors, transferees, and assignees for the period during which such assistance is provided. The applicant further assures that all contracts, subcontractors, subgrantees or others with whom it arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes, regulations, guidelines, and standards. In the event of failure to comply, the applicant understands that the grantor may, at its discretion, seek a court order requiring compliance with the terms of this assurance or seek other appropriate judicial or administrative relief, to include assistance being terminated and further assistance being denied. atch3-00-01-cvl-rites.doc 23 16D 2 ATTACHMENT IV FACILITIES UTILIZED BY THE COUNTY HEALTH DEPARTMENT Facility Description Location Owned By COLLIER COUNTY HEALTH & PUBLIC SERVICES BUILDING H 3301 E.Tamiami Trail Building H, Naples Collier County CHD/ENVIRONMENTAL HEALTH CO-LOCATION WITH DEVELOPMENT SERVICES 2800 North Horseshoe Dr. Naples Collier County IMMOKALEE SATELLITE A. Clinical Services Health Services Facility 419 North First Street Immokalee Collier County B. General Public Health Services Triple Wide Mobile Office Unit Collier County GOLDEN GATE WIC OFFICE 4727 D Golden Gate Prkway Collier County Naples atch4-00-01-facilities.doc 24 160 ATTACHMENT V DESCRIPTION OF USE OF CHD TRUST FUND BALANCES FOR SPECIAL CAPITAL PROJECTS, IF APPLICABLE (From Attachment II, Part I) Computer Infrastructure $ 127,400. Facility Renovation & Associated Expenses $ 8__0~000 Total $ 207,400 ~0~ ANTICIPATED COMPLETION DATE: MARCH 31, 2001. D soR PTioN oF sPEc = CONT=C S (From Attachment II, Part Ill) Please list separately Special contracts are contracts for services for which there are no comparable services in the county health department core programs; no service codes in Departmental coding manuals; projects that are locally designed and have no standard statewide set of services and therefore cannot be accounted for within existing county health department programs. These contracts are coded to FLAIR Level 5:599 and include some contracts formerly handled at the district offices such as epilepsy, colposcopy, Project WARM, community planning and special family planning and teen mother projects. o Service Contract with Isabel Collier Read covering legislative appropriation for ~ystem of Obstetric Care Infrastructure Support. $ 300,000.00 Healthy Kids local match funding administrative support. $ 371,428.00 TOTAL $ 671,428.00 GRAND TOTAL SPECIAL PROJECT FUNDING $ 878,628.00 atchS-00-0t-spc-prj.doc 25 160 COLLIER COUNTY HEALTH DEPARTMENT ATTACHMENT VI FEE FOR SERVICE SCHEDULES l ) Communicable Disease and Personal Health 2) Environmental Health (pgs. 27-35) (pgs. 36-63) attchVI-00-01 26 160 2 Attachment V1 COUNTY BUDGET PREPARATION FISCAL YEAR 2000-2001 Level 100 Communicable Disease PROGRAM 101 Immunizations OBJECT CODE 001090 SERVICE OBJECI CODE TITLE AMOUNT FLU MEDICARE INCOME FROM MEDICARE $44,315.00 MEDICARE PNEUMO INCOME FROM MEDICARE $1,152.00 Sunimary for Object Code: 001090 $45.467.00 OBJECT CODE 001093 SERVICE OBJECT CODE TITLE AMOUNT FLU PT PAY FEES ASS'D COUNTY ORDIN4ZOMMUN. DISEAS $50,293.00 IMMUNIZATION MERCK GRANT FEES ASS'D COUNTY ORDIN-COMMUN. DISEAS $300.00 Summary for Object Code: 001093 $50,593.00 Summary for Program: 101 $96,060,00 PROGRAM 102 STD OBJECT CODE 001093 SERVICE OBJECT CODE TITLE AMOUNT PT PAY FEES ASS'D COUNTY ORDIN-COMMUN. DISEAS $100.00 Summary for Object Code: 001093 $100.00 Summary for Program: 102 $100.00 PROGRAM 103 HIWAIDS OBJECT CODE 001090 SERVICE OBJECT CODE TITLE AMOUNT MEDiCARE-AIDS INCOME FROM MEDICARE $11,000.00 Summary for Object Code: 001090 $11,000.00 OBJECT CODE SERVICE 501 TRNG CURRENT PT PAY HIV PP ON ACCT. PROBATION CLASS 001093 OBJECT CODE TITLE AMOUNT FEES ASS'D COUNTY ORDIN 42OMMUN. DISEAS $6,500.00 FEES ASS'D COUNTY ORDIN4?OMMUN. DISEAS $1,000.00 FEES ASS'D COUNTY ORDIN-COMMUN. DISEAS $1,000.00 FEES ASS'D COUNTY ORDIN~OMMUN. DISEAS $1,500.00 SummaryforObjectCode: 001093 $10,000.00 Summary for Pro~ra~m: ~03- - -- -- $21,000.00 PROGRAM OBJECT CODE SERVICE PT PAY PT PAY ON ACCT 001093 104 TB OBJECT CODE TITLE FEES ASS'D COUNTY ORDIN-COMMUN. D1SEAS FEES ASS~D COUNTY ORDIN42OMMUN. DISEAS Wednesday, September 13, 2000 AMOUNT $2,500.00 $2,500.00 Page I of 3 27 16D 2 Attachment V1 COUNTY BUDGET PREPARATION FISCAL YEAR 2000-2001 Summary for Object Code: 001093 $5,000.00 Summary for Program: 104 $5,000.00 PROGRAM 109 Hepatitis OBJECT CODE 001093 SERVICE OBJECT CODE TITLE AMOUNT PT PAY FEES ASS'D COUNTY ORDIN-COMMUN. DISEAS $500.00 PT PAY ON ACCT, FEES ASS'D COUNTY ORDIN-COMMUN. DISEAS $200,00 Summary for Object Code: 001093 $700.00 Summary for Program: 109 $700.00 PROGRAM OBJECT CODE SERVICE B R CARD OBJECT CODE SERVICE BIRTH CERT OBJECT CODE SERVICE DEATH CERT OBJECT CODE SERVICE OUT OF COUNTY OBJECT CODE SERVICE ADMIN FEE 001060 001114 001115 001116 180 Vital Statistics OBJECT CODE TITLE FEES FROM VITAL STATISTICS Summary for Object Code: 001060 OBJECT CODE TITLE VITAL STATS - NEW BIRTH CERTIFICATE Sammary for Object Code: 001114 OBJECT CODE TITLE VITAL STATS - DEATH CERTIFICATE Summary for Object Code: 001115 OBJECT CODE TITLE VITAL STATS - COMPUTER ACCESS FEE Summary for Object Code: 001116 OBJECT CODE TITLE VITAL STATS OR CHD - ADMfN FEE $.50 Summary for Object Code: 001117 AMOUNT $8,068.00 $8,068,00 AMOITNT $27200.00 $27200.00 AMOUNT $170,132.00 AMOUNT $2,400.00 $2.400.00 AMOUNT $2,200.00 $2,200.00 Summary for Program: 180 Summary for Level: 100 $210,000.00- $332,860.00 Level 200 PROGRAM OBJECT CODE 001077 SERVICE PT PAY Wednesday, September 13, 2000 Primary Care 223 Family Planning OBJECT CODE TITLE FEES ASSESSED COUNTY ORDINANCE-PRiMARY AMOUNT $175.00 Page 2 of 3 28 16D 2 Attachment VI COUNTY BUDGET PREPARATION FISCAL YEAR 2000-2001 Summary for Object Code: 001077 $175.00 Summary for Program: 223 $175.00 PROGRAM 237 Adult Health OBJECT CODE 001077 SERVICE OBJECT CODE TITLE FF PAY FEES ASSESSED COUNTY ORDINANCE-PR1 MARY AMOUNT $27,00O.00 Summary for Object Code: 001077 $27,000.00 Summary for Program: 237 $27,000.00 Summary for Level: 200 $27,175.00 Level 300 PROGRAM OBJECT CODE 001094 SERVICE WATER CERTIF Environmental Health 357 Private Water Systems OBJECT CODE TITLE FEES ASS'D COUNTY ORDIN-ENVIRON HEALTH Summary for Object Code: 001094 AMOUNT $4,200.00 $4,200.00 Summary for Program: 357 $4,200.0~ 360 Swimming Pool Program PROGRAM OBJECT CODE SERVICE B.Swirnnung P.Training C. SP Comp. Training D. Bact. Samples Ox~ner 001094 OBJECT CODE TITLE AMOUNT FEES ASS'D COUNTY ORDIN-ENVIRON HEALTH $6,000.00 FEES ASS~ COUNTY ORDIN-ENVIRON HEALTH $2,000.00 FEES ASS'D COUNTY ORDYN-ENVIRON HEALTH $228,600.00 Summary for Objeet Code: 001094 $236,600.00 Summary for Program: 360 Summary for Level: 30~ $236,600.00 $240,800.00 Grand Total $600~835.00 W~y, September13,2000 Page 3 of 3 29 160 2 Level PROGRAM OBJECT CODE SERVICE MEDICAID lOO 001084 Attachment VI STATE BUDGET PREPARATION FISCAL YEAR 2000-2001 Communicable Disease 101 Immunizations OBJECT CODE TITLE AMOUNT CHD INCOME FROM MEDICAID-PHYSICIAN $8,50000 Summary for Object Code: 001084 $8,50000 Summary for Program: 101 $8,50000 PROGRAM 102 STD OBJECT CODE SERVICE RX MEDICAID 001056 010405 OBJECT CODE SERVICE RX PT PAY OBJECT CODE TITLE MEDICAID RECEIPTS ~ pHARMACY Summary for Object Code: 001056 AMOUNT $5000 $5000 OBJECI CODE TITLE AMOUNT NON-MEDICAID pHARMACEUTICALS $350,00 Summary for Object Code: 010405 $350,00 .............. ~.~mary~oor~erogr~mm: 10~- ~ $4~0.~0 PROGRAM OBJECT CODE SERVICE RX MEDICAID 103 HIV/AIDS 001056 OB,[ECT CODE 001084 SERVICE MEDICAID-PHYSICIAN OBJECT CODE 001089 SERVICE CASE MGT MED-PAC OBJECT CODE 001091 SERVICE ANONYMOUS OBJECT CODE 001208 SERVICE MEDIPASS Wednesday, September 13, 2000 OBJECT CODE TITLE MEDICAID RECEIPTS - PHARMACY Summary for Object Code: 0010S6 OBJECT CODE TYfLE CHD INCOME FROM MEDICAID-PHYSICIAN Summary for Object Code: 001084 OBJECT CODE TITLE CHD INCOME FROM MEDICAID - AIDS Summary for Object Code: 001089 OBJECT CODE TITLE FEES ASS'D STATE/FED RULE COMM. DISEASE Summary for Object Code: 001091 OBJECT CODE TITLE MEDIPASS Summary for Object Code: 001208 AMOUNT $216,513.00 $216,513.00 AMOUNT $50,50000 $50,50000 AMOUNT $42,524 00 $42,524 00 AMOUNT $9,00000 $9,000 00 AMOUNT $1,00000 $1,000.00 Page I of 6 3O 16g 2 OIKIECT CODE SERVICE HIV RX 010405 Attachment VI STATE BUDGET PREPARATION FISCAL YEAR 2000-2001 OBJECT CODE TITLE AMOUNT NON-MEDICAID PHARMACEUTICALS $25,000 00 Summary for Object Code: 010405 $25,000 00 Summary for Program: 103 $344,537.00 PROGRAM 104 TB OBJECT CODE 001084 SERVICE OBJECT CODE TITLE AMOU~'NT MEDICAID PHYS C}{D INCOME FROM MEDICAID-PHYSICIAN $50000 Summary for Object Code: 001084 $50000 Summary for Program: 104 $50000 106 Communicable Disease Surveilance PROGRAM OBJECT CODE 001084 SERVICE MEDICAID ?HARMACY OBJECT CODE TITLE AMOUNT CHD INCOME FROM MEDICAID-PHYSICIAN $1,450 00 Summary for Object Code: 001084 $1,450 00 Summary for Program: 106 $1,45000 PROGRAM OBJECT CODE 001056 SERVICE RX MEDICAID OBJECT CODE 001084 SERVICE MEDICAID PHYSICIAN OBJECT CODE 010405 SERVICE RX PT PAY 109 Hepatitis OBJECT CODE TITLE MEDICAID RECEIPTS - PHARMACY Summary for Object Code: 001056 OBJECT CODE TITLE CHD INCOME FROM MEDICAID-PHYSICIAN Summary for Object Code: 001084 OBJECT CODE TITLE NON-MEDICAID PHARMACEUTICALS Summary for Object Code: 010405 AMOUNT $950.00 $950.00 AMOUNT $1,00000 $1,ooo.oo AMOUNT $200,00 $200 00 Summary for Program: 109 Summary for Level: 100 $2,150 O0 $357,537.00 Level 200 Primary Care PROGRAM 223 Family Planning OBJECT CODE 001084 SERVICE MEDICAID-PHYSICIAN Wednesday, September 13, 2000 OBJECT CODE TYYLE CHD INCOME FROM MEDICAID-PHYSICIAN AMOUNT $150.00 Page 2 of 6 31 Attachment VI STATE BUDGET PREPARATION FISCAL YEAR 2000-2001 Summary for Object Code: 001084 $15000 Summary for program: 223 $150.00 PROGRAM 225 Maternal Health/IPOP OBJECT CODE 001056 SERVICE OBJECT CODE TITLE AMOUNT RX MEDICAID MEDICAID RECEIPTS - PHAl~4AC Y $216,513 00 Summary for Object Code: 001056 $216,513.00 Summary for Program: 225 $216,51300 240 3rd Par~y PROGRAM OBJECT CODE 001077 SERVICE COMMFOUNDATION GRANT PT PAY OBJECT CODE 001084 SERVICE MEDICAID PHYSICIAN OBJECT CODE TITLE AMOUNT FEES ASSESSED COUNTY ORDiNANCE-PRIMARY $23,906.00 FEES ASSESSED COUNTY ORDINANCE-PRIMARY $1,05000 Summary for Object Code: 001077 $24,956.00 OBJECT CODE TITLE AMOUNT CHD iNCOME FROM MEDICAID-PHYSICIAN $100,674.00 Summary for Object Code: 001084 $100,674 00 Summary for Program: 240 $125,63000 Summary for Level: 200 $342,293.00 Level 300 PROGRAM OBJECT CODE 001092 SERVICE 12.(50) Plan Review 14(53) Request for Inspection 15 (51 ) Reinspection (after the first reinspection) 16(52) Late Renewal 17(03) Alcoholic Beverage Inspection Approval PLAN REVIEW SANIT INSP OBJECT CODE 001132 SERVICE I (E) Annual Permit for Fraternal/Civic 10.(N) Annual permit for Limited Food Service 11 (L) Annual Permit Other Food Service Environmental Health 348 Food Hygiene OBJECT CODE TITLE FEES ASS'D STATEf FED RULE-ENVIRON HEALTH FEES ASS'D STATE/FED RULE-ENVIRON HEALTH FEES ASS'D STATE/FED RULE-ENVIRON HEALTH FEES ASS'D STATE/FED RULE-ENVIRON HEALTH FEES ASS'D STATE/FED RULE-ENVIRON HEALTH FEES ASS'D STATE/FED RULE-ENVIRON HEALTH FEES ASS'D STATE/FED RULE-ENVIRON HEALTH Summary for Object Code: 001092 OBJECT CODE TITLE FOOD HYGIENE PERMIT FOOD HYG1ENE PERMIT FOOD HYGIENE PERMIT Wednesday, September 13, 2000 AMOUNT $1,19400 $425.00 $90 00 $75.00 $140.00 $40000 $20000 $2,524.00 AMOUNT $1,296.00 $1,377.00 $2,016.00 Page 3 of 6 32 160 Attachment VI STATE BUDGET PREPARATION FISCAL YEAR 2000-2001 2,(H) Annual Permit School Cafeteria Operating 4 (A) Annum Permit for Hospital/Nursing Food S 5.(G) Annual Permit for Movie Theaters 6.(C) Annual Permit for Jails/Prisons 7.(D) Annual Permit for Bars/Lounges (Drink Ser 9.(K) Annual Permit for Child Care Centers FOOD HYGIENE PERMIT FOOD HYGIENE PERMIT FOOD HYGIENE PERMIT FOOD HYGIENE PERMIT FOOD HYGIENE PERM1T FOOD HYGIENE PERMIT Summary for Object Code: 001132 $4,44600 $2.83500 $576.00 $75600 $1,296 00 $8,49200 $23,09000 -- ~hmmary'~r Pr~gram:-J4~ - - $25,~1400- PROGRAM 352 OBJECT CODE 001139 SERVICE A. Annual permit for facilities with 5-50 occupan B Annual permit for facilities with 51-100 occup C Annual permit for facilities with over 100 occ PROGRAM OBJECT CODE 001092 SERVICE PLAN REVIEW 354 OBJECT CODE 001113 SERVICE 1. Annual permit for 5 to 14 spaces 2. Annual permit for 15 to 171 spaces 3. Annual permit for 172 and above spaces Migrant Labor Camp OBJECT CODE TITLE MIGRANT HOUSING PERMIT MIGRANT HOUSING pERMIT MIGRANT HOUSING PERMIT Summary for Object Code: 001139 AMOUNT $6,625.00 . $1,12500 $500.00 $8,250.00 Summary for Program: 352 -- $8,250 00~ Mobile Home Park.~ OBJECT CODE TITLE AMOUNT FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $1,895 00 Summary for Object Code: 001092 $1,895 00 OBJECT CODE TITLE AMOUNT MOBILE HOME & RECREATIONAL VECFIILE PARK F $945.00 MOBILE HOME & RECREATIONAL VECHILE pARK F $8,286.00 MOBILE HOME & RECREATIONAL VECH1LE PARK F $9,180 00 Summary for Object Code: 001113 $18,411 00 Summary for Program: 354 $20,306.00 PROGRAM 356 Super Act Services OBJECT CODE 001092 SERVICE OBdECT CODE TITLE AMOUNT Bact Sample FEES ASS'D STATE/PED RULE-ENVIRON HEALTH $4,000.00 Summary for Object Code: 001092 $4,000 00 ........... ~mm~-ry for I~rogram: 35~ ...... $~,000~60 PROGRAM 357 Private Water Systems OBJECT CODE 001092 SERVICE OB,IECT CODE TITLE AMOUNT Wednesday, September 13, 2000 Page 4 of 6 33 160 2 Attachment V1 STATE BUDGET PREPARATION FISCAL YEAR 2000-2001 10 Limited Use Commercial Registered System FEES ASS'D STATE/FED RULE-ENViRON HEALTH $75.00 Summary for Object Code: 001092 $75.00 OBJECT CODE 001142 SERVICE OBJECT CODE TITLE AMOUNT Bacterial Sample Collection NON SDWA LAB SAMPLE $2,400.00 Chemical Sample Collection NON SDWA LAB SAMPLE $1,000 00 Summary for Object Code: 001142 $3,400.00 · OBJECT CODE 001166 SERVICE OBJECT CODE TITLE AMOUNT 2 Second Year Public Water Annual Operation P PUBLIC WATER ANNUAL OPERATION PERMIT $5,607.00 3. Public Water Construction Permit - Limited U PUBLIC WATER ANNUAL OPERATION PERMIT $1,013 00 Summary for Object Code: 001166 $6,62000 Summary for Program: 357 $10,095 00 PROGRAM 360 Swimming Pool Program OBJECT CODE 001092 SERVICE OBJECT CODE TITLE AMOUNT MODIFICATION FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $3,000.00 Summary for Object Code: 001092 $3,000.00 OBJECT CODE 001145 SERVICE OBJECT CODE TITLE AMOUNT A. Annual Permit - Up to (and including) 25,000 SWIMMING pOOLS $84,30800 B. More than 25,000 gallons SWIMMING POOLS $3,024.00 Summary for Object Code: 001145 $87,33200 Summary for Program: 360 $90,33200 PROGRAM 361 Septic Tank Fees OBJECT CODE 001092 SERVICE OBJECT CODE TITLE AMOUNT I.(AF) Application for permitting of an onsite sewFEES ASS'D STATE/FED RULE-ENVIRON HEALTH $31,250.00 10.(RN)Reinspcction fee per visit for site thspectiFEES ASS'D STATE/FED RULE-ENVIRON HEALTH $31 ~250 00 I I.(RN) Insta0ation rethspection of non-complia FEES ASS'D STATE/FED RULE~ENVIRON HEALTH $18,400.00 12.(AB) System abandonment permit, includes p FEES ASS'D STATE/FED RULE~ENV1RON HEALTH $920.00 13 (Ol) Annual operating permit fee for systems iFEES ASS'D STATE/FED RULE-ENVIRON HEALTH $82800 15(OA) Aerobic treatment unit operating permit FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $2,34600 16(TM) Tank manufacturer's inspection per ann FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $10000 17.(SD) Septage disposal service permit per annu FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $276.00 18.(VI) Additional charge per pumpout vehicle FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $ l 15.00 19 (TS) Portabte or tempora~j toilet service permFEES ASS'D STATE/FED RULE-ENVIRON HEALTH $184,00 20 (V 1) Additional charge per pumpout vehicle FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $23.00 Wednesday, September 13, 2000 Page 5 of 6 34 16D 2 Attachment VI STATE BUDGET PREPARATION FISCAL YEAR 2000-2001 21 (ss) Septage stabilization facility inspection f FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $276.00 23 (AT) Aerobic treatment unit maintenance entit 3. (ER) Site evaluation for a system repair 44RE) Site re-evaluation, new or repair 5.(PN)Permit for new systemsincluding standard 6.New system installation inspection 8, (PR) Repair permit issuance which includes ins 9.(IE) Inspection of system previously in use PLAN REVIEW OBJECT CODE 001135 SERVICE 24 (VR) Variance application for a single family FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $23 00 FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $15,00000 FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $4,40000 FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $68,750.00 FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $68,750.00 FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $15,525,00 FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $50000 FEES ASS'D STATE/FED RULE-ENVIRON HEALTH $13,75000 Summary for Object Code: 001092 $272,66600 OBJECT CODE TITLE OSDS VARIANCE FEE Summary for Object Code: 001135 AMOUNT $300.00 $30000 Summary for Program: 361 $272,966.00 369 Tanning Facilities PROGRAM OBJECT CODE 001144 SERVICE I. Annual license fee 2 Fee for each additional device OBJECT CODE TITLE TANNING FACILITIES TANNING FACILITIES Summary for Object Code: 001144 ...... ~u~mary }or-l~ro~ra ~m: 369 AMOUNT $2,025.00 $990.00 $3,015.00 $3,015.00 Summary for Level: 300 $434,578.00 Grand Total $1,134,40800 Wednesday, September 13, 2000 Page 6 of 6 35 Collier County Health Department 9/l i¢00 Service Code File Listing CPT Code 00000 00000 00000 0131 0158 0160 0181 01-90731 02-1111 02-2222 02-3333 02-4444 0247 02-BAI, 03-0000 03-0000 03-1111 03-1111 03-2222 03-2222 03-3333 03-3333 03-4444 03-4444 03-5555 03-6666 03-71010 03-71010 0387 03-9250) 03-99205 03-99205 03-BAL 04-1111 04-2024 04-2025 04-2026 04-2222 04-3111 04-3333 04-4444 04-8000 04-88888 04-99990 04-BAL 0205 0541 0601 0610 0616A 0627 0652 0652A 0799 08360 10 CHOL 10-0505 10-0507 10-0515 Service Description CPHU Fee 03-OTHER REFERRALS/RW M1CROSPORA 1SOPORA 0131 CLA B-PROTOPOR PIqYR 1N-0131 0158 CLAB FIBRINOGIN-0158 0160 CLAB IMM[ JNOGLOBU[,INS A. G. M 0181 CLAB-HGB E1.ECTROPHORESIS-0181 HEPATITIS B-SPECIAE RATE PHARMACY CO PAY 1RX PHARMACY CO PAY 2RX PHARMACY CO PAY 3RX PHARMACY CO PAY 4RX 0247 CLAB TIBC SERUM-0247 02-BALANCE FORWARD DRI IG STI IDY ENTRANCE I,ABS DRUG STllDY-1 MONTH LABS PHARMACY CO PAY 1RX PHARMACY - I RX CHSI $0.00 $21.70 $30,98 $18 60 $10,05 $8.00 $6.00 $43.00 $1.00 ~2 00 $3.00 $4 O0 $8.48 $0.00 $1.00 PHARMACY CO PAY 2RX PHARMACY 2 RX CHS1 PHARMACY CO PAY 3RX PHARMACY 3RX CHS1 $2.00 $3.00 PHARMACY CO PAY 4RX PHARMACY 4RX CHSI $4.00 PHARMACY CO-PAY 5 RX PHARMACY CO PAY 6 RX CHEST X-RAY RW-CHEST X-RAY 0387 CLAB T3~0387 EAR & THROAT EXAM NEW COMP/HI(iH MED[PASS/NEW COMP/H[GH $26.94 $27.82 $35.18 ~150 O2 $141.42 $50.34 03-BALANCE FORWARD PHARMACY CQPAY 1RX URIC ACID WHII~E ON PZA $NEI~I,ING TEST {2OI,OR p. ND VISION SCREENING PHARMACY CO PAY 2RX TB COMPI ,ETLON LETTER PHARMACY CO PAY 3RX PHARMACY CO PAY 4RX 04-SOCIAL SERVICE ESTABLISHED PATIFNT:MINIMAL VISIT FEE NEW PATlENT:MINIMAL VISIT FEE 04-BALANCE FORWARD ZXXXX 0541 CLAB-SED.RATE-0541 0601 CLAB-RA SCREEN-060 I 0610 CI.AB-RH ANTIBODY SCREEN 0616 CLAB-SYPHILIS SCREEN-0616 0627 Ct,AB-ANA-0627 0652 CLAB-DNA PROBE CHALMYDIA/GC-0652 0652 CI,AB-DNA PROBE GC-0652 $0.00 $0,00 $0.00 SO,Q0 $0,00 $0.00 $0.00 $0.00 S0.00 g5.00 $9.00 ~0.00 $0,00 $2.00 $3.00 $3o0 $2.00 $8.00 $7.00 ~7.00 0799 CI,AB CARBAMAZERINE(TEGRETOL~-0799 0836 CI,AB-LITHIIJM 0836 BLOOD CHOI,ESTEROl, -HEALTHSTYI .ES HYPERTENSION SCREFN DIABETES SCREEN HEARING TEST $12 oo $5 oo $20.00 $12,90 $12 9o 36 Collier County Health Department 9/l't/00 Service Code File Listing CP.U ee 1 6[} 2 CPT Code 10-0562 10-1111 10-2222 10-3333 I0 dddd 1060A 1060B 1060C 10-8000 10-88888 10-99205 10-99215 10-99999 10-BAI, Illl 1114 P 1114 O 1114A 1114B 1114C 1114D lIME 1114F 1114G 1115A 1115B 1116A 1116B lll6C 1116D ll16E 11975 11975 11976 11976 12345 12345 12346 1428 1500 1800 2000 2010 2011 2020 2021 2022 2204 2212 23-1111 23-1111 23-2222 23-2222 2326 23-3333 23-4444 23-4444 23-4444 23-88888 Service Description CARDIOVASCI JI,AR SCREEN (CVS/ pHARMACY CO PAY IRX PHARMACY CO PAY 2RX PHARMACY CO PAY 3RX PHARMACY CO PAY 4RX BIRTH REG CARD/INSIDE BIRTH REG CARD/1 ADDIT[ONA[JlNSIDE BIRTH CERT/REG CARD/INSIDE 10-SOC[AE SERVICE ESTABLISHED PATIENT:MINIMAL VISIT FEE NEW/COMP HIGH ESTABI,ISHED/COMP NEW PATIENT:MINIMAL VISIT FEE 10-BAI,ANCE FORWARD PHARMACY $1 TEST BIRTH REG CARD/OI JTSIDE BIRTH REG CARD/ADDITIONAL/OUTSIDE BIRTH CERT/INSIDE BIRTH CERT/EXP FEE/INSIDE BIRTH CERT/1 ADDITIONAL/INSIDE BIRTH CERT/2 ADDITIONAL/INSIDE BIRTH CERT/3 ADDITIONAL/INSiDE BIRTH REG CARD/OUTSIDE BIRTH REG CARD/ADDITIONAL/OUTSIDE DEATH CERTIFICATE DEATH/EXP BIRTH CERT/OUTSIDE BIRTH CERT/REG CARD/OUTSIDE BIRTH CERT/I ADDITONAL/O11TSIDE $15.00 $1,00 $2,00 $3.00 $4.00 $12.00 $19.00 $17,00 50,00 $5.00 BIRTH/2 ADDITIONAL/OI IT,qlDE BIRTH CERT/EXP/OUTSIDE NORPLANT INSERTION ARNP~NORPI,ANT INSERTION NORPI,ANT REMOVAI. AltNP-NORPEANT REMOVAl, TB-PANEI MAX TB-PANEI,-DSI TB-PANEL-MIA 1428 CI AB-BI,OOD SIIGAR-1428 B1,S-INSPECT[ON BI,S-SAMP[ ~E COI,I,ECTION BLS-RE1NSPECTION VISION SCREENING STATEMENT OF I/NDERSAND1NG HEARING TEST PHYSICAl, EXAM PHYSICIAN REVIEW $109.97 579.94 59.00 $0,00 $1,00 $15,00 $10.00 SO.00 516.00 $22.00 $28.00 $25,00 50.00 $0.00 $13.00 $23.00 522.00 $31.00 $0,00 $400.00 $400.00 $50,00 $5.48 $0,00 $0,00 2204 CEAB-LE CEEL PREP (LI, JPI IS PROFILE/-2204 2212 C[,AB-MSAFP(A[ .PHA FETO-PROTEIN/NON MATERN PHARMACY CO PAY IRX PHARMACY CHS1 1RX PHARMACY CO PAY 2RX PHARMACY CHSI 2RX 2326 CLAB-BLOC)D SIIGAR-2326 PHARMACY CO PAY 3RX PHARMACY CO PAY 4RX PHARMACY CHS[ 3RX PHARMACY CHSI 4RX ESTABLISHED PATIENT:MINIMAl, VISIT FEE $0.00 $0.00 $56.70 $21.83 $1.oo $2.00 $o,oo $2.63 s3.oo $4,00 $0,00 50,00 $5,00 37 2 Collier County Health Department 9/1 ~700 Service Code File Listing CPT Code 23-99999 2427 2478 2511 25-1111 25-1111 2520 25-2222 25-2222 25-3333 25-3333 25-4444 25-88888 25-99211 25-99999 25-BA1. 29-1111 29-1111 29-2222 29-2222 29-3333 29-3333 29-4444 29-4444 29-99205 29-W9840 29-W9881 29-W9881 3010 3011 3020 3020 3040 31021 3102P 3110 3110 3111 3111 3112 3112 3113 3113 3114 3114 3115 3115 3210 3210 3211 3211 3212 3212 3213 3213 3214 3214 3215 3215 Service Description CPHU Fee NEW PATIENT:MINIMAl, VISIT FEE 2427 CLAB-M1JMPS VIRIIS I_~G ANTIBODY BY EIA $9.00 $14.70 2478 CLAB-BLOOD SI IGAR-247§ BI,S-INVEST1GATION 1NVA1JD COMpI,AINT~ PHARMACY GO PAY 1RX PHARM&Gy CHSI 1RX BI S-HAZARDOI IS CONDITION ABATEMENT PHARMACY CO PAY 2RX PHARMACY CHSI 2RX PHARMACY CO PAY 3RX PHARMACY 3RX PHARMACY 4RX ESTABIJSHED PATIENT:MINIMAl, VISIT $2.63 $1.00 $0,00 52.00 g3 00 S0.00 $0,09 $0.00 OB/MINIMAI. SERVICE NEW PATIENT:MINIMAl, VISIT FEE 25-BALANCE FORWARD PHARMACY CO PAY IRX PHARMACY 1RX PHARMACY CO PAY 2RX PHARMACy 2RX PHARMACy CO PAY 3RX PHARMACY 3RX PHARMACY CO PAY 4RX PHARMACY 4RX $12,90 $0,00 $1.00 $0.00 52.00 $0,00 $3,00 $0,00 $4,00 $0,00 IMMIGRATION PHYSICAl, 14 YEARS AND I JND[~I~ RN PROTOCOL-CH-MEDIPASS-IMMOKALEE 29-W9881 NEW/MINIMAL 29-W9881 EST.MINIMAL 1 SIDE EFFECTS SI IRVEY CASE CONFERENCE DOT/DOPT MEDICATION DISTRIH1JTION DOT/DOPT MEDICATION DISTI~II~[JTlON PT MEDICATION PICKIJP OPEN INFANT HS-PROG 31 OPEN PRENATAL HS-PROG 27 DECt JNE SERVICES DECI JNE SERVICES NO FURTHER SERVICES NEEDED NO FURTHER SERVICES NEEDED RECEIVING OR WIIJ, RECIEVE CC FROM CMS/glp RECEIVING OR WILl. RECEIVE CC FROM CMS/I~IP REC/WILL REC CC FROM ANOTHER PROVIDER REC/W1LL REC CC FROM ANOTHER PROVIDER 1/NABI,E TO LOCATE 11NABI,E TO ~,OCATE INITIAl. CONTACT SERVICE INITIAl. CONTACT SERVICE DEC] ,]NE sEIWIGg~S DECLINE SERVICES NO FIIRTHER SERVICES NEEDED NO FI JRTHER SERVICES NEEDED REC/WII,L REC CC FROM GM~5/EIP REC/WII,E REC CC FROM CMS/EIP REC/WII,I, REC CC FROM ANOTHER PROVIDER REC/WIEL REC CC FROM ANOTHER PROVIDER IJNABLE TO LOCATE UNABLE TO LOCATE INITIAL ASSESSMENT SERVICE UNITS INITIAL ASSESSMENT SERVICE I/NITS $10,00 $8,00 $0,00 3~ 3 Collier County Health Department Service Code File Listing 9/11}'00 CPT Code 3303 3303 3310 3310 3311 33~1 33111 33lip 3312 3312 3313 3313 3314 3314 3315 3320 3320 3321 3321 3322 3322 3323 3323 34-BAE 364-0 37-0505 37-0507 37-0515 37-0562 37-0591 37-0883 37-1111 37-Ill1 37-2222 37-2222 37-3333 37-3333 37-4444 37-4444 37-57065 37-8000 ,37-88888 37-90717 37-90782 37-99205 37-99205 37-99205 37-99205 37-99205 37-99215 37-99215 37-99999 37-BAE 37-W9~8 3933-6 3950 3950 3951 3951 Service Description HSI-ATTEMPT TO CONTACT HSP-ATTEMPT TO CONTACT DEC1 JNE SERVICES DECI,1NE SERVICES NO FURTHER SERVICES NEEDED NO FI IRTHER SERVICES NEEDED CLOSED INFANT HS-PROG 31 CLOSE PRENATAL HS-PROG 27 REC/WIEE REC CC FROM CMS/E1P REC/WIEE REC CC FROM CMS/ElP REC/WI1J REC CC FROM ANOTHER PROVIDER RE(2/W1EI. REC C,,C FROM ANOTHER PROV1DER UNABEE TO LOCATE [JNAB1,E TO EOCATE HSI-CI,OSI IRE INEI,tGIBEE FOR SERVICES HSI-C.C. FACE TO FACE HSP-C.C. FACE TO FACE HSI-C.C. NOT FACE TO FACE OR TRACKING HSP-C.C. NOT FACE TO FACE OR TRACKING HSI-INITIAE FAMI1,Y SI IPPORT PLAN MEETING HSP-[N1TIAL FAMILY SI IPPORT PLAN MEETING HSI-UPDATE FAMILY SUPPORT PEAN HSP-UPDATE FAM[EY SlIPPORT PI,AN 34-BAEANCE FORWARD HIV RNA BY BDNA HYPERTENSION SCREEN DIABETES SCREEN HEARING TEST CARD1OVASCUI,AR SCREEN/CVS [$p, EA ST EXAM ppD READING $o.0o $510.50 $0.00 $12.90 $12.90 $15.00 $12.90 $12.90 PHARMACY [ RX PHARMACY C[-1SI 1RX PHARMACY 2RX PHARMACY CHSI 2RX PHARMACY 3RS PHARMACY CHS1 3RX PHARMACY 4RX pHARMACY CHSI 4RX $1.00 $0.00 $2.00 $0.00 $3.00 $o.00 $4.00 $0.00 DEST VAG 1,ESION/EXT 37-SOC1AE SERVICE ESTABLISHED PATIENT:MINIMAL VISIT FEE MMR-ADIIET BICII ~I,EN [NIECT[ON NEW/COMP/HIGH MEDI PA SSFN EW/COMP/H[GH COl FNTY PHYSICAL NEW EXTENSIVE S241.21 $0.00 $5.00 $3500 510.00 $109,97 $57 oo $141,42 JTPA PHYSICAl. ESTABL1SHED/COMP MED1PASS-EST/COMP NEW PP~T1ENT;MINIMAE VISIT FEE 37-BAI,ANCE FORWARD EpSDT HEA1,TH EXAM/ADI Jl .T $35.00 $99.96 $9,00 $0.00 $50,34 CI./M3 INITIAL ID PROFILE I.AB CORP PARTICIPANT IDENTICATION PARTICIPANT IDENTIFICATION PABT1CIP&NT I~EEATED ACTIVITIES PARTICIPANT RELATED ACTIVITIES $190,00 39 Collier County Health Department 9/l i/oo Code File List . CPT Code 3952 3052 3999 4o-1111 4o-1111 40-222~ 4o-3333 4o-3333 4040 40-4444 40-4444 4202BAL 4203BA1, 4210BAI~ 4223BA[, 4225BA1, 4229BA[, 4237BAI 42-BAI, 4444 4501 4701 5011 7040 5040 52536 5428 55250 56301 57061 77170 ~71~0 57454 57511 7943 59430 5944 5945 6084 6798 71010 7105 7195 71950 72300 72800 73150 73410 73420 73440 73460 73540 73590 73700 73704 7430 7500 780 Service Description CPHU Fee COMMUNITY ACTIVITIES COMMI/NITY ACTIVITIES HSp-PREGNANT WOMAN CASE cIDSURE PHARMACy CO-PAY I RX PHARMACy I RX PHARMACY CO-PAY 2RX PHARMACY 2RX PHARMACy CO-PAy 3RX PHARMACy 3RX SPUTUM CAN DISTRIBUTION PHARMACY CO-PAY 4RX PHARMACY 4RX 42-LABORATORY 42-03-BALANCE FORWARD 42- I 0-BAI.ANCE FORWARD 42-2't-BAI,ANCE FORWARD 42-25-BA1ANCE FORWARD 42-29-BAI.ANCE FORWARD 42-37-BAI,ANCE FORWARD 42-BALANCE FORWARD PHARMACY CO PAY 4RX HSI-NIJTR1TION ASSESSMENT/COUNSELING HSP-NI ITR ITION A SSESSMENT/COI DqSELING FP-NORPI,ANT KIT TB-DRUG ISSUE AND MONITORING CD-INSU1JN ISSIJE & MONITOR CLAB DNA VIRAL LOAD 5428 CLAB-AFB REFI.EX SENSITIVITY 5428-5 ADLT-VASCECTOMY FP-T[ IBAI, LIGATION DEST VAG I,ESION DIAPHRAM FITTING NON OB VAG HEMO AGENT ADI,T-COLPOSCOPY (WITH BIOPSIES'} ADLT-CRYOSURGERY 7943 CI,AB BIOPSY 1 5943 1PO-MEDIPASS. POST PARTUM CARE 5944 CLAB B1OPSY 2 5944 5945 CLAn BIOPSY 3 5947 6084 CLAB-BETA HCG-SERIIM 6084 CI,A B-FATIGI/E PROFILE 111 TB-CHEST X-RAY CLAFI-HEPATITIS B IMMUNITY PANEL CI.AB-CEIJ~[ILAR IMMUNE PANEL ROTAVIRI IS-DSI HEPATITIS A/B PROFILE.ACI ITE - DS1 HEPATITIS 1~ SURFACE ANTIBODY (ANT1-HBs}-DSI HEP1TITIS A ANITOBDY (lgG) DSI TOXOPLASMA ANTIBODY lgG-DSI CYTOMEGALOVIRI IS/CMV)ANTIR©DY IgG-DSI RUBELLA VIRUS ANTIBODY IgG-DS1 CYTO MEGA LOVIRUS(CMV/ANTIBODY IgM-DSI VARICFI J.A TITER-STATE LAB INFECTIOUS MONO SYNDROME PANEL-DSI EPSTEIN-BARR VIRUS (EBV) ANTIBODY. IsM -DSI RUBEOLA(MEASI,FS~ANTIBODY IgG-DS1 CLAB-LYMPH PANEL BI,S-COMMUNITY PRESENTATION HEARING TEST WHILE ON STREPTOMYCIN ml oo $o oo $2 oo $0 00 $3.00 $0.00 $0.00 $4,00 $0.00 $0.00 $0.00 $0,00 $O,OO $0,00 $0,00 $0.00 $0.00 $4.00 $675 $500 00 $35.09 $800,00 $145.85 $43.50 $29.50 $120 57 $99 75 $16.50 $50.34 $26,40 $39,60 £15.00 $52.50 $27.82 $17.32 $55.20 $15.00 $87.60 4O 5 Collier County Health Department 9/1 i/00 Service Code File Listing CPT Code Service Description 78945 TB-PANEL-DSI 80002 80004 80007 80008 80010 80019 80019 80019 80019 8001o 80010 80019 80019 8002 8002 80031 8004 8004 80049 80049 80054 80058 80059 80059 8006 8006 80061 80061 80061 80061 80061 80072 80072 80074 8008 8008 80091 80092 80158 80185 80198 8020 8026 8026 80408 81000 81002 81003 81003 81025 82000 82021 82121 82150 82232 82250 82270 82310 CPHUFee $5,00 $3.00 $5,10 $6,90 $6,90 $11,50 $24.50 $23,00 $2~.20 $8.03 $12.68 $44,25 $7,50 $19.20 $38.70 $52.00 $4.88 $10,88 $9.08 $12.23 $23.00 $27.25 $90,00 $7,35 $25.50 $35,6~ $7.00 $8,00 $2,00 $3,00 $2.00 $0,00 $28.00 $5.00 $19.35 $2,50 $4,22 0310-CI,AB-SODI! JM R, POTASSII IM 0903 CI AB-EI,ECTROI,YTE-0903 CHEM 7 091 I CI,AFI-I,IVER DISEASE PROFII,E-091 I 0Ol I CEAB I,IVER FUNCTION PROFI1,E 911 C1,AB-CHEMZYME (SMAC 25'} CI .AFI-CHEMZYME Pl,[ IS (SMAC 25 LDI,.HD1,) C[,AB-CHEMZYME Pl ,IlS (CBC.T7.1 IA) CLAB-CHEM-ZYME PI.1IS CBC C[ ,AB-12001 -AUTOMATED CHEMISTRY PANEl, 1281 CI,AH-PROFI1,E M 1281 1200 CI,AB-AI ITOMATED CHEMISTRY PANEl, GENERAl, HEAETH PANE1,-DS[ HSI-PSYCHOSOCIAI, COl [bigEl JNG HSP-PSYCHOSOCIAI, COl INSEl ,INC 2404 CLAB DRUG I,EVE[, SPEClFY(PHENERGAN)-2404 HSI-PARENTING EDUCATION & SUPPORT HSP-PARENTING EDUCATION & SUPPORT BASIC METAHOI JC PANEI,-DS1 TB-CHEM 7 - lAX COMPREHENSIVE METABOLIC PANEl, TB-I,IVER PROFILE - lAX 6?97 C1,All HEPATITIS A & B COMPREHENSIVE 6297 HEPTITIS A.B & C DIAGNOSTIC-DSI HSI-CHI[ DHIRTH EDI ICATION ]qSP-CHll DBIRTH ED1 lCATION 0929 CI,AB-I JPlD SCREEN-0929 1275 CLAB CORONARY RISK PI[ CI,AB- 15576 A1 ITOMATED CHEMISTRY PANEIdACP CHO1,ESTEROE.TR[G!,YCERIDES AND HDL-LAH CORP TB-CHEM 8 plus I Jpid - .tAX 0909 CLAB-ARTHR[TIS PROFII,E #1-0909 CI,All RHE! IMATOID ARTHRITIS PROFlI,E DNAVIRAEEOAD DSILAB HSI-BREAS;T FEEDING EDUCATION & SUPPORT FISP-BREAST FEEDING EDUCATION & SUPPORT 0217 CLAB T7-0217 6000 CI ~AFI-THYRO[D PANEI.HYPO(TSH T3.T4.T7) CycI,oSPORINE A (1 ,AB CORP) 0860 C1 ~AB-PHENYTO1N(DlI,ANT1Nl-0860 0878 CI,AB-THEOPHYl,I,INE-0878 BI,S-I,EAD POISONING ED1JCATION HSI-SMOK INC CESSATION CO1 INSEl,INC HSP-SMOKING CESSATION COIINSEIJNG RENIN-DS[ 11RINAI,YSIS.ROI IT1NE-DSI II AB-I IRINE W/MICROS CI,AH-URINE MICROS 0400 C[,AB-IJRINE W/MICROS-0400 IPO PREGNANCY TEST PROFILE C -DSI GENERAl, SCREENING-PROFII,E lB-DS1 AI,PHA FETO PROTEIN T1 JMOR MARKER-DSI 0101 CLAB-AMY[,ASE RERlIM-101 2244 CI,AB-BETA-2 MIC (SERI JM~-2244 BI1 ,I.IRI JFI1N.TOTAI. - DSI 0568 CI,AB-BI,OOD OCC[ JI,T-0568 CAI,CIUM. Total Serum I,AB CORP 41 6 Collier County Health Department 9/11/00 Service Code File Listing CPT Code Service Description 8~465 TB-CHEM8-JAX 82482 82510 82511 82549 82550 CPK (CK.TOTAI,/- DSI 82565 82575 82607 82607 82626 82655 82660 82668 82715 82718 82728 82728 82793 82947 82947 82948 82948 82950 82950 g2951 82951 82951 82955 82965 83001 83002 83010 83010 83020 83022 83036 83036 83036 83052 83111 83185 83310 83405 83418 83527 83540 83540 83545 83625 83645 83655 83690 C[,AB-AMYI,ASE/I,IPASE 83690 I,IPASE 83725 IATHI1JM.SERI IM - DSI 83735 MAGNESI11M. SERUM 83898 CHLYMYDIA PCR - DSI 84051 CI,AB T-HELPER CD4-DSI CPHU Fee $12,00 $11,18 $13,50 $59,07 $1o,oo $36.25 $4,00 $2.25 $24,00 $2,10 $5,48 $4,00 $10.00 $5,00 $17.Q0 $19.00 $18.08 $38.50 $0.00 $41,00 $9,00 $0,00 $6,00 $6,00 $4.00 $22.00 $17.85 $2,93 $12,75 $0,00 $7,00 CHOI~ENESTERACE.RBC I,YMPH PROF 2-T-CEI,I, 1MMUNO PANEI.-DSI T&B CEI,E PANEl, COMPEETE-DSI CARDIAC PROFILE - DS1 CREATININE. SERUM - DS1 0516 CI~AB CREAT1NINE CLEARANCE-0516 2202 C1,AB ANEMIA PROFILE 111-2202 FOLIC ACID and VITAMIN B12 Serum DHEA (Dehydroepiandrosterone/Serum PHENYTOIN (DI1,ANTIN'I DSI 0846 CI~AB-SAP 6 (DRUG SCREEN%0846 ERYTHROPOIETIN 111,TRASENSITIVE VIRAE I,OAD - DSI VIRAI, CI I1,TIIRE.RESPlRATORY/CMV-DSI 6041 CLAB-FERRITIN FER R1TIN. SERUM ABSO1,UTE NEIJTROPHII, COIJNT-DSI SI,AB-FII,OOD SUGAR 3636 CI~AB-BI,OOD SI JGAR-3636 1428 CI,AB-GLUCOSE DIPSTICK-1428 II,AB-GEUCOSE POST PR 2722 CEAB-GTT-1HOIJR-2722 ILAB-1 HR GTT 0171 CI,AB-171-GTT-3HOI JR 0171 CLAB-2/3 HR GLUCOSE TO1,ERANCE-0171 IEAB-3 HR GTT 0183 CI,AB-0183-G-6-PD GGT(GAMMA GI,1JTAMYL TRANSFERASE-DSI 0358 CI,AB-FO1 ,I ,ICI,E STIMI II ,ATING HORMONE.SERI JM CI ,AB-FO1,1ACI ,E STIMI J1,AT & LUTEINIZING HORMONE PREGNANCY TEST SERUM - DS1 HAPTOGI,OBIN. Serum SI,AB-SICKLE CEI,I, SI,AB-GC/CHI,AMYDIA SI,AB-HGFI AIC 6246 Cl.AB-GI,YCOHEMOG1,OBIN-6246 SI,AB-GLUCOHEMOG1,OBIN SI,AB-SICKI,E CELL SCREEN CLAB-SICKI,E CEI,1, SCREEN (PRENATAL/ AEDOST-AI,DOSTERONE.SERUM-DSI CORTISOI. SERIJM-DS1 FOI ,I,ICI.E ST1MU1,ATING HORMONE-MA1,ES - DSI TESTOSTERONE.TOTAI,-DSI LEAD BI,OOD - DSI STATE INSI I[,IN 0243 C1.AB-IRON SERIJM-IIRINE-0243 IRON SERUM - DSI 0244 CI,AB IRON SERUM-TOTAl,-0244 lad tSOENZYMES $;ERIJM - DSI BI,S-LEAD SCREENING INITIAl, BES-LEAD SCREENING FOI,I,OW-UP 42 7 9/1 (/00 CPT Code Service Description Collier County Health Department Service Code File Listing CPHU Fee 84066 84066 84100 84146 84155 84180 84330 84330 84436 84443 84450 84450 84450 84450 84454 84460 84465 84520 84520 8455 ~ 84555 84555 84702 84703 84703 84703 8501 87013 85014 85014 85018 87018 87022 85025 85025 85025 85025 85025 85041 85044 85044 87610 8~730 87730 86080 8615! 86225 86225 86244 86244 86255 86255 86256 3688 CI.AB-ACID PHOSPHATASE-3688 CI,AR - PROSTATE PROFILF, PHOSPHORUS.INORGANIC.SER1 IM-DS! 0338 Cl,AB-PROI,ACTIN-0338 PSA (Prostatic Specific Anti_~en) 0522 CI.AB-24 HOUR URINE PROTEIN-0522 GI,1/rOSE. RANDOM. SERUM OR PLASMA-DSI GI,I ICQSE.FAST1NG.SERIIM OR PI,ASMA-DS1 $15.00 ~22 00 $21.15 $21.15 $5.93 0231 CI,AB T4-0231 0235 C[~AB-TSH BY RIA SLAB-SGOT 3300 CI,AB-03300-SGOT 0330 CI AB-SGOT-330 TB-SQQT-JAX $4.28 $13.95 $2,00 $2.00 $0.00 SGOT $0.00 TROPIN1N-O11ANTATATIVE DSI 3333 CI,AB-03333-SGPT SGPT-p, LANINE p, M1NOTRANSFERASE (AI,T]-DSI BUN (Blood 1 lrea Nitrogen) Serum TB-KIDNEY PROFILE - JAX DEPAKENE(VAI,PROIC ACID3-DSI URIC ACID TB-URIC ACID-JAX $3.23 $3.00 $3.00 II.AB-PREGNANCY TEST 0454 CI.AB-HCG BETA SI JB UNIT Ol IAI ~-0454 0454 CLAB HGC OUAI.-0454 6084 CLAB-HCG.SERUM.OUANTITAT1VE-6084 03-PRE CO1JNSEI.ING AND TESTING-ONI.Y 03-POST COUNSELING TB-HEMATOCRIT - JAX 7269 CLAB-H & H-7269 0503 CLAB-HEMATOCRIT-503 11 ,A B-H EMOGLOFIIN/COLOR TB-HEMOGLOBIN - JAX SI.AB-T & B LYMPH 0500 CI,AB-CBC WITH DIFF-0500 CLAB CBC 1165 $0,00 $8.00 $8,00 $14.48 $20.00 $4.13 $2.00 ~2.00 $5.00 C1,AB CBC 1166 CLAB CBC 1168 TB-CBC AND DIFF / .lAX $22,19 $81.77 RBC 0539 CLAB-RETICULOCYTE COUNT 0539 RETICIII,OCYTE COl INT. Blood WBC 0533 C[~AB-PRQT~IROMBIN TIME-0.533 SEDIMENTATION RATE (ESR)Blood 0545 CI.AB-SICKI.E CEI.[~ SCREEN-0547 CI.AB-pyRIDOXINE (PTT) PART[,&I. THR, OMBOPI.A STIN TIMI~-DSI INFECT[OIlS MONONI ICI.EOSIS S(2~EEN-DSI 0351 CLAB-PRENATAI, PROFILE #1 HBSAG + UA-351 0116 C[,AB-CARCINOEMBROYONIC ANTIGEN-0116 2936 CI,AB ANTI DNA-2936 LUPUS PROFILE-[.AB CORP 9677 C[,AB-MSAFP (ALPHA FETO-PROTE1N)MATERNAL 5100 CI,AB~MSAFP(ALPHA FETO-PROTE1N) CSF-5100 2447 CLAB-TOXOPLASMA leM BY 1FA-2447 0627 CLAB-ANA-627 LYME DISEASE/~NTIBODy SCREEN-DSI $2.00 $3.30 $30.50 $2.00 $2.85 $3.00 $3.83 $3.70 $6.00 $8~00 $15.83 $72.00 $21.83 $17.55 $15.00 $12.00 $o,oo 43 8 Collier County Health Department 9/If/00 Service Code File Listing 1 ~-- ~'~ 2 CPT Code 86280 86287 86287 86287 86287 86287 86289 86290 86291 86291 86291 86291 86296 86299 86308 86314 86316 86317 86317 86317 86317 86317 86317 86317 86318 8631 86318 86318 86324 86329 86360 86403 86403 86430 86455 86485 86580 86580 86588 86592 86592 86592 86592 86592 86593 86593 86609 86631 86631 86644 86645 86701 86701 86701 86704 86704 86704 86706 86706 Service Description CPHU Fee _l._ SI,AB-MHATP CI,AFI-HEPATITIS B SURFACE ANTIGEN-PRE TEST SLAB-HBSAG CI,AB-HEPATIT[S B SI IRFACE ANTIGEN-POST TEST 6254 CI,AB-HEPITITIS B PROFII,E-6254 0351 CI,AB-HBSAG-0351 6289 C:I,AB-HBCAB-6289 2851 CEAB-HEPATITIS B CORE ANTIBODY-2851 SLAB-HEPATITIS TITER-HBSAB CLAB-HEPATITIS B SURFACE ANTIBODY PR CLAB-HEPATITIS B SIIRFACE ANTIBODY PO COLD AGGLUTININ TITER - DSI 5608 CLAB-ACUTE VIRAL HEPATITIS PROFII,E-5608 6270 C1,AB-HEPATITIS A: IgG + lgM-6270 MONONI ICI~EOSIS SCREEN CLAB-HIV-1 P24 ANTIGEN 3688 C1 ~AB-PROSTATE SPECIFIC ANTIGEN-3688 2757 C1 ~AB-CHI~AMYDIA ANTIBODIES(I-aG)-2757 CLAB-RI IBEI,I~A VIRUS lgG ANTIBODY 9653 CLAB-R1. JBEOLA VIRUS I-aG ANTIBODY-9653 0628 CLAB-MUMPS VIRUS l-aG ANTIBODY BY EIA 2757 CLAB-CHI~AMYD[A-2757 CEAB-RIIBEIJ~A ANTIBODY IMMUNE 0949 CI,AB-HEPAT1TIS C 2829 ANTI-CARDIDEIPIN PROFILE-2829 2829 CI~AB-CMV ANTIBODIES BY EIA-2829 2829 CI,AB-CMV lgM ANTIBODY BY EIA-2829 2829 C1.AB-R[IBEI J ~A VIRUS l-aG ANTIBODY-2829 l-aG - DSI $17 O0 $10.00 $8.00 $33.53 $6.00 $14.48 $12.15 $15.00 $17.00 $8.00 $4547 $15.98 $3.75 $I4.50 $15.00 $13.43 $14.70 $26.70 $19.73 $13.43 $5.00 $14.03 $43.95 $43.95 $43.95 $43.95 0146 CLAP, C4 COM PI~EMENT-0146 T HEI,PER/TSIJPPRESSOR(CD4/CDR~RATIO PANEL 2286 CEAB-CRYPTOCOCI IS ANTIGEN SERI IM-2286 RIIBELI,A SCREEN (TITER~ P~A (Rheumataoid ArthritisWACTOR-l.AB CORP TB~ANERGY PANEL IHI,AB-CANDIDA TB-PPD CHARGE VISIT RW PPD 0630 CLAB-BETA STREP ANTIGEN(FAST STREP)-0630 RPR-SLAB 2604 CEAB-RPR-FLIIIDS-2604 0616 CLAB-RPR SERIIM-0616 STD-SYPHII IS SCREEN - MIA STD-SYPHILI,IS SCREEN-JAX 2604 CLAB-SYPHII,IS TITER VDRL-2604 SLAB VDRL-SYPHII.I,IS TITER - 2604 DENGI IE FEVER ANT1BOD1ES(SI IRVElI,I,ANCE PROGRAM~ CLAB Chlamydia Trachomatls Antibody (lgGl CLAB Chlamydia Trachomatis Antibody (lgM) IMM-M[ IMPS TST 2291 CI,AB-CMV I_aM ANTIBODY BY EIA-2291 SI.AB-HIV 2812 CI,AB-H1V-2812 HIV-I ANTIBODY SCREEN(WESTERN BLOT IF POS] S[~AB-HBSAB/CORE STD-HEPATIT1S BcAb - MIA STD-HEPATITIS BCAB-JAX STD-HEPATITIS BsAb - MIA STD-HEPAT1TIS-BSAB-JAX $20.55 $29.00 $13.88 $15.00 $3.50 $4.00 $4.00 $10.00 $1O.0O $5.00 $2.00 $6.08 $2.00 $6.08 $6.08 $0.00 $26.40 $1.00 $4,00 $32.70 $10,00 $15.00 $5.00 44 9 9/11700 CPT Code 86777 8678} 86781 86781 86781 86781 86787 87040 87045 87045 87045 87045 87059 87060 87070 87070 87070 87070 87070 87070 87070 87081 87081 87081 87081 87081 87086 87086 87086 87093 87102 87110 87110 87110 87117 87117 87117 87118 87147A 87147B 87177 87177 87177 87177 87178 87178 87178 87179 87179 87190 87208 87211 87220 87256 87340 87340 Service Description Collier County Health Department Service Code File Listing CPHU Fee 0555 C1,AB-TOXOPI,ASMA IgG BY EIA-0555 0614 CI,AB-SYP1411,IS CONFtFTAl-0614 MHATP FTA STD-MHA-TP CONFIRMATORY - MIA STD-MHA-TP CONFIRMATORY-JAX 2460 CLAB-VAR1CEI,I,A-HERPIES ZOSTER 18G-2460 2608 CI,AB-THYROID AUTOANTIBODIES-2608 COOMBS TEST. INDIRECT (ATYPICAl, ANITBODY SCR1 0653 CI,AB-BI,OOD CIJLTIJRE-0653 SI,AB-SAI,MONEI,I,A 5566 CI,AB-05566-STOOL CIJLT[JRE 0556 CI,AB-STOOI, CIJLTIJRE O/P-0556 - MIA SI,AB-ENTERIC PATHOGENS HEI.ICOBACTER PYI,ORI CI Jl ,TI IRE-DS1 F1FNGIJS CIJ1.TIJRE & SMEAR-DSI 9820 CLAB-CULTURE AND SENSITIVITY~ THROAT 9822 CLAB-9822X-CI II ,TI IRE WOI IND/I,ESION 0659 CLAB-SENS1TIVIT1ES-0659 SLAB-SPUTUM AFB SMEAR 0660 GC CULTI IRE-0660 C[,A B-9818-SP1JTI IM CULTIJRE URINE CUI,TIJRE With p, ntihlotic Sensitivity SI,AB-GC CUI,T $8.93 $12.68 $17,63 $20,78 $21.38 $31.20 $15.75 $9.38 $6.00 $6.00 $6.00 $8.85 $8.85 $5.00 $6.30 $8.85 $10.25 9817 CLAB-GC C111,T-9817 0660 CI,AB-GC CI JI,TIIRE-0660 5684 CI,A B-GC/NEGATIVE-5684 CI,AB-STOOI, C/S 4444 C1,AB-44440-CULT1 IRE 11RINE W/COI,ONY COUNT 4444 C1,AB-11RINE C111,T118E-4444 4444 CEAB-I IRINE CIJLT1 iRE-4444 SPUTUM CIILTIIRE - DSI $8.85 $6.30 $4.73 $9.(10 $8.85 $8.85 $9.00 CLAB FUNGIJS CUI,TI IRE CLAB~CHLAMYDIA CIJ1,TURE-1808 1808 CI ,AB-CHI,AMYDIA CIJLTURE- 1808 S1,AB-CHI,AMYDIA CULTURE SI,AB-SpI. JTUM SP[JT1JM INDUCTION TB-AFB SMEAR - JAX $9.25 $21.38 $21.38 $21.38 $0.00 TB-C111,Tl IRE MYCOBACTER1A TB-AFB C1JI,TI IRE 1,1OIJ1D MEDIA~JAX SI,AB-SHIGEI,I,A SI,AB-VIBRIO $0.00 SLAB-INTESTINAL PARASITES O&P-STOOI, 7062 Cl~AB-STOOL/OVA & PARASITES 7062 0669 CLAB-ACID FAST CIII,TIJRE AND STAIN 669 CIILTIJRE. ACID FAST & STAIN-LAB CORP 2756 CLAB-DNA PROBE CHI.AMYD1A-2756 CI~AB-DNA PROBE GC 5685 CLAB-DNA PROBE CHAI~MYDIA/GC-5685 HIV-I DNA BY PCR HIV-I DNA BY PCR TB-AFB SENSITIV1TY-JAX CRYPTOSPORIDI[ JM/CYCI,OSPOR A-PROFII,E 2999 $4.50 $14 00 $16.25 $7.00 $7.00 $11.64 $175,00 $175.00 $23.00 SLAB-PINWORM Sl JDE 1EAB-WET PREP(WET SMEAR SI.1DE} 1838 CEAB HERPES SIMPI,EX 1838 STD-HEPATITIS BsAg - MIA STD-HEPATITIS BSAG-JAX $4.00 $14.00 Collier County Health Department !6n 9/1 ?/00 CPT Code 87490 87490 87490 87490 87490 87536 87590 88150 88150 88180 88312 88888 88888 890909 89327 9041 90632 90632 90632 90658 90658 90658 90658 90658 906~0 90680 90700 90701 90702 90704 90705 90706 20707 99707 90708 90712 90713 90713 90714 90716 99716 99716 99717 90717 90718 90718 90718 90720 907251 90726 90726 90731 90731 90731 90732 90732 90732 90732 90737 Service Description CPHU Fee STD-CHI,AMYDIA/GONORRHEA - MIA ~TD-CI-tl AMYDIA (GENPRORE) - MIA STD-GONORRHEA (GENPRORE] - MIA ~TD-CHI,AMYDIA (GENPROI:IE)-JAX STD-CHLAMYDIA/GONORRHEA-JAX H1V VIRAI, LOAD.III.TRA-SENSIT|VE - DS1 STD-GONORRHEA (GENPROBE)-JAX 0896 C1,AB-PAPSMEAR I SLIDE-896 CLAB-PAPSMEAR 1 SLIDE (NO CHARGE) TB-CD4/CD8 - JAX 022 00 CLAB-PNEMOCYSTIC SMEAR ESTABLISHED PATIENT:MINIMAL VISIT FEE ESTABLISHED PATIENT:MINIMAL V[Si1T FEE 8GOT $31.00 $0.00 $5.00 HDL PROFILE - DSI BLS-COMMIINITY MEETING HEP A VACCINE RW HEPATITIS A HEPATITS A VACCINE IMM-INFIAJENZA (NEW CPT CODE) SITE-FI,IJ/NEW CPT CODE) AGENCY - FLIJ (NEW CPT CODE/ INF[,! IENZA (NEW CPT CODE) RW-INpI,I JENZA (NEW CPT CODE) NI ROTAVIRI IS CHILDHOOD VACCINE N1 CHILDHOOD ROTAVIRI JR VACCINE NI DTAP CHII,DHOOD IMMUNIZATION DTP CHII,DHOOD IMMUNIZATION NI DT CHILDHOOD IMMUNIZATION NI MUMPS CHIEDHOOD IMMUNIZATION NI MEASLES CHII,DHOOD 1MMIFNIZATION RIJBEIJ,A IMM-MMR AD1 JI,T NI MMR CHlI,DHOOD IMMUNIZATION NI MR CHILDHOOD IMMUNIZATION N[ OP¥ CHII,DIqOOD IMMUNIZATION IMM-IPV (ADU1 NI IPV CHIEDHOOD IMMI JNIZATION TYPHOID VACCINE %30.00 ~30.00 ~30.00 $10.00 %10.00 g10.00 $35.00 RW-VgRICEI,1 .A VARICEI,I,A NI VZ¥ CHII,DblOOD IMMIJNIZAT1ON YEI,I .QW FEVVP~ $7.00 RW-MMR %50.00 %50.00 IMM-TD N[ TD CHILDHOOD IMMUNIZATION RW-TD ~35.00 NI DTP/HIB CHILDHOOD IMMUNIZATION IMM-CHOLERA IMM-RABIES VACCINE (POST 1MM-RABIES VACCINE (PRE 1MM-HEPATITIS B - ADLT NON PERINATAl, CONTACT %lS.O0 ~15.00 07.o0 %101.30 %135.00 ~50.00 IMM-HEPATITIS B (CONTRACT/ HEPATITIS B - STATE S[JPPI,IED IMM-PNEUMOCCAL SITE - PNEUMONIA AGENCY - PNEUMONIA RW-PNEIJMONIA HEMOPHILiS INFLUENZA I~l - Hllq $50.00 %0.00 s15.o0 %15.00 $30,00 46 Colher County Health Department 9/1 ?/00 Service Code File Listing CPT Code 90737 90737 90741 90742 90744 90744 90746 90746 90748 90748 90749 907492 90782 90782 90799 90799 92081 93000 93005 93005 9301BAI. 9302BA1~ 9303BAE 9304BAL 9310BA1. 93-Ill1 93-2222 9323BAL 9325BAL 9329~AI. 93-3333 9337BAI, 93-4444 93-BAL 95825 96049 96199 96199 98035 99030 99201 992o~ 99201 99201 99201 99201 99201 99201 99201 99201 99201 99201 99201 99201 99202 99202 99202 99202 99202 Service Description NI HIB CHILDHOOD lMMIINIZATION RW-HEMOPHll,IS INFI,UENZA B-HIB IMM-GAMMA GI,OBIJI.IN (1SG3 2 cc IMM-RABIES (R1G/1 VIA13 HEPATITIS B VACCINE PREVENTATIVE Nl HEPB CHILDHOOD 1MMI JNIZATION HEPATITIS B (OVER 20 YRS OI~D3 RW-HEPATITIS B N1 HIB-HEPB(COMVAXi CHILDHOOD 1MM[JNIZAT1ON N] CHII DHOOD HIB-HEPB (COMVAX) OTHER 1MM[JNIZATION CPHU Fee 2 TB-TB TEST READ INJECTION BICll,I.EN INJECTION X 1 INJECTION OF MEDICATION RW-INJECTION OF MEDICATION VISUAl, FIELD EXAM ADI~T-EKG AD1.T-EKG RW-EKG $30,00 $10,00 $83,70 $50,00 $50.00 $50.00 93-01-BAI,ANCE FORWARD 93-02-BALANCE FORWARD 93-03-BAI,ANCE FORWARD 93-04-BAI,ANCE FORWARD 93- I O-BALANCE FORWARD pHARMACY CO PAY 1RX PHARMACY CO PAY 2RX 93-23-BALANCE FORWARD 93-25-BALANCE FORWARD 93-29-BALANCE FORWARD PHARMACY CO PAY 3RX 93-37-BALANCE FORWARD PHARMACY CO PAY 4RX 93-BAI,ANCE FORWARD ACTH A-ADRENOCORTICOTROPIC HORMONE.PLAS-DSI EPSTEIN-BARR VIRUS (EBV~ ANTIBODY. lgG -DSI HCV-RIBA-DSI HEPATITIS C VIRUS ANTIBODY - DSI CARNITINE. FREE - DSI HCV-OIIANT-DSI $0,00 $10,00 $12,00 $10.00 $18.50 $29,63 $18.00 $18,00 $0,00 $0,00 $0,00 $0,00 $0,00 $0,00 $0,00 $o.oo $o.oo $O.OO $O,OO $0.00 $0,00 $0,00 $103.72 STD-NEW. PROB1,EM FOCUSED 03-NEW. PROBI,EM FOC[JSED TB-NEW. PROBI~EM FOC1 lSED CD-NEW. PROBLEM FOC[ JSED ADI.T-NEW. PROBI.EM FOCUSED SCHOOL HFTH-NEW PHYSICAL STD-MEDIPASS. NEW-PROB.FOCUSED 03-MEDIPASS. NEW. PROB1,EM FOCUSED TB-MEDIPASS. NEW. PROBI,EM FOCUSED SCHOOI, HI,TH-MEDIPASS. NEW. PHYSICAl, ADLT-MED[PASS. NEW. PROBI,EM FOCUSED ADLT-NEW. PROBI,EM FOCUSED NEW PATIENT RW-NEW PATIENT-FOCI ISED ADI,T-NEW EXPANDED STD-NEW. EXPANDED 03-NEW. EXPANDED TB-NEW EXPANDED CD-NEW. EXPANDED $24.77 $35,95 $35,95 $30,00 $30.85 $30.85 $50.34 $30.85 $50.34 $30.85 $35,95 $29,65 $56,08 $41,37 $56,08 $56,08 $42,98 47 12 Collier County Health Department 9/1 WOO Service Code File Listing CPT Code 99202 99202 99202 99202 99202 99202 99202 99203 99203 99203 99203 99203 99203 99203 99203 99203 99203 99203 99204 99204 99204 99204 99204 99204 99204 99204 99204 99204 99205 99205 99205 99205 99211 99211 99211 99211 99211 99211 99211 99211 99211 99211 99211 99211 99212 99212 99212 99212 99212 99212 99212 99212 99212 99212 99212 99212 99212 99212 99212 Service Description STD-MEDIPASS NEW. EXPANDED 03-MEDIPASS. NEW. EXPANDED TB-MEDIPASS. NEW. EXPANDED ADI ~T-MEDIPASS. NEW. EXPANDED ADET-NEW EXPANDED ADI ~T-NEW EXPANDED RW-NEW PATIENT-EXPANDED STD-NEW. DETAII.ED 03-NEW. DETAIEED TB-NEW. DETAII,ED CD-NEW. DETAII,ED ADI,T-NEW. DETAtI,ED STD-MEDIPASS. NEW. DETAIEED 03-MEDIPASS. NEW. DETAII,ED TB-MEDIPASS. NEW. DETAII,ED CHII,D-NEW DETAII,ED AD1,T-MEDIPASS. NEW. DETAII,ED RW-NEW PATIENT-DETAll,ED STD-NEW. COMpR/MODERATE 03-NEW COMPR/MODERATE TB-NEW COMPR./MODERATE CD-NEW. COMPR./MODERATE ADI,T-NEW. COMPR/MODERATE STD-MEDIPASS NEW COMP./MODERATE 03-MEDlPASS NEW. CPMP./MODERATE TFI-MEDIPASS. NEW. COMP./MODERATE ADI,T-MEDIPASS. NEW COMPR/MODERATE RW-NEW PATII~NT-COMP/MOD ERATE ADULT PHYSICAl, RW-NEW PAT1ENT-COMP/COMPLEX IMMIGRATION PHYSICAL 15 YEARS AND OLDER CPHU Fee 160. 2 NEW EXTENDED STD-EST. MINIMAl, 03-EST.. MINIMAL TB-EST.. MINIMAl, CD-EST.. MINIMAL ADI,T-EST. MINIMAL STD-MEDIPASS. EST.. MINIMAl, 03-MEDIPASS. EST MINIMAI~ TB-MEDIPASS. EST.. MINIMAl, ~D-]VIEDIPASS EST.. MINIMAL $50.34 $50.34 $42.98 $42.98 $4633 $58.80 577.78 $77.78 $58 82 $77.78 $50.34 $63.34 $87.19 $113.52 $113.52 $87.77 $113.52 $50.34 $50.34 $94.35 $88.00 $117.73 $120 00 $141.42 $10.63 $17.19 $17.19 $50.34 $17.19 $50.34 ADLT-MEDIPASS. EST_ MINIMAl. FP-ESTABI,ISHED.MINIMAI. RW-ESTABLISHED PATIENT-MINIMAl. STD-EST_ PROBLEM FOCl IRED 03-EST.. PROBLEM FOCI ISED TB-EST.. PROBI,EM FOCI ISED CD-EST.. PROBLEM FOCUSED ADI,T-EST.. PROBLEM FOCUSED SCHOOL HLTH-EST.. PHYSICAl, STD-MEDIPASS. EST.. PROBLEM FOCUSED 03-MEDIPASS. EST.. PROBI,EM FOCI ISED TB-MEDIPASS. EST.. PROBEEM FOCI ISED CD-MEDIPASS. EST.. PROBEEM FOCUSED SCHOOl, HETH-MEDIPASS. EST. PHYSICAl, AI)I,T-MEDIPASS. EST.. PROBLEM FOCUSED ADI,T-MEDIPASS. EST.. EXPANDED RW-ESTABIJSHED PATIENT-FOCI JSED FOG[ ISED $50.34 $12.90 $14 30 $21 73 $30.88 $30 88 $50.34 $30.88 $22.91 $50.34 $50 34 $50 34 $50 34 $50.34 $25.03 48 13 9/1'i/00 CPT Code 99213 99213 99213 99213 99213 99213 99213 99213 99213 99213 99213 99213 99214 99214 99214 99214 99214 99214 99214 99214 99214 99214 99214 99214 99215 99215 99215 99215 99215 99420 9944 9944 99999 CYI201 CYTBPPD D0110 D0110 D0120 D0120 D0130 D0130 D0150 D0210 D0220 D0220 Do23o D0270 D0272 D0273 D0274 DIll0 DIll0 DlI20 D1203 DI330 D1351 D2110 D2120 D2130 Service Description Collier County Health Department Service Code File Listing CPHU Fee STD-EST.. EXPANDED 03-EST EXPANDED TR-EST EXPANDED CD-EST_ EXPANDED ADI,T-EST.. EXPANDED STD-MEDIPASS. EST. EXPANDED 03-MEDIPASS. EST EXPANDED TB-MEDIPASS. EST.. EXPANDED CD-MEDIPASS EST.. EXPANDED ESTAB[ JSHED EXPANDED RW-ESTABI,ISHED PATIENT-EXPANDED CHI,D-EST.. EXPANDED $31,67 $42,$9 $42,59 $33,24 $42,59 $50,34 $50,34 $50,34 $35,37 STD-EST.. DETAII.ED 03-EST DETAlI,ED TB-EST DETAILED CD-EST.. DETAII,ED ADLT-EST DETAII,ED STD-MEDIPASS. EST DETAll,ED 03-MEDIPASS. EST DETAII,ED TB-MEDlPASS EST.. DETAIEED CD-MEDIPASS EST.. DETAIl CHLD-EST DETAII,ED ADLT-MEDIPASS. EST.. DETAIEED RW-ESTABI,ISHED PATIENT-DETAII.ED $TD-ESTA BIJSHED/COMPREH ENSIVE ESTAB1 JSHED/COMP MEDIPASS/EST/COMP RW-ESTABLISHED PATIENT-COM P/COMPI,EX CHI,D-EST..COMPREH ENSIVE IPO-MEDIPASS. PRA W/ASSESS 2-3 TRI HSI-INFANT CASE CLOS1 IRE HSP-PRENATAE CASE CLOSI JRE NEW PATIENT:MINIMAl, VISIT FEE COUNTY ACP & CBC (NO CHARGE/ COl INTY PPD (NO CHARGE/ EXAM CLINICAl, HISTORY & COMPLETION OF FORM RW-DENTAL-1NIT[A[, EXAM PERIODIC ORAL EXAM RW-DENTAI,-PER[ODIC EXAM EMERGENCY ORAl, EXAM RW-DENTAI,-EMERGENCY EXAM EXAM CI,INICAL HISTORY & COMPI,ETION OF FORM FIIEI, ADIILT X-RAY g-FILMS PERIAP1CAI, 1ST SINGEE FILM RW-DENTAI,-PERIAP[CA1, FILM.FIRST PERIAPlCAL EACH ADDITIONAl, BITE WING (S1NGI,E FlI,M) BITE WING (2 FII,MS) BITE WING (3 FILMS) BITE WING (4 HI,MS) PROPHYI AXIS & FLUORIDE (14 & O[,DERI RW-DENTA[ ,-PROPHY-AD1JLT PROPHYI.AXIS & FLIIORIDE (14 & YOIINGERI FLUORIDE TREATMENT ORAL HYGIENE [NSTR1 ICT[ONS SEAl,ANTS (PER TOOTH/ AMALGAMS (I SIJRFACE~ CHlI,D AMALGAMS (2 S[JRFACES5 CHILD AMA[,GAMS (3 SURFACES) CHILD $49,03 $64,94 $64,94 $50,53 $64,94 $50,34 $50,34 $50,34 $50.34 $54.22 $99.96 $50.34 $85.89 $50.00 $9,00 $0,00 $28.00 $10.00 $14.00 $1o,oo $28,oo $7,00 $28.00 $56.00 $11.00 $4.00 $9.00 $11.00 $10.00 $21,00 $25,00 $40.00 $10.00 $28.00 $17.00 $11,00 $20,00 $48.00 $62.00 $75.00 49 14 Collier County Health Department 9/12/00 Service Code File Listing CPT Code D21gl D2140 D2i4o D2150 D2150 D2160 D2160 D216T D2161 D2330 D2330 D2331 D2331 D2332 D2332 D2335 D2335 D2385 D2930 D2940 D2940 D2951 D2951 D3110 D3110 D3120 D3120 D3220 D3310 D3320 D4210 D421! D4220 D4341 D4341 D7110 D7110 D7120 D7120 D7130 D7130 D7210 D7220 D7310 D7320 D7510 D7510 D7530 D911g D9110 D9230 D9310 D9920 DAP-I 11 l DAP-2222 DAP-3333 DAP-4444 Service Description AMA1,GAMS (4 Sl IRFACES/CHII,D AMALGAMS (1 S[IRFACE/ADII1,T RW-DENTAL-AMAI GAM-I SURFACE A MA I,GAMS (2 SI JR FACES~ ADI I1,T RW-DENTA1,-AMALGAM-2 S11RFACES AMAI~GAMS (3 SURFACES) ADUI,T RW-DENTAI,-AMALGAM-3 SURFACES AMALGAMS (4 S[ iRFACES) AD1 iI,T RW-DENTAI~-AMAI,GAM-4+ SI iRFACES COMPOSITE RESIN (1ST SURFACE) RW-DENTAI~-COMPOS1TE ANTERIOR 1 COMPOSITE RESIN (2 SURFACES) RW-DENTAI,-COMPOSITE ANTERIOR 2 COMPOSITE SIJRFACES (3 S[ JRFACES~ RW-DENTAL-COMPOSITE ANTERIOR 3 COMPOSITE RESIN (C1,ASS IV) RW-DENTAI,-COMPOSITE ANTERIOR 4+ RW-COMPOSITE POST L STA1NI,ESS STEEL-PRIMARY TEETH TEMPORARY Fll,I,ING RW-DENTAI,-SEDAT1NE FlI,I,ING REINFORCEMENT PIN (1 ST) REINFORCEMENT PIN (ADDITIONAl,) PIILP CAP-DIRECT RW-DENTAI,-PULP CAP-DIRECT PULP CAP INDIRECT RW-DENTAI ~-P111,P CAP-INDIRECT THERAPEUTIC P[JLPOTOMY (EXCL FINAL RESTORA) ROOT CANAl, (ANTERIOR) ROOT CANAl, (BICUSPID) RW-DENTAI.-GING[ OUAD RW-DENTAL-GINGI TOOTH RW-DENTAI,-GINGi CURET OIJAD 111,TRASONIC PER OI IAD CPHU Fee $88.00 $48 00 $17 )0 $62 00 $25 00 $75 00 $40 00 $88 00 $50 00 $58 00 $24 00 $70 00 $29 00 $82 00 $34 00 $73 00 $61 00 $23 00 $21 00 $10 00 $15 00 $25 00 $15 00 oo $1 00 $9,00 $9.00 $70.00 RW-DENTAL-SCAI,E AND RT PL OIlAD EXTRACTION 1ST TOOTH WITHIN A OIIADRANT RW-DENTAI.-EXTRACTION SINGI,E TOOTH EXTRACTION EACH ADDITIONAl. 1N SAME O[JADRANT RW-DENTAL-EXTRACTION. ADD'L TOOTH ROOT REMOVAL RW-DENTAL-ROOT REMOVAE-EXPOSED EXTRACTION S1 iRGICAL IN ERUPTED TOOTH $287.00 $347.00 $89.00 $15,00 $102.00 EXTRACTION SOFT TISSUE IMPACTION RW-DENTAI,-AI,VEO W/O EXT/O[JAD RW-DENTAI,-AI,VEO WITH EXT/OIJAD INCIS1ON & DRAINAGE ABSCESS RW-DENTAL-I & D-INTRAORAL R W-DENTAI,-REMOVA1, OF FORE1GN BODY-PROC.41805 PAI,ATIVE TREATMENT RW-DENTAI,-PALL1ATIVE TRMT/MINOR DENTAL PAIN ANA1,GESIA-INC[,I iDES NITROUSOXIDE RW-DENTAI,-CONSULT. W/OTH DENTIST/PHYSICIAN BEHAVIOR MANAGEMENT DAP-I RX $17.00 $60.00 $20.00 $43.00 $17.00 $51.00 $28.00 $72.00 DAP-2RX DAP-3RX $142.00 $40.00 $50.00 $80.00 $15.00 $44.71 $30.00 $11.00 $25 O0 $16.00 $22,00 DAP-4RX DONATION DONATIONS FAMII,Y BLS-LEAD SCREENING OF FAMILY MEMBERS 50 15 9/1F/00 CPT Code G000g G0009 HEP ABC ]-693 IHLAB IHI.AB IHI,AB IHLAB IHLAB INITIAL LAB M02-1111 M02-2222 M02-4444 M03-11]l M03-2222 M03-3333 M03-4444 M04-1111 M04-2222 M04-3333 M04-4444 M10-1111 M10- 222 M10-3333 M10-4444 M23-11 l I M23-2222 M23-3333 M~3-4444 M25-1111 M25-2222 M25-3333 M25-4444 M25-CHSI M25-CHSI M25-CHSl M25-CHSI M29-1111 M29-2222 M29-3333 M29-4444 M29-CHSl M29-CHSI M29-CHS1 M29-CHSI M37-1 l 1 ] M37-2222 M37-3333 M37-4444 M40-1111 M40~222 M40-3333 M40-4444 MCD MCD MCD MCD MNURSE Service Description Collier County Health Department Service Code File Listing IMM-ADMINISTRATION-FI,IJ [MM-VACCINE ADMINISTRATION-PNEUMONIA HEPATITIS PANEL-I,AB CORPS S[ IPPEEMENTAI, FOR M TO 1-693 IHI,AB-BI,OOD SUGAR 1HI,AB-HGB IHI,AB-IIRINE TEST-INFECTION CHECK IHI.AB-URINE TEST-PROTEIN & SUGAR CO[JNTY-HEMOGI.OBIN (NO CHARGE) CPHU Fee ou 2 INITIAL ID EARS-DSI LAB $4,45 $4.45 ~18 00 $1.00 MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICA1D PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY MEDICAID PHARMACY M25-CHSI-RXI 1 I 1 M25-CHSI-RX27'~2 M25-CHS[-RX3333 M25-CHSI-RX4444 $1.00 $0.00 X1 PRESCRIPTION X2 PRESCRIPTIONS X4 PRESCRIPTIONS XI PRESCRIPTION X2 PRESCRIPTIONS X3 PRESCRIPTIONS X4 PRESCRIPTIONS X1 PRESCRIPTION X2 PRESCRIPTIONS X3 PRESCRIPTIONS X4 PRESCRIPTIONS XI PRESCRIPTIONS X2 PRESCRIPTIONS X3 PRESCRIPTIONS X4 PRESCRIPTIONS XI PRESCRIPTION X2 PRESCRIPTIONS X3 PRESCRIPTIONS X4 PRESCRIPTIONS X1 PRESCRIPTION X2 PRESCRIPTIONS X3 PRESCRIPTIONS X4 PRESCRIPTIONS MEDICAID PHARMACY XI PRESCRIPTION MEDICAID PHARMACY X2 PRESCRIPTIONS MEDICAID PHARMACY X3 PRESCRIPTIONS MEDICAID PHARMACY X4 PRESCRIPTIONS M29-CHSI-RX I I 11 M29-CHS[-R X2222 M29-CHS1-RX3333 M29-CHS1-RX4444 MEDICAID PHARMACY X1 PRESCRIPTION MEDICAID PHARMACY X2 PRESCRIPTIONS MEDICAID PHARMACY X3 PRESCRIPTIONS MEDICAID PHARMACY X4 PRESCRIPTIONS MEDICAID PHARMACY XI PRESCRIPTION MEDICAID PHARMACY X2 PRESCRIPTIONS MEDICAID PHARMACY X3 PRESCRIPTIONS MEDICAID PHARMACY X4 PRESCRIPTIONS COMDIS-MANDATED COMMIJNICABEE DISEASE TB-MANDATED COMMUNICABEE DISEASE 03-MANDATED COMM1FNICABI,E DISEASE STD-MANDATED COMMUNICABLE DISEASE 03-MINIMAL. NURSING VISIT $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $000 $0.00 $0.00 $0 00 $0.00 $0 oo $0.00 $0.00 $0.00 $0.00 $0.o0 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $o.o0 $o 00 $0.00 $0.00 $0.00 $o o0 $o.o0 $0.oo $o 00 $o oo $0.00 $0 00 $0.00 $0.00 $9.50 51 16 Colher County Health Department 9/1 ~/00 Service Code File Listing 16[1 2 CPT Code MNI JRSE MNURSE MNIJRSE MNIIRSE MNURSE MO2-3333 MP99386 NCXRAY NURSE NURSE NURSE NURSE NURSE NURSE NURSE NUTRI NIITRI OCS OCR OT-CHSI OT-CHSI OT-CHSI OT-CHSI OT-CPHI l OT-CPHIJ OT-CPHII OT-CPHU OTHER PANEL Service Description CPHU Fee TB-M1NIMAI, NURSING VISIT CD-MINIMA1, NIIRSING VISIT ADI,T-MINIMAL. NI/RSING VISIT FP-MINIMA1, NURSING VISIT IPO-MINIMAL. NURSING V1SIT MEDICAID PHARMACY X3 PRESCRIPTIONS INIT1AI, ADIJI,T HEAI,TH PHYS-AGE 21-39 TB-CHEST X-RAY. NO CHARGE STD-NI IRS[NG VISIT $9.,50 $5,00 $9..50 $9,50 $9.50 $0.00 $50.34 $0.00 03-NEW. NI/RSING VISIT TB-NEW. NI IRSING VISIT CD-NEW NURSING VISIT ADI,T-NEW. NURSING VISIT CHI.D-NEW. NURSING V1S[T FP-NEW. NIIRSING VISIT $5.00 NUTRITION-INITIAl, (1 HOtJR) NUTR1TION-SI IBSEOI/ENT (15 MINI RETURN CHECK CHARGE $30.00 $7.50 $15.00 BII,I.ING CHARGE OT-CHSI-1111 OT-CHSI-2222 OT-CHSI-3333 OT-CHSI-4444 OT-CPHU-11 I I OT-CPHU-2222 OT-CPHU-3333 OT-CPHI J-4444 OTHER REVENUES HEPATITIS PANEl, $5.00 $0,00 $0,00 $0,00 $0,00 $0.00 $0,00 $0,00 $0,00 $8.00 PHARMACYPHARMACY PAYMENTS FOR ID PPD/NC PRECOUNS RABTITER RABTITER RECORDS REFER RISK RISK RR RR RR RR RR RR RR RR RR RR RR RW 1NIT RW I,EV C RW I,EV F RW I.EV H RW-11111 SHIPPING TEST KIT TEST/COl l VDRI, W1990 04-TB NO CHARGE 03-PRE CO1JNSEI,/TEST-COMB [NED RABIES TITER -DRAW ON1,Y RABIES TITER (SEND TO GEORGIA/ RECORDS RELEASE-S1.00 1ST PG &25 EACH BLS-REFER TO ENVIRONMENTAl, HEALTH BLS-RISK ASSESSMENTBRIEF BLS-R1SK ASSESSMENT DETAII,ED ADLT-RECORDS REVIEW CD-RECORDS REVIEW COMDIS-RECORDS REVIEW EPSDT-RECORDS R[~V[EW FP-RECORDS REVIEW $0,00 $10,00 $1O,0O $50,00 $O,OO COMPREHEN ADLT-RECORDS REVIEw 1PO-RECORDS REVIEW PRIMARY CARE-RECORDS REVIEW STD-R ECORDS REVIEW TFI-RECORDS REVIEW WELL BABY-RECORDS REVIEW RW-I.EVEL A-INITIAl, (HIST & PHY$} RW-LEVEI, C-MD (F/I J BY ID SPECIALIST/ RW-I,EVEL F (RN VISITI RW-I,EVEL H (ROUTINE MD VIST/ RW-OTMER REFERRAl,S/FIll J, gLllliNT SHIPPING TO STATE I.AB HOME ACCESS HOME TEST KIT TESTING/COl JNSELING-ANONYMOI JS COI INTY VDR1. (NO CHARGE/ IPO-ANTEPARTUM CARE. PER VISIT $0,00 $125,00 $100.00 $50.00 $100.00 $8.00 ~20.00 $0,00 $50,34 52 17 Colher County Health Department 9/14/00 Service Code File Listing CPT Code WlggO W1990 W1990 W1991 WI992 W9606 W9606 W9607 W9759 W9759 W9759 W9759 W9840 W9840 W9840 W9840 W9840 W9840 W9840 W9840 W9840 W9840 W9840 W9~40 W9840 W9840 W984o W9840 W9840 W9840 W9840 W9840 W9840 W9840 W9840 W9840 W9~40 W9840 W9840 W9840 W9840 W9840 w984o W9840 W9840 W9840 W9840 W9840\ W9843 W9850 W9850 W9851 W9851 W9855 W9879 W9881 W9881 W9881 W9979 Service Description IPO-OI,D ANTEP CARE ]pQ-MEDIPASS. ANTEPARTIJM CARE. PER VISIT W 1990 NEW OB ANTE VISIT + HEAI,THY START PRFNAT RISK SCREEN ANTI VISIT-NS PRENAT RISK SCREEN 1 ST TRIMEST AD/JLT PHYSICAl, ADULT PHYSICAL IPO-PRA W/ASSESS I ST TR1 FP-INIT1AE VISIT FP-MEDIPASS. 1NITIAI,/ANNI JAL VISIT ANNI IAL VISIT INITIAl, VISIT ADLT-MEDIPASS.RN CLINIC VISIT ADI,T-MED[PASS RN HLTH SCREENING TB-MEDIPASS. RN. CIJNIC VISIT TB-RN. CLINIC V1SIT CD-RN. CI JNIC VISIT CD-MEDIPASS. RN. CI,INIC VISIT FP-RN CLINIC VISIT FP-MEDIPASS RN. CLINIC VISIT IPO-RN. CL1NIC V1SIT IPO-MEDIPASS. RN. C1JNIC VISIT CHI,D-RN CI,1NIC VIS1T CHLD-MED1PASS. RN CLINIC VISIT SCH H1,TH-RN. C1JNIC VIS1T SCH HI,TH-MEDIPASS. RN CI JNIC VISIT ADLT-RN CIJNIC VISIT FP-RN. ANNI JAL Fp-MEDIPASS. RN. ANNUAl, lPO-RN. PRENATAl, IPO-MEDIPASS. RN. PRENATAl, IPO-RN HLTH S11PERVISION VISIT CPHU Fee £ $50.00 $50.00 $50,34 $50.34 $50.34 $50,34 $50,34 $50.00 $92,00 $50.34 $69,00 $92,00 $50,34 $50.34 $50,34 $50,34 $59,73 $50,34 $50.34 $50.34 $50,34 $50.34 $88,10 $50.34 $59.73 $59.73 $50,34 $59.73 $50.34 $50,34 $50.34 $50,34 [PO-MEDIPASSRN HI ,TH SI JPERV VS CHI1,D DTP SERIES CHII,D HIB SERIES CHILD HEPB SER1ES CHILD POLLO SERIES CHILD MMR SERIES COMBINED DTP/H1B $500.34 $5,00 $5.00 $5,00 $5,00 $5,00 $5,00 IMMI INIZATION SERVICE FEE 10/94 TO 5/95 ID NI IRSE PROTOCOl, PROTOCOL- NURSE NIIRSE-MEDIPASS PROTOCOL 1MMOKAEEE-03-RN PROTOCOl , 1MMOKAI J,E-04-RN PROTOCOL RN PROTOCOL-IMMOKAI $5.00 $50.34 $50,34 $50.34 $50,34 RN PROTOCOL-IMMOKA1,EE MEDIPASS AH RN PROTOCOL-IMMOK MEDIPASS TB IMMUNIZATION SERVICE FEE 5/95 TO PRESENT Fp-COlINSEIJNG VISIT FP-MEDIPASS. COUNSEI,ING V[S1T FP-SI/PpI,Y VISIT FP-MEDIPASS. SUPPI,Y VISIT FP-DEPO SlIPPLY V1S[T IMM-HEPATIT[S B ADI,T PERINATAl, CONTACT CHLD-CHII,D HEALTH SCREENING CHLD-MED1PASS. CHLD HI,TH SCREEN WE[.E CHILD SCREENING I SLAB-LEAD SCREEN $5.00 $171,10 $148.95 $35,00 $50,34 $41,00 $30.00 $50.34 $10.00 53 18 9/1 ~/00 CPT Code Service Description Uolner ~ounty Healt~ Department Service Code File Listing CPHU Fee W9979 W9999 BI,S-I,EAD SCREENING CONFIRMATORY 03-PAC/~',ASE MANAGEMENT $8,75 54 19 w uJ .-I o LLI ,, LLI o 161] 16D 2 160 P ATTACHMENT VII TO STANDARD CONTRACT BETWEEN COLLIER BOARD OF COUNTY COMMISSIONERS This attachment adds the following language: The CHD is a state agency or subdivision, as defined in section 768.28, Florida statutes, agrees to be fully responsible for its negligent acts or omissions or tortious acts which result in claims or suits against the County, and agrees to be liable for any damages proximately caused by said acts or omissions. Nothing herein is intended to serve as a waiver of sovereign immunity by the CHD to which sovereign immunity applies. Nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of troy contract. The CHD agrees that it is an independent contractor and not an employee of the County. Atth70001 corE.[tf. doc 64 160 3 RESOLUTION NO. 2000-334 A RESOLUTION APPROVING THE EXPENDITURE OF FUNDS FOR ACTIVITIES AND INCENTIVE PRIZES ASSOCIATED WITH COUNTY STAFF PARTICIPATION IN THE UNITED WAY CAMPAIGN AS SERVING A VALID PUBLIC PURPOSE. WHEREAS, the Collier County Board of County Commissioners has legal authority to adopt a resolution authorizing the expenditure of County funds for valid and proper public purposes; and WHEREAS, the Board of County Commissioners recognizes the worthwhile goals of the United Way of Collier County and the positive effects participation in the United Way of Collier County Campaign has on County employees. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA that the expenditure of funds not to exceed $1,500.00 for activities associated with the United Way Campaign of 2000/2001 is hereby found by the Board to serve a valid public purpose and is approved. The specific expenditures approved for Fiscal Year 2000/2001 are incentive prizes including but not limited to: T-shirts, mugs, pins, plastic water bottles, plaques, trophies, food, beverages, and incidental supplies for serving a light snack for employees participating in the United Way Campaign. This Resolution adopted after motion, second, and majority vote. Attest: DWIGHT E. BROCK, CLERK Art. st as to Chatma.'s signature onl.¥. Approved as to form and legal sufficiency: BOARD OF COUNTY COMMISSIONERS: COLL ¥, ffOgmA TI~'. CO~?~I/ANTI~, ~HAIRMAN t~D~id C. Weigel, ~2ounty Attorney 160 7' DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16D 8 RESOLUTION No. 2000-335 A RESOLUTION OF COLLIER COUNTY FLORIDA, AMENDING PARTS OF ARTICE IV OF THE COLLIER COUNTY PARKS AND RECREATION DEPARTMENT FACILITIES AND OUTDOOR AREAS LICENSE AND FEE POLICY WHEREAS, the Director of Parks and Recreation has recommended to the Board of County Commissioners that the following changes be made to the County's Parks and Recreation License and Fee Policy. That Policy was last amended by Resolution 99-375 on September 28th, 1999. The Director recommends the following changes: Decrease the monthly fitness pass and three month fitness pass in Naples; add a "Senior" classification to the County's co-sponsored leagues, and add a Summer Pre/Post Camp Fee - per week; and WHEREAS, the Board of County Commissioners hereby accepts the recommendations of the Director of Parks and Recreation. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY that: 1. Article IV of the Collier County's Parks and Recreation License and Fee Policy, as amended, is hereby further amended only as follows: A. Article IV, Section K, entitled "Collier County Fitness Centers Naples and Immokalee", Subsection 2 entitled Pass Fees (exclusive of sales tax) shall read Month 3 Month Annual Naples $25.00 $25.00$25.90 $70.00$200.00 ($100 Additional for Spouse or family member 18 to 24) Immokalee 20.00 50.00 160.00 Veterans Park 20.00 50.00 160.00 Only for use at Veterans Park Students (ages 15 - 17) 75.00 B. Article IV, Section H, entitled "Athletics" adds a "Senior" $.70 per registered player of league play (including play-offs or all-star play.) Article IV, Section N, entitled "Collier County Summer Camps and After School Programs" adds a pre-summer and post-summer camp in Naples and Immokalee. Summer Camps Naples Immokalee/Everglades First child $450 $350 Additional child (same household) $400 $250 3 week session only $200 $150 After School Camps Naples Immokalee/Everglades Entire school year cost$830 $475 Transportation cost Per week Based on current transportation Bid costs $ 30 Session 1 Day Camp !5.00 Easter Camp - per week 55.00 Christmas Camp- per week 55.00 15.00 40.00 40.00 Summer pre/post camp - Per week $55 $40.00 A copy of the Fee Rules, as hereby amended and adopted, is attached. This Resolution repeals Collier County Resolution No. 99-375. 160 This Resolution adopted this ~ day of September 2000 after motion, second and majority vote in favor of passage. ATTEST: DWIGHT E. BROCK, Clerk AttlSt as to Cha?man's s~gnatu~e Approved as to torre an-a legal sufficiency: Thomas C. l~almer Assistant County Attorney BOARD OF COUNTY OMMISSIONERS, COLLIERr~qT~IDA By: TIM T(~ J. CON$~VANTINE, Chairman 16D 8 I. PURPOSE COLLIER COUNTY PARKS AND RECREATION DEPARTMENT FACILITIES AND OUTDOOR AREAS LICENSE AND FEE POLICY The purpose of this policy is to ensure maximum use of facilities, outdoor areas and programs in Collier County and provide equitable fees and charges collected from users of such facilities, outdoor areas or programs. II. LIMITATIONS The Parks and Recreation Director, or designee, may waive enforcement or application of any of these regulations or restrictions with respect to any facility, outdoor areas, or program provided such waiver does not interfere with public safety or enjoyment. No fees may be waived. No non-government entity shall charge an admission fee to any out of doors event, including aquatic facilities. The Board of County Cornmissioners set fees and charges for all facilities and programs. Consistent wkh Collier County's policy of ensuring all citizens equal opportunity to participate in programs, any resident requesting special consideration must substantiate to the Parks and Recreation Director proof of financial need. All information provided is not confidential but will be used only for the purpose of establishing reduced or waived program fees. Rates and charges can be modified on a case by case basis if approved by the Director of Parks and Recreation for special promotional sales and advertisements. III. CLASSIFICATIONS A. Facility License Definitions and Uses Outdoor Areas: Means open space or land owned or leased by the Parks and Recreation Department. Such outdoor areas shall include, but not limited to, sports fields, playgrounds, swimming pools and/or other park and recreation land areas, excluding Golden Gate Community Center. (As to Golden Gate Community Center, refer to Section O, herein). Outdoor areas shall be used for those purposes designated or implicit in their character. Any deviation from normal appropriate use shall require express prior permission from the Parks and Recreation Director or designee. Facilities: Buildings and dwellings owned or leased by the Parks and Recreation Department. Such facilities include, but are not restricted to, community center areas and rooms, gymnasiums, swimming pools, pavilions, shelters, and other areas located in the Parks and Recreation structures, excluding the Golden Gate Community Center. (As to Golden Gate Community Center, refer to Section O, herein). Facilities shall be used for those purposes designated or implicit in their character. Any deviation from these intended normal uses shall require express prior permission from the Parks and Recreation Director, or Designee. 1 16D B. USER Programs: Recreation activities conducted on land or in facilities owned or leased by Collier County. Such activities include, but are not restricted to, athletic, clinics, instructional, interpretative, seminars - preschool, youth, adult, senior and special populations. Any deviation from these intended normal uses shall require express permission from the Parks and Recreation Director, or designee. Vehicle Parking Fees: Parking lots at Collier County beach parks and access. To include, but not limited to, the following: Tigertail Beach, Barefoot Beach Access, Barefoot Beach Park, Clam Pass Park, Vanderbilt Beach, Gulfshore Access, and South Marco Beach Access. Boat Vehicle Parking Fees: Parking lots at Collier County owned and operated boat launch facilities to include, but not limited to, Bayview Park, Cocohatchee River Park, Caxambas Park. CATEGORIES - APPLICABLE TO ALL INDOOR AND OUTDOOR AREAS Governmental entities are not subject to fees. All other facility users shall have their fees determined by the category of the entity. The two categories are: 1. CATEGORY I - Federal Income Tax Exempt Entities, Registered Charities, Not-For- Profit Groups. A. Federal Income Tax Exempt Entities. $5.00 per hour license fee Groups which are exempt from taxation under any subsection of Section 501(c) of the internal revenue code. B. Specified Sales Tax Exempt Entities. $5.00 per hour license fee Those entities which are exempt from Florida sales taxes pursuant to Subsection 212.08 (7), Florida Statutes as a home for the aged, nursing home, hospice, or as an organization whose primary purpose is to provide special educational, cultural, recreational, or social benefits to minors, or is a religious, charitable, scientific, educational, or veteran's organization. C. Local Not-For-Profit Groups. $5.00 per hour license fee Entities, irrespective of tax exempt status, which are not-for-profit corporations, organizations or other not-for-profit entities that are of Collier County_origin, have their principal location in Collier County, at least fifty percent (50%) of the group's membership are residents of Collier County with a primary purpose to provide social services to others or to protect interests outside of the group, such as the environment, endangered animals, disadvantaged persons, or some other similar external interest. 2 161] 8 The primary focus of these groups is outward looking and away from the personal interests of the group's members. D. Other Local Not-For-Profit Groups - $5.00 per hour license fee Those entities, irrespective of tax exempt shatus, which are not-for-profit corporations, organizations or other not for profit entities that are of Collier County origin, have their principal location in Collier County, at least fifty per cent (50%) of the groups membership are residents of Collier County, but the group's primary purpose is not to provide social services to individuals who are not bona fide members of the group or is not to protect interests outside of the group. This category includes property owners' associations, political groups, and all other special interest oriented clubs such as hobbyists' clubs, chess clubs, radio clubs, hunters and fishermen clubs, stamp, coin, and other collectors' clubs; garden clubs, car clubs, and all other similar clubs, groups or organizations. The primary focus of these groups is inward toward the group's members. E. Fund Raising Activities: Each Category I individual, group, organization or entity involved in any fund raising activity must pay full fees. Fund raising activities include: 1. Charging in advance for an admission ticket or requiring any tangible thing of value for admission to, or to participate in, any activity at any County parks facility, or, 2. Requiring any donation of money or any other tangible thing of monetary value, or, 3. Selling or bartering any tangible thing of monetary value Fund raising activities do not include: 1. Season sign up fees for persons to join league as a team member or team participant 2. The sale of educational materials for use as study materials for students attending class conducted at the park facility. Such sales must be at or below the seller's actual costs. 2. CATEGORY II - All Others A. Each individual, group, organization or entity that is not with'm Category I. IV. FEE STRUCTURE - (All fees are exclusive of sales taxes). A. Category I User Fees 3 160 Facility Rates (excluding league, practice & special facilities i.e. swimming pool, etc.) Facility Type Indoor Facilities per Room Gymnasium - any size Outdoor Facilities & Pa'4ilions Amphitheater - Sugden Regional Park Athletic Lights Type of Usage Rate Per Hour General $ 5.00 $30.00 General $ 5.00 $30.00 General $10.00 $10.00 FUND RAISING RATES $20.00 ADDED TO HOURLY RATE ABOVE B. Category II - User Fees 1. Facility Rates (excluding special facilities i.e. swimming pools etc.) Facility Type Area in Sq. Ft. Base Hourly Fee Deposit Required Indoor Under 1500 $25.00 $ 30.00 Indoor 1500- 3000 45.00 50.00 Indoor 3000&Over 60.00 70.00 Gymnasium 60.00 100.00 Amphitheater-Sugden Regional Park 60.00 60.00 Outdoor Small area 10.00 25.00 Outdoor Large area 20.00 35.00 Football/Soccer/Softball/Baseball/45.00 50.00 Little League/Sports Pavilion/ Roller Hockey Basketball/Racquetball/Volley Ball12.00 · Tennis Courts 12.00 Lights 10.00/hour FUND RAISING RATES $20.00 ADDED TO HOURLY RATE ABOVE 4 16D 8 C. Additional Fees: Categories I and II Description Rental during non-business hours (hours that are not normal departmental operation) Additional non-security staff members Light fees (where not specified) Additional security staff members Special requests or additional clean up required Additional Fee Per Hour $20.00 $15.00 per staff member $10.00/hour $20.00 per hour fee determined by department, based on cost Per hour fee determined by department, based on cost D. Vehicle Parking Facilities Beach and boat parking facilities, and not limited to, Barefoot Beach Park, Barefoot Beach Access, Vanderbilt Beach Park, Clam Pass Park, Gulf Shore Access, Tigertail Beach, South Marco Beach Access, Cocohatchee, Bayview Park, and Caxambas Park have a fee, inclusive of sales tax, at a rate of $3.00 per day. Collier County residents with beach parking permits will be exempt from the $3.00 per day fee. Collier County residents may obtain a beach parking permit at no charge. Vehicles with permits will not be charged a fee. Boat vehicle parking permits may be purchased by all residents or visitors for an annual fee of $60.00. Permits are available at all Collier County Parks and Recreation community centers. E. Concession Fees 1. Concession Booth/Location in conjunction with Rental A $25.00 fee per day or 20% of gross revenues per day, whichever is greater, for each concession booth or location. 2. Concessionaires contracted by the County to serve the general public will pay a negotiated fee in lieu of the general facility use fee schedule. 3. Organizations operating concessions for leagues will be charged $3.00 per hour of operation. F. Marketing Fees - (Reserved). 5 8 G. Instructional Fees 1. Programs Fee Assessment: per hour or per participant basis. 2. Non-Staff Instructor(s): Any costs for supplies and equipment will be subtracted from the class fee and the balance of the funds will be split between the non-staff instructor(s) and the County as follows: 65% to the non-staff instructor(s) and 35% to the County for all such Instructional Programs conducted on Collier County Facilities. After subtraction, the pro-ration for Instructional Programs conducted on non-county facilities shall be 70% to the non-staff instructor(s) and 30% to the County. H. Athletics I. Collier County Parks and Recreation Leagues Program Adult Minimum Registration Fee per Participant per League Play $28.0O Youth 28.00 League will be charged light fees for practices, but not for scheduled league games. Immokalee leagues will not be charged light fees for practices. 2. Collier County Parks and Recreation Co-sponsored Leagues Fees applicable to Category I users only League Type Fee Per Participant Per League Play/Per Season Adult $28.00 Senior/Youth .70 per registered youth per week of league play (includes play-offs or all-star play.) League will be charged light fee, but not for scheduled league games. 6 16O 8 3, Outdoor Tournaments Description Fee Non-Refundable Deposit OR Cancellation Fee $25.00 All Category I groups will be charged With lights 10.00 per hour per field 15.00 per hour per field All Category II groups will be charged With lights 15.00 per hour per field 20.00 per hour per field 4. Clinics: Pro-rations I. 65% of the fees to the group or individual(s) and 35% of the fees to the County for Clinics conducted on any County facility. 2. 70% of the fees to the group or individual(s) and 30% of the fees to the County for Clinics conducted on any non-County facility. 3. Normal hourly rate for facility fund raising. I. Collier County Racquet Centers (Reserved): J. Collier County Aquatic Facilities - Naples and Immokalee - Everyone pays aquatic facility rates. I. Entrance Fees (inclusive sales tax) Under 3 yrsYouth (3~ 17 yrs)Adult Senior (60+yrs) NaplesFree $2.00 $2.50 $2.00 Immokaiee Free 1.00 1.50 1.00 2. Pass Fees (exclusive of sales tax) Type Youth Adult Senior Family Naples 3 month $40.00 $60.00 $40.00 100,00 Immokalee 35.00 55.00 35.00 90.00 Naples Annual 60.00 80.00 60.00 225.00 Immokalee 50.00 75.00 50.00 2 i0.00 7 8 3. Swimming Instructional Fees Children's ½ hour classes Children's % hour classes Adult % hour classes Naples $35.00/participant 40.00/participant 40.00/participant Immokalee $10.00/participant 15.00/participant 15.00/participant Pool Rentals (exclusive of sales tax) Each pool includes one staff member. Additional staff: $10.00/hour per lifeguard. ½ Main Pool $30.00/hour Entire Main Pool Slide Activity Pool $60.00/hour $30.00/hour $30.00/hour Schools Public Schools are fee exempt, however they are required to pay $10.00/hour per lifeguard or instructor, if not during regular operating hours. K. Collier County Fitness Centers - Naples and Immokalee Entrance Fees (exclusive of sales tax) Daily Walk in fee Naples $5.00 Immokalee 4.00 Veterans Park 4.00 Pass Fees (exclusive of sales tax): includes membership to Aquatic Facility. Month 3 Months Annual Naples ~r an Immokalee 20.00 Veterans Park 20.00 Students (ages 15-17) 25.00 25.00 50.00 50.00 70.00 200.00 ($100 Additional for spouse or Family member 18-24) 160.00 160.00 Only for use at Veterans park 75.00 3. Baby-Sitting Service (Naples) $2,00 per child per use $15.00 per 10 visit card M. Corporate discount on Annual Passes Discount does not apply to additional family members. Based on employee participation. Employees Discount 5-9 10% 10-24 20% 25 and above 40% 8 16D 8 N. Collier County Summer Camps and After School Programs Summer Camps Naples First child $450.00 Additional child (same household) 400.00 3 Week session only 200.00 After School Camps Naples Entire school year cost $836.00 Transportation cost per week Based on current Transportation Bid cost 1 Day Camp 15.00 Easter Camp - per week 55.00 Christmas Camp - per week 55.00 Summer Pre/Post Camp - per week 55.00 O. Golden Gate Community Center 1. Golden Gate Taxing District Boundaries: Immokalee/Everglades $350.00 250.00 150.00 lmmokalee $475.00 30.00/session 15.00 40.00 40.00 40.00 West Boundary: Santa Barbara Blvd. To Logan Blvd. To 1st Ave. SW East Boundary: Canal 1 mile east of County Road 951 North Boundary: 1st Ave. SW over 951 Blvd and White Blvd to the canal located 1 mile east of County Road 951 South Boundary: Palm Springs subdivision and Radio Road to Santa Barbara Organizations in classes I, II, III, or IV declaring themselves as district must show proof of at least 50% membership within the taxing district. User Categories Class I: Charitable, Not-For-Profit organizations Class II: Not-For-Profit organizations Class III: Civic or Governmental organizations Class IV: Commercial or For-Profit organizations and any other group or individual. Deposits Fees Auditorium: $200.00 All Other Rooms: 50.00 Rental Fees A. Rooms A,B,C,D, Annex 1,2 and 3 9 I6D 8 Category Golden Gate Taxing District Outside of Taxing District Class I No charge Class II No charge Class III No charge Class IV $6.00/hour No charge Fee approved by Community Center Advisory Board No charge $25.00/hour B. Auditorium Category Golden Gate Taxing District Classes I & IIINo charge Class II Fee approved by Community Center Advisory Board Class IV $20.00/hour until 10:00 pm $40.00/hour after 10:00 pm Outside of Taxing District No charge Fee approved by Community Center Advisory Board $60.00/hour until 10:00 pm $80.00/hour after 10:00 pm Co Gymnasium - Fees governed by the Parks and Recreation License Policy Category General Fee Class I $30.00 per hour any size Fund Raising $20.00 added to hourly rate above Class II $60.00/hour any size Fund Raising $20.00 added to hourly rate above Classes III and IV will be required to pay sales tax. 5. Service and Sale of Alcoholic Beverages A. Serving of Alcoholic Beverages These provisions apply for any event where alcoholic beverages will be available. No alcohol may be made available without a valid Certificate of Insurance on file at the Golden Gate Community Center. User categories Class I and Class II, as previously defined in 0(2), the user must present a General Liability Policy for the date of use which specifically includes contractual liability and host liquor liability in an amount not less than five hundred thousand dollars ($500,000) at least four (4) weeks prior to the event. As determined by the County Risk Management Director, in the event of above average exposure five hundred thousand ($500,000) liability coverage shall be required. In the event of anusual or high exposure one 10 16D 8 million dollar ($1,000,000) liability shall be required by the Risk Management Department. B. Sale of Alcoholic Beverages In the event any user intends to sell alcoholic beverages, they will be required to meet all State requirements regarding the sale of alcohol and obtain all required permits. Copies of said permits shall be filed with the Center Supervisor. The Center Supervisor shall contact Collier County Department of Risk Management for insurance requirements. C. Rules and Regulations for Users Serving Alcoholic Beverages 1. It is the responsibility of the user that no alcoholic beverage shall be allowed outside assigned meeting room(s) auditorium. 2. The user is responsible to ascertain that no alcoholic beverage shall be served to any person under the age of 21. 3. The user shall be responsible for the behavior of any parties with the user's group. 4. The user shall be responsible to assure that no alcoholic beverages are served during the last thh-ty (30) minutes of user's scheduled event. 5. The user will be responsible for supplying a Certificate of Insurance at least four (4) weeks prior to scheduled event (see insurance provisions). 6. The user will be responsible to comply with Florida Statute, Chapter 562. 7. The user must abide by all other operational policies and procedures of the Golden Gate Community Center. Any violation can result in termination of the event. 8. The user must pay the cost of security provided by the Collier County Sheriff's Office. The fee is payable to Collier County Parks and Recreation at the time of payment for facility use. 11 Exhibit C: Collier County Parks and recreation Standard Concession Agreement Form 1. All organizations must have an approved league schedule and sign a Facility Use Permit from the Department of Parks and Recreation. Concessions are permitted to operate only during regular scheduled league play. Any additional operation of the concession must be approved in advance by the Parks and recreation Director or designee. Organizations must obtain all Federal, State, and]or local health department permits, or any additional permits required to operate the concession. These permits/licenses must be displayed at the concession. 4. Organizations may not sub-contract or otherwise delegate the operation of any concession to a third party without approval of the Director of Parks and Recreation. Organizations shall each day police any common area of debris and litter in connection with the operation of the concession and must place debris and litter kn containers provided by Parks and Recreation. Failure to do this cleanup will result in the Parks and recreation Department cleaning and charging for such service. Whenever two or more organizations are scheduled for league play during the same season each organization may operate their own concession stand, or may operate jointly or alternate seasons or years by agreement between the organizations. Each such agreement must be reviewed and approved by the director of Parks and Recreation. 7. Not-for-profit organizations co-sponsored by Collier County will be required to pay a fee to the County for the operation of concession. 8. Organizations must have first aid kits available on site. 9. Organizations must carry appropriate insurance and liability as required by the Collier County Risk Management Department. 10. Organizations must submit a menu and price list of items to the County Parks and Recreation Department for review. 8 Signature/Title of Applicant Collier County Parks & Recreation, Director or Designee Name of Association/Organization 12 AGREEMENT 16El THIS AGREEMENT, made and entered into on this 26th day of September, 2000, by and between Nextel Communications d/b/a Nextel South Corp., hereinafter called the "Contractor", and Collier County a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITN ESSETH: COMMENCEMENT. The Contract shall be for a two (2) year period, commencing on October 1, 2000 and terminating on September 30, 2002. The County retains the right to renew this contract, with the consent of the vendor, under the same terms and conditions for two (2) additional one-year periods. 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 ninety (90) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. STATEMENT OF WORK: The Contractor shall furnish cellular phones and service in accordance with the terms and conditions of~ RFP No. 00-3107 and the Contractor's proposal hereto attached and made an integral part of this Agreement. Special rate plans to be negotiated as needed dependent on County and/or Department requirements. Due to technical and/or service and product changes, as new plan options or service are offered by the vendor, County shall have the option of switching or adding products and/or services as required. Additional rate plans and/or services will be identified in subsequent, sequential attachments to the contract. Changes to any plans may be done at any time during the contract without penalty. Contractor will make available to the County accessories by designated supplier at the same discount given to Contractor. COMPENSATION: The County shall pay the contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, together with the cost of any other charges/fees submitted in the proposal (Attachment A). Any county agency may purchase products and services under this Contract, provided sufficient funds are included in their budget(s). This contract shall include all products and services including, but not limited to, phones, radios and all related accessories. 1 Rates on current plan shall remain firm and fixed through the life of the contract. If new rates and/or plans become available that are lower than contract pricing, the County shall be offered new rates and/or plans. Payments shall be made to the Contractor not more frequently than once per month. Payment will be made upon receipt of a proper invoice and in compliance with Section 218.70 F.S. otherwise known as the "Florida Prompt Payment Act". NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: Mr. Michael J. Albano Corporate Account Executive Nextel Communications d/b/a Nextel South Corp. 4914 South Tamiami Trail Sarasota, FL 34231 941/915-1374 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: Collier County Government Complex Purchasing Department 3301 East Tamiami Trail General Services Building Naples, Florida 34112 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 Service Agreement must be in writing. 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. 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. 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 -2- 16E1 10. 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. 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 Contract 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. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. INDEMNIFICATION: The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorney's fees and all costs of litigation and judgments of any name and description arising out of or incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named ContractorNendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The ContractorNendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the ContractorNendor's limit of, or lack or, sufficient insurance protection. The first one hundred dollars ($100.00) of money received on the contract price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. J~n-24-01 12:06 From-Collier County Purchasini 941 732 0644 T-313 P-002/002 F-gG1 16E1 11.THIS AGREEMENT shall be administered on behalf of the County by the Purchasing Department. Payment approval of invoices shall be the responsibility of the individual County departments 12 COMPONENT PARTS OF THIS C. ONTRA. CT: This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractoffs Proposal, RFP No. 00-3107 "Cellular Communication Services and Equipment" specifications and attachments 13. SU. BJECT TO A. PPROPRIATION. 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. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by a authorized person or agent, hereunder set their hands and seals on the date and year first above written. A-I-rEST: Dwight E Brock, Clerk of Courts Date~/ ,.-.'- . 'Eirst Witnes~ /" ~,,~'yPelPrint Wlitr~ss Na~ne ~ Ty z/Print Witness Name Approved as to form and Robert Zaci~ ..... BOARD OF COUNTY COMMISSIONERS By:.. Chairl~'mon Contractor ~ign~ure Typed Signature Title -4- CORPORATE SF_AL (Corporations Only) AT~:ES~.::,~'I, :i:, ' """' Radio Only Plans ATTACHMENT A NEXTELL Collier County RFP Rate Plans Code Name FM 4 Code Name Basic Unlimited Monthly Access Rate $ 34.95 Includes 450 Direct Connect Min Additional Billed @ $0.12 All Radio Min pool with like plans Monthly Access Rate $ 47.50 Includes Unlimited Direct Connect Cellular & Radio Plans Code Name Government Performance 6O0 Monthly Access Rate $ 66.49 Includes 600 Cellular Min and Unlimited Direct Connect. Additional Min Billed @ $0.25 Code Name FMC 150 Monthly Access Rate $ 34.95 Includes 150 Cellular Min and 250 Direct Connect Min. Additional Cellular Min Billed @ $0.25 Additional Direct Connect Min Billed @ $0.12 Code Name NB 400 Monthly Access Rate $ 49.95 Includes 400 Cellular Min and Unlimited Direct Connect. Additional Min Billed @ $0.25 Equipment i550plus $49.99 i700plus $74.99 i1000plus $99.99 · All Cellular plans have NO ROAMING charges anywhere in the country. · All Cellular plans have NO LONG DISTANCE charges in the State of FLORIDA · All airtime is billed by the second after the first incoming min. Contractor will make available to the County any and all accessories by designated supplier at the same discount given to Contractor. -5- THIS SHEET MUST BE SIGNED BY VENDOR Board of County Commissioners Collier County, Florida Purchasing Department I'6E1 PROPOSERS CHECK LIST I. M P O R T A. N T: Please read carefully, sign in the spaces indicated and return with your bid _ proposal. Proposer should check off each of the following items as the necessary action is completed: 2. 3. 4. 5. 6. 7. The RFP has been signed. The RFP prices offered have been reviewed. The pdce extensions and totals have been checked. The payment terms have been indicated. Any required drawings, descriptive literature, etc. have been included. Any delivery information required is included. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. Any addenda have been signed and included. The mailing envelope has been addressed to: Purchasing Director Collier County Govemment Center General Services Building 3301 East Tamiami Trail Naples, Flodda 34112 10. The mailing envelope must be sealed and marked with: RFP Number; RFP Title; Opening Date ,. 11. The RFP will be mailed or delivered in time to be received no later than the specified. opening date and _ time. (Otherwise RFP cannot be considered.) ALL COURIER DELIVERED BIDS/RFPS MUST HAVE THE ~ID/RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title -- Date '"[ t ~'~/~)° . 16El .NEXI'E[ Collier County Attention: Purchasing Director Collier County Government Center, 3301 East Tamiami Tr. Naples, Florida 34112. General Service Building July 25, 2000 Dear Ms. Tibbetts: Nextel Communications would like to thank Collier County for this opportunity to participate in the RFP process for your wireless telecommunications services. Nextel's unparalleled set of integrated services offers features that are contained in one unit. In addition to digital cellular and paging services, it offers Nextel Direct Connect*m, which allows the business user to instantly talk with his fellow workers. With our nationwide presence, we believe that our system offers the flexibility, continuity, and nationwide footprint that best answers most of Collier County's wireless needs. In answering those needs, Nextel does recommend making an award to multiple vendors to satisfy the county's needs entirely. Nextel has been a valuable tool for Government entities because we offer the following features which this RFP response details: Integrated 4 in 1 Digital features High reliability of coverage throughout designated areas Affordable cost Secure transmission Interoperability capabilities Nextel looks forward to building a long term relationship with Collier County. Sincerely yours, · Tracy Srodes Branch Mgr. SWFL NEXTEL PROPRIETARY AND CONFIDENTIAL 1 16E1 TABLE OF CONTENTS SECTION 1.0 SECTION 2.0 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10 2.11 SECTION 3.0 SECTION 4.0 LETTER OF TRANSMITTAL EXECUTIVE SUMMARY NEXTEL SOLUTION NEXTEL NEXTEL NEXTEL NEXTEL NEXTEL NEXTEL NEXTEL OVERVIEW TECHNOLOGY SERVICE EQUIPMENT COVERAGE SUPPORT TEAM SERVICE IMPLEMENTATION NEXTEL REPORTING & BILLING NEXTEL FRAUD CONTROL NEXTEL.DISASTER RECOVERY NEXTEL ONLINE RESPONSE TO THE RFP PRICING NEXTEL PROPRIETARY AND CONFIDENTIAL SECTION 1.0 EXECUTIVE SUMMARY Collier County 1.1 Introduction Collier County is in the process of expanding the use of its wireless communications. It is looking to improve its efficiency and management control, while at the same time lowering its equipment and service costs. These requirements demand a wireless system v¢ith a full breadth of features and services. Nextel Communications is a leading edge wireless provider that is uniquely positioned to offer Collier County an innovative solution to its wireless telecommunications needs. Nextel's customers access services through a single handset that enables instant communications via digital Nextel Direct Cormect=~, as well as digital cellular and text and nmeric paging. In the first half 2000 Nextel will offer its data services, Nextel Online, on its National Network. 1.2 Nextel - the Company Nextel Communications is based in Reston, Virginia and employs over thirteen thousand employees worldwide. It is the nation's lead'rag provider of integrated wireless communications with the country's largest guaranteed all-digital wireless network, offering an integrated package of services in thousands of communities, where 190 million people live or work. Nextel coverage is in 98 of the top 100 markets in the U.S.. The company is focused on providing business customers the ability to stay in touch by combining the power of digital cellular communications with the convenience of push-to-talk two-way radio or Nextel Direct Connect~m service, text and numeric pa~ng, and voice mail into a single phone. This integration of services maximizes the customer's business productivity, as well as enhancing his personal security and convenience. Nextel is a publicly traded company with over $51 billion in assets, including sizable investments from the family of Craig McCaw and significant stock ownership by Motorola, its technology parmer. The management team is led by Chairman Craig McCaw, well-known and well-respected wireless pioneer. Tim Donahue, formerly the Regional President of AT&T Wireless Services, is Nextel's President and Chief Executive Officer. NEXTEL PROPRIETARY AND CONFIDENTIAL 1.3 Collier County's Needs Collier County is planning to expand the scope of its wireless communications. These plans, plus the emphasis on expense control in the face of increased competition, underline the greater need for personal communications. Wireless communications with its lower capital costs and ease-of-installation offer a rapidly growing organization greater flexibility. As Collier County continues to expand its projects across the country, it will experience confusing cellular plans with huge disparities in pricing and service. The prices and promotions are different in each market and the company has to deal with a different set of marketing, sales, customer service and engineering people in each market. A growing and dynamic company, like Collier County, must have a truly national company to answer its wireless needs. Collier County is aware that there are new technologies and new services being offered to customers in the wireless arena. It is looking to consolidate all of its cellular services with one company, but to find one that offers innovative features at a reasonable price. This service must be supported by strong operational support and comprehensive billing. , 1.4 The Nextel Solution Nextel can meet Collier County's wireless requirements better than its competitors. It offers the features of PCS and cellular, but in addition it offers a feature which is extremely valuable for the business workgroup user - Nextel Direct Connecfi"~. With Collier County's emphasis on teamwork, this feature is the perfect tool. It allows members of a workgroup in a given dispatch service area to be in constant, instant touch with one another. With the touch of one button they can talk with their fellow workers to discuss an issue of common concern. It is "groupware" in wireless communications. Also, private calls can also be made to any member of the group. In informal surveys of large companies Nextel has found that 40% to 70% of the cellular calls are made to other employees of the same company. More than likely, the same statistics would be true of Collier County's users. In addition to the advantage of instant contact, these Nextel Direct Connect*"~ calls are typically cheaper than cellular calls, which means a significant cost savings for Collier County. Nextel Online- offers its customers instant connectivity to the Internet, allowing them to retrieve messages, business information and wireless-enabled applications. NEXTEL PROPRIETARY AND CONFIDENTIAL 2 16El Nextel Worldwide- sendee gives its customers the ability to us~ one phone, one number, worldwide. In the US the phone operates on the Nextel National Network and internationally it operates on the GSM network in more than 65 countries. As Collier County continues to expand as a national company, it will need a truly national company to meet its wireless telecommunications needs. Nextel is the company with the largest, guaranteed all-digital network. It is one company that offers: - the same technology ' - the same product - the same features - the same engineehng standards - the same customer care - the same billing - the same pricing In addition, there are no roaming charges (which must be currently a significant portion of Colher County's cellular bill ). The entire Nextel national network would be the Colher County business traveler's "home calling area". This can only be offered by a national company. Nextel offers a very aggressive, volume- based pricing plan for Collier County. The highlight of our plan is that it is the same nationally. 1.5 Summary Nextel's national system and innovative integrated services are a perfect fit for Collier County's changing wireless telecommunications needs. The system will offer efficient, wide-area coverage at very competitive / favorable rates. Nextel is the only vendor that will be able to offer the advantages of a nationalcompany. Nextel's team stands ready to serve your needs now and grow with you in the future. NEXTEL PROPRIETARY AND CONFIDENTIAL SECTION 2.1 NEXTEL OVERVIEW 16El 2.1.1 Nextel: The Next Generation of Wireless Communications® Nextel Communications, Inc. is a corporation organized under the laws of the State of Delaware. Based in Reston, Virginia, it is the nation's leading provider of fully integrated wireless eo ,mmunications. Nextel offers the country's largest guaranteed all-digital wireless network, covering thousands of communities throughout the U.S.. The company is focused on providing business customers the ability to stay in touch by combining the power of digital cellular communications with push-to- talk Nextel Direct Cormeelm and messaging capabilities into a single handset. Nextel currently serves more than two and a half million users on its digital system. 2.1.2 The Nextel Vision Becomes a Reality Since Nextel was founded in the late 1980's, the company has successfully acquired the necessary resources and overcome a host of regulatory, technological and economic hurdles to realize its vision. In 1991 the Federal Communications Commission unanimously approved Nextel's application to implement digital networks that are more efficient, promote competition and provide more choices for subscribers. Over the past several years, Nextel Communications has significantly strengthened its competitive position with the further refinement of the technology and its deployment throughout the Nextel National Network. Key milestones in this leadership strategy have been: The adoption of Motorola's proprietary_ iDEN technology - allowing Nextel to move ahead by establishing a single, digital standard for its system. An aggressive merger and acquisition program - including investments in, and roaming agreements with, SMR companies in Canada and Mexico; OneCorem Corp., a leading SMR operator in the western United States; Dial Page, Inc., a leading SMR operation in the Southeast United States; Pittencrieff Communications, Inc., a leading SMR operator in the Southwest United States, together with significant spectrtun acquisitions from Motorola, that supply the vital pieces in Nextel's movement to become the first nationwide provider of digital wireless communications system. Craig McCaw's investment and involvement - as a pioneer in wireless communications, Craig McCaw's investment gave additional credibility to the NEXTEL PROPRIETARY AND CONFIDENTIAL 1611 Nextel servide. With his experience he continues to provide direction in formulating and proposing key tenets of Nextel's corporate strategy. Development of a strong management team - under the leadership of Craig McCaw, Nextel's Chairman, and Tim Donahue, the President and CEO, a strong management team has been established to determine the course of the company. Successful refinement of the iDEN technology - working closely with Motorola, Nextel has participated in the successful development and refinement of the iDEN technology and is offering it in markets across the country. Significant spectrum acquisition - in December, 1997 Nextel won 475 licenses in the FCC 800 MHz auctions. It obtained the rights to almost 10 MHz of spectrum in areas covering all 50 states and approximately 98% of the U.S. population. Extensive national buildout plans - in 1999 Nextel built out and expanded the Nextel National Network by adding over 2,700 cell sites in service for a total of 8,800 sites. This aggressive plan will continued in 2000. Nextel also has invested hundreds of millions of dollars of additional capital into its support systems over that same period, to scale up billing, Collections, information technology and other back room functions to keep pace with rapid system and customer growth. Five millionth customer- in the First Quarter of 2000 Nextel initiated service for its five millionth customer on its digital system. Nextel Online launched - in April, 2000 Nextel began offering its customers instant connectivity to the Internet, allowing them to retrieve messages, business information and wireless-enabled applications. 2.1.3 MarkeffAvailability Nextel began offering its all-digital, integrated service to customers in September of 1996 and now serves thousands of communities across the United States. Nextel is currently offering its integrated package of enhanced digital wireless communication services in and around 98 of the country's top 100 markets. 2.1.4 Summary With its ambitious plan and achievements Nextel is well positioned, now and in the future, to serve business workgroups by making them more productive and efficient. Nextel's rapid growth points to the fact that many businesses are turning.to Nextel as their wireless communications solution. NEXTEL PROPRIETAR Y AND CONFIDENTIAL 2 16E1 SECTION 2.2 NEXTEL'S TECHNOLOGY 2.2.1 What Is iDEN? The Nextel network is based on a technology developed by Motorola called i_DEN (Integrated Digital Enhanced Network). iDEN utilizes an advanced modulation , technology consisting of a speech compression scheme which allows six communication paths for Direct Connect~m or three paths for digital cellular over one 25 kHz radio channel in the 800 MI-Iz frequency range. This technology allows fleets of mobile or portable users with Nextel subscriber units to communicate with one another or with the Public Switched Telephone Network (PSTN) using a radio channel as the medium. iDEN was developed as a solution to frequency spectrum shortages, because it allows an increase in capacity on a specific frequency. It provides numerous benefits, including the advantages of digital transmission, large regional dispatch coverage areas, and an integration of services. The inherent advantages of digital technology are fewer dropped calls, improved security, and clear voice quality. As the Nextel system continues to be built out, it will offer increased regional and nationwide capability, giving customers an unprecedented level of access to enhanced, integrated digital wireless communications services. 2.2.2 The Technology There are four categories of related technologies that team up to define the operating characteristics and capabilities of an iDEN system: 1) the method of converting analog into digital; 2) the modulation method; 3) the method of channel division and access control; and 4) the methods of internal signal processing. 1) Method of Converting Analog'to Digital The conversion of analog voice into a digital equivalent is called voice coding or vocoding. This process converts voice from an analog audio waveform to a digital coded data stream. At the receiving end, the vocoding scheme is used again to decode the data stream and reconstruct an analog voice audio wave that will drive a traditional radio speaker. iDEN uses a two-stage vocoding process.. NEXTEL PROPRIETARY AND CONFIDENTIAL 1 16El First, analog voice is converted into a 64 kbps digital equivalent'using Pulse Code Modulation (PCM). It samples the level of an analog voice signal 8,000 times per second. Each sample contains 8 bits of information about the voice signal. This results in a digital signal with a data rate of 64,000 bits per second. Second, to fit the 64 kbps data stream within the RF channel, some form of coding must be applied that compresses the data stream, while maintaining a high quality audio rate. The data stream is divided into relatively short segments of speech and coded using a linear predictive coding process called VSELP (Vector Sum Excited Linear Prediction). This compression process is performed by a high-speed processor, whose output is a coded digital voice signal with a data rate of approximately 4,200 bits per second, low enough to fit easily within the bandwidth of normal radio channels. iDEN then adds 3 kbps of forward error correction information, thus, a net 7.2 kbps digital signal is available for transmission. This vocoding process is extremely efficient. In practice 90 milhseconds of analog voice is compressed into a transmittable 15 millisecond digital signal. 2) The Modulation Method Modulation is the process of manipulating or "modulating" the carrier wave to represent the information that must be transmitted. In digital radio, the modulating signal is a data stream of bits or symbols. This data stream is an electrical signal and the bits are abruptly changing voltage levels in the square wave modulating signal. The modulation process used in iDEN is called M16QAM, which allows the transmission of 64 thousand bits of information each second, or 64 kbps, over a single 25 kHz RF channel. Since each voice transmission uses only 7.2 kbps for its digitized voice signal, it is easy to see that the channel could inherently handle more than one communication at a time, if there is a way to organize the different conversations and separate them so that they are independent and mutually non- interfering. This is accomplished by a pro. tess known as channel division. 3) Channel Division and Access Control Methods iDEN uses Time Division Multiple Access (TDMA) to divide the 64 kbps channel data rate into six different, repeating time slots. The current iDEN technology uses six time slots for Nextel Direct Connect~ and three time slots for digital cellular. It may help to think of a time slot as very brief, repeating window in time. Radio A's transmission is assigned time slot 1, radio B's transmission is assigned time slot 2, etc.. So transmissions are allocated a very brief and repeating time slot. At the proper point in time, the radio powers up its NEXTEL PROPRIETARY AND CONFIDENTIAL 16El transmitter, modulates the carder with the vo~oder-generated digital signal, and shuts back down - all within the brief time slot. 4)The Structure and Content of the Signal The iDEN system has a set of rules for what kinds of information the transmitter signal can contain and the way the digital information is organized into packets, time slots, words, blocks, times, etc.. Every transmitt'rag radio in the system must generate its over-the-air, digital modulated RF wave according to the system rules. Every receiving radio looks for this particular signal structure when demodulating the radio signal'before it can begin to recover the data stream into voice and non-voice messages. Above we discussed how 3 kbps of error correction is added to the 4.2 kbps of digitized voice. Some error protection coding is necessary in every digital radio system. With analog voice, radio users hear static hiss and fading. When a digital radio receives a signal with faded bits, it reconstructs the digital voice with error protection coding to help it and provide clear audio quality. Also, the iDEN radio inserts a guard time in fi'ont of and in back of the 4.2 kbps digitized voice and 3 kbps error correction to allow the transmitter time to power up and down. The guard time protects the transmission from adjacent time slot interference. 5) Enhanced iDEN To improve the audio quality of the cellular service Motorola has employed an enhancement that increases the number of bits used to transmit the voice signal. The bits are transmitted using two time slots of the six per 25 kHz channel available in the telephone interconnect mode. This allocation of voice slots allows the use of a new 8.0 kbps VSELP vocoder, which almost doubles the voice sampling rate compared to the existing 4.2 kbps VSELP vocoder, improving the tone and richness of telephone interconnedt communications. This enhancement also utilizes advanced forward error correction protocols that correct corrupted bits in digital voice transmissions sent over the airwaves, resulting in significantly improved audio quality even in weak signal and interference areas. 2.2.3 Summary So, in review this is the iDEN transmission process: · The vocoder converts a segment of arriving analog voice into a compressed, digital equivalent. NEX TEL PROPRIETARY AND CONFIDENTIAL 16£1 · Error protection is added to help preserve the integrity of the digital signal as it is transmitted through the RF environment. · Guard time is added to allow the transmitter time to power up and down. · A repeating time slot is assigned to the transmission. · At the beginning of the time slot, the transmitter powers up. · The carrier is modulated with the digital information. · The transmitter powers down. · The process repeats. · Enhanced iDEN provides improved audio quality for the interconnect service. NEXTEl. PROPRIETARY AND CONFIDENTIAL 16E1 SECTION 2.3 NEXTEL'S SERVICE 2.3.1 Introduction The Nextel personal wireless network features integrated telecommunications services. Subscribers can secure all of their communication needs through one easily accessible source, using one telephone number, contacting one customer service center, and paying one bill. The main services are: Nextel Direct Connecff", digital cellular, text and numeric paging and data services (future). Each of these services will be described briefly in this section. 2.3.2 Nextel Direct Connect~m For businesses with workgroups, the Nextel National Network offers many advantages over traditional analog dispatch service. Improved sound clarity and system access are achieved through all-digital, congestion-free transmission on the 800 MHz spectrum. Vehicles have an increased range because Nextel's significantly larger footprint allows for expanded digital dispatch coverage areas and receive improved signal reception because of the system's multi-site design. The old analog SMR systems or analog private systems typically had one repeater site and the user had to manually switch between different systems. In the Nextel system the various cell sites are networked together, so that switching from one site to another is done automatically without any action by the user. The digitally coded speech also provides a measure of privacy, which is important for many business transactions. Nextel's Enhanced Specialized Mobile Radio (ESMR) dispatch service offers higher capacity than conventional SMR. As a result, the subscribers experience less blockage and access a talk channel faster. Most dispatch two-way radio users are organized into various fleets and talkgroups. A fleet is usually a group of radio users belonging to the same company, such as the employees of an entire company, located within a given dispatch service coverage area. A talkgroup is a subset of the fleet, whose normal communications do not require interface with other subsets of the fleet. For example, in a typical company the warehouse personnel could be on one talkgroup and the delivery tracks could be on another. Talkgroups are made up of individual radio users, who are joined together in workgroups. Typically, the majority of an employee's communication requirements are within his/her own talkgroup. These talkgroups are preprogrammed in the system and the user has the ability to talk to the entire fleet NEXTEL PROPRIETARY AND CONFIDENTIAL or to his talkgroups. Private calls can be made to individuals in the fleet b~ merely calling their individual ID numbers. All such calls are half duplex calls, which require the user to "push to talk and release to listen". Even for the business user who has not used two-way radio dispatch in the past, Nextel Direct ConnecPTM can be an effective tool. It allows the user to be in instant contact with other members of her business team without having to dial their phone number. It also allows her to talk with all the members of her team. For example, this is a great tool for members of a sales team in a company or an engineering team or a technical support team. It allows thdm to effectively coordinate their efforts much more quickly, with much less effort and typically at a lower rate than for a cellular call. 2.3.3 Digital Cellular Service Nextel digital cellular service, available with both mobile and portable units, is superior to analog cellular and competitive with digital cellular offered by other carriers. Each unit has an assigned public telephone directory number and can initiate calls to or answer from the Public Switched Telephone Network (PSTN). One main difference with the Nextel system is the ability to deliver unmatched functionality with relative simplicity. User-friendly features include speed dialing and call forwarding, which are very easy to use. This service is sometimes also called "Interconnect". Nextel provides coverage in thousands of communities, including in and around 97 of the top 100 metropolitan areas across the country. The obstacles of operating away from home and crossbilling will not be an issue, since the customer will be dealing with one national company. Nextel does not charge roaming charges in the U.S. or Canada. 2.3.4 Text and Numeric Paging Subscribers using Nextel's integrated paging and text messaging services add a new dimension to their personal communications. State-of-the-art data transmission delivers multiple alpha and numeric messages directly to the Nextel tinit's easy-to-read screen. Subscribers have unmatched flexibility in choosing the mode ofcommurdcafion which fits their immediate need. Plus, unlike one-way pagers, which fail to receive critical messages when the pager is tamed off or is out of range, the Nextel National Network stores messages up to 280 characters in length and then delivers them when the unit is re-activated. The system will store messages for five days, before deleting them. With the Nextel system, a message originated in the Los Angeles system can be delivered to a subscriber unit traveling in New York. NEXTEL PROPRIETARY AND CONFIDENTIAL 2 16E1 With the Nextel service, paging is integrated into the digital cel/ular unit. There is no separate paging unit. This paging is truly integrated - for example, if there is a telephone number in the text of the message, the user need only hit the "Send" button to initiate that call on the digital cellular system. There are a variety of ways that messages can be sent to the subscriber unit. Text and numeric messages can be sent to Nextel users through Nextel's home page (www.nextel.com). Using any Intemet e-mail software a message can be written and sent by addressing it to the r6cipient's 10-digit number ~page.nextel.com (example: 9255551234@,page.nextel.com). Messages can also be sent by calling 1-800-NEXGRAM, an operator-assisted, messaging service. 2.3.5 Two-Way Messaging Nextel Online two-way messaging service will allow Collier County's users to send, receive, and respond to email and text messages using their Nextel plus phones. This service enhances Nextel's wiretess Intemet offering, and gives business users a broader range of commtmications options. With two-way messaging Collier County's users can send and receive email messages through three channels: Nextel.com's Message Center on the Nextel web site: Anyone can log onto Next el's web site and send a message to Nextel user who has the two- way messaging service. · Phone to Phone: Customers can send and receive messages between plus phones at any time. E-mail Messaging: Messages can be sent to and from any e-mail client (e.g., corporate email network) connected to the Interact by any phone with Nextel two-way messaging. , The two-way messaging provides mobile workers with a communications tool that is always connected, no matter where they are. This service is especially useful in situations where it is awkward to place a voice call - such as during a meeting. Some of two-way messaging's powerful features include a pre-programmed'reply that allows customers to respond to messages with just one push of a button; word recognition capabilities to help create messages using the phone's keypad; and the ability to store and retrieve messaging addresses on the phone. NEXTEL PROPRIETARY'AND CONFIDENTIAL 16El ' 2.3.6 Voice Mail Nextel's voice mail system can be used for many different applications. With cellular service, voice mail is an answering service that ensures no important calls are missed and allows the user to decide which calls to return and how soon. The voice mail is integrated with the message service so the customer is alerted to the new voice mail message and is told the number of messages in the mailbox. 2.3.7 Nextel Online- - Data Transmission Nextel has introduced its wireless data service in most markets throughout the US and is scheduled for national completion in the fall of 2000. With this service customers are able to send and receive data that allow them to operate more efficiently in the mobile environment. The Nextel Wireless Data Network is a significant advancement over existing technologies and is designed to be fundamentally a wireless Interact network. Its key mission is to support TCP/IP based communication between mobile and land- based computers. Since it is based on IP (Internet Protocol), the most widely deployed networking standard, Nextel's Network is able to support a wide variety of applications ranging from Automatic Vehicle Location and messaging to database inquiry and electronic mail. Users are not restricted to any proprietary applications or protocols and take advantage of any ~ based solution, as well as applications developed for CDPD networks. For a complete description of these data services please refer to Section 2.11 - Nextel Online-. 2.3.8 Summary This is a general overview of the services'that Nextel offers. The following sections will give a more detailed description of the equipment. NEXTEL PROPRIETARY AND CONFIDENTIAL SECTION 2.4 NEXTEL EQUIPMENT 16£1 2.4.1 Introduction This section will first discuss the commor~ features in the various types of subscriber units and then detail the specifics. Nextel's product line now includes: · Portables - ilOOOplus - i700plus - i500plus - r470 - i2000 Mobiles - m370 Control Stations - c370 2.4.2 Common Features A subscriber unit includes the radio equipment and interface that a subscriber needs to access the integrated services provided by the Nextel system: digital cellular, Nextel Direct Connect= (Group Call and Private Call), Text and Numeric Paging and Voice Mail. All subscriber units operate on 6:1 voice path frequency division format for Nextel ,Direct Connect~m and 3:1 for cellular calls. The plus series handsets are data capable in addition to having all of the voice features. Each unit has a full numeric keypad for unlimited cellular and Nextel Direct Connect- operation. The highly tactile keypad can be set at audible or silent and each unit has a well-ilium'mated, easy-to-read LCD display of four lines, which is backlit for nighttime operation. Some other common features are: __ NEXTEL PROPRIETARY'AND CONFIDENTIAL 1 General Features Crystal clear digital audio Continuous signal indicator Built-in fraud and cloning protection Easy to use menu system battery strength indicator One year manufacturer's warranty Cellular Features 100 member phone list Call waiting Call hold Automatic redial Call forwarding Last number redial Speed dial and alpha recall Voice Mail indicator Multiple call timers Scratchpad memory DTMF (Touch Tone) overdialing 16El Messaging Features New marl indicator Storage for up to 16 messages (in the handset, an additional 99 on the server) Messages up to 140 characters in length One touch call back of numeric pages Time/date stamp Icon and audio notification of new pages Nextel Direct Connect~m Features One touch calling Up to 30 programmable talkgroups with alpha name tags 100 member Private Call d/rectory with alpha name tags Call back alerting Incoming Private Call ID NEXTEL PROPRIETARY AND CONFIDENTIAL 2 16£1 Each subscriber unit is identified by a unique number, called the International Mobile Equipment Identifier (IMEI), which is permanently stored in the subscriber unit. Just as the IMEI identifies the mobile equipment, other numbers are used to identify the unit. Different subscriber unit identifies are used in different phases of call setup. The subscriber unit's telephone number is the number a calling party dials to reach the subscriber unit. It is used by the land network to route calls toward an appropriate switch. The unit's IMEI is the primary identity of the subscriber unit within the mobile network and is permanently assigned to it. All the parameters necessary for defining a subscriber's personality are programmed into the unit at the time of installation. These features are enabled or disabled when the unit is in contact with the network switch. 2.4.3 Portable Units il OOOplus The ilOOOplus is Nextel's top of the line offering for the mobile professional. This unit is smaller, lighter and more elegant than the other Nextel handsets, perfectly suited for all business users. When Nextel says: "You've never used a phone like this before", it accurately describes the extensive set of features that the il OOOplus offers to its users. The ilOOOplus is small and light enough to be carried in a suit jacket pocket and yet talktime has not been sacrificed. Its unique, see-through flip allows the phone to operate either opened or closed. The most dist'mctive feature is its speakerphone, which allows users complete handsfree operation for phone calls. The ilOOOplus has all of the common features listed above plus some unique features, most significantly its data capability. It will be able to operate on Nextel's circuit switched and packet switched networks when these data services are nationally available on the Nextel Network in the first half of 2000. For a complete description of the data networks please refer to Section 2.11 - Nextel Online. il OOOplus Distinctive Features are: Programming Menu Changes Combined Phone Number and Private ID List Programming Automatic Cursor Movement Missed Call Indicator Recall Last 10 Calls Received/Sent Quickstore of Phone Numbers and Private ID's NEXTEL PROPRIETARY AND CONFIDENTIAL 16£1 Turbo Dial Speakerphone Consolidate Directory Programming Name & Number Display User Selectable Phone Only Mode Selectable Ring Styles Vibration Alert Additional Line Service Selectable Languages Display Own Phone # Display Own Private ID Any Phone Key Answer Emergency Dialing 3 Way Calling Learned Bandmap Roaming The ilOOOplus package includes the phone, a standard hthium ion battery and travel charger. The following additional accessories are offered: Slim Lithium Battery Desktop Dual Pocket Charger Cigarette Lighter Adaptor Soft Install Car Kit Audio Adapter with various Earpieces and Headsets High Capacity Batteries Leather Carry Cases Belt Clips Hands Free Car Adapter Hard Install Car Kit (future) Signaling Format Frequency Range Channel Spacing Frequency Stability Technical Specifications TDMA Digital: M-16 QAM Transmit: 806-821MI4_z Receive: 851-866 MHz 25 KHz 2.5 ppm (not locked to base) NEXTEl. PROPRIETARY AND CONFIDENTIAL 4 RF Output Power 0.6'watt average per single TDMA slot Voice Dispatch Audio Output Power 500 mW Talk time (standard battery) Standby Antenna ' Dimensions (HxWxD) Weight 3.0 hours 50 hours Retractable 4.5" x 2.2" x 1.2" 5.4 oz. (with slim lithium battery) i 7 00plus The i700plus handset offers a feature-packed phone, including readiness for data services, with the durability to meet military standards. Distinctive Features Longer Battery Life 240 mins. talktime 65 hrs. standby Turbo Dial - One Tou~h Dialing · VibmCall · Quickstore Private ID's / Phone Numbers · Missed Call Indicator ' · Last 10 Numbers Sent / Received Call List · Consolidated directories · Power-up Display Message · Data Options Circuit / Packet Data Browser · Rugged Construction Military Specifications on Durability Dimensions: 6.2" x 2.3" x 1.6" Weight: 10.3 oz NEXTEL PROPRIETARY AND CONFIDENTIAL 5 i5 00p lus ! 6E1 The i500plus is another data capable unit in the Nextel product line. Distinctive Features · Longer Battery Life 240 mins. talktime 65 hrs. standby Quickstore Private ID's / Phone Numbers Last 10 Numbers Sent / Received Call List · Consolidated directories · Power-up Display Message · Data Options · Circuit / Packet Data · Browser r470 The most distinctive feature of the r470 is that it is intrinsically safe, FM approved for operation in hazardous environments. This voice-only handset has all of the common features described above with some additional features. r4 70 Features Selectable Ring Styles Additional Line Service Selectable Languages Display Ox~rn Phone # Display Own Private ID Any Phone Key Answer Emergency Dialing Learned Bandmap Roaming Selectable Ring Styles Emergency Dialing Technical Specifications Signaling Format TDMA Digital: M-16 QAM NEXTEL PROPRIETARY AND CONFIDENTIAL 6 16El Frequency Range Transmit: 806-821 MHz Receive: 851-866 MHz Channel Spacing 25 KHz Frequency Stability 2.5 ppm (not locked to base) KF Output Power 0.6 watt average per single TDMA slot Voice Dispatch Audio Output Power 500 mW Talk time 270 minutes (standard battery) 360 minutes (extended life battery) 5% transmit/5% receive/90% standby Duty Cycle 24 hours (standard battery) 33 hours (extended life battery) Antenna Retractable Dimensions (HxWxD) 5.3" x 2.3" x .7" Weight 7.9 oz.(with ultra-slim NiCd battery) Nextel Worldwide- (i2000) Nextel offers the i2000 and Nextel Worldwide service for the business traveler to stay in touch as he travels around the world. Clients, colleagues and family can reach him no matter where he is within the Worldwide network (65 countries and growing). The sleek i2000 is lightweight and designed to fit easily in the hand. The user can enjoy features that travel with him all over the world, such as Voice Mail and Speakerphone. ~2000 Features NEXTEL PROPRIETARY AND CONFIDENTIAL 7 One number · 800 MHz iDEN and 90,0 MF_z GSM · Nextel Worldwide Service (65 countries) · SIM Card / Clone and Fraud Protection · Speakerphone (iDEN and GSM) · Turbo Dialing · Last 10 Sent / Received Call List · Quickstore of Private ID's / Phone Numbers · Missed Call Indicator- alerts to missed calls · VibraCall · 3-Way Calling · Alternate Line Service · Integrated Multi-Service Capacity · 4 Line Alphanumeric Display · Icon Indicators · Keypad Lock · Adjustable Ringer and Alert Tone Volumes · Active Status Indicator lb£1 2.4.4 Mobile Units m370 This mobile unit is a 3.0 watt dash mount or remote mount transceiver with almost identical features. It offers the integrated set of services and includes a handset, external speaker, and visor microphone. This fully integrated digital mobile phone is designed for those who want integrated Nextel Direct Connect- and cellular communications without compromising safety, convenience or ease-of-use. Hands-free operation and speed dialing let you use the handset with minimum distraction. The user can receive text and numeric pages and voice mail alerts. They offer memory scrolling and alpha search for one hundred saved numbers. The handset with its full keypad and three line display combines sleek styling with easy-to-use functionality. The handset and hang-up cup are lighted for easy use at night. This radio is designed for remote installation with only the handset visible. The mobile is capable of choosing any of 255 different talkgroups and can have 30 talkgroups aliased or named at any one time. The mobile can be installed with an automatic or manual lock and a theft alarm. It can also include a horn alert to notify the user of a call when he is away from the vehicle. NEXTEL PROPRIETARY AND CONFIDENTIAL 8 16El ' The mobiles can be purchased with external speakers for enhanced sound quality in high noise environments. Visor microphones are available to provide handsfree operation for greater safety and convenience. Nextel offers different antennas to meet a wide variety of personal preference or system-related needs. FCC Designation Signaling Format Frequency Range Channel Spacing Frequency Stability RF Output Power Audio Output Power Operating Voltage Emission Designator Data Port Interface Environmental Performance Technical Specifications AZ492FT5775 (m370) TDMA Digital; Quad 16 QAM Transmits: 806-821 MHz Receives: 851-866 MHz 25 KHz 2.0 ppm (m370) .025 to 3.5 Watts pulse average power (variable) 0.5 Watt (Handset Speaker) 3.0 Watt (External Speaker) 13.8 VDC Nominal +20% 20KOW7W RS.232 with optional cable Military standard 810 C/DfE 2.4.4. Control Station Unit The base station has the same specifications as the mobile, but a power supply, external speaker and a choice of microphone are included for desktop operation. These digital control stations offer full Nextel Direct Connect= and cellular functionality. They include a handset with full keypad and three line display, designed for easy "at the ear" or "on the desktop" operation with a desktop cradle, NEXTEL PROPRIETARY AND CONFIDENTIAL 9 including integrated speaker, microphone, and Push-To-Talk switch. The transceiver and power supply can be installed remotely. NEXTEL PROPRIETARY AND CONFIDENTIAL lO SECTION 2.5 NEXTEL COVERAGE 16El 2.5.1. 2.5.2. Domestic Coverage Nextel considers its service to have all of the features of PCS and digital cellular, plus the added feature of Nextel Direct Connect~m, which allows individuals in a talkgroup to communicate with one another by the push of a single button. Attached is a Nextel nationwide service map and maps of the individual markets, showing the extent of our coverage areas. Currently, Nextel serves thousands of communities throughout the United States and offers service in and around 98 of the top 100 markets in the country. International Coverage Nextel has an interest in several current or planned international iDEN systems in North America, South America, and Asia. The following are specific markets that are in service or under construction: · Canada · Mexico · Brazil · Argentina · Peru · Japan · Philippines Cicamet, the Canadian iDEN provider, offers coverage from Windsor, Ontario to Quebec City and has recently launched service in western Canada. Nextel's U.S. units can now roam on the Cleamet system at their U.S. rates with no roaming charges. A long distance rate of $0.18 USD/min. has been established for long distance calls between Canada and the United States from a Nextel digital wireless unit. 2.5.3 Nextel Worldwide= - One Phone, One Number Nextel offers the i2000 phone and Nextel Worldwide- service to the business traveler to stay in touch as he travels around the World. Clients, colleagues and family can reach him on the same number- no matter where he is in the Worldwide network. There will be no more calling cards, rented phones or exorbitant international rates that hotels charge. NEXTEL PROPRIETARY AND CONFIDENTIAL 1 !6El '" The i2000 operates on the Nextel domestic network in the U.S. and Canada (Cleamet) and on the GSM network abroad (over 65 countries and growing). The user pays the monthly domestic rate and adds Nextel Worldwide service. This rate will be one flat rate - depending on the country called or calling - anytime, all the time. As with all Nextel service there, are no roaming charges, no landline connection fees and calls are rounded to the nearest second atter the first minute. NEXTEL PROPRIETARY AND CONFIDENTIAL 2 SECTION 2.6 NEXTEL SUPPORT TEAM 16£1 2.6.1. Support Team Refer to Section 3 2.6.2 Nextel Repair Service Door-to-Door Repair Service Nextel offers to Collier County a convenient, free door-to-door service. The user calls an 800 number (1 800 639-6111) during phone repair service hours. Monday through Friday fi:om 7 AM - 10 PM Eastern time or Saturday from 9 AM - 6 PM. A representative will help determine the problem and, if necessary, arrange for it to be picked up at the Collier County's place of business. The phone will be repaired or replace within two business days. Pickups will not be scheduled on the weekend, but you may call on the weekend to schedule a pickup for the next business day. Nextel offers this service at no charge. Nextel Direct Repair Nextel offers another service option. The user brings the unit to the nearest Nextel Direct Repair Center and it is repaired in about an hour for $35. Nextel's Spare Unit Program Nextel understands the need to have backup units on site for Collier County to Utilize. One unactivated unit will be provided at no charge for every 50 activated Units on the account. 2.6.3 Customer Care Center The Local Market Customer Care Center~,which will handle local market issues for the end users, is operational: - five days a week, Monday through Friday, from 6 AM to 8 PM local time. Saturday and Sunday, from 8 AM to 5 PM local time. This Center can be reached by dialing #611 on the Nextel phone. 2.6.4 System Infrastructure Maintenance The Nextel system is maintained and operated by an extensive network of communications equipment and experienced personnel. NEXTEL PROPRIETARY AND CONFIDENTIAL 16El The Operation Maintenance Center The Operation Maintenance Center (OMC) is a central network element built into every Nextel system that controls and monitors other elements to ensure the quality of service provided by the Next~l network. It provides alarm handling functions to report and log alarms generated by components of the network. It controls each element of the system through an X.25 packet network. Local Nextel Operations and Engineering Team Operations The local Nextel Operations team at the local switch is responsible for monitoring the system 7 days a week, 24 hours a day, providing first Yme support in fault resolution and emergency repair both at the MSC (Mobile Switching Center) and the individual cell sites. To mitigate problems from occurring, the team performs preventative maintenance and repair on a regular schedule on all system elements. When software upgrades are required or the system must be expanded, the team is responsible for their implementation. Engineering The local engineering team is responsible for tracking the performance of the system, monitoring its overall health and looking for significant trends in performance. This team is constantly looking to the future to forecast long range system use and design for system expansion~ Network Operations Center This Network Operations Center (NOC), located in McLean, Virginia, monitors the entire national system and works closely with the local markets, providing second level engineering and operational support. With the'tr national perspective they see the "big picture" and determine how activity in one section of the system might affect another. Any changes that take place in a local market must first be authorized by the NOC. The Center provides trending statistics and informs Nextel Customer Care of any network events that might impact customers. They manage the overall expansion of the system and establish national standards for system hardware and soRware. If they notice that one particular part of the system is overloaded, they can divert traffic to avoid overloading problems. 2.6.5 Nextel's Quality Program Nextel has a set of stringent standards for~the operation and maintenance of the system.. In addition, it works with Motorola, the major manufacturer of the NEXTEL PROPRIETARY AND CONRDENTIAL 16E1 system's infrastructure and the subscriber units, to maintain these same high quality standards. Nextel pledges to work with Collier County to attaha its quality objectives outlined in the RFP. We continue to make strides in improving our performance in all aspects of the business. One of the reasons that Nextel chose Motorola as its manufacturer is because of its track record on quality assurance. Motorola has been one of the nation's leaders in this area with its Six Sigma initiative. They claim that in the past nine years, they have reduced their in-process defect levels 250-fold. At the same time, productivity, measured in sales per employee, has increased 13.2% per year. These quality initiatives produce quality products in a timely manner at an affordable price. In 1988 they won the Malcolm Baldrige National Quality Award, emblematic of superior performance in regard to quality. They are also audited every two years and certified with the ISO-9000, an international quality standard. Nextel has its own stringent quality standards that are used in the installation and maintenance of the system's infrastructure: · Scheduled automated testing of call processing subsystem · Performance of quarterly routine maintenance on all outside plant equipment (i.e. EBTS, HVAC, Towers, telco circuits and etc.) · All maintenance personnel are vendor certified · The Network Management facility is staffed seven days by 24 hours · Customer satisfaction is monitored on a regular basis · Monitor and track customer problems by category · Benchmark system performance · Monitor scheduled and unscheduled system downtime · Monitor system traffic performance (i.e. blocking, drops, handover, call volume) · Drive test entire system, collect empirical data, and make system adjustments on a regular basis · Conduct regular service improvement meetings with telco and other vendors · On-site Motorola support at the switch location · Drive test the entire system after all system expansion and soilware upgrades. NEXTEL PROPRIETARY AND CONFIDENTIAL 3 SECTION 2.7 16E1 NEXTEL SERVICE IMPLEMENTATION 2.7.1 Project Management Plan Nextel understands the magnitude of the tasks and resources necessary for the successful implementation of your system. Nextel representatives will work with Collier County to provide an organized and systematic transition from the current service to the new digital system. This task will require a high degree of coord'mation between Nextel and Collier Countyl The overall responsibility for the successful implementation of the project on a corporate level lies with the Corporate Accounts Manager. On a local level the Major Account Executive is responsible. To assist this person Nextel will dedicate a Customer Service Representative (CSR) in each market for the duration of the project. The Major Account Executive will be responsible for the contractual schedule requirements and the technical objectives of the contract. Additionally, the Major Account Executive and the Customer Service Representative will be directly responsible for processing equipment orders and deliveries, coordinating subcontracts, distributing documentation, providing training, and coordinating various team members to ensure a completely operational system. During the implementation phase they will provide the liaison with other departments within Nextel, such as Marketing, Engineering, Operations, and Customer Care. ' Nextel strongly suggests that the implementation be done on a phased approach, location by location, department by department. The supervisors will have to be part of the planning process to determine how each unit will be programmed - what the composition of the talkgroups will be and what the various aliases will be. Then, the supervisors will be trained and will subsequently train their employees. Training Nextel will provide a complete tra'ming package for Collier County, including basic user training. Each training class will consist of a lecture, overhead slide presentations, and demonstrations on actual equipment. Nextel will provide user manuals and training information applicable to the equipment. Nextel will offer training for all subscriber unit users. Because of scheduling conflicts not all students may be able to attend the regularly scheduled classes. Nextel will offer training and materials for those supervisors who wish to train their own people. NEXTEL PROPRIETARY AND CONFIDENTIAL 1 2.7.2 Project Tasks Following is a list of tasks to be typically accomplished during the project implementation: 1. Project Kick-offMeeting 2. Final scheduling for the project. 3. Ordering equipment 4. Direct Connect talkgroup planning 5. New equipment receipt and inventory 6. Manager and supervisor training 7. Employee training 8. Programming the phones 9. Review of Nextel billing with Payables Department 10. Installation of mobile phones 11. Distribution of portable phones 12. Cutover to Nextel service 13. Project completion 14. Project review NEXTEL PROPRIETARY AND CONFIDENTIAL SECTION 2.8 NEXTEL REPORTING & BII,LING 2.8.1 Flexible Billing and Reporting Nextel is commit-ted to offering its customers the billing and reporting flexibility they need to meet ,their business needs. C611ier County may elect to receive a single, comprehensive invoice mailed to a single location. Or, choose multiple invoices with sub-account detaii and airtime pooling for Nextel Direct Connect~ service delivered to multiple locations. There are three (3) billing options available. They consist of' (1) A master/subaccount structure. The master account receives the bill and the detail for all the subaccounts. The master is responsible for payment. (2) A master/sub account structure. The master account receives a summary only bill. The subaccounts receive a detailed bill. The master account is responsible for the payment of the bill. (3) An individual account structure. The individual receives a detailed bill and is responsible for payment of that bill. 2.8.2 CD ROM Image Testing NEXTEL PROPRIETARY AND CONFIDENTIAL 16E1 SECTION 2.9 NEXTEL'S FRAUD CONTROL 2.9.1 System Security System security is a big advantage of the Nextel system over more traditional wireless offerings. While other wireless providers straggle for standards for fraud control technology or rely on unproven technology, Nextel relies on iDEN technology to offer security throughout its service territories. Cellular system security is of paramount importance to all who use cellular telephone networks both now and in the future. In today's cellular world, the concern is the prohferation of cellular cloning, fraud, and the unauthorized monitoring of cellular phone calls. It is important to understand how these events occur and how the different technologies address these concerns. First, the difference in the network technology. Cellular technology is, in its most basic form, divided into 2 major categories: analog cellular networks and digital cellular networks. Analog cellular, being the most prevalent of cellular transmission technology in use, presents many challenges to security. Analog, by its nature, is very susceptible to all of the above mentioned concerns. As an analog cellular call is initiated, it is easy for anyone with a conventional radio scanner to monitor the ongoing conversation. Anal,og cellular phone cloning can be accomplished by means of scanning and decoding the initial system access codes from a cellular phone and programming another phone with the access coding. The cloned phone is then used without the user knowing that he is being billed for not only his own phone calls, but also for the calls made by the illegally cloned phone. Digital technology, on the other hand, is .more impervious to unauthorized monitoring or fraud. Because digital transmission is essentially an encrypted stream of ones and zeros that are transmitted over an RF channel, it is more difficult to decode the information regardless of whether it is scanned or not. Digital encryption arranges the information to be transmitted into a format that will be recognized only by another device with the same encryption format, thus making it extremely difficult to decode. NEXTEL PROPRIETARY AND CONFIDENTIAL 16El When the Nextel phone is first powered up, the International Mobile Subscriber ID (IMSI) is sent to the switch. With the normal analog cellular system, this could be scanned and used to clone the phone. The Nextel system takes in the IMSI and then assigns a Temporary International Subscriber ID (TMSI) to the communicator and authentication begins. This TMSI will change, based on switch control, several times during the use of the communicator. Therefore, making it even harder to scan and clone. Nextel then takes the digital technology advantage even further. With the use of the GSM Specification model, iDEN techp, ology has incorporated many of the features of GSM into its cellular transmission technology. The GSM specification addresses security from many different angles. Unauthorized access is abohshed by means of authentication. This function checks the subscriber unit and the system switch. When the subscriber unit initiates a call, it sends a service request to the Home Location Register. The Home Location Register searches the data base for the subscribers system information and generates an Authentication request. This authentication request contains a random binary number which is 16 bytes in length. The subscriber unit receives the random number generated by the Home Location Register and with its own authentication key (a binary number that is 8 bytes long), solves for a predetermined value (in essence it solves an equation). At the same instant, similar solve for X sequence is being accomplished within the switch. The subscriber unit sends back its authentication response (the answer to the equation), and a comparison of the solution at the switch and the authentication response is performed within the switch. When this is accomplished, the subscriber is allowed to use the system. The authentication request is generated by means of a proprietary algorithm which is housed inside the switch. The algorithm is the heart of the authentication system. The authentication key, which is housed in both the switch and the subscriber unit, can be changed for further security, but it is never transmiRed over the air. Only the random number and the authentication takes place. The entire authentication sequence is completely ~ansparent to the subscriber, thus eliminating the need for the user to perform additional steps in activating his or her phone call. Upon completion of the authentication sequence the communicator is logged onto the network and available for use. '~ The M16 Quadrature Amplitude Modulation which is used in the iDEN product, is a proprietary modulation that cannot be . monitored by any device available in the marketplace today. Additionally, the proprietary nature of the RF and the iDEN call processing algorithms makes it very unlikely that anyone would be able develop such a monitoring device in the future. NEXTEL PROPRIETARY AND CONFIDENTIAL 2.9.2. 16El Authentication and ID Management Plan Each subscriber unit is assigned an identity, called an International Mobile Subscriber Identity 0/vlSI), which is understood by both the dispatch and interconnect call processing programs. Associated with the IMSI are the services a provider/maintainer has provisioned for a user, along with related billing information. As a result, it is important for the system to validate the user's IMSI each time an interconnect call processing procedure is performed. When a unit is powered on, as well as when it changes location areas, it can be authenticated by the system. It is also authenticated whenever a phone call or paging transaction on the cellular side of the system is attempted and when it performs a supplementary service action such as registering a call forwarding number. Authentication is basically a process where the Fixed Network Equipment (FNE) sends a random number to the subscriber unit and the subscriber unit processes this number with an authentication algorithm and an authentication key to generate a response to the FNE. Only the FNE and subscriber unit know the authentication key and therefore only the FNE and the subscriber unit know the response. If the response is valid, the call continues. If the response is invalid, the call is not allowed to proceed. The authentication key is generated and displayed by the subscriber unit. The subscriber/user then communicates the authentication key to the service provider by secure means (e.g. phone call by wire-line, mail, in person, etc.) at subscription time and the key is never sent over the air. For interconnect call processing a temporary ID called the Temporary Mobile Station Identifier (TMSI), is used to identify the subscriber unit to the system. This minimizes broadcasting the IMSI over the air. However, the IMSI may be broadcast when the subscriber unit initially roams into a system and registers. The system assigns a TMSI for the subscriber immediately, and that will be used to identify the subscriber until he roams out of the system. For Direct Connect- call processing, a similar set of the temporary IDs are used to define a subscriber unit's individual, group, and announcement group IDs. These IDs function in a role similar to the TMSI's. NEXTEL PROPRIETARY AND CONFIDENTIAL 3 SECTION 2.10 NEXTEL DISASTER RECOVERY PLAN 2.10.1 Nexte!'s Disaster Recovery Plan In desi~wning a disaster recovery plan for telecommunications it is extremely important to determine the strengths that the system will need during adverse conditions. For telecommunications this can be measured by the amount of redundancy ~tat is built into all components of the system. This sectio, n will outline the redundancy of the Nextel system. 2.10.2 At the Cell Site In the design of the Nextel system there is a certain amount of overlapping in the coverage areas, which will allow one site to increase its coverage area in case a neighboring cell is inoperative. Also there is redundancy built into the individual base stations. Particular boards, which might be subject to failure, can be replaced very easily by service personnel. At some sites there are multiple base stations and in case of failure, one station can back up another. Some sites have as many as five stations. These sites are equipped with battery back-up, which allows them to operate on emergency power for a period of at least three hours. Some more developed sites are supplied with generators, which can be activated remotely or which operate on a hot switch-over basis. Nextel also has on hand several portable generators, which can be deployed to a cell site as needed. These generators can provide service for an extended period of time during a power outage. Nextel also has several "Cell On Wheels", complete, self-contained cell sites, which can be transported to a location and put into operation with a minimum of effort. The operation of the individual cell sites ~ continually monitored at our main switch by the Operations Maintenance Center to make sure that this element of the system is operating properly. If there is a malfunction, the technician monitoring the system x/rill be alerted and can take the appropriate corrective action. 2.10.3 The Interconnect Network The Nextel interconnect network consists of multiple T1 circuits on various" combinations of copper, fiber and microwave radio systems. In general, a large portion of the network is leased from either the local telephone company, Competitive Access Providers (CAPS) or an Inter-exchange Carder (for cross- LATA systems). In many cases, a T1 circuit will utilize more than one carrier's network as it transits the market area. NEXTEL PROPRIETARY AND CONFIDENTIAL 16E1 Typically, the majority of the network is leased from regional Bell companies. Most of our hub locations are placed on SONET bi-directional fiber rings. This significantly reduces the chance of network failure due to cable dig ups, equipment failures or other potential causes of service interruptions. Of course, all the Bell central offices are equipped with generators and large battery backup plants. The "local loop" section of the T1 service will be placed on local SONET rings and loop plant SONET rings, where available. Since the Bell companies have built the T1 circuits directly into our sites, they are responsible for the circuit to the inside of our equipment area and this gives increased survivability and restoration capability to the network. Circuit access to the Nextel switch location is through diverse SONET fiber systems with diverse cable entrance and routing to the Nextel's telephone company room. For sites outside of the metro areas, most of the local T1 circuits are leased from the regional Bell companies. Some of the remote site locations are served by digital microwave radio. These radio systems have been professionally engineered and are equipped with protected electronics (hot-standby) in all cases and, where appropriate, space diversity antenna systems to increase the path reliability to above 99.999% per year. The larger service areas are equipped with digital cross-connect (DCS) hub equipment with remote access connection to the Maintenance and Alarm center. T1 service from these hub locations to the Nextel switch location is provided on at least tw6 diverse routes. Should there be a service interruption on one of the carder routes, with the remote DCS equipment and remote protection switching capability, some service can be rerouted to working routes. All DCS locations are equipped with long term battery backup systems. As with the metro area circuits above, access into the Nextel switch location from the remote hub locations is via at least two carriers with two separate routes all the way to our telephone company room. 2.10.4 At the Switch Location The main switch for Nextel systems is typically located in an area near a power utility substation and the Bell Company Central Office. These locations have 14 hours of battery backup and an endless supply of generators for as long as fuel is on hand (at least 20 hours). The main system components located here are the Base Site Controllers (BSC), the Dispatch Application Processor (DAP), and the Mobile Switching Center (MSC). Typically, at this switch there are multipl? BSC's, which are fully redundant. The DAP is also fully redundant. The Mobile Switching Center is fully redundant and even if the MSC were to be completely inoperable, subscribers would still be able to make dispatch calls through the DAP. The Home Location Register (HLR), which det~ines which units are subscribers, is redundant, complete with redundant subsystems. NEXTEL PROPRIETARY AND CONFIDENTIAL 1611 Nextel has taken every precaution to ensure that the system will remain operative daring man-made or natural disasters. Every component of the system is monitored continually for failure and is backed-up with redundant equipment. Nextel systems across the country have weathered many natural disasters and continued to provide communications. In many instances, the relief agencies have used Nextel service in their relief efforts. Nextel has a formalized agreement with the American National Red Cross for the donation of 245 wireless phones with accompanying accessories and service for disastgr relief support. This agreement allowed the Red Cross to have instant communication in 1999 during Hurricane Floyd, the Kosovar Refugee crisis, the Oklahoma City tornado and other national level disasters. In addition, Nextel service provides a critical link for'victims to locate and communicate with loved ones in the aftermath of a disaster. NEXTEL PROPRIETARY AND CONFIDENTIAL SECTION 2.11 NEXTEL ONLINE-. 16El 2.11.1 Introduction This section describes Nextel's family of mobile data products and services, called Nextel Online-, and its underlying features. The ability to send and receive infomarion from mobile devices is becoming a necessity for business success and profitability. The national commercial introduction of Nextel Online- will be complete in the first half of 2000. 2.11.2 Nextel Online- Handsets NexteI's Online-" services are accessible through an integrated handset as well as support'rag standard functions such as interconnect, dispatch and paging. This impressive set of services are available on the Nextel ilOOOplus, i700plus and i500plus handsets. il OOOplus, i700plus and i500plus Handsets The ilOOOplus, i700plus and i500plus are'integrated voice and data phones with a RS232/serial port for connection a laptop, HPC (Handheld Personal Computer) or PDA (Personal Digital Assistant) or a Specialized Mobile Computer. In addition to the three modes (Phone, Private and Group) available on Nextel's voice-only phones, a fourth mode called "Net" will activate the micro-browser and all functionality associated with a text-based browser. In the ''Net Ready" mode the i1000 plus, i700plus and i500plus will be in the packet data ready mode. The user can access servers on the corporate intranet and content available on the Internet. The phones will ship with a 900 mAh slim battery (150 min. talktime, 14 hours standby), a rapid charger, a data cable and configuration sof~vare. Cables for connectivity to other devices including Pilots, CE devices and other HPCs/PD requiring different power cables and power/data combo cables (sometimes referred to as Y cables) will also be made available as optional . accessories. Advantages to Nextel Onlinesin There are many features that make Nextel Online= the best choice for the business user. NEXTEL PROPRIETARY AND CONFIDENTIAL No expensive system build-out costs - The Nextel system was originally built as a voice and data system unlike many competing systems cellular systems. iDEN was always intended to support data communications. Nextel will not incur high cost upgrade which translates lower costs for its customers. Nextel Online- leverages existing digital telecommunications infrastructure including LDEN equipment and technology, base station facilities, intra- and inter- network links, interconnect backbone and switching equipment to provide digital data services to mobile subscribers. Integration - All of Nextel's features are truly integrated: cellular, 2-way radio (Nextel Direct Connect=) A single, secure network - N?xtel will have integrated voice and data capabilities in a single, secure network with nationwide coverage and single national pricing with comparable data throughput to existing wireless data systems. 2.11.3 Nextel Online- Technologies In addition to Nextel's existing digital cellular, Direct Connect- and paging capabilities, Nextel Online'- provide: · Mobile Packet Data · Mobile Circuit Switch Data Mobile Packet Data Packet data refers to a method of data communications that was developed to allow many devices to send data over a shared network. The data sent by each device is separated into small units known as "packets" or "datagrams". Each packet contains Internet Standard addressing information indicating the source and destination hosts. Packetized data is the foundation of virtually all data communications networks throughout the world. Packet data technology will efficiently support applications such as computer-aided dispatch, transaction processing and database searches. Packet data technology will support data intensive applications that are widely considered to be vital to today's mobile workforce, including file transfer, electronic mail and other LAN based applications. Nextel Packet Data Service is referred to as connectionless since the network establishes no single end-to-end connection. Nextel's Packet Data Service system routes IP datagrams from one machine to another based on the address NEXTEL PROPRIETARY AND CONFIDENTIAL 2 information carded in the message. The Nextel network will support TCP/IP (Transmission Control Protocol / Intemet Protocol) enabled applications. Commullications between fixed landline networks and the Nextel mobile data network will be provided by Intemet Service Providers or Private Networks supporting Frame Relay Services. Nextel Online.- Packet Data Service offers a number of important security and performance features including: · Authentication Nextel's authentication procedure securely validates a user device and ensures that the device has not been cloned. Nextel's authentication procedure - based on GSM (Global Systems for Mobile Communications) is a sophisticated process that uses random numbers and a special device code combined with a proprietary algorithm to validate the identity of a user device. In other words the network asks the mobile device a question that only that device can correctly answer. Each time the user device is mined on the Nextel network performs the authentication procedure. Authentication is also performed whenever a user device moves to another location within the network. · Air Link Encryption (future) Nextel will encrypt all data sent over the airlink to ensure secure delivery. The encryption is based on GSM algorithms which is considered state of the art for commercially available networks. · Dynamic Channel Allocation Dynamic channel allocation allows maximum bandwidth to be assigned to packet data services without impacting voice service. · Compatibility Any IP enabled application will operate over the Nextel network · Adaptive Rate Modulation (ARM) ARM allows Nextel Online~ to change rapidly between three different modulation techniques - 64 QAM, 16 QAM and QPSK - to optimize data throughput, network performance and coverage area. If the wireless connection is not optimal for 64 QAM, the netwo;k reduces the modulation rate to 16 QAM and retries. If 16 QAM is still too fast the network reduces the rate to QPSK until the transmission is successful. The use of these modulation ~d queuing techniques results in a maximum bandwidth for packet data service and a very high gross data rate on a full 25 kHz RF channel (if all time slots are available). End NEXTEL PROPRIETARY AND CONFIDENTIAL 3 16El users can experience nefbi-directional data transfer rates of 22 kilobytes per second, if all time slots are available. These techniques also help in the selection of specific modulation schemes to optimize performance and reduce delays during light channel load conditions as well as provide fair access during heavier loads. At the same time, the modulation scheme allows mobile data subscribers to maintain data transmissions in areas of marginal coverage. Queued Contiguous Reservation Aloha (QCRA) QCRA is, a channel access protocol designed to reduce delays during conditions of light channel loads and provide fair access for all network subscribers during heavier loads. QCRA also provides fair access between short and long transmissions. It allows for contiguous transmission time slot reservations while also providing collision detection and correction. Link Access Protocol iDEN (LAPi) LAPi is a link layer proprietary technique designed to detect and correct frames that have experienced transmission error. LAPi reliably transports packets from the Mobile Host to the Mobile Data Gateway and ensures that user data is accurately transported across the network. Mobfie Circuit Data Connections between mobile devices and fixed hosts have long been common in wireless telecommunications. Conventional wireless modems continue to be popular with customers who wish to establish a dedicated link or circuit that they control for as long as their communications session continues. Communicat'mg data on the circuit-switched celluiar network can be compared to using the public- switched telephone network (PSTN). Any user who normally connects two computers through modems will feel fight at home with Nextel's circuit-switched data connection. In a landline session, subscribers of two computers connect through modems via the public-switched telephone network. Both subscribers are plugged into wallphone jacks. During a circuit-switched data session a computer connected to a Nextel phone transmits data via the airlink through a nearby cell, through the regional switch and the telephone network. From there data is delivered to the target computer. Nextel Online supports the full AT command set. Micro-Browser The micro-browser is a tool that enables subscribers to display information on and accept user input from the subscriber's handset. With the micro-browser subscribers can access information stored on their corporate intranet, Web servers NEXTEL PROPRIETARY AND CONFIDENTIAL 16E1 and database systems. This includes e-mail as well as information available on the Internet. The micro-browser is specially designed to take content created for the Web and enable the information to be formatted for viewing on a handset. The micro-browser enables corporations to provide existing information to their mobile work force and increase field productivity. 2.11.4 Nextel Online.- Features Using Phone.com-'s LrP.Link~ Server and UP.Browser~ microbrowser, Nextel, in a parmership with Cisco for mobile Interact Protocol (IP) networking, offers the wireless industry's only integrated, packetized voice and data service. Unlike other wireless data services where the user has to "dial in" to access the Internet, Nextel Online~ customers have immediate access to the most reliable wireless data network in the country allowing instant connectivity to the Interact so they are never far away from their messages, business information and wireless- enabled applications. One-Way Solutions Nextel Online= customers can create their own personalized web portal accessible by a personal computer or Internet-capable Nextel phone using the myNextel.com web portal. Co-branded with MSN, this web portal features business news and information from MSNBC and provides access to MSN services such as MSN Hotmail, MSN MoneyCentral, Experia.com and MSN Yellow Pages business directory. Users can customize the site s6 that their important e-mails and business information are sent directly to their phone anytime, anywhere on the Nextel National Network. Interactive Communications Nextel'Online-, users will be able to exchange critical information between their PC and Nextelplus handset. They will be able to browse the Interact from their phone and access hundreds of Web sites. They will even be able to bookmark the sites they most frequently visit. With the Nextel Online~ Dial-Up Service, their Nextel phone acts as a wireless modem attached to their laptop. This will allow them to connect remotely to their corporate network or Internet Service Provider. IBM Mobile Connect, a component of IBM's Websphere Everyplace Suite, allows mobile professionals to access e-mail, calendar, contacts and tasks using their Nextel phone as a wireless modem when connected to their personal digital assistant (PDA). NEXTEL PROPRIETARY AND CONFIDENTIAL 16El List Manager will allow users to manage their Nextel phone lists from their desktop PC or from their Nextel phone. It synchronizes information over the air and allows an administrator to manage multiple phone lists at one. Two-Way Transactions Customers are able to conduct business securely over the Intemet using their phone. Amazon Anywhere allows Nextel customers to conveniently shop and open n6w accounts at Amazon.com via their Nextel phone. They can make purchases using Amazon's easy and secure 1-Click- shopping feature available at Amazon. corn, including books, videos, software, tools, hardware and more. Customers can also check the status of pending orders and search by keyword to view product information including details, reviews, price, shipping and customer comments. eDispatch is web-based productivity tool for the transportation, construction and field service industries that allows dispatchers to receive job status and job completion information in near real-time from the field, enabling field workers to receive, acknowledge and close out work orders from the road. 2.11.5 Two-Way Messaging Nextel Online Two-Way Messaging~ service will allow Collier County's users to send, receive, and respond to email and text messages using their Nextel plus phones. This service enhances Nextel's wireless Internet offering, and gives business users a broader range of communications options. With two-way messaging Collier County's users can send and receive email messages through three channels: · Nextel.cora's Message Center on the Nextel web site: Anyone can log onto Next el's web site and send a message to Nextel user who has the two- way messaging service. · Phone to Phone: Customers can send and receive messages between plus phones at any time. · E-mail Messaging: Messages can be sent to and from any e-mail client (e.g., corporate email network) connected to the Intemet by any phone with Nextel two-way messaging. The two-way messaging provides mobile workers with a communications tool that is always connected, no matter where they are. This service is especially useful in situations where it is awkward to place a voice call - such as during a meeting. NEXTEL PROPRIETARY' AND CONFIDENTIAL Some of two-way messaging's powerful features include a pre-pr0grammed reply that allows customers to respond to messages with just one push of a button; word recognition capabilities to help create messages using the phone's keypad; and the ability to store and retrieve messaging addresses on the phone. 2.11.6 Future Applications The Nextel Developers Program currentl½ consists of more than 200 organizers that have registered and qualified to develop wire16ss applications for vertical markets such as professional medical services and the building and construction industry. Nextel expects to be continually announcing additional wireless applications as they are developed. NEXTEL PROPRIETARY AND CONFIDENTIAL Scope of Services: As mentioned in section 2.3.1, the Nextel personal wireless network features integrated telecommunications services. Subscribers can secure all of their communication needs through one easily accessible source, using one telephone number, contacting one customer service center, and paying one bill. The main services are: Nextel Direct Connect, digital cellular, text and numeric paging and data services (future). Each of these services is explained briefly in this document. Voice Services: No Roaming Charges on Cellular. Nextel's National Network, including the Clearnet iDEN system in Canada, does not charge for roaming. This delivers significant savings for those Collier County employees who travel out of their home area. When traveling, the Collier County user merely tums the unit on and registration is done automatically. There is no need to put in a code and t~here is no charge. Nextel is the only company that provides radio to radio communications. The County of Collier will have the ability to utilize different Nextel fleets, including the Business networks comprised of: Builders Network, Agricultural Network, Transportation Network, Real Estate Network and Medical Network. Collier County will also be able to have their own dedicated fleet. Collier County's account can be comprised of one fleet or several fleets. At the present time, technology does not permit a unit to be apart of more than one fleet (also known as cross fleeting) unless the unit has two separate phone numbers and rate plans. If this option is selected, the user will have access to only one fleet at a time and will have to physically change the name on the phone to switch from fleet to fleet. Paging Services: Nextel's integrated paging and text messaging services are integrated into the digital cellular unit. Numeric and text messaging are provided nationally. Unlimited numeric paging is included in all rate plan packages. Text mes, saging packages can be added for a nominal charge and do pool across the account for like packages. There is no additional" charge for utilizing national paging versus regional paging. Whether using Nextel's numeric or text messaging, you have the ability to receive confirmation on all pages sent through a landline telephone or Nextel's website located at www.nextel.com. NEXTEL PROPRIETARY AND CONFIDENTIAL 1 Proposal Response: Company Description Nextel Communications, Inc. is the nation's leading provider of fully integrated all-digital wireless service. The Nextel National Network provides customers with a 4-in-1 business solution- -guaranteed all-digital cellular service, text/numeric paging capabilities, Nextel Direct Connect~ digital two-way radio, and wireless Intemet services. Nextel services also feature built-in call security and cloning protection. Leadership Team Daniel F. Akerson Timothy M. Donahue Steve Dussek Keith Grinstein Lo Van Gemert Steven M. Shindler Thomas N. Kelly Barry West Cathy Bradley Tom Sidman Randy Hams Vacant Rick Orchard Chairman President and Chief Executive Officer Executive Vice President and Chief Operating Officer Vice Chairman, Nextel International, Inc. President and Chief Operating Officer, Nextel International, Inc. Executive Vice President and Chief Financial Officer Executive Vice President and Chief Marketing Officer, Strategy and Plan Senior Vice President and Chief Technology Officer Chief Service Officer and Senior Vice President Senior Vice President and General Counsel Senior Vice President Human Resources West Region President East Region President Revenue $2.34 billion (consolidated 2Q 2000) $3.326 billion (1999) Domestic Digital Subscribers 5,616,600 (2Q 2000y Global Digital Proportionate Subscribers 6,230,200 (2Q 2000) National Reach The Nextel National Network currently provides service to thousands of communities across the United States including 98 of the top 100 markets. International Reach Nextel International, Inc., is a leading international wireless communications services company with wireless operations and investments in Argentina, Brazil, Canada, Japan, Mexico, Peru, and the Philippines. Nextel International launched commercial wireless service in Sao Paulo and Rio de Janeiro Brazil, Buenos Aires, Argentina and Manila, the Philippines. In Japan, Nextel NEXTEL PROPRIETARY AND CONFIDENTIAL 2 16£1 Intemational's wireless affiliate, J-COM Co., Ltd. launched commercial wireless service in Tokyo under the name NEXTNET. Technology Nextel uses iDEN® (integrated Digital Enhanced Network) technology developed by Motorola. The technology provides superior sound and transmission quality utilizing state-of-the-art packet- based transmission methods. This technology offers crisp and clear high-quality voice communications, improved privacy to protect calls from being overheard and an advanced technology system to protect numbers from being cloned. Total Employees (2Q 2000) More than 13,500 Website Address http ://www.nextel.com The local office of Nextel that will responsible for services to Collier County is: and Nextel Communications 4914 S. Tamiami Thai Sarasota, FL 34231 (941) 929-0001 Nextel Commnnications 12995 S. Cleveland Ave #171 Ft. Myers, FL 33907 (941) 931 4300 Staff'rag: Nextel has assigned Shannon Lee as a Corporate Account Manager to service the Collier County account at corporate headquarters. Shannon is a member of the Nextel Corporate Accounts Team and will be the main point of contact for Collier County, coordinating Nextel's activities across the country. In each major market where Collier County has a facility Nextel will have a support team to assist Collier County's personnel. Michael Albano will be the Major Account Executive in the local markets, who will work in conjunction with the Corporate'Account Manager. Also part of the team are Customer'Service Representatives who assist in training and many support issues. The local representative is Kelly Olitsky. Both of these employees are dedicated to serving Collier County with account add-ohs, billing questions and changes. NEXTEL PROPRIETARY AND CONFIDENTIAL 3 Nextel's Experience: 16El, Nextel's Government Accounts Program is designed with the special needs of our government customers in mind. Nextel currently provides service to the DEA, the FBI and the County of Sarasota along with the Navy and other govemement entities. Below are 2 examples of contracts awarded to Nextel: I US Department of Justice: This contract was awarded December 12, 1998 and is for one year'with four one-year optional renewals. lndefirfite Delivery/Quantity contract availab16 only to FBI employees for official use only with fixed pricing for equipment with a selection of cellular and dispatch services available. Contact: Federal Bureau of Investigation: Contract Specialist, Paul Rankin - 703-814-4914 Nextel Contracts Manager: Rita Fistere - 301-951-5719 I Federal Reserve Bank: · Original contract awarded in 1997 for a period of three years. Contract modification approved June 7, 1999 to include current government discounts on all equipment and services. Contact: Federal Reserve Bank: Contract Specialist: Kim Butts - 314-444-8444 References: Please use the above as references. Basic Services Offered: Nextel has the nation's largest guaranteed all-digital network. Guaranteed all-digital means that no matter where you travel to on the Nextel National Network, including 92 of the top 100 U.S. markets and thousands of communities across the country -- you never lose your digital benefits. Features such as crystal-clear calls without fading or crosstalk and guaranteed message delivery go where you go. Propagation Charts of areas of coverage for Collier County: Refer to Nextel's website at www.nextet.com which offers in-depth maps of coverage nationwide. NEXTEL PROPRIETARY AND CONFIDENTIAL 4 General Coverage Map for Collier County: Refer to Nextel's website at www.nextel.com ~which offers in-depth maps of coverage for Collier County. Consecutive Numbers: Nextel can typically grant consecutive numbers to Government accounts. Collier County EMS is currently using consecutive numbers. Catastrophic Event Plan Outline: Nextel is committed to serving Collier County during a disaster event. Nextel offers the ability to activate spare units on the Disaster Relief Plan for $5 a month with a $.99 per minute charge for cellular airtime and a $.25 per minute charge for radio. By activating units on this plan, Collier County will have active units ready to be used should a disaster or emergency occur. As an alternative, spare units may be purchased and activated on an as needed basis. However, the activation turnaround time will be same day due to the fact that Nextel gives priority to FEMA, The American Red Cross and other disaster relief agencies. Equipment: All equipment specifications can be found in section 2.4.1. Nextel offers a comprehensive upgrade program, which will allow Collier County to Upgrade their equipment when their need arises at minimal cost. Maps: Any map can be obtained through Nextel's website www.nextel.com. Additional Options: Nextel offers many competitive enhancement features to chose from: Caller ID Available on all Nextel digital phones, this enhanced feature allows you to screen your calls and manage the cost of your mobile communications mor? effectively. Caller ID shows the phone number of the caller on the phone display, so you can identify who is trying to reach you before answering. Then, you can decide whether to take the call right away, or allow the call to roll to voice mail. Plus, you'll also be able to block your phone number from appearing on other phones equipped with Caller ID... giving you extra flexibility and privacy. * Not available in all areas. NEXTEL PROPRIETARY AND CONFIDENTIAL 5 Text and Numeric Paging This service allows callers to send you text and numeric pages right to your Nextel Phone. Nextel's Text and Numeric Paging service will accept your messages even if you are unavailable, your phone is mined off or you are busy on another call. If you are out of your local coverage area, (for example, if you are on an airplane), Nextel Paging will store new messages and deliver them as soon as you are back into coverage. Once a page has been read, it can be stored or deleted. And, with Auto Call Back, simply press <SEND> and the system automatically calls back the number left in the page Voice Mail Nextel Voice Mail will take messages when you're away fi:om your phone, your phone is tamed off, you're on another call, or you are out of the Nextel coverage area. Each time you receive a new voice mail message, your Nextel Phone will notify you with an on screen icon and a mail alert ring. Additional Line Additional Line provides two separate phone numbers on one single phone. And, there are nine selectable ringing styles to chose fi'om, so you'll always know which line is ringing. Additional Line allows you to separate business and personal calls. Or, you can dedicate your second line to your most important callers. Imagine you are waiting to hear about a really big contract. With Additional Line you can give that important client a separate number. When the call comes in, your Nextel Phone alerts you that your second line is ringing and gives you the option to take the call...even if you are akeady on Yme 1. Call Waiting Call Waiting allows you to receive a second call when you're already on the phone. With Call Waiting, your Nextel Phone alerts you of a new call with an audible tone and a message on the screen. Should you choose not to accept the call, it will automatically be forwarded into your voice mail. Also included is Call Hold, which lets you move between calls. Call Forwarding Use Nextel's Call Forwarding to direct incoming calls to any number you specify -- home office, client site or even directly to voice mail. Great for when you are already on a call, away from the phone, or just to busy too answer. 3-Way Calling Need to have a conversation with more than just one person? 3-Way Calling lets you connect with two other parties at the same time - making the most of your valuable time. Call Restriction Control costs by limiting the dialing capability of certain phones to specific numbers. NEXTEL PROPRIETARY AND CONFIDENTIAL 6 16E1 Nextel Directory Assistance Connect to any phone listing in the Continental U.S. and Hawaii when you dial 411 from your Nextel phone: · Personalized assistance from a Nextel operator~ · Quick and efficient sendee · Call completion by an operator Detailed Monthly Billing Nextel offers detailed billing at $2.50 per account per month for analysis by Collier County for usage patterns. Employee Incentives: As an employee of Collier County, employees may add a 2n~ line of cellular service to the existing unit. An additional line provides two separate phone numbers on one single phone. And, there are nine selectable ringing styles to chose from, so you'll always know which line is ringing. Additional line allows you to separate business and personal calls. Or, you can dedicate your second line to your most important callers. For example, you are waiting to hear aleout a really big contract. With the additional line you can give that important client a separate number. When the call comes in, your Nextel Phone alerts you that your second line is ringing and gives you the option to take the call...even if you are already on line 1. Supplemental Submittals: Refer to Nextel's website for financial information including the 1999 annual review. NEXTEL PROPRIETARY AND CONFIDENTIAL 7 4.1 Nextel Equipment Pricing SECTION 4.0 PRICING Equipment i500plus i700plus ilOOOplus i2000 b370 m370 r470 Description Portable Portable Portable Flip Portable Base Station Mobile Intrinsically Safe Portable Promotional Price* $49 $99 $79 $249 N/A N/A TBD 4.2 Nextel Accessory Pricing NATIONAL ACCESSORIES LIST 16El Confidential information. April 1, 2000 are subject to future changes * Denotes Part Number in a kit NTN 1644 NTN 1645 NTN8614 NTN8615 NPN6197* NTN 1627 NTN8653 NTN1628 NTN8655 WNC2000 Standard 900 mAh, Retail mAh, Retail Pkg Standard 900 mAh Slim 500 mAh Power Supply, Travel Style Desk Top Charger, Retail Pkg Desk Top Charger Vehicular Battery Charger, Retail Pkg Vehicular Battery Charger I Nextel Fitted Leather Case NTN8367 Earbud/Mic (use w/connector or car kit) NTN8496 Lightweight Headset (use w/connector or car kit) NTN8497 Ear Speaker/Boom Mic (use w/connector or car kit) NTN8654 Audio Adapter NTN8656 Hands Free Car Adapter $59.95 $69.95 $59.95 $69.95 $34.95 $59.95 $59.95 $39.95 $39.95 $14.95 $29.95 $49.95 $34.95 $24.95 $99.95 NEXTEL PROPRIETARY AND CONFIDENTIAL FLN9108 Remote PTT Switch NTN9071 Dash mount phone holder NTN 1728 iDEN Organizer $29.95 $19.95 $79.95 16El NTN1699 NTN 1675 Extended NiMh Battery, Retail Slim Battery, with Door NTN 1676 NTN8971* Standard Battery with Door Extended NiMh Battery NTN1680 Travel Charger NTN1700 Travel Charger, Retail NTN1701 Desktop charger w/rapid charger, Retail NTN1690 Desktop charger w/rapid charger NTN1702 ;hicular Battery Charger, Retail NTN8978 ~lar Battery Charger NTN9152 WNC0701 Swivel Belt Clip Holster Branded Fitted Leather Case $29.95 $24.95 $29.95 $29.95 $24.95 $24.95 $49.95 $49.95 $24.95 $24.95 $9.95 $14.95 L NTN1719 Handsfree Car Adapter w/dash mount holder & remote PTT NTN8367 Earbud/Mic (use w/connector or car kit) NTN8496 Lightweight Headset (use w/connector or car kit) NTN8497 Ear Speaker/Boom Mic (use w/connector or car kit) NTN8654 Audio Adapter NTN8973* Door for Extended Battery NTN9198 Dash Mount Phone Holder NTN 1728 anlzer NTN1010 NTN1685 NTN1749 NTN1686 NTN1687 Connectivity Kit for PC and Windows CE Connectivity Kit for Palm Sedes III and VII Connected Organizers Connectivity Kit for Palm Series V Connected Organizers Dual Port Adapter Cable Universal PDA (Personal Digital Assistant) Adapter $139.95 $29.95 $49.95 $34.95 $24.95 $4.95 $19.95 $79.95 $99.95 $99.95 $99.95 $44.95 $14.95 NTN1699 Extended NiMh Battery, Retail NTN1675 Slim Battery, with Door NTN 1676 Standard Battery with Door NTN8971* Extended NiMh Battery $29.95 $24.95 $29.95 $29.95 ,,'EXTEL PROPRIETARY AND CONFIDENTIAL Travel Charger Travel Charger, Retail NTN1680 NTN1700 NTN1701 'Desktop charger w/rapid charger, Retail NTN1690 Desktop charger w/rapid charger NTN1702 Vehicular Battery Charger, Retail NTN8978 Battery Charger NTN9152 Swivel Belt Clip Holster WNC0501 Nextel Branded Fitted Leather Case NTN1703 NTN1719 NTN1709 NTN9198 NTN8367 NTN8496 Handsfre~ Car Adapter w/dash mount holder & remote PTT, Retail Handsfree Car Adapter w/dash mount holder & remote PTT Dash Mount Phone Holder Dash Mount Phone Holder Earbud/Mic (use w/connector or car kit) ~Lightweight Headset (use w/connector or car kit) NTN8497 Ear Speaker/Boom Mic (use w/connector or car kit) NTN8654 Audio Adapter NTN8973* NTN1728 NTN1010 · Battery Door for Extended Battery /DEN Organizer Connectivity Kit for PC and Windows CE NTN1685 NTN1749 NTN1686 NTN1687 Connectivity Kit for Palm Series III and VII Connected Organizers Connectivity Kit for Palm Sedes V Connected Organizers Dual Port Adapter Cable Universal PDA (Personal Digital Assistant) Adapter NTN1644 Standard 900 mAh, Retail NTN1645 Slim 500 mAh, Retail Pkg NTN8614 Standard 900 mAh NPN6197* NTN 1627 NTN8653 NTN 1628 NTN8655 FSL1100 FSL1200 NTN1638 Power Supply, Travel Style Desk Top Charger, Retail Pkg Desk Top Charger Vehicular Battery Charger, Retail Pkg Vehicular Battery Charger Nextel Leather Case with Belt Clip Nextel Leather Case with Swivel iLeather Pouch Carry Case, Retail Pkg NTN8657* :Plastic Carry Holster w/Belt Clip NTN8658 Leather pouch Carry Case WNC1000 Nextel Branded Leather Case $24.95 $24.95 $49.95 $49.95 $24.95 $24.95 $9.95 $14.95 $139.95 $139.95 $19.95 $19.95 $29.95 $49.95 $34.95 $24.95 $4.95 $79.95 $99.95 $99.95 $99.95 $44.95 $14.95 $59.95 $69.95 $59.95 $34.95 $59.95 $59.95 $39.95 $39.95 $14.95 $19.95 $19.95 $9.95 $19.95 $14.95 NEXTEL PROPRIETARY AND CONFIDENTIAL L NTN 1661 NTN8367 NTN8496 NTN8497 NTN8654 NTN8656 NTN8840 FLN9108 NTN1010 NTN1685 NTN1749 NTN1686 NTN1687 Hands Free Car Adapter w/Dash Mt. Phone Holder Earbud/Mic (use w/connector or car kit) Lightweight Headset (use w/connector or car kit) Ear Speaker/Boom Mic (use w/connector or car kit) Audio Adapter Hands Free Car Adapter Dash Mount Phone Holder Remote PTT Switch Kit for PC and Windows CE Connectivity Kit for Palm Sedes III and VII Connected Organizers Connectivity Kit for Palm Series V Connected Organizers Dual Port Adapter Cable Universal PDA (Personal Digital Assistant) Adapter NTN1586 NTN 1587 Slim NiCd NTN8098, Retail Pkg 'Hi-Capacity NiMH NTN8100, Retail Pkg NTN8098 Slim NiCd 600 mAh NTN8100 Hi-Capacity NiMH 1500rnAh NTN8450 Hi-Capacity Li 1000 mAh NTN8521* NiMH 800 mAh NTN8524 Slim Li 900 mAh NTN8525 Hi-Cap Sculptured Li 1350 mAh NTN8609 Slim NiMH (AAA) 600 mAh NTN8754* Hi-Cap 1300 mAh Battery, Intrinsically Safe r470 only TNC0801 L NTN8105 Slim NiMH 800 - TNC0800, Retail Pkg NTN8103* Desktop Rapid Charger Cigarette Lighter Adapter (vehicle battery charger) NTN1585 MR1002 Cigarette Lighter Adapter, Retail Pkg i600, i390 Hard Leather case w/Swivel & Plastic Window L NTN1588 . NTN1589 NTN1590 NTN 1592 NTN8090 L NTN8365 ~ NTN8368 i370 - Soft Leather Case, Retail Pkg c280, i370, i600, i390 - Soft Lthr Pouch, Retail Pkg Plastic Holster, Retail Pkg i600, i390 - Soft Lthr Case w/Window, Retail Pkg i370 - Soft Leather Case c280, i370, i600, i390 - Soft Leather Pouch All 3:1 Portables - Plastic Holster, Pager Style NEXTEL PROPRIETARY AND CONFIDENTIAL $109.95 $29.95 $49.95 $34.95 $24.95 $99.95 $19.95 $29.95 $99.95 $99.95 $99.95 $44.95 $14.95 $59.95 $59.95 $39.95 $59.95 $59.95 $69.95 $129.95 $129.95 $29.95 $84.95 $39.95 $99.95 $34.95 $34.95 $29.95 $24.95 $19.95 $14.95 $24.95 $24.95 $19.95 $14.95 NTN8397 r370, r470 - Hard Leather Case w/Swivel NTN8398 r370, r470 - Hard Leather Case w! Belt Loop NTN8414 NTN8648 WNC0601 NMN6257 NTN8367 NTN8369 r370, r470 - Nylon Case w/Belt Clip i600, i390 - Soft Leather Case w/Plastic Window i600, i390 - soft leather case w/Nextel brand Remote Speaker Mic for r370 Earbud/Mic (use w/connector or car kit) Audio Connector for Portables NTN8496 Lightweight Headset (use w/connector or car kit) NTN8497 Ear Speaker/Boom Mic (use w/connector or car kit) NTN8513 Intrinsically Safe Rugged Headset FLN8834 Remote P'l-I- for Car Kit HKN6124 m370 Extension Cable HMN4058 Remote mic/PTT for Car Kits and m100 (potato mic) HSN 1005 HSN4029 HSN4030 NAF5075* NTN1408 NTN 1567 NTN1580 NTN1583 NTN8378 External Speaker, 6W - Car Kit External Speaker, 7.5W, 5.5"- m100 External Speaker, 7.5W, 5.5" - m370 r370, r470 Antenna: 1/2 wave *Car Kit for c280, i370 *Car Kit for r370 *Car Kit for i600, i390 Hands-free car adapter, for all 3:1 portables m370 Hang Up Cup NTN8512 NTN1577B *Car Kit replacement cradle only for i600, i390 iDEN Organizer NTN7734 NTN7762 NTN8144 NTN7673 NTN8132 NTN8011 NTN8334 NAF5058 NAF5060 NMN6224 Slim NiCad - 500 mall High Capacity NiCad - 1250 mall High Capacity NiCad wl Clip - 1250 mall Desktop Rapid Charger- 2 pocket Vehicle Battery Charger (CLA) Belt Clip for Battery NTN8144 (& older 7735) Nylon Case w/belt loop Long Antenna - 7 inches Short Antenna - 3.5 inches Remote Speaker/Mic NEXTEL PROPRIETARY AND CONFIDENTIAL $59.95 $44.95 $34.95 $24.95 $19.95 $99.95 $29.95 $29.95 $49.95 $34.95 $69.95 $29.95 $29.95 $49.95 $199.95 $64.95 $64.95 $49.95 $299.95 $99.95 $299.95 $139.95 $29.95 $149.95 $59.95 $99.95 $99.95 $74.95 $144.95 $69.95 $19.95 $44.95 $54.95 $32.95 $89.95 4.3 Nextel Service Pricing 16El 4.3.1 Highlights of the Nextel Pricing Nextel offers many unique features, which must be considered to realize the full impact of our feature-rich service. Here are some highlights. No Contract Term Nextel requires no contract for services and or equipment. No Roaming Charges on Cellular Nextel's National Network, including the Clearnet iDEN system in Canada, does not charge for roaming. This delivers significant savings for those Collier County employees who travel out of their home area. When traveling, the Collier County user merely rams the unit on and the registration is done automatically. There is no need to put in a code and there is no charge. Flat Long Distance Rates Nextel's current rate for a long distance call on ~e Nextel system is billed at $0.15 per minute for calls within the continental U.S.. Long d/stance calls originating in the U.S. and made to Canada or calls made fi:om and within Canada are billed at $0.18 per minute. Calls made other than to the U.S. and Canada are billed at the current international rate. The local calling area of the Nextel system is considerably larger than that of a typical wireline sendee. One Second Rounding All digital cellular calls are rounded to the nearest second after the first minute. Therefore, after the first minute on all digital cellular calls the user is charged only for exactly the number of seconds she is on the phone. All Nextel Direct Connect-" calls are rounded to the next second. The Nextel Direct Connect~m Advantage ' Nextel offers a unique feature, which allows users to contact one or many other Nextel users within their fleet at the push of a button. This functionality is known as Nextel Direct Connect~m. It operates in two modes: 1) Private Call - This feature permits one to one communication. This half-duplex, push to talk (PTT), release to listen functionality delivers instantaneous communication. This feature can be used in a wide coverage area. For example, an employee of business workgroup in San Francisco can instantaneously talk to another member of his workgroup in Sacramento, San Jose or Fresno by pressing one button. With the rapid addition of new units on the system, Nextel can not guarantee that these coverage areas will remain the same. Included within Private Call are the Call Alert and Private Call Caller ID features. The user who initiates the call pays for the call. .lEXTEL PROPRIETARY AND CONFIDENTIAL 2) Group Call - this 'feature permits one to many communications. The user simply pushes the PTT button to speak to other users in the same group. This is essentially a wireless conference call and operates in a wide coverage area as described above. Once again, the user who initiates the call pays for the call. The time used by each participant in the call is charged to the user who initiates the call. Integration of Paging With the Nextel paging service integrated into the digital cellular unit, there is no separate paging unit. This paging is truly integrated - for. example, if there is a telephone number in the text of the message, the user need only hit the "Send" button to initiate that call. The pricing structure reflects this integration. An unlimited number of numeric pages are included and a number of text messages are also included depending on the rate plan used. 4.3.2 Highlights of Nextel Corporate Account Pricing Pooling Pooling of minutes for both cellular and Direct Connect-' only applies to customers that are on centralized Corporate Account Price Plans. For cellular pooling can take place only between like plans. The users must be with the same account, on the same plan and in the same market. For Direct Connect-' pooling can take place with all units from the same account across all plans. Pricing Plan Options Performance Plans These plans feature included minutes in both cellular and Direct Connect- for users of both services. There is an extra per minute charge for long distance. This is for the user who uses both services. Each plan has an Unlimited Private Call option. Basic Plans These plans feature included minutes in Direct Connect- (one with unlimited Private Call) and none in cellular. There is an extra per minute charge for long distance. This is for the heavy Direct Connect- user who operates locally for the most part. National Business Plans These plans feature included minutes in cellular and offer unlimited Private Call and no charge for long distance calls. This service is for the user who operates nationally. NEXTEL PROPRIETARY AND CONFIDENTIAL 1611 Weekend Plans With all of the above plans, 1000 minute ofwee.kend minutes can be purchased for $10 / month. 4.3.3 Summary Nextel has led the industry in offering pricing that is innovative and advantageous to its customers. It has features, such as no roaming and one second rounding, that many of its competitors still do not offer. In addition, Nextel gives the business customer a wide variety of options that will meet the usage patterns of a wide range of users. Government Plans 250 -Monthly Access Rate $42.74 600 1000 1500 2500 $52.24 $80.74 $118.74 $156.74 Monthly Access with UPC $61.74 )igital Cellular Included Airtime 250 ._Additional Minutes $0.30 ~ong Distance per minute $0.15 Nextel Direct Connect ncluded Airtime 50 kdditional Private or Group Minutes $0.15 }roup Calls per minutes $0.15 $66.49 $94.99 $132.99 $170.99 600 1000 1500 2000 $0.25 $0.18 $0.18 $0.18 $0.15 $0.15 $0.15 $0.15 50 50 50 50 $0.15 $0.15 $0.15 $0.15 $0.15 $0.15 $0.15 $0.15 Government Basic Plans ~Ionthly Access -')igital Cellular ncluded Airtime Additional Minutes -I,ong Distance per minute Nextel Direct Connect _.Additional Group or Private Ynlimited Private Call koup Calls per minute 250 500 UPC $33.25 $52.25 $47.50 0 $0.30 $0.15 0 0 $0.30 $0.30 $0.15 ~ $0.15 $0.12 $0.12 NA NA LIPC $.10 $.10 $.10 . lEXTEL PROPRIETARYAND CONFIDENTIAL 16El ~CCCSS $69.95 $89.95 $129.95 $159.95 $199.95 Included Cellular Minutes 400 600 1000 1400 2000 Additional Minutes $0.25 $0.25 $0.25 $0.25 $0.25 Long Distance Included Included Included Included Included i Included Direct Connect :Minutes (Private Only) Additional Private Minutes Additional Group Minutes Unlimited Unlimited Unlimited Unlimited Unlimited $0.00 $0.00 $0.00 $0.00 $0.00 $0.15 $0.15 $0.15 $0.15 $0.15 Caller IX) Free Free Free Free Free Rate Plan Details · This is not a promotion and will be available permanently from July 1, 2000 forward. · Free Caller ID will be m effect for the life of the customer while on a Nextel National Business Plan (includes Free Incoming NBPs). · Free Caller ID will be administered via a $0 charge feature code that is available for National Business Plans ONLY (includes Free Incoming NBPs). · This addition to the National Business Plans will be offered the same way in Nextel markets nationwide. Pricing Details Nextel National Network Digital Cellular Nextel Direct ConnectsM Long Distance Text and Numeric Paging Voice Mall and Digital Cellular Features Caller ID Guaranteed all-digital cellular. No roaming charges. All digital cellular calls are rounded to the nearest second after the first minute. Airtime is pooled among 'like' corporate account plans on the same account. A fraction of the cost of tradilJonal cellular. Nextel Direct ConnectsM airtime is pooled among corporate account units on the same account. Call duration is rounded to the next second. Call initiator is billed for the call, Group call duration is timed and multiplied by_the number of parlicipants involved in the call. Long distance charge for calls within the continental U,S, is $0,15 per minute in addition to rsted digital cellular ai~me rates. All calls placed to, from, or within Canada am billed at a flat rate of $0.12/minute plus airtime: Calls other than to the U.S. and Canada am billed at the current international calling rate. Each numeric page can contain up to 20 characters, Each text page can contain up to 140 charactem. Text pages are pooled among "like" text messaging plans on the same account. Paging deliver7 options include sending pages via voice mail, e-mail and the web at www.nextel.com Digital cellular features indude Call Hold, Call Waiting, Call Fom~arding and 3-Way, All calls made to Nextel Voice Mail from a Nextel phone are billed at listed digital cellular rates. Screen your calls and manage costs for one low price per month. Per-Call Blocking and Per-Line Blocking am available for all Nextel customers, NEXTEL PROPRIETARY AND CONFIDENTIAL -Nextel Online -Service Plans 16F1 -ldonthly Access .rncluded Data Services MSN Mobile (request & -- notification) Web Browsing Shopping Nextel Services Dial-Up Service* Text Messaging Unlimited request/notification N/A Alnazon List Manager Usage decrements from cellular bucket 300 text msgs / mo. Unlimited request/notification Unlimited access (to all WAP enabled sites) Amazon List Manager Usage decrements from cellular bucket 300 text msgs / mo. N/A N/A N/A N/A N/A N/A qonthly Access ,),eluded Data Services _ MSN Mobile (request & notification) Web Browsing Shopping Nextel Services - Dial-Up Service* TextMessaging Unlimited request/notification N/A Amazon List Manager Usage decrements from cellular bucket 300 text msgs / mo. Unlimited request/notification Unlimited access (to all WAP enabled sites) Amazon List Manager Usage decrements from cellular bucket 300 text msgs / mo. N/A N/A N/A N/A Usage decrements from cellular bucket N/A . ~IEX'TEL PROPRIETAR Y AND CONFIDENTIAL NextelOnlinePricing 16E1 Details: 1. Customer must purchase or currently have any valid local or National Business Plan to qualify for an NOL service plan. 2. Packet Data subscribers will be unable to access their data services while they are traveling outside of their home market. 3. Packet Data roaming capability will be available late second quarter or early third quarter. 4. No service discounts, bonus minutes, or promotions can be applied to the Nextel Online service plans. 5. Dial-up Service customers must purchase a Connectivity Kit (PC or PDA cable, software & user guide) to utilized the service 6. Dial-Up (Circuit Data) as a stand-alone application is only available to Corporate and Major Accounts. 7. Circuit Data calls are billed like any other interconnect call in that they deduct from a user's cellular bucket and will be charged any incurred long-distance fees.. 8. Additionally, if a subscriber has any incoming or outgoing call restrictions, Circuit Data service will be affected accordingly. 9. Circuit Data service can be accessed while roaming. 10.Current SMS customers purchasing a Nextel Online service plan will have their current SMS code changed to the SMS code ($0.00 access, 300 included messages) included in the NOL service. plan (in cases where they benefit). 11. Customers purchasing a Nextel Online service plan may purchase a~ SMS plan with more than 300 text messages, or may keep their current 300+ message plan (and pay the higher access fee for that plan). 12. Existing customers who have purchased the Enhanced Service Value Pack (ESVP), and who purchase a Nextel Online service plan will continue to receive the ESVP $3 monthly service credit. 13. New customers will qualify for the Enhanced Service Value Package (ESVP) package when purchasing three of the following services: Any standalone SMS plan VoiceMail Caller ID Any Nextel online Service plan. 14. SMS plans pool with other like-bucket, same-service plans including those packaged with any Nextel online service plan. NEXTEL PROPRIETARY AND CONFIDENTIAL 16E1 COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DMSION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 http'Y/co.collier.fi.us DATE: TO: FROM: SUBJECT: July 10, 2000 Prospective Proposers Rhonda L. Tibbetts, Purchasing Agent RFP ¢¢00-3107 - Cellular Communications Services and Equipment Pursuant to County Manager action, the Board of County Commissioners desires to receive proposals to furnish cellular communications services and equipment. These professional services will include, but not be limited to the "Scope of Services" as described herein. Proposals submitted must include all requested information and documents as identified in this Request for Proposal under Proposed Response Format and Required Submittals. If you have any immediate questions regarding the intended Scope of Services or procedural queries, please contact me at 941/774-8425 or by e-mail at RhondaTibbetts~colliergov.net. We look forward to your participation in this RFP process. Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 2 PUBLICNOTICEORREQUESTFORPROPOSALS 16E I Pursuant to action approved by the County Manager, Sealed Proposals for cellular communications service and equipment will be received until 3:00 p.m. on August 4, 2000 at the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, Florida 34112. RFP #00-3107 Cellular Communications Service and Equipment All proposals shall be submitted in accordance with the Instructions to Proposers and the Request for Proposal Specifications. Collier County does not discriminate based on age, race, color, sex, religion, national or origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: IS/STEVE CARNELL Purchasing Director This Public Notice was posted in the lobby of the General Services Building, Collier County Government Center on July 10, 2000. Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 3 NON-PROPOSER'S RESPONSE 16E1 For purposes of maintaining an accurate vendor's list and facilitating your firm's response to our RFP, we are interested in ascertaining reasons for prospective proposer's failure to respond to this RFP. If your firm is not responding to this RFP, please indicate the reason(s) by checking any appropriate items(s) listed below and return this form to Mrs. Rhonda Tibbetts, Purchasing Agent, Collier County Purchasing Department, General Services Building, 3301 Tamiami Trail East, Naples, Florida 34112. We are not responding to this RFP for the following reason(s): Services or materials requested not manufactured by us or not available to our company; Our services or materials do not meet specifications; Circle one - Specifications were: Not clearly understood, Not applicable, Too vague, Too rigid, or , Insufficient time allowed for preparation of RFP; [--] Incorrect address used. Please correct: Other reason(s): Name of Firm: Mailing Address: City, State, ZIP: Phone ( ) By: FAX( ). Signature of Representative Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 4 SCOPE OF WORK 16El SCOPE OF SERVICES Collier County is seeking proposals from qualified vendors to provide cellular telephone and support services to all County departments. The vendor will provide full time, daily service, support and maintenance of all County cellular telephones. Collier County currently has one (1) vendor providing cellular service for approximately three hundred (300) analog and digital cellular telephones in operation. This contract may utilized by other County Agencies. All existing cellular telephones will be converted to the new provider, as well as future purchases of new service and equipment. It is the County's intent to award the service under this contract to one (1) vendor. Collier County reserves the right to increase or decrease quantities and add additional departments to the Contract. PRICE/BILLING The prices quoted shall remain firm for the entire two (2) years of the contract. Provide detailed monthly billing at no cost for each cellular phone number by department. Detailed billing must include a breakdown of all fees, monthly or otherwise, by cellular phone number; including the cellular telephone number, department, user name, peak and off peak calls and minutes, incoming and outgoing calls and minutes and any discounts associated with that telephone. All outgoing calls must identify the phone number called, and include the date, time and minutes of the call. Service and/or change of service shall be available on a "walk in" basis. A master billing list for all cellular telephone numbers shall be provided monthly to the Finance Department with a total monthly air time and cost of service. CELLULAR COMMUNICATION SERVICES The following requirements are listed to assist Proposers in understanding the objectives and submitting a thorough response. All interested Proposers must speak to their ability to meet the following requirements. Proposals submitted must reflect in detail the inclusion of these requirements as well as the degree to which they can be provided. Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 5 1. Provide activation services to initiate air-time, I EI 2. Provide twenty-four (24) hour, seven (7) day technical service for cellular communication service and maintenance at no additional charge, subject to specified terms and conditions of the acquired equipment. 3. Provide and perform routine preventive maintenance service as may be appropriate by making such adjustments, repairs, and replacement (or recommend the replacement of) such parts as may be required to put the equipment in good working order. 4. Provide loaner equipment, at no charge to the County, in the event that shop repairs are necessary. 5. On certain emergency occasions, i.e., hurricanes, fires, etc., provide cellular communication service for specified (billable) time periods (one week, thirty days, ninety days, etc.) at the proposed rates without special penalty to the County. 6. Provide general customer service and sales service for the account which may include: sales calls to various County departments; demonstrating equipment to prospective users; providing follow-up of completed sales to determine satisfaction with equipment/service; training in the use of the equipment after delivery of purchased equipment; providing data relevant to the County's management of the account and usage history; and apprising the County of special rate plans for County employee access. 7. Understand that preference will be given to vendors proposing the following features at NO CHARGE to the County: service activation, call forwarding, call waiting, 3- way calling, detail billing, caller ID, and voice mail retrieval. 8. Provide rate reduction plans for County phones as introduced. 9. Provide rates for high use departments within Collier County. We currently have eight (8) departments that utilize our high use quote with bundled minutes. 10. Provide rates for national coverage. SOLUTION OPTIONS Refurbished equipment will not be considered for purchase. Only vendors proposing both equipment and air service time will be considered. The goals of this contract are: Provide a cellular phone solution for the replacement of pagers. The County would like to eliminate the use of pagers. The system shall have County-wide coverage, group page, and be minimal cost per page. Provide a cellular phone solution for the replacement of two-way radios in use by various departments. The County is looking for a solution that would allow each group to have the ability to communicate with other members of group individually or Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 6 16E1 as a group call. This solution will not be County-wide and will not replace the County's private radio network. Collier County is requesting users issued cellular phones have the ability to directly communicate with other county personnel via radio transmission on the cellular unit. Provide a paging option only. A broader coverage area is requested, divided into two (2) areas. One paging area would be Sarasota south including the East Coast areas and the second area would be statewide. The availability of two-way paging or two-way messaging is also a requested option. 4. Provide cellular phone coverage only, both regular and high end use. Your proposal should detail how you would address each of the above goals. Multiple solutions are allowed. Provide detail on the methodology and technology proposed. Non-proprietary solutions will be preferred. The County will consider trade proposals. CONTRACT PERIOD After Board of County Commissioner approval, the Contract term shall be for a period of two (2) years beginning October 1, 2000 and ending September 30, 2002. The County retains the right to renew this contract, with the consent of the vendor, under the same terms and conditions for two (2) additional one-year periods. The successful proposer must be able to furnish all equipment and services with invoicing on an as needed basis. EVALUATION AND SELECTION PROCEDURE 1. The County Manager shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals Subsequent to the closing of proposals, the Purchasing Agent and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. Should both the Purchasing Agent and Project Manager be appointed to the committee as voting members, such meetings shall be open to the public and the Purchasing Agent shall publicly post prior notice of such meeting in the lobby of the General Services Building at least one (1) day in advance of all such meetings. 4. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria listed below. Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 7 16E1 Prior to the first meeting of the selection committee, the Purchasing Agent will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the General Services Building not less than three (3) working days prior to the meeting. The Purchasing Agent shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. The committee will compile individual rankings for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations from the top-ranked firm(s). The final recommendation will be decided based on review of scores and consensus of committee. 7. Subsequent to award, a contract shall be negotiated with one or more of the top- ranked firms. Collier County has developed standard contracts that have been approved by County Attorney and the Board of County Commissioners (BCC) for all projects. All respondents to this RFP will be required, if selected to perform the work, to execute the standard contract within forty-five (45) days of Notice of Selection for Award. This document is available for inspection at the Purchasing Office and a review is encouraged prior to submitting a proposal. 8. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. All Proposals will be evaluated and scored on the following criteria: Grading Criteria Points Proposing the cellular communications service and equipment which meets the requirements and specifications outlined herein. 3O Proposing the cellular communications service and equipment which provides the most beneficial implementation, service, area or coverage and support options. 2O Providing a Proposal with the best overall customer service "package". This shall be determined in part by a review of references provided by the Proposers. 20 Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 8 Providing an overall proposal with the most advantageous cost to the County. 15 Proposing the ability to continue/assume/convert existing services contracts (as of October 1, 2000) for up to approximately 300 cellular phones currently in use throughout the County. 15 Total Possible Points lOO PROPOSAL RESPONSE FORMAT The Proposal must contain: 1. Provide brief description of your firm and years in business. Please provide the specific location of the office that will be responsible for the services to Collier County. Provide a narrative describing the staff assigned to our contract to include their experience and knowledge of cellular communications services and equipment. Demonstrate the experience of the organization in conducting efforts of the nature and scope required by this Proposal. Provide the names of at least three (3) references, to include name, address, phone number and e-mail address. Detail services that are included as part of the basic services offered. Clearly discriminate between services for digital and analog equipment. Detail additional services that are offered. Provide propagation charts of areas of coverage for Collier County to allow detailed evaluation of immediate area signal strength and coverage. Provide a general coverage map of Florida and explain how services are obtained if an area is not covered by the offering service provider. Discuss the ability to provide public safety users, i.e., EMS, Emergency Management, etc., with consecutive numbers. 10. Discuss carrier's plan to support the County during a catastrophic event. 11. Rate information 3. 4. 5. 6. 7. 8. 9. a. Provide an air time usage rate schedule based on aggregate use by department. b. Provide an air time usage rate schedule for high use departments. c. Provide long distance rate schedule. List the prefixes that are local (no additional charge). d. Provide roaming rate schedule and map. e. One rate for twenty-four (24) hours. f. List all free phone calls by number or prefix. 12. Equipment a. Provide a plan and cost for exchanging or upgrading all existing phones to dual capability digital and analog. b. Provide pricing and information on hands free adapter for use in County vehicles. Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 9 16El 13. Maps - provide copies of coverage maps, specifically digital coverage area and analog coverage areas. 14. List any additional options you offer such as calling card, call waiting,. etc. Explain cost and usage of each service. 15. Employee incentives - would County employees be able to utilize this contract for personal use under the same terms and conditions? 16. Other charges, list. SUPPLEMENTAL SUBMITTALS 1. Statement of litigation that firm or staff is currently involved in, or has been involved in over the past five (5) years, stating points of contention and results if available. 2. Proposer Qualification Form. 3. Proposer's Checklist. 4. Proposer Declaration Statement. PROPOSAL SUBMISSION: Three (3) sets of the proposal must be provided, with the original clearly marked; submitted in a sealed envelope with the RFP Number, Title and Due Date clearly stated on the envelope. All proposals, including qualifications and other data pertinent to making an objective evaluation of your firm's capabilities must be forwarded to the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, Florida 34112 on or before 3:00 p.m. Collier County Time on August 4, 2000. Any proposals received after the time and date specified will not be considered. The County assumes no responsibility for proposals received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late proposals shall be returned unopened, and shall not be considered for award. ADDITIONAL INFORMATION: If you have intended Scope of Services or procedural Tibbetts, Purchasing Agent, Purchasing Rhond~$nell~colliergov.net. any immediate questions regarding the queries you may contact Mrs. Rhonda Department, 941/774-8425 or e-mail Written questions must be received no later than ten (10) Collier County work days prior to Proposal acceptance date. Should any questions or responses require revisions to the Request for Proposal as originally published, such revisions will be by formal amendment only. Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 10 16El Special Note: Collier County Government, is a member of the SW Florida Purchasing Consortium. It is hereby made a part of this Invitation to Bid that the submission of any bid in response to this publicized request constitutes a bid made under the same conditions, for the same contract price, to the other members of the said Consortium. Bid No. 00-3107 "Cellular Communications Services and Equipment" Page 11 INSTRUCTION TO PROPOSERS 16El PRINCIPALS/COLLUSION: By submission of this Proposal, the undersigned, as proposer, does declare --that the only person or persons interested in this proposal as principal or principals is/are named therein and that no person other than therein mentioned has _ any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good -- faith without collusion or fraud. PROPOSAL WITHDRAWAL: No Proposal can be withdrawn after it is filed unless the Proposer makes their request in writing to the County prior to the time set for the opening of Proposals, or unless the County fails to accept it within sixty (60) days after the date fixed for -- opening. PROPOSER'S CERTIFICATION: Submission of a signed Proposal is Proposer's certification that the Proposer will accept any awards made to them as a result of said submission of the terms contained therein. -- EXCEPTIONS TO INSTRUCTIONS OR CONDITIONS: Proposers taking exception to any part or section of these instructions or conditions shall indicate such _ exceptions on their Proposal. Failure to indicate any exceptions shall be interpreted as the Proposer's intent to fully comply with the specifications as written. -- LAWS AND REGULATIONS: It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all Local, State and _ Federal laws and regulations. INSURANCE COSTS: Since these conditions include Insurance Requirements, there may be additional insurance costs to the Proposer's firm. It is, therefore, imperative that the Proposer discuss these requirements with the Proposer's agent, as noted on the Insurance Check List, so that allowances for any additional costs can be made by the Proposer. The Consultant's obligation under this provision shall not -- .be limited in any way by the agreed upon contract price, or the Consultant's limit of, or lack of, sufficient insurance protection. I~XPENSES INCURRED IN PREPARING PROPOSAL: The County accepts no responsibility for any expenses incurred in the Proposal, preparation, or presentation; such expenses to be born exclusively by the Proposer. QUALIFICATION OF PROPOSERS: Before the award of any contract, each Proposer may be required to show (to the complete satisfaction of the county Manager or their designee), that they have the necessary facilities, ability and financial resources to furnish the service as specified herein in a satisfactory manner, and they may also be required to show past history and references which will enable the County Manager, or their designee, to satisfy themselves as to the qualifications. Failure to qualify according tot he foregoing requirements will justify the County in rejecting a Proposal. AWARD CHALLENGE: Ass costs accruing from a Proposal or an award challenged as to quality, etc. (test, etc.) shall be assumed by the challenger. LOBBYING: All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be Iobbied..either individually or collectively...about a project for which a firm has submitted a proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the publication, evaluation and award phases, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation and their prospective or actual Proposal, with the exception of the Purchasing Department except where otherwise expressly permitted by County ordinance, resolution, or by the RFP document. Failure to abide by this provision may serve as grounds for disqualification for this or a future award to the firm. PROPOSAL FORM: Each Proposer must submit the proposal Form included in this Request for Proposal. SINGLE PROPOSAL: Only one Proposal from a legal entity will be considered. If it is found that a Proposer is interested in more than one Proposal, all Proposals in which such a Proposer is interested will be rejected. SIGNATURE OF PROPOSER: The Proposer must sign the Proposal in the spaces provided for signatures. If the Proposer is an individual, the words "Sole Owner" shall appear after their signature. If the Proposer is a partnership, the word "Partner" shall appear after the signature of one of the partners. If the Proposer is a corporation, the signature required is the Officer, Officers or Individual duly authorized by its by-laws or the Board of Directors to bind the corporation with official corporate seal affixed thereto. RFP No. 00-3 INTERPRETATION OF PROPOSAL DOCUMENTS AND INVESTIGATION OF PROJECT: Each Proposer shall thoroughly examine the Proposal Documents, and judge for themselves all matters relating to the location and the character of the services they agree to perform. If the Proposer should be of the opinion that the meaning of any part of the proposal Document is doubtful, obscure or contains errors or omissions, they should report such opinion or opinions to the Purchasing Director. Neither the County manager nor their staff shall be responsible for oral interpretation given either by themselves or members of their staff. The issuance of a written addendum shall be the only official method whereby such interpretation will be given. REJECTION OR ACCEPTANCE OF PROPOSALS: The right is reserved by Collier County to waive any irregularities in the Proposal, to reject any or all Proposals, to re-solicit for Proposals, if desired, and upon recommendation and justification by Collier County to accept the Proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any Proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection of the Proposal. In the event of default of the successful Proposer, or their refusal to enter into the Collier County contract, the County reserves the right to accept the Proposal of any other Proposer or to re-advertise using the same or revised documentation, at its sole discretion. PROTECTION RIGHTS OF COUNTY: The County reserves the right to include in any contract document such terms and conditions as it deems necessary for the proper protection of the rights of Collier County. PROTEST PROCEDURES: Any actual or prospective respondent to an Invitation to Bid or Request for Proposal who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the opening of the Bid or the due date for acceptance of Proposals. All such protests must be filed with the Purchasing Director no later than 11L00 AM ,Collier County time on the advertised date for the opening of the Bid or the acceptance date for the Request for Proposals. Award of contract will be made by the Board of County Commissioners in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract' award must file a notice of intent to protest with the Purchasing Director within two 92) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. VENDOR PERFORMANCE EVALUATION: Collier County has implemented a Vendor Performance Evaluation System for al contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. PROPOSERS QUALIFICATION FORM LIST MAJOR WORK PRESENTLY UNDER CONTRACT: 16El _ % Completed Project Contract Amount LIST CURRENT PROJECTS ON WHICH YOUR FIRM IS THE CANDIDATE FOR AWARD: - Have you, at any time, failed to complete a project? [--] Yes I-'] No (If the answer is yes, submit details on separate sheet. - REFERENCES: Bank(s) Maintaining Account(s): - Pursuant to information for prospective bidders/proposers for the above-mentioned proposed project, the undersigned is submitting the information as required with the understanding that it is only to assist in determining the qualifications of the organization to perform the type and magnitude of work intended, and further, guarantee the truth and accuracy of all statements herein made. We will accept your determination of qualifications without prejudice. Name of Organization: _ By: Title: Attested By: - Title: Date: THIS SHEET MUST BE SIGNED BY VENDOR Board of County Commissioners Collier County, Florida Purchasing Department PROPOSERS CHECK LIST I M P O R T A N T: Please read carefully, sign in the spaces indicated and return with your bid proposal. Proposer should check off each of the following items as the necessary action is completed: 1. The RFP has been signed. 2. The RFP prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If reo. uired, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Any addenda have been signed and included. 9. The mailing envelope has been addressed to: Purchasing Director Collier County Government Center General Services Building 3301 East Tamiami Trail Naples, Florida 34112 10. The mailing envelope mu~t be sealed and marked with: · RFP Number; · RFPTitle; · Opening Date 11. The RFP will be mailed or delivered in time to be received no later than the specified op~ning date and time. (Otherwise RFP cannot be considered.) ALL COURIER DELIVERED BIDS/RFPS MUST HAVE THE BID/RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date 16L' RFP No. 00-310'7 "Cellular Communication Service & Equipment" CONTRACT PROPOSAL gel FROM: Page 15 DATE DUE: AIj~_ust 4. 2000 @ 3:00 PM Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: RFP NO. 00-3107 "Cellular Communication Services and Equipment" Dear Commissioners: The undersigned, as Proposer hereby declares that he has examined the Scope of Services, and informed himself fully in regard to all conditions pertaining to the work to be done. The Proposer further declares that the only persons, company or parties interested in this Proposal or the Contract to be entered into as principals are named herein; that the Proposal is made without connection with any other person, company or companies making a Proposal; and it is in all respects fail and in good faith, without collusion or fraud. The services to be furnished by us shall be performed in accordance with the requirements of the Request for Proposal #00-3107 as issued by Collier County on July 5, 2000. The undersigned do agree that should this Proposal be accepted, to execute the form of contract and present the same to the County Purchasing Director for approval within fifteen (15) days after being notified of the awarding of this contract. The undersigned do further agree that failure to execute and deliver said forms of contract within fifteen (15) days will result in damages to the County. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this __ County of , in the State of__ day ,2000 in the Firm's Complete Legal Name Check one of the following: Sole Proprietorship Corporation or P.A. Limited Partnership General Partnership Phone No. FAX No. Address City, State, Zip BY: Typed and Written Signature Title AGREEMENT 16E I THIS AGREEMENT, made and entered into on this 26th day of September, 2000, by and between Alltel Communications, Inc., hereinafter called the "Contractor", and Collier County a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITNESSETH: COMMENCEMENT. The Contract shall be for a two (2) year period, commencing on October 1, 2000 and terminating on September 30, 2002. The County retains the right to renew this contract, with the consent of the vendor, under the same terms and conditions for two (2) additional one-year periods. 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 ninety (90) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. ,STATEMENT OF WORK: The Contractor shall furnish cellular phones and services in accordance with the terms and conditions of RFP No. 00-3107 and the Contractor's proposal hereto attached and made an integral part of this Agreement. Special rate plans to be negotiated as needed dependent on County and/or Department requirements. Due to technical and/or service and product changes, as new plan options or service are offered by the vendor, County shall have the option of switching or adding products and/or services as required. Additional rate plans and/or services will be identified in subsequent, sequential attachments to the contract. Changes to any plans may be done at any time during the contract without penalty. Any and all accessories will be at a cost according to the then current price sheet. COMPENSATION: The County shall pay the contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, together with the cost of any other charges/fees submitted in the proposal (Attachment A). Any county agency may purchase products and services under this Contract, provided sufficient funds are included in their budget(s). This contract shall include all products, and services included, but not limited to, phones, radios and all related accessories. -1- 16E 1 Rates on current plan shall remain firm and fixed through the life of the contract. If new rates and/or plans become available that are lower than contract pricing, the County shall be offered new rates and/or plans. Payment shall be made to the Contractor not more frequently than once per month. Payment will be made upon receipt of a proper invoice and in compliance with Section 218.70 F.S. otherwise known as the "Florida Prompt Payment Act". NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: Mr. Joseph M. Koch Commercial Sales Manager Alltel Communications, Inc. 4800 South Cleveland Avenue Ft. Myers, FL 33907 941/277-2000 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: Collier County Government Complex Purchasing Department 3301 East Tamiami Trail General Services Building Naples, Florida 34112 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 Service Agreement must be in writing. 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. 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. 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 -2- 16E 1 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. 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 Contract 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. o TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INDEMNIFICATION: The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorney's fees and all costs of litigation and judgments of any name and description arising out of or incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named ContractorNendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The ContractorNendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the ContractorNendor's limit of, or lack or, sufficient insurance protection. The first one hundred dollars ($100.00) of money received on the contract price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. -3- 16F 1 11.THIS AGREEMENT shall be administered on behalf of the County by the Purchasing Department. Payment approval of invoices shall be the responsibility of the individual County departments. 12 COMPONENT PARTS OF THIS CONTRACT: This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, RFP No. 00-3107 "Cellular Communication Services and Equipment" specifications and attachments 13. 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. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by a authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: !Dwight ~11.~ Bi~.c~:, Clerk of Courts Dated: ~_;~c~-., ' '(seal) Attest as to Cha~raan's S~gnature on 1.v. First Witness Type/Print Witness Name /d Second Witness Type/Print Witness Name BOARD OF CO~,).~ISSIONERS COLLIER C(~3NTY., FLORIDA Chairp!er~on '~,/ '"" Contractor Signature Typed Signature Title CORPORATE SEAL (Corporations Only) Approved as to form and Robert"ZaChary Assistant County Attorney -4- 1 BUSINESS BUNDLED MINUTE RATE PLANS FOP, COLLIER COUNTY ALLTEL CommunicaOons is happy to announce a spec/al rate plan designed for Coltier County. This will enable you to add a significant amount of users to your present plan when the need arises w/th out incurring any add/tional expense (up to 16.6% additional growth). ALLTEL roll sell Collier County Government 61,250 m/nutes of local use air6me for only $5, 000 and you may have up to 350 users all sharing these minutes. At present you need 300 lines, so your break down would be $16.67 per 1/he, they will have on average 204 minutes included each. As your needs/ncrease you can add up to 50 additional 1/nes (16.6% increase), th/s would effect your average cost per user by dropping it to $14.29 and each would still have 175 m/nutes, on average, per month. Just think, this plan ks essentially a zero access plan whereby you commit to buy airtime minutes at only 8 cents per minute. Don't worry about going over your minute pl_a_n~ the overage is still only ] 0 cents per minute. To be perfectly clear how this works, let me use an example of four employees. They each have on average 204 minutes to use. Tom uses 220 minutes, Sue uses 301, Brad uses 37 and Terry uses 258. The result is a wash, 816 = 816. We hope you find this to be a very simple and effective way for you to increase your commun/cations, as well as be something your people in budgeting w/11 appreciate. Thank you for your business. Joseph M. Koch Commercial Sales Manager ALLTEL Communications 941-770-I111 LL'CEL 1 EQUIP~NT PRICING ~x 12C Di~ita, ear.if6'~ Qualcomm 860 Digital Phone (Intemet ready) Motorola 7868 Tri Mode Digital (Internet ready) Car Chargers Leather Case $0.01 $49.95 $99.00 $9.95 $9.95 PAGERS Motorola LS350 Flex Pager Motorola LS750 Flex Pagers Motorola Advisor Elite Flex.Pager Any and all accessories price sheet. will ~CCESSORIES be at cost according $29.95 $49.95 $79.95 to the then current LL'CEL AIJLTEL SOUTH EAST FREEDOM RATES NO TOLL CHARGES, NO ROAMING CHARGES, YOUR MINUTES FOLLOW YOU THROUGH OUT ALL OF FLORIDA, MISSISSIPPI, GEORGIA, ALABAMA, SOUTH CAROLINA, NORTH CAROLINA, VIRGINIA, TENNESSEE, MARYLAND AND THE DIST. OF ACCESS COLUMBIA. Minutes Included $25.95 200 Overage Charge .35 $35.95 400 .25 $45.95 5O0 .20 $70.95 800 .20 $95.95 1,200 .10 AIJLTEL TOTAIJ FREEDOM RATES NO TOLL, NO ROAMING CHARGES, YOUR MINUTES FOLLOW YOU THROUGH OUT THE UNITED STATES OF AMERICA. Access Minutes IncludedOverageCharge $40.00 200 .40 $50.00 350 .35 $70.00 600 .35 $100.00 900 .25 $150.00 1,500 .25 16E ATTACHMENT A4 1 ALLTEL PAGING RATES FOR COLLIER COUNTY NUh/mRIC Local Paghag .........................................................$6.00 (Local hacludes all of Flor/da) Reg/onal Paging ...................................................$19.95 (Reg/onal/ncludes FL., AL, GA., SC., and MS.) Nationw/de Pag/ng .................................................$29.95 WORD MESSAGING Local Pag/ng ........................................................$11.00 (Local/ncludes all of Flor/da) Reg/onal Pag/ng ....................................................$29.95 (Reg/onal/ncludes FL., AL., GA., SC., and MS.) Nat/onw/de Paging ................................................$39.95 ATTACHMENT A5 16E 1 RATES AND PRICES FOR COLLIER COUNTY ENHANCED SERVICES (GREAT TOOLS TO HELP YOU COMMUNICATE) Detail billing N/C Call Forwarding N/C Call Waiting N/C Way Camrig N/C Voice Mail (basic) N/C Voice Mail (enhanced) N/C Text Messaging (see group calling) Family Net N/C Group Calling 400 $6.95 Group Callhag 5,000 $9.95 D~gital Data $4.95 Web UnWired $9.95 ATTACHMENT A6 Mr. Rescue $2.95 Cellular Equipment Insurance $2.95 Caller I.D. N/C Off Peak Calling Options $5.00 for 500 minutes $10.00 for 1,000 minutes GOOD - ANALOG GOOD - CDMA GOOD - CDMA BETTER - CDMA BETTER - CDMA GOOD - TRIMODE GOOD - TRIMODE BEST - TRIMODE BEST - TRIMODE OTHER ANALOG OTHER - ANALOG CORE-OEM CORE-OEM CORE-OEM CORE-OEM CORE-OEM CORE-OEM CORE-OEM CORE - OEM CORE - OEM CORE - OEM CORE-OEM CORE-OEM NONCORE-OEM NONCORE-OEM NONCORE-OEM NONCORE-OEM NONCORE-OEM NONCORE-OEM NONCORE-AFT NONCORE-OEM )RE-AFT CORE-OEM CORE-OEM CORE-AFT CORE-OEM CORE-OEM CORE-AFT NONCORE-AFT NONCORE-AFT NONCORE-AFT NONCORE-AFT NONCORE-AFT NONCORE-AFT NONCORE-AFT CORE-AFT CORE-OEM CORE-AFT COREoOEM COREoOEM CORE-OEM Nenl ID AA81161E AA810'ISO AA810180 .~LA.810472 AA810472 AA810~68 A~10164 AA810164 AA811053 AA810~87 BA910081 BA910181 BA910125 BA910127 BA830720 BA910150 BA910151 BA910077 BA910120 BA850553 BA850609 BA850611 BA910132 BA910133 BA910025 BA910100 BA910089 BA910129 BA900579 BA910076 CL900508 CL910182 CL910123 CL900638 CL910152 CL910015 CL900505 CL910134 CL900125 CL900543 CL900629 CL900625 CL900124 CL900527 CS900561 CS910183 CS900637 CS910154 CS910086 CS850525 Nitel # DPC650EBK T2260 T2260 QCP860BK QCP860BK CDM80XL CDM80XL ST7688 ST7868 4000T 99682 98247 TXBAT0321 TXBAT0331 TMSRP0301 BTR8000 BTE8000 98105 98100M S N N4139 SLN6610 SKN4614 BTR120 BTE120 BMTIL B TE 4000 LBP330W BTR3300 30007801AL 98120M 98246 TXCLA0311 31004301AL CLC3500 98126M 31002201AL CLC120 31005401AL 31001301AL 31004201AL 31003901AL 31005301AL 31000601AL ~1001601AL 98265 34023401AL LB8000 99653 98127M FLORIDA DIRECT CORE LIST DESCRIPTION Motorola DPC 660 E* Traditional & Pre-Paid Mofiqro!a T2280 CDMA - 1 Year Contract QUALCOMM 86P CDMA - 2 Year Contract Audiovox CDM 8000 - 1 Year Contract Mo~0rola 5,,T7868 Tri-Mode - 2 Year Contract IMotorola ST7888 Tri-Mode - 1 Year Contract Motorola 40(0 To~e Motorola Flip Series NiMH battery - Black Motorola T2260 NiMH baffery pack QCP 860 Slim Extended LiON battery QCP 860 Extended LiON battery QCP 860 Internal LiON battery Audiovox CDM 8000 Std Lio~ battery Audiovex CDM 8000 Ext Lion baffery Motorola Star TAC Std X-cap LiON battery - Black Motorola StarTAC Slim Main LION Battery - Black Motorola Traveler Batt (req's BA850509 & BA850611) Motorola Power Connector Assembly Motorola Tmveter Battery adapter cable Don battery Audiovox CDM 120 Extended Lion battery Nolda 918 NiMH Battery Audiovox CDM 9000 Ext Don battery LGIC 330W Ext LION Battery Audiovox CDM 3300 Standard Don battery Notda 2180 Ext. NiMH battery Motorola ~tar Tac S~m Aux DON Battery- Black Motorola T2260 CLA QCP 860 CLA QCP 860 CLA Audiovox CDM 8000 CLA Motorola Star Tac CLA Motorola Star Tac CLA Audiovox CDM 120 CLA Audiovox CDM 120 CLA Nokia 63~v918 CLA Audiovox CDM 9000 CLA LGIC 330W CLA Audiovox CDM 3300 CLA NEC 700/800/900 Setres CLA ~ DPC 650 E* Leather Case Motorola T2260 Leather Case QCP 860 Leather Case Audiovox CDM 80(X) Leather Case Motorola StarTac Leather Case Motorola StarTac Holster 9/15/00 $17.00 $32.95 66% $12.75 $17.20 57% $31.50 $28.45 47% $36.50 $43.45 54% $25.10 $34.85 58% $25.0O $54.95 69% $29.00 $50.95 64% $27.00 $52.95 66% $22.5O $57.45 72% $16.75 $10.20 38% $17.75 $9.20 34% $4.25 $4.70 53% $23.75 $56.20 70% $18.75 $61.20 77% $14.00 $35.95 72% $55.00 $24.95 31% $39.95 $40.00 50% $19.28 $3O.67 61% $9.25 $2O.7O $8.00 $21.95 73% $7.75 $22.20 74% $9.00 $20.95 70% $9.50 $20.45 68% $8.98 $20.97 70% $8.0O $21 °95 73% $8.20 $21,75 73% $7,75 $22.20 74% $7.50 $22.45 75% $8.20 $21.75 73% $7.50 $22.45 75% $8.20 $21.75 73% $18.95 76% $6.0O $18.95 76% $5.99 $18.98 76% $7.00 $1 7.95 72% $5.00 $19.95 8O% $3.50 $21.45 86% COST MARGIN % $65.00 ($15.05) -30% $155,00 ($125,05) .-418% $155.00 ($55.05) -55% $149,00 ($99.05) -198% $149,00 ($49.05) -49% $199.00 ($99.05) -99% $199.00 ($49.00) -33% $239.00 ($89.05) -59% $239.00 $1.00 0% $163.00 ($23.05) -16% $125.00 ($25.05) -25% $77.00 ($6'7~05) -674% $70.00 ($80.05) -6O4% $140.00 ($110.05) -367% $140.00 ($40.05) -4O% 16E 1 CORE -AFT CS900619 34017901AL Motorola StarTac Leather Case $24.95 $5.99 $18.96 76% NONCORE- AFT CS910135 LBf20 Audiovox CDM 120 leather case $24.95 $7.00 $17.95 7296 NONCORE- AFT CS900582 34004801AL ~fotorola Profile E* Leather Case $24.95 $5.99 $18.95 76% NONCORE- AFT CS900576 34018001AL Nokia 918 Leather Case $24.95 $5.99 $18.95 76% NONCORE - AFT CS900630 34023501AL Au~ovox CDM 9000 leather case $24.95 $5.99 $18.95 76% NONCORE- AFT CS900626 34023301AL LGIC 330W Leather Case $24.95 $5.99 $18.95 76% NONCORE- AFT CS790126 34026401AL !Audiovox CDM 3300 leather case $24.95 $5.99 $18.95 76% NONCORE- AFT CS900588 34018501AL NEC 920/960 Leather Case $24.95 $5.99 $18.96 76% NONCORE- AFT CS900565 34017801AL Nokia 2180 Leather Case $24.95 $5.99 $18.96 76%j CORE - OEM DA838336 TXDTA0381 QCP 860 Data Connectivity Kit $79.95 $30.00 $49.95 62% CORE - OEM DL838337 TXPCM0311 FQCP 860 Data on the Go ~ $219.95 $110.00 $109.95 50% CORE - OEM DL838338 TXPCM0321 QCP 860 Data Cable $59.95 $20.00 $39.95 67% CORE - OEM DA838249 98193 Motorola StarTAC Data Connectivity Kit $99.95 $83.00 $16.95 17% CORE - OEM CH850540 99632 Motorola Flip Intelli EP Rapid Charger $36.95 $23.50 $13.45 36% CORE - OEM CH831070 TRC120 Audiovox CDM 120 Travel Charger $25.95 $12.00 $13.95 54% CORE - OEM CH830711 TXDTC0321 QCP 860 Desktop Charger $40.95 $22.00 $18.95 45% CORE - OEM CH8307t3 TXTVL0311 QCP 860 Rapid A/C Travel Charger $28.95 $14.50 $14.45 50% CORE - OEM CH910153 DTC8000 Audiovox CDM 8000 Desktop Charger $30.95 $21.00 $9.95 32% CORE - OEM CH850519 98171M 'Motorola StarTAC single port desktop charger $37.95 $24.50 $13.45 35% CORE - OEM PS850648 98125 ~Motorola Star TAC power supply / charger $37.95 $14.25 $23.70 62% CORE - OEM CH850649 98191 !Motorola StarTAC Dual Desktop Chrgr (doesnl charge aux. bat $49.95 $24.50 $25.45 51% NONCORE - OEM CH830463 CGHg Nokia 918 Desktop desktop stand $39.95 $16.00 $23.95 60% NONCORE- OEM CH831055 ~TC4000 Audiovox CDM 9000 Desktop Charger $38.95 $25.00 $13.95 36% NONCORE- OEM CH831064 DTC3300 Audiovox CDM 3300 Desktop Charger $42.95 $28.00 $14.95 35% NONCORE. OEM CH840809 DC330W !LGIC 330W Desktop Charger $36.95 $26.10 $10.85 29% CORE-AFT HF909589 ,~3005901AL Univereal Speakeasy Headset (Andrew Wirelass) $29.95 $14.98 $14.97 50% CORE - AFT HF910137 6(X)06301AL Iunivereal Headset (Plantronics - MI30) $29.95 $16.55 $13.40 45% CORE - AFT HF910139 60002501AL !ln-the-Earset (Jabra) $29.95 $15.00 $14.95 50% CORE - AFT HF910138 60005701AL Universal Headset (Plantronics - M1 45) $34.95 $23.55 $I 1.40 33% CORE - AFT HF900645 60006801AL QCP 860 Headset $39.95 $31.65 $8.30 21% CORE - OEM CK830710 TXCKT03C1 Qualcomm 860 Handsfree Kit (requires installation) $219.95 $130.00 $89.95 41% CORE - OEM HF910060 98148 !Mo~rola Flip & StarTAC Headset $29.95 $9.00 $20.95 70% CORE - OEM CK910106 98192 Motorola StarTAC Zero Install HF I~t $79.95 $34.00 $45.95 57% CORE - OEM CK850709 S6965B Motorola StarTAC HF Kit (requires installation) $219.95 $135.00 $84.95 39% CORE - OEM AN860070 5795 IGlase Mount Closed Coil - UHF (7305) $34.95 $29.72 $5.23 15% CORE - OEM PD870(X)6 72706 IStandard Pedestal Mount 6" tilt/swivel $19.95 $8.95 $11.00 55% CORE - OEM PD870007 72709 !Standard Pedestal Mount 9" tilt/swivel $19.95 $10.04 $9.91 50% CORE - AFT SK900636 60001501AL Universal Belt Clip $9.95 $4.50 $5.45 55% CORE - OEM AN793779 0104976Z02 Motorola S'I'7760/7860 Antenna $12.95 $2.90 $10.05 78% CORE - OEM AN790780 0188291K02 IMotomla ST7868 Antenna $12.95 $2.52 $10.43 81% NONCORE- OEM HF840814 HD330W33314 LGIC 330W Headsetwith Holster $39.95 $29.00 $10.95 27% NONCORE- OEM HF840813 PHFK330W LGIC 330W Portabte Handsfree Kit $79.95 $39.00 $40.95 51% NONCORE- OEM CK850704 S7062 Motorola E* 3 Wattw/I-IF Kit (requires inst~la~on) $319.95 $191.00 $128.95 40% NONCORE- OEM CK850705 S7063 Motorola E* HF Kit (requires installa~on) $179.95 $122.50 $57.45 32% CORE - OEM PA880850 LS350FLXTAI~ Motorola Lifestyle 350 - Local TSR $29.95 $38.50 ($8.55) -29% CORE-OEM PA880853 LS550FLXTA&Motorola Lifestyle550-LocalTSR $39.95 $47.50 ($7.55) -19% CORE - OEM PA880851 LS750FLXTAI~ !Motorola Lifestyle 750 - Local TSR $49.95 $54.00 ($4.95) -8% CORE - OEM PA880852 ADVELITETA~ Motorola Advisor Elite ~ Local TSR $79.95 $100.50 ($20.55) -26% CORE - OEM PA880955 LS350FLXNA3 Motorola Lifestyle 350 - RegionaYlVational Web~nk $29.95 $38.50 ($8.55) -29% COR~E~-OEM , PA880956 ADVELITENA'!MotorolaAdvlaorElite-RegionaYNationalWebllnk $79.95 $100.50 ($20.55) -26% PRE-PAID MI90(X)68 1(XX)01 Prepaid Card $25 $25.00 $0.00 $25.00 100% PRE-PAID MI900069 100002 Prepaid Card $50 $50.00 $(3.00 $50.00 100% PRE-PAID MI9(X)070 100003 Prepaid Card $100 $100.00 $(3.00 $100.00 100% PRE-PAID LD MI900030 PPLD30 Long Distance Card - 30 minutes $7.50 $5.40 $2.10 28% PRE-PAID LD MI9(X)060 PPLD60 Long Distance Card - 60 minutes $15.00 $10.80 $4.20 28% PRE-PAID LD MI900090 PPLD90 Long Distance Card - 90 minutes $22.50 $16.20 $6.30 28% 16£ 2 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 16E RESOLUTION NO. 2000- 336 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, TO CORRECT A SCRIVENER'S ERROR IN RESOLUTION NO. 2000-243, WHICH AUTHORIZED THE EXCHANGE OF PROPERTY, BY REPLACING THE REFERENCE TO EXHIBIT "H" WITH EXHIBIT "I" WHEREAS, the Board of County Commissioners of Collier County, Florida, adopted Resolution No, 2000-243 on August 1, 2000, upon presentation of Item 16 (C) (17) of the agenda, which authorized the exchange of property; and WHEREAS, Resolution No. 2000-243, directs and authorizes the Chairman in behalf of the Board of County Commissioners, to execute a Statutory Deed conveying the existing White Lake Boulevard right-of-way and refers parenthetically to Exhibit "H" of the Property Exchange and Design/Construction Agreement as a more particular description of such right-of-way; and WHEREAS, the reference to Exhibit "H" has been found to be a scrivener's error insofar as Exhibit 'T', more particularly describes the existing White Lake Boulevard right-of-way to be conveyed; and WHEREAS, this scrivener's error does not affect the validity of the Board's authorization to exchange the existing White Lake Boulevard fight-of-way given by Resolution No. 2000-243; and WHEREAS, it is the Board's desire to clarify the record by correcting this error. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: Paragraph 2 of Resolution No. 2000-243 is hereby amended to read as follows: 2. The Board of County Commissioners of Collier County, Florida, hereby directs and authorizes its Chairman, on behalf of this Board, to execute a statutory deed conveying the existing White Lake Boulevard right-of-way (more particularly described in Exhibit "H" 'T' to the Agreement) to Owner. Nothing contained herein shall affect the operation of Resolution No. 2000-243, but rather Resolution No. 2000-243 shall remain in full force and effect as of the date of its adoption, August 1, 2000. ADOPTED this ~ day of ~ ~ 2000 after motion, second and majority vote favoring adoption. ' ." D3,VIGHT E. BROCK, Clerk '%.' A~st aS tO Chatrlan's BOARD O~MMISSIONERS OF COLIA'ER C?UNTY, FLORIDA ~- By: TI~r'FHY J. CCrI~TANT1NE, Chairman " ' signature o~1,~. Appr, pved as to form and legal sufficiency: C/Ellen T. Chadwe-IF Assistant County Attorney Words un~ are additions, words z~. uz.c ~.,:'Lag.: are deletions. THIS PROPERTY EXCHANGE AND DESIGN / CONSTRUCTION AGREEMENT (hereinafter referred to as the "Agreement") is made and entered into by and between RICHARD K. BENNETT, TRUSTEE, (hereinafter referred to as "Owner"), whose mailing address is 865 Fifth Avenue South, Naples, Florida 34102-6605, and COLLIER COUNTY, a political subdivision of the State of Florida, its successors and assigns (hereinafter referred to as "County"), whose mailing address is 3301 Tamiami Trail, Naples, Florida 34112, and BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, AS THE GOVERNING BODY OF COLLIER COUNTY AND AS EX-OFFICIO THE GOVERNING BOARD OF THE COLLIER COUNTY WATER-SEWER DISTRICT (hereinafter referred to as "District"), whose mailing address is 3301 East Tamiami Trail, Naples, Florida 34112; WHEREAS, County is the record title holder to the fee simple interest in that certain real property on which the Collier County South Water Treatment Plant is located (see "Attachment No. 1"); and WHEREAS, District is the operating entity of said treatment plant; and WHEREAS, Owner is record title holder to that certain real property known as the "Citygate PUD" (see "Attachment No. 2"); and WHEREAS, County is the record title holder to "Access Road No. 1," as shown on Flodda Department of Transportation Right-of-Way Map, Section 03175-2409 (State Road No. 93, Interstate 1-75), recorded in the official records of Collier County, Florida, in Road Plat Book 3, Pages 6, 8, 9 and 13; and WHEREAS, District requires a perpetual, exclusive utility easement for the installation and maintenance of deep injection wells over, under, upon and across the lands described in Exhibit "A" (said easement hereinafter referred to as "Easement A"), which is attached hereto and made a part of this Agreement; and WHEREAS, County requires a perpetual, non-exclusive easement for public road right-of-way, drainage and utility facilities over, under, upon and across the lands described in Exhibit "B" (said easement hereinafter referred to as "Easement B"), which is attached hereto and made a part of this Agreement; and WHEREAS, District requires a perpetual, non-exclusive utility easement for the installation and maintenance of a raw water transmission and power distribution system over, under, upon and across the lands described in Exhibit "C" (said easement hereinafter referred to as "Easement C"), which is attached hereto and made a part of this Agreement; and WHEREAS, District requires a perpetual, non-exclusive utility easement for the installation and maintenance of a public water supply well over, under, upon and across the lands described in Exhibit "D-l" (said easement hereinafter referred to as "Easement D-I"), which is attached hereto and made a part of this Agreement; and WHEREAS, District requires a temporary construction easement from January 1, 2001 until January 1, 2004 to allow for the installation and maintenance of a public water supply well over, under, upon and across the lands described in Exhibit "D-l" (said easement hereinafter referred to as "Easement D-2"), which is attached hereto and made a part of this Agreement; and WHEREAS, District requires a perpetual, non-exclusive utility easement for the installation and maintenance of a public water supply well over, under, upon and across the lands described in Exhibit "E-l" (said easement hereinafter referred to as "Easement E-I"), which is attached hereto and made a part of this Agreement; and 16E a' Property Exchange and Design / Construction Agreement Page 2 WHEREAS, District requires a temporary construction easement from January 1, 2001 until January 1, 2004 to allow for the installation and maintenance of a public water supply well over, under, upon and across the lands described in Exhibit "E-I" (said easement hereinafter referred to as "Easement E-2"), which is attached hereto and made a part of this Agreement; and WHEREAS, District requires a perpetual, non-exclusive utility easement for the installation and maintenance of a sewer force main, and other County utilities which may be deemed necessary in the future, over, under, upon and across the lands described in Exhibit "F" (said easement hereinafter referred to as "Easement F"), which is attached hereto and made a part of this Agreement; and WHEREAS, District requires a perpetual, non-exclusive utility easement for the relocation (installation) and maintenance of a 20-inch diameter potable water main over, under, upon and across the lands described in Exhibit "G" (said easement hereinafter referred to as "Easement G"), which is attached hereto and made a part of this Agreement; and WHEREAS, County requires a perpetual, non-exclusive easement for public road right-of-way, drainage and utility facilities over, under, upon and across a portion of the Property owned by Owner and described on Attachment No. 2, (said easement hereinafter referred to as "Easement H"), which is attached hereto and made a part of this Agreement; and WHEREAS, Owner desires to convey Easements "A" through "H" (hereinafter referred to collectively as the "Property") to County or to District, as appropriate, for the stated purposes, on the terms and conditions set forth herein; and WHEREAS, Easement "H" will replace the necessity for the existence and maintenance of a portion of Access Road No. 1 (a/k/a "White Lake Boulevard") as depicted on Exhibit "1" which is attached hereto and made a part of this Agreement; and WHEREAS, it is in the best interest of the public for County to forthwith cause the reconstruction of White Lake Boulevard within Easement "H" from the existing water treatment plant entrance, southward across the westerly tip of the White Lake PUD property, to a point within the existing White Lake Boulevard right-of-way (south and west of the White Lake PUD), and to exchange that portion of White Lake Boulevard as depicted on Exhibit "1;" and WHEREAS, the relocation of White Lake Boulevard will require the concurrent relocation of a 20-inch potable water main from its present location within the existing White Lake Boulevard right-of-way to a new location within the relocated White Lake Boulevard right-of-way (Easement "H"), which is attached hereto and made a pad of this Agreement; and WHEREAS, the relocation of White Lake Boulevard will require the declaration by County of a perpetual non-exclusive road right-of-way, drainage and utility easement in favor of the general public across that portion of the South County Water Treatment Plant property described in Exhibit "J" (said easement heroinafter referred to as "Easement J"), which is attached hereto and made a part of this Agreement; and WHEREAS, the relocation of White Lake Boulevard to within Easement "H" is not a viable option without securing additional right-of-way from the White Lake PUD Property Exchange and Design / Construction Agreement 16E 4 Page 3 property (said additional right-of-way described in Exhibit "K"), which is attached hereto and made a part of this Agreement; and WHEREAS, County and Owner share equally from the benefits of a relocated White Boulevard; and WHEREAS, it is in the best interests of the parties to cause District's existing 12- inch diameter sewer force main, which currently terminates on the west side of County Road CR-951 between Davis Boulevard and Interstate 1-75, to be extended northward to a point opposite the entrance to the water treatment plant, where the force main diameter shall be reduced to 8 inches, thence eastward across County Road CR-951 to the northeast corner of Easement "H," thence southward to the southwest corner of Easement "B;" and NOW THEREFORE, it is hereby mutually acknowledged, and it is agreed by and between the parties as follows: Owner shall convey the Property to County and to District, as appropriate, for the total sum of $110,530 payable by County Warrant (said transaction hereinafter referred to as the "Closing"). With the exception of the provisions concerning reimbursement to Owner for direct out-of-pocket costs which may be incurred by Owner to transfer Easements D-1 and E-1 to District, and with the further exception of those costs to be reimbursed to Owner under the provisions of paragraphs 14, 15, 18, 19, 24 and 25, said payment shall be full compensation for the Property conveyed, including all landscaping, trees, shrubs, improvements, and fixtures located thereon, and for any damages resulting to Owner's remaining lands, and for all other purposes in connection with conveyance of said Property to County and/or District. District shall reimburse Owner up to $4,800 for direct out-of-pocket costs incurred by Owner to transfer Easements D-1 and E-1 to District. Said payment shall be made in addition to the $110,530 referenced in paragraph 1, and shall be payable by County Warrant at Closing. Prior to Closing, Owner shall obtain from the holders of any liens, exceptions and/or qualifications encumbering the Property, the execution of such instruments which will remove, release or subordinate such encumbrances from the Property upon their recording in the public records of Collier County, Florida. Owner shall provide such instruments, properly executed, to County and/or District on or before the date of Closing. TIME IS OF THE ESSENCE. This Agreement shall be null and void, and of no further force or effect, unless Closing shall occur within ninety (90) days from the date County and District executes this Agreement; provided however, that County and/or District shall have the unilateral right to extend the term of this Agreement pending receipt of such instruments, properly executed, which either remove, release or subordinate any and all such liens, encumbrances or qualifications affecting County's and/or District's enjoyment of the Property. At Closing, County and/or District shall deliver the County Warrant to Owner and Owner shall deliver the conveyance instruments to County and/or District in a form acceptable to County and/or District. Owner is aware and understands that this Agreement is subject to acceptance and approval by the Board of County Commissioners of Collier County, Florida. Property Exchange and Design / Construction Agreement 16E Page 4 10. 11. Owner represents that the Property and all uses of the Property have been and presently are in compliance with all Federal, State and Local environmental laws; that no hazardous substances have been generated, stored, treated or transferred on the Property except as specifically disclosed in writing to the County and/or District; that the Owner has no knowledge of any spill or environmental law violation on any property contiguous to or in the vicinity of the Property to be sold to the County and/or District, that the Owner has not received notice and otherwise has no knowledge of a) any spill on the Property, b) any existing or threatened environmental lien against the Properly or c) any lawsuit, proceeding or investigation regarding the generation, storage, treatment, spill or transfer of hazardous substances on the Property. This provision shall survive Closing and is not deemed satisfied by conveyance of title. Owner shall indemnify, defend, save and hold harmless the County and District against and from, and to reimburse the County and/or District with respect to, any and all damages, claims, liabilities, laws, costs and expenses (including without limitation reasonable paralegal and attorney fees and expenses whether in court, out of court, in bankruptcy or administrative proceedings or on appeal), penalties or fines incurred by or asseded against the County and/or District by reason or arising out of the breach of Owner's representation under Paragraph 6. This provision shall survive Closing and is not deemed satisfied by conveyance of title. The County and/or District shall pay for all costs of recording the conveyance instrument in the Public Records of Collier County, Florida. All other costs associated with this transaction including but not limited to transfer, documentary and intangible taxes, and recording costs for any curativ.e instruments shall be borne and paid by Owner. Owner shall be responsible for paying any costs and/or fees associated with the securing and recording of all Subordination, Consent & Joinder of Easement instruments relative to all mortgage(s) recorded against the Property from the mortgagee(s). The cost of a title commitment, if any, shall be paid by County and/or District. This Agreement and the terms and provisions hereof shall be effective as of the date this Agreement is executed by both parties and shall inure to the benefit of and be binding upon the parties hereto and their respective heirs, executors, personal representatives, successors, successor trustees, and/or assignees, whenever the context so requires or admits. If the Owner holds the Property in the form of a partnership, limited partnership, corporation, trust or any form of representative capacity whatsoever for others, Owner shall make a written public disclosure, according to Chapter 286, Florida Statutes, under oath, of the name and address of every person having a beneficial interest in the Property before the Property held in such capacity is conveyed to County and/or District, its successors and assigns. (If the corporation is registered with the Federal Securities Exchange Commission or registered pursuant to Chapter 517, Florida Statutes, whose stock is for sale to the general public, it is hereby exempt from the provisions of Chapter 286, Florida Statutes.) District shall reimburse Owner for the cost of any landscaping on Easements C, D1, D2, E1 and E2, required by the Collier County Land Development Code, which would otherwise not be required had the existing vegetation not been destroyed as a result of the installation and construction of the raw water main and well pump stations within said easements. 16E 4' Property Exchange and Design / Construction Agreement Page 5 12. 13. 14. 15. 16. 17. 18. 19. 20. Owner shall design, permit and construct the extension of the 12-inch diameter sewer force main which currently terminates on the west side of County Road CR- 951 between Davis Boulevard and Interstate 1-75, northward within the existing County Road CR-951 right-of-way, to a point opposite the entrance to the water treatment plant, thence eastward across County Road CR-951 installing an 8-inch diameter sewer force main to the northeast corner of Easement "H," thence southward with the installation of said 8-inch force main to the southwest corner of Easement "B." The sewer line pipes described are sized for the maximum flows anticipated by the County from future sewer connections including an estimate for Citygate's sewer flow. Owner's design engineer will analyze and verify the total flows contributed by the future sewer connections in coordination with the County. Any sewer pipe downsizing necessary will have to be approved by the County. District reserves design review authority and the right to approve the final plans for the extension of the sewer force main prior to commencement of construction. Design plans will be deemed to be approved by District if no response is provided to Owner within thirty (30) days of Owner's submittal of design plans to District for approval. Upon District's approval of the final design plans for the extension of the sewer force main, District shall reimburse Owner for design expenses, including permit fees, in an amount not to exceed $42,000. Upon Oistrict's approval of the as-built construction plans and contractor's invoices for the sewer force main extension, District shall reimburse Owner for construction costs and construction engineering inspection expenses in an amount not to exceed $323,000. Owner shall design, permit and construct the 20-inch and 10-inch potable water main which must be relocated from the existing White Lake Boulevard right-of-way to the proposed segment of White Lake Boulevard located within Easement "H." District reserves design review authority and the right to approve the final plans for the extension of the relocated 20-inch and 10-inch potable water main prior to commencement of construction. Design plans will be deemed to be approved by District if no response is provided to Owner within thirty (30) days of Owner's submittal of design plans to District for approval. Upon District's approval of the final design plans for the extension of the relocated 20-inch and 10-inch potable water main, District shall reimburse Owner for design expenses, including permit fees, in an amount not to exceed $12,500. Upon Oistricrs approval of the as-built construction plans and contractor's invoices for the relocated 20-inch and 10-inch potable water main extension, District shall reimburse Owner for construction costs and construction engineering inspection expenses in an amount not to exceed $95,000. County shall acquire the right-of-way parcel (Exhibit "K") from the record title holder of the White Lake PUD property in order to allow for the relocation of White Lake Boulevard from the existing plant access road, due south within Easement "H" and across the westerly tip of the White Lake PUD, connecting the new roadway with the existing roadway located within existing County right-of-way south of the White Lake PUD. Property Exchange and Design / Construction Agreement 16E Page 6 21. 22. 23. 24. 25. 26. 27. County shall pay all costs associated with the acquisition of the land described in Exhibit "K," including the purchase price, title work, recording fees, and any related incidental expenses associated with said acquisition. Notwithstanding the provisions of Paragraph 4, if for whatever reason, County or Owner are not able to acquire the right-of-way described in Exhibit "K", within forty-five (45) days from the execution of this Agreement, said closing date described in Paragraph 4 of this Agreement shall be automatically extended for self-renewing thirty (30) day intervals, until such time as the right-of-way can be acquired by County. Owner shall design, permit and construct the relocated segment of White Lake Boulevard from the existing plant access road due south within Easement "H" and across the westerly tip of the White Lake PUD connecting the new roadway with the existing roadway located within existing County right-of-way. County reserves design review authority and the right to approve the final plans for the relocation of White Lake Boulevard prior to commencement of construction. Design plans will be deemed to be approved by County if no response is provided to Owner within thirty (30) days of Owner's submittal of design plans to County for approval. Upon County's approval of the final design plans for the relocation of White Lake Boulevard, District shall reimburse Owner for design expenses, including permit fees, in an amount not to exceed $36,000. Upon County's approval of the as-built construction plans and contractor's invoices for the relocation of White Lake Boulevard, District shall reimburse Owner for construction costs and construction engineering inspection expenses in an amount not to exceed $295,000. Upon the completion of construction of relocated White Lake Boulevard, County shall exchange that portion of existing White Lake Boulevard located west of the Relocated White Lake Boulevard right-of-way line. Conveyance of the Property by Owner is contingent upon no other provisions, conditions, or premises other than those so stated above; and this written Agreement, including all exhibits attached hereto, shall constitute the entire Agreement and understanding of the parties, and there are no other prior or contemporaneous written or oral agreements, undertakings, promises, warranties, or covenants not contained herein. 28. This Agreement is governed and construed in accordance with the laws of the State of Florida. Property Exchange and Design / Construction Agreement 16E 4 Page 7 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this ?Rrh day of .],]y ,2000. AS TO COUNTY AND DISTRICT: ATTEST: DWIGHT E. BROCK, Clerk ,." , Attest a~.to . ~' ~ Deputy Clerk . AS ~O OWNER: DATED: I Uwitnes~ ~nature)~ Name: ~ (Print or Type) BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, and ,~,~,,,E,X- OFF CID THE GOVERNING BO~,~i~ 0'.~'",,-,,. THE COLLIER~A~E~[SEWER '-b.. i; / ':? , 'i'" BY: :' TIIt,~:)~HY J. CO~',~TAI'(tT..!NE, RICHARD K. BENNETT, ~xgxT:~ as Trustee of Land Trust No. 5360 Approved as to form and legal sufficiency: Thomas Paltrier' Assistant County Attorney N. LINE OF THE NW 1 4 &~--- ~'k~l -~o - -- ' ' ~ ~ PO~R LINE ,, o COLLIER COUNTY WATER TREATMENT PLANT 456.5~' ~ SIR , DO,T, ~/W aP FOR S ~ )A~O, ~3 0-~5 ~ -- SIR ~ '~ [~ LB e PO~ L~ b-I,1 o-~ i EXCEP))ON !~2 PROPERTY DESCRIPHON THE NORTH HALF' OF SECTION 35, TOY 16E 4 A parcel of land bc~g a portion of the NW 17W[ of Section ' .35, Town-.hip 49 Soul'h, Rang,~ 26 East, Collier County, Florida, Doing more particularly doacrlbed aa follows: Coneranting at tit-, i/4 Section corner, co~non to Sections 34 and 35, Town:;hip ~9 South, RanGe 26 I"-ant, Collier County, Florida. Said 1/4 corner being marked with a 4" x 4" con- crete monument having a 3-inch brass cap attached to the top thereof, with a 3/4-inch iron.pipe; tl~ence along the Section line between said Sections 34 and .35, North 0°29'15" West 1,382.43 feet to a point on the centerline of the pro- 'posed Access Road No. 1 as shown on the' State of Florida' Dep.~rtment of Transportation Right-of-Way Hap for State Road No. 93 (I-75) sheet 8 of 101 thence along said center~ line of the proposed Access Road No. 1 North 89~31'01" East 100~00 feet to a point on the East Right-of-~$ay line of a canal, said point also being on the centerline of the proposed access road to thm water treatment plmn~ parcel; thence along.said East canal Right-of-Way line Horth 0'2~'15" West 50.00 feec to a 4"' x 4" concrete .. monument marking .the NW earner of the ,proposed access c road Right-of-Way to the water treatment. plant parcel; r and being the true POINT OF BEGINNING of the parcel to 'be herein described; 'thence along the North line of said acecos road Right-of-Way North 89'31'01" East 456.51 feet to a 4" x 4" concrete monument marking the inter- section of said North Right-of-Way with the West boundawy line of the water treatment plant parcel; thence along said West boundary line North 0°47'14" East 994.9§ feet · to an iron rod on the We'sterly Ri§ht-of-Way of a strip of land 170 feet in width for a Florida Power & Light Company (FP&L) Right-of-~ay as described in Official Records Book 681, Page 1210, Collier County Records; thence along said W.msterly FP&L Righ~-of-Uay North '31'30'28" East 70.02 feet to an iron rod; thence. continuing along said Westerly FP&L Right-of-Way South 58°30'03" East 761.56 fee~ to a 4" x 4" toner. ere monument; thence continuing along saic~ Westerly FP&L R..ight-of-Way South 0'47'14" Wes~ 1,066.7b feet to a 4" x'4" concrete monument; thence continuing along said Westerly FP&L Pc[ght-of-Way South 0"47'14" Wes~ 332.74 feet to an iron rod marking the intersection of said 14esterly FP&L Right-of-Way with the South line of the North 1/2 of the South 1/2 of the Northwest 1/4 6f Section '.:, Town-. ship 49 South, Range 26 East, Collier ~ou'fi'f~', ';iorida; said point also being the Southeast 'corner of the parcel being herein described; thence along said South .line of the North 1/2 of the South 1/2 of the t;orchwest 1/4 of.. Section 35, South 89°04'40" West' 690..82 feet to a 4" x 4" concrete monument; said point being the Southwe'st corner of the parcel being herein described; thence along the West boundary line of said parcel North 0°47'14" East 653.80 feet to a 4" x 4" concrete monument marking the intersection of the West boundar~ of the water tread- meat plant parcel wi'th the South Right-of-Way of the proposed access road to the water treatment plant parcel; · then.co along said South Right-of-Way South 89'31'01" 454.28 feet to a 4" x 4" concrete monument marking the intersection of said access road South Right-of-Way with tile East Right-of-Way of a canal; thence along said canal East RiF, ht-of-Wqy North 0°29'15" West 100.00 feet to the ~OINT OF BEGINNING, containing 26.61. acrea, more or less. PROPERTY DESCRIPTION THE NOR]H HALF OF SECTION 3§, TOWNSHIP 49 SOUTH, RANGE 26 EAST. COLLIER COUNTY. FLORIDA. LESS THE WEST 100.00 FEET THEREOF FOR RIGHTIOFIWAY PURPOSES AND LESS THE FOLLOWING DESCRIBED PARCELS: A PARCEL OF LAND BEING A PORTION OF THE NORTHWEST QUARTER OF SECTION 3S. TOWNSHIP 49 SOUTH. RANGE 26 EAST, COLLIER COUNTY, FLORIDA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE QUARTER SECTION CORNER, COMMON TO SECTIONS 34 AND 3,5, TOWNSHIP 4B SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA; SAID QUARTER CORNER BEING MARKED WITH A 4" X 4" CONCRETE MONUMENT HAVING A 3 INCH BRASS CAP ATTACHED TO THE TOP THEREOF, WITH A THREE QUARTER INCH IRON PIPE~ THENCE ALONG THE SECTION LINE BETWEEN SAID SECTIONS 34 AND 35, NORTH 00'2g'15' WEST 1,382.43 FEET TO A POINT ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1 AS SHOWN ON THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY MAP FOR STATE ROAD NO. 93 0-75): SHEET B OF 10; THENCE ALONG SAID CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1 NORTH B9'31'01" EAST 100.00 FEET TO A POINT ON THE EAST RIGHT-OF-WAY LINE OF A CANAL, SAID POINT ALSO BEING ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD TO THE WATER. TREATMENT PLANT PARCEL; THENCE ALONG SAID EAST CANAL RIGHT-OF-WAY LINE NORTH 00'29'15" WEST 50.00 FEET TO A 4" X 4" CONCRETE MONUMENT MARKING THE NORTHWEST CORNER OF THE PROPOSED ACCESS ROAD RIGHT-OF-WAY TO THE WATER TREATMENT PLANT PARCEL; AND BEING THE TRUE ~ OF THE PARCEL TO BE HEREIN DESCRIBED; THENCE ALONG THE NORTH LINE OF SAID ACCESS ROAD RIGHT-OF-WAY NORTH Bg'31'01" EAST 456.51 FEET TO A 4" X 4' CONCRETE MONUMENT MARKING THE INTERSECTION OF SAID NORTH RIGHT-OF-WAY WITH THE WEST BOUNDARY LINE OF THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID WEST BOUNDARY LINE NORTH 00'47'14" EAST 994.9B FEET TO AN IRON ROD ON THE WESTERLY RIGHT- OF-WAY OF A STRIP OF LAND 170.00 FEET IN WIDTH FOR A FLORIDA POWER & LIGHT COMPANY (FP&L) RIGHT-OF-WAY AS DESCRIBED IN OFFICIAL RECORD BOOK 681.' PAGE 1210, COLLIER COUNTY RECORDS; THENCE ALONG SAID WESTERLY FP&L RIGHT-OF-WAY NORTH 31'30"2B" EAST 70.02 FEET TO AN IRON ROD; THENCE CONTINUING ALONG SAID WESTERLY FP&L RIGHT-OF-WAY SOUTH 58'30'03" EAST 761.56 FEET TO A 4" X 4" CONCRETE MONUMENT; THENCE CONTINUING ALONG SAID WESTERLY FP&L RIGHT-OF-WAY SOUTH 00'47'14" WEST 1,06§.70 FEET TO A 4" X 4" CONCRETE MONUMENT; THENCE CONTINUING ALONG SAIl) WESTERLY RIGHT-OF- WAY SOUTH 00'47'14" WEST 332.74 FEET TO AN IRON ROD MARKING THE INTERSECTION OF SAID WESTERLY FP&L RIGHT-OF-WAY W1TH THE SOUTH LINE OF THE NORTH HALF OF THE SOUTH HALF OF THE NORTHWEST QUARTER OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA; SAID POINT ALSO BEING THE SOUTHEAST CORNER OF THE PARCEL BEING HEREIN DESCRIBED; THENCE ALONG SAID SOUTH LINE OF THE NORTH HALF OF THE SOUTH HALF OF THE NORTHWEST QUARTER OF SECTION 35, SOUTH 89'04'40" WEST 690.82 FEET TO A 4" X 4" CONCRETE MONUMENT; SAID POINT BEING THE SOUTHWEST CORNER OF THE PARCEL BEING HEREIN DESCRIBED; THENCE ALONG THE WEST BOUNDARY LINE OF SAID PARCEL NORTH 00'47'14" EAST 653.B0 FEET TO A 4" X 4" CONCRETE MONUMENT MARKING THE INTERSECTION OF THE WEST BOUNDARY OF THE WATER TREATMENT PLANT PARCEL WITH THE SOUTH RIGHT-OF-WAY OF THE PROPOSED ACCESS ROAD TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID SOUTH RIGHT-OF-WAY SOUTH B9'31'01" WEST 454.28 FEET TO A 4" X 4" CONCRETE MONUMENT MARKING THE INTERSECTION OF SAID ACCESS ROAD SOUTH RIGHT-OF-WAY WITH THE EAST RIGHT-OF-WAY OF A CANAL; THENCE ALONG SAID CANAL EAST RIGHT-OF-WAY NORTH 00'29"15" EAST 100.00 FEET TO THE POINT OF [~J~GINNING. AND A PORTION OF THE NORTH HALF OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, BEING DESCRIBED AS FOLLOWS: ~ ON THE SOUTH LINE OF THE NORTH HALF OF SAID SECTION 35; AT A POINT NORTH B9'O0'01" EAST 100.00 FEET FROM THE SOUTHWEST CORNER OF THE NORTH HALF OF SAID SECTION 35; THENCE RUN NORTH 00'29'15" WEST 1,334.1g FEET; THENCE SOUTH 04'21'0B" EAST 296.92 FEET; THENCE SOUTH 02'46'25" EAST 75060 FEET TO THE BEGINNING OF A CURVE CONCAVE TO THE NORTHEASTERLY HAVING A RADIUS OF 33§.00 FEET; THENCE RUN SOUTHERLY ALONG SAID CURVE 240.58 FEET, THROUGH A CENTRAL ANGLE OF 41'01'2g* TO THE END OF SAID CURVE; THENCE SOUTH 43'47'54" EAST 94 B6 FEET TO THE SOUTH LINE OF THE NORTH HALF OF SAID SECTION 35; THENCE SOUTH 89' 00'01" WEST 206.27 FEET TO THE ~. AND A PORTION OF THE NORTH HALF OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST. BEING DESCRIBED AS FOLLOWS: BEGIN ON THE SOUTH LINE OF THE NORTH HALF OF SAID SECTION 35. AT A POINT NORTH 89'00'O1" EAST 306.27 FEET FROM THE SOUTHWEST CORNER OF THE NORTH HALF OF SAID SEC11ON 35; THENCE RUN NORTH 43'47'54' WEST 94.86 FEET TO THE BEGINNING OF A CURVE CONCAVE TO THE NORTHEASTERLY HA~NG A RADIUS OF 336.00 FEET; THENCE RUN NORTHWESTERLY ALONG SAID CURVE 240.58 FEET THROUGH A CENTRAL ANGLE OF 41'01'2g" TO THE END OF SAID CURVI~; THENCE NORTH 02'46'25' WEST 750.60 FEET; THENCE NORTH 04'21'0B" WEST 296.92 FEET; THENCE NORTH 00'29'15' WEST 85.00 FEET; THENCE NORTH 89'31'01' EAST B4.42 FEET; THENCE SOUTH 04'21'08" EAST 378.34 FEET; THENCE SOUTH 02'46'25" EAST 751.56 FEET. TO THE BEGINNING OF A CURVE CONCAVE TO THE NORTHEASTERLY HAVING A RADIUS OF 266.00 FEET; THENCE RUN SOUTHEASTERLY ALONG SAID CURVE 190.4~ FEET, THROUGH A CENTRAL ANGLE OF 41'01'29~ TO THE END OF SAID CURVE; THENCE SOUTH 43'47'5~' EAST 159.68 FEET TO THE SOUTH LINE OF THE NORTH HALF OF SAID SECTION THENCE SOUTH 89'00'01" WEST 95.40 FEET TO THE ~ I RANGE 26 EAST~ .~' ~ SECTmON CORNER ) / IQUARTER SECllON CORNER : RmO.W. RIGHT-OF-WAY ~, COLLIER COUNTY, FLORIDA· LOCATION MAP 26 25 27 26 34 35 ~ q S00'29'15'E 454.28' J WEST LINE ) ? WATER I TREAlMENT I OF WATER~ ~ ~ PARCEL ~ TREAT&4ENT i~ ~ I PARCEL o ~ ~ P.O.B. ssg'o4'40"W ~ d ~ ? .~ Nsg'o4'40'E o ~. ~ 690.82' 0 - 40' WIDE EASEMENT 'A' I , (0.634 ACRES) 34k .35 ] ~ 35 ~36 SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EASEMENT "A" '~ro~: SCRWTP REVERSE O~MOSIS EXPANSION SDSK PROJECT: 0051800 COLLIER COUNTY, FLORIDA CAD FILE: 0051800. dwg NOTED: ORA~ BY: S.F.R.N. STAFF N.A. (~£CK£O BY:(3. RAYMAN Engin~m · Sureyore · Map~m LEGAL DESCRIPTION - ADDITIONAL PURCHASE "A" A PARCEL OF LAND 40.00 FEET WIDE BEING A PORTION OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: C~MMENCING AT THE OUARTER CORNER COMMON TO SECTIONS 34 AND .~5, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, RUN THENCE NOO'29'lS"W ALONG THE WEST LINE OF SAID SECTION .35 A DISTANCE OF 1382.45 FEET TO A POINT ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1 AS SHOWN ON THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY MAP FOR STATE ROAD 9.3 (I-75) SHEET 8 OF 10; THENCE ALONG THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1, N 89'31'01"E A DISTANCE OF 100.00 FEET TO A · POINT ON THE EASTERLY RIGHT-OF-WAY LINE OF A CANAL, SAID POINT ALSO BEING ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID EASTERLY RIGHT-OF-WAY LINE OF SAID CANAL S00'29'15"E A DISTANCE OF 50.00 FEET TO THE SOUTHWEST (NW) CORNER OF SAID OF THE PROPOSED ACCESS ROAD RIGHT-OF-WAY TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG THE SOUTHERLY LINE OF SAID ACCESS ROAD RIGHT-OF-WAY N89'31'Ol"E A DISTANCE OF 454.28 FEET TO THE INTERSECTION OF SAID NORTHERLY LINE WITH THE WESTERLY BOUNDARY LINE OF THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID WESTERLY BOUNDARY LINE S00'47'14"W A DISTANCE OF 655.80 FEET TO THE SOUTHWEST CORNER OF SAID WATER TREATMENT PLANT PARCEL AND POINT OF BEGINNING OF THE HEREIN DESCRIBED PARCEL. THENCE LEAVING THE BOUNDARY OF SAID WATER TREATMENT PLANT PARCEL RUN S00'47'14"W A DISTANCE OF 40.02 FEET; THENCE N89'O4'40"E ALONG A LINE 40.00 FEET SOUTHERLY OF AND PARALLEL WITH THE SOUTH LINE OF SAID WATER TREATMENT PLANT PARCEL A DISTANCE OF 690.82 FEET; THENCE NOO'47'I4"E A DISTANCE OF 40.02 FEET TO THE SOUTHEAST CORNER OF SAID WATER TREATMENT PLANT PARCEL; THENCE S89'04'40"W ALONG THE SOUTHERLY BOUNDARY LINE OF SAID WATER TREATMENT PLANT PARCEL A DISTANCE OF 690.82 FEET TO THE POINT OF BEGINNING. SAID HEREIN DESCRIBED PARCEL CONTAINING 0.6.34 ACRES MORE OR LESS. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EASEMENT "A" -Fo.: SCRWTP REVERSE OSMOSIS EXPANSION SDSK PROJECT: 0051800 COLUER COUNTY, FLORIDA CAD F LE: 0051800. dw9 NOTED: N.A. D~ BY: S.F.R.N. STAFF CHECKED BY: O. RAYMAN Engineers.,Surveyors. Mappers ,me ,~ o^'r[: 07/20/2000 ,~, ~(L',~X~ m*A mS, ,W..u ~.,~.~ ~ ~ FLORIDA R.L.S~. 005~.00 TOt~msHIP 49 SOUlH, ~ RANGE 26 EAST. ~ il~ SECTION CORNER f I OUART R sEc.oN CORNER / C~ER C~N~, ~DA m L~A~ ~ 27 26 26 26 25 34 35 ~ ~ ~ 50.00' ~ ~EA~ENT I OF WA~R~ ~ PARCEL ~ TREA~ENT ~ ~ ~ I PARCEL ~ m ~ POB ~ .... S8g'O4'40'W ~ o . ~ ~ 6~~ ~ m ~ ~ ~ N89~40FE ~ o ~ ~ o 690~ ~ I z o 60' ~DE EASEUENT (0.gs~ ACRES) 34~35 ~ -- -- ~ ~ 35i 36 SKETCH OF DESCRIPTION (THIS IS NOT A SURLY) EASEMENT "B~ ~fo~: SCR~ RE~RSE OSMOSIS EXPANSION SDSK PEOJECT: 005~800 COLLIER COUNt, ~ORIDA CAD FILE: O05~800.dwg D~A~ BY: S.F.R.N. STAFF N.A. ~ECKEO aY: G. RAYMAN D,~: 07/20/2000 '= =~.~,~,~ ~.~ 16E LEGAL DESCRiPTiON - ACCESS EASEMENT "19" A PARCEL OF LAND 60.00 FEET WIDE 19E~NG A PORTION OF SECTION ,~5, TO~VNSH~P 49 SOUTH, RANGE 96 EAST, COLLIER COUNTY, FLORIDA. I~E~NG MORE PARTICULARLY DESCR~19ED AS FOLLO~NS: COMMENCING AT THE OUARTER CORNER COMMON TO SECTIONS 34 AND 3§, TOWNSHIP 49 SOUTH, RANGE ?6 EAST, COLLIER COUNTY, FLORIDA, RUN THENCE NOO'29'lS"W ALONG THE WEST LINE OF SAID SECTION 55 A DISTANCE OF 12582.4.~ FEET TO A POINT ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1 AS SHOWN ON THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY MAP FOR STATE ROAD 925 (I-7.5) SHEET 8 OF 10; THENCE ALONG THE CENTERUNE OF THE PROPOSED ACCESS ROAD NO. 1, N 89'51'01"E A D~STANCE OF 100.00 FEET TO A -POINT ON THE EASTERLY RIGHT-OF-WAY LINE OF A CANAL, SA~D POINT ALSO ~E~NG ON THE CENTERUNE OF THE PROPOSED ACCESS ROAD TO THE ~ATER TREATMENT PLANT PARCEL; THENCE ALONG SA~D EASTERLY R~GHT-OF-~AY L~NE OF SA~D CANAL, SO0'~9'l~"E A D~STANCE OF ~0.00 FEET TO THE SOUndEST (N~) CORNER OF SA~D OF THE PROPOSED ACCESS ROAD R~GHT-OF-~AY TO THE ~ATER TREATMENT PLANT PARCEL; THENCE ALONG THE SOUTHERLY UNE OF SA~D ACCESS ROAD R~GHT-OF-~AY N89'~l'O~"E A D~STANCE OF 454.28 FEET TO THE ~NTERSECT~ON OF ~A~D NORTHERLY L~NE ~TH THE ~ESTERLY BOUNDARY UNE OF THE ~ATER TREATMENT PLANT PARCEL; THENCE ALON~ SA~D ~STERLY BOUNDARY L~NE S00'47'~4"~ A D~STANCE OF 693.8~ FEET TO THE POINT OF BEGiNNiNG OF THE HEREIN DESCRIBED PARCEL. THENCE RUN S00'47'~4"~ A D~STANCE OF 60.02 FEET; THENCE N89'O4'40"E ALONG A UNE ~00.00 FEET SOUTHERLY OF AND PARALLEL ~TH THE SOUTH UNE OF SA~D ~ATER TREATMENT PLANT PARCEL A D~STANCE OF ~90.8~ FEET; THENCE NOO'47'~4"E A D~STANCE OF 60.02 FEET ; THENCE S89'04'40"~ ALONG A D~STANCE OF FEET TO THE POINT OF BEGiNNiNG. SAID HEREIN DESCRI19ED PARCEL CONTAINING 0.951 ACRES MORE OR LESS. SKETCH OF DESCRIPTION (THIS IS NOT A SURLY) EASEMENT "B" ~F~: SCR~ RE~RSE OSMOSIS EXPANSION SDSK PROJECT: 0051800 COLUER COUNt, ~ORIDA CAD FILE: O051800. dwg ~SCALE: NOTED: ~ ORA~ BY: S.F,R.N. STAFF ~ECKED BY: G. RAYMAN E~in~m · Su~ · o / o/ ooo L FSEC~ON 35./...~LEGEND TO~4~ISHIP 49 SOU'IH, RANGE 26 EAST. ~,l~m+z SECTION CORNER / // QUARTER SECTION CORNER R.O.W. RIGHT-OF-WAY L. COUJER COUNTY, FLORIDA ) 27 26 oo. N89'11'12"E ~ 1920.65' 26 o 34 135 I SKETCH IFOR: ( 6E 4 GRAPHIC SCALE 100 150 200 SCALE: 1 "= 100' N89'lS'27"E 26 2641.68' ~ S89q1'12'W S89'15'27"W ~1901.19' 2641.08' z ,i89'31'01"E 456.51' ,!, N89'.:11'Ol'EACCESS J:~ ~ I:~ lOO.OO.RoAo .o. 1 ~<~ OF DESCRIPTION (THIS IS NOT A SURVEY) UTILITY EASEMENT "C" SCRWTP REVERSE OSMOSIS EXPANSION SDSK PROJECT: COLLIER COUNTY, FLORIDA 35 1 36 I 0051800' CAD FILE: O051800.dwg Engineers. Suweyom. Mappe~ 16E 4 LEGAL DESCRIPTION - UTIUTY EASEMENT A PARCEL OF LAND 20.00 FEET WIDE BEING A PORTION OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE QUARTER CORNER COMMON TO SECTIONS 34 AND 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, RUN THENCE NOO'29'15"W ALONG THE WEST LINE OF SAID SECTION 35 A DISTANCE OF 1382.43 FEET TO A POINT ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1 AS SHOWN ON THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY MAP FOR STATE ROAD 95 (I-75) SHEET 8 OF 10; THENCE ALONG THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1, N 89'31'01"E A DISTANCE OF 100.00 FEET TO A POINT ON THE EASTERLY RIGHT-OF-WAY LINE OF A CANAL, SAID POINT ALSO BEING ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID EASTERLY RIGHT-OF-WAY LINE OF SAID CANAL NOO'29'15"W A DISTANCE OF 50.00 FEET TO THE NORTHWEST (NW) CORNER OF SAID PROPOSED ACCESS ROAD RIGHT-OF-WAY TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG THE NORTHERLY LINE OF SAID ACCESS ROAD RIGHT-OF-WAY N89'`31'Ol"E A DISTANCE OF 456.51 FEET TO THE INTERSECTION -OF SAID NORTHERLY LINE WITH THE WESTERLY BOUNDARY LINE OF THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID WESTERLY BOUNDARY LINE NOO'O4'14"E A DISTANCE OF 994.98 FEET TO A POINT ON THE WESTERLY LINE OF A 170 FOOT WIDE FLORIDA POWER AND LIGHT (FP&L) RIGHT-OF-WAY AS DESCRIBED IN OFFICIAL RECORDS BOOK 681, PAGE 1210 COLLIER COUNTY RECORDS; THENCE ALONG SAID WESTERLY FP&L RIGHT-OF-WAY LINE, N`31'50'28"E A DISTANCE OF 70.02 FEET; THENCE CONTINUING ALONG SAID WESTERLY FP&L RIGHT-OF-WAY LINE S58'50'03"E A DISTANCE OF 116.00 FEET TO THE POINT OF BEGINNING OF THE HEREIN DESCRIBED PARCEL. THENCE LEAVING THE BOUNDARY OF SAID WATER TREATMENT PLANT PARCEL RUN NOO'47'14"E A DISTANCE OF 271.36 FEET TO A POINT ON THE NORTH LINE OF THE NORTHWEST QUARTER (NW 1/4) OF SAID SECTION 35; THENCE N89'11'12"E ALONG ' SAID NORTH LINE A DISTANCE OF 1920.65 TO THE NORTH.QUARTER CORNER OF SAID SECTION `35; THENCE N89'15'27"E ALONG THE NORTH LINE OF THE NORTHEAST QUARTER (NE 1/4) OF SAID SECTION 55 A DISTANCE OF 2641.68 FEET TO THE NORTHEAST (NE) CORNER OF SAID SECTION 35;' ~HENCE ALONG THE EAST LINE OF SAID SECTION 35, S00'55'50"W A DISTANCE 20.01 FEET; THENCE S89'15'27"W ALONG A LINE 20.00 FEET SOUTHERLY OF AND PARALLEL WITH THE NORTH LINE OF THE NORTHEAST QUARTER (NE 1,/4) OF SAID SECTION 35' 'A DISTANCE OF 2641.08 FEET; THENCE S89'11'12"W ALONG A MNE SOUTHERLY OF AND PARALLEL WITH THE NORTH LINE OF THE NORTHWEST QOARTER (NW 1/4)A DISTANCE OF 1901.19 FEET; THENCE S00'47'14"W A DISTANCE OF 26.3.79 FEET TO A POINT ON THE NORTHERLY BOUNDARY LINE OF SAID WATER TREATMENT PLANT PARCEL; THENCE N58'30'O3"W A DISTANCE OF 23.26 FEET .TO THE POINT OF BEGINNING. SKETCH OF DESCRIPTION (THIS IS N(~T A SURVEY) UTILITY EASEMENT "C" SCRWTP REVERSE OSMOSIS EXPANSION SDSK PROJECT: 0051800 COLERR COUNTY, FLORIDA CAD FILE: O051800.dwg N.A. I~*~ BY: S.F.R.N. STAFF CHECKED BY: G. RAYMAN Engineers · Surveyors · Mappers 0 ~2°t ee.,,,~e~ re*o. M'~T p~u4 agm.~ ~Lme/, 334mFLORIDA R.L.S. O^~E: 07/20/200 ,~(~e~-.s~.~ (~,)m~-~o.ems,~cmv .~ RLS2633 TOM~IS}IIP 49 SOUTH, ,..,1~ RANGE 26 F'AffI'. ~ ,. COLUER COUNTY, FLORIDA 26 20.{ z ~ 189'31'01"E 456.§I' SECTION CORNER I QUARTER SECTION CORNER P.O.B. POINT OF BEGINNING R.O.W. RIGHT-OF-WAY GRAPHIC SCALE 0 100 150 200 Nsg'11'12"E SCALE: 1 "= 100' ? co N89'11 '12"E '*' ~o. o 4o.oo'-'xg ~ , 0.00 34 135 N89'31'01'E.~ ACCESS 100.00' ROAD NO. SKETCH OF DESCRIPTION ('THIS IS NbT A SURVEY) EASEMENT COLLIER COUNTY, FLORIDA NOTED: S.F.R.N. ST,a G. RAYMAN 07/20/2000 I SDSK PROJECT: CAD FILE: BOOK I 0051801 0051800. dwg 26 .: ~25 35 ~. :'36 r · LEGAL DESCRIPTION - ~I~LL SITE EASEMENT "D 1" I )E: A PARCEL OF LAND BEING A PORTION OF SECTION $5, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORtDA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE QUARTER CORNER COMMON TO SECTIONS .34 AND .3`5, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, RUN THENCE NOO'29'lS"W ALONG THE WEST LINE OF SAID SECTION .35 A DISTANCE OF 1`382.43 FEET TO A POINT ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. I AS SHOWN ON THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY MAP FOR STATE ROAD 9`3 (I-7,5) SHEET 8 OF 10; THENCE ALONG THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1, N 89'31'01"E A DISTANCE OF 100.00 FEET TO A POINT ON THE EASTERLY RIGHT-OF-WAY LINE OF A CANAL, SAID POINT ALSO BEING ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID EASTERLY RIGHT-OF-WAY LINE OF SAID CANAL NOO'29'15"W A DISTANCE OF 50.00 FEET TO THE NORTHWEST (NW) CORNER OF SAID PROPOSED ACCESS ROAD RIGHT-OF-WAY TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG THE NORTHERLY LINE OF SAID ACCESS ROAD RIGHT-OF-WAY N89'31'Ol"E A DISTANCE OF 456.51 FEET TO THE INTERSECTION OF SAID NORTHERLY LINE WITH THE WESTERLY BOUNDARY LINE OF THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID WESTERLY BOUNDARY LINE NOO'O4'I4"E A DISTANCE OF ~Jg4. g8 FEET TO A POINT ON THE WESTERLY LINE OF A 170 FOOT WIDE FLORIDA POWER AND LIGHT (FP&:L) RIGHT-OF-WAY AS DESCRIBED IN OFFICIAL RECORDS BOOK 681, PAGE 1210 COLLIER COUNTY RECORDS; THENCE ALONG SAID WESTERLY FP&:L RIGHT-OF-WAY ,LINE, N31°50'28"E A DISTANCE OF 70.02 FEET; THENCE CONTINUING ALONG SAID WESTERLY FP&L RIGHT-OF-WAY LINE, A DISTANCE OF 116.00 FEET; THENCE LEAVING THE BOUNDARY OF SAID WATER TREATMENT PLANT PARCEL RUN NOO'47'14"E A DISTANCE OF 271..36 FEET TO A POINT ON THE NORTH LINE OF THE NORTHWEST OUARTER (NW1/4) OF SAID SECTION .3`5; THENCE N89'11'12"E ALONG SAID NORTH LINE A DISTANCE OF 1515.00 FEET TO THE POINT OF BEGINNING. THENCE CONTINUE ALONG THE NORTH LINE OF THE NORTHWEST QUARTER (NWl/4) SAID SECTION 3,5, N89'11'12"E A DISTANCE 40.00 FEET; THENCE SO0'4B'4B"E AT RIGHT ANGLES TO THE NORTH LINE OF THE NORTHWEST QUARTER (NWl/4) OF SAID SECTION .3`5 A DISTANCE OF 40.00 FEET; THENCE S89'11'12"W PARALLEL WITH SAID NORTH LINE A DISTANCE OF 40.00 FEET; THENCE NOO'48'48"W A DISTANCE OF 40.00 FEET TO THE POINT OF BEGINNING. SKETCH OF DESCRIPTION (THIS IS N~T A SURVEY) EASEMENT "D 1" SCRWTP REVERSE OSMOSIS EXPANSION SDSK PROJECT: 00`51800 COLLIER COUNTY, FLORIDA CAD FILE: O051800,dwg SCAU:: NOTED: .oo N* S"EE'r2///2 N.A. ~AWN ~Y: S.F.R.N. STAFF CHECKED BY: G. RAYMAN Engineers. Surveyors. Mappem ,~e m DATE: 07/20/2000 ,= a~v~e~ ~ ~s~.~J a~ ~ ~4~ FLOI~IOA R.LS. · ~ (.~-.~, *r~ (~-~o. ~,.~s..mccm ~i RLS2633 ' .... , '~, · QUARI~R SECllON CORNER ~ P,O. EI. POINT OF BEQNNING r.o.w. RIDHT-OF-WAyGRAPHIC SCALE ~~ o too ~5o 2~ . COUJER COUNTY, FLORIDA SCALE: 1 "= 100' LiJ COLDEN GATE CANAL c5 N89q1'12'E - ~ c~ 40.00' d 26 20., ~ N89'11'12"E 1555.00' ~ ~o ,.u 26 o 0 z ,S',~,.,. .Oo, · ~. ACCESS 100.00' ROAD NO. I 26 100.00' .34 135 ' I SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EASEMENT COLLIERCOUNTY,FLORIDA NOTED: S.F.R.N. STAFF G. RAYMAN 07/25/2000 Engineers. Surveyors o Mapperu I I I SDSK PROJECT: 0051800 CAD FILE: O051800. dwg BOOK A PARCEL OF LAND WIDE BEING A PORTION OF THE OF SECTION .35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE QUARTER CORNER COMMON TO SECTIONS .34 AND 435, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, RUN THENCE NOO'29'15"W ALONG THE WEST LINE OF SAID SECTION 35 A DISTANCE OF 1.382.4.3 FEET TO A POINT ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1 AS SHOWN ON THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY MAP FOR STATE ROAD 9.3 (I-75) SHEET § OF 10; THENCE ALONG THE CENTERLINE OF THE PI~OPOSED ACCESS ROAD NO. 1, N 89'31'01"E A DISTANCE OF 100.00 FEET TO A POINT ON THE EASTERLY RIGHT-OF-WAY LINE OF A CANAL, SAID POINT ALSO BEING ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID EASTERLY RIGHT-OF-WAY LINE OF SAID CANAL NOO'29'lS"W A DISTANCE OF 50.00 FEET TO THE NORTHWEST (NW) CORNER OF SAID PROPOSED ACCESS ROAD RIGHT-OF-WAY TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG THE NORTHERLY LINE OF SAID ACCESS ROAD RIGHT-OF-WAY NBg'31'Ol"E A DISTANCE OF 456.51 FEET TO THE INTERSECTION OF SAID NORTHERLY LINE WITH THE WESTERLY BOUNDARY LINE OF THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID WESTERLY BOUNDARY LINE NOO'O4'14"E A DISTANCE OF 994.98 FEET TO A POINT ON THE WESTERLY LINE OF A 170 FOOT WIDE FLORIDA POWER AND LIGHT (FP&L) RIGHT-OF-WAY AS DESCRIBED IN OFFICIAL RECORDS BOOK 681, PAGE 1210 COLLIER COUNTY RECORDS; THENCE ALONG SAID WESTERLY FP&L RIGHT-OF-WAY I,.INE, N31'30'28"E A DISTANCE OF 70,02 FEET; THENCE CONTINUING ALONG SAiD WESTERLY FP&L RIGHT-OF-WAY LINE S58'50'05"E A DISTANCE OF 116.00 FEET; THENCE LEA. VINO THE BOUNDARY OF SAID WATER TREATMENT PLANT PARCEL RUN NOO'47'14"E A DISTANCE OF 271..36 FEET TO A POINT ON THE NORTH LINE OF THE NORTHWEST QUARTER (NW ~) OF SAID SECTION 35; THENCE N89'II'12"E ALONG SAID NORTH LINE A DISTANCE OF 1555.00 FEET; THENCE S00'48'40"E A DISTANCE OF 60.00 FEET TO THE POINT OF BEGINNING. THENCE CONTINUE S00'48'48"E AT RIGHT ANGLES TO SAID NORTH LINE A DISTANCE OF 60.00 FEET; THENCE S89'11'12"W PARALLEL WITH THE NORTH LINE OF THE NORTHWEST QUARTER (NW1/4) OF SAID SECTION ,35 A DISTANCE OF 100.00 FEET; THENCE NOO'48'48"W A DISTANCE OF 100,00 FEET; THENCE N89'll'12"E PARALLEL WITH THE NORTH LINE OF SAID SECTION 13 A DISTANCE OF 60.00 FEET; THENCE S00'48'48"E A DISTANCE OF 40.00 FEET; THENCE N89'll'12"E A DISTANCE OF 40.00 FEET TO THE POINT OF BEGINNING. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EASEMENT SCRWTP REVERSE OSMOSIS EXPANSION COLUER COUNTY. FLORIDA "D 2" SDSK PROJECT: 0051800 CAD FILE: 0051800.dw9 iI~ SECTION CORNER 4 I OUARTER SECTION CORNER P,O.B, POINT OF BEGINNING R.O.W. RIGHT-OF-WAY o (~R C SCAL~ 100 150200 SCALE: 1 "=100' 27 ~ N89q5'27"E 26 20,~ z 189'51'0' 456.51' 40.~ N89'11'12"E 1920.65' N89'15'27"E 1149.35' 35 27"W o - on~ z , P~ ACCESS 100.00' ROAD NO. 34 135 35 .36 SKETCH OF DESCRIPTION (THIS IS NOT A SURVEy) EASEMENT "E 1" COLU~R~ SDSK PROJECT: 0051~ CAD FILE: O051800. dwg NOTED: S.F,R.N. STAFF G. RAYMAN 07/20/2000 005~.00 LEGAL DESCRIPTION - WELL SITE EASEMENT "E 1" I6E 4 A PARCEL OF LAND BEING A PORTION OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE QUARTER CORNER COMMON TO SECTIONS .34 AND 55, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, RUN THENCE NOO'2g'15"W ALONG THE WEST LINE OF SAID SECTION 35 A DISTANCE OF 1382.43 FEET TO A POINT ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1 AS SHOWN ON THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY MAP FOR STATE ROAD 93 0-75) SHEET 8 OF 10; THENCE ALONG THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1, N 89'31'01"E A DISTANCE OF 100.00 FEET TO A POINT ON THE EASTERLY RIGHT-OF-WAY LiNE OF A CANAL, SAID POINT ALSO BEING ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID EASTERLY RIGHT-OF-WAY LINE OF SAID CA. NAL NOO'29'lS"W A DISTANCE OF 50.00 FEET TO THE NORTHWEST (NW) CORNER OF SAID PROPOSED ACCESS ROAD RIGHT-OF-WAY TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG THE NORTHERLY LINE OF SAID ACCESS ROAD RIGHT-OF-WAY N89'31'O1"E A DISTANCE OF 456.51 FEET TO THE INTERSECTION OF SAID NORTHERLY LINE WITH THE WESTERLY BOUNDARY LINE OF THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID WESTERLY BOUNDARY LINE NOO'O4'14"E A DISTANCE OF 994.98 FEET TO A POINT ON THE WESTERLY LINE OF A 170 FOOT WIDE FLORIDA POWER AND LIGHT (FP&L) RIGHT-OF-WAY AS DESCRIBED IN OFFICIAL RECORDS BOOK 681, PAGE 1210 COLLIER COUNTY RECORDS; THENCE ALONG SAID WESTERLY FP&L RIGHT-OF-WAY LINE, N31'30'28"E A DISTANCE OF 70.02 FEET; THENCE CONTINUING ALONG SAID WESTERLY FP&L RIGHT-OF-WAY LINE S58'30'03"E A DISTANCE OF 116.00 FEET ; THENCE LEAVING THE BOUNDARY OF SAID WATER TREATMENT PLANT PARCEL RUN NOO'47'14"E A DISTANCE OF 271.36 FEET TO A POINT ON THE NORTH LINE OF THE NORTHWEST QUARTER (NW1/4) OF SAID SECTION 35; THENCE N89'11'12"E ALONG SAID NORTH LINE A DISTANCE OF 1920.65 FEET TO THE NORTH QUARTER CORNER OF SAID SECTION ,35; THENCE N89'15'27"E ALONG THE NORTH LINE OF THE NORTHEAST QUARTER OF SAID SECTION 35 A DISTANCE 1109.55 FEET TO THE POINT OF BEGINNING. THENCE CONTINUE ALONG THE NORTH LINE OF THE NORTHEAST QUARTER OF SAID SECTION 55, NB9'lS'27"E A DISTANCE 40.00 FEET; THENCE S00'44'33"E AT RIGHT ANGLES TO SAID NORTH LINE, A DISTANCE OF 40.00 FEET; THENCE S89'15'27"W PARALLEL WITH THE NORTH LINE OF THE NORTHEAST QUARTER OF SAID SECTION 35 A DISTANCE OF 40.00 FEET; THENCE NOO'44'33"W A DISTANCE OF 40.00 FEET TO THE POINT OF BEGINNING. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EASEMENT "E 1" .-to,: SCRWTP REVERSE OSMOSIS EXPANSION SDSK PROJECT: 0051800 COLLIER COUNTY. FLORIDA CAD FILE: O051800.dwg r$CAL£: NOTED: ~ ~FI£L~ I~00~< N~'S~£ET~//~ N.A. DRAWN Ry; S.F.R.N. STAFF CHrC~(E:D BY: G. RAYMAN ~ m Engineera · Sunmyors · Map~ ~ DATE: ~ ~e.,.~n~z ~o,o, ~:~' ~u,, ~*~. nine* .~e FLORIDA R.L.S. 005~.00 ~L , 07/20/2000 ~(~)a~-.~.r,~~]~-~-~*~=~=~ J RLS2633 T0t~SHIP 49 SOUTH, RANGE 26 EAST. COLLIER COUNTY, FLORIDA I QUAR~R SECD~ C~NER P.O.B. POINT OF BEGINNING R.O.W. RICH,-OF-WAY 0 GR HIC SCA~ lOO GOLDEN GATE CANAL 26 20.00' N8911'12"E Z 189'31'01'E 456.51' SCALE:1"=100' N89'15'27'E 40.00' N89q 5 27"E\ ~,.~-' 26 1149.35 ioo. oo' N89'31'01'"E ' lOO. OO' I I 34 135 I I SKETCH OF DESCRIPTION (THIS IS NOT A SURVEy) EASEMENT COLLIERCOUNTY,FLORIDA NOTED: S.F.R.N. STAFF O. RAYMAN Engineers. S~. Mam~m 07/20/2000 ;25 I SDSK PROJECT: 0051800 CAD FILE: O051800. dwg BOOK LEGAL DESCR)PTION- TEMPORARYCONSTRUCT)ON EASEMENT 'E2' 16E 4 A PARCEL OF LAND BE)NG A PORT)ON OF THE OF SECTION 3§, TOWNSH)P 4g SOUTH, RANGE 26 EAST, COLL)ER COUNTY, FLORIDA. BE)NG MORE PARTICULARLY DESCR)BED AS FOLLOWS: COMMENC)NG AT THE QUARII~R CORNER COMMON TO SECTIONS 34 AND `35, TOWItSHIP 4g SOUTH, RANGE 26 EAST, COLLIER COUNTY. FLORIDA. RUN THENCE NOO'2g'lS"W ALONG THE WEST L)NE OF SAID SECTION 35 A D~STANCE OF 1382.4`3 FEET TO A PO)NT ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO. 1 AS SHOWN ON THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION R~GHT-OF-WAY MAP FOR STATE ROAD 9.3 0-75) SHEET 8 OF 10; THENCE ALONG THE CENTERLINE OF THE PROPOSED ACCESS ROAD NO, 1, N 8g'31'O1"E A DISTANCE OF 100.00 FEET TO A POINT ON THE EASTERLY RIGHT-OF-WAY LINE OF A CANAL. SAID POINT ALSO BEING ON THE CENTERLINE OF THE PROPOSED ACCESS ROAD TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID EASTERLY RIGHT-OF-WAY LINE OF SAID CANAL NOO'29'lS"W A DISTANCE OF 50.00 FEET TO THE NORTHWEST (NW) CORNER OF SAID PROPOSED ACCESS ROAD RIGHT-OF-WAY TO THE WATER TREATMENT PLANT PARCEL; THENCE ALONG THE NORTHERLY LINE OF SAiD ACCESS ROAD RIGHT-OF-WAY NB9'`31'O1"E A DISTANCE OF 456.51 FEET TO THE INTERSECTION OF SAID NORTHERLY LINE WITH THE WESTERLY BOUNDARY LINE OF THE WATER TREATMENT PLANT PARCEL; THENCE ALONG SAID WESTERLY BOUNDARY LINE NOO'O4'14"E A DISTANCE OF g94. g8 FEET TO A POINT ON THE WESTERLY LINE OF A 170 FOOT WIDE FLORIDA POWER AND LIGHT (FP&L) RIGHT-OF-WAY AS DESCRIBED IN OFFICIAL RECORDS BOOK 681, PAGE 1210 COLLIER COUNTY RECORDS; THENCE ALONG SAID WESTERLY FP&L RIGHT-OF-WAY LINE, N31'30'28"E A DISTANCE OF 70.02 FEET; THENCE CONTINUING ALONG SAID WESTERLY FP&L RIGHT-OF-WAY LINE S58'30'03"E A DISTANCE OF 116.00 FEET; THENCE LEAVING THE BOUNDARY OF SAiD WATER TREATMENT PLANT PARCEL RUN NOO'47'14"E A DISTANCE OF 271.36 FEET TO A POINT ON THE NORTH LINE OF THE NORTHWEST QUARTER OF SAID SECTION 35; THENCE N§g'11'12"E ALONG SAID NORTH LINE A DISTANCE OF 1920.65 FEET TO THE NORTH QUARTER CORNER OF SAID SECTION .35; THENCE N89'15'27"W ALONG THE NORTH LINE OF THE NORTHEAST QUARTER OF SAID SECTION `35 A DISTANCE OF 1149.55 FEET; THENCE S00'44'43"E A DISTANCE OF 60.00 FEET TO THE POINT OF BEGINNING. THENCE CONTINUE S00'44'`33"E AT~RIGHT ANGLES TO SAID NORTH LINE A DISTANCE OF 60.00 FEET; THENCE N89~I5'27"E PARALLEL WITH THE NORTH LINE OF THE NORTHEAST QUARTER (NE 1/4) OF SAID SECTION .35 A DISTANCE OF 100.00 FEET; THENCE NOO'44'`3.~"W A DISTANCE OF 100.00 FEET; THENCE NB9'15'27"E PARALLEL WITH SAID NORTH LINE A DISTANCE OF 60.00 FEET; THENCE S00'44'5`3"E A DISTANCE OF 40.00 FEET; TI~ENCE NB9'I5'27"E A DISTANCE OF 40.00 FEET TO THE POINT OF BEGINNING. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EASEMENT SCRWTP REVERSE OSMOSIS EXPANSION COLLIER COUNTY. FLORIDA "E 2" SDSK PROJECT: 0051800 CAD FILE: O051800. dwg I TOWNSHIP 49 SOU'IH, ~,~ : RANGE :26 EAST. ~ ~ SECTION CORNER if ! Q.,,RTE, SECTION P.O.B. POINT OF BEGINNING NOT TO SCALE ~ COUNTY. ~DA ~A~ ~ 26~5 27 26 ~4~ 35 ~ soo~'~5'~ U~LI~ EASEMENT ~ 9 50.00' P.O.B. ~4'50'52"E ~ I ~ WA~R ~EA~ENT PARCEL 3~'~ ~35~ 36 I SKETCH Off DESCRIPTION (THIS IS NOT A SURLY) UTILITY EASEMENT "F" [¢~= SCR~ RE~RSE OSMOSIS EXPANSION SDS~ P~OJECT: 005~800 C~ER C~N~, ~IDA CAD F~LE: O05~800A.dwg SC~E: NOTED: ~ 'n~LO "0~ NO I~T~ ~E~ED BY: G. RAMAN m (~nm,r~ ~*~ .~ RLS2655 LEGAL DESCRIPTION - UTILITY EASEUENT "F" A parcel of land 20.00 feet wide being o portion of Section 35, Township 49 South, Ronge 26 East, Collier County, Florida, Being more porticuloHy described os follows: Commencing at the Ouorter Corner common to Sections 34 and 55, Township 49 South, Ronge 26 East, Collier County, Florida, run thence N00'29'lS"W along the West line of said Section ..t5 o distance of 1382.43 feet to o point on the centerline of the proposed Access Rood No. 1 os shown on the State of Florida Deportment of Transportation Right-of-Way map for State Rood 93 0-75) sheet 8 of 10; thence along the centerline of the proposed Access Rood No. 1, N ... 89'$1'01'E a distance of 100.00 feet to a point on the Easterly Right-of-Way line of a canal, said point also being on the centerline of the proposed access rood to the Water Treatment Plant Parcel; thence along said Easterly Right-of-Way line of said canal S00'29'15"E o distance of 50.00 feet to the Southwest (NW) corner of said of the proposed access road Right-.of-Way to the Water Treatment Plod Parcel and POINT OF BEGINNING. Thence dang the Southerly line of said access road Right-of-way NBg'31'01"E o distance of 344.26 feet; thence S¢4'50'52"E a distance of 27.98 feet; thence S8§°31'01"W along o line 20.00 feet Southerly of and parallel with the Southerly line of said access rood o distance of 363.82 feet; thence N00'29'IS"W along the Easterly Right-of-Way line of o canal to o distance of 20.00 feet to the POINT OF BEGINNING. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) UTILITY EASEMENT "F" 'FOe: SCRViFI'P REVERSE OSMOSIS EXPANSION SDSKPROJECT: 0051800 COLLIER COUNI ', FLORIDA CADFILE: OO518OOA.dwg ~sEc]]o~ 35,.,-.~ LEGEND TO.SHIP 49 SOUTH, ~.,~,' I RANGE 26 EAST. ,f,~ ~ ~1~ SECTION CORNER P.O.B,POINT OF BEGINNING R.O.W.RIGHT-OF-WAY 0 4 GRAPHIC SCALE 100 150 200 SCALE: 1"=100' 26 A porce~ of Ired 20.00 feet wide being a porfic~ of Section 35, Township 49 South, Ronge 26 East. C~in~ County, Rotida. Bein~*mo~e particularly described as follows: Commencing at the Oua~ter Co~ner cammen to Sections 34 and 35, Township 49 ~outh, Range 26 E~st, Cellie~ County, Florido. run thence NBg'oo'O1'E oloug the South line of the Northwest Oum'tef (NWI/4) of said Section 35 o distance of 303.79 feet to a point on the Northerly line of o landfill ecce~ rood end POINT OF BE~NNING, Run thence oloucj said n(xthed¥ line N43'47'54'W a distance of 91.23 feet; 'thence N46'12"O6"E a distance of 20.00 feet; thence S4.3'47'54'E oleng the centerline of said lendffil access rood o distance 10g.75 feet; thence sBg'oo'Ol'W oloug the South line of the Northwest quarter of said Section 35 o distance of 27.26 feet POINT OF BEGINNING 26 .26 ~ .~ ~35 35'~ ,25 ~36 UTILITY EASEMENT N46'12'~)6"E 34 35 '~O ~~. P.O.B. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EASEMENT 35 t 36 SCRWTP REVERSE OSMOSIS EXPANSIONSDSK PROJECT: 0051800' COLLIER COUNTY, FLORIDA CAD FILE: 0051800B.dwg Engineers · 8uweyora · Mappe~ 'SECTION 35. LEGEND RANGE 26 EAST.~,~ P.0.B. P~NT 0F BEGINNING NOT T0 SCALE · COLLIER COUNTY, FLORIDA LCX~ATION ~ S00'29'1 $"E 50.00' P.O.B. II"E 110.0: &: UTILITY EASEMENT 2.449 ACRES WATER TREATMENT PARCEL ~,~ LINEOFWATER TREATMENT PARCEL S89'00'01 "W I 80.04' ,.26 SKETCHOF DESCRIPTION (THIS IS NOT A SURVEY) ACCESS&:UTILITYEASEMENT SCRWTP REVERSE OSMOSIS EXPANSION COM.IER COUNTY, FLORIDA 26 ,25 35% '36 35 t 36 I LEGAL DESCRIPTION -ACCESS AND UTiLiTY EASEMENT A parcel of land being a portion of Section 35, Township 49 South, Range 26 East, Collier County, Florida. Being more particularly described as follows: Commencing at the Quarter Corner common to Sections .34 and 35, Township 49 South, Ronge 26 East, Collier County, Florida], run thence NOO'29'15'W along the West line of said Section .35 a distance of 1382,43 feet to o point on the centerline of the proposed Access Rood No, 1 as shown on the St<3te of FIoridn Deportment of Transportation Right-of-Way mop for State Rood 95 0-75) sheet 8 of t0; thence along the centerline of the proposed Access Rood No, 1, N 89'3t'Ot"E a distance of 100.00 feet to a point on the Easterly Right-of-Way line of a canal, said point also being on the centerline of the proposed access road to the Water Treatment Plant P(3rcel; thence (]long said Easterly Right-of-Way line of said canal S00'29'15'E a distance of 50.00 feet to the Southwest (NW) corner of said of the proposed access rood Right-of-Way to the Water Treatment Pient Parcel; thence along the Southerly line of said access rood Right-of-w(~y NB9'31'01"E e distance of 544,26 feet to the POINT OF BEGINNING of the herein described parcel. Continue thence N89'31'0~"E o distance of li0.03 feet to o point on the Westerly line of the W(3ter Treatment Plant Parcel thence S00'47'14"W along said Westerly line 1328.03 feet; thence S89'00'01"W (]long the South line of the Northwest Ouorter (NW 1/4) of said Section 55 a distance of B0.04 feet; thence NO0'47'14"E along o line 80,00 feet Westerly of and parallel with the West line of said Water Treatment Plant Parcel o distance of t298,74 feet; thence N44'50'52'W a distance of 41.96 feet to the POINT OF BEGINNING. Said herein described parcel containing 2.449 ocres more or less. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) ACCESS &: UTILITY EASEMENT "H" ro.:SCRWTP REVERSE OSMOSIS EXPANSIONSDSK PROJECT: 0051800 COLLIER COUNTY, FLORIDA CAD FILE: OO518OOA.dwg SECTION ;35, L. TOWNSHIP 49 SOUTH, ..~ RANGE 26 EAST. .{~ , COLUER COUNTY, FLORIDA 27 '"' 16E 1~4S£CTION CORNER I 0UARTER SECTION CORNER ~ P.O.B.POINT OF BEGINNING R.O.W.RIONT-OF-WAY · BREAK POINT NOT TO SCALE ~l ~'1 !~ / 2.226 : lF R=558.00'/ t t / L=190.~ L:240.5a' ~ ~ ~ ~43'47'54"E · N45'47'54*W 91.23' .26 2 ,35 35 SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EXCHANGE EASEMENT 16E LEGAL DESCRIPTION - EXCHANGE PARCEL A parcel of land being o portion the 70.00 foot wide landfill rood lying in Section ,35, Township 49 South, Range 26 East, Collier County, Florida. Said parcel of land being more particularly described os follows: Commencing at the Quarter Corner common to Sections ,34 and ,35, Township 49 South, Ronge 26 East, Collier County, Rorido, run thence N00'29'lS'W along the West line of said Section 35 a distance of 1`382.45 feet to o point on the centerline of the proposed Access Rood No. 1 as shown on the State of Florida Deportment of Transportation Right-of-Way mop for State Rood 95 0-75) sheet 8 of 10; thence along the centerline of the proposed Access Rood No. 1, N 89'51'01'E a distance of 100.00 feet to o point on the Easterly Right-of-Way line of a canal, said point also being on the centerline of the proposed access road to the Water Treatment Plant Parcel; thence along said Easterly Right-of-way Fine of said canal 500'29'15"E a distance of 50.00 feet to the Southwest (SW) corner of o proposed 100.00 foot wide access road, and P0~NT OF BEGINNING. thence along the Southerly line of said proposed access road N89'`31'01"E a distance of 70.16 feet; thence S04'21'08'E o distance of 293.15 feet; lhence S02'46'25"E o distance of 751.56 feet to the point of curvature of a curve concave to the Northeast having o radius of 266.00 feet; thence Southeasterly ~ong the arc of said curve through a central angle of 41'01'29" o distance of 190,46 feet to the point of tongenc~ thence S43'47'54"E o distance of 156.05 feet to o point on the South line of the Northwest Quarter (NWl/4) of said Section 35; thence S89'00'01"W along said south line a distance of 95.40 feet; thence N4,3'¢7'54"W o distance of 91.2,3 feet; to the point of curvature of o curve concave to the Northeast hovfng a radius of 336.00 feet; thence Northwesterly along the arc of said curve through o central angle of 41'01'29" a distance' of 240.58 feet to the point of rangeriGS thence N02'46'25"W a distance of 750.60 feet; thence N0¢~l'08"W a distance of 296.92 feet to the POINT OF BEGINNING. Said herein described parcel containing 2.226 acres more or less. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) EXCHANGE EASEMENT i' OR: SCRWTP REVERSE OSMOSIS EXPANSION SDSK PROJECT: 0051800' COLLIER COUNTY, FLORIDA CAD FILE: OO518OOA.dwg N.A. OeAV~ eY: S.F.R.N. STAFF CM£CI(EO eY: G. RAYM AN Engineers · Surveyors · Mappers OA~ 07/25/2000 ,,o,,,,,.0,.,.,~,~,,~..~,~,..0.,0~:0~.~L~ HOLE, MONTES & ASSOCIATES, INC. ENGINEERS PLANNERS SURVEYORS Preserving and enhancing Florida~ quafity of life since 1966 HMA PROJECT #1998147 2/16100 REF. DWG #B-2832 PROPERTY DESCRIPTION A PARCEL OF LAND LOCATED IN THE NORTHWEST QUARTER OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCE AT THE SOUTHWEST CORNER OF THE NORTHWEST QUARTER OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA; THENCE RUN N.00°29'15"W., ALONG THE WEST LiNE OF THE NORTHWEST QUARTER OF SAID SECTION 35, FOR A DISTANCE OF 1382.43 FEET; THENCE RUN N.89°31'01"E. FOR A DISTANCE OF 100.00 FEET TO A POINT 100.00 FEET EASTERLY OF, AS MEASURED AT RIGHT ANGLES TO, THE WEST LINE OF THE NORTHWEST QUARTER OF SAID SECTION 35; THENCE RUN N.00°29'15"W., PARALLEL WITH THE WEST LINE OF THE NORTHWEST QUARTER OF SAID SECTION 35, FOR A DISTANCE OF 50.00 FEET TO THE POINT OF BEGINNING OF THE PARCEL OF LAND HEREIN DESCRIBED; THENCE RUN N.89°31'O1"E. FOR A DISTANCE OF 456.51 FEET; THENCE RUN S.00°47'14"W. FOR A DISTANCE OF 10000 FEET; THENCE RUN S.89°31'01"W. FOR A DISTANCE OF 454.11 FEET TO A POINT ON THE WESTERLY RIGHT-OF-WAY LINE OF ACCESS ROAD NO. 1, THE SAME BEING A POINT ON THE EASTERLY LIMITED ACCESS RIGHT-OF-WAY LINE OF 1-75 (FLORIDA STATE ROAD NO. 93) AS THE SAME IS SHOWN ON THE FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY MAP FOR STATE ROAD NO. 93 (I-75), COLLIER COUNTY, SECTION 03175-2409, SHEET 8 OF 10; THENCE RUN N04°21'08"W., ALONG SAID LIMITED ACCESS RIGHT-OF-WAY LINE, FOR A DISTANCE OF 2.66 FEET TO A POINT 100.00 FEET EASTERLY OF, AS MEASURED AT RIGHT ANGLES TO, THE WEST LINE OF THE NORTHWEST QUARTER OF SAID SECTION 35; THENCE RUN N.00°29'15"W., PARALLEL WITH THE WEST LINE OF THE NORTHWEST QUARTER OF SAID SECTION 35, FOR A DISTANCE OF 97.34 FEET TO THE POINT OF BEGINNING; CONTAINING 1.045 ACRES, MORE OR LESS. THIS PROPERTY IS SUBJECT TO EASEMENTS, RESERVATIONS OR RESTRICTIONS OF RECORD. BEARINGS REFER TO THE WEST LINE OF THE NORTHWEST QUARTER OF SECTION 35, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, AS BEING N.O0°29'15"VV. HOLE, MONTES & ASSOCIATES, iNC. CERTIFICATE OF AUTHORIZATION LB #1772 P.L.S. # 3741 STATE OF FLORIDA 1GE 19_.~-,~_Z_' _ _ I s o~'~'? ~ ~,oo' ~ST LINE COLLIER COUNTY WATER TREaTmENT PLANT ~ / ~ P.O.B. POINT OF BEGINNING 27~ 26 ~26 54 55 I I WA~R ~EA~ENT PARCEL I SKETCH OF DESCRIPTION (THIS IS NOT A SURLY) U~LI~ EASEMENT "K" ~F~:SCR~ RE~RSE OSMOSIS EXPANSIONSDSK PROJECT: 0051800~ CO~ER COUNW, ~ORIDA CAD FILE: O05~800B.dwg) N.A. D~A~ SY: S.F.R.N. STAFF C~ECzED ~Y: G. RAMAN OA~: 07/20/2000 ~A e.L.S. ~.~ 16E LEGAL D£SCR~PIION - UllUT¥ EASEMENT "K" A PARCEL OF LAND BEING A PORT~ON OF SECTION 55, TOWNSHIP 49 ~. SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA. BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE QUARTER CORNER COMMON TO SECTIONS $4 AND 55, TOWNSHIP 49 SOUTH, RANGE 26 EAST, COLLIER COUNTY, FLORIDA, RUN THENCE N89'Ol'Ol"E ALONG THE SOUTH UNE OF THE NORTHWEST QUARTER (NW1/4) OF SAID SECTION 35 A D~STANCE OF 399.19 FEET TO A POINT ON THE SOUTHERLY LINE OF A LANDFILL ACCESS ROAD AND POINT OF BEGiNNiNG. RUN THENCE ALONG SAID SOUTHERLY L~NE S45'47'54"E A D~STANCE OF 510.04 FEET TO A POINT ON A CURVE CONCAVE TO THE NORTHEAST HAVING A RADIUS OF -]20.14 FEET AND WHOSE CENTER BEARS N4:6'12'O6"E; THENCE NORTHWESTERLY ALONG THE ARC OF SAID CURVE THROUGH A CENTRAL ANGLE OF 44'55'08" A DISTANCE OF 249.12 FEET; THENCE S89'00'01"W ALONG THE SOUTH LINE OF THE NORTHWEST QUARTER OF SAID SECTION 55 A DISTANCE OF 125.57 FEET POINT OF BEGINNING. SKETCH OF DESCRIPTION (THIS IS NOT A SURVEY) UTILITY EASEMENT "K" FFOR: SCRWTP REVERSE OSMOSIS EXPANSION SDSK PROJECT: 0051800 COLUER COUNTY, FLORIDA CAD FILE: O051800B.dwg NOTED: N.A. DR,~WN BY: S.F,R.N. STAFF C~ECK£D BY: G. RAYMAN Engilleer~,~ulveyOili~eM!lpper~ ~ ~* DATE: 07/20/2000 ,m ~o,,,~m~ ~ ~ #AL~ m m,011~ ~ FLORIDA R.L$~. 00~.00 16E8 AGREEMENT THIS AGREEMENT, made and entered into on this 26th day of September, 2000, by and between Willis of Tennessee, Inc. dba Willis of Florida hereinafter called the "Contractor", and Collier County a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITNESSETH: COMMENCEMENT. This Agreement shall commence after receipt of the Notice to Proceed, in the form of a letter from the Contract Manager. The Contract shall be for a three (3) year period, commencing on October 1, 2000 and terminating on September 30, 2003. The County retains the right to renew this contract, with the consent of the vendor, under the same terms and conditions for two (2) additional one-year periods. 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 ninety (90) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. STATEMENT OF WORK: The Contractor shall furnish Group Benefits Insurance Consulting Services in accordance with the terms and conditions of RFP No. 00- 3108 and the Contractor's proposal hereto attached and made an integral part of this Agreement. Additional services, if required, shall be mutually agreed upon by the Contractor and the Risk Management Director or their designee in the form of a written change order e COMPENSATION: The County shall pay the Contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, together with the cost of any other charges/fees submitted in the proposal (Attachment A). Any county agency may purchase products and services under this Contract, provided sufficient funds are included in their budget(s). Payments shall be made to the Contractor not more frequently than once per month. Payment will be made upon receipt of a proper invoice and in compliance with Section 218.70 F.S. otherwise known as the "Florida Prompt Payment Act". NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: -1- 16E8 o Mr. Michael R. Meredith, Senior Vice-president 200 Mansell Court East, Suite 100 Roswell, GA 30076 77O/640-2940 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: Collier County Government Complex Purchasing Department 3301 East Tamiami Trail General Services Building Naples, Florida 34112 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 Service Agreement must be in writing. 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. 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. 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. 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 Contract of the Contractor. Should the -2- 16E8 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. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE: The Contractor shall provide insurance as follows: Commercial General Liability: Coverage shall have minimum limits of $500,000 Per~ Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. Business Auto Liability: Coverage shall have minimum limits of $0 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. Professional Liability: Coverage shall have minimum limits of $1,000,000 Per occurrence. The Consultant shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement and shall hold the county harmless against all claims arising from the negligent acts, errors, or omissions of consultant by third parties. Special Requirements: Collier County shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. -3- 16E8 Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Contractor shall endeavor to provide renewal certificates to the County 30 days prior to any expiration date, subject to insurance carrier conditions and conditions within the Contractors control. Contractor agrees to notify the County immediately in the event of cancellation, modification or non-renewal of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: The Contractor/Vendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorney's fees and all costs of litigation and judgments of any name and description arising out of the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named Contractor/Vendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The Contractor/Vendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the Contractor/Vendor's limit of, or lack or, sufficient insurance protection. The first one hundred dollars ($100.00) of money received on the contract price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. 12. THIS AGREEMENT shall be administered on behalf of the County by the Risk Management Department 13. COMPONENT PARTS OF THIS CONTRACT: This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, RFP No. 00-3108 "Group Benefits Insurance Consulting Services" specifications and attachments 14. 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. -4- 16E8 IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by a authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwight E. Brock, Clerk of Courts Dated: : -~,~..Z~<rrT~;:~/'- ~4,. ~o ea "~ ."~A~test as to rst Witn~ Dana Nagle Type/Print Witqes~me S.con .s Denise Taylor BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORID James D. ~er, Ph.D., Chairman Willis of Tennessee, Inc. dba Willis of Florida By: Signature James Dunn Typed Sinnature Chief Execd't~e Office¥ and President of the Florida Division of the Corporation Title Type/Print Witness Name CORPORATE SEAL (Corporations Only) Approved as to form and Assistant County Attorney Aftached -5- 16E8 CERTIFICATE OF THE SECRETARY OF WILLIS OF TENNESSEE, INC. I, Holly Gay Young, hereby do certify that I am the duly appoimed and qualified Secretary and the keeper of the records and corporate seal of Willis of Tennessee, Inc. (the "Corporation"), a corporation organized and existing under the laws of the State of Tennessee, and that James Dunn, Chief Executive Officer and President of the Florida Division of the Corporation, is authorized to execute agreements on behalf of the Corporation. IN WITNESS WHEREOF, I have affixed my name as Secretary and have caused c~1of said Corporation to be hereunder affixed, this 2® day of January 2001. Holly Ga~.jY~ g e~ Willis of Tenfiessee, Yfic. dba Willis of Florida the Corporate Seal ~ Collier County Government Appendix A - Actuarial Services Fee Schedule 16E8 November 2, 2000 Summary of 2000 and 2001 Tasks and Delivery Dates Task Description (Key Result Area "KRA") Delivery 1. F.S. 112.08 Filing 12/7/2000 (Includes Medical, Dental, Pharmacy) Must be filed before 12/31/2000 for fiscal year ending 09/30/2000 2. Historical Trend, Demographic, and Rate Analyses 12/15/2000 Develop aggregate medical, pharmacy, and dental costs Produce rates Time periods: 10/01/2000 - 09/30/2001 01/01/2001 - 12/31/2001 01/01/2002- 12/31/2002 3. Create a benefit philosophy, inventory the current benefit plans and01/19/2001 benchmarking 4. Critical Factor Analysis 01/30/2001 Medical and pharmacy only Utilizing claims incurred during the time periodsi 10/01/1998 - 09/30/1999 10/01/1999 - 09130/2000 Which were paid through 12/31/2000 5. Suggest changes, develop strategy, rate, and cost comparison, and global02/28/2001 budget based on critical factor, demographic, and trend analyses. 6. Update Trend, Demographic, and Rate Analyses 00/30/2001 7. IBNR update as of 03/31/2001 04/30/2001 8. First quarter cost to budget report (including high-level analysis of00/30/2001 claims) 9. Obtain employee input regarding the current benefit plans. Appendix A05/31/2001 assumes 5 days of focus groups. 10. Suggest changes, develop strategy, rate, and cost comparison, and global06/29/2001 budget based on employee input from focus groups. 11. Second quarter cost to budget report (including high-level analysis of07/31/2001 claims) 12. Third quarter cost to budget report (including high-level analysis of10/31/2001 claims) Willis Page 1 ~ Collier County Government Appendix A - Actuarial Services Fee Schedule 16E8 November 2, 2000 13. F.S. 112.08 Filing 12/7/2001 (Includes Medical, Dental, Pharmacy) Must be filed before 12/31/2001 for fiscal year ending 09/30/2001 14. Historical Trend, Demographic, and Rate Analyses 12/14/2001 Develop aggregate medical, pharmacy, and dental costs Produce rates Time periods: 10/01/2001 - 09/30/2002 0 l/01/2002 - 12/31/2002 01/01/2003- 12/31/2003 15. Fourth quarter cost to budget report (including high-level analysis of01/15/2002 claims) The fees to complete these tasks will not exceed $74,000 for the period 11/01/2000 - 12/31/2001. This includes the final Cost to Budget Report, which will not be billed until February 2002. Fees will be billed on a monthly basis. The parties to this agreement may amend this agreement to allow for the addition of tasks not included in the above project list subject to the approval of the Contractor and the Board of Commissioners. The above-mentioned list of Tasks is for the period 11/01/2000 - 12/31/2001. The work plan and associated fees for the period 01/01/2002 - 12/31/2002 will be presented for approval to the County by 10/31/2001 and is subject to the approval of the Board of Commissioners. Willis Page 2 16E8 p,ACORD.. CERTIFICATE :OF LIABILITY INSURANCE::'8.^u0-2ooo [ ~/~.~c~ e ~, -i48622 ~= THiS CERTIFICATE iS ISSUED AS A ~;~ER OF INFORMATION ~C Cent ONLY AND CONFERS NO RIGGS UPON ~E CER~FICATE Z6 Centu~B~d. HOLDER. THIS CER~FICATE DOES NOT AMEND, EXTEND OR ~. O. Box 305191 ALTER THE COVE~GE AFFORDED BY THE POLICIES BELOW. N~h~e ~ 37230-5191 COMPANIES AFFORDING COVE~GE (877) 945-7378 1938~1 ~,~ce Comply C~AmV ~edc~ A 1944~ msu. ER CO~A.V NaQon~ Umon F~e ~ce Comply ~ of ~burgh 1942~1 (NAS~ W~s No~ ~edc~ hc. mU.A.V ~sumce Co. of~e State of PA 26 Cent~ Bo~ev~d ~ ~edc~ ~temadon~ Complies D THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE us'rED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWrrHSTANDING ANY REOU~REMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO AU. THE TERMS. EXCLUSIONS AND CONDmONS OF SUCH POLICIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. t ! POLICY NUMBER DATE (MMfDD/YY) DATE (MM/OD/YY) UMFrS LTRi TYPE OF INSURANCE ~ POUCY EFFECTIVE POLICY EXPIRATION 01-JUL-2000 O1-J-UL-2001 5,000,000 IA ~NERA~ L~BlUTV ,.4570688 I A I COMMERCIAL GENERAL IJABILITY ~ CLAIMS MADE [-~ OCCUR i OWNER'S & CONTRACTOR'S PROT ~, A AUTOMOBILE, UABILITY (^OS) A.VAUtO fiX) OW.£D AUTOS SCHEDULED AUTOS .~ HIRED AUTOS NON-OWNED AUTOS  ~AGE LIABIUTY NY AUTO B ~.~ESS UABIUTY C D C WORKERS COMPENSATION AND EMPLOYERS' UABIUTY THE PROPRIETOR/ PARTN ERS/EXECLITIVE OFFICERS ARE: OTHER 7391086 AOS) ,,CL CA) £XCLi(TX) 1467280 1467281 4550622 4550623 4550624 4550625 01-.]l,IL-2000 01..[UL-2000 01.JUL-2000 OlgUL-2000 O1-JUL.2000 O1-JUL2000 O1.JUL2000 01-JUL-2001 01-JUL-2001 01-JUL-2001 01~UL-2001 01-JUL2001 01-JUL-2001 01-JUL-2001 GENERAL AGGREGATE P~OnUCTS~MP~OP AGG S 1,000,000, PERSONAL & ADV INJURY $ 1,000,000 I EACH OCCURRENCE FIRE DAMAGE (An~ ene fire) $ 1,000,000 I MED EXP [Any one ~'so11} , s 10.000 COMBINED SINGLE UMIT BODILY INJURY (Per persen) BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE 1,000,000 EACH OCCURRENCE i 7,000,000 AGGREGATE . 7,000,000 WC STATU- OTH- TORY LIMITS ER EL EACH ACCIDENT I i 1,000,000 EL DISEASE-POLICY LIMIT 1 , 000,000 EL DISEASE-EAEMPLOYEE 1 , 000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS SEE ATTACHED CERTIFICATE: HOLDER Collier County Board of County Commissioners Attm Rhonda L. Tibbetts General Services Bldg 3301 E. Tamiami Trail Naples FL 34112 AcORD 25-S (1/95) GLAUCRWCAI,I.EOUM CANCELLATION EXCEPT 10 DAYS F0R NONpAyMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRFFFEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAlL ~.,....~~SHALL IMPOSE NO OBLIGATION OR LIABILITY OF A _ _ · - ~._~IPANY.ff~I-~ AGENTS OR REPRESENTATIVES. · ,/ i ©^eO.D :ORPORAUON 0BS w, lhs INSURED · CERTIFICATE OF INSURANCE : 148622 16E8 W'dlis North America, Eric. 26 Century Boulevard Nashville TN 37214 ~ ::=.,;:':: ':' ISSUEDATE PAGE: 20F4': :- ~ 8-AUG-2000 PRODUCER Willis Service Center 26 Century Blvd. P.O. Box 305191 Nashville TN 37230-5191 (877) 945-7378 BELOW. THIS IS TO CERTIFY THAT THE POUClES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE iSSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUClES DESCRIBED HEREIN ~S SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~ POUCY EFFECTIVE POUCY EXPIRATION TYPE OF INSURANCE t POUCY NUMBER DATE IMM/DD/Y~ DATE I~/IMFOD/YY~ UMITS Errors & Omissions 0L264300 07/01/2000 07/01/2001 Issuing Carrier: Lloyd's of London See Coverage Schedule attached Blanket Crime 3100155300 07/01/2000 07/01/2001 Issuing Carrier: AIG Europe (UK) Lid Limit: $5,000,000 subject to $100,000 deductible Blanket crime includes Fidelity Coverage DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Marsh & McLennan FINPR0 Ltd. VERIFICATION OF INSURANCE In order to facilitate electronic delivery, there follows a transcription of a certificate issued by Marsh and McLennan FINPR0 Ltd., the original of which is held on file at the office of Willis Corroon Corporation, 26 Century Blvd., Nashville, TN 37214 WE, THE UNDERSIGNED, HEREBY CERTIFY that the following described insurance is in force at this date. The principal insurers are Lloyd's Underwriters and Insurers who are lawfully carrying on liability or pecuniary loss insurance business under the Insurance Companies Act of 1982 and/or similarly carrying on business in other countries. NAME OF ASSURED: Willis North America, Inc. ADDRESS OF ASSURED: : CERTI£1.CA'!:E.H_01 hER i : ;: ' Collier County Board of County Commissioners Attn: Rhonda L. Tlbbetts General Sen4ces Bldg 3301 E. Tamiamt Trail Naples FL 34112 [ WiLUS:.25W[1 - (919S) 26 Century Boulevard, Nashville, TN 37214 ' : - : :CANCELLATION EXCEPT 10DAYS FOR NONPAYMENT SHOULD ANY OF THE ABOVE DESCRIBED POUClES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30, ..... DAYS WAft'TEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILU~$HALL IMPOSE NO OBUGATiON OR LIABILITY OF A~,-,'~ PANY, ITz~AGENTS OR REPRESENTATIVES. GLAUCRWCALLEOUM: / /' '' : ' : : iD WILLIS 1995 wdhs CEFITIFICATE OF IN URANCn ^uc.,ooo INSURED ~ODUCER ~ Se~ce Cen[er 26 Cent~ B~ ~. O. Box 305191 W~s No~ ~edc~ ~c. Nash~e ~ 37230-5191 26 Cen~ Bo~ev~d (87~ 945-7378 N~h~e ~ 37214 I THIS IS TO CERTIFY THAT THE POliCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WlTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POMCIES. UMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPE OF INSURANCE POUCY NUMBER ' POUCY EFFECTIVE POUCY EXPIRAllON ] DATE ~IM/OD/~ DATE ~/~DDP/~ UVdTS KIND OF INSURANCE: Worldwide Brokers end Agents Errors & Omissions Liability Insurance POLICY OR CERTIFICATE OR COVER NOTE NO: QL264300 PERIOD: From July 1, 2000 extended to expire June 30, 2001 (both days incjustvd) LIMIT OF LIABILITY: US$5.000,000. This document is furnished to you as a matter of information only. The issuance of this document does not make the person or organization to whom it is issued an additional assured, nor does it modify in any manner the contract of insurance between the Assured and Insurers named hereon. Any amendment, change or extension of such contract can only be effected by specific endorsement attached thereto. Several Liability Notice The subscribing tnsurer's obligations under contracts of insurance to which they subscribe are several and not Joint and are limited solely'~d the extent of their individual subscriptions. The subscribing insurers are not responsible for the subscription of any co-insuring subscriber who for any reason does not satisfy all or part of its obligations. NOT VALIO UNLESS ATTACNEO TO AN ACORO CERTIFICATE FORM ANO COUNTERSIGNEO ON ALL PAGES BY JAMES O'DELL. CANCELLATION NOTICE ON PAGE I OF ACORD CERTIFICATE OF LIABILITY INSURANCE DOES NOT APPLY TO THE ERRORS & OMISSIONS INSURANCE Additional Named Insured: Willis Insurance Services of Georgia, Inc. Re: RFP #00-3108 Group Benefits Insurance Consulting Services CF_RTIFICATrr HOLDER · · · ~ CANCELLATION EXCEPT ~0 DAYS.FORNONPAYMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELL£D BEFORE THE Co~et County Board of County Commissioners EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Atl~: Rhonda L Tlbbetts General Services Bld8 3301 E. Tamiaml Trail Naples ~ 34112 GLAUCRWCALLROUM 30 DAYS WR[T'FEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILU ~....,..._~AI~SHALL IMPOSE NO OBUGATION OR UABILITY OF Al(~(..~k'~n _ pANY, IT~,,.~AGENTS OR REPRESENTATIVES, A RIEL~J E ....... ,,/~' :": ': ' i:-;; WILUS 1995 16E8 WtlLis North America, 26 Century Boulevard Nashvitle TN 37214 THiS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, XCLUSIONS AND CONDITIONS OF SUCH POUCIES. uMrrs MAY HAVE BEEN REDUCED BY PAID CLAIMS. I I POUCY EFFECTIVE I POUCY EXPIRATION TYPE OF INSURANCE POUCY NUMBER ' ' DATE ~IVI/DD/YY} DATE ~VIM/OD/YY) UMITS Certificate Holder ts named as Additional Insured as respects General Liability. CE~[!.CATE HOLSTER ;.. Comer County Board of County Commissioners Atto: Rhonda L. Tlbbetts General Set~ces Bldg 3:301 F- Tamtaint TraU 1. Naples FL 34112 Iwmus::zSw~ (~/~s) ' : : - ; : ] · : : : ::. CANCELLATION:: F. XCEPT40 DAYS FOR NONPAYMENT SHOULD ANY OF THE ABOVE DESCRIBED POUClE$ BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAiL 30 DAYS wRrrTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILU _......_._3~SHALL IMPOSE NO OBLIGATION OR UABILITY OF Al~.~'~l~lm~q~PANY; ff~AGENTS OR REPRESENTATIVES. 16E10 · SERVICE CONTRACT FOR LIABILITY AND COMMERCIAL PROPERTY CLAIMS HANDLING THIS SERVICE CONTRACT FOR LIABILITY AND COMMERCIAL PROPERTY CLAIMS HANDLING is made and entered into this 26th day of September, 2000, but is effective for all purposes as of the 1st day of October, 2000, by and between COLLIER COUNTY, (herein after referred to as the "Client"), and JOHNS EASTERN COMPANY, INC. (hereinafter referred to as the "Service Agent"). WITNESSETH: WHEREAS, the Client has undertaken to self-insure its liability insurance program in accordance with Florida Law and other applicable Florida statutes and regulations; and WHEREAS, the Service Agent is engaged in the supervision and administration of programs for self insured Clients; WHEREAS, the Client desires to engage the Service Agent for, and the Service Agent desires to assist the Client in liability and commercial property claims handling; NOW, THEREFORE, for and in consideration of the premises and of the mutual obligations, performance of services, and payment of compensation set forth herein, the parties agree as follows: Engagement. The Client hereby engages the Service Agent to supervise and administer the Self-Insurance Program of the Client in accordance with the applicable rules and regulations as promulgated by the applicable agencies of the State of Florida relating to the Law (the "Rules"), all in accordance with the Service Agent's proposal dated August 18, 2001, a copy of which is attached hereto and incorporated herein by this reference (the "Proposal"). Term. Subject to termination pursuant to paragraph 8, the term of this Agreement shall begin as of October 1, 2000 and shall terminate on September 30, 2001, provided, however, that this Agreement shall renew automatically for two additional one-year terms unless otherwise terminated. o Fund for Payment of Claims. The Client has the sole obligation and responsibility for funding the payment of claims under the Law. The Service Agent assumes no duty to fund any such claims at any time and shall have no obligation to advance funds for any such payment. The Client agrees to maintain all necessary funds for payment of claims in accordance with the Law and to inform the Service Agent of all relevant details with respect to any such accounts in order for the Service Agent to perform its duties under this Agreement. 16ElO Allocated Claims Expenses. "Allocated Claims Expenses" shall be defined as expenses arising in connection with the settlement of claims, which shall be defined as expenses directly allocated to a particular claim to be discharged from the accounts funded by the Client specified in paragraph 3, including, but not limited to: ao Attorneys' and legal assistants' fees for claim and any lawsuits, before and at trial, on appeal, or otherwise; b. Court and other litigation and settlement expenses, including, without limitation: (i) Medical examinations to determine extent of damages and potential range of liability; (ii) Expert medical and other testimony; (iii) Laboratory, X-ray and other diagnostic tests; (iv) Autopsy, surgical reviews, and other pathology services; (v) Physician and related fees and expenses in reading, interpreting, or performing any of the foregoing tests or services; (vi)Stenographer, process server, and other related trial preparation, trial, settlement, and court costs; (vii)Witnesses fees and expenses before and at trial, deposition, settlement discussions, or otherwise; and c. Fees and expenses for surveillance, private investigators, or otherwise. d. Fees for the indexing of injured claimants. eo Fees for any work done outside the office, including, but not limited to, field investigations necessary to determine liability or subrogation recoverability, claimant control, appraisals, attendance at mediations, hearings and depositions, attendance at management meetings and attendance at medical consultations or hearings. £ Fees for over-night or special mail service for various documents. g. Fees for examining and reducing hospital and medical bills as appropriate. Photocopying and review of relevant documentation. 2 16ElO o Compensation for the Service Agent. For performing its services under this Agreement, the Service Agent shall be entitled to the following compensation: Fees for claims handling for the Employer for exposures whose dates of loss fall between October 1,2000 and September 30, 2001 will be a minimum and deposit of $37,950.00 to be billed on a quarterly basis with the first payment due upon program inception. Do The above minimum and deposit contemplates handling 110 automobile BI, automobile PD, crime, errors & omissions, GL/BI, GL/PD, Property Building and Property Contents claims. If the number exceeds 110 then fees will be as follows: Auto Collision Auto Comprehensive Auto Bodily Injury Auto Property Damage Crime Errors & Omissions General Liability/BI General Liability/PD Property Building Property Contents $125.00 per exposure $125.00 per exposure $517.00 per exposure $317.00 per exposure $350.00 per exposure $750.00 per exposure $517.00 per exposure $317.00 per exposure $350.00 per exposure $350.00 per exposure The above rates will be a one-time charge for the life of the contract period running from 10/1/2000 to 9/30/2001 and any subsequent renewal period. The above fees cover all claims management/administration and data processing services previously outlined in this proposal. All years are subject audit. c. The Service Agent will assume any "tail" claims for the following rates: Auto Collision Auto Comprehensive Auto Bodily Injury Auto Property Damage Crime Errors & Omissions General Liability/Bodily Injury General Liability/Property Damage Property Building Property Contents $75.00 per exposure $75.00 per exposure $450.00 per exposure $250.00 per exposure $300.00 per exposure $650.00 per exposure $450.00 per exposure $250.00 per exposure $250.00 per exposure $250.00 per exposure The Service Agent understands that there are certain exposures that the Employer prefers to handle in house. The Service Agent's responsibility would be limited to data capture and check issuance. Charges for those 3 exposures would be $50.00 per exposure. The fee would cover entering all pertinent data into the Aim system, and issuing appropriate checks. Costs for converting data from the present claims administrator's computer system to our system will be $3,500.00. This assumes the present service providers can supply data by tape or diskette. If there is any charge from the current administrator, this will be assumed by the Employer. Allocated expenses are charged to file. Fees for any field investigation will be $49.00 per hour, $0.40 a mile and $2.00 per color photograph. Fees for field work for first party property claims will be billed per the attached Property Rate Schedule. Mileage charges will be incurred only for time and travel occurring within Collier County's boundaries. There will be no charge for travel time to or from Collier County. go If a catastrophe occurs, there will be numerous exposures under one occurrence. We will limit our office based claims handling fees for any catastrophe caused multiple exposure occurrence to 10 exposures. For example, assuming all exposures were either property building or property contents, office based adjusting fees for a catastrophe occurrence generating 10 or more exposures would be $3,500.00. All field work would be handled based on the property rate schedule. ho All claims received with a date of loss within the terms of this proposal and contract will be handled by Johns Eastern Company. If and when the contract is terminated or the statute requirement for MCAs is eliminated, these claims will be handled for a period of ninety (90) days thereafter at no additional charge. If the Employer wishes the claims to be handled beyond this point, fees will be negotiated at that time. i. Information systems dial-up services are included. j. The "Looking Glass" program is available at no additional charge. Notwithstanding anything in this paragraph 5 to the contrary, the Client agrees to bear the cost of printing checks in connection with the payment of claims or otherwise under this Agreement. Continuing Handling of Claims After Termination. Upon termination of this Agreement as set forth in paragraph 8, the Service Agent agrees to continue handling all claims that have been made and reported to it prior to such date of termination for 90 days unless the parties have agreed otherwise in writing. 16E10 All data contained in the Service Agent's computer system will be provided to the Client on nine-track tape or diskette with corresponding file layout. The cost for this will be no greater than $2,000.00. The Client will be billed for any additional programming to help in data transfer. Disputes Subject to Arbitration. Any dispute or claim arising out of or relating to this Agreement or any breach thereof shall be resolved by submission of such dispute or claim to an arbitration panel composed as follows: The Client and the Service Agent shall each select one member of the panel and the two selected members shall select a third member. The parties agree to follow the rules of the American Arbitration Association. Termination. This Agreement may be terminated by either the Client or the Service Agent by giving prior written notice of ninety (90) days. In the event of such termination, compensation paid or payable to Service Agent under paragraph 5 shall be prorated as appropriate. Notwithstanding anything in this paragraph 8 to the contrary, the insolvency or filing for relief from creditors of any party pursuant to the United States bankruptcy Code or the material breach of a material provision of this Agreement by any party shall permit the other party to cancel this Agreement immediately upon written notice. Covenants of the Service Agent and the Client: The Service Agent and the Client each agrees to use its normal and ordinary professional care and diligence in the performance of its duties under this Agreement and w'tll use its best efforts to comply at all times with the Law and the Rules. 10. Indemnification. If and to the extent permitted by law and subject to the limited waiver of sovereign immunity as found in Section 768.28, Florida Statutes, each party agrees to indemnify and hold harmless the other and its directors, officers, employees, stockholders, and agents against any and all claims, lawsuits, settlements, judgments, costs, penalties, and expenses, including, without limitation, attorneys' and legal assistants' fees before and at trial, on appeal, or otherwise, resulting from the breach of, or negligence or misconduct in performing, any provision of this Agreement, by such party or by its directors, officers, employees, stockholders or agents, whether acting alone or in collusion with others. 11. INSURANCE: The Contractor shall provide insurance as folloxvs: Commercial General Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. Business Auto Liability: Coverage shall have minimum limits of $0 Per Occurrence, Combined Single Lhnit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. 5 16E10 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. do Professional Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence. The Consultant shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement and shall hold the county harmless against all claims arising from the negligent acts, errors, or omissions of consultant by third parties. Special Requirements: Collier County shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County 30 days prior to any expiration date. There shall be a 30 day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. Miscellaneous. go Each party represents and warrants that it has full power and authority to enter into this Agreement. Do All notices, requests, demands and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given when received if personally delivered; when transmitted if transmitted by telecopy, electronic telephone line facsimile transmission, or other similar electronic or digital transmission method; the day after it is sent, if sent by recognized expedited delivery service; and five (5) days after it is sent, if mailed, certified or registered mail, return receipt requested, postage prepaid. In each case, notice shall be sent to: If to Client: Director, Risk Management Collier County Administration Building, 4th Floor 3301 East Tamiami Trail Naples, FL 34112 If to the Service Agent: Johns Eastern Company, Inc. Post Office Box 4175 Sarasota, FL 34230 16ElO or to such other address as either party may have specified in writing to the other using the procedures specified above in this paragraph. Go (i) This Agreement shall be construed pursuant to and governed by the substantive laws of the State of Florida (and any provision of Florida law shall not apply if the law of a state or jurisdiction other than Florida would otherwise apply). (ii) The headings of the various paragraphs in this Agreement are inserted for the convenience of the parties and shall not affect the meaning, construction, or interpretation of this Agreement. (iii) Any provision of this Agreement which is determined by a court of competent jurisdiction to be prohibited, unenforceable or not authorized in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition, unenforceability or non-authorization without invalidating the remaining provisions hereof or affecting the validity, enforceability or legality of such provision in any other jurisdiction. In any such case, such determination shall not affect any other provision of this Agreement, and the remaining provisions of this Agreement shall remain in full force and effect. If any provision or term of this Agreement is susceptible to two or more constructions or interpretations, one or more of which would render the provision or term void or unenforceable, the parties agree that a construction or interpretation which renders the term or provision valid shall be favored. do This Agreement constitutes the entire Agreement, and supersedes all prior agreements and understandings, oral and written among the parties to this Agreement with respect to the subject matter hereof. If any monies shall be due either of the parties to this Agreement hereunder and shall not be paid within thirty (30) days from the due date of such payment, interest shall accrue on such unpaid amount at the rate in accordance with the Florida Prompt Payment Act - F.S.218.70-79. This Agreement shall be binding upon and inure to the benefit of the successors in interest and assigns of the parties. go The parties to this Agreement will execute and deliver, or cause to be executed and delivered, such additional or further documents, agreements, or instruments and shall cooperate with one another in all respects for the purpose of carrying out the transactions contemplated by this Agreement. 7 ho 16ElO This Agreement may be executed in any number of counterparts, each of which shall be considered an original, but all of which together shall constitute one and the same instrument and shall become effective when each of the parties has executed at least one of the counterparts even if all the parties have not executed the same counterpart. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by a authorized person or agent, hereunder set their hands and seals on the date and year first above written. .ATTEST: Dw~h ::~i:~B 'roeSki Clerk of Courts . s gnatu . l . ~rst~i[nes~ ~c~ness Type/Print Witness Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FL By: .~,'~-- .... James D. e~rman JOHNS EASTERN COMPANY, INC. By: [(tl~,~~ tvx~ Kenneth M. Johns, III, Kenneth [q. Johns, III Typed Signature Title CORPORATE SEAL (Corporations Only) Approved as to form and legal sufficiency: Michael Pettit Assistant County Attorney 8 .4CORp. PR0 Uc CERTIFICATE OF A1 Putmort Insurance, Inc. 3328 Bee Ridge Road Sarasota FL 34239 Phone=941-924-3808 Fax=941-924-8799 LIABILITY I DATE,M, D, '-''--JOENE-105/23/00 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Johns Eastern Company Inc PO Box 4175 Sarasota FL 34230 ~INSURERA: Cincinnati Insurance Co ~ INSURER B: FCCI Fund 4 /' I'-'" I ~ INSURERC: I h P I I I ]I J]NSURERD: ~ V ~ ~ V ~ INSU~R E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. iNSRI POLICY ~t.P~CTIVE POLICY EXPIRATION LTR I TYPE OF INSURANCE POLICY NUMBER ,, I DATE (MM/DD/YY) DATE (MM/DD/YY) G[_~N ERAL LIABILITY A[r !X COMMERCIAL GENERAL LIA~ILITY CPP0429094 02/01/00 02/03./03 I CLA,MS MADE ! Z[OCCUR GEN'L AGGREC-IATE LIMIT APPLIES PER: IpoucYl !PRO- ! , JECT ~ LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X I~ ANY AUTO CPP0429094 02/01/00 02/01/03 ~ I BODILY INJURY ALL OWNED AUTOS J (Per person) SCHEDULED AUTOS BODILY INJURY ' (Per accident) A B A HIRED AUTOS NON.OWNED AUTOS  GARAAG E LIABILITY NY AUTO ESS LIABILITY OCCUR ~ CLAIMS MADE DEDUCTIBLE RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OTHER Employee Dishonest CCC4409678 26029 CPP0429094 02/0i/0o 01/01/00 o2/ol/oo 02/01/03 oi/oi/oi 02/01/03 LIMITS EACH OCCURRENCE ! $ 300000 FIRE DAMAGE (Any one fire) !$ 100000 MED EXP (A~y one person) ! $ 5000 PERSONAL & ADV INJURY ! $ 300000 GENERAL AGGREGATE : S Unlimited PRODUCTS - COMP/OP AGG [ $ 300000 IPROPERTY DAMAGE (Per accident) $250000 !$500000 j$100000 AUTO ONLY - EA ACCIDENT , $ OTHER THAN AUTO ONLY: ACC $ AGGI $ EACH OCCURRENCE ~ $ 500000 0 AGGREGATE IS 5000000 i WC STATU- ~ :OTH- X TORY LIMITS f ! ER E.L. EACH ACCIDENT $ 500000 E.L. DISEASE - EA EMPLOYEE S 500000 ' E.L. DISEASE - POLICY LIMIT i S 500000 Blanket 150000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER I Y ] ADDITIONAL INSURED; INSURER LETTER: CANCELLATION ACQRD 25-S (7/97) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. A1 Putmort I~surance, ~nc. " ACORD CORPORATION 1988 JOHNS EASTERN COMPANY, INC. SPECIAL ACCOUNT SERVICES Ro. BOX 3318 · SARASOTA, FL 34230 TEL-(941) 907-3100. FAX. (941) 907-7226. TOLL FREE 1-800-749-3044 16ElO insuranee adjusters PROPERTY RATE SCHEDULE Full Repair Cost Appraisal Only Full Adjustment $ 0.01 - $ 500.00 $150.00 $215.00 500.01 - 1,000.00 180.00 245.00 1,000.01 - 2,500.00 320.00 395.00 2,500.01 - 5,000.00 380.00 445.00 5,000.01 - 7,500.00 495.00 535.00 7,500.01- 10,000.00 590.00 640.00 10,000.01 - 12,500.00 640.00 690.00 12,500.01 - 15,000.00 748.00 808.00 15,000.01 - and over T & E T & E o Full Repair Cost - Agreed cost to repair or replace before applying depreciation, deductible or other clauses limiting coverage. In addition to the schedule, the following charges will be made: All miles driven - prorated when possible at $0.40 per mile. Driving time charged (prorated when possible) when loss is more than 20 miles from our office. Photos - $2.00 each Outside fees, reports, telephone and other direct expense, at cost. No claims, partial assignments and investigation only at time and expense. Current Rate for Time and Expense - Personal Lines, $54.00 per hour and $0.40 per mile - Commercial Lines, $58.00 per hour and $0.40 per mile. These schedules do not apply to catastrophes. Rates Effective: July 1, 2000 FLORIDA · MARYLAND · NORTH CAROLINA PENNSYLVANIA · VIRGINIA · WASHINGTON, D.C. SPECIAL ACCOUNT SERVICES ~0. Box 33~8 . SARASOTA, FL 34230 TEL' (941) 907-3100., FAX. (941) 907-7226 · TOLL FREE 1-800-749-3044 16ElO insufan(:e adiusters CATASTROPHE RATE SCHEDULE $ 0.00 - $ 2,500.00 $335.00 2,500.01- 5,000.00 380.00 5,000.01- 7,500.00 462.00 7,501.01 - 10,000.00 545.00 10,000.01 - 15,000.00 660.00 15,000.01 - 20,000.00 880.00 20,000.01 - and over T & E Full Repair Cost - Agreed cost to repair or replace before applying depreciation, deductible or other clauses limiting coverage. In addition to the schedule, the following charges will be made: All miles driven - prorated when possible at $0.40 per mile. Driving time charged (prorated when possible) when loss is more than 20 miles from our office. Photographs - $2.00 each Outside fees, reports, telephone and other direct expense, at cost. No claims, partial assignments and investigation only at time and expense. Current Rate for Time and Expense -$57.00 per hour for Commercial Lines and $53.00 per hour for Personal Lines and $0.40 per mile. Subrogation recoveries will be billed at time and expense rates. Rates Effective: January 1, 2000 FLORIDA · MARYLAND NORTH CAROLINA , PENNSYLVANIA · VIRGINIA · WASHINGTON, D.C. AGREEMENT 16E13 THIS AGREEMENT, made and entered into on this 26th day of September, 2000, by and between Kent Technologies, Inc. hereinafter called the "Contractor", and Collier County a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITNESSETH: MMe. The Contract shall be for a one (1) year period, commencing on September 26, 2000 and terminating on September 25, 2001. The County retains the right to renew this contract, with the consent of the vendor, under the same terms and conditions for two (2) additional one-year periods. The County Administrator or his designee may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to ninety (90) days. The County Administrator, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. STATEMENT OF WORK: The Contractor shall furnish Communication Services in accordance with the terms and conditions of the specifications of RFP No. 00- 3112 and the Contractor's proposal hereto attached and made an integral part of this Agreement. THE CONTRACT SUM. The County shall pay the contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, together with the cost of any other charges/fees submitted in the proposal. Any county agency may purchase products and services under this Contract, provided sufficient funds are included in their budget(s). NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: Mr. Warner Huntington, Director of Operations Kent Technologies, Inc. 5911 - K Breckenridge Park Drive Tampa, FL 33610 877/536-8662 -1- i6E13 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: Collier County Government Complex Purchasing Department 3301 East Tamiami Trail General Services Building Naples, Florida 34112 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 Service Agreement must be in writing. 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. 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. 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. 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 Contract 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. -2- 16F-13 TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non-performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE: The Contractor shall provide insurance as follows: Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; independent contractors; Products and Completed Operations and Contractual Liability. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Com_Densation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. Special Reauirements: Collier County shall be listed as the Certificate Holder and included as an Additional Insured on both the Comprehensive General Liability and Business Auto Liability Policies. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County 30 days prior to any expiration date. There shall be a 30 day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorney's fees and all costs of litigation and judgments of any name and description arising out of or -3- 16E13 incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named ContractorJendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The ContractorNendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the ContractorNendor's limit of, or lack or, sufficient insurance protection. The first Ten dollars ($10.00) of money received on the contract price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. 12. THI A,~MENT shall be administered on behalf of the County by the Information Technology Department. Payment of invoices shall be responsibility of the individual County departments 13. COMPONENT PARTS OF THIS CONTRACT: This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, and RFP No. 00- 3112 Specifications. 14. 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. -4- Received Purchasing[ IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by a authorized person or agent, hereunder set their hands and seals on the date and year first above written. Clerk of Courts BOARD OF CO~ COMMISSIONERS COLLIER ~.J N.,-FY, FLORIDA Chairp~5'n 1,~/' g..- ' By: ~tor Signatur~ INC Type/Print Witness Name THOMAS J ESCH Typed Signature PRESIDENT Title Type/Print Witness Name CORPORATE SEAL (Corporations Only) Approved as to form and legal s~ Robert Zacl~ry Assistant County Attorney -5- COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DIVISION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 DATE: TO: FROM: SUBJECT: July 5, 2000 Prospective Proposers Rhonda L. Tibbetts, Purchasing Agent RFP #00-3112 - Communication Services Pursuant to County Manager action, the Information Technology Department is seeking the professional services of a qualified firm capable of providing communication services. Please refer to the Legal Advertisement contained in the enclosed Proposal Package for the time and the due date for proposal submission. These professional services will include, but not be limited to the "Scope of Services" as described herein. If you have any immediate questions regarding the intended Scope of Services, you may contact Mr. Michael Berrios, Communication Systems Manager, Information Technology Department, at 941/774-8794. Procedural queries may be directed to me at 774-8425 or e-mail RhondaTibbetts(&colliereov.net. We look forward to your participation in this RFP process. cc: Mike Berrios, Information Technology Department Bid No. 00-3 Page 2 PUBLIC NOTICE OR REQUEST FOR PROPOSALS 16E13 Pursuant to action approved by the County Manager, Sealed Proposals for Communication Services will be received until 3:00 p.m. on July 28, 2000 at the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, Florida 34112. RFP #00-3112 "Communication Services" All proposals shall be submitted in accordance with the Instructions to Proposers and the Request for Proposal Specifications. Collier County does not discriminate based on age, race, color, sex, religion, national or origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /S/STEVE 0ARNELL Purchasing Director This Public Notice was posted in the lobby of the General Services Building, Collier County Government Center on July 5, 2000. BidNo. 00-3 Page 3 SCOPE OF SERVICES 16E1.3 Collier County desires to enter into a contractual relationship with a vendor(s) capable of providing various communications services for the County. These services would enhance and supplement communications services provided by County staff. It is the County's intent to award to multiple vendors. Other County departments may utilize this contract. County Environment The County has four (4) major Lucent Definity PBXs, a Prologix system and a number of key systems and approximately 1500 extensions. The majority of the phones and switches are located on two major campuses in Naples but there are approximately forty (40) additional locations with smaller numbers of telephones throughout the County, including Everglades City, Marco Island and Immokalee. We also have a 675+ PC based computer network. Primary_ (Mandatory_) Services Required The County desires fixed pricing for the following services: 1. Category 5 voice wiring ( both plenum and non-plenum ) 2. Category 5 data wiring ( both plenum and non-plenum ) 3. Fiber optic cable per foot ( installation cost only ) 4. Materials markup / percentage over cost 5. Fiber termination ( per termination cost ) 6. Conduit installation per foot ,7, Under pavement installation per foot 8. Hourly Services to include a) Four hour response to work requests b) All non-service affecting requests to be closed within two (2) business days. c) Work order input. d) Maintenance of telephone inventory database e) Telephone system programming f) Adds, moves, changes and deletes g) Troubleshooting h) Coordination of diagnosis and repair services between other communications vendors including Sprint and Lucent Technologies. i) Miscellaneous communications services j) Develop and maintain a complete set of documentation and diagrams for the County's telephone system configurations and settings. This documentation shall be kept up to date and available for review by County staff. k) The vendor shall be available seven (7) days a week, twenty-four (24) hours a day, 365 days a year. 9. 8 AM to 5 PM Hourly Rate 10. After 5 PM Hourly Rate Bid No. 00-3 11. Saturday and Sunday Rate Page 4 16E13 BidNo. 00-3 Page 5 12. Holiday Rate 13. Travel Charges 16E13 Billing Vendors will provide monthly detailed and summary reporting of work orders including but not limited to: · description of work performed including problems · symptoms reported and fix applied · name of person and department for whom the service was performed · labor and parts (where applicable) · time and date work order received and time and date work order closed out · type of work performed · name of technician and hours expended Other services may be negotiated under the terms of this RFP. Proposer shall bill the County (Attn.: IT Department) for all charges to the County except those associated with Special Orders (major renovations). In the case of Special Orders, the County departments will be required to issue their own purchase orders and the proposer shall bill those departments directly in accordance with the terms of this proposal. The IT Department will coordinate the performance of work. S~ecial Note: Collier County Government, is a member of the SW Florida Purchasing Consortium. It is hereby made a part of this RFP that the submission of any Proposal in response to this publicized request constitutes a Proposal made under the same conditions, for the same contract price, to the other members of the said Consortium. Work Assignment All work performed will be pursuant to County Work Orders transmitted or made available to contractor by electronic means supplemented on occasion by telephone call and/or pager alert for urgent situations. The County will provide access to its work order system or will negotiate other electronic means with proposer. Any work performed without a work order will not be paid unless authorized by the Information Technology Director or IT Manager of Communications Systems. Priodtization of work requests will be defined by the IT Department. All services are to be performed to the County's satisfaction and specifications and all completed work orders must be signed by the IT Director or IT Manager that work was completed. Performance in general, vendor shall maintain service skills, service posture and spare parts inventories sufficient to maintain communications services free of significant complaints by County departments. Following is a list of minimum service levels; proposers are encouraged to propose a better level of service as an inducement to selection. Bid No. 00-3 Page 6 16E13 1. For individual telephone adds, moves and changes, and problems, vendor must respond within four hours during the business week. 2. For telephone systems down (to be defined as being in excess of fifty (50) telephones out of service at one time), vendor must return calls within thirty (30) minutes and to be on-site within a maximum for two (2) hours with competent diagnosis and repair personnel. 3. Billing reports must be received by the IT Department within two (2) calendar weeks after month end. Bid No. 00-3 Page 7 PROPOSALSUBMITTAL: 16El> In responding to this proposal, each proposer shall include within a 20-page limit (total for the entire submission). 1. Proposer's Credentials: Proposers shall provide, in detail, their credentials in providing communication services and any information which documents successful and reliable experience in past performance, especially those performances related to the requirements of this Request for Proposal. Include a description for the proposer's business history and number of years in operation. Related experience shall be restricted to those assignments undertaken within the last five (5) years. 2. Staff Credentials: The proposer shall include the name, title, address, and telephone number of persons who will both manage and be assigned to perform services under the proposal. 3. Resumes: A signed 1-page resume, including references, detailing educational qualifications and previous work, assignments related to this Request for Proposal for each person who will perform the services required shall be included. Failure to do so may be cause for rejection of the proposal. Credentials will be subject to verification. In the event there should be a change in the person (s) names assigned to perform the services under this contract, the contractor shall submit, for approval to the County, the credentials and resumes of the person(s) the contractor wishes to perform the services under the contract. References: A list of three (3) applicable customer references is to be provided who have contracted for similar services offered by the proposer which are considered identical or similar to the requirements of this Request for Proposal. Failure to do so may be cause for rejection of the proposal. The list shall include. 1. Company name and address; 2. Contracting officer and telephone number; 3. Technical representative and telephone number; and 4. A brief, written description of the specific study. 5. Time: Proposer shall provide the time required to perform the services from date of work order. 6. Approach: Proposer's approach and its compatibility to the needs of the consumer and the philosophies of Collier County. 7. Cost Proposal Su~3plemental Information 1. Statement of litigation that firm or staff is currently involved in, or has been involved in over the past five (5) years, stating points of contention and results if available. 2. Proposer Qualification Form. 3. Insurance Requirements Certification. 4. Proposer's Checklist. 5. Proposer Declaration Statement. Bid No. 00-3 Page 8 16E13 Evaluation Criteria Collier County procedure for selecting is as follows: 1. The County Manager shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals m Subsequent to the closing of proposals, the Purchasing Agent and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. Should both the Purchasing Agent and Project Manager be appointed to the committee as voting members, such meetings shall be open to the public and the Purchasing Agent shall publicly post prior notice of such meeting in the lobby of the General Services Building at least one (1) day in advance of all such meetings. 4. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria listed below. Prior to the first meeting of the selection committee, the Purchasing Agent will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the General Services Building not less than three (3) working days prior to the meeting. The Purchasing Agent shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequen( meetings. The committee will compile individual rankings for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations from the top-ranked firm(s). The final recommendation will be decided based on review of scores and consensus of committee. 7. Subsequent to award, a contract shall be negotiated with one or more of the top- ranked firms. Collier County has developed standard contracts that have been approved by County Attorney and the Board of County Commissioners (BCC) for all projects. All respondents to this RFP will be required, if selected to perform the work, to execute the standard contract within forty-five (45) days of Notice of Selection for Award. This document is available for inspection at the Purchasing Office and a review is encouraged prior to submitting a proposal. 8. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. All Proposals will be evaluated and scored on the following criteria GRADING CRITERIA POINTS 1. Approach as described in narrative supplied by proposer20 2. Expertise of designated staff 20 3. Previous performance on similar jobs as evidenced by references provided by proposer 20 4. Additional inducements offered including additional services20 5. Total County cost of using proposer not limited to Cost proposals 20 Total Possible Points 100 ADDITIONAL INFORMATION: If you have any immediate questions regarding the intended Scope of Services, you may contact Mr. Michael Betrios, Communication Systems Manager, Information Technology Department, at 941/774-8794. Procedural queries may be directed to me at 774-8425 or e-mail to l~horMaTibb¢~s¢'~_ cot].icrgov.qcL PROPOSAL SUBMISSION: Four (4) sets of the proposal must be provided, with the original clearly m~rked; submitted in a sealed envelope with the RFP Number, Title and Due Date clearly stated on the envelope. All proposals, including qualifications and other data pertinent to making an objective evaluation of your firm's capabilities must be forwarded to the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, Florida 34112 on or before 3:00 p.m. Collier County Time on July 28, 2000. Any proposals received after the time and date specified will not be considered. The County assumes no responsibility for proposals received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late proposals shall be returned unopened, and shall not be considered for award. Bid No. 00-3 Page 10 16El} INSTRUCTION TO PROPOSERS PRINCIPALS/COLLUSION: By submission of this Proposal, the undersigned, as proposer, does declare that the only person or persons interested in this preposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. PROPOSAL WITHDRAWAL: No Proposal can be withdrawn after it is flied unless the Proposer makes their request in writing to the County prior to the time set for the opening of Proposals, or unless the County fails to accept it within sixty (60) days after the date fixed for opening. PROPOSER'S CERTIFICATION: Submission of a signed Proposal is Proposer's certification that the Proposer will accept any awards made to them as a result of said submission of the terms contained therein. EXCEPTIONS TO INSTRUCTIONS OR CONDITIONS: Proposers taking exception to any part or section of these instructions or conditions shall indicate such exceptions on their Proposal. Failure to indicate any exceptions shall be interpreted as the Proposer's intent to fully comply with the specifications as written. LAWS AND REGULATIONS_: It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all Local, State and Federal laws and regulations. INSURANCE COSTS: Since these conditions include insurance Requirements, there may be additional insurance costs to the Proposer's firm. It is, therefore, imperative that the Proposer discuss these requirements with the Proposer's agent, as noted on the insurance Check List, so that allowances for any additional costs can be made by the Proposer. The Consultant's obligation under this provision shall not be limited in any way by the agreed upon contract price, or the Consultant's limit of, or lack of, sufficient insurance protection. EXPENSES INCURRED IN PREPARING PROPOSAL_: The County accepts no responsibility for any expenses incurred in the Proposal, preparation, or presentation; such expenses to be born exclusively by the Proposer. QUALIFICATION OF PROPOSERS.: Before the award of any contract, each Proposer may be required to show (to the complete satisfaction of the county Manager or their designee), that they have the necessary facilities, ability and financial resources to furnish the service as specified herein in a satisfactory manner, and they may also be required to show past history and references which will enable the County Manager, or their designee, to satisfy themselves as to the qualifications. Failure to qualify according tot he foregoing requirements will justify the County in rejecting a Proposal. AWAR CHA L N E: Ass costs accruing from a Proposal or an award challenged as to quality, etc. (test, etc.) shall be assumed by the challenger. LOBBYING: All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied_either individually or collectiveiy...about a project for which a firm has submitted a proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the publication, evaluation and award phases, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation and their prospective or actual Proposal, with the exception of the Purchasing Department except' where otherwise expressly permitted by County ordinance, resolution, or by the RFP document. Failure to abide by this provision may serve as grounds for disqualification for this or a future award to the firm. PROPOSAL FORM: Each Proposer must submit the proposal Form included in this Request for Proposal. SINGLE PROPOS-AL: Only one Proposal from a legal entity will be considered. if it is found that a Proposer is interested in more than one Proposal, all Proposals in which such a Proposer is interested will be rejected. SIGNATURE OF PROPOSER: The Proposer must sign the Proposal in the spaces provided for signatures. If the Proposer is an individual, the words "Sole Owner" shall appear after their signature. If the Proposer is a partnership, the word "Partner" shall appear after the signature of one of the partners. If the Proposer is a corporation, the signature required is the Officer, Officers or individual duly authorized by its by-laws or the Board of Directors to bind the corporation with official corporate seal affixed thereto. RFP No. 00-3 INTERPRETATION OF PROPOSAL DOCUMENTS AND INVESTIGATION OF PROJECT: Each Proposer shall thoreughly examine the Preposai Documents, and judge for themselves all matters relating to the location and the character of the services they agree to perform. If the Proposer should be of the opinion that the meaning of any part of the proposal Document is doubtful, obscure or contains errors or omissions, they should report such opinion or opinions to the Purchasing Director. Neither the County manager nor their staff shall be responsible for oral interpretation given either by themselves or members of their staff. The issuance of a written addendum shall be the only offtcial method whereby such interpretation will be given. REJECTION OR ACCEPTANCE OF PROPOSACS: The right is reserved by Collier County to waive any irregularities in the Proposal, to reject any or all Proposals, to re-solicit for Proposals, if desired, and upon recommendation and justification by Collier County to accept the Proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any Proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection of the Proposal. In the event of default of the successful Proposer, or their refusal to enter into the Collier County contract, the County reserves the right to accept the Proposal of any other Proposer or to re-advertise using the same or revised documentation, at its sole discretion. PROTECTION RIGHTS OF COUNTY: The County reserves the right to include in any contract document such terms and conditions as it deems necessary for the proper protection of the rights of Collier County. PROTEST PROCEDURES: Any actual or prospective respondent to an Invitation to Bid or Request for Proposal who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the opening of the Bid or the due date for acceptance of Proposals. All such protests must be filed with the Purchasing Director no later than 11L00 AM Collier County time on the advertised date for the opening of the Bid or the acceptance date for the Request for Proposals. Award of contract will be made by the Board of County Commissioners in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and eag 't16E1] Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two 92) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. PUBLIC ENTITY C_RIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. VENDOR PERFORMANCE EVALUATION: Collier County has implemented a Vendor Performance Evaluation System for al contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 16E13 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY Florida "Communication Services" RFP # 00-3112 Kent Technologies, Inc. Kent ?roject Job #: 00.1053.1001 Pro]ect Engineer: James Miller Proiect ln[~ormation $Fstem Engineer: Jim Hinder, RCDD i6E13 July 27, 2000 Attn: Board of County Commissioners RE: RFP # 00-3112 "Communication Services" Kent Technologies Proposal # 00.1053.1001 Kent Federal ID # 38-3461451 Thank you for providing Kent Technologies, Inc. the opportunity to bid on this project. Among the reasons we believe Kent is ideally suited to this project are: 1. Our proven expertise and track record provides Project Management, Design, Engineering, and Installation of Structured Cabling Systems to companies throughout Florida and the Naples area. 2. Kent's emphasis on industry standards and manufacturer certification. 3. The immediate avallabifity of a Project Manager, Site Supervisor, and Communication technicians employed by Kent trained to install Structured Cabling Systems. 4. Kent's ability to deliver a guaranteed, Standard Compliant Structured Cabling System with extreme attention to det~fis. 5. Strength in Telephony Technology from typical Key and PBX Systems, to modem day, cost effective, feature rich "IP Phone System technology" that surpasses all typical systems on the market today. 6. Kent Technology's Of~'lCe, is located in Collier County at 501 Goodlette Raod Suite C-208 Naples, FL. 34102 1-877-536-8662 Kent looks forward to demonstrating these capabilities to the BOCC. Please direct any quedions you have concerning this Proposal to Warner D. Hunfro#ton III( 877 ) 536-8662 x-109. For additional information on Kent Technologies visit our Web~te; Kent~ech.com. Respectfully, / , / Director of Operations Kent Technologies, Inc. whnntlngton~kenttech.com 1 TABLE OF CONTENT 16E13 Section !- Kent Technologies Background Information Page No. Background Information ...........................................................................3-4 Legal Name & Address ..............................................................................5 Contact Person .........................................................................................5 Corporation ............................................................................................5 Officers .................................................................................................5 Stockholders, Parnership, Individual ............................................................5-6 List of Clients ..........................................................................................6 References ..............................................................................................7 Permanent Office Location .........................................................................7 Responsibility ...........................................................................................7 Litigation, Compliance ..............................................................................7 Dedicate Resources ...................................................................................8 Section 2 - Qualifications Local Organization ..................................................................................8 Workforce Profile .....................................................................................9 Collectible bargaining agreements ................................................................10 Failure to Complete ..................................................................................10 Criminal litigation ....................................................................................10 Citations ................................................................................................10 Specific work, services in progress ................................................................10 Section 3 - Financial Responsibility Trade References ......................................................................................11 Net Worth ...............................................................................................11 Judgments/Liens ......................................................................................11 Financial Balance Sheet ............................................................................12 Section 4 - Recent Work Load Work Load in State of Florida .......................................................................13 References ................................................................................................13 Contract Values .........................................................................................13 Section 5 - Office Location - Proiect Response Response time and procedures ....................................................................... Test equipment, vehicles, and specialty tools .................................................... 13 14-16 2 16F13 KENT TECHNOLOGIES INC. BACKGROUND INFORMATION Kent Technologies is a division of Kent Power. The company which now is Kent Power, Inc. was formed in 1978 by Richard J. Kent. It's primary service was construction of power-lines for local utility companies. The company also had an inside wiring division for commercial wiring projects. Since that time, through fast growth and acquisitions, _ Kent Power, lnc. has grown into a multi-million dollar enterprise serving utilities throughout the "Rust Belt" states: Michigan, Indiana, Ohio, Wisconsin, and Illinois. Primary customers include Consumers Energy, Detroit Edison, American Electric Power, Indiana-Michigan Power, _ Commonwealth Edison, Dow Chemical, Dow Corning, and many other municipalities and RUS power companies in the Midwest. In addition to power-line construction, the company has branched into several different areas throughout the years. In 1989, through an acquisition, the company began constructing Electrical Substations to compliment the normal transmission and distribution voltage line work the company does. In 1995, the company purchased a company named Power Products, Inc. located in Macon, Georgia. The company helps the enterprise strategically use its expertise in the above markets to service a different geographic region - it serves the states of Georgia, Florida, Alabama, North Carolina, and South Carolina. In 1997, the company began construction of cellular tower sites. Major customers include Sprint PCS, Omnipoint Communications, NexTel, and CenturyTel. This year the company expects to begin construction for Level 3 Communications helping in the build-out of its multi-duct fiber optic network spanning 15,000 miles and connecting major North American cities. All of our present subdivisions have experienced fast growth. The formation of Kent Technologies is another step in this evolution. The additional expertise brought by Kent Technologies allows for the Kent Companies to provide end-to-end service for all of the customers Information Technology needs. 3 16El Kent Technologies maintains its corporate headquarters and NOC (Network Operations Center) in Tampa Florida, with a regional office in Columbus Ohio. The Kent Technologies project teams are comprised of seasoned and highly qualified engineers, consultants and project managers. The majority of these individuals possess professional registrations within their disciplines such as Low Voltage Systems Specialist, Licensed Master Electrician and Registered Professional Engineer. The most senior of these members are called Information Systems Engineers (ISE). They maintain global responsibility for managing all aspects of the project including engineering, estimating and project management. The ISE will also have responsibility to delegate tasks to and manage Systems Engineers (SEs). The SE typically possesses many of the same professional certifications, but with less years of experience. The SEs have responsibility for more task specific functions and report directly to ISEs on larger projects. An SE often will assume full responsibilities for small to mid sized projects. Adding to these project teams are Information System Consultants (ISCs) and System Consultants (SCs). These individuals possess a deep understanding of specific technologies and their application to various business needs. To fully understand the impact of Information Technology integration all project team members have software operating system experience and many are reflected in - certifications such as Microsoft Certified Systems Engineer (MCSE), Microsoft Certified Systems Professional + internet (MCP+I), Microsoft Certified Systems Professional (MCP) or Master Certified Novell Engineer (MCSE). In addition to operating systems experience, our team members possess infrastructure related certifications. Many have become registered professionals in the field of telecommunications distribution design and installation. As BICS! Registered Communications Distribution Designers (RCDDs) and Registered Communications Distribution Design/LAN Specialists (RCDD/LS) they demonstrate advanced knowledge and experience in the areas of infrastructure design and _ installation. Combined with many vendor installation certifications, this understanding ensures complete and certifiable systems with the best warranties in the industry. _ Our project members as a course of doing business are exposed to a wide variety of network equipment. This vast and in-depth experience is signified in our team members certifications with a number of specific vendors which include Cisco, Nortel Networks (formerly Bay Networks), SCorn _ and many others. In addition to the industry certification and experience necessary to provide the latest technology, Kent Technologies team members rely on a firm foundation of formal training which includes bachelors or masters degrees in business or engineering. This has lead many professional groups, such as the Who's Who Registry of Business Leaders, to include our team members. 4 16E13 1. Legal Name and Address: KENT TECHNOLOGIES, INC. Naples Office 501 Goodlette Road Suite C-208 Naples, FL. 34102 1-877-536-8662 CORPORATE OFFICE: 5911 Breckenridge Park Drive, Suite K, Tampa, Florida 33610 Phn: (813) 246-9488 Fax: (813) 623-6397 Email: Webmaster~kenttech.com 2. Contact Person and Position: James Miller - Project Manager/Engineer (jmiIier@kenttech.com) Ray Crawford - Assisting Engineer (rcrawford@kemtech.com) Kent Office 813-246-9488 3. CORPORATION: Date of Incorporation: 4-2-99 State of Incorporation: Michigan Qualified June 14, 1999 to transact business in the state of Florida. The document number of this corporation is F99000003146. Name and Titles of Principal Officers: Richard Kent CEO Thomas Esch President 4. Name and Address and amount of ownership of all stockholders owning more than 10 percent of the company: Richard Kent 3835 Rusco Kent City, Mi 49330 CEO, 50 percent Ownership Thomas Esch President, 50 Percent Ownership 5911 Breckenridge Park Drive Ste. # K Tampa, FI 33610 5. If Partnership: Date of Organization: Nature of Partnership (General, Limited, or Association) 5 16El} NA. - 6. If individual: Name and Address of Owner: NA. 7. Under what other or former names has your organization operated: - NA. a. Provide a list of clients for which your firm has provided services similar to those requested therein: Limit list to projects completed during the last $ years b. Include the following details with respect to each project listed above: 1. Dates of project 2. Cost of project 3. Statement as to Scope of Project SEEATTACHED Jun-99 Jul-99 Aug-99 Aug-99 Sop-99 Project Names Southwestern Bell - CHCA - Bartow Mercedes-Benz Credit Corp Southwestern Bell - CHCA - Clearwater Southwestern Bell - CHCA - Largo Mercedes-Benz Credit Corp * Atlanta Oct-99 AT&T Polaris Jan-00 AT&T Solutions/Stanley Account Dec-99 AT&T Solutions/Stanley Account 1999 AT&T DMZ Account 2000 School Distdct of Hillsborough Co. Other referencee available uoon reuuest coat $1 lO,OOO.OO $ 56,000.00 $ 29,500.00 $ 13,800.00 $ 6,25o.00 $1,200,000.00 $ 6,472.12 $ 28,561.59 $1,570,000.00 $ 400,000.00 $¢o0e of Work LAN Installation I_AN Installation I_AN Installation Structured Cabling LAN Installation Proj. Mngrnt/Professional Svcs. Structured Cabling Structured Cabling Intomet, Network, Design Build 3 Yr Low Voltage Contract 1.6El ]3 Identify three (3) clients listed above for contact as references with respect to the firm's work performance. For each reference listed include a current contact person's name, title, address, and phone number. 10. Southwestern Bell Citicorp School District of Hillsborough Co. School District of Hillsborough Co. Others Available upon request Everett Perkins Steve Steinberg Henry Ballard Ken Fiallos PE,RCDD (614) 344-8755 (813) 604-9690 (813) 744-8305 (813) 872-5261 State whether the firm has permanent offices and representatives within 100 miles of Naples, Florida. Kent Technoligies /Office 501 Goodlette Road Ste. # C-208 Naples, Fl. 34102 11. 12. 13. Identify the individual that would have overall responsibility for the proposed services. Indicate whether your firm is licensed to do business in the state of Florida. James Miller Project Manager/Engineer 877-Kent Noc, Ext. 105 jmiller~kenttech.com Describe any litigation or regulatory action filed against your firm in the last three (3) years and the resolution thereof. NA Discuss your firm's ability to ensure that all work will be done in compliance with applicable Federal, State and Local regulatory provisions. Kent Technologies is licensed, insured, and bonded*. We employ highly skilled individuals, from certified cable installers, to Project Engineer's, RCDD's and PE's. All of our projects are monitored via PM Now {web-interface tool). *Our bonding agent is Morris~ Schnoor~ & Gremel. Their phone number is 616-866- 4488. The bonding company we use is Massachusetts Bay Insurance Co. and our bonding limit is a~ound $10,000,000.00.The address fox the bonding Massachusetts Bay Insurance Co. is 100 N. Parkway, Worcester, M2~ 01605. 7 16E13 14. Discuss your firm's ability to dedicate resources necessary to respond to this project. Kent Technologies has on staff Project Managers, RCDD's, and Engineers ready to handle any and all projects at any given time. We also have additional staff available in other parts of Florida as well as resources in our other offices around the country. QUALIFICATIONS 1. F1RM AND PERSONNEL EXPERIENCE/EXPERTISE Describe briefly your organization's structure and provide a copy of an organization chart, showing lines of communication, responsibilities, etc... Kent Technologies (Local) Support Team Note: This is "local" support staff, we have other resources available, when needed through our other offices, plus our business partners. Escalation Kent Technologies management exercises an open escalation process, Customers are first encouraged to address issues at the Support Engineer level and then to the Senior Support Engineer. However, clients may immediately escalate an issue directly to a Kent Technologies Branch Manager, Regional Vice President or President, as they believe the case warrants. Kent Technologies management telephone numbers, pager numbers and escalation lists are provided to our clients for use 24hrs x 7 days. 8 -- All Kent Technologies projects will be managed in the Web based Project Controller and pushed to MS Project where each element of the WBS is managed in addition to related or dependent task of other project members. These schedules are used for management of project time lines and task coordination, as well as resource forecasting and leveling. The MS Project schedule also integrates with our job cost system to determine if our estimated labor hours to actual hours are consistent. These schedules can be web enabled for on-line viewing among project members. 2. Provide a workforce profile of all permanent employees (listing each only once) which is accurate at the date of the submitted proposal. Information will only be accepted for: (1) Permanent personnel in the office responding (2) Information in the following format: WORKFORCE PROFILE INDUSTRY FIRM GATEGORY QTY EXP. EXP. Supervisors 5 $0yr 1 Programmers 6 30yr 1 Network Engineering Staff 20 200yr 1 Trainers 3 4yr 1 Help Desk Staff 4 20yr 1 Management 6 60yr 1 Office Support Staff 30 150yr 1 RCDD 8 80yr 1 Service/install. Technicians40 200yr 1 COMMENTS Others tv~es of ~ersonnel available upon request Kent Technologies has been established for I yr. As a spin off of Kent Power. We have employed a group of professionals tlmt are veterans of the industry. 9 16 {13 3. Is your company bound by terms of any collectible bargaining agreements? NO 4. Has your organization or any officer or partner thereof, failed to complete any school board project? NO List any project prematurely terminated. NA 5. Has your organization, or any officer or partner thereof, ever been party to any criminal litigation as a result of construction methods, costs, etc..? NO List any citations, warnings, liquidated damages and/or penalties assessed against your organization. NA 6. List the major projects your organization has in progress. CURRENT PROJECTS Washington Mutual /King High School Hillsborough Co. School Board Low Voltage 3 Yr. Contract Equant /Conway Trucking National Deployment AT&T /Merrill Lych /International Deployment AT&T /Stanley Tools National Account Pertel Communications /Tallan Project 7 Sites Mele Associates /Department of Veterans Affairs Others available upon request. 10 l C: FINANCIAL RESPONSIBILITY .16 I 3 ] L Trade/Credit References: List a minimum of four companies and an individual with each company who is familiar with your account. Include telephone numbers. GrayBar Electric NIS Articom ProCom 813~253-8881 863-816-8494 800-344-5686 727-530-9991 Johanna Hagel Andy Messer John Moody RodgerJewell 2. What was your organization's net worth at the end of the last fiscal year? '- Date of fiscal year end, 1999Net Worth, $ 4~656,358.00 3. Give the value of any judgment or lien outstanding against your organization and explain. NONE - 4. Attach a current financial balance sheet showing current assets and current liabilities. SEE ATTACHED PAGE 11 16E13 KENT TECHNOLOGIES, INC. Month Ending: 4/3052000 Balance Shee[ ASSETS CASH $ 164,676.00 ACCOUNTS RECEIVABLE $ 1,523,659.00 PREPAID EXPENSES $ 13,673.00 WORK iN PROCESS $ 1,148,677.00 TOTAL CURRENT ASSETS $ 2,850,685.00 PLANT EQUIPMENT PLANT TOOLS OFFICE EQUIPMENT LEASEHOLD IMPROVEMENTS TOTAL PROPERTY AND EQUIPMENT LESS ACCUMULATED DEPRECIATION NET PROPERTY AND EQUIPMENT OTHER ASSETS ORGANIZATIONAL COSTS TOTALASSETS $ 3,961,392.00 $ 170,431.00 $ 163,785.00 $ 172,702.00 4,488,310.00 (2,624,534.00) 1,863,778.00 550,00 4,715,021.00 LIABILITIES ACCOUNTS PAYABLE $ 335,822.00 INTEREST $ 2,404.00 OTHER $ 126,887.00 NOTES PAYABLE $ 250,000.00 TOTAL LIABILITIES $ 715,113.00 EQUITY COMMON STOCK RETAINED EARNINGS TOTAL STOCKHOLDER'S EQUITY $ 110,000,00 $ 3,889,908.00 S 3,999,908.00 TOTAL LIABILITIES AND EQUITY $ 4,715,02~.00 Certified: Date: - '16E13 Give a total contract value of the last five projects in the State of Florida accomplished by your firm. Provide names and contact person of referenced projects. Total Project Estimates: 1999, $ 1~637,802.00 Bank One Southwestern Bell Citicorp Others Available upon request Donna Kuproski Everett Perkins Steve Steinberg (614) 244-4778 (614) 344-8755 (8 ! 3) 604-9690 OFFICE LOCATION AND SPECIFIC PROJECT REQUIREMENTS Contractors, Vendors and Network Engineers must: Maintain a full-time office and service department within a 100-mile radius of Naples, Florida, capable of responding within 4 hours for maintenance and minor services, within 2 hours for major outages. Kent's Corporate Office, located at: 501 Goodlette Road, Suite C - 208 Naples, Florida 34102 Our response time on an emergency call to Collier County is two hours. The NOC pages the technicians assigned to the customer, as well as email them a service ticket. NOC Center personnel are also available for technical assistance when needed. By calling our NOC watts line the customer can call at any time to get status of their ticket or they can be setup with email notification of updates of all steps of tickets. 13 16E13 Tampa Corporate Office Tools: TDR Test Equipment OTDR Test Equipment Circuit Testers Cable Management Software Note: Kent Technologies Total tool value: Kent Technologies Total Vehicles: $ 2,904,880.00 $ 819,797.00 Note: All of our employees are also equipped with laptops, digital cameras, cellular phones, pagers, voicemail boxes, as well as the standard tools used in the industry. Additional, Kent Technology's specialty is National Deployment Management of projects across the country. We can handle over 2000 site national deployment if needed. Multi-site tasks are our strongest point. Kent holds a State of Florida Low Voltage Specialty Systems Contractor's license #ES0000133 Kent has Engineers, Project Managers, and Technicians on staff with years of low voltage experience as well as certification. 14 16El]} Explanation of how our firm can ensure that after the work is completed, all work area's will be left clean, hazard free and in non-damaged condition. All Kent projects and technicians are monitored by Project Managers who track all work and personnel daily. Our Project Managers do "spot check" walkthru's of sites as well as view all digital pictures we require all field supervisors, and technicians to take of site, IDFs, MDFs, Data Closets, etc... A. Kent Technologies would like to offer additional recommendations, forms, methods, etc. regarding the County's ability to manage operations and service requests from each problem site and the recommended method to dispatch each maintenance company based on the nature of the call. Kent utilizes a "company tool" listed below for all of our multi-site Projects, it save time, effort, and is very cost effective. This tool is Patent Pending, and has taking over seven (7) years to design. It is designed to make site monitoring, asset management, and site deployment of multi-sites customers an easier task before, during and after. It is accessible by Customer, Technicians, NOC Center Reps, or anyone that we allow via password access, 24hrs/7 days a week. NOTE: For access to this web tool contact Warner Huntington (813)246-9488 for demo access. 15 16E13 Shall be a State Registered Low Voltage Contractor carrying an "ER" or "ES" equivalent. Licenses; Kent holds a State of Florida Low Voltage Specialty Systems Contractor's License #ES0000133 Certifications; Designation/Certification Registration Number Date Earned James Hinder, BICSI - Registered Communications Distribution Designer (RCDD) March 1999 Kent Technologies /Frank Pedote; Designation/Certification Registration Number Date Earned Certified Low Voltage Specialty Systems Contractor (E.S.), #ES0000133 October 1993 State of Florida 2. Only licensed and bonded contractors shall be used in accordance with State Statues. *Our bonding agent is Morris, Schnoor, & Gremel. Their phone number is 616-866-4488. The bonding company we use is Massachusetts Bay Insurance Co. and our bonding limit is around $10,000,000.00. The address for the bonding Massachusetts Bay Insurance Co. is 100 N. Parkway, Worcester, MA 01605. 16 .16E!3 ,~CORD~ CERTIFICATE OF LIABILITY INSURANCE1 ~.~;.,,~,1 HOLDEPc THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFOROED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE F3YO04353-00 02/01/2000 07/01/200L ~R¥1~iCATE HOLDER CANC~iLL~TION 17 tatC r artm ut af I certhry from t~he records ofth~ office that KENT TECi~hNOLOGIES, INC. is a Michigan corporation authorized to transact business in the State of Florida, qualified on June t4, 1999. The document number of this corporation is F99000003 t46. [ further certify that said corporation has paid atl fees due this office through .December 31 ~ 2000, that its most recent annual report/uniform business report was filed on April 28, 2000, and its status is active. I further certify that said corporation has not fried a Certificate of Withdrawal. CR2E022 0-99) Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capitol, this the Fourth day of May, 2000 .~tl]er/ne .~nr ri~ ~retarg 18 z '16E13 19 ACORD PRODUCER (616) 454-7153 (616)454-1718 Universal Insurance Services, Inc. 648 Monroe NW - Suite 300 Grand Rapids, MI 49503 CERTIFICATE OF LIABILITY INSURANCEI DATE M.,D , 10/11/2000 THIS C;E:I( IIPICATE 15155UE[3 A5 A MA [ lEE OF NPUEMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURED Kent Technologies, Inc. P O Box 327 Kent City, MI 49330 COVERAGES INSURER 0: INSURER C: INSURER D: INSURER E: Kemper Insurance - - American Home Assurance_ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE (MMIDD/YY) DATE (M MiDD/YY) EMITS GENERAL LIABILITY 3AC0340056~00 07/01/2000 07/01/2001 EAC. OCCURRENCE $ 1,000 ! O0 ~- COMMERCLAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ 100, O0 I CLAIMS MADE E~ OCCUR MED EXP (Any one perscrQ $ 5,00 A X__ Designated Const P PERSONAL&ADVINJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 ~-N'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 1 · 000 ~ 00 ~ POLICY F---]PRO- r.--~ LOC JECT AUTOMOBILE LIABILITY F3YO04353-00 07/01/2000 07/01/2001: COMBINEDSJNGLELIMrT X ANY AUTO (Ea accident) $ 1,000,00. ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ A HIRED AUTOS BODILY INJURY NON~WNED AUTOS (Per accMent ) $ PROPERTY DAMAGE (Per accider~t ) $ LABAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS UABILITY IE7397683 07/01/2000 07/01/2001 EACH OCCURRENCE $ 10,000,00( X~ OCCUR [~ CLAIMS MADE AGGREGATE $ 10,000,00( B $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND 3BR071481-00 07/01/2000 07/01/2001 I TORY LIMITS I I~- EMPLOYERS' LIABILITY A E L. EACH ACCIDENT $ 1,000,00( E L DISEASE- EA EMPLOYEl $ 1,000,00( E L DISEASE- POLICY LIMIT $ 1,000,00C OTHER DESCRIPTION OF OPERATIONS/LOCA~IONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Collier County is named as Additional Insured as respects General Liability Contract #00-3112 - "Communication Services" CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETI'ER ~ CANCELLATION Collier County Board of County Commissioners 3301 E Tamlami Trail General Services Building Naples, FL 34112 AGORE) 25-2 (7197') FAX: (941) 732-0844 SHOULD ANY OF THE ABOVE DESCRIBED POMCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITFEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY AuTOHFoARiNzYEDKIRN~.~AE~_NE~ANY, 1] S A~GENTS OR REPRESENTATIVES. y~ ~ArJOI'(D (;0 RPO FGR ilON 190~ INSURANCE TYPE Collier County Florida Insurance Requirements RFP ¢/00-3112 REQUIRED LIMITS 16E13 X 1. Workers' Compensation X X 2. Commercial General Liability (Occurrence Form) patterned after the 1005 I.S.O. form with no limiting endorsements. x Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements. Bodily In!ury & Pro~)erty Damage $1.000.000 Single Limit Per Occurrence Indemnification: The Consultant, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is acknowledged through the signing of this document, shall protect, defend, indemnify and hold Collier County and its officers, employees and agents harmless from and against any and al losses, penalties, damages, professional fees, including attorney fees and all costs of litigation and judgments arising out of any willful misconduct or negligent act, error or omission of the Consultant, its subconsultants, agents or employees, arising out of or incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named Consultant, any subconsultant, subcontractor, or anyone directly or indirectly employed by an of them. This section does not pertain to any incident arising from the sole negligence of Collier County. Automobile Liability Owned/Non-owned/Hired Automobile Included $1.000.000 Each Occurrence Other Insurance as indicated below: a) Professional Liability $ Per Occurrence The Consultant shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement and shall hold the County harmless against all claims arising from the negligent acts, errors, or omissions of consultant by third parties. RFP No. 00-3112 "Communication Services" Page 14 Collier County Florida Insurance Requirements (Continued) 16E13 x 6. Contractor shall insure that all subcontractors compty with the same insurance requirements that he is required to meet. The same contractor shall provide the County with certificates of insurance meeting the required insurance provisions. X 7. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability, X 8. Collier County Board of County Commissioners shall be named as the Certificate Holder. NOTE: The "Certificate Holder" should read as follows: Collier County Board of County Commissioners 3301 East Tamiami Trail Naples, FL 34112 , X 9. Thirty (30) Days Cancellation Notice is required. X 10. The Certificate must state the RFP Number and Title. BIDDER'S AND INSURANCE AGENT STATEMENT: We understand the insurance requirements contained in these specifications, and that the evidence of said insurance may be required within five (5) business days of the award of bid. ~ENT TF, CHNOT,QC=TR.q: TNC', Proposer / ~ ,/,, ~ Signature of Propo/'er UNIVERSAL INS SERVICEr INC. Insurance Agency On File See Attachment Signatu~ of Proposer's Agent R.FP No. 00-3112 "Commun/cadon Services" THIS SHEET MUST ~E SIGNED 8Y VENDOR Board of C~L~nty Commissioners Collier ~,unty, Florida Purchasi~g Department Page 15 PROPOSERS CHECK LIST I M P O R T A N T: Please read carefully, sign in the spaces indicated and return with your bid proposal. Proposer should check off each of the following items as the necessary action is completed: 1. The RFP has been signed. 2. The RFP prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included; 6. Any delivery information required is included. 7. If reauired, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Any addenda have been signed and included. 9. The mailing envelope has been addressed to: Purchasing Director Collier County Government Center General Services Building 3301 East Tamiami Trail Naples, Florida 34112 10. The mailing envelope must be sealed.~nd marked with: · RFP Number; · RFP Title; · Opening Date 11. The RFP will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise RFP cannot be considered.) ALL COURIER DELIVERED BIDS/RFPS MUST HAVE THE BID/RFP NUMBER AND TITLF ON THE OUTSIDE OF THE COURIER PACKET. ~nature & Title Di~/t~ ~ ~erations ~ul~ 28~ 2000 Date RFP No. 00-3112 "Communication Services" CONTRACT PROPOSAL FROM: KENT TECHNOLOGIES DATE DUE: July 28. 2000 @ 3:00 PM Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: RFP NO. 00-3112 Communication Services Dear Commissioners: The undersigned, as Proposer hereby declares that he has examined the Scope of Services, and informed himself fully in regard to all conditions pertaining to the work to be done. The Proposer further declares that the only persons, company or parties interested in this Proposal or the Contract to be entered into as principals are named herein; that the Proposal is made without connection with any other person, company or companies making a Proposal; and it is in all respects fail and in good faith, without collusion or fraud. The services to be furnished by us shall be performed in accordance with the requirements of the Request for Proposal #00-3112 as issued by Collier County on July 3, 2000. Category 5 voice wiring (including materials) plenum $ 120.00 non-plenum $ 102. C~O Category 5 data wiring (including materials) plenum $ 120.0~ non-plenum $ ln~ nn Fiber optic cable per foot (installation cost only)$o_ ? ~ Materials markup / percentage over cost*$~ nn Fiber termination $ ~ ~_ nn Conduit installation $ 1.20 Under pavement installation $ 20. oo Hourly Services $ 50. oo Overtime Services $ 7s. oo Saturday / Sunday Services $ 75 nn Holiday Services $ 1 oo, o0 Travel Charges $ 65_oo Unit Cost Unit Cost 0nit Cost Unit Cost Cost Per Foot % markup Per Termination Per Foot Per Foot Hourly Rate Hourly Rate Hourly Rate Hourly Rate Hourly Rate * vendor must provide suppliers invoices on demand 16El 3 RFP No. 00-3112 "Communication S~vices" Pag~ 17 The undersigned do agree that should this Proposal be accepted, to execute the form of contract and present the same to the County Purchasing Director for approval within fifteen (15) days after being notified of the awarding of this contract. The undersigned do further agree that failure to execute and deliver said forms of contract within fifteen (15) days will result in damages to the County. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 2~-h day ,Tll]y , 2000 in the County of H±llsborough , in the State of PL . KENT TECHNOLOGIES~ INC. Firm's Complete Legal Name Check one of the following: Sole Proprietorship Corporation or P.A. Limited Partnership General Partnership Phone No. 1-877-536-06~ FAX No. 813-623-6397 5911 - K Breckenridqe Park Drive Address Tampa.. FL 33610 / City, State, Zip/ -) ~,/./ / ~ yped and Wri ten Si,.Q~at?re Warner Huntinqton Director of Operations Title PROPOSERS QUALIFICATIO[~ FORM .IST MAJOR WORK PRESENTLY UNDER CONTRACT: 16£13 ~/~ Comoleted 80% 20% -10% Pro!ect Equant/Conwav Trucking ContractAmount !05,909 73:g00 ~O,OOO LIST CURRENT PROJECTS ON WHICH YOUR FIRM IS THE CANDIDATE FOR AWARD: Hillsborough County School Board 3 Year Low Voltage ~ontract -ave you, at any time, failed to complete a project? [] Yes [] No (If the answer is yes, submit _etails on separate sheet. EFERENCES: Bank(s) Maintaining Account(s): Bank One : Jrsuant to information for prospective bidders/proposers for the above-mentioned proposed project, me undersigned is submitting the information as required with the understanding that it is only to assist in determining the qualifications of the organization to perform the type and magnitude of work ~: :ended, and further, guarantee the truth and accuracy of all statements here~ made. We will accept your determination of qualifications without prejudice. T~e: President .Date: July 28, 2000 Technician Resume Profile 16E1, Fhe followin9 resume has been completed for all full time employees subject to perform work under this contract. '--tinder James Vice President/Project Manager _ast Name First Name Job Title -'Technical/Trade Training (Included Basic/Fundamental Communications): L Institution Name Training Type Length Completion Date T&T DDM-2000 OC 3 Multiplexer OPS & Main. 5 Days 1995 ~,T&T DDM-2000 OC 12 Multiplexer OPS & Main. 5 Days 1995 J.t~lCSI Designing LANs and Internetworks 5 Days 1999 orstar NORDX/CDT IBDN Installation Training 2 Days 1999 .ucent Technologies PartnedMerlin Legend Installation & Tech 4 Days 1998 BICSI Telecommunications Project Management 3 Days 2000 B CS Cost Estimation for Voice/Data Cabling 2 Days 2000 ~anduit Panduit Installation Training 1 Day 2000 3rtronics Ortronics Open System Architecture 3 Days 2000 this section, includes installation and/or troubleshooting of systems or equipment. Listed is all Manufacturers and types of ;quipment for each category in the column below. ,-C. ommunication & Electronics Systems System Manufacturers/Description Experience Previous Work Assignments J.~ey & PBX Norstar KSU, Voice and Data Installation 13 yrs Sprint Telephone ey Service Unit NEC KSU, Voice and Data Installation 13 yrs Sprint Telephone (ey Service Unit Toshiba KSU, Voice and Data installation 13 yrs Sprint Telephone LKKey Service Unit Lucent Partner ACS (installation contractor) 4 yrs Lucent Technologies (state wide) ey Service Unit Lucent Merlin Legend & Magix 2 yrs Lucent Technologies (state wide) .'.ategory 5 Cabling Installation of Data Network 10 yrs Sprint Telephone Lc~ategory 3 Cabling Installation of Voice Network 13 yrs Sprint Telephone at-3, 5 and Fiber Optic Installation of Communication Network 13 yrs Sprint Telephone nstallation & Service Installation of Data Network 2 yrs Clark & Daughtrey Medical :iber Optic Installation Siecor Equipment 10 yrs Sprint Telephone bLnOW Voltage Contract TIE KSU and Norstar KSU 8 mnths Hillsborough County Schools stallation & Service Intertel KSU & PBX 8 yrs Intertel nstallation & Service Voice and Data Systems 6 yrs USPS Florida LSservice Contract Norstar Option 11 PBX, Data & Fiber Optics 3 yrs Sprint Telephone ervice Contract Voice & Data Systems 2 yrs Huntington Bank (state wide) nstallation & Service Voice & Data Systems 6 mnths Third Federal i,nstallation & Service Data Network 1 yr Winter Haven Hospital ---'mployment Experience Company Name Job Title Length Contact LNational information Systems Vice President & Project Manager Present Abbie Messer ,,loore Communications Director of Operations 95 to 96 Brian Hartpience ~arris McBurney Project Manager/Estimator Supv 91 to 95 Gerry Gilbert b~entral Communications Service & Installation Technician 89 to 90 Tim Cherry merican Communications Service & Installation Field Supv 87 to 89 Butch Force ._Technician Signature: Technician Resume Profile The following resume has been completed for all full time employees subject to perform work under this contract. 16E13 ~/liller James Last Name First Name Project Manager/Area Coordinator Job Title --Technical/Trade Training (Included Basic/Fundamental Communications): J.c Institution Name Training Type Length Completion Date .agle Telecomm. School Voice, KSU, PBX, Installs, Troubleshooting 6 Months 1989 AT&T Premises Distribution System Training 3 Days 1992 _[~iecor Fiber Optic Technicial Training Program 5 Days 1993 orstar NORDX/CDT IBDN Installation Training 2 Days 1996 Lucent Technologies Partner/Merlin Legend Installation & Tech 4 Days 1999 iPanduit Panduit Installation Training 1 Day 1999 J.Cisco Systems Avvid IP Telephony Seminar 1 Day 1999 Cisco Systems Sales Expert Enterprise Business Solutions 2 Weeks 2000 ~ Ortronics Ortronics Certified Installer 1 Day 2000 '"~n this section, includes installation and/or troubleshooting of systems or equipment. Listed is all Manufacturers and types of 9quipment for each category in the column below. --Communication & Electronics S stems System Manufacturers/Description Experience Previous Work Assignments Key Service Unit Norstar KSU, Voice and Data Installation 8 yrs Advantage Travel (world wide) J(ey Service Unit Samsung KSU, Voice and Data Installation 8 },rs McGee Tire Stores Key Service Unit Toshiba KSU, Voice and Data Installation 6 ¥rs Benton Express (world wide) Key Service Unit Lucent Partner ACS (installation contractor) 6 yrs Lucent Technologies (state wide) .Key Service Unit Lucent Merlin Legend & Magix 5 yrs Lucent Technologies (state wide) Category 5 Cabling Installation of Data Network 12 yrs IRS, Coca Cola Foods, etc. Category 3 Cabling Installation of Voice Network 12 yrs IRS, Interstate Batteries, etc. Cat-3, 5 and Fiber Optic installation of Communication Network 12 ¥rs Digital Equipment (world wide) IBM Installation of IBM Data Network 12¥rs Dean Whitter (world wide) Fiber Optic to Workstation Siecor Equipment 10 yrs Digital Equipment Alpha Grp. Low Voltage Contract FIE KSU and Norstar KSU 8 mnths Hillsborough County Schools 'Service Contract Intertel KSU and PBX 3 yrs Dept. of Juvenile Justice (Florida) Service Contract Voice and Data Systems 3 ¥rs Children & Family Serv. (Florida) Service Contract Norstar Option 11 PBX, Data & Fiber Optics 3 ¥rs Polk Correctional Institute ,Service Contract Lucent Merlin Legend (4-Florida Sites) 4 )/rs Florida Distillers, inc. ~/oice & Data Network Installation of LAN, WAN & Fiber Optic 12 },rs Florida Distillers, Inc. LAN & WAN Istallation of LAN & WAN (16-Sites) 12 yrs Polk Co. Library Cooperative --'Employment Experience Company Name Job Title Length Contact [l~ent Technologies, Inc. Project Engineer, Project Manager & Estimator Present Warner Huntington olk Community College Teacher (Structured Cabling Course) Present Brian Hartpience CompAge, Inc. Operations Manager 97 to 00 John Biglin [~)ationwide Network Tech. Project Manager/Installation Technician 93 to 97 Richard Solitare ffice Communications Sys. Project Manager/Installation Technician 89 to 93 Richard Solirate [ Technician Signature: Technician Resume Profile 'he following resume has been completed for all full time employees subject to perform work under this contract. 16E13 ;rawford Raymond Last Name First Name 'echnical/Trade Training (Included Basic/Fundamental Communications): Project Manager / Engineer Job Title L Institution Name Training Type Length Completion Date ~anduit Panduit Installation Training 1 Day 1995 .~T&T Premises Distribution System Training 3 Days 1996 Siecor Fiber Optic Technical Training Program 5 Days 1996 -)rtronics Ortronics Certified Installer Plus 5 Days 1998 ~ this section, includes installation and/or troubleshooting of systems or equipment. Listed is all Manufacturers and types of equipment for each category in the column below. ;ommunication & Electronics S~ stems System Manufacturers/Description Experience Previous Work Assignments Key Service Unit T-1 Circuits / CSU and DSU 4 yrs State of Minnesota -~e¥ Service Unit 56 K lines / Modems 4 },rs State of Minnesota [ey Service Unit ISDN Lines / Basic rate 4 yrs State of Minnesota Key Service Unit Centrex Lines 4 Yrs State of Minnesota '~ey Service Unit Rolm Switch 4 yrs State of Minnesota ~ey Service Unit Executone Switch 4 Yrs State of Minnesota Key Service Unit Lucent G3 Switch 5 yrs Guidant CPI Nation Wide) Category 5 Cabling ~nstallation of Data Network 5 yrs State of MN, CPI, MML, etc. ;ate~or~ 3 Cabling Installation of Voice Network 5 yrs State of MN, CPt, MML, etc. Cat-3, 5 and Fiber Optic Installation of Communication Network 5 yrs State of MN, CPI, MML, etc. [BM Installation of IBM Data Network 5 yrs Minnesota Mutual Life :iber Optic to Workstation Panduit certified Install 3 yrs MN Dept. of Revenue -ow Voltage Contract Cable Installation / Systems Service 4 yrs , State of Minnesota ~.mployment Experience Company Name Job Title Length Contact ~lent Technologies, Inc. Project Engineer, Project Manager & Estimator Present Warner Huntington etro Comm. Services ~nc. Account Manager 94 to 00 John Walek L _.Technician Signature: Technician Resume Profile the following resume has been completed for all full time employees subject to perform work under this contract. ~,roft Glenn Lead Technician -ast Name First Name Job Title --Technical/Trade Training (Included Basic/Fundamental Communications): L Institution Name Training Type Length Completion Date anduit Panduit Installation Training 1 Day 2000 Drtronics Ortronics Certified Installer 1 Day 2000 J~ucent Technologies Partner/Merlin Legend Installation & Tech 4 Days 2000 isco Systems Avvid IP Telephony Seminar 1 Day 1999 this section, includes installation and/or troubleshooting of systems or equipment. Listed is all Manufacturers and types of .~quipment for each category in the column below. --Communication & Electronics Systems System Manufacturers/Description Experience Previous Work Assignments L~eY Service Unit ~Norstar KSU, Voice and Data Installation 3 yrs Advantage Travel (Lakeland) ey Service Unit ISamsung KSU, Voice and Data Installation 3 yrs McGee Tire Stores Key Service Unit Toshiba KSU, Voice and Data Installation 3 yrs Florida Flavors, Inc. .Key Service Unit Lucent Partner ACS (installation contractor) 3 yrs Lucent Technologies (state wide) .Key Service Unit Lucent Merlin Legend & Magix 3 yrs Lucent Technologies (state wide) Categon/5 Cabling Installation of Data Network 3 yrs Cutrale Citrus Juices, USA Categon/3 Cabling Installation of Voice Network 3 yrs Cutrale Citrus Juices, USA Cat-3, 5 and Fiber Optic Installation of Communication Network 3 yrs Premier Bedding Grp. (Nationwide) 'Service Contract Intertel KSU and PBX 3 ),rs Dept. of Juvenile Justice (Florida) Service Contract Voice and Data Systems 3 yrs Children & Family Serv. (Florida) Service Contract Norstar Option 11 PBX, Data & Fiber Optics 3 yrs Polk Correctional Institute C-5, Fiber Optic & CCTV Installation of Fiber Backbone, WAN & CCTV 3 yrs Cruzan Rum (Virgin Islands) J J --Employment Experience Company Name Job Title Length Contact Kent Technologies, Inc. Lead Technician Present Warner Huntington CompA~]e, Inc_ Lead Technician 97 to 00 John Biglin L J Technician Resume Profile the following resume has been completed for all full time employees subject to perform work under this contract. 16E13 -'nsua Daniel Project Manager Last Name First Name Job Title --Technical/-rrade Training (Included Basic/Fundamental Communications): Institution Name Training Type Length Completion Date z"Jr~ronics Technicians Training I Day 2000 ~anduit Structured Cabling Training 1 Day 2000 Valcom Loud Speaker Paging Systems 1 Day 2000 -~n this section, includes installation and/or troubleshooting of systems or equipment. Listed is all Manufacturers and types of .~quipment for each category in the column below. -Communication & Electronics Systems System Manufacturers/Description Experience Previous Work Assignments jroa Multi Function Sound Systems 1 yr Sol La Vita BL Theatre Cinema System 1 yr Sol La Vita JBL Speaker System 1 yr Sol La Vita 3ogen Amplifiers 1 yr Eckerds LD sh Network Satellite AudioNideo 1 yr Sprint PCS FIC In Ground Speaker Systems 1 yr Orlando Premium Outlet 3irect TV Music ChoiceNideo 1 yr Life Styles L~MYJMuzak Satellite Music Installation 1 yr DMX/Muzak rown 8 ohm/70 volt Amplifiers 1 yr Waterford Lakes Town Center L L -~mployment Experience Company Name Job Title Length Contact b~ational Information Systems Project Manager Present Abbie Messer ent Technologies, Inc. Project Manager 98 to 99 Warner Huntington /Vinter Haven Hospital Maintenance 97 to 98 John Rasmussen Technician Signature: AGREEMENT 16El. THIS AGREEMENT, made and entered into on this 26th day of September, 2000, by and between Aztek Communications of South Florida, Inc., hereinafter called the "Contractor", and Collier County a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITNESSETH: .G_Q_M_ME_NCEMENT. The Contract shall be for a one (1) year period, commencing on September 26, 2000 and terminating on September 25, 2001. The County retains the right to renew this contract, with the consent of the vendor, under the same terms and conditions for two (2) additional one-year periods. The County Administrator or his designee may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to ninety (90) days. The County Administrator, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. STATEMENT OF WORK: The Contractor shall furnish Communication Services in accordance with the terms and conditions of the specifications of RFP No. 00- 3112 and the Contractor's proposal hereto attached and made an integral part of this Agreement. THE CONTRACT SUM. The County shall pay the contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, together with the cost of any other charges/fees submitted in the proposal. Any county agency may purchase products and services under this Contract, provided sufficient funds are included in their budget(s). NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: Mr. Michael L. Leeds, President Aztek Communications of South Florida, Inc. 4021 - 23rd Avenue SW Naples, FL 34116 941/566-1527 -1- 16E13 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: Collier County Government Complex Purchasing Department 3301 East Tamiami Trail General Services Building Naples, Florida 34112 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 Service Agreement must be in writing. 5. 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. 6. 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. 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. 7. 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 Contract 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. -2- 16El 8. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non-performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE: The Contractor shall provide insurance as follows: Ccmmercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' ComPensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. SPecial Reauirements: Collier County shall be listed as the Certificate Holder and included as an Additional Insured on both the Comprehensive General Liability and Business Auto Liability Policies. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County 30 days prior to any expiration date. There shall be a 30 day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorney's fees and all costs of litigation and judgments of any name and description arising out of or -3- 16E1] incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named ContractorJendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The ContractorJendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the ContractorJendor's limit of, or lack or, sufficient insurance protection. The first Ten dollars ($10.00) of money received on the contract price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. 12. THIS AGREEMENT shall be administered on behalf of the County by the Information Technology Department. Payment of invoices shall be responsibility of the individual County departments 13. COMPONENT PARTS OF THIS CONTRACT: This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, and RFP No. 00- 3112 Specifications. 14. 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. -4- 16E13 IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by a authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: · bwight E. Brock, ~lerk of Courts BY:..~/,,¢~' Type/~int Witness~ame ~d Witn~ Type/Print Witness Name BOARD OF CO~.~MISSIONERS COLLIER~1J,N, TY. FLORIDA Chair el:~s'on'/,/ -- By: Contractor Signature Typed Signature Title CORPORATE SEAL (Corporations Only) Approved as to form and legal suff~ ~ Robe~//Za~a~h,~'~"/ Assistant County Attorney -5- 16E!3 COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DMSION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 http ff/co.collier.fi.us DATE: TO: FROM: SUBJECT: July 5, 2000 Prospective Proposers Rhonda L. Tibbetts, Purchasing Agent RFP ¢¢00-3112 - Communication Services Pursuant to County Manager action, the Information Technology Department is seeking the professional services of a qualified firm capable of providing communication services. Please refer to the Legal Advertisement contained in the enclosed Proposal Package for the time and the due date for proposal submission, These professional services will include, bu~ not be limited to the "Scope of Services" as described herein. If you have any immediate questions regarding the intended Scope of Services, you may contact Mr. Michael Berrios, Communication Systems Manager, Information Technology Department, at 941/774-8794. Procedural queries may be directed to me at 774-8425 or e-mail Rh0!!¢aTibbett~colli~rgov.net. We look forward to your participation in this RFP process. cc: Mike Berrios, Information Technology Department PUBLIC NOTICE OR REQUEST FOR PROPOSALS Pursuant to action approved by the County Manager, Sealed Proposals for Communication Services will be received until 3:00 p.m. on July 28, 2000 at the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, Florida 34112. RFP #00-3112 "Communication Services" All proposals shall be submitted in accordance with the Instructions to Proposers and the Request for Proposal Specifications. Collier County does not discriminate based on age, race, color, sex, religion, national or origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /S/STEVE CARNEEL Purchasing Director This Public Notice was posted in the lobby of the General Services Building, Collier County Government Center on July 5, 2000. Bid No. 00-3 Page 3 16 13 SCOPE OF SERVICES Collier County desires to enter into a contractual relationship with a vendor(s) capable of providing various communications services for the County. These services would enhance and supplement communications services provided by County staff. It is the County's intent to award to multiple vendors. Other County departments may utilize this contract. County Environment The County has four (4) major Lucent Definity PBXs, a Prologix system and a number of key systems and approximately 1500 extensions. The majority of the phones and switches are located on two major campuses in Naples but there are approximately forty (40) additional locations with smaller numbers of telephones throughout the County, including Everglades City, Marco Island and Immokalee. We also have a 675+ PC based computer network. Primary (Mandatory) Services Required The County desires fixed pricing for the following services: 1. Category 5 voice wiring ( both plenum and non-plenum ) 2. Category 5 data wiring ( both plenum and non-plenum ) 3. Fiber optic cable per foot ( installation cost only ) 4. Materials markup / percentage over cost 5. Fiber termination ( per'termination cost ) 6. Conduit installation per foot 7. Under pavement installation per foot 8. Hourly Services to include a) Four hour response to work requests b) All non-service affecting requests to be closed within two (2) business days. c) Work order input. d) Maintenance of telephone inventory database e) Telephone system programming f) Adds, moves, changes and deletes g) Troubleshooting h) Coordination of diagnosis and repair services between other communications vendors including Sprint and Lucent Technologies. i) Miscellaneous communications services j) Develop and maintain a complete set of documentation and diagrams for the County's telephone system configurations and settings. This documentation shall be kept up to date and available for review by County staff. k) The vendor shall be available seven (7) days a week, twenty-four (24) hours a day, 365 days a year. 9. 8 AM to 5 PM Hourly Rate 10. After 5 PM Hourly Rate Bid No. 00-3 11. Saturday and Sunday Rate Page 4 16E13 12. Holiday Rate 13. Travel Charges Billing Vendors will provide monthly detailed and summary reporting of work orders including but not limited to: · description of work performed including problems · symptoms reported and fix applied · name of person and department for whom the service was performed · labor and parts (where applicable) · time and date work order received and time and date work order closed out · type of work performed · name of technician and hours expended Other services may be negotiated under the terms of this RFP. Proposer shall bill the County (Attn.: IT Department) for all charges to the County except those associated with Special Orders (major renovations). In the case of Special Orders, the County departments will be required to issue their own purchase orders and the proposer shall bill those departments directly in accordance with the terms of this proposal. The IT Department will coordinate the performance of work. Special Note: Collier County Government, is a member of the SW Florida Purchasing Consortium. It is hereby made a part of this RFP that the submission of any Proposal in response to this publicized request const. itutes a Proposal made under the same conditions, for the same contract price, to the other members of the said Consortium. Work Assignment All work performed will be pursuant to County Work Orders transmitted or made available to contractor by electronic means supplemented on occasion by telephone call and/or pager alert for urgent situations. The County will provide access to its work order system or will negotiate other electronic means with proposer. Any work performed without a work order will not be paid unless authorized by the Information Technology Director or IT Manager of Communications Systems. Prioritization of work requests will be defined by the IT Department. All services are to be performed to the County's satisfaction and specifications and all completed work orders must be signed by the IT Director or IT Manager that work was completed. Pe~ormance In general, vendor shall maintain service skills, service posture and spare parts inventories sufficient to maintain communications services free of significant complaints by County departments. Following is a list of minimum service levels; proposers are encouraged to propose a better level of service as an inducement to selection. 1. For individual telephone adds, moves and changes, and problems, vendor must respond within four hours during the business week. 2. For telephone systems down (to be defined as being in excess of fifty (50) telephones out of service at one time), vendor must return calls within thirty (30) minutes and to be on-site within a maximum for two (2) hours with competent diagnosis and repair personnel. 3. Billing reports must be received by the IT Department within two (2) calendar weeks after month end. PROPOSALSUBMITTAL: In responding to this proposal, each proposer shall include within a 20-page limit (total for the entire submission). 1. Proposer's Credentials: Proposers shall provide, in detail, their credentials in providing communication services and any information which documents successful and reliable experience in past performance, especially those performances related to the requirements of this Request for Proposal. Include a description for the proposer's business history and number of years in operation. Related experience shall be restricted to those assignments undertaken within the last five (5) years. 2. Staff Credentials: The proposer shall include the name, title, address, and telephone number of persons who will both manage and be assigned to perform services under the proposal. 3. Resumes: A signed 1-page resume, including references, detailing educational qualifications and previous work assignments related to this Request for Proposal for each person who will perform the services required shall be included. Failure to do so may be cause for rejection of the proposal. Credentials will be subject to verification. In the event there should be a change in the person (s) names assigned to perform the services under this contract, the contractor shall submit, for approval to the County, the credentials and resumes of the person(s) the contractor wishes to perform the services under the contract. 4. References: A list of three (3) applicable customer references is to be provided who have contracted for similar services offered by the proposer which are considered identical or similar to the requirements of this Request for Proposal. Failure to do so may be cause for rejection of the proposal. The list shall include. 1. Company name and address; 2. Contracting officer and telephone number; 3. Technical representative and telephone number; and 4. A brief, written description of the specific study. 5. Time: Proposer shall provide the time required to perform the services from date of work order. 6. Approach: Proposer's approach and its compatibility to the needs of the consumer and the philosophies of Collier County. 7. Cost Proposal Supplemental Information 1. Statement of litigation that firm or staff is currently involved in, or has been involved in over the past five (5) years, stating points of contention and results if available. 2. Proposer Qualification Form. 3. Insurance Requirements Certification. 4. Proposer's Checklist. 5. Proposer Declaration Statement. Bid No. 00-3 Page 8 16[13 Evaluation Criteria Collier County procedure for selecting is as follows: 1. The County Manager shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals 3. Subsequent to the closing of proposals, the Purchasing Agent and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. Should both the Purchasing Agent and Project Manager be appointed to the committee as voting members, such meetings shall be open to the public and the Purchasing Agent shall publicly post prior notice of such meeting in the lobby of the General Services Building at least one (1) day in advance of all such meetings. 4. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria listed below. 5. Prior to the first meeting of the selection committee, the Purchasing Agent will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the General Services Building not less than three (3) working days prior to the meeting. The Purchasing Agent shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. The committee will compile individual rankings for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations from the top-ranked firm(s). The final recommendation will be decided based on review of scores and consensus of committee. 7. Subsequent to award, a contract shall be negotiated with one or more of the top- ranked firms. Collier County has developed standard contracts that have been approved by County Attorney and the Board of County Commissioners (BCC) for all projects. All respondents to this RFP will be required, if selected to perform the work, to execute the standard contract within forty-five (45) days of Notice of Selection for Award. This document is available for inspection at the Purchasing Office and a review is encouraged prior to submitting a proposal, 8. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. Bid No. 00-3 Page 9 All Proposals will be evaluated and scored on the following criteria GRADING CRITERIA POINTS 1. Approach as described in narrative supplied by proposer20 2. Expertise of designated staff 20 3. Previous performance on similar jobs as evidenced by references provided by proposer 20 4. Additional inducements offered including additional services20 5. Total County cost of using proposer not limited to Cost proposals 20 Total Possible Points 100 ADDITIONAL INFORMATION: If you have any immediate questions regarding the intended Scope of Services, you may contact Mr. Michael Berrios, Communication Systems Manager, Information Technology Department, at 941/774-8794. Procedural queries may be directed to me at 774-8425 or e-mail to RhondaTibbet[s~colliemov.ne~. PROPOSAL SUBMISSION: Four (4) sets of the proposal must be provided, with the original clearly marked: submitted in a sealed envelope with the RFP Numbe¢, Title and Due Date clearly stated on the envelope. All proposals, including qualifications and other data pertinent to making an objective evaluation of your firm's capabilities must be forwarded to the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, Florida 34112 on or before 3:00 p.m. Collier County Time on July 28, 2000. Any proposals received after the time and date specified will not be considered. The County assumes no responsibility for proposals received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late proposals shall be returned unopened, and shall not be considered for award. Bid No. 00-3 Page 10 16[13 INSTRUCTION TO PROPOSERS PRINCIPALS/COLLUSION: By submission of this Proposal, the undersigned, as proposer, does declare that the only person or persons interested in this proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. PROPOSAL WITHDRAWAL: No Proposal can be withdrawn after it is filed unless the Proposer makes their request in writing to the County prior to the time set for the opening of Proposals, or unless the County fails to accept it within sixty (60) days after the date fixed for opening. PROPOSER'S CERTIFICATION: Submission of a signed Proposal is Proposer's certification that the Proposer will accept any awards made to them as a result of said submission of the terms contained therein. EXCEPTIONS TO INSTRUCTIONS OR CONDITIONS: Proposers taking exception to any part or section of these instructions or conditions shall indicate such exceptions on their Proposal. Failure to indicate, any exceptions shall be interpreted as the Proposer's intent to fully comply with the specifications as written. LAWS AND REGULATIONS: It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all Local, State and Federal laws and regulations. INSURANCE COSTS: Since these conditions include Insurance Requirements, there may be additional insurance costs to the Proposer's firm. It is, therefore, imperative that the Proposer discuss these requirements with the Proposer's agent, as noted on the Insurance Check List, so that allowances for any additional costs can be made by the Proposer. The Consultant's obligation under this provision shall not be limited in any way by the agreed upon contract price, or the Consultant's limit of, or lack of, sufficient insurance protection. EXPENSES INCURRED IN PREPARING PROPOSAl.: The County accepts no responsibility for any expenses incurred in the Proposal, preparation, or presentation; such expenses to be born exclusively by the Proposer. QUALIFICATION OF PROPOSERS: Before the award of any contract, each Proposer may be required to show (to the complete safisfaction of the county Manager or their designee), that they have the necessary facilities, ability and financial resources to furnish the service as specified herein in a satisfactory manner, and they may also be required to show past history and references which will enable the County Manager, or their designee, to satisfy themselves as to the qualifications. Failure to qualify according tot he foregoing requirements will justify the County in rejecting a Proposal AWARD CHALLENGE: Ass costs accruing from a Proposal or an award challenged as to quality, etc. (test, etc.) shall be assumed by the challenger. LOBBYING: All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be Iobbied..either individually or collectJvely...about a project for which a firm has submitted a proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the publication, evaluation and award phases, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation and their prospective or actual Proposal, with the exception of the Purchasing Department except where otherwise expressly permitted by County ordinance, resolution, or by the RFP document. Failure to abide by this provision may serve as grounds for disqualification for this or a future award to the firm. PROPOSAL FORM: Each Proposer must submit the proposal Form included in this Request for Proposal. SINGLE PROPOSAL: Only one Proposal from a legal entity will be considered. If it is found that a Proposer is interested in more than one Proposal, all Proposals in which such a Proposer is interested will be rejected. SIGNATURE OF PROPOSER: The Proposer must sign the Proposal in the spaces provided for signatures. If the Proposer is an individual, the words "Sole Owner" shall appear after their signature. If the Proposer is a partnership, the word "Partner" shall appear after the signature of one of the partners. If the Proposer is a corporation, the signature required is the Officer, Officers or Individual duly authorized by its by-laws or the Board of Directors to bind the corporation with official corporate seal affixed thereto. RFP No. 00-3 INTERPRETATION OF PRQPOSAL DOCUMENTS AND INVES_TIGATION OF PROJECT: Each Proposer shall thoroughly examine the Proposal Documents, and judge for themselves all matters relating to the location and the character of the services they agree to perform. If the Proposer should be of the opinion that the meaning of any part of the proposal Document is doubtful, obscure or contains errors or omissions, they should report such opinion or opinions to the Purchasing Director. Neither the County manager nor their staff shall be responsible for oral interpretation given either by themselves or members of their staff. The issuance of a written addendum shall be the only official method whereby such interpretation will be given. REJECTION OR ACCEPTANCE OF PROPOSALS: The right is reserved by Collier County to waive any irregularities in the Proposal, to reject any or all Proposals, to re-solicit for Proposals, if desired, and upon recommendation and justification by Collier County to accept the Proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any Proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection of the Proposal. In the event of default of the successful Proposer, or their refusal to enter into the Collier County contract, the County reserves the right to accept the Proposal of any other Proposer or to re-advertise using the same or revised documentation, at its sole discretion. PROTECTION RIGHTS OF COUNTY: The County reserves the right to include in any contract document such terms and conditions as it deems necessary for the proper protection of the rights of Collier County. PROTEST PROCEDURES: Any actual or prospective respondent to an Invitation to Bid or Request for Proposal who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the opening of the Bid or the due date for acceptance of Proposals. All such protests must be filed with the Purchasing Director no later than 11L00 AM Collier County time on the advertised date for the opening of the Bid or the acceptance date for the Request for Proposals. Award of contract will be made by the Board of County Commissioners in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and P elt16E13 Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two 92) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. VENDOR PERF_ORMANCE EVALUATION: Collier County has implemented a Vendor Performance Evaluation System for al contracts awarded in excess of · $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. RFP No. 00-3112 "Communication Services" Page 17 THIS SHEET MUST BE SIGNED BY VENDOR Board of County Commissioners Collier County, Florida Purchasing Department 16-[1} PROPOSERS CHECK LIST I M P O R T A N T: Please read carefully, sign in the spaces indicated and return with your bid proposal. Proposer should check off each of the following items as the necessary action is completed: .--~1.The RFP has been signed. .-~.The RFP prices offered have been reviewed. /'J.The price extensions and totals have been checked. /4. The payment terms have been indicated. /'5.Any required drawings, descriptive literature, etc. have been included. /6. Any delivery information required is included. /7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. ./~. Any addenda have been signed and included. ~ The mailing envelope has been addressed to: Purchasing Director Collier County Government Center General Services Building 3301 East Tamiami Trail Naples, Florida 34112 The mailing envelope must be sealed and marked with: · RFP Number; · RFPTitle; · Opening Date '-'/11. The RFP will be mailed or delivered in time to be received no later than the specified openin,q date and time. (Otherwise RFP cannot be considered.) ALL COURIER DELIVERED BIDSlRFPS MUST HAVE THE BID/RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Aztek Communications Company Name Signature & Title 07/21/2000 Date Original RFP-00-3112 Communication Services 16E13 Naples, Fl. 34116 Phone- 941-566-1527 Fax- 941-348-3810 A, ztek Communication's Credentials Aztek Communications is a 4 year old Company dedicated to unsurpassed customer satisfaction. Incorporated January 1~ 2000, Aztek Communications is headed by Michael Leeds and John Renosis and is engaged in sales, service and installation of communications services, products and infrastructure. Aztek Communications currently has a customer base of over 125 clients including such notable entities as: Staples Communications, a division of Staples Inc., Flodda Gulf Coast University, W~lson Miller Engineering, Flodda State Attorney's Office, and Micros Fidelio Software Engineering to name just a few. Aztek Communications personnel have been providing communications se~ioes for Collier County Constitutional Agencies under formal quotes and as former Collier County employees for over 5 years. Over this time frame Aztek Communications has acquired an intimate knowledge of the Collier County Campus, and all outlying locations. This includes Main Distribution Frames, Intermediate Distribution Frames, and Demarcation Facilities. Aztek Communications has provided PBX software and hardware support including recommendations for improved service and performed repairs, moves, adds and changes in a timely and efficient manner. As former Collier County Employees, Michael Leeds and John Renosis were an integral part of the design and installation of the Collier County PBX Multi-switch system and T-1 trunking cost reduction efforts as well as numbering plan, call accounting system, and voice mail integration. Staff Credentials: 832 97~ Avenue North Naples, Fl. 34108 941-566-1527 9081 LadyBug Court Fort Myers, Fl. 33919 941-940-2841 16E13 Michael L. Leeds 832 97u~ Ave. N. Naples, FL 34108 Phone 941-566-7339 E-mail Ml~ds1961 ~(~aol.¢om Communications Services · Communications Technician REFERENCES: Skip Camp Facilities Management Director - Collier County Government 774-8354 Sharon Telly Clerk of Courts Admin. - Collier County Clerk of Courts 774-8124 Jim Hehl Facilities Manager ~ Flonda Gulf Coast University 590-1313 EDUCATION Graduated High School in 1979 Graduated U.S.A.F. Technical Training School in W~daband Telecommunications. Graduated U.S.AF. Technical Training School in Telecommunications Systems Control Attended Fiber Optic trairf~ng seminar in 1986. Attended AT&T Definity G-3 PBX Administration course in 1997 Attended AT&T Intuity Voice mail Administration course in 1997 EXPERIENCE Aztek Communications 1999 - Present President and Responsible for Marketing, Sales, and Technical Expertise. Provides daily on site Communications repair and installations as required. Collier County Government I.T. Depart.ant 1992 - 1999 Telephone Technician with responsibilities involving daily maintenance and repair of Collier County campus telephone system and telephones. Data and voice communications cabling installation and troubleshooting and fiber optic installations as well as network support and customer interlacing. Promoted to I.T. Communications Professional in 1997 until 1999, HONORS I AWARDS Received Collier County Employee of the Month Award. QUALITIES I SKILLS Consistently maintained reputation as a dedicated worker with professionalism and courtesy as core elements, Not afraid to jump in and help whenever possible, JOHN RENOSIS 9081 Ladybug Court Fort Myers, Florida 339i9 16E13 (94t) 433-5915 (941) 940-2841 cell (94t) 348-3810 fax Qualifications: Over 30 years experience as a capable and dedicated service technician/field engineer in the te)ephone and computer environments. Demonstrated troubleshooting and maintenance skills. Experience: Aztek Communications, Naples FL Vice President and Operations Manager October 1999 - present Daily on site communications repair and installations for over 130 business customers Staples Communications, Tampa FL Communications Technician Sept. 1997 - Oct. 1999 Installation, maintenance and repair of Executone and Nortel Telephone Systems Collier County Government, Naples FL information Technology Specialist Oct.19cj5 - Sept. 1997 Installation, maintenance & repair AT&T system75 PBXs and associated station equipment, plus several small electronic key systems. Installation and maintenance of Network Cat 5 wiring, Hubs/servers, in new P.C based NT environment Collier County government, Naples FL Communications Technician July 1992 ~ Sept. 1995 installation, maintenance and repair of 3 AT&T system 75 PBXs and all associated station equipment; plus several small electronic key systems AT&T, Middletown, NJ Computer Data Tech III December 1984- June 1992 Installation, maintenance and repair of digital equipment line, VAX and associated peripherals, AT&T3B2/600-700-1000, Pyramid 7080 and all sun microsystems workstations AT&T, Rutherford NJ Telephone and Service Technician January to December 1984. Installation, Maintenance, & Customer Advisor: PBX Dimension & System 75 Service accounts NJ Bell Telephone, Rutherford, NJ PBX Installer January 1973-December 1983 Installation and servicing telephone and communication equipment for Giants Stadium, Byrne Arena and Meadowlands Racetrack, Client Consultation and on-site installation and servicing of telephone equipment for trade shows, sporting events and concerts NJ Bell Telephone, Rutherford, NJ Residential Telephone Installer Dec. 1970 - Dec. 1973 References: Dan Horton Staples Communications Installation Manager (813) 873-7400 Jim Hehl Florida Gulf Coast University Facilities Manager (941) 590-1313 Skip Camp Collier County Government Facilities Management Director (941) 774-8354 Training: (past 5 years) AT&T Definity G-3 PBX Administration Cabling Voice & Data Networks MS PowerPoint 7.0 - MS Excel 7.0 - MS Schedule+ 7.0 - Nortel MICS 4.0 & VMS Installation & Software Naples, Fl. 34116 Phone- 941-566-1527 Fax- 941-348-3810 Aztek Communication's Professional References 1 .) Florida Gulf Coast University Various Contract work including Fiber Optic 10501 F.G.C.U. Blvd. So. Installations and repair, Data Communications Fort Myers, Fl. 33965-6565 Cabling, and Telephone installations and repair. Technical and Administrative Contact: Jim Hehl Phone - 941-590-1313 2.) Airdata Wireart Systems Inc. Data Communications Cabling and 2180 Immokalee Rd. Telephone installation and repair. Suite 201 Naples, Fl. 34110 Technical and Administrative Contact: Jim McDonald Phone - 941-596-7313 3.) Micros Fidelio Various Contract work including Fiber Optic 2640 Golden Gate Pkwy Installations and repair, Data Communications Suite 211 Cabling, and Telephone installations and repair. Naples, Fl. 34105 Administrative Contact: Barbara Sands Phone - 9414304127 Technical Contact: Ulises Vargas Phone - 9414304248 40 Staples Communications Various Contract work including Telephone 1 North Dale Mabry System Installations, Voice and Data Cabling, Suite 900 Project Coordination, and Work Orders. Tampa, Fl. 33609 Technical and Administrative Contact: Dan Horton Phone - 813-873-7400 ,Ti, m.e 16E13 Aztek Communications will start on work orders immediately upon receipt. Out of service requests will have an immediate priority. Aztek Communications will complete all work orders within the Collier County time parameters that are listed in RFP 00-3112. 2 Hours for service outages affecting 50 or more users. 4 Hours for service outages affecting less than 50 users. 2 days for Routine Non service affecting outages. Paymen. t Terms Aztek Communications will accept payment from Collier County upon receipt and approval of invoices submitted on the date of services or a reasonable time thereafter. Aztek Communications Approach 16E13 t.) Aztek Communications will undertake all efforts to exceed requirements set forth in RFP #00-3112~ 2.) Aztek Communications will check-in either in person or by telephone by 8:15 a.m. daily, obtaining open work order tickets. Aztek will perform repairs until all open tickets are resolved or held for parts, coordination, or other unforeseen issues. 3.) Aztek Communications will respond in person, when possible, or by telephone within 4 hours for service affecting requests and will make every attempt to rectify the problem, unless the problems resolution is held for parts, coordination, or other unforeseen issues. 4.) Aztek Communications will respond in person, when possible, or by telephone within 2 days for non-service affecting requests and make every attempt to repair the problem, unless the problems resolution is held for parts, coordination, or other unforeseen issues. 5.) Aztek Communications will maintain an inventory of frequently used parts and repair products like telephone and data jacks, handset cords, etc. as well as associated materials like patch cables. 6.) Aztek Communications will demonstrate fast, efficient, work techniques designed to save time and money without sacrificing quality. 7.) Aztek Communications will offer creative solutions when possible to assist the County in further savings. 8.) Aztek Communications will provide courteous, professional service at all times. 9.) Aztek Communications will make every attempt to provide cost efficient materials. (i.e. sale items, bulk purchases etc.) Aztek Communications will pass these savings on to Collier County. I0.)Aztek Communications personnel will carry cellular phones equipped with voice mail or paging capability. 11.) Aztek Communications will follow all Collier County standards and practices regarding communications services, meeting and/or exceeding County standards whenever possible. 12.) Aztek Communications will provide timely and accurate billing reports. Reports will be delivered within 2 calendar weeks after month's end. Billing will be based on each work order and copies of each work order will be provided to County upon request. All invoices will contain work order numbers. RFP No. 00-3112 "Communication Services" Page 18 16E15 FROM: Aztek Communications 4021 23rd Ave SW Naples FL 34116 DATE DUE: July 28, 2000 ~.. 3:00 PM Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: RFP NO. 00-3112 Communication Services Dear Commissioners: The undersigned, as Proposer hereby declares that he has examined the Scope of Services, and informed himself fully in regard to all conditions pertaining to the work to be done. The Proposer further declares that the only persons, company or parties interested in this Proposal or the Contract to be entered into as principals are named herein; that the Proposal is made without connection with any other person, company or companies making a Proposal; and it is in all respects fail and in good faith, without collusion or fraud. The services to be furnished by us shall be performed in accordance with the requirements of the Request for Proposal #00-3112 as issued by Collier County on July 3, 2000. Category 5 voice wiring (including materials) plenum non-plenum Category 5 data wiring (including materials) plenum non-plenum Fiber optic cable per foot (installation cost only) Materials markup / percentage over cost*$ 20~ Fiber termination $ 25. O0 Conduit installation $ z 2. O0 Under pavement installation $ 28.00 Hourly Services $ 40.00 Overtime Services $ 60. O0 Saturday / Sunday Services $ 80.00 Holiday Services $ 80.00 Travel Charges $ 20.00 $ 75. O0/Run Unit Cost $ 7n. nn/~,,. Unit Cost $ 75.00/Run Unit Cost $ 70.00/Run Unit Cost $1.00/6 stnd~ost Per Foot % markup Per Termination Per Foot Per Foot Hourly Rate Hourly Rate Hourly Rate Hourly Rate Hourly Rate Additional Inducements 16E13 These options are examples of additional inducements offered to Collier County in an effort to give the County the highest levels of service. Aztek Communicahons will attempt to offer other inducements whenever possible. Dedicated Technician - Aztek Communications can offer a dedicated technician on site at Collier County from 8:00 a.m. to 5:00 p.m. with I hour for lunch Monday through Friday. The technician will be fully capable of handling outages and services related to this RFP. The technician will carry spare parts and perform all service requests mqmring one person. This technician will perform moves, adds, and changes and other work such as site drawing compilation and all reasonable requests related to telephone and data testing and repair. Cable pulling work will be billed at the rate quoted for cable installations. Requests requiring additional technicians will be billed at the hourly rates. Savings Inducement - Aztek Communications can offer a Savings Plan consisting of a "No Cost Evaluation" Program. Aztek Communications will survey and document at no hourly cost and no per unit cost, various facets of Collier County's telecommunications areas. All documented savings verified by Collier County would be paid to Aztek Communications at a rate of 20% on the dollar. Example: Assuming cost savings of $5000 dollars in a calendar year, Aztek Communications would be paid $1000.00. These inducements are offered to provide Collier County with an example of the types of additional savings options that Aztek Communications is willing and capable of providing. Naples, Fl. 34116 Phone- 941-566-1527 Fax- 941-348-3810 Statement of Litigation Aztek Communications has never been involved in any court litigation. PROPOSERS QUALIFICATION FORM LIST MAJOR WORK PRESENTLY UNDER CONTRACT: 16E13 % Completed Proiect Contract Amount Cnllimr C.n.n~y D~v. Rvr~ State Of Florida Attorney Wilson Miller Tn~pert~= MnvP 's Office Renovation $ 7040.00 $ 1800 00 LIST CURRENT PROJECTS ON WHICH YOUR FIRM IS THE CANDIDATE FOR AWARD: Micros- Fideli~ 3rd Floor Remode]in~ Internal Mmdi~in~ Of gouth Wosr Florida Now Cnn~rr.rtinn Have you, at any time, failed to complete a project? [] Yes [] No (If the answer is yes, submit details on separate sheet. REFERENCES: Bank(s) Maintaining Account(s): 1st National Bank of Naples Pursuant to information for prospective bidders/proposers for the above-mentioned proposed project, the undersigned is submitting the information as required with the understanding that it is only to assist in determining the qualifications of the organization to perform the type and magnitude of work intended, and further, guarantee the truth and accuracy of all statements herein made. We will accept your determination of qualifications without prejudice. Nameof Organization: Aztek Communications By: Michael L. Leeds & John Renosis Title: President Vice President ARested By: /~ Title: Secretary Date: 07/21/2000 HOLDER. THIG CERTIFICAT~ D~8 NOT A~END, EXTEND O~ ALTER THE COVERAGE AF~RDED BY THE POUCIES BELOW, 2495 ~dAIN ST. SUITE 209 DOkIPAHIES AFFORDINO COVERAGE BUFFAI.O, NY 14214 ~o~,~ DESCRIBE SPECIFIC JOB IF POSSIBLE STATE OF FLORIDA DEPARTMENT OF LABOR AND EMPLOYMENT SECURITY DIVISION OF WORKERS' COMPENSATION CONSTRUCTION INDUSTRY CERTIFICATE OF EXEMPTION FROM FLORIDA WORKERS' COMPENSATION LAW 12-01-1999 16E13 This certifies that the Compensation EFFECTIVE DATE EXPIRATION DATE EXEMPTED INDIVIDUAL NAME S.S. BUSINESS NAME FEIN BUSINESS ADDRESS individual listed below has elcOted 'to' be exempt-from 'Floride-Y~:xker( NOTE: Pursuant ~o offlair of a 11/17/1999 11/16/2001 LEEDS 038-32-8~83 AZTEK COMMUNICATIONS INC 593455314 832 97TH AVE NORTH NAPLES Chapter 440.1~1),(~,2 F.S.,a sole MICHAEL FL 34108 proprietor, parmer, or an corporation who elects exemption from the Florida Workers' Compensation Law may no~ recover benefits or compensation under Chapter 440. ~ PLEASE CUT OUT THE CARD BELOW AND RETA][N FOR FUTURE REFERENCE STATE OF FLORIDA DEPARTMENT OF LAEIOR AN~ EMPLOYMENT SECURITY OtVtSl~N OF WORKERS' COMPENSATION CONSTRLJETION INDUSTRY CERT!F)CATE OF EXEMPTION FROM ~ORlOA W~KERS' COMPENSATION LAW EFFECT[~ DATE 1 EXPIRATI~ DATE 1 1 EXEMP~D PERSON L~T NAME FIRST NAME S~IAL SEC~I~ NU~ER FEOERAL IDENTIFICATtON N[JMBER NOTE: Pursuant to chapter 440.1011).~1,Z, F.~., · sole provictor, ;Mrmer, er officer of e;ects axemotion fram the Florida Workers Law may ~o~ recover benefits or Chapter CUT HERE * Carry bottom portion on the job, keep upper portion for your records. STATE OF FLORIDA DEPARTMENT OF LABOR AND EMPLOYMENT SECURITY DIVISION OF WORKERS' COMPENSATION CONSTRUCTION INDUS11;IY CERTIFICATE OF EXEMPTION FROM FLORIDA WORKERS' COMPENSATION LAW 02-25-20O0 16E1] This certifies that the Compermation Law. EFFECTIVE DATE EXPIRATION DATE EXEMPTED INDIVIDUAL NAME S.S. BUSINESS NAME FEIN BUSINESS ADDRESS indlvidull listed below hss sleoted to be exempt from Florid. o2/19/2ooo 02/18/2002 RENOSIS JOHN A 140-38-0489 AZTEC COP~UNICATIONS SOUTH F~ORIDA 593594601 4021 23RD AVENUE S NAPLES F~ 34116 NOTE: Pursuant ~o Cim~er 440.10(1),(~)~ F.S:, · sole ~Oprlator. pmtw, or ~m offla~r of · corporation who elms exem~ion from the Flor·ds Wo~( Cornper,it·on Lmw mw not re~v~r ben·f·= or ~omWion under Chapter 440. PLEASE cb'r OUT THE CARl] BItLOll All) RETAZN FOR FUTURE REFERENCE STATE OF FLORIDA ' ' ' ~ '' DEPARTMENT OF LABOIl AND EMPLOY~.rT SECLIIITY DIVeS. ION OF WORKERS' COMeTION cor4s'TRUCTION INDUSlilY CEffTIFICATE O~ EXE. J/~TIO~ FROM FLiDqIOA WORKEI~S' COMPeNSaTION LAW EXEMPTEO PERSON LAST ~ME Itl:lA'te. lq .... r~TE: Pursuant to r. hu~er 440.10{1L~.2, F.S., · proprietor, ~'mer, or affic~r of · cm'peg~lee whe elects exemptign from the Fiatida Wo~'kel~' Law may f~t recover benefits. or Chapter CUT HERE · C~rr~ bottom portion on the job, keep upper portion for your records. Collier County Florida Insurance Requirements RFP #00-3112 16E13 INSURANCE TYPE REQUIRED LIMITS X 1. Workers' Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements. X 2. Commercial General Liability (Occurrence Form) patterned after the 1005 I.S.O. form with no limiting endorsements. Bodily Iniury & Property Damage $1,000,000 Single Limit Per Occurrence X Indemnification: The Consultant, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is acknowledged through the signing of this document, shall protect, defend, indemnify and hold Collier County and its officers, employees and agents harmless from and against any and al losses, penalties, damages, professional fees, including attorney fees and all costs of litigation and judgments arising out of any willful misconduct or negligent act, error or omission of the Consultant, its subconsultants, agents or employees, arising out of or incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named Consultant, any subconsultant, subcontractor, or anyone directly or indirectly employed by an of them. This section does not pertain to any incident arising from the sole negligence of Collier County. X Automobile Liability Owned/Non-owned/Hired Automobile Included $1,000,000 Each Occurrence Other Insurance as indicated below: a) Professional Liability $ Per Occurrence The Consultant shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement and shall hold the County harmless against all claims arising from the negligent acts, errors, or omissions of consultant by third parties, RFP No. 00-3112 "Communication Services" Collier County Florida Insurance Requirements (Continued) Page 16 16E13 X 6. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same contractor shall provide the County with certificates of insurance meeting the required insurance provisions. X 7. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability. X 8. Collier County Board of County Commissioners shall be named as the Certificate Holder. NOTE: The "Certificate Holder" should read as follows: Collier County Board of County Commissioners 3301 East Tamiami Trail Naples, FL 34112 X 9. Thirty (30) Days Cancellation Notice is required. X 10. The Certificate must state the RFP Number and Title. BIDDER'S AND INSURANCE AGENT STATEMENT: We understand the insurance requirements contained in these specifications, and that the evidence of said insurance may be required within five (5) business days of the award of bid. Proposer Signature of Proposer re of Pr-~oser'~ RFP No. 00-3112 "Communication Services" 16E13 The undersigned do agree that should this Proposal be accepted, to execute the form of contract and present the same to the County Purchasing Director for approval within fifteen (15) days after being notified of the awarding of this contract. The undersigned do further agree that failure to execute and deliver said forms of contract within fifteen (15) days will result in damages to the County. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day 21st July, ,2000 in the County of Co11±er , in the State of FL Aztek Communications of South Fla. Firm's Complete Legal Name Check one of the following: Sole Proprietorship Corporation or P.A. Limited Partnership General Partnership Phone No. 941-566-1527 FAXNo. 941-348-3810 4021 23rd Ave. SW Addmss Naples~ FL 34116 City, State, Zip BY: Michael L, Leeds Typed and Written Signature President Title Inc · AGREEMENT THIS AGREEMENT, made and entered into on this 26th day of September, 2000, by and between Associated Network Solutions, Inc. d/b/a Black Box Network Services, hereinafter called the "Contractor", and Collier County a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County": WITNESSETH: COMMENCEMENT. The Contract shall be for a one (1) year period, commencing on September 26, 2000 and terminating on September 25, 2001. The County retains the right to renew this contract, with the consent of the vendor, under the same terms and conditions for two (2) additional one-year periods. The County Administrator or his designee may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to ninety (90) days. The County Administrator, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. STATEMENT OF WORK: The Contractor shall furnish Communication Services in accordance with the terms and conditions of the specifications of RFP No. 00. 3112 and the Contractor's proposal hereto attached and made an integral part of this Agreement. THE CONTRACT SUM. The County shall pay the contractor for the performance of this Agreement the aggregate of the units actually ordered and furnished at the unit price, together with the cost of any other charges/fees submitted in the proposal. Any county agency may purchase products and services under this Contract, provided sufficient funds are included in their budget(s). NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: Mr. Irving J. Benzing, Jr., VP of SW Florida Operations Associated Network Solutions, Inc. d/b/a Black Box Network Services 226 Field End Road Sarasota, FL 34240 941/371-2690 -1~ 16E13 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: Collier County Government Complex Purchasing Department 3301 East Tamiami Trail General Services Building Naples, Florida 34112 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 Service Agreement must be in writing. 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. 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. 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. 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 Contract 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. -2- 16Ei} TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non-performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE: The Contractor shall provide insurance as follows: Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability, This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' ComPensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. cial R uirem n : Collier County shall be listed as the Certificate Holder and included as an Additional Insured on both the Comprehensive General Liability and Business Auto Liability Policies. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County 30 days prior to any expiration date. There shall be a 30 day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: The ContractorNendor, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agents and employees from all suits and actions, including attorney's fees and all costs of litigation and judgments of any name and description arising out of or -3- 16Ei } incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named ContractorJendor, any Subcontractor, or anyone directly or indirectly employed by any of them. The ContractorJendor's obligation under this provision shall not be limited in any way by the agreed upon contract price as shown in this Contract or the Contractor/Vendor's limit of, or lack or, sufficient insurance protection. The first Ten dollars ($10.00) of money received on the contract price is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. 12. THIS AGREEMENT shall be administered on behalf of the County by the Information Technology Department. Payment of invoices shall be responsibility of the individual County departments 13. COMPONENT PARTS OF THIS CONTRACT: This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, and RFP No. 00- 3112 Specifications. 14. 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. -4- 16F1. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by a authorized person or agent, hereunder set their hands and seals on the date and year ....... fi~st. ab, ove written. ""' A~EsT: '~ : : Dwigh( E. Brock Clerk of Courts By: ~'/_~_. ~/. ~~ ~ '"" Da.ted:'~ ~, Chandler Gingras Type/Print Witness Name BOARD OF COUNTY COMMISSIONERS COLLIER C( B Chair BOX es Signature Kevin Grover Typed Signature President Title Linda Brownell Type/Print Witness Name CORPORATE SEAL (Corporations Only) Approved as to form and Robert Zacj~ry Assistant County Attorney -5- 16E1. COLLIER COUNTY GOVERNMENT PURCHASING DEPARTMENT SUPPORT SERVICES DIVISION 3301 EAST TAMIAMI TRAIL GENERAL SERVICES BUILDING NAPLES, FLORIDA 34112 (941) 774-8425 FAX (941) 732-0844 htt pd/co.collier.fi.us DATE: TO: FROM: SUBJECT: July 5, 2000 Prospective Proposers Rhonda L. Tibbetts, Purchasing Agent RFP #00-3112 - Communication Services Pursuant to County Manager action, the Information Technology Department is seeking the professional services of a qualified firm capable of providing communication services. Please refer to the Legal Advertisement contained in the enclosed Proposal Package for the time and the due date for proposal submission. These professional services will include, but not be limited to the "Scope of Services" as described herein. If you have any immediate questions regarding the intended Scope of Services, you may contact Mr. Michael Berrios, Communication Systems Manager, Information Technology Department, at 941/774-8794. Procedural queries may be directed to me at 774-8425 or e-mail RhondaTibbetts~colliergov.net. We look forward to your participation in this RFP process. Mike Berdos, Information Technology Department Bid No. 00-3 16E13 PUBLIC NOTICE OR REQUEST FOR PROPOSALS Pursuant to action approved by the County Manager, Sealed Proposals for Communication Services will be received until 3:00 p.m. on July 28, 2000 at the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, Florida 34112. RFP #00-3112 "Communication Services" All proposals shall be submitted in accordance with the Instructions to Proposers and the Request for Proposal Specifications. Collier County does not discriminate based on age, race, color, sex, religion, national or origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /S/STEVE CARNELL Purchasing Director This Public Notice was posted in the lobby of the General Services Building, Collier County Government Center on July 5, 2000. Bid No. 00-3 Page 3 16E13 SCOPE OF SERVICES Collier County desires to enter into a contractual relationship with a vendor(s) capable of providing various communications services for the County. These services would enhance and supplement communications services provided by County staff. It is the County's intent to award to multiple vendors. Other County departments may utilize this contract. County Environment The County has four (4) major Lucent Definity PBXs, a Prologix system and a number of key systems and approximately 1500 extensions. The majority of the phones and switches are located on two major campuses in Naples but there are approximately forty (40) additional locations with smaller numbers of telephones throughout the County, including Everglades City, Marco Island and Immokalee. We also have a 675+ PC based computer network. Prima~ (Mandatory_) Services Reouired The County desires fixed pricing for the following services: 1. Category 5 voice wiring ( both plenum and non-plenum ) 2. Category 5 data wiring ( both plenum and non-plenum ) 3. Fiber optic cable per foot ( installation cost only ) 4. Materials markup / percentage over cost 5. Fiber termination ( pertermination cost ) 6. Conduit installation per foot 7. Under pavement installation per foot 8. Hourly Services to include a) Four hour response to work requests b) All non-service affecting requests to be closed within two (2) business days. c) Work order input. d) Maintenance of telephone inventory database e) Telephone system programming f) Adds, moves, changes and deletes g) Troubleshooting h) Coordination of diagnosis and repair services between other communications vendors including Sprint and Lucent Technologies. i) Miscellaneous communications services j) Develop and maintain a complete set of documentation and diagrams for the County's telephone system configurations and settings. This documentation shall be kept up to date and available for review by County staff. k) The vendor shall be available seven (7) days a week, twenty-four (24) hours a day, 365 days a year. 9. 8 AM to 5 PM Hourly Rate 10. After 5 PM Hourly Rate Bid No. 00-3 11. Saturday and Sunday Rate Page 4 16E15 Bid No. 00-3 Page 5 16E1} 12. Holiday Rate 13. Travel Charges Billing Vendors will provide monthly detailed and summary reporting of work orders including but not limited to: · description of work performed including problems · symptoms reported and fix applied · name of person and department for whom the service was performed · labor and parts (where applicable) · time and date work order received and time and date work order closed out · type of work performed · name of technician and hours expended Other services may be negotiated under the terms of this RFP. Proposer shall bill the County (Attn.: IT Department) for all charges to the County except those associated with Special Orders (major renovations). In the case of Special Orders, the County departments will be required to issue their own purchase orders and the proposer shall bill those departments directly in accordance with the terms of this proposal. The IT Department will coordinate the performance of work. Special Note: Collier County Government, is a member of the SW Florida Purchasing Consortium. It is hereby made a part of this RFP that the submission of any Proposal in response to this publicized request constitutes a Proposal made under.the same conditions, for the same contract price, to the other members of the said Consortium. Work Assignment All work performed will be pursuant to County Work Orders transmitted or made available to contractor by electronic means supplemented on occasion by telephone call and/or pager alert for urgent situations. The County will provide access to its work order system or will negotiate other electronic means with proposer. Any work performed without a work order will not be Paid unless authorized by the Information Technology Director or IT Manager of Communications Systems. Prioritization of work requests will be defined by the IT Department. All services are to be performed to the County's satisfaction and specifications and all completed work orders must be signed by the IT Director or IT Manager that work was completed. Pedormance In general, vendor shall maintain service skills, service posture and spare parts inventories sufficient to maintain communications services free of significant complaints by County departments. Following is a list of minimun! service levels; proposers are encouraged to propose a better level of service as an inducement to selection. Bid No. 00-3 Page 6 16E15 1. For individual telephone adds, moves and changes, and problems, vendor must respond within four hours during the business week. 2. For telephone systems down (to be defined as being in excess of fifty (50) telephones out of service at one time), vendor must return calls within thirty (30) minutes and to be on-site within a maximum for two (2) hours with competent diagnosis and repair personnel. 3. Billing reports must be received by the IT Department within two (2) calendar weeks after month end. Bid No. 00-3 Page 7 PROPOSAL SUBMITTAL: 16[1 In responding to this proposal, each proposer shall include within a 20-page limit (total for the entire submission). 1. Proposer's Credentials: Proposers shall provide, in detail, their credentials in providing communication services and any information which documents successful and reliable experience in past performance, especially those performances related to the requirements of this Request for Proposal. Include a description for the proposer's business history and number of years in operation. Related experience shall be restricted to those assignments undertaken within the last five (5) years. Staff Credentials: The proposer shall include the name, title, address, and telephone number of persons who will both manage and be assigned to perform services under the proposal. Resumes: A signed 1-page resume, including references, detailing educational qualifications and previous work assignments related to this Request for Proposal for each person who will perform the services required shatl be included. Failure to do so may be cause for rejection of the proposal. Credentials will be subject to verification. In the event there should be a change in the person (s) names assigned to perform the services under this contract, the contractor shall submit, for approval to the County, the credentials and resumes of the person(s) the contractor wishes to perform the services under the contract. References: A list of three (3) applicable customer references is to be provided who have contracted for similar services offered by the proposer which are considered identical or similar to the requirements of this Request for Proposal. Failure to do so may be cause for reject[on of the proposal. The list shall include. 1. Company name and address; 2. Contracting officer and telephone number; 3. Technical representative and telephone number; and 4. A brief, written description of the specific study. 5. Time: Proposer shall provide the time required to perform the services from date of work order. 6. Approach: Proposer's approach and its compatibility to the needs of the consumer and the philosophies of Collier County. 7. Cost Proposal Su~)_olemental Information 1. Statement of litigation that firm or staff is currently involved in, or has been involved in over the past five (5) years, stating points of contention and results if available. 2. Proposer Qualification Form. 3. Insurance Requirements Certification. 4. Proposer's Checklist. 5. Proposer Declaration Statement. Bid No. 00-3 Page 8 16113 Evaluation Criteria Collier County procedure for selecting is as follows: 1. The County Manager shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals Subsequent to the closing of proposals, the Purchasing Agent and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. Should both the Purchasing Agent and Project Manager be appointed to the committee as voting members, such meetings shall be open to the public and the Purchasing Agent shall publicly post prior notice of such meeting in the lobby of the General Services Building at least one (1) day in advance of all such meetings. 4. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria listed below. Prior to the first meeting of the selection committee, the Purchasing Agent will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the General Services Building not less than three (3) working days prior to the meeting. The Purchasing Agent shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. The committee will compile individual rankings for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations from the top-ranked firm(s). The final recommendation will be decided based on review of scores and consensus of committee. 7. Subsequent to award, a contract shall be negotiated with one or more of the top- ranked firms. Collier County has developed standard contracts that have been approved by County Attorney and the Board of County Commissioners (BCC) for all projects. All respondents to this RFP will be required, if selected to perform the work, to execute the standard contract within forty-five (45) days of Notice of Selection for Award. This document is available for inspection at the Purchasing Office and a review is encouraged prior to submitting a proposal. 8. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. Bid No. 00-3 Page 9 16E13 All Proposals will be evaluated and scored on the following criteria GRADING CRITERIA POINTS 1. Approach as described in narrative supplied by proposer20 2. Expertise of designated staff 20 3. Previous performance on similar jobs as evidenced by references provided by proposer 20 4. Additional inducements offered including additional services20 5. Total County cost of using proposer not limited to Cost proposals 20 Total Possible Points 100 ADDITIONAL INFORMATION: If you have any immediate questions regarding the intended Scope of Services, you may contact Mr. Michael Berrios, Communication Systems Manager, Information Technology Department, at 941/774-8794. Procedural queries may be directed to me at 774-8425 or e-mail to RhondaTibbcttsd~,cg]]icrgov.nct. PROPOSAL SUBMISSION: Four (4) sets of the proposal must be provided, with the original cleadv marked; submitted in a sealed envelope with the RFP Number, Title and Due Date clearly stated on the envelope. All proposals, including qualifications and other data pertinent to making an objective evaluation of your firm's capabilities must be forwarded to the Purchasing Department, Collier County Government Center, 3301 East Tamiami Trail, General Services Building, Naples, Florida 34112 on or before 3:00 p.m. Collier County Time on July 28, 2000. Any proposals received after the time and date specified will not be considered. The County assumes no responsibility for proposals received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late proposals shall be returned unopened, and shall not be considered for award. Bid No. 00-3 Page 10 INSTRUCTION TO PROPOSERS 16E13 PRINCIPALS/COLLUSION: By submission of this Proposal, the undersigned, as proposer, does declare that the only person or persons interested in this proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. PROPOSAL WITHDRAWAL: No Proposal can be withdrawn after it is filed unless the Proposer makes their request in writing to the County prior to the time set for the opening of Proposals, or unless the County fails to accept it within sixty (60) days after the date fixed;for opening. PROPOSER'S CERTIFICATION: Submission of a signed Proposal is Proposer's certification that the Proposer will accept any awards made to them as a result of said submission of the terms contained therein. EXCEPTIONS TO INSTRUCTIONS OR CONDITIONS: Proposers taking exception to any part or section of these instructions or conditions shall indicate such exceptions 9n their Proposal. Failure to indicate any exceptions shall be interpreted as the Proposer's intent to fully comply with the specifications as written. LAWS AND REGULATIONS: It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all Local, State and Federal laws and regulations. INSURANCE COSTS: Since these conditions include Insurance Requirements, there may be additional insurance costs to the Proposer's firm. It is, therefore, imperative that the Proposer discuss these requirements with the Proposer's agent, as noted on the Insurance Check List, so that allowances for any additional costs can be made by the Proposer. The Consultant's obligation under this provision shall not be limited in any way by the agreed upon contract price, or the Consultant's limit of, or lack of, sufficient insurance protection. EXPENSES INCURRED IN PREPARING PROPOSAL: The County accepts no responsibility for any expenses incurred in the Proposal, preparation, or presentation; such expenses to be born exclusively by the Proposer. QUALIFICATION OF PROPOSERS: Before the award of any contract, each Proposer may be required to show (to the complete satisfaction of the county Manager or their designee), that they have the necessary facilities, ability and financial resources to furnish the service as specified herein in a satisfactory manner, and they may also be required to show past history and references which will enable the County Manager, or their designee, to satisfy themselves as to the qualifications. Failure to qualify according tot he foregoing requirements will justify the County in rejecting a Proposal. AWARD CHALLENGE: Ass costs accruing from a Proposal or an award challenged as to quality, etc. (test, etc.) shall be assumed by the challenger. LOBBYING: All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied_either individually or collectively...about a project for which a firm has submitted a proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the publication, evaluation and award phases, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation and their prospective or actual Proposal, with the exception of the Purchasing Department except where otherwise expressly permitted by County ordinance, resolution, or by the RFP document. Failure to abide by this provision may serve as grounds for disqualification for this or a future award to the firm. PROPOSAL FORM: Each Proposer must submit the proposal Form included in this Request for Proposal. SINGLE PROPOSAL: Only one Proposal from a legal entity will be considered. If it is found that a Proposer is interested in more than one Proposal, all Proposals in which such a Proposer is interested will be rejected. SIGNATURE OF PROPOSER: The Proposer must sign the Proposal in the spaces provided for signatures. If the Proposer is an individual, the words "Sole Owner" shall appear after their signature. If the Proposer is a partnership, the word "Partner" shall appear after the signature of one of the partners. If the Proposer is a corporation, the signature required is the Officer, Officers or individual duly authorized by its by-laws or the Board of Directors to bind the corporation with official corporate seal affixed thereto. RFP No. 00-3 INTERPRETATION OF PROPOSAL DOCUMENTS AND INVESTIGATION OF PROJECT: Each Proposer shall thoroughly examine the Proposal Documents, and judge for themselves all matters relating to the location and the character of the services they agree to perform. If the Proposer should be of the opinion that the meaning of any part of the proposal Document is doubtful, obscure or contains errors or omissions, they should report such opinion or opinions to the Purchasing Director. Neither the County manager nor their staff shall be responsible for oral interpretation given either by themselves or members of their staff. The issuance of a written addendum shall be the only official method whereby such interpretation will be given. REJECTION OR ACCEPTANCE OF PROPOSALS: The right is reserved by Collier County to waive any irregularities in the Proposal, to reject any or all Proposals, to re-solicit for Proposals, if desired, and upon recommendation and justification by Collier County to accept the Proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any Proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection of the Proposal. In the event of default of the successful Proposer, or their refusal to enter into the Collier County contract, the County reserves the right to accept the Proposal of any other Proposer or to re-advertise using the same or revised documentation, at its sole discretion. PROTECTION RIGHTS OF COUNTY: The County reserves the right to include in any contract document such terms and conditions as it deems necessary for the proper protection of the rights of Collier County. PROTEST PROCEDURES: Any actual or prospective respondent to an Invitation to Bid or Request for Proposal who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the opening of the Bid or the due date for acceptance of Proposals. All such protests must be filed with the Purchasing Director no later than 11L00 AM Collier County time on the advertised date for the opening of the Bid or the acceptance date for the Request for Proposals. Award of contract will be made by the Board of County Commissioners in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Pag:16 E 1 } Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two 92) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. PUBLIC ENTITY CRIME: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Cate9ory Two for a period of 36 months from the date of being placed on the convicted vendor list. VENDOR PERFORMANCE EVALUATION: Collier County has implemented a Vendor Performance Evaluation System for al contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. RFP i6E1} Responace For Collier County RFP #00-3112 Communications Services FROM BLACK Southwest Florida Operations 226 Field End Road Sarasota, Florida 34240 Phone (941) 371-2690 Fax (941) 377-1977 16F13 Corporate Overview for Mission Statement We are dedicated to providing top quality communications design and installation services to all of our valued customers. We work with eJ}2ciency and integrity at all levels, while striving to furnish total customer support and satisfaction. There is no request we cannot or will not meet. We provide a work environment that ,fosters employee partictpation and satisfaction at all levels, while helping make our customer it~formation and communications systems the best that they can be. COMPANY INFORMATION Coast to Coast Communications merged with Black Box Corporation on March 30~, 2000 and has been renamed Black Box Network Services. The company has been a communications integrator and contractor since 1981. Black Box Network Services specializes in technical design, installation and maintenance services for premise cabling and related products to customers primarily in the greater Sarasota and Ocala, Florida regions.. Our team of installation technicians, consists of the most htghly trained, experienced network technicians and designera that the area has to offer. Black Box Network Services 'installation personnel wear pullover collared shirts in the company colors. Each project has a dedicated project manager and a lead foreman to oversee the project to completion. We take pride in the quality of our work, customer satisfaction and strive to stay on the leading edge of communication technology. Our goal at Black Box Network Services is to provide long term commitment to the customer for all of their communications requirements. Staff Credentials RCDD network designers and LAN Specialists certified by BICSI on staff. · Full time CADD department · Over 95% of our projects require us to be involved in the developmental stages of the Network Design. We offer technical assistance and provide technical drawings to meet our customers' specifications. · Certified as a State of Florida Electrical Contractor. · Expertise in various lines of vendor equipment, Le. IBM Novell, 3COM, Chipcorn, Hewlett Packard, Ungermann-Bass, Cabletron, Raycom, Bay Networks, Northern Telecom, and NEC to name a few. · Network Support - which entails 24 hour response in the event of an emergency. · Factory certified IBDN, Ortronics Plus, Superior, Siemons, Panduit, Hubbell, Lucent Systimax, Nordx and Leviton as a certified installation company and network registration certifier. The (BBN$3 team has several people working to provide your system vdth timely and responsible service and to provide you and your system users with responsive support. Here are the dedicated people who are here to serve you: Our Phone Number: 941-371-2690 ~hx: 941-371-2690 Your Customer Service Representative: Ron Hardy Ext: 208 18year'sservicewithCTC YourChentAccountRepresentative:EvenLiemen E~t:205 7 years service with CTC Your Service Dispatcher; lexmy Taylor Err: 202 Ye~'s of service 9 years with CTC · BlackBox employees over 150 qualified technicians in the State of Florida, and commits that we sh~11 sum~/ for approval to the eoun~y the resume and certificates of those technicians eventually assigned. University of Tampa Campus wide voice and data infrastructure utilizing Category 5 horizontal wiring, composite fiber optics, and copper distribution backbone. Contact: Donna Alexander Address: 401 W. Kennedy Blvd. Tampa, FL Phone: (813) 253-6280 Project user's agency representative is same as above Location of project same as above Performance Period and Date Project was completed: August 3~a, 1998 completion, December 20~ 1997 start. Size of Project: The facility is a etonpus environment with multi-story buildings. Approximate fee: $500,000.00 Work for which the staff was responsible: voice and data low voltage wiring, Present status of project - complete Project Manager and other key professionals involved: William Gingras, Project Manager Brief description of work: Voice and data low voltage wiring. The facility is a campus environment with multi-story buildings. Sarasota Memorial Hospital · Voice and data low voltage wiring installation. Installed 3000 3x4 voice split data locations. Campus wide fiber optic backbone. Copper backbone for voice. · Contact: Mr. Ryan Frymire · Address: 1700 S. Tamiami Trail · Sarasota, FL 34239-3555 · Phone: (941) 917-2569 · Project user's agency representative is same as above · Location of project same as above · Performance Period and Date Project was completed: I year, completed in March of 1998 · Size of Project: Install 3000. · Approximate fee: $533,700.00 · Work for which the staff was responsible: Voice and data low voltage wiring installation. Installed 3000 3x4 voice split data locations. Campus wide fiber optic backbone. Copper backbone for voice. · Present status of project- complete · Project Manager and other key professionals involved: Jeff Town, Operations Manager and Keith Brigner, Project Foreman Brief description of work: Voice and data low voltage wiring installation. Installed 3000 3x4 voice split data locations. Camous wide fiber optic backbone. Coly~er backbone for voice. 16E13 Shands Hospital - Brain Institute · Voice and d.t. low voltage wiring. Installed 4,000 category 5 stations and 200 six fiber composites to desk tops and 500 location. Used fiber cornpolite and copper backbone. The hospital is an eight story building. · Contact: Rick Brown · Address: P.O. Box 100356 · Gainesville, FL · Phone: (352) 395-7979 extension 85536 · Project user's ageacy representative is same as above · Location of project same as above · Perfomaance Period and Date Project was completed: 9 months, complete November 1998 · Size of Project: installed 4,000 category 5 stations and 200 six fiber composites to desk tops and 500 location. Used fiber composite and copper backbone. The hospital is an eight stoE/building. · Approximate fee: $264,000.00 (labor only) · Present status of project - complete · Project Manager and other key professionals involved: Todd Chouinard, Ol ations Manager; Mike 13e , Project Foreurn · Brief description of work -voice and d~ low voltage wiring. Charlotte County * CTC, has installed and maintains a countywide network of NEC PBX's in five of the major buildings. CTC also desiga and installed a Vidco Conferencing system for the county about five years ago, we have just added three more ~ttes to this system. We also do all of the Voice and data low voltage wiring for ttfftr new and existing facility. Including approximatdy 3,000 locations of voice and date copp~ and about 12 miles of fiber optic · Contact: John Dickinson, Director of Projects · Address: 18500 Murdock Circle. · Charlotte County, FL 33716 · Phone: (941) 743.1906 · Project user's agency representative is same as above · Location of project same as above · Performance Period and Date Project is on gcimg and should be complete by: October 2000 · SizeofProject:NECPBX's, voice, and data cabling for thdr new and existing facilifies. Including approximately 1,800 new telephones sets and fiber distributions. Approximate fee: $831,000.00 · Work for which the staff was responsible: voice and data low voltage wirLag. · Presem status of project - ong(fing · Project Manager and other key professionals involved: Jeff Wyatt, Project Manager and Even U~eman, Project Foreman * Brief description of work: voice and data low voltage wiring. 16E13 Limited Lifetime Warranty Black Box Network Services agrees to make good, without cost to the Owner, and all defects due to imperfect workmanship or defects in the manufacturer's material which may appear for the lifetime of the installation commencing the acceptance date by the Owner. The parties hereto have agreed that the duration of this warranty shall be a limited lifetime warranty from the date of acceptance by the Owner. Acceptance by the Owner shall be deemed to the date of final payment to the Contractor. This warranty is limited to the service and products furnished by Black Box Network Services further agrees to provide a 24 hour response time for the repair of any defects or faults which are covered under this warranty. No other warranty, expressed or implied, is made with respect to the goods covered by these terms or conditions. This warranty shall only apply to products delivered and installed by Black Box Network Services and may not be assigned or delegated by the Owner to any third party. In no event will Black Box Network Services be liable for consequential or indirect damages of any kind. Limitations: This warranty shall be void The Owner does not pay all agreed upon compensation, including cost of extra work and material requested by the Owner. If the product is used by the Owner other than for its reasonable intended usage. > If the product is moved from the location with the place of business where is was installed by Black Box Network Services. } If the Owner has a third party reconfigure, move, add or change the installation. This warranty does not cover damages resulting from accidents, misuse, fire flood or acts of nature. 16E1]} Bonding Information For Bid Bond Information, please contact: Lockton Companies P.O. Box 419351 Kansas City, MO 64141-6351 Phone: (816) 960-9141 Fax: (816) 873-9141 Attn: Janet Rehkop 16El 16El ~L L~ ;[:32.am 4 1 t, ~ 32am ' '00' t2:t9 1 '~: 32am January 5, 2000 Shannon Duffin Sales Assislam Black Box Nev~ork Services 12115 28m Street North St. Petersburg, Fl. 33716 Dear Shannon, This correspondence is to identify Black Box Network Services, formally known as ANSI, as a Ce~d'ted Value Added Reseller in Lueent Technologies' VAR program for the calendar year 2000. If you have any questions or I may be of further assistance, please cornact me at 407-869-6827 Sin ely, . Timothy J. Pluto Regional Account Manager from 941 743 1568 -~ 9413771977 page 2 743 I,.. FA~*~t X*X*X'S '~t*T 16113 COUNTY OF CHARLOTTE PROJECT ~[A~AGEM.EN*T 18500 MURDOCK CIRCLE BUH_~I~G I'D" PORT CHARLOTTE, FLORIDA 33948 941/743-1905 FAX 941/743-1568 June 28, 2000 To Whom It May Concern: TMs letter is to recommend the firm of Black Box Network ServicedCoast to Coast Commmfications for the d~si/n and installation on the NEC telephon~ system for Charlotte County. This system was initially installed in ~ County's new .justice Center in 1998/99, and since th~n the County has expanded this telecommunications system ten other County facilities. The County is obviously pleased with the N'EC system; but what lm~ bccn more rewading to the County, is the servicc and iechnical ~xpertis¢ that the staffofBla~k Box/Coast to Coast Communications has provided to Charlotte County. Withou~ any r~scrva%ions, [ hi~.y recommend Black Box~Coast to Coast Communications for any of your voice, data, and/or video communications needs. Sincerely, 7b'hn L, Dielanson Capital Projects Director JLD/Ims cc: File Reft 00-051 4)® BLACK BOX Network Services 16El} SCOPE OF WORK Aooroach SYSTEM SERVICE Throughout the life of your new system, we pledge to provide the highest level of system service and support available within the industry. We acknowledge the importance of your communications system to your business, and stand prepared to commit our resources to maintaining your system at peak operating performance. OUR CUSTOMER CARE TEAM At (BBNS) your satisfaction and support is our most important responsibility. Our entire company is dedicated to providing the very best in customer care, and that is why we have organized our company around Customer Care Teams. They are specifically charged with fulfilling our Mission within your company. YOUR CLIENT ACCOUNT REPRESENTATIVE (CAR) Your Client Account Representative (CAR) is responsible for maintaining the ongoing business relationship between your company and ours. The CAR assumes responsibility for the account relationship at the validation meeting. The CAR provides ongoing client support, account administration and account sales throughout the life of the account. Listed below are just a few of the basic job responsibilities of a CAR: SPECIFIC RESPONSIBILITIES 1. Customer Transition: A. Aid in the transition of new system customers to the client account status, and continue to build on the relationship established by the CSK 2. Client Support and Care A. Communicate and coordinate with the client as required to fill requests and/or solve problems and maintain an enthusiastic client-vendor relationship. B. Contact the client on a periodic, based on the needs of the account. C. Maintain current client records. D. Coordinate Company and outside resources to fulfill client needs solve client problem, and market company offerings. 3. Client Sales A. Inform the client of appropriate company offerings and new technologies. Take surveys, analyze needs, write quotations and make presentations of these offerings. B. Coordinate and aid in the implementation of any major Moves/Adds/Changes (MAC), upgrades, peripheral purchases and agency sales, including training 1 SYSTEM SERVICE 16£13 When a service problem arises, once you have contacted our dispatcher for service on your system, we are responsible for ensuring that it is fixed in a timely manner, regardless of the source of the problem. Under all circumstances, we encourage you to contact (BBNS) first, not the operating Phone Company. This will help avoid unnecessary service charges by the Telephone Company. SERVICE RESPONSE TIMES Our service response times depend upon the type of service requested. These times are: EMERGENCY - Warranty service for emergency system problems will be actively diagnosed within 60 minutes of notification via remote connectivity. In the event that the trouble cannot be cleared remotely, BBNS will have a trained technician on site within (4) hours. ROUTINE REPAIRS - BBNS will offer (24) hour or next business day response time to have a technician on site for routine repairs reported between 8:00 A.M. and 5:00 P.M., Monday through Friday if dial-up diagnostics in not adequate to resolve problems. ALL SERVICE REQUESIS ARE HANDLED ON AN AS NEEDED BASIS, WITH THE MOST SERIOUS PROBLEMS BEING HANDLED FIRST. BlackBox is a publicly traded company on the NASDAQ under (BBOX) call symbol. BlackBox provide services globally in 163 Countries and across the United States. 9 INSURANCE TYPE Collier County Florida Insurance Requirements RFP ¢/00-3112 REQUIRED LIMITS 16 15 X 1. Workers' Compensation X X X Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements. 2. Commercial General Liability (Occurrence Form) patterned after the 1005 I.S.O. form with no limiting endorsements. Bodily In!ury & Property Damage $1,000,000 Single Limit Per Occurrence 3. Indemnification: The Consultant, in consideration of One Hundred Dollars ($100.00), the receipt and sufficiency of which is acknowledged through the signing of this document, shall protect, defend, indemnify and hold Collier County and its officers, employees and agents harmless from and against any and al losses, penalties, damages, professional fees, including attorney fees and all costs of litigation and judgments arising out of any willful misconduct or negligent act, error or omission of the Consultant, its subconsultants, agents or employees, arising out of or incidental to the performance of this contract or work performed thereunder. This provision shall also pertain to any claims brought against the County by any employee of the named Consultant, any subconsultant, subcontractor, or anyone directly or indirectly employed by an of them. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. Automobile Liability $1,000,000 Owned/Non-owned/Hired Automobile Included Each Occurrence Other Insurance as indicated below: a) Professional Liability $ Per Occurrence The Consultant shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement and shall hold the County harmless against all claims arising from the negligent acts, errors, or omissions of consultant by third parties. ;eceived Sep-03-00 01:07am from 727 442 7695 ~,9413771977 0?/27/00 1§:38 ' ~727 442 7695 CONNELLY 6E13 page 2 Collier County Florida Insurehoe Requlrementa [Continued) X Contractor shall Insure that sit subcontractors comply with the same insurenos requirements that he Is required to meet, The same contractor shatt provide the County with certificates of insurance meeting the required insurance p~vtelons, X 7.' Collier County musl be named as "ADOITIONAL INSURED" on the Insurance Certificate for Commercial General Liability. _.~_ 8. Collier County Board of County CommiesJotters shall be named as the Certificate Holder. NOTE: The "Certificate Holder' should read as follows: Collier County Board of County Commissioners 3301 East Tamiami Trail Naples, FL 34112 Thirty (30) Days Cancellation Netlos ia required. ~ I0. The Certificate must state the RFP Number and BIDOER'S AND INSURANCE AGENT STATEMENT: We understand the insurance requirements contained In t~ese specifications, and that the evidence of said insurance may be required within five (5) business days cf the award of bid. Bi~ Box Network Services ~er __ Signature of Proposer Irving J. Benzing, Jr. VP of SW Florida Operations Insuran,c~e Agency _ Signature of Proposer's Agent eceived Sep-03-00 01:~3am from 913 676 9188 -',9413771977 ,page 1 _X Collier Coun~ Florida Ineuren(~e Requlriment~ i' ~on~a~r s~1t ~re ~t ~11 s~bc~t~r~ comply wlt~ ~e s~me I~B~rmnce ~req~lremant~ ~at he {s requlm~ ~ meet, The same ~o~ra~or ~hall ~mvtde the Ceunly wi~ ~ifi~a of insurenee meeting ~e requlre~ Inaura~ 16£13 7, Sotliar ¢o~4nty rrjust ba namec~ e~ "ADDITIONAL IN'lURED" or1 the :)naurance qertlflcete for C~mmerolat General LIsbtllty. 8,, Collier c~nty E~arcl of county Commtamor~ers shell I~$ Collier Cx~unty Boarot =f Co.unty Commissioners Neplea, FL 34112 X, g, ~Thl~ (~0) Days Canaellafian N~I~ I~ ~qulmd. ~ 10,, The Ce~fi~ m~at state ~e RFP N~mber a~d Title. BIDDER1! AND INSU~NCE AGENT STATEMENT: We ~nd~tand the Ina~ran=e requirements c~n~i~ed ~n ~eae award of i~ld, Bi~x/~OX Network Services ~ST~n~N~ of Proposer Irving ~. Benzing, Jr. VP Qf SW Florida Operations .,,~Qokton Como~niem. General Liability Ins. Co. ~6=,, oc, 26, 2o~ 1/., r. 1..~,26 ACORD. CERTIFICATE OF LIABILITY INSURANCe' '-w~=~ ] 10/26/2000 LOCKTON COMPANIES ,444 W. 4TTH STREET, SUITE ~00 FANSAS CITY MO 64112-1~$ INSL~£D BLACK BOX NETWORK SERVICES 1003732 d/b'a ASSOCIATED NETWORK $OLLfflONS, INC. 12115 28~ .St N St Petersburg FL 337t6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICAll HOLDER. 11-11S CERTIFICATE DOES NOT AMEND, EXTEND INSUREES AFFORDING COVERAGE INSURI~ ^: ZHRI('H AI~I~RI('AN I~RI]~ AN~F C'O COvEp_A_r~_S KF F~L!C!r:$ AGGREGATE L~fTS SHOWN MAY HAVE BEEN R~=DUCED BY PAiD CLRB/¢S. X CCMMERCIAL GENERAL UAE~ L rTY ICLAJMSMADE [] OC~L'R MEDEXP[A~ymepemon) $ 10000 A U_~TOMOBIL~ LI~,~ILITY CCMBINED ~NGLE LIMIT X ANY ~L~O BAP 2926687 11/14/1999 I 1/14/2000 ~ ,~,~,~) $ 1,000,000 ALL ~N Nl~3 AUTOS BCOiLY INJU~Y 5CHECULED AmOS X HeXol 1:7~VNI~O Am~ Per ~erd~ $ XXXXXXX 0~, ,~,~,~ $ XXXXXXX aNY Arno NOT ~LPPLICABLE OTH~ m~ ~^cc IEXCESS LIA~LITY CACI I OCCURr~CNCE~ i0.000.000 ~ I ~ [] ct.A~t, tst,~:(iP.C 2926689 111141199911/14/20fl0^nc,~c, Am $ IO (~00 Oho e XXXXXXX WOR~E~S COI~:~NSATION AN DNOT A~PL~C~B][~ I DESCRIFIYION OF OPE RATION~'LC~ATIONSNEI'JlCL~S/EX ~LUS~O/IS ADDED S¥ E~DORSEYENTISI~ZCJAL PROVISIONS REJ, FT.ttL EQUII'MENT INCLUDED IN BLANKET PROP LIMIT. RE: t~l])# 00-3112, TITLE # COMMUNICATION SERVICES. COLLIER COLTNT~z' 1007i)48 COLLIER COUNTY GOVERNMEH~ PURCHASING DEPARTMENT SUPPORT SERVICES DIVISION 3301 E, TAMIAUI 'I~6,1L GENERAL SERVICEB BUILDING NAPLES FL 34112 I ACORD 25,5 ~ANCELLATION r]r 1 [ I T 1 PROPOSERS QUALIFICATION FORM LIST MAJOR WORK PRESENTLY UNDER CONTRACT: 16E13 % Completed 25-% 10-% Project Charlotte County Jail Bonita Springs Healthcare 60% Protocol $ 145,000.00 ContractAmount $ 180,000.00 $ 163,516.00 LIST CURRENT PROJECTS ON WHICH YOUR FIRM IS THE CANDIDATE FOR AWARD: Citv of Cape Coral g~r~a M~morial Hosoita] Hyatt Regency Resort Have you, at any time, failed to complete a project? [] Yes [] No (If the answer is yes, submit details on separate sheet. REFERENCES: Bank(s) Maintaining Account(s): See attached sheet ~ursuant to information for prospective bidders/proposers for the above-mentioned proposed project, qe undersigned is submitting the information as required with the understanding that it is only to ~ssist in determining the qualifications of the organization to perform the type and magnitude of work ltended, and further, guarantee the truth and accuracy of all statements herein made. We will accept our determination of qualifications without prejudice. lame ol(~rga iN'~n:~aek Box Network Services itle: vP of SW Florida Operations .ttested By: ,' ¢nnif~r E. T~lor itle: Bookkeeper Date: 7/27/00 BLACK BOX Network Services 16E13 CORPORATE 'rNFORf4ATI'ON Credit References Graybar Electric Company PO BOX 2005 Largo, FL 34649 (727) 535-6464 Account #0500715488S301 Anixter 5905 E Hampton Oaks Parkway Tampa, FL 33610 (800) 282-9164 Account #230021 Communications Supply Corporation 4205 34th Street Orlando, FL 32811 (800) 443-6588 Account #20581 Quik Promotions 6565 44th Street North, Bldg #1, Unit 1003 Pinelias Park, FL 33781 (800) 247-7195 Account #ASS5010 Bank References Nationsbank 4770 140~h Avenue North, Suite 406 Clearwater, FL 33762-3800 (727) 507-3473 Checking Acct # 0090439848 Checking Acct #003441269960 Contact: Kim Doehlman Northern Trust Bank 100 2nd Avenue South St. Petersburg, FL 33701 (727) 895-1700 Money Market Account #063111059 Contact: Debbie Kraujalis Dun & Bradstreet # 62-194-5252 Sales Tax Certificate # 62-15-155079-66 Federal Employer Identification # 59-3037000 Contractors License # ET0000231 For Further Information: Contact.' Fax.' Black Box Network Services 12115 28~" Street North, St. Petersburg, FL 33716 (727) 571-4144 (727) 573-5789 All guarantees of payment should be made through our parent company.' Black Box Corporation, a publicly held company 1000 Park Drive Lawrence, PA 15055 (724) 746-5500 B~lc~ ~x RFP No. 00-3112 "Communication Services" Page 15 THIS SHEET MUST BE SIGNED BY VENDOR Board of County Commissioners Collier County, Florida Purchasing Department 16E13 PROPOSERSCHECKLIST I M P 0 R T A N T: Please read carefully, sign in the spaces indicated and return with your bid proposal. Proposer should check off each of the following items as the necessary action is completed: The RFP has been signed. 2. The RFP prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Any addenda have been signed and included. 9. The mailing envelope has been addressed to: Purchasing Director Collier County Government Center General Services Building 3301 East Tamiami Trail Naples, Florida 34112 10. The mailing envelope must be sealed and marked with: · RFP Number; · RFPTitle; · Opening Date 11. The RFP will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise RFP cannot be considered.) ALL COURIER DELIVERED BIDS/RFPS MUST HAVE THE BID/RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Bl~k Box Ne~Q~ Services Signature&Title Irving ,7. Benz±ng, Jr. VP of SW Florida Operations ,July ?7, 2000 Date RFP No. 00-3112 "Communication Services" Page 16 CONTRACT PROPOSAL 16E13 FROM: Black Box Network Services Irving J. Benzing, Jr. VP of SW Florida Operations DATE DUE: July 28. 2000 ~ 3:00 PM Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: RFP NO. 00-3112 Communication Services Dear Commissioners: The undersigned, as Proposer hereby declares that he has examined the Scope of Services, and informed himself fully in regard to all conditions pertaining to the work to be done. The Proposer further declares that the only persons, company or parties interested in this Proposal or the Contract to be entered into as principals are named herein; that the Proposal is made without connection with any other person, company or companies making a Proposal; and it is in all respects fail and in good faith, without collusion or fraud. The services to be furnished by us shall be performed in accordance with the requirements of the Request for Proposal #00-3112 as issued by Collier County on July 3, 2000. Category 5 voice wiring (including materials) plenum $ 89.00 Unit Cost non-plenum $ 79.00 Unit Cost Category 5 data wiring (including materials) plenum $ l10.00 non-plenum $ 98.00 Fiber optic cable per foot (installation cost only)$o. 75 Materials markup / percentage over cost*$ 22 Fiber termination $ 25.00 Conduit installation $ * Under pavement installation $ 22.00 Hourly Services $ * Overtime Services $ * Saturday / Sunday Services $ * Holiday Services $ * Travel Charges $ * Unit Cost Unit Cost Cost Per Foot % markup Per Termination Per Foot Per Foot Hourly Rate Hourly Rate Hourly Rate Hourly Rate Hourly Rate * vendor must provide suppliers invoices on demand * See detail sheets in RFP resDonse. RFP No. 00-3112 "Communication Services" 16El Page 17 The undersigned do agree that should this Proposal be accepted, to execute the form of contract and present the same to the County Purchasing Director for approval within fifteen (15) days after being notified of the awarding of this contract. The undersigned do further agree that failure to execute and deliver said forms of contract within fifteen (15) days will result in damages to the County. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 27t. h day July , 2000 in the County of Sarasota , in the State of Associated Network Solutions, Inc. dba Black Box Network Services Firm's Complete Legal Name Check one of the following: Sole Proprietorship Corporation or P.A. Limited Partnership General Partnership Phone No. 941-371-2690 FAXNo. 941-377-1977 226 Field End Road Address Sarasota, Fl. 34240 Typed and Writ{'en Signature Irvinq J. Benzin$, Jr. VP r~¢ ,qW Florida Operations Title ~_ Oescription PER Lis~_~t Labor QTY DATA I VOICE SECTION RACKS & CABINETS 330A-R3 19" x 84" floor rack, Black ea $121.16 $45.00 350A-R2 Rack Manager 19" X 84" ea $223.48 $45.00 044 Vertical Cable Mgr Channel ea $93.91 $12.00 ~140A Horizontal Cable Management, lU ea $36.66 $6.00 VII41A Horizontal Cable Management, 2U ea $39.69 $6~00 1001 CANTILEVER SHELF ea $20.12 $6.00 1333 CENTER WEIGHT SHELF VENTED ea $46.72 $6.00 i080-3F Cabinet, 19x84X30D W/FANS, FLOOR ea $1,036.80 $24.00 1334A CABINET, 24"H X 20"D, Wall Mount EA $262.66 $24.00 1231A CABINET, 48"H X 20"D, Wall Mount EA $381.79 $24,00 414A POWER STRIP 8 PLUG, CABINET 26" ea $21.09 $12.00 181A POWER STRIP 16 PLUG, CABINET 49" ea $55.76 $12.00 186A POWER STRIP RACK MT 6 Plugs ea $33.55 $12.00 tO69A Swing Wall Rack, 35"H X 18D" 19" RACK SPACE ea $84.43 $12.00 1072A Swing wall Rack, 35" HD ea $163.35 $12.00 i650 Ladder Rack ea $34.09 $12.00 1655 Ladder Wall Support ea $11.30 $12.00 1653 Ladder Run Way Support ea $13.93 $12.00 'he DePOt Plywood Backboard, Fire Retard.4xSx3/4" ea $25.65 $12.00 BLE Cat 5 ~1862A-1000 Plenum(CMP)Cat 5, Blue, box M $156.60 $0.00 ~184ZA-1000 Non-Plenum(CMP)Cat 5,Blue, box M $52.65 $0.00 ~1850A-1000 Plenum(CMP)Cat 5E, 350 MHz, Blue, box M $230.18 $0.00 ~1851A-1000 Non-Plenum(CMR)Cat 5, 350 MHz, Blue, box M $78.30 $0.00 ~87'1'A-1000 Plenum(CMP)Cat 5, Blue, box (500 MHz GigoTrue) M $500.85 $0.00 ~1870A-¶000 Non-plenum(CMR)Cat 5, Blue, box (500 MHz GigaTrue) M $168.75 $0.00 ~SL50A-500 Cat 5, 25 pair Non-Plenum M $420.53 $0.00 845-TP Berktek Land Mark-350 Cat 5 Plenum M $247.98 $0.00 529-TP Berktek Land Ma~k-350 Cat 5 Non-Plenum M $88.05 $0.00 ?16-TP Berktek Land Mark-1000 Cat 5 Plenum M $415.29 $0.00 ~06~TP Berktek Land Mark-1000 Cat 5 Non-Plenum M $146.07 $0.00 )8260 CAT-5 JUMPER WIRE SPOOL 2 PAIR M $29.70 $0.00 )8270 CAT-5 JUMPER WIRE SPOOL 4 PAIR M $62.10 $0,00 )0004 Cat 5, 4 pair- Buried ,PVC ff $0.50 $0,00 ILE CAT 3 1734A-B CAT-3,Plenum(CMP) ,Grey, BOX M $62.64 $0,00 1730A-B CAT-3,Non-Plenum(CMR), Grey, BOX M $41.85 $0,00 L~I Cat 3, 25 pair, Non-Plenurn(CMR) M $298.35 $0.00 ILE HOUSE CABLE- PVC VOICE, light olive gray )1868 6 pair ff $0.11 $0.75 )1877 50 PAiR ff $0.50 $0.35 )1887 75 PAIR ff $0.73 $0.40 )1898 100 PAIR ff $2.35 $0.50 )1906 200 PAIR ff $2.11 $0.60 ;LE Outside Distribution-VOICE, FSF, burled, duct, aerial 2 pair BSW ff $0.14 $0.50 i2050 25 pr 24 ga, Norcom ft $0.38 $0.00 ~2070 50 pr 24 go, Norcom ft $0.63 $0.75 i2090 100 pt24 ga., Norcorn ff $1.11 $1.10 ~2110 200 pair 24 ga, Norcorn ft $2.05 $1.10 32120 300 pr 24 ga, Norcorn ft $2.85 $1.10 SPLCS 2" ea $48.60 $24.00 SPLCS 4" ea $93.15 $24.00 Page 1 of 5 OTECTORS t00827 Cat 5 - 4 pair protector for OSP cables- Nordx !5-66-F66D 25 PR Porta Sys i0*66-F66D 50 pr Porta sys ;00-66-F66D 100 pr Porta sys )0ECT1-100 100 pt. Circa protector )6QC/QC 6 pr. Circa protector 12QC/QC 12 pt. Circa protector 25QC/QC 25 pt. Circa protector '3B1E Circa gas module Two pair Station Tll-3251M !RMINATION HARDWARE CAT 5 815 CAT-5,12 PORT PATCH Wall Mt w/standoff Bkt M051A Cat 5, 12 port 110 connecting block w/89 bracket M110A-R2 CAT 5, 16 PORT PATCH PANEL 110 MI 11A-R2 CAT-5,24 PORT PATCH PANEL 110 MI~I2A-R2 CAT-5,32 PORT PATCH PANEL 110 M"113A-R2 CAT-5,48 PORT PATCH PANEL 110 M900A CAT 5E, 16 PORT PATCH PANEL 110 '~902A CAT-5E ,24 PORT PATCH PANEL 110 VI904A CAT-5E ,32 PORT PATCH PANEL 110 VI906A CAT-5E ,48 PORT PATCH PANEL 110 ~1049 WALL MOUNT BRACKET 2U ~1053 WALL MOUNT BRACKET 3U tOO MultiMedia Outlet Box, 12 port 270 Jack R J45, Cat-5, White 900 Jack R J45, Cat-5E, GigaBase, Office White RMINATION HARDWARE CAT 3 ¥100A Cat 3, 24 port patch panel I"10~IA Cat 3, 48 port patch panel !36 Jack, RJ11, Cat-3, Gray, 6 WIRE, USOC 20 S66M1-50 Punch Down Block ~,2 89D Bracket VIP24 Cross Connect Wire Green/White ~1P24 Cross Connect Wire Blue/White 19 100 PAIR 110 W/LEGS widng block 16 4 PAIR Connecting block ~7 5 PAIR Connecting block CERTIFY/TEST !50 FACEPLATE I PORT, Office White !51 FACEPLATES 2 PORT, flush !53 FACEPLATES 4 PORT, flush ~70 FACEPLATE 6 PORT 30 BLANK INSERT, faceplate :72 Surface Mount BOX, 2 PORT, Office White !76 Surface Adapter Box CAT 5 PATCH CORDS ISL05-0003 PATCH CORDS 3', 100 MFIZ ISL05-0010 PATCH CORDS 10' 100 MHz ISL05-0015 PATCH CORDS 15' 100 MHZ ISL05-0025 PATCH CORDS 25' 100 MHZ ISL95-~003 PATCH CORDS 3', 500 MHz Level 7 ISL95-0010 PATCH CORDS 1O', 500 MHz Level 7 iSL95-0015 PATCH CORDS 15', 500 MHz Level 7 Page 2 of 5 List Labor $139.05 $32.00 $125.69 $4.50 $227.00 $4.50 $529.82 $4.50 $841.19 $4.50 $472.5O $6.00 $54.62 $6.00 $83.54 $6.00 $99.20 $6.00 $2.11 $6.00 $9.34 $4.40 $55.40 $6.00 $62.37 $6.00 $91.80 $8.00 $98.55 $8.00 $155.25 $8.00 $193,05 $8,00 $89.3O $8,OO $90,45 $8,00 $171.52 $8.00 $179.55 $8.00 $31,05 $8.00 $39.15 $8.OO $15.53 $8.0O $3,73 $6,50 $4,00 $6.50 $92.14 $6.00 $185.69 $6.00 $3.04 $6.50 $6,01 $3,00 $1.11 $3.00 $o.o2 $0,o4 $0.02 $0.04 $10.26 $3.00 $0.50 $0.25 $0.57 $0.25 $0.00 $4.50 $1.28 $0.25 $1.28 $O.5O $1.28 $O.50 $1.28 $1.00 $0.31 $0.10 $2.11 $2.00 $3.31 $0.00 $0.93 $0.25 $1.67 $0.25 $2.24 $0.25 $3.29 $0.25 $4.00 $0.25 $5.52 $0.25 $6.80 $0.25 16E13" ~_ Description PER Lia..~t Labor ~.~ ~1SL95.0025 PATCH CORDS 25', 500 MHZ Level 7 ea $9.10 $0.25 ~1SL85-0003 ;~ATCH CORDS 3', 350 MHZ ea $2.44 $0.25 NSL85-0010 =ATCH CORDS 10', 350 MHz ea $3.67 $0.25 NSL85-0015 PATCH CORDS 15', 350 MHZ aa $4.44 $0.25 NSL854)025 =ATCH CORDS 20', 350 MHZ aa $8.09 $0.25 COAX CABLE and CONNECTORS N62A-1000 RG6 cable Non-Plenum m $115.09 $0.35 N66A-1000 RG6 cable Plenum m $351.34 $0.35 N59A-1000 RG59 Non-Plenum m $119.03 $0.35 1331 Video F Connector for Faceplate, Coaxial ea $3.05 $3.50 IM125 Video coupler1 female, for multimedia outlet aa $4.25 $6.25 500 Coax Trunk cable It $0.47 $1.10 RG6 QUAD SHIELDED rt $0.14 $0.00 RG tl Non-plenum I~ $0.19 $6.00 2 way sp tter, Amp. ea $7.43 $0.00 4 way splitter Ampi ~a $11.89 $0.00 3 way splitter ea $2.70 $0.00 4 way splitter Ampi ea $3.38 $0.00 Amp. Splitter 8 way lx8 ea $181.58 $24.00 HINGED RACEWAY AND FITTINGS I10 2700 SERIES 3/4" X 3/8" X 6' ea $8.02 $7.00 ~48 2800 SERIES 1" X 1/2" X 6' ea $8.83 $7,00 ~49 2900 SERIES 1 1/2" X 3/4" X 6' ea $12~07 $7.00 ZX2CL6 Panduit 2 x 2 white ea $27.62 $7.50 ~CL6 Panduit 2 x 2 Cover white ea $8.59 $7,50 IBV1 WIRE MANAGEMENT RING 1" ea $5.27 $3.00 IBV2 WIRE MANAGEMENT RING 2" ea $11.96 $3.00 '3S-M TIE WRAPS PANDUIT PACKAGE OF 1000, 11.5" c $67.50 $25.00 '2S-M TIE WRAPS PANDUIT PACKAGE OF 1000, 7 3/8" c $26.33 $25.00 '3S-~702 PLENUM TIE WRAPS 11.6", 100 PACK. c $135.00 $10.00 2C:C702 PLENUM TIE WRAPS 7.4", 100 PACK. c $81.00 $10.00 ~2 Caddy J-Hooks ea $1.82 $2.50 Caddy Plates sa $2.43 $2.50 )8001 J-Bolt Kit sa $3.38 $4.00 C,,ELLANEOUS Firestop Caulk sa $18.36 $18.00 FireStop Putty sa $38.14 $18.00 Lift Truck rental Da $0.00 $150.00 IOR CAT S & CAT 3 DROPS TOTAL DROPS 0 DROP 1 ea $0.00 $40.00 DROP 2 'ea $0.00 $35.00 DROP 3 ea $0.00 $25.00 DROP 4 ea $0.00 $25.00 Terminate Copper Pairs ea $0.00 $1.00 CABLE 4012A-1000 12 strand, indoor/outdoor, PVC Ift $1.73 $2.34 4024A-1000 24 strand, indoor/outdoor. PVC ft $3.04 $0.90 4048A-1000 48 strand, indoor/outdoor, PVC If~ $5.74 $0.90 3006A 6 strand Outdoor, LSTB, PE $2.32 $1.10 3012A 12 strand Outdoor, LSTB, PE ft $2.70 $0.90 3018A 18 strand Outdoor, LSTB, PE It $3.52 $0.90 3024A 24 strand Outdoor, LSTB, PE ff $4.35 $1.10 3030A 30 strand Outdoor, LSTB, PE ff $5.14 $1.10 2002A 2 strand, Riser/Distb. PVC, OFNR ft $0.00 $1.10 2004A 4 strand, Riser/Ristb. PVC. OFNR ft $0.54 $0.70 Page 3 of 5 ~ Description PER List --Labor ~12006A 6 strand, Riser/Ristb. P¥C, OFNR ff $2.15 $0.70 ~12012A 12 strand, Riser/Ristb. F~/C, OFNR ft $2.94 $0.70 fd2024A 24 strand, Riser/Ristb. PVC, OFNR ft $0.00 $0.90 N2036A 36 strand, Riser/Distb. PVC, OFNR ff $0.00 $0.90 P2006A 6 strand, Riser/Disbt, Plenum,OFNP ff $2.23 $0.70 P2012A 1~ strand, Riser/Distb, Plenum, OFNR ff $3.13 $0.70 P006A-0500 6 strand, Plenum, OFNP, Single Mode, I/o ff $1.01 $0.70 P0'I2A-0500 12 strand, Plenum, OFNP, Single Mode, I/O ft $1.85 $0.90 N006A-0500 6 strand, Non-Plenum, OFNP, Single Mode, I/O ff $0.36 $0.90 N012A-0500 12 strand, Non-Plenum, OFNP, Single Mode, I/O fi $0.81 $0.90 -004'~50 ST Connector, Siecor, Unicam ea $10.22 $12.50 -000~04 Cam Splice, Siecor ea $24.30 $18.00 1905800 Breakout Kit 6 fiber ea $30.29 $25.00 ~905801 Breakout kit 7-12 fibers ea $33.91 $35.00 :2-002 Splice Closure, 12 fibers ea $207.90 $25.00 FIBER PATCH PANELS IM100 Multi-Media Outlet ea $8.51 $6.00 IP400A Wall Mount 12 PORT ea $53.58 $3.00 IP401A Wall Mount, 24 PORT ea $84.83 $6.00 M407A Rack Mount 18 port ea $157.77 $6.00 P406A Rack Mount 72 port ea $228.65 $6.00 FIBER CONNECTORS AND PANELS 000-50 Fiber Module, SIECOR, Unicam ea $10.22 $12.00 P408A Blank Filler Panel 1U ea $6.44 $3.00 P404A Adapter Stdp, Single Density, ST ea $23.67 $3.00 P411A Adapter Strip, Double Density, ST ea $27.00 $3.00 P405A Adapter Panel Single density SC ea $38.69 $3.00 ! 10 Bracket wiSTAdapters for MultiMedia outlet ea $0.43 $3.00 FIBER PATCH CORDS I062-001M-CC 1 MeterST-ST ea $19.14 $1.00 I062.002M-CC 2 Meter ST-ST ea $20.21 $1.00 1062-005M-CC 3 Meter ST-ST ea $21.26 $1.00 14610-001M 1 Meter ST-SC ea $28.53 $1.00 14010-003M 3 Meter ST-SC ea $31.04 $1.00 FIBER OPTIC TRANCEIVERS D51A-ST-R3 MINI-Plugs into PC ea $0.00 $1.00 MISCELLANEOUS FO Snap on Marker, Panduit ea $4.73 $1.00 Wire Mgr ea $47.25 $3.00 19x84 Rack ea $155.25 $25.00 Rack Shelf ea $47.25 $3.00 Ground f~6 Green Insul. ea $8.10 $18.00 Power Strip ea $116.10 $3.00 OTDR TEST ea $0.00 $12.00 Consumables ea $283.50 $0.00 CONDUIT, PULL BOXES, HANDHOLES Locate wire ff $0.04 $0.05 Smutf pipe ft $0.54 $070 002 Innerduct w/pull rope I 1/4" - Orange, 250 ft coil ff $0.34 $0,70 001-0250 Innerduct Plenum w/pull rope 1" - Clear ff $2.11 $0,70 001-500 Innerduct Plenum w/pull rope 1" - Clear ff $2.05 $2,25 004 Innerduct coupler, 10 pack ea $8.44 $0.50 es EMT 3/4" ff $1.22 $3.60 es EMT 1" ft $1.69 $3.60 Page 4 of 5 C Descri~lon PE~R Lis__~t Labor QTY [les EMT 1 1/2" ~ $2.03 $3.60 §es EMT 2" ~ $3.04 $3.60 ges PVC 1" Sch 40 rt $1.19 $3.60 PVC 1 1/4" It $0.43 $3,60 ges PVC 2" Sch 40 ~t $2,47 $3.60 ges PVC 4" Sch 40 ~ $6.55 $6.00 ges GRS 2" ~t $4.79 $4.25 ges Sweep GRS 2" ~a $20.25 $14,25 ges Sweep PVC 1", 24"R ea $4.39 $6.50 ges Sweep, PVC 2", 24"R ea $11,56 $14.25 iSweep 1 1/4" ea $1.35 $3.00 ges !Sweep PVC 4", 24" R ea $32.40 $38.00 ges Sweep EMT 1" ea $3,38 $12.65 ges Sweep EMT 1 1/2" ea $6.08 $19.00 ges Sweep EMT 2", 24"R ea $30.38 $28.50 ges ~oupler PVC 1" ea $1,69 $1.50 ges Coupler PVC 2" ea $3.38 $2.50 ges Coupler PVC 4" ea $4.73 $3.50 Warning Tape, Buried rl $264.60 $300.00 ges Alum Flex 3/4" ~t $0,74 $3.60 ges Alum Flex t" It $1.15 $3.60 PVC Glue Qt $6.41 $12.00 CORE DRILL ea $0.00 $110.00 Sleeve 3/4" ea $3.38 $12.00 Sleeve 1" ea $3.65 $12.00 Sleeve 2" ea $6.08 $12.00 ~leeve 3" ea $11.48 $12.00 Sleeve 4" ea $16.54 $16.00 Pull Box 12x12x4 ea $16.20 $24.00 Pull Box 12x12x6 ea $18.90 $12.00 Hand Hole 11x18x18 w/lid Traffic bearing, Quazite ea $141.75 $150.00 Hand Hole 24x36x18,Traffic Beadng, Hoffman ea $483.30 $250.00 IOR OTHER ASSOCIATED LABOR ACTIVITIES Place Conduit in Trench ff $0.00 $0.50 Place Conduit in Bldg ff $0.00 $3.60 Place Cable in Trench/in Building ft $0.00 $1.50 Place Cable in Conduit ft $0.00 $0.75 Trenching up to 24" deep, machine ff $0.00 $6.50 Directional boring ff $0.00 $22.00 J & B Boring ff $0.00 $22.00 PUSH SIDEWALK/DRIVE ff $0.00 $6.50 C&P Conc sqff $0.00 $15.00 C&P Aslph sqff $0.00 $9.50 Hand Dig-Trench ff $0.00 $7.50 Misc labor and material ea $25.00 $25.00 Page 5 of 5 BLACK BOX NETWORK SERVICES Guaranteed-for-Life Structured Cabling System-- Exclusively frem Black Box. Fiber Optic Infrastructure Sys e, Bulk Fiber Optic Cable, Single-Mode EFNOO~A Fgatures · Breakout design enables individual routing of fibers for termination. · Inst~li spare fiber for future applications. · Suitable for indoor use. · T~ght-buffered, simplex cords are stranded around a central member. · Constructed of 8.3/125 pm fiber. · Available in 6 or 12 fiber configurations. · Installed fiber system carries a lifetime warranty. Application · Tight-buffered fiber cable is suitable for indoor use. · Use within buildings in dser shafts and wiring closets. and to workstations. ERVOO6A PVC Aramid Buffered Jacket Yam Rbers Specifications Attenuation (Max.) -- 1.0 dB @ 1310 pm; 0.75 dB @ 1550 pm Bend Radius (Min.) -- Short term: PVC and Plenum: 15 x 0D (outside diameter); Long Term: PVC and Plenum: 10 x OD Flame Resistance -- U L"~-910 for plenum, riser, and general building applications Operating Temperature -- -40 to 70°0 Tensile Strength -- Installation: 1000 Newtons; Operation: 300 Newtons Construction · Fiber core is 8.3/I 25 pm. · The jacket is constructed of PVC, type OFNR or plenum OFNP. Compliance · UU listed Type OFNR. · NEC~ Article 770. · CSA FT-4. · NEC/CSA listing: OFNP/FT-6. Item Code ~jle-Mode Bulk Fiber O~otic Cable, Reels Pv~ 6-Fiber 500-ft. (152.4-m) EFN006A-0500 12-Fiber 500-ft. 15(2.4-m) EFN012A-0500 Plenum A plicati~ 6-Fiber 500-ft. (152.4-m) EFP006A-0500 t 2-Fiber 50e-ft. (152.4-m) EFP012A-0500 VRI-M Guaranteed-for-Life Structured Cabling System-- Exclusively from Black Box. Fiber Optic Infrastructure System Ask about our complete Fiber Optic System. Patch Panels Black Box patch panels make managing cross-connect fields easy, especially moves, adds. and changes. Jacks We have the jacks for even/ application. from simple connections to CAT5, CAT5e, and other high-speed applications. Horizontal Cable Black Box carries the finest and most extensive line of horizontal copper media available. Wallplates We have all the wallplates and hardware you need to make your cabling connections at the work area. Patch Cables Black Box patch cables make managing cross-connect fields easy, so you don't have to worn/about compatibility, quality, or performance. Call Black Box for bact(bone cable · N~iument rooms, and entrance facif'dies rmmany different applications. BLACK BOX NETWORK SERVICES 1000 PARK DRIVE · LAWRENCE, PA 15055'1018 Phone: 724-746-6600 (24 hotIra a day/'/days a week) Fax: 800-321-0746 · Web: www.blackbox.com e-roail: info@blackbox.com BLACK BOX NETWORK SERVICES Guaranteed. for-Life Structured Cabling System-- Exclusively from Black Box. Fiber Optic Infrastructure System Bulk Fiber Optic Cable, Breakout Style Features · Outside tube provides extra moisture protection. · Breakout design enables individual routing of fibers for termination. · Install spare fiber for future applications. · Tight-buffered, simplex cords are stranded around a central member, · Features muitiroode 62.5/125 pm fiber. · Suitable for inside use. · Available in configurations with 2 to 24 fibers. · Installed fiber system carries a lifetime warranty. Specifications Attenuation (Max.) -- 3.0 dB/km @ 850 nm; 1.0 dB/km @ 1300 nm Bend Radius (Min.) -- Short term: Riser and Plenum: 15 x OD (outside diameter); Long Term: Riser: tO x 0DS Plenum: 15 x OD Crush Resistance -- Riser: 2200 N/cm; Plenum: 2100 N/cm Flex Resistance -- Riser and Plenum: 2000 cycles Impact Resistance -- Riser: 1500 impacts; Plenum: 1000 impacts Operating Temperature -- Riser and Plenum: -40 to 85°C Application · "F~ght-buffered fiber cable is suitable for indoor use. · Ideal for LANs as a horizontal or backbone cable. · Can be fitted with connectors without a breakout kit. Construction · Fiber core is 62.5/125 pro. · Outside tube provides extra moisture protection. · Conductor matefiat is optical glass. · The diameter of each fiber (including buffer and subcable jacket) is 2.5 mm. EFNIOO4A PVC Buffer PVC Aramid Buffered Jacket Tube Subunits Yarn Fibers Compliance · UL listed Type OFNR (1666). · CE. · CSA. · EIA/TIA. · NEC. Item Code BulkFiber Optic Cable (BmakoutS~le) PVC--RiserApplications (OFNR/FT4) 2-Fiber 500-if. (152.4-m) Custom Lengths EFN1002A-0500 EFN1002A 4-Fiber 500-ft. (152,4-m) EFNt004A-0500 Cust_om Lengths EFN1004A 6-Fiber 500-ft. (152.4-m) EFN1006A-0500 ___ Custom Lengths~ EFN1006A 8-Rber 500-fl. (152.4-m) EFN1008A-0500 Custom Lenqths EFN1008A 12-Fiber 500-ft. (152.4-m) EFN1012A-0500 Custom Lengths EFN1012A 24-Fiber 500-ft. (152.4-m) Et:N1024A-0500 Custom Lengths~ EFN1024A Plenum Applications (OFNP/FT6) 4-Fiber 500-ft. (152.4-m) EFP1004A-0500 Custom Lengths EFP1004A 6-Fiber 500-ft. ('152.4-m) EFP1006A-0500 Custom Lengths EFP1006A VR1-N Guaranteed-for-Life Structured Cabling System-- Exclusively from Black Box.,~ Fiber Optic Infrastructure System'~'~' Ask about our complete Fiber Optic System. PatchPanels Black Box patch panels make managing cross-connect fields easy, especially moves, adds, and changes. Jacks We have the jacks for every application. from simple connections to CATS, CAT5e, and other high-speed applications. Black Box carries the finest and most extensive line of horizontal copper media available. Wallplates We have all the wallplates and hardware you need to make your cabliog connections at the work area Patch Cables Black Box patch cables make managing cross-connect fields easy, so you don't have to worq/about compatibility, quality, or pedormance. Backbone Cable Call Black Box for backbone cable to connect telecommunications closets, ~uipment rooms, and entrance facilities in many different ap/~ications. BLACK BOX NETWORK SERVICES 1000 PARK DRIVE ' LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days a week) Fax: 800-321-0746 ,, Web: www.blackbox.com e-mail: info@blackbox.com BLACK BOX Guaranteed-for-Life Structured Cabling System-- NE "~N'ORK $~RV~CES Exclusively from Black Box. Fiber Optic Infrastructure System Bulk Fiber Optic Cable, Distribution Style EFN2006A Features · Distribution design enables individual routing of fibera for termination. · Install spare fiber for future applications. · Suitable for indoor use. · Constructed of 62.5/125 pm fiber. · Available in configurations from 2 to 36 fibers. · Installed fiber system carries a lifetime warranty. Application · Tight-buffered fiber cable is suitable for indoor use. · Ideal for LANs as a backbone cable in intrabuilding applications. Specifications Attenuation (Max.) -- 3.0 dB @ 850 pm; 1.0 dB @ 1300 pm Bend Radius (Min.) -- Short term: PVC and Plenum: 15 x OD (outside diameter); Long Term: PVC and Plenum: 10 x OD Crush Resistance -- PVC: 1800 N/cm; Plenum: 1500 N/cm Flex Resistance -- PVC: 2000 cycles; Plenum: 1000 cycles Impact Resistance -- PVC: 1500 impacts: Plenum: 1000 impacts Operating Temperature -- PVC: -40 to 85°C; Plenum: -20 to 85°C Construction · Fiber core is 62.5/125 pm. · Conductor material is optical glass. · The diameter of each fiber (including buffer) is 09 mm. EFN2006A PVC Aramid Buffered Jacket Yam Fibers Compliance · UL listed type OFNR (1666), and OFNP. ~ Code Bulk Fiber Optic Cable ~Distribution Style)_ PVC--Riser Applications (OFNR~ 2-Fiber 500-fl. (152.4-m) EFN2002A-0500 __ Custom Len ths EFN2002A 4-Fiber 500-ft. (152.4-m) EFN2004A-0500 __ Custom Lengths EFN2004A 6-Fiber 500-ft (152.4-m) EFN2006A-0500 Custom Lengths EFN2006A 8-Fiber 500-ft. (152.4-m) EFN2008A-0500 Custom Le n~_ EFN2008A 12*Fiber 500-ft. (152.4-m) EFN2012A-0500 Custom Len t~ EFN2012A 24-Fiber 500-ft. (152.4-m) EFN2024A-0500 Custom Len t~ EFN2024A 36-Fiber 500-ft. (152.4-m) EFN203BA-0500 Custom Le~ EFN2036A Plenum Applications OF~ 6-Fiber 500*ft. (152.4-m) EFP2006A-0500 Custom Len tgtgtgths EFP2004A 12-Fiber 500-ft. (152.4-m) EFP2012A-0500 Custom Lengths EFP2012A VR1-L Guaranteed-for-Life Structured Cabling~stem-- Exclusively from Black Box. Fiber Optic Ask about our complete Fiber Optic System. Patch Puels 81~ck 80x patch panels make managing cross-connect fields easy, especially moves. adds, and changes, Jacks We have the jacks for every application, from simple connections to CAT5. CAT5e, and other high-speed applications. Horizontal Cable Black Box carries the finest and most extens*ve line of horizontal copper media available. Wallplates We have all the wallplates and hardware you need to make your cabling connections at the work area. Black Box patch cables make managing cross-connect fields easy, so you don't have to worr~ about compatibility, quality, or performance, Call Black Box for backbone cable to r. mmect telecommunications closets, eqeipme~l ~, and entrance facilities in many different applications. ' - BLACK BOX NETWORK SERVICES 1000 PARK DRIVE" LAWRENCE, PA 15655-1018 Phone: 724-746o5500 (24 hours a day/7 days a week) Fax: 800-321-0746 · Web: wwwobfackbox.com e-mail: info@blackbox.com BLACK BOX Guaranteed-fro,Life Structured Cabling System-- NET~JrORK SERVICES Exclusively from Black Box. Infrastructure System GigaBase 350 Category 5e Patch Cables with Boots Features · Hood prevents kink and plug latch damage. · Achieves Category 5e standard pedormance. · Superior construction offers significant headroom. · Tuned-plug design maintains a tighter twist and reduces noise. · Gold-plated contacts are designed for an insertion/extraction life of 1000 cycles. · Lifetime warranty. · Tested to 350 MHz. Applications · 10BASE-T, 4-and 16- Mbps Token Ring, tOO- BASE-T, 1000-BASE-T, 155-Mbps, and 622- Mbps ATM Compliance · UU type CM. · NEMA WC-63.1. · EINTIA Category 5 568A-5. · UL' flame test: 1581 Vertical Tray, CSA FT1. EVNSL81 Construction · R J-45 conductors, 4-pair, 24 AWG stranded, tinned copper. · PVC jacket, polyolefin insulation. 32.8 73.0 51.0 43.0 40.0 45.4 36.0 ~aBase 350 CAT5e Patch Cables with Boots, 350 MHz, 4 Pair 568-8 Straight-Pinned 1-ft. (0.3-m) 3-ft. (0.9-m) 6-ft. (1.8-m) 10-ft. (3.O-m) 20-ft. (6.O-m) Custom Len t_g~ Crossover 1-ft. (0.3-m) 3-fl. (0.9-m) 6-ft. (1.8-m) 10-ft. (3.O-m) 20-ft. (6.O-m) Custom Lengths EVNSL81q)001 r EVNSL82-0001 EVNSL81-0003 [ EVNSL82-0003 EVNSL81-0006 [ EVNSL82-0006 EVNSL81-0010 ] EVNSL82-0010 EVNSL81-Cd20 ! EVNSL82-0020 EVNSL81 | EVNSL82 EVNSL83-OO01 EVNSL83-0003 EVNSL83-OO06 EVNSL83-0010 EVNSL83-0020 EVNSL83 EVNSL84-0001 EVNSL84-0003 EVNSL84-00C6 EVNSL84-0010 EVNSL84-0020 EVNSL84 EVNSL85-0001 EVNSL85*0003 EVNSL85-0006 EVNSL85-0010 ' EVNSL85-0020 EVNSL85 Pink EVNSL86-0001 EVNSL86-0003 EVNSL86-(XX)6 EVNSL86-0010 EVNSL86-002C EVNSL86 B/NSL87-0001 B/NSL87-0003 EVNSL87-0006 EVNSL87-0010 EVNSL87-0020 EVNSL87 EVCRB81-0001 EVCRB81-0003 EVCRB81-0006 EVCRB81-0010 EVCRB81-0020 EVCRB81 EVCRB82-0001 EVCRB82-0003 EVCRB82-0006 EVCRB82-0010 EVCRB82-0020 EVCR882 EVCRB83-0001 EVCRB83-0003 EVCRB83-0006 EVCRB83-0010 EVCRB83-0020 EVCRB83 EVCRB84-0001 EVCRB84-0003 EVCRB84-0006 EVCRB84-0010 EVCRB84-0020 EVCRB84 EVCRB85-0001 EVCRB85-0003 EVCRB85-0006 EVCRB85-0010 EVCRB85q)020 EVCRB85 VR1-F Guaranteed-for-Life Structured Cablin} ~e~-- Exclusively from Black Box. GigaBase~ Infrastructure System Ask about our complete GigaBaseTM System. Patch Panels Black Box patch panels make managing cross-connect fields easy, especially moves, adds, and changes, Jacks We have the jacks for every application, from simple connections to CAT5, CAT5e, and other high-speed applications. Horizontal Cable Black Box carries the finest and most extensive line of horizontal copper m~ia available. Wallplates We have all the wallplates and hardware you need to make your cabling connections at the work area. Black Box patch cables make managing cross-comlgct fields easy, so you don't have to wony about compatibility, quality, or performance. Backbone Cable Call Black Box for backbone cable to connect telecommunications closets, equipment rooms, and entrance facilities in many different applications. . BLACK BOX NETWORK SERVICES 1000 PARK DRIVE · LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days a week) Fax: 800-321-0746 o Web: www.blackbox.com e-mail: info@blackbox.com BLACK BOX NETWORK SERVICES Exclusively from Black Box. GigaBase Infrastructure System Category 5e HD Jacks Exceed the CAT5e 568-A-5 standard. Features · Gold-plated beryllium/copper contacts for superior electrical performance. · High-density design. · Staggered plug contacts. · Far exceed Category 5 standards for NEXT, PSNEXT, and return loss when installed as a complete system. · Backward compatibility with Category 5, 4, and 3 enables you to slowly convert to higher performance standards. · Angled plugs significantly reduce bend radius and breakage concerns. · High-impact, heat-tested design, · Ideal for moderate- to high-density data applications. · Future compatible--certified to 1000BASE-T. 200 1 10 100 300 1000 Applications · 10BASE-T · 4-/16-Mbps Token Ring · 100RASE-VG · 100BASE-TP-PMDD · 100BASE-T · 1000BASE-T Compliance · Verified to EFL CAT5e channel and component specifications. · UL~ certified. · ISO/IEC 11801 · Cenelec EN50173 · FCC, Part 66.5 · CSA Certified # LR80837. ~ Wirioj Color S~le-Pack 25-Pack CAT5e~ T568-B Office White FM900 FM900-25PAK Black FM901 FM901-25PAK Orange FM902 FM902-25PAK Blue FM903 FM903-25PAK Red FM904 FM904-25PAK Gray FM905 FM905-25PAK White FM906 FMgOS-25PAK Electric Ivory FM907 FM907-25PAK Green FM908 FM908-25PAK Yellow FM909 FM909-25PAK T568-A Office WhiteFM910 FM910-25PAK Black FM911 FM911-25PAK Orange FM912 FM912-25PAK Blue FM913 FM913-25PAK Red FM914 FM914-25PAK Gray FM915 FM915-25PAK White FM916 FM916-25PAK Electric Ivory FM917 FM917-25PAK Green FM918 FM918-25PAK Yellow FM919 FM919-25PAK 1,z I:' 1 'z Guaranteed-for-Life Structured Cabling Syst~m--- Exclusively from Black Box. ¢~.~,~ GigaBase Infrastructure System ~ ~ Ask about our complete GigaBase' System. Patch Panels Black Box patch panels make managing cross-connect fields easy, especially moves, adds, and changes. We have the jacks for every application, including GigaBase CATSe HD Jacks, certified to meet the newly ratified CATSe standard, Black Box carries the finest and most e~ensive line of horizontal copper media available, including popular GigaBase CAT5e cable, Wallplates We ~ave the wallplates and all the hardware you need to wire your system at the work area and run cable to the telecommunications closet Black Box patch cables make ma,qaging cross-connect fields easy, so you don't have to wor~/about compatibility, quality, or performance. Backbone Cable Call Black Box for backbone cable to connect telecommunications closets. equipment rooms, and entrance facilities in many different applications. BLACK BOX' NETWORK SERVICES 1000 PARK DRIVE · LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days a week) Fax: 800-321-0746 · Web: www.blackbox.com e-mail: info@blackbox.cum BLACK BOX NETWORK SERVICES Gusranlaed-for-Ufe Structured Cabling System-- EXclusively from Black Box. Giga True 6 Infrastructure System Giga True 6 Patch Cable Features · Achieves proposed and updated Category 6 channel link reguimments. Performance is third party ETL verified. · Offers superior performance with significant headroom. Channel crosstalk and return loss values are improved because of better plug/cable mating. · New plug assembly design (patent pending) prorecta individual pair integrity closer to termination contacts for optimal pair-twist maintenance. · Plug is designed to offer balanced electrical characteristics. · A pair spacing star compartmentalizes pairs and improves strain relief. · Pairs are intemally isolated for better performance. · Cables are 100% pedormance tested. Specifications · Provides greater than 14 dR improvement in channel PS-ACR pedormance over Category 6 at 200 MHz. · Operates with 15 dBACR headroom at250 MHz over the proposed CAT6 channel specification on all four pairs. · Typical ACR performance of 34 dB at 100 MHz l~ovides 27 d8 margin over Category 5. 1 2.0 70.6 72.6 31.25 11.6 36.8 48.4 62,5 16.7 26.7 43.4 100 21.7 18;2 39.9 200 32.1 22 34.8 Applications · Gigabit Ethernet and beyond. · Designed to work with GigaTrue 6 Patch Panels and Patch Cords. · Backwards compatible. Compliance · UU verified and listed Category 6, File #E129878. · Meets FCC Art. 68,5. · Tested to proposed Category 6 channel and component specifications. · Exceeds proposed Category 6 component values. Construction · PVC jacket. · Made of 24 AWG stranded copper. · Thrse-part plug construction (patent pending). · Flat cable. · Snagless boot. Item Color Cede ~aTrue 6 Patch Cable, 24 AWG, 4-Pair 3-ft. (0.9-m) Gray EVNSL61A-0003 Red EVNSL62A-0003 4-ft. (1.2-m) Gray EVNSL61A-0004 Red EVNSL62A-0004 6-if. (1.8-m) Gray EVNSL61A-0006 Red EVNSL62A-0006 8-ft. (2.4-m) Gray EVNSL61A-0008 Red EVNSL62A-0008 10-ft. (3.O-m) Gray EVNSL61A-0010 Red EVNSL62A-0010 12-ft. (3.6-m) Gray EVNSL61A-0012 Red EVNSL62A-0012 16-1t. (4.8-m) Gray EVNSL61A-0016 Red EVNSL62A-0016 20-ft. (6.0-m) Gray EVNSL61A-0020 Red EVNSL62A-0020 Guaranteed-for-Life Structured Cabling System'-- Exclusively from Black Box. Giga True 6 Infrastructure System Ask about our complete GigaTrue' System. PatchPanels Black Box patch panels make managing cross-connect fields easy, especially moves, adds, and changes. Jacks We have the jacks for even/ application, including CAT& CAT5e. GigaBase. and GigaTrue for high- speed applications. Horizontal Cable Black Box carries the finest and most extensive line of horizontal copper media available, including the popular GigaTrue 500 cable. Wallplates We have the waifplates and all the hardware you need to wire your system at the work area and run cable to the telecommunications closet. Black Box patch cables make managing cross-connect fields easy, so you don't have to worn/about compatibility, quality, or performance. Backbone Cable Call Black Box for backbone cable to connect telecommunicatioos closets. equipment rooms, and entrance facilities in n~,r~¥ Different applications. I {, BLACK BOX NETWORK SERVICES 1000 PARK DRIVE · LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days a week) Fax: 800-32%0746 · Web: www.blackbox.com e-mail: info@blackbox.com BLACK BOX Guaran.te.e.d.-for-Life Structured Cabling System-- NETWORK SI=RVICES Exclusively from Black Box. Infrastructure System Giga True 6 HD Jaci $ Features · Achieve proposed CAT6 performance. · Tested for NEXT, Power Sum NEXT, FEXT, Return Loss, and Attenuation to 350 MHz. · Patent-pending six-layer PC board design provides improved isolation and tighter balance of circuit paths. · Tri-plane staggered contact design (patent pending) in a third plane provides finely tuned separation for greater balance and crosstalk margin. · A new hybrid contact insertion process combines four gas-tight lines of compliant contact with a re-flow solder process for more reliable terminations. · 110 insulation displacement (IDC) termination. · Keystone shape fits industry-standard snap-fit design. · Designed to work with GigaTrue 6 Patch Panels and Patch Cables. · Backwards compatible. Applications · Gigabit Ethernet and beyond. GloaTrue' Infrastructure Specifications · Positive power-sum attenuation-to-crosstalk ratio (PS-ACR) beyond 300 MHz. · Typical PS-ACR margin of 14 dB at 200 MHz over proposed Category 6 requirements. PS-ACR margin of 30 dB at 100 MHz provides 24 dB margin and 94% noise reduction compared to CAT5e. · Typical return loss of 20 dB at 200 MHz provides 11 dB margin over proposed Category 6 requirements. Front view Compliance · Tested to proposed Category 6 channel and component specifications. · Exceed proposed Category 6 component values. · UL~ 1863 listed, File #E129878. · CSA certified File #LR80837. · Conform to FCC Part 68.5. Construction · Contacts are beryllium copper with a minimum 50-micro-inch gold plating. · Feature tin-lead plated IDC 110 contacts. · Constructed of high-impact 94 V-O rated thermoplastic. · Maximum insulated conductor O.D.: 0.050 inches. 1 2.0 70.6 72.6 3125 11.6 36.8 48.4 62.5 16.7 26.7 43.4 100 21,7 18.2 39.9 200 32.1 2.7 34.8 GigaTrue 6 HD Jacks T568-B Color 25-Pack Electric IvoryFM610-25PAK Gray FM611-25PAl( Black FM612-25PAK Office White FM613-25PAK Orange FM614-25PAK Blue FM615-25PAK T568-A Electric IvoryFM616-25PAK Black FM617-25PAK Office White FM618-25PAK VR1-B Guaranteed-for-Life Structured Cabli~-- Exclusively from Black Box. Giga True Infrastructure System Ask about our complete GigaTrue' 6 System. Patch Panels Black Box patch panels make managing cross-connect fields easy, especially moves, adds, and changes. We have the jacks for eve~/ application, from simple connections to CATS, CAT5e, and other high-speed applications. I!m'izontal Cable Black Box carries the finest and most extensive line of horizontal copper media available. Wallplates We have all the wallplates and hardware you need to make your cabling connections at the work area. Black Box patch cables make manag,ng cross-connect fields easy, so you don't have to worn/about compatibili[y, quality, or performance. Backbone Cable Call Black Box for backbone cable to connect telecommunications closets, equiprner~t rooms. and entrance facilities in n~ny different applications. ;4Y BLACK BOX* NETWORK SERVICES 1000 PARK DRIVE · LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days o week) Fax: 800-321-0746 - Web: www.blackbox.com e-mail: Jnfo@blackbox.com BLACK BOX NETWORK SERVICES Guaranteed-for-Life Structured Cabling System-- Exclusively from Black Box. Infrastructure System Giga True 6 Patch Panels Features · Achieve proposed Category 6 pedormance. · Tested for NEXT, Power Sum NEXT, FEXT, Return Loss, and Attenuation to 350 MHz. · Patent-pending six-layer PC beard design provides improved isolation and tighter balance of circuit paths. · Tri-plane staggered contact design (patent pending) provides greater balance and crosstalk margin. · Feature distinctive gray adapters and are the only CAT6 panels with a high-density adapter design. · Large area provides super easy terminations. · A paired 110 punch-down sequence enables pair twists to be maintained to within ¼". · Eight-port adaptere feature patented, flat, hairpin, modular jack contacts for reliabte connections and increased contact surface. · Front and rear labeling areas improve port identification. Applications · Gigabit Ethernet a~d beyond. · Designed to work with GigaTrue 6 Patch Cables, · Backwards compatible. Coesimction · Feature R J-45 connectors on one side and 110 terminations on the other, · Rush jack appearance and mlled edge improve aesthetics. · Durable rolled-edge aluminum construction. · Feature tin-lead plated IDC 110 contacts. · F~ standard 19" racks, Compliance · Tested to proposed Category 6 channel and component specifications. · Exceed proposed Category 6 component values. · UL* 1863 listed, File #E129878. · CSA certified File #LR80837. · Conform to FCC Part 68.5. Front view: JPM610A GigaTrue' Infrastructure Specifications · Positive power-sum attenuation-to-crosstalk ratio (PS-ACR) beyond 300 MHz. · Typical PS-ACR margin of 14 dB at 200 MHz over proposed Category 6 requirements. PS-ACR margin of 30 dB at 100 MHz provides 24 dB margin and 94% noise reduction compared to CAT5e. · Typical return loss of 20 dB at 200 MHz provides 11 dB margin over proposed Category 6 requirements. 1 2.0 70.6 72.6 31.25 11.6 36.8 48.4 62.5 167 26.7 43.4 100 21.7 18.2 39.9 200 32.1 2.7 34.8 Item Size Whing Cede ~aTrue 6 Patch Panels, 19"W 48~ 24-Por~ 1U, 1.75" (4.4 cm) 568-B JPM610A 568-A JPM611A 48-Por[ 2U, 3.5' (8.8cm) 568-B JPM612A 568-A JPM613A 96-Port 4U, 7.0" (177 cm)568-B JPM614A 568-A JPM615A VR1-C Guaranteed-for-Life Structured Cab~m-- Exclusively from Black Box. Giga TrueTM Infrastructure System Ask about our complete GigaTrue' 6 System. Black Box patch panels make manaoing cross-connect fields easy, especially moves, adds, and changes. Jacks We have the jacks for ever~ application, from simple connections to CAT5, CAT5e, and other high*speed applications. Horizontal Cable Black Box carries the finest and most extensive line of horizontal copper media available. Wallplates We have nit the wallplates and hardware you need to make your cabling connections at the work area. Black Box patch cables make managing cross-connect fields easy, so you don't have to worry about compatibiliiy, quality, or performance, Backbese Cable Call Black Box for backbone cable to connect telecommunications closets, e~t rooms, and entrance facilities in many different applications. BLACK BOX NETWORK SERVICES 1006 PARK DRIVE" LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days a week) Fax: 800-321-0746 * Web: www.blackbox.com e-mail: info@blackbox.com BLACK BOX Structured Cabling System-- NK'I'WORK SERVICES Exclusively from Black Box, Infrastructure System Giga True 6 -- 500 MHz Bulk Cable Features · Sweep tested and characterized to 500 MHz. · Exceeds the tough requirements of proposed Category 6 standards. · Round c~ble with cross-web design for strength and pedormance. · Every master reel is tested for electrical pedormance. · Designed for high-end networks. · Supports full- and half-duplex operation. · Designed to work with GigaTrue 6 Patch Panels, Patch Cords, and HD Jacks. Applications · Ideal for digital video, 100-Mbps TP-PMD, and 155-Mbps ATM networks, as well as future applications such as 622-Mbps ATM, Gigabit Ethernet, and Wideband Ethernet. Compliance · ICEA S-90-661 (Category 5X-160). · ISO/IEC 11801. · ANSI/TIA/EIA-568A (Category 5). · Ub' MPR/CMR, CMG, or MPP/CMP. Construction · Features 4-pair, 24 AWG solid bare copper. · Polyester rip cord. PVC Cable · Flame-mtardant PVC jacket. · Polyolefin insulation. Plenum Cable · Flexguard~ flame-retardant PVC jacket. · FEP insulation. 0.772 1.8 78 76 80 78 77 74 -- -- 1 2.0 76 74 78 76 75 72 25,5 2o.o 4 3.8 65 63 69 67 63 60 25.5 23.0 lO 6.0 57 55 63 61 55 52 25.5 25.0 16 7.6 52 50 60 58 51 48 25.5 25.0 20 8.5 50 48 58 56 49 46 25.5 25.0 31.25 lO.7 44 42 55 53 45 42 24.5 23.6 62.5 15.5 36 34 51 49 39 36 23.0 21.5 lOO 19.9 28 26 48 46 35 32 22,o 2o.1 200 29.2 15 13 44 42 29 26 20.5 18.o 350 40.0 -- -- 40 38 24 21 19.3 16.3 400 43.2 -- -- 39 37 23 20 19.0 15.8 500 49.2 -- -- 38 36 21 18 18.5 15.2 DC Resistance (Max.) ohms/100 m 128 It.) @ 20" C (68° F) 8.9 OC Resistance Unbalance (Max.) Individual Pair% 3.0 Input Impedance ohms 1.0-100 MHz 100:H5 100-350 MHz 100±22 350-500 MHz 100±32 Delay Skew (Max.) n~328 ft.) 25 Nominal Velocity of Propagation % Speed of Light 70%/72% (PVC/Pleuum) NOTE: Attenuation, PS-NEX~, PS-ACR, PS-ELFEX~, and SRL are sweep frequency tested. NOTE: Input impedance values are specified and based on sweep frequency cable measurements per ISO/IEC 11801. No curve fitting or smoothing functions are used. ~a~00 Blue White BulkCable, 500-MHz, 4-Pair, 1000-~Boxed EYNe~ EYN874A-1000 EYN871A-1000 EYN875A-1000 Yellow EYN872A-1000 EYN873A-1000 VR1-A Guaranteed-for-Life Structured Cabling System-- Exclusively from Black Box. Giga True' Infrastructure System Ask about our complete GigaTrue System. Patch Panels Black Box patch panels make managing cross-connect fields easy, especially moves, adds, and changes. Jacks We have the jacks for every application, from simple connections to CAT5, CAT5e. and other high-speed applications. Black Box caMes the finest and most extensive line of horizontal capper media available. Wallplates We have all the wallplates and hardware you need to make your cabling connections at the work area. Black Box patch cables make managing cross-connect fields easy, so you don't have to worry about compatibility. quality, or pedormance. Backbone Cable Call Black Box for backbone cable to connect telecommunications closets, equipment rooms, and entrance facilities in many different applications. BOX NETWORK SERVICES 1000 PARK DRIVE · LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days a week) Fax: 800-321-0746 · Web: www.blackbox.com e-mail: info@blackbox.com BLACK BOX NETWORK SERVICES Guaranteed-for-Life Structured Cabling System-- Exclusively fram Black Box. Infrastructure System Construction · 24 AWG solid bare annealed copper conductors. · 4-p~tir. PVC Cable · F[ame-retardant jacket. · Polyolefin insulation. · UL~ listed type MPR/CMR C(UU) CMG. Plenum Cable · FLEXGUARD'" jacket. · FEP insulation. · Rated from 0° to 60° C (32° to 140° F). · UL' listed type MPP/CMP C(UU) CMP. GigaBase 350 Category 5e Cables: PVC and Plenum Types MPP/CMP & MPR/CMR Applications 10BASE-T (IEEE 802.3). 4-/16-Mbps Token Ring (IEEE 802.5). 100BASE-VG. 100BASE-TP-PMDD. 100BASE-T. 1000BASE-T. 155-Mbps and 622-Mbps ATM Compliance · ISO/IEC 11801. · ANSVTIA/EIA-568A (Category 5E). · ANSi/ICEA S-90-661 (Category 5X-100). · NEMA WC63.t. Features · Tested and characterized to 350 MHz. · CAT5e compliance means dependable compatibility for future applications. · Sequential foot markings for fast measurements. · Longitudinal rip cord for easy jacket opening. · UL~ listed for vertical riser and horizontal applications when installed to applicable NEC~ Articles. ~ ~ 2AAWO DC Resistance (Max.) Ohms/1OO m (328 It.) 8.9 O 20° C (68' F) DC Rncistance Unbalance (Max.) 3.0 Individual Pair % Input Impedance Ohms Frequency (f): 1.0-100 MHz 100~15 100-350 MHz I00~22 ACR ~, 100 MHz, dB_> (Min.)21 PS-ACR @ 100 MHz, dB~ (Min.)19 Dolay Skew (Max.) 25 es/100 m (328 It.) Nominal Velocity of PropegaUon % Speed of Light 70%/72% (PVC/Plenum) .772 1.8 72 70 66 63 1 2.0 70 68 64 61 20.0 4 4.1 61 59 52 49 23.0 8 5.8 56 54 46 43 24.5 10 6.5 55 53 44 41 25.0 16 8.2 52 50 40 37 25.0 20 9.3 50 48 38 35 25.0 25 10.4 49 47 36 33 24.3 31.25 11.7 47 45 34 31 23.6 625 17.0 43 41 28 25 21.5 100 22.0 40 38 24 21 20.1 155 28.1 37 35 20 17 18.8 200 32.4 35 33 18 15 18.0 300 41.0 33 31 14 11 16.8 350 44.9 32 30 13 10 16.3 Blue nshielded CAT5e350-MHz BulkCable, 1000~Boxed EYN85tA-1000 EYN850A-1000 Yellow White EYN855Ao1000 EYN853A-1000 EYN854A-1000 EYN852A-1000 VR1-E Guaranteed-for-Life Structured CabhngL~f~n~-- Exclusively from Black Box. GigaBase Infrastructure System Ask about our complete GigaBase System. Patch Panels Black Box patch panels make managing cross-connect fields easy, especially moves, adds, and changes. Jacks We have the jacks for every application, from simple connections to CATS, CAT5e, and other high-speed applications. Black Box carries the finest and most extensive line of horizontal copper media available. Wallplates We have all the wallplates and hardware you need to make your cabling ConNections at the work area. 8~ack 8ox patch cables make managing cross-connect fields easy, so you don't have to worry about compatibility, quatity, or performance. Backbone Cable Call Black Box for backbone cable to conne~ telecommunications closets, equipment rooms, and entrance facilities in many different applications. BOX NETWORK SERVICES 1000 PARK DRIVE" LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days a week) Fax: 800-321-0746 · Web: www.blackbox.com e-mail: info@blackbox.com .BLACK BOX ETWORK SERVICES ~/,,s/ve/y fram~l~k Box. r GigaBase Infrastructure System Category 5e Patch Panels From 10BASE. T to Gigabit Features · ConstruCted of rolled-edge, anodized aluminum. · 20~Db+ power-sum margin over CAT5e requirements at 100 MHz. · Minimal return Joss-- I~B at 100 MHz. · Simple 110 terminations. · PC-board desi~,n for high-density wiring closet applications. · High margins OVer CAT5 Performance requirements. · Paired punch seguence for close terminations (0.5"). · S~gless jacks. Applications · 10BASE-T · 4-/16-Mbps Token Ring · tOO~ASE-VG · ?008ASE-TP-PMDD · 100BASE-T Compliance · Vefif~ to ~L CAT5e channel and component s~cgicadons. · UL' ce~ied. · ISO/IEC 11801 · CeneJec EN50173 · FCC, Pan 68.5 · CSA Codified ~ LR80837. JPM906A.. Top.' Front view; Bottom.. Rear view -30 -40 -50 -60 -90 200 1 10 ~0 300 1000 $PECIFJCATIONS C~aneel Compliance ~ 5-TSB95 Component Comp lance-- ~T?EIA 568-A-5 S ze ~ 16- and ;~4-Port: ?.75 H x (4.4 x 48.3 x 4.1 32- anei 48-Port: 3.5"H x 19"Wx (8.g x 48.3 x 4.1 64- aM 9~-Port: 7"H x ! 9"W x 1.6"D (17.8 x 483 x 4.1 cm) T,5~'~ -- T568-A T568-A T568-B T568-A T568~A T568-~ T568-A T568-A JPM907A JPM911/ Guaranteed-for-Life Structured Cabli~ System-- Exclusively from Black Box. GigaBase Infrastructure System Ask about our complete GigaBase'" System. Black Box patch panels make managing cross-connect fields easy, especially moves, adds, and changes. Jacks We have the jacks for every application. including GigaBase CAT5e HD Jacks, certified to meet the newly ratified CAT5e standard. Horizontal Cable Black Box carries the finest and most extensive line of horizontal copper media available, including popular GigaBase CAT5e cable. We have the wallplates aod all the bardware you need to wire your system at the work area and run cable to the telecommunications closet. Black Box patch cables make managing cross-connect fields easy. so you don't have to worry about compatibility, quality. or pertormance. Backbone Cable Call Black Box for backbone cable to connect telecommunications cJosets. equipment rooms. and entrance facilities in many different applications. BLACK BOX NETWORK SERVICES 1000 PARK DRIVE ' LAWRENCE, PA 15055-1018 Phone: 724-746-5500 (24 hours a day/7 days a week) Fax: 800-321-0746 · Web: www.blackbox.com e-mail: Info@blackbox.com 16F 1 MEMORANDUM Date: September 27, 2000 To: Tom Storrar, Administrator Emergency Services From: Ellie Hoffman, Deputy Clerk Minutes & Records Department Re: Agreement for Medical Examiner Services Enclosed for your use, please find one original document as referenced above, Agenda Item #16F1, as approved by the Board of County Commissioners on September 26, 2000. If you should have any questions, please contact me at: (8406). Thank you. Enclosure AGREEMENT FOR MEDICAL EXAMINER SERVICES 16F 1 THIS AGREEMENT FOR MEDICAL EXAMINER SERVICES, (Agreement), made and entered into this ~ day of~00, by and between Marta U. Coburn, M.D., Florida District Twenty Medical Examiner for Collier County, Florida, doing business as District Twenty Medical Examiner, a Florida Corporation, hereinafter called "Medical Examiner" and the Board of County Commissioners of Collier County, Florida, hereinafter called "County". WHEREAS, Dr. Marta U. Coburn was re-appointed Florida District Twenty Medical Examiner for Collier County, Florida, on July 2, 1999, by Jeb Bush, Governor of the State of Florida; and WHEREAS, Section 406.06(2), Florida Statutes, provides that the District Medical Examiner may appoint Associate Medical Examiner(s) to provide medical examiner services at all times and all places within the district and that said Associate Medical Examiner(s) shall serve at the pleasure of the District Medical Examiner; and WHEREAS, Section 406.06(3), Florida Statutes, states that District Medical Examiner(s) and Associate Medical Examiner(s) shall be entitled to compensation and such reasonable salary and fees as are established by the Board of County Commissioners in their respective district; and WHEREAS, Section 406.08(1), Florida Statutes, provides that fees, salaries and expenses for the Medical Examiner's office may be paid from the general funds or any other funds under the control of the Board of County Commissioners and that the District Medical Examiner shall submit an annual budget to the Board of County Commissioners; and WHEREAS, Section 406.08(5), Florida Statutes, provides that autopsy and laboratory facilities utilized by the District Medical Examiner or Associate Medical Examiner(s) may be provided on a permanent or contractual basis by the counties within the district; and WHEREAS, Collier County desires to contract with Marta U. Coburn, M.D., Florida District Twenty Medical Examiner, doing business as District Twenty Medical Examiner, a Florida 16F 1 Corporation, to provide medical examiner services under Chapter 406, Florida Statutes, as an independent contractor. NOW, THEREFORE, in consideration of the mutual covenants, terms, conditions and provisions contained herein, the parties do hereby agree as follows: SECTION I TERM OF AGREEMENT The term of this Agreement shall be from October 1, 2000, through September 30, 2001. SECTION II PURPOSE AND SCOPE OF CONTRACTUAL SERVICES The Medical Examiner hereby agrees to furnish services, labor and all equipment not otherwise provided for, necessary for the complete performance of the services contemplated hereunder, to wit: to serve as Florida District Twenty Medical Examiner for Collier County, Florida in accordance with Chapter 406, Florida Statutes, and the standards promulgated by the Florida Medical Examiner's Commission. SECTION III COMPENSATION AND PAYMENTS A. The County hereby agrees to compensate the Medical Examiner for services to be performed for the term of this Agreement, beginning on October 1, 2000, the amount of $27,495.83 semimonthly through September 30, 2001. B. Payments from the County to the Medical Examiner of the Compensation set forth in paragraph 3 "A" shall be made on the 15th and 30th days of each month. If the 15th or 30th of the month falls on a weekend or a holiday, the payment to the Medical Examiner shall be made on the next County business day. It is expressly understood that each semimonthly payment shall be made for the services furnished for the preceding period of time. As a condition of said semimonthly payment by the County, the Medical Examiner shall be in full compliance with Section VII of this Agreement regarding reports. C. The Medical Examiner agrees and understands that under the terms of this Agreement, a full professional staff (associate medical examiner(s) and autopsy technician(s) must be maintained in order to perfornl the Medical Examiner duties set forth under this Agreement and by Chapter 406, Florida Statutes. l_6F D. The County agrees and understands that the compensation provided for under this Agreement to the Medical Examiner is intended to cover the anticipated normal activities/workload of the Medical Examiner, based upon past statistics and reasonable projections. The County acknowledges and agrees that the semimonthly compensation of the Medical Examiner set forth in Section Ill of this Agreement has been established without consideration of disasters or occurrences of an unusual nature or magnitude such as would necessitate extraordinary expenditure on the part of the Medical Examiner in fulfilling the obligations under this Agreement and Chapter 406, Florida Statutes. In the event of such disaster(s) or occurrences, the Medical Examiner shall consult with and shall seek, but not necessarily obtain, the approval of the Collier County Emergency Services Administrator or his/her designee, for any such expenditures. The Medical Examiner shall in all events retain the right to and shall then petition the Board of County Commissioners to reimburse the Medical Examiner for all extraordinary expenses and compensation which are justified and incurred by the Medical Examiner due to said disaster(s) or occurrence(s). The Medical Examiner shall provide invoices and receipts in an itemized manner to support the petition to the Board of County Commissioners for extraordinary compensation and expenditures. Examples of extraordinary disasters or occurrences include, but are not limited to, aircraft, bus and boat accidents where a simultaneous large loss of life has occurred, hurricanes and other natural disasters, and any other disasters or occurrences caused by nature or human beings where a large loss of life is experienced. Upon petition of the Medical Examiner for extraordinary compensation and/or expenditures, and with the recommendation of the Emergency Services Administrator, the Board of County Commissioners shall determine, using a reasonable and objective standard, if extraordinary compensation and/or expenditures shall be paid to the Medical Examiner. SECTION IV FACILITIES AND EQUIPMENT A. In accordance with Section 406.08(5), Florida Statutes, the County agrees to provide and insure, at no cost to the Medical Examiner, a facility and all medical-laboratory related equipment reasonably required by the Medical Examiner to perform the duties as District Medical Examiner. 1 16F All costs associated with maintaining the facility and its area landscaping will be paid by the Medical Examiner. The County shall bear the cost of the Medical Examiner's facility. B. All capital equipment needed and budgeted by the County for use by the Medical Examiner shall be purchased by, and be inventorled through, the County as County property. The procurement of said equipment shall be approved by the Emergency Services Administrator in accordance with the Collier County Purchasing Policy, upon submission of a requisition by the Medical Examiner. The Medical Examiner agrees to take reasonable care, maintain and repair any equipment provided by the County. The County agrees to include all equipment reasonably required by the Medical Examiner in the annual medical examiner budget submitted to the Board of County Commissioners for approval. C. Except as otherwise provided in this Agreement, the Medical Examiner shall be solely responsible for the payment of all normal and ordinary services, fees, and costs encumbered in the course of the Medical Examiner's office's operation. SECTION V PROFESSIONAL LIABILITY INSURANCE Pursuant to Section 406.16, Florida Statutes, the County shall pay the Medical Examiner for professional liability insurance. This payment shall be in addition to the semimonthly compensation paid to the Medical Examiner by the County under Section Ill of this Agreement. As a condition precedent to the County paying for the Medical Examiner's professional liability insurance, the Medical Examiner shall present to the County an invoice evidencing the purchase by the Medical Examiner of said insurance coverage. SECTION Vl USE OF FACILITIES AND EQUIPMENT BY THE MEDICAL EXAMINER The Medical Examiner shall be allowed to use the County's facility and laboratory equipment for humanitarian and/or charitable purposes provided that these purposes in no way interfere with the Medical Examiner's primary duty to serve as medical examiner for Collier County. As provided in Section 406.16, Florida Statutes, the County shall not be liable for any acts of the Medical Examiner not within the scope of the official duties performed for Collier County. The performance by the 16F Medical Examiner of humanitarian and/or charitable services under this paragraph shall not be considered part of the official duties of the Medical Examiner. SECTION VII REPORTS The Medical Examiner agrees to provide to the County a quarterly report which shall include, minimally the following: A. Number of all investigations and narrative reports for non-autopsy medical examiner cases; B. Number of all antopsies performed; C. Court cases and medical/legal conferences, number and hours spent; D. Number ofanthorizations for all cremations and burials at sea and anatomical dissections; E. Number of hours of scene investigations; F. Any other activities not described above; G. The activity report shall be submitted by the 10th day of the following month to the County's Emergency Services Administrator. SECTION VIII MEDICAL EXAMINER AS INDEPENDENT CONTRACTOR A. It is hereby stated to be the expressed intent of the parties that under this Agreement the Medical Examiner shall act exclusively as an independent contractor rendering professional services for the County in accordance with Chapter 406, Florida Statutes, and the Medical Examiner shall not be considered as an employee or agent of the County. The Medical Examiner shall be solely responsible for the payment of all applicable taxes for compensation paid to the Medical Examiner by the County pursuant to this Agreement. The Medical Examiner shall not be eligible for, nor participate in, any fringe benefits from the County. B. The Medical Examiner shall be responsible for employing and providing by separate Agreement, independent of the County, all personnel or other services necessary for the performance of the duties and responsibilities under this Agreement and in accordance with Chapter 406, Florida Statutes. The Medical Examiner shall have complete supervision and control over said employees 1 16F who shall not be entitled, as a result of this Agreement, to any benefits granted employees of the County. C. Pursuant to Section 406.16, Florida Statutes, the County shall not be liable for any acts of the Medical Examiner that are not within the scope of the official duties as Medical Examiner. SECTION IX NO PARTNERSHIP Nothing contained in this Agreement shall create or be construed as creating a partnership between the County and the Medical Examiner. SECTION X NO DISCRIMINATION The Medical Examiner agrees that there shall be no discrimination as to race, sex, color, creed or national origin at any County facilities provided under this Agreement and with regard to the provision of the services of the Medical Examiner contemplated by this Agreement. SECTION XI COMPENSATION FOR MEDICAL EXAMINER EXPERT TESTIMONY IN COLLIER COUNTY CRIMINAL PROCEEDINGS In addition to the compensation provided for in Section IlI of this Agreement from the County to the Medical Examiner, the Medical Examiner shall be paid by the County for expert testimony relating to Medical Examiner services performed in criminal cases pending in the Collier County courts. Expert testimony furnished by the Medical Examiner shall be compensated at a rate of $200.00 per hour and shall be paid upon the presentation of a motion for payment of said expert witness fee from the state attorney, public defender or court-appointed counsel. SECTION XII NOTICES All notices from the County to the Medical Examiner shall be deemed duly served if mailed by registered or certified mail to the Medical Examiner at the following address: Office of the Medical Examiner 3838 Domestic Avenue Naples, FL 34104 6 16F I All notices from the Medical Examiner to the County shall be deemed duly served if mailed by registered mail to the County at the following address: Emergency Services Administrator 3301 East Tamiami Trail Naples, Florida 34112 The County and the Medical Examiner may change the above mailing addresses at any time by giving the other party written notification within 15 days of said mailing address change. All notices under this Agreement must be in writing. SECTION XIII NO IMPROPER USE The Medical Examiner will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purposes, 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 Medical Examiner, the County shall have the right to suspend this Agreement with the Medical Examiner. Should the Medical Examiner fail to correct any such violation within twenty-four hours after receiving notice of such violation, such suspension shall continue until the violation is cured. SECTION XIV INDEMNIFICATION The Medical Examiner, in consideration of ten dollars, the receipt and sufficiency of which is accepted through the signing of this document, shall hold harmless and defend Collier County and its agencies and employees from all suits and actions, including attorney fees and all costs of litigations and judgments of any name and description arising out of, or incidental to, the performance of this Agreement or services performed thereunder. The Medical Examiner's obligation pursuant to this provision shall not be limited in any way by the agreed-upon compensation under this Agreement or the Medical Examiner's limit of, or lack of, sufficient insurance protection. The first ten dollars of compensation received by the Medical Examiner under this Agreement is considered as payment of this obligation by the County. This section does not pertain to any incident arising from the sole negligence of Collier County. SECTION XV TERMINATION AND CONTINUITY OF SERVICES A. This Agreement may be terminated by either party upon ninety days written notice to the other party by Registered Mail, return receipt requested. The parties shall deal with each other in good faith during the ninety-day period after any notice of any intent to terminate has been given. Either party may terminate this Agreement immediately for reasonable cause, upon written notice to the other. Reasonable cause shall include but not be limited to: (1) Material violation(s) of this Agreement; (2) Suspension or revocation of the Medical Examiner's license to practice medicine or other disciplinary actions taken against the Medical Examiner by the Florida Medical Examiners Commission or similar regulatory authority; (3) Revocation of the Medical Examiner's appointment as Medical Examiner for Florida Medical Examiner District 20; (4) Any violation of the Medical Examiner's duties as required under Chapter 406, Florida Statutes; (5) Repeated and/or prolonged absence(s) from office substantially affecting the performance of the duties of the Medical Examiner under this Agreement; (6) The death of the Medical Examiner; (7) Physical and/or mental incapacitation of the Medical Examiner substantially affecting the performance of the duties of the Medical Examiner under this Agreement. B. In the event of a termination of this Agreement by the County, the County shall only be required to pay such compensation to the Medical Examiner as she may be entitled to for services performed until the time of termination. SECTION XVI AMENDMENTS This Agreement may be modified by amendment at any time provided that such amendment is in writing and signed by both parties. 8 16F SECTION XVII ATTORNEY FEES In the event of any litigation arising under this Agreement, the prevailing party shall be entitled to recoup attorney fees and all costs of litigation from the non-prevailing party at both trial and all appellate levels. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day first above written. ATTEST: Dwight E. Brock, Clerk (SEXL} BOARD OF/GO~C OIV~MIS S IONER S COLLIERtCOUNTY, FLORIDA Tim . Cons a* , Cha a ' 1 t~,F~st Witnesi - Typed or Printed Name M]~DICAL.EXAMINF, R ("') Marta U. C~bum, M.D. Medical Exminer Florida District Twenty Second Witca~r,~.~_[ ~ Signature "~ ~ Typed or Printed Name Approved as to form and legal sufficiency: avEt C. weigel ounty Attorney I~T~O~IC~ ~TH ~L00~ ~XT 72~0 2697398 OR: 2728 PG: 2691 10/04/2000 at OI:05PM DWIGHT L BROCL CLERK REC FNB 10.50 COPlBS 2,00 BILL OF SALE 16H 2 KNOW ALL MEN BY THESE PRESENTS: That Collier County, a political subdivision of the State of Florida, grantor, for and in consideration of the sum of Ten Dollars ($10.00) lawful money and other good and valuable considerations unto it moving to it paid by FLORIDA WATER SERVICES CORPORATION, of the City of Apopka, County of Orange, and State of Florida, grantee, the sufficiency and receipt of which is hereby acknowledged by it, has granted, bargained, sold, transferred, set over and delivered, and by these presents does grant, bargain, sell, transfer, set over and deliver unto the grantee, a Potable Water System. Project Name.' Marco Island T-Hangar CoHn(v.' Collier System Connection To.' Florida Water Services Corporation LIST OF MATERIALS See Exhibit'A' TO HAVE AND TO HOLD the same unto FLORIDA WATER SERVICES CORPORATION and assigns forever. Grantor, for itself and its successors, hereby covenants to and with, FLORIDA WATER SERVICES CORPORATION, and assigns that it is the lawful owner of the said goods and chattels; that they are free from all liens and encumbrances; that it has good right to sell the same as aforesaid, and that it will warrant and defend the same against the lawful claims and demands of all persons whomsoever. IN WITNESS WHEREOF, the Grantor has caused its name to be hereunto subscribed to be affixed by its officer, hereunto duly authorized, this ~[l_~ day of ~.~q~,~[~.,~, 20~ . ATTEST: DWIGHT E. BROCK, Clerk : .."" 3, Depu~ Cl~rk .... ?. A TeST 15 to Chairman's stgnatu 13. State o~lorida ) Co~ty of C'~11ier) BOARD OF COU~g~COMk4ISS1ONERS I0.~THY J. C-~%STATX~t~, Cl~airr~an The foregoing instrument was acknowledged before me this og~'7~ day ofc..~o,~/~ ~/~0 ff~Y Constantine, who is personally known to me and ~l~.did not take an oath. by Timothy J. Approved ~-. to form H:Forms/Bill of Sale Name typed: t/ Notary Public My Commission expires: 8~ RVC WATER MAIN 500 LF I8,00 0,00 500.00 9,000.00 50000 9,000.00 DEFLECT UNDER SWALE 1 LS 2,520,00 0.00 1.00 2.520.00 1.00 2.520.00 6 x 6" NOT TAP 1 EA 1,800.00 0,00 1.00 1,800,00 1.00 1,000.00 6" GATE VALVE 1 EA 600.00 0.00 1.00 600.00 ~.00 600.00 FIRE HYDRANT 1 ~ 2.400,00 0.00 1.00 2,400.00 1.00 2.400,00 DEFLECT UNDER FORCE MAIN ILS 1.§00.00 0,00 1.00 1,000.00 tOO 1,800,00 *** OR: 2728 PG: 2692 *** 2~.460.70 21,463,70 16H 2 Orlando, FL 32860-~52n WAIVER OF LIEN for and in consideration of the sum of Ten Dollars ($10.00) and other good and valuable consideration, in hand paid, the sufficiency and receipt whereof is hereby acknowledged, does hereby waive, release, remise and relinquish any and all right to claim any lien or licns for work done or material furnished, or any kind or class of lien whatsoever on tile following dcscribed property: /~/'t1/'d~O /.~d-,'"4A.//-'~ ~~/'~'~ ~/~0~ Signed, sealed and delivered in the presence o~ RELEASING FLORIDA WATER SERVICES CORPORATION S~at¢ of Florid~ County of (q Ct)~lc'~ ) ~c forgoing ins~mcnt was a~owl~g~ bette me th~s ,~- ~ , ~y ~t _~ ~ .... ' ~;orpor~lion) who I~ personally ~lown toga or I~S prMuc~ .~ff 6 ~'~X~a C*~x~ ~c~ ~ype of identification), as idcnlificalion and who diWdid not ~e 16K MEMORANDUM Date: To: From: Re: September 27, 2000 Mark Middlebrook, Court Administrator Ellie Hoffman, Deputy Clerk Minutes & Records Department Amendment to Grant-In-Aid Agreement for the Civil Traffic Infraction Hearing Officer Program in Collier County Please find enclosed the original document as referenced above, approved by the Board of County Commissioners on September 26, 2000 (Agenda Item #16K3). Kindly obtain the required signatures and return the fully executed original to Minutes and Records. If you should have any questions, please contact me at: 774-8406. Thank you. Enclosure ADMINISTRATIVE OFFICE OF THE COURTS TWENTIETH JUDICIAL CIRCUIT Amendment to Grant - in - Aid Agreement for the Civil Traffic infraction hearing Officer Program in Collier County, Florida The Office of the State Courts Administrator (the "OSCA"), Collier County Board of County Commissioners (the "Grantee"), Clerk of the Court of Lee County, Florida (the "Fiscal Agent") and the Twentieth Judicial Circuit (the "Grant Manager") agree to amend the Grant - in - Aid Agreement for the Civil Traffic Infraction Hearing Officer Program in Collier County, executed this __ day of ,2000, as follows: Ao The Clerk of the Court for Lee County will act as Fiscal Agent for the Grantee for purposes of this Grant - in - Aid Agreement. As Fiscal Agent, the Clerk of the Court for Lee County will accept grant funds on behalf of Grantee, and will disburse those funds in accordance with the requirements of the Grant - in - Aid Agreement. Bo remain binding. All provisions of the Agreement not specifically changed by this Amendment FLORIDA SUPREME COURT, OFFICE OF THE STATE COURTS ADMINISTRATOR Date H~~ of/~2~ ~o~ssioners Collier County Kenneth R. Palmer State Courts Administrator GRANT MANAGER FISCAL AGENT Honorable William L. Blackwell Chief Judge Twentieth Judicial Circuit Date Honorable Charlie Green Date Clerk of the Court for Lee County WDW:sdh Appro. ved as to form & legal sufficiency 'ao - y · O:,LZ FA_~ I9413352387 ~002 Grant-in-aid Agreement for the Civil Trafiflc Infraction HearLug Officer Program /n Collier County, Florida This Agreement is made among the Office of the State Courts Adminisfrator (the "OSCA"), the Collier County Board of Co .u.n. ty Comrmsmoners (the "Grantee"), and the Twentieth Circuit (fl~o Grant Mnn~. The parties agree that: A. ~The OSCA will pay the Grantee $10,856.43 as a $0/50 match~n. ~ grant-in-aid pursuant to specific Al~ropri~/tio. n 2712 of the 2000-01 General Appropnat/ons Act for establ/shm~nt .or continuation of a civil/rafttic infiact/on hearing officer program in Collier County, upon rece/pt of a written request for release of ffinds, the OSCA will rn~ke a lump sum payment to the Grantee. B. The Grant Manager w/H oversee the establ/~hrnent, aclrnirdstrafion and operation of the civil tra~c infi-actionhearing officer program. C. The C-rantee will use/pant ruerdes provided under this Agreement in accordance with the requirements of § §318.30-31~.38, Florida Statutes, and rule 6.630, Florida Rules of Traffic CourL l. The .G.~.tee wi.'ll use grant fun. ds topay up to $50per hour for services era full- or part-t~me nearmE otttcer appointed. by tl~..e chiefj.udge, and for.o .ther ex/~enses n_cc~sary to op .erat. e .the p.rogram, re.c) .u~g hesnng officer training, orifice rental, ~urniture, and administrative staff salaries. 2. The Grantee will submit a written requisition to the OSCA for release of grant funds no later than September 25, 2000. 3. The Grantee, in consultation with the Chief Judge of the Twentieth C/rcuit, w/ll su~bmit a detailed, written plan for use of grant funds and operation of the heating omcer program to the OSCA no later th~ September 25, :2000. 4. .The. C-rantee.w. il] comply with hearing officer caseload reporting requirements . nnpl?entea j. anuar~. l, 1.?,97 by the .OS_CA. T~.e .GT'.'ante_e's fai[ure to comply with repomng reqmremems wm oe grotmus ~br termmabon of the Agreement. .Th.e ..Gra..n.. tee. will invest grant funds that are surplus to current needs or pending mstribution in accordance with the requirements of §219.075, Florida Statutes. The Grantee will return to the OSCA all i~iterest accrued on grant funds for reversion to the General Revenue Fund unallocated. 6. The Grantee will release srant funds in accordance with Collier County purch~.~ing pol/cies and rules. 7. The Grantee will not use grant funds for lobbying the Florida Legislature, the judicial branch, or a state agency. D. .Th? Gra~..tee,...as. af_'R_e?ip.ient" of state funds, an.d. will comply with the Florida Single Audit ~,c[, section z t ~.y'/, l~tonda Statutes, as follows. I. In the event that the.Recipient expends a total amount of.State awards equal to' or in excess of $300,000 m. the Reeipient's fiscal year, ~e Recipient rau.st have? State single or project-spec.~fic audit for such fiscal year m acco/dance wtth sect/on 215.97, Florida Statutes, apphcable rules of the Executive Office of the Govern. or and the Comptroller, and chapter I0.600, Rules of the Auditor General, as revtsed. 10/03/00 TUE 15:14 [TX/RX NO 9836] ~003 (A _~chment A) Revisions to chapter 10.600, Rules .of the Au~ditor...Genial are.. anticipated to be complete in Sep/ember, 2000. Applicable fmcs oIme mxecu?ve Office of the Covernor, Comptrolle.r. and Auditor ~neral, and other information pertaining to the Florida Sia~e Audit A~t can be found at: http ://sun6,dmn,stato.fi.us/f~a/. The.C.ata~. og of State Projects es~abllnhes that state funds were awarded to the Reclplent through the State Courts System, Office of the State Courks Administrator. (Attachment B) In det=~o~ini~g the State awards expended in its fiscal year, the .Recipient shall consider all souwes of State awar~, including State funds reCelve.d. from the State Courts System,. except that State awards received by a nonstate entity for Federal program maWhing rgquirements shall be excluded from consideration The Recipient ~hall ensure that the audit complies with the requirements of section 215.97(7), Flor/da S~utes, and the State Projects Compliance Supplement. (Attachment C) Compliance includes subngssion of a reporting package as defined by section 215.97(2)(d), Flor/da Statutes, and chapter I0.600, Rules of the Auditor General, as revised. fithe Rec!!?ient expends less than $300,000 in State awards in its fiscal year, an audit conducted m accordance with the provisions of section 21.5.97 is not required. Audit costs may no/be charg .ed to state projects when the Recipient expends less than $300,000 in State awa_nla. Unless prohi.'bited by law, the .cost of an audit required'by section .215.97 is an .al. lo. wable charge to a state project. However, charges to state projects should be hm~t. ed to those increments]costs incurred by the Recipient as a result of the audit r_eqmrements of section 215.97 in relation to other aud/t requirements. The Recipient should allocate the moremental costs to all state projects for which it expended state financial assistance. 7. The Recipient shall submit copies of reporting packages required by section 215.97 to each of the following: The Office of the State Courts Adminislrator at the following address: Kaaren Dayeli Grants Administrator Office ofthc State Courts Administrator 500 South Duval Street Tallahassee, FL 32399-1900 b. The Auditor General at the following address: State of Florida Auditor General Room 574, _ Cl.a. ude Pepper Building 111 West Madison Street Tallahassee, FL 32302-1450 The Recipient shall retain sufficient records demonstrating compliance with the terms of this Agreement for a period of 4 years from the date the audit report is issued, and shall allow the OSCA access to such records up. on request. The Recipient shall ensure that audit working papers are made available to the OSCA upon request for a 10/03/00 TUE 15:14 [TX/RX NO 98361 3 gcriod of 4 years from the date the audit report is issued, ,mless extended in va-/ting y the OSCA. Pursuant to section 215.97, the OSCA, the Florida Supreme Court Inspector C-~neral, the Aud/tor General and other state officials _may conduct add/tional aud/ts or evaluations of state ~manoial assistance provided to the Recipient under this Agreement. E. This A~reement is subject to the following terms and cond/tions: 1. The Grantee will hold rifle to any equipment purchased with grant fun~. 2. In l~.r.o.viding, or contracting to pray/de, services, p~...gra~s. or activities, maintaining . fagilitms, a~l otherwise pe~fodning obligations under this Agreement, the _.Cn~.. tec and Grant Manager will com~ly with .th.e _A~. efic.a~. with Disabilities Act, the Civil Rights A~t of 1964, as amenled; the Flonda Civil Rights A~t of 1~)2 and any other feder/l or state law that proh/bits d/scrimination on the bes/s of race, color, uatio~l odin; religion, sex, age, mnrital slatus, or handicap. 3. If; in the ju_~t of the OSCA, the Orantee for any reason fails to comply with the _t~ms of./his A .~_ t, the O$CA will have the right to terminate the Al~eement on 30 days written no/ice by certified mail. In the event of tinruination, the Grantee will return t_o the OSCA all grant funds, excapt those _expended in compl/ance with this Agreement, /br reversion to the General Revenue Fund or the County Ailicle V Trust Fund nnnHocated. This Agreement constitutes the entire understandinE of the parties. All modi6cations to the Agreement must be in writing. Tiffs AEreement is effective on the date of execution and will terminate on ~Iune 30,12001. FLORIDA SUPKBM~ COURT, OFFICE OF TH~ STATB COUP-,TS ADMINISTRATOR Kenneth R. Palmer State Courts Ad~inlsh'ator GRANT MANAGER Date Boar~.~f County C6/dmissioners The Wl!llan~J~!ackwell, Chief Judge Twentieth $udicial Circuit Date ory 10/03/00 TUN 15:14 [TX/RX NO 9836] 16K .3 Civil Traffic Infraction Hearing Officer Grant-in-Aid County/Circuit: Amount of Award: $ Grnnt~ FY 2000-01 Total Budget: $ (Grant plus Match) Spending Plan County Cash County In-Kind Grant4n4dd Match Match Smb-Tobls 10/03/00 TUE 15:14 [TX/RX NO 9836] 16L 1 DOCUMENT NOT RECEIVED IN CLERK TO BOARD OFFICE AS OF JANUARY 2, 2001 REQUEST FOR LEGAL ADVERTISING OF PUBLIC HEARINGS To: Clerk to the Board: Please place the following as a: Public Hearing x Normal legal Advertisement [] Other: (Display Adv., location, etc.) Originating Depff Div: OMB Person: Mike Smykowski Date: 9/15/00 Petition No. (If none, give brief description): Collier County, Florida Proposes to Amend its Fiscal Year 1999-00 Adopted Budget Petitioner: (Name & Address): Name & Address of any person(s) to be notified by Clerk's Office: (If more space is needed, attach separate sheet) Hearing before: XX BCC BZA Other Requested Hearing date: (Based on advertisement appearing 2 days before hearing.) Tuesday, September 26, 2000 Newspaper(s) to be used: (Complete only if important): X Naples Daily News [] Other [] Legally Required Proposed Text: (Include legal description & common location & Size: Notice of Public Hearing, Collier County, Florida Proposes to Amend Its Fiscal Year 1999-00 Adopted Budget Companion petition(s), if any & proposed hearing date: Does Petition Fee include advertising cost? X Yes [] No If Yes, what account should be charged for advertising costs: 001-10152. Reviewed by: Division Administrator or Designee Date List Attachments: Notice of Public Hearing DISTRIBUTION INSTRUCTIONS A. For hearings before BCC or BZA: Initiating person to complete one copy and obtain Division Head approval before submitting to County Administrator. Note: If legal document is involved, be sure that any necessary legal review, or request for same, is submitted to County Attorney before submitting to County Administrator. The Administrator's office will distribute copies: [] County Manager agenda file: to [] Requesting Division [] Original Clerk's Office B. Other hearings: Initiating Division head to approve and submit original to Clerk's Office, retaining a copy for file. FOR CLERK'S OFFICE USE O~IN~LY4 of Public hearing: E~ ~'(PJ0t) Date Advertised: Date Received: ~ It~l~6 Date . . COUNTY OF COLL/ER NOTICE OF PUBLIC HEARING COLLIER COUNTY, FLOR/DA PROPOSES TO AMEND ITS FISCAL YEAR 1999-00 ADOPTED BUDGET All interested parties are invited to attend a public hearing on this matter to be held on September 26, 2000 at 9:00 AM or soon thereafter, in the County Commissioner's Boardroom, 3rd Floor, W. Harmon Turner Building, Collier County Government Center, 3301 Tamiarm Trail East, Naples, Florida. A copy of the proposed Budget Amendment Resolutions and background material will be available for public inspection on weekdays between 8:00 AM and 5:00 PM at the. Office of Management and Budget, 2nd Floor, W. Harmon Turner Building. A final decision on the amendments will be made at this meeting. Listed below are the amendments to be considered and their purpose. Dwight E. Brock, Clerk Board of County Comrmssioners Collier County Florida Chairman Budget Amend. Fund Change Fund No. No. Fund Title Amount Total 00-191 191 Affordable Housing Trust Fund $543,565 $3,938,430 PURPOSE: To appropriate carryforward and transfer of funds from the reserve account to replenish operating accounts depleted by a $1,085,000 loan to Habitat for Humanity. 00-199 001 General Fund $24,200 $140,927,410 PURPOSE: To appropriate Unincorporated Area General Fund transfer to purchase a camera to enhance the media system in the Commission Board Room. 00-214 111 MSTD General Fund $60,000 $14,949,568 PURPOSE: To appropriate CATV franchise fees to pay for a telecommunications consultant. 00-216 001 General Fund $2,000 $140,929,410 PURPOSE: To recognize private source Contributions and increase operating expenses. 17A Budget Amend. Fund Change Fund No. No. Fund Title Amount Total 00-221 040 Sheriff $820,300 $61,638,900 PURPOSE: To appropriate General Fund Reserves for pay plan adjustment. 00-225 118 Emergency Management $26,500 $289,964 PURPOSE: To appropriate funds to pay for window protection at primary shelters. 00-250 114 Pollution Control $40,000 $1,713,032 PURPOSE: To appropriate reimburse- ment from South Florida Water Manage- ment District for Sampling Agreement. 00-269 313 Roads CIP $4,220,700 $61,191,242 PURPOSE: To appropriate carryforward to pay for Golden Gate Boulevard road project and remaining balance to reserves. 00-270 331 Road Impact Fee District 1 $4,851,500 $24,651,575 PURPOSE: To appropriate carryforward to capital reserves. 00-271 333 Road Impact Fee District 2 $1,120,700 $10,480,042 PURPOSE: To appropriate carryforward to capital reserves. 00-272 334 Road Impact Fee District 4 $62,300 $2,783,160 PURPOSE: To appropriate carryforward to capital reserves. 00-273 336 Road Impact Fee District 6 $48,100 $6,645,348 PURPOSE: To appropriate canyforward to capital reserves. 00~275 339 Road Impact Fee District 9 $100,200 $941,200 PURPOSE: To appropriate carryforward to capital reserves. Budget Amend. No. Fund Change No. Fund Title Amount Fund Total 00-278 00-281 00-282 00-284 00-306 00-308 00-310 00-311 OOl 495 495 518 OOl 113 188 126 General Fund $1,450,000 PURPOSE: To appropriate carryforward for projects in the Countywide Capital Fund. Airport Authority PURPOSE: To appropriate jet fuel revenue to replenish Marco Airport fuel supplies. $105,100 Airport Authority PURPOSE: To appropriate jet fuel revenue to replenish Immokalee Airport fuel supplies. $153,500 Worker's Compensation PURPOSE: To appropriate funds from Special Disability Fund Recoveries and Reserves to pay claims. $283,700 General Fund PURPOSE: To appropriate transfer from Cormnunity Development Reserves to fund land use attorney and legal secretary positions. $65,918 Community Development PURPOSE: To appropriate fire plan review fees collected through an Interlocal Agreement and paid out to the North Naples Fire District. $220,000 800 MHz PURPOSE: To appropriate funds from insurance and interdepartmental reimburse- ments to cover increased expenses due to lightening damage and increase in the radio inventory. $20,000 MPO Planning Grant PURPOSE: To recognize grant funds from FDOT to establish MPO Planning Program for State Fiscal Year July 1, 2000- June 30, 2001. $635,800 $142,379,410 $2,102,137 $2,255,637 $7,063,900 $142,445,328 $17,906,437 $1,051,056 $3,364,590 Budget Amend. No. Fund Fund Title Change Amount Fund Total 00-315 150 Radio Road Beautification MSTU PURPOSE: To appropriate loan proceeds from Road Assessment Receivable Fund for Median Landscape Project. $169,200 $1,059,777 00-317 00-318 00-319 00-320 00-321 00-337 00-338 00-357 001 001 123 123 123 195 195 194 General Fund PURPOSE: To appropriate funds received from maintenance services revenue for operating expenses. $36,000 General Fund PURPOSE: To recognize donations for funding of 4-H Program Assistant. $3,400 Services for Seniors PURPOSE: To appropriate grant proceeds to fund respite case management services. $5O5 Services for Seniors PURPOSE: To appropriate grant proceeds to fund the cost of in-home case management, homemaking, person care, respite, medical transportation and information services. $271,022 Services for Seniors $25,969 PURPOSE: To appropriate grant proceeds to fund in-home family-type living arrangements. Tourist Development-60% PURPOSE: To appropriate carryforward for Gordon Pass Project. $632,500 Tourist Development-60% PURPOSE: To appropriate funds for the Gordon Pass Inlet Management Plan. $129,375 Tourist Development PURPOSE: To appropriate funds transferred from the Airport Authority for advertising and promotion. $77,855 $142,481,328 $142,484,728 $695,094 $966,116 $992,085 $4,163,369 $4,292,744 $4,370,599 Budget Amend. No. Fund No. Fund Title Change Amount Fund To~l 00-363 00-364 00-365 00-366 00-367 00-379 00-384 00-389 00-392 00-400 00-422 00-439 126 OOl 198 126 521 111 320 612 Metro Planning/MPO PURPOSE: To recognize Federal funds passed through FDOT to Collier County to purchase contract transportation services. General Fund PURPOSE: To recognize a cash donation to pay for hurricane shelter retrofitting at Lely High School. Museum PURPOSE: To recognize a donation from the Friends of the Museum and transfer from the General Fund to purchase a Sherman tank. Metro Planning/MPO PURPOSE: To recognize Federal funds passed through FDOT to Collier County to fund the transit planning portion of the MPO budget. Fleet Management PURPOSE: To utilize revenues and reserves for personnel overtime costs and increased expenses for parts, operating supplies and leased vehicles. MSTD General Fund pLrRPOSE: To appropriate funds from tower lease revenue to pay for lighting improve- ments at Vineyards Community Park. Clam Bay Restoration PURPOSE: To appropriate funds for the Clam Pass Hydrographic Monitoring. Library Trust Fund PURPOSE: To appropriate grant funds for the Seniors On-Line grant project. $53,958 $100,600 $47,017 $76,900 $30,000 $15,000 $52,500 $113,000 $40,400 $11,200 $9,990 $15,100 $3,418,548 $3,519,548 $3,566,165 $3,643,065 $3,673,065 $142,496,328 $892,700 $3,786,065 $2,725,500 $14,960,768 $1,048,859 $224,881 17 A Budget Amend. Fund Change Fund No. No. Fund Title Amount Total 00-440 129 E~brary Grants $74,545 $473,397 PURPOSE: To appropriate grant funds for the Seniors On-Line grant project. 00-483 299 Commercial Paper Debt Service $20,000 $4,724,100 PURPOSE: To appropriate the Fair Board contributions to pay interest on the outstanding Commercial Paper Loan. 17A RESOLUTION NO. 00-BAR- A RESOLUTION PURSUANT TO SECTION 129.06(2), FLORIDA STATUTES, TO AMEND THE BUDGET FOR THE 1999/00 FISCAL YEAR. WHEREAS, Section 129.06(2), Florida Statutes, provides that the Board of County Commissioners (hereinafter also referred to as "Board") at any time within a fiscal year may amend a budget for that year, and provides the procedures therefor; and WHEREAS, the Board of County Commissioners of Collier County, Florida, has received copies of budget amendments which provide f6r but are not limited to: anticipated carry forward, unanticipated revenue, and/or receipts of a nature from a source not anticipated in the budget and received for a particular purpose; appropriations for expenditures in particular funds that should be decreased and other appropriations in the same fund that should be correspondingly increased; appropriations from the reserve for contingencies; appropriations from the reserve for future construction and improvements; and increased receipts for enterprise or proprietary funds received for a particular purpose; and WHEREAS, the Board has determined that it is appropriate to amend the Budget for Fiscal Year 1999/00 by resolution pursuant to Section 129.06, Florida Statutes. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the budget amendments to the 1999/00 FY Budget described below are approved and hereby adopted and the 1999/00 FY Budget is so amended. FUND INCREASE (DECREASE) CARRY FORWARD INCREASE BUDGET OR INCREASE INCREASE INCREASE (DECREASE) AMENDMENT INTERFUND (DECREASE) (DECREASE) (DECREASE) INTERFUND NUMBERS TRANSFERS RECEIPT EXPENDITURE RESERVES TRANSFERS 191 00-191 $543,565 001 00-199 $24,200 111 00-214 001 00-216 040 00-221 $820,300 118 00-225 114 00-250 313 00-269 $4,220,700 331 00-270 $4,851,500 333 00-271 $1,120,700 334 00-272 $62,300 336 00-273 $48,100 $60,000 $2,000 $26,500 $40,000 $1,047,000 $24,200 $24,000 $2,000 $820,300 $26,500 $40,000 $240,600 (503,435) $36,00O $3,980,100 $4,851,500 $1,120,700 $62,300 $48,100 1 :I. 7A ' FUND BUDGET AMENDMENT NUMBERS INCREASE (DECREASE) CARRY FORWARD OR INTERFUND TRANSFERS INCREASE (DECREASE) RECEIPT INCREASE (DECREASE) EXPENDITURE INCREASE INCREASE (DECREASE) (DECREASE) INTERFUND RESERVES TRANSFERS 339 001 495 495 518 001 113 188 126 150 001 001 123 123 123 195 195 194 126 126 126 126 126 001 198 126 521 Ill 320 00-275 00-278 00-281 00-282 00-284 00-306 00-308 00-310 00-311 00-315 00-317 00-318 00-319 00-320 00-321 00-337 00-338 00-357 00-363 00-364 00-365 00-366 00-367 00-379 00-384 00-389 00-392 00-400 00-422 $100,200 $1,450.000 $65,918 $161,400 $129,375 $77,855 $32,500 $9,990 $105,100 $153,500 $283,700 $220,000 $20,000 $635,8O0 $7,800 $36.000 $3,400 $505 $271,022 $25,969 $632,500 $53,958 $100,600 $47,017 $76,900 $30,000 $15,000 $20,000 $113,000 $40,400 $11,200 $82,200 $139,400 $350,00O $65,918 $220,000 $20,000 $635,800 $234,600 $36,000 $3,400 $505 $271,022 $25,969 $632,500 $129,375 $77,855 $53,958 $100,600 $47,017 $76,900 $30,000 $15,000 $52,500 $113,000 $40,400 $11,200 $9,990 $100,200 $22,900 $14,100 $(66,30O) ($65,400) $1,450,000 2 FUND INCREASE (DECREASE) CARRY FORWARD BUDGET OR INCREASE INCREASE AMENDMENT INTERFUND (DECREASE) (DECREASE) NUMBERS TRANSFERS RECEIPT EXPENDITURE INCREASE INCREASE (DECREASE) (DECREASE) INTERFUND RESERVES TRANSFERS 612 00-439 $15,100 129 00-440 $74,545 $74,545 299 00-043 $20,000 $20,000 $15,100 BE IT FURTHER RESOLVED that the Clerk is hereby ordered and directed to spread this Resolution in full among the minutes of this meeting for permanent record in his office. This Resolution adopted after motion, second and majority vote favoring same, DATED: ATTEST: DWIGHT E. BROCK, Clerk BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By:_ By: Deputy Clerk Timothy J. Constantine, Chairman Approved as to form and legal sufficiency: Chief Assistant County Attorney - 3 - 17/1 RESOLUTION NO. 00-BAR- A RESOLUTION PURSUANT TO SECTION 129.06(2), FLORIDA STATUTES, TO AMEND THE BUDGET FOR THE 1999/00 FISCAL YEAR. 2 3 4 5 6 7 WHEREAS. $=ctlon 129.06(2). Florida Statute. s, provides that lhe Bom'd of County Comnussioners (harelnafter also 8 rcfurrud to as "Born'd") at any tim~ within a fiscal year may alnend a bndgct for that year, and p~'ovidas th~ pro~e. durez 9 therefor; and 10 W~. the Board of Couniy Commission=~ of Collier County, Florida. has received copies of budgat 11 a=endments which provide for but are not lb-hired to: anticipat=d can'y forward, unanticipated rcvenu=, and/or receipts of a 12 nature from a source not anticipated in the budget and r~c=ived for a par ticular purpos=; appropriations for ~xpcuditu~e~ in 13 particular funds that should be decreased and other appropriations in th~ aam= f~md that should be correspondingly 22 INCREASE 23 (D~CREAS~) 26 BUDGI{T OR INCREASE INCREASE ~CREAS~ (DECREASE) 27 A~NT INTeRFUND (DECRYASia) (DECREASE) (D]~CREASE) INT~D 28 FUHD NUMBERS TRANSFERS RECEIPT EXPENDITURE 1LESERV~S TRANSFERS 30 191 00-191 $543,565 31 O01 00-199 $24,200 32 111 00-214 33 O01 00-216 3z~ C~O 00-221 $820,300 35 i18 00-225 36 114 00-250 37 313 00-269 $4,220,700 38 331 · 00-270 $4.85 L5O0 39 333 O0 271 $1,120.7O0 40 334 00-272 $62,300 41 336 00-273 $48,100 $60,000 $2,000 $26.5O0 $40,O00 - 3. - $1,047,000 $24,200 $24,000 $2,00O $820,300 $26,500 $40,000 $240,600 (503.435) $36.000 $3.980.100 $4,851.500 2 3 4 5 6 7 INCREASE (DECREASE) CARRY FORWARD OR IHCREASE INTHRP-UND (DECREASE) TRANSFERS RECEIPT I~qCREASE (DECREASE) EXPENDITURE 1NCRF~SE INCREASE (DECREASE) (DECREASE) INTERFUND RESERVES TRANSFERS 9 339 00-275 $100.200 10 001 0~-278 $1.450.000 11 495 00-281 $105.100 $82.200 12 495 00-282 $153.500 $139.400 13 518 00-284 $283.700 $350.0~0 14 00I 00-306 $65.918 $65.918 15 113 0~308 $220.000 $220.000 16 188 00-310 $20,~00 $20.000 17 126 0311 $635.800 $635.800 18 150 00-315 $161.400 $7.800 $234.600 19 001 00-317 $36.000 $36.000 20 OOl 00-318 $3.400 $3,400 21 123 00-319 $505 $505 22 123 00,320 $271,022 $271,022 23 123 0~-321 $25,969 $25,969 24 195 00-337 $632,500 $632,500 25 195 00-338 $129~375 $129,375 26 194 00-357 $77.855 $77,855 27 126 00-363 $53.958 $53.958 28 126 00-364 $100.600 $100.600 29 126 00-365 $47.017 $47.017 30 126 00-366 $76.9~0 $76.900 3l 126 00-367 $30.000 $30.000 32 001 0~379 $15.000 $15.0~0 33 198 00-384 $32.500 $20.000 $52,500 34 126 00-389 $113.000 $113.000 35 521 00-392 $40.400 36 111 00~.00 $11.200 $11.200 37 320 0~-422 $9.990 $9.990 38 39 - 2 - $100,200 $1.450.000 $22,900 $14,100 $(66,300) ($65.400) AGENDA ITEM No, t7 SEP 2 6 2000 I INCREASE 2 (DECREASE) 3 CARRY 4 FORWARD INCREASE 5 BUDGET OR INCREASE INCREASE INCREASE (DECILF.~SE) 6 AMENDMENT INTERFUND (DECKEASE) (DECREASE) (DECREASE) INTERFOND 7 FUND NUMBERS TRANSFERS RECE/Fr EXPENDITURE RESERVES TRANSFERS 9 612 00439 $15,100 10 129 00-440 $74,545 $74,545 11 299 00-043 $20,000 $20,000 $15,100 17 DATED: 18 19 ATTEST: 20 DWIGHT E, BROCK, Clerk 21 22 23 24 By: 25 D~puty Clerk 26 27 28 Approved as to form and BOARD OF COUI¢I~ COMMISSIONERS COI~ lgR COUNTY, FLORIDA By: ¸ 3O 32 33 Ramiro Manalich 34 Chief Assistant County Attorney 35 36 37 39 40 42 43 44 45 46 47 48 AGENDA ITEM No.__/ SEP 2 6 2000 - 3 - IKaren L. Schoch ~Ou;3ject:paperrell@nap]esnews.com Amendments to 99-00 Budget Hello Pam! Please publish the attached display ad on Sun,, Sept. 24: Thanks, Karen 17A September 18, 2000 Ms. Pam Perrell Naples Daily News 1075 Central Avenue Naples, FL 34102 Re: Notice of Public Hearing Regarding Proposed Amendments to the 1999-00 Adopted Budget Dear Pam: Please advertise the above referenced notice on Sunday, September 24, 2000. This advertisement should be no less than one-quarter page and the headline in the advertisement should be in a type no smaller than 18 point. The advertisement should not be placed in that portion of the newspaper where legal notices and classified advertisements appear. Kindly send the Affidavit of Publication, in duplicate, together with charges involved to this office. Thank you. Sincerely, Karen Schoch, Deputy Clerk Enclosure Account No. 001-10152-649100 COUNTY OF COLLIER NOTICE OF PUBLIC HEARING COLLIER COUNTY, FLORIDA PROPOSES TO AMEND ITS FISCAL YEAR 1999-00 ADOPTED BUDGET 17A All interested parties are invited to attend a public hearing on this matter to be held on September 26, 2000 at 9:00 AM or soon thereafter, in the County Commissioner's Boardroom, 3rd Floor, W. Harmon Turner Building, Collier County Government Center, 3301 Tamiami Trail East, Naples, Florida. A copy of the proposed Budget Amendment Resolutions and background material will be available for public inspection on weekdays between 8:00 AM and 5:00 PM at the Office of Management and Budget, 2nd Floor, W. Harmon Turner Building. A final decision on the amendments will be made at this meeting. Listed below are the amendments to be considered and their purpose. Dwight E. Brock, Clerk Board of County Commissioners Collier County Florida Chairman Budget Amend. Fund Change Fund No. No. Fund Title Amount Total 00-191 191 Affordable Housing Trust Fund $543,565 $3,938,430 PURPOSE: To appropriate carryforward and transfer of funds from the reserve account to replenish operating accounts depleted by a $1,085,000 loan to Habitat for Humanity. 00-199 001 General Fund $24,200 $140,927,410 PURPOSE: To appropriate Unincorporated Area General Fund transfer to purchase a camera to enhance the media system in the Commission Board Room. 00-214 111 MSTD General Fund $60,000 $14,949,568 PURPOSE: To appropriate CATV franchise fees to pay for a telecommunications consultant. 00-216 001 General Fund $2,000 $140,929,410 PURPOSE: To recognize private source Contributions and increase operating expenses. 17A Budget Amend. Fund Change Fund No. No. Fund Title Amount Total 00-221 040 Sheriff $820,300 $61,638,900 PURPOSE: To appropriate General Fund Reserves for pay plan adjustment. 00-225 118 Emergency Management $26,500 $289,964 PURPOSE: To appropriate funds to pay for window protection at primary shelters. 00-250 114 Pollution Control $40,000 $1,713,032 PURPOSE: To appropriate reimburse- ment from South Florida Water Manage- ment District for Sampling Agreement. 00-269 313 Roads CIP $4,220,700 $61,191,242 PURPOSE: To appropriate carryforward to pay for Golden Gate Boulevard road project and remaining balance to reserves. 00-270 331 Road Impact Fee District 1 $4,851,500 $24,651,575 PURPOSE: To appropriate carryforward to capital reserves. 00-271 333 Road Impact Fee District 2 $1,120,700 $10,480,042 PURPOSE: To appropriate carryforward to capital reserves. 00-272 334 Road Impact Fee District 4 $62,300 $2,783,160 PURPOSE: To appropriate carryforward to capital reserves. 00-273 336 Road Impact Fee District 6 $48,100 $6,645,348 PURPOSE: To appropriate carryforward to capital reserves. 00-275 339 Road Impact Fee District 9 $100,200 $941,200 PURPOSE: To appropriate carryforward to capital reserves. Budget Amend. No. Fund Change No. Fund Title Amount Fund Total 00-278 00-281 00-282 00-284 00-306 00-308 00-310 00-311 OOl 495 495 518 OOl 113 188 126 General Fund $1,450,000 PURPOSE: To appropriate carryforward for projects in the Countywide Capital Fund. Airport Authority PURPOSE: To appropriate jet fuel revenue to replenish Marco Airport fuel supplies. $105,100 Airport Authority PURPOSE: To appropriate jet fuel revenue to replenish Immokalee Airport fuel supplies. $153,500 Worker's Compensation PURPOSE: To appropriate funds from Special Disability Fund Recoveries and Reserves to pay claims. $283,700 General Fund PURPOSE: To appropriate transfer from Community Development Reserves to fund land use attorney and legal secretary positions. $65,918 Community Development PURPOSE: To appropriate fire plan review fees collected through an Interlocal Agreement and paid out to the North Naples Fire District. $220,000 800 MHz PURPOSE: To appropriate funds from insurance and interdepartmental reimburse- ments to cover increased expenses due to lightening damage and increase in the radio inventory. $20,000 MPO Planning Grant PURPOSE: To recognize grant funds from FDOT to establish MPO Planning Program for State Fiscal Year July 1, 2000- June 30, 2001. $635,800 $142,379,410 $2,102,137 $2,255,637 $7,063,900 $142,445,328 $17,906,437 $1,051,056 $3,364,590 Budget Amend. Fund Change Fund No. No. Fund Title Amount Total 00-315 150 Radio Road Beautification MSTU $169,200 $1,059,777 PURPOSE: To appropriate loan proceeds from Road Assessment Receivable Fund for Median Landscape Project. 00-317 001 General Fund $36,000 $142,481,328 PURPOSE: To appropriate funds received from maintenance services revenue for operating expenses. 00-318 001 General Fund $3,400 $142,484,728 PURPOSE: To recognize donations for funding of 4-H Program Assistant. 00-319 123 Services for Seniors $505 $695,094 PURPOSE: To appropriate grant proceeds to fund respite case management services. 00-320 123 Services for Seniors $271,022 $966,116 PURPOSE: To appropriate grant proceeds to fund the cost olin-home case management, homemaking, person care, respite, medical transportation and information services. 00-321 123 Services for Seniors $25,969 $992,085 PURPOSE: To appropriate grant proceeds to fund in-home family-type living arrangements. 00-337 195 Tourist Development-60% $632,500 $4,163,369 PURPOSE: To appropriate carryforward for Gordon Pass Project. 00-338 195 Tourist Development-60% $129,375 $4,292,744 PURPOSE: To appropriate funds for the Gordon Pass Inlet Management Plan. 00-357 194 Tourist Development $77,855 $4,370,599 PURPOSE: To appropriate funds transferred from the Airport Authority for advertising and promotion. Budget Amend. Fund Change Fund No. No. Fund Title Amount Total 00-363 126 Metro Planning/MPO $53,958 $3,418,548 00-364 PURPOSE: To recognize Federal £unds $100,600 $3,519,548 00-365 passed through FDOT to Collier County$47,0I 7 $3,566,165 00-366 to purchase contract transportation $76,900 $3,643,065 00-367 services. $30,000 $3,673,065 00-379 001 General Fund $15,000 $142,496,328 PURPOSE: To recognize a cash donation to pay for hurricane shelter retrofitting at Lely High School. 00-384 198 Museum $52,500 $892,700 PURPOSE: To recognize a donation from the Friends of the Museum and transfer from the General Fund to pumhase a Sherman tank. 00-389 126 Metro Planning/MPO $113,000 $3,786,065 PURPOSE: To recognize Federal funds passed through FDOT to Collier County to fund the transit planning portion of the MPO budget. 00-392 521 Fleet Management $40,400 $2,725,500 PURPOSE: To utilize revenues and reserves for personnel overtime costs and increased expenses for parts, operating supplies and leased vehicles. 00-400 111 MSTD General Fund $11,200 $14,960,768 PURPOSE: To appropriate funds from tower lease revenue to pay for lighting improve- ments at Vineyards Community Park. 00-422 320 Clam Bay Restoration $9,990 $1,048,859 PURPOSE: To appropriate funds for the Clam Pass Hydrographic Monitoring. 00-439 612 Library Trust Fund $15,100 $224,881 PURPOSE: To appropriate grant funds for the Seniors On-Line grant project. Budget Amend. Fund Change Fund No. No. Fund Title Amount Total 00-440 129 Library Grants $74,545 $473,397 PURPOSE: To appropriate grant funds for the Seniors On-Line grant project. 00-483 299 Commercial Paper Debt Service $20,000 $4,724,100 PURPOSE: To appropriate the Fair Board contributions to pay interest on the outstanding Commercial Paper Loan. 17A IKaren L. Schoch From: System Administrator [postmaster@scripps.coral Sent: Monday, September 18, 2000 11:05 AM To: Karen. Schoch@clerk,collier.fl.us Subject: Delivered: Amendments to 99-00 Budget Amendments to 99-00 ITo: Subject: Sent: was delivered to the following recipient(s): Perrell, Pamela on Mon, 18 Sep 2000 11:06:49 -0400 MSEXCH:MSExchangeMTA:NDDM02:NDNT01 <<Amendments to 99-00 Budget>> Your message 'paperrell@naplesnews.com' Amendments to 99-00 Budget Mon, 18 Sep 2000 11:04:17 -0400 00-284 518 00-308 113 fuel supplies. Worker's Compensation $283,700 PURPOSE: To appropriate funds from Special Disability Fund Recoveries and Reserves to pay claims. General Fund $65,918 PURPOSE: To appropriate transfer from Community Development Reserves to fund land use attorney and legel secretary positions. Community Development $220,000 PURPOSE: Tp appropriate fire plan review fees collected through an Interlocal ' Agreement and paid out to the North Naples $7,063,9 00' $17,906,4 37 = sEm TO AMEND ITS FISCAL YFJbl 1999-00 ADOPTED BUDGETi "I ' All i t ted W i 't d t~ a public hearing on this matter to be held on September 2 .1 2000 t9 O0 AMth ft I~h~ CountyCo~mlSsloner'r ~~ · I~a room, 3rd Fl~or, W. Har- I mon Turner Building, Collier County Government Center, 3301 Tamiami Trail East, Naples, Florida. ':- A copy of the proposed Budget Amendment Resolutions and background material will be available ~, pubh'c Inspection on weekdays between 8:00 AM and 5:00 PMat the Office of hianagement Budget, 2nd Floor, W, Harmon Turner Building. A final decision on the amendments will be made at this meeting. Listed below are the amendments to be considered and their purpose. , ~, Dwight E, Brock, Clerk Board of County CommisSioners Collier County Flodda Chairman Budget Amend. Funri Fund No. No. Total 00-191 191 $3,938,430 00-199 001 $140,927,410 Chanlie Fund Title Amount Affordable Housing Trust Fund $543,565 PURPOSE: To appropriate car~fon~ard and transfer of funds from the reserve account to replenish operating accounts depleted by a $1,085,000 loan to Habitat for Humanity. General Fund $24,200 PURPOSE: To appropriate Unincoq:)orated Area General Fund transfer to purchase a camera to enhance the media system In the Commlsaio~ Board Room. MSTD General Fund ,' $60,000 PURPOSE: To appropriate CA'rV franchise fees to pay for a telecommunications consultant. General Fund $2,000 PURPOSE:To recognize private source Contributions and increase operating expenses· Sheriff $620,300 PURPOSE: To appropriate General Fund Reserves for pay plan adjustmect. Emergency Management $26,500 PURPOSE: To appropriate funds to pay for window protection at primary shelters. Pollution Control $40,000 PURPOSE: To appropriate reimburse- ment from South Florida Water Manage- ment District for Sampling Agreement. Roads ClP $4,220,700 PURPOSE: To appropriate carryforward to pay for Golden Gate Boulevard road ~roject and remaining balance to reserves. oad Impact Fee District I $4,851,500 PURPOSE: To appropriate c~orward to capital reserves. Road Impact Fee District 2 . $1,120,700 PURPOSE: To appropriate carryforward to capital reserves. Road Impact Fee District 4 $62,300 PURPOSE: To appropriate carryforward to capital reserves. Road Impact Fee District 6 $48,100 PURPOSE: To appropriate carwforward to capital reserves. Road Impact Fee District 9 $100,200 PURPOSE: To appropriate carryforward to capital reserves. General Fund $1,450,000 PURPOSE: To appropriate ca~yforward for projects in the Countywide Capltsl Fund. Airport Authority $105,1OO PURPOSE: To appropriate et fuel revenue to replenish Marco Airport fual supplies. Airport Authority $153,500 PURPOSE: To appropriate jet fuel revenue to replenish Immokalee Airport fuel supplies. Worker's Compensation $283,700 PURPOSE: To appropriate funds fram Special Disability Fund Recoveries and Reserves to pay claims. General Fund ' $65,918 PURPOSE: To appropriate transfer from ~ Community Development Reserves to fund land use attorney and legal secretary positions. Community Development $220,000 PURPOSE: T~) appropriate fire plan review fees collected through an Intedocal Agreement and paid out to the North Naples 00-214 111 OO-216 001 00-221 040 00-225 118 00-250 114 OO-269 313 00-270 331 00-271 333 00-272 '~ 334 00-273 336 00-275 339 00-278 001 00-281 495 OO-282 495 00-284 518 00-3OO 001 00-308 113 $14,949,568 $140,929,410 $61,638,900 $289,964 $1,713,032 $61 191 242 $10,480,042 $941,200 $142,379~410 $2,10~'137 ~ ~ $7,OO3,9 O0 ' ";* ' $1,~2,,445,328 $17,906,4 37 ..., 00-310 188 800 MHz $20,000 PURPOSE: To appropriate funds from ~._j insurance and interdepartmental ralmbume- merits to cover increased expenses due to lightning damage and increase in the radio ~ inventory. ' ~00-311 126 MPO Planning Grant ,, , ,- ," ~15635,800 · PURPOSE: T6 recognize grant funds , from FDOT to setab|ish MPO Planning program for State Fiscal Year July 1,2000- June 30, 2001, 00-315 150 Radio Read Beautification MSTU $169,200 PURPOSE: To appropriate loan proceeds from Road Assessment Receivable Fund for Median Landscape Project. 00-317 001 General Fund $36,000 PURPOSE: To appropriate funds received operating expenses, 00-318 , 001 General Fund $3,400 PURPOSE: To recognize donations for funding of 4-H Program Assistant, 00-31g 123 Services for Seniors $505 PURPOSE: To appropriate grant proceeds to fund respite case management services. 00-320 123 Services for Seniors $271,022 PURPOSE: To appropriate grant procasds to fund the cost of in- home case management, home making, person care, respite, medical transper tation and Information services. 00-321 123 Services for Seniors $25,969 PURPOSE: To appropriate grant proceeds to fund in-home family-type living arrangemere. 00-337 195 Tourist Developmant-60% $632,500 PURPOSE: To appropriate canTforward for Gordon Pass Project. 00-338 195 Tourist Devalopment-60% $129,375 PURPOSE: To appropriate funds for the Gordon Pass Inlet Managemant Plan. 0-357 194 . To,,rist Development $77,855 ~ , PURPOSE: To appropriate funds transferred from the Airport Authority for advertising and promotion, 00-363 126 · Metro Planning/MPO $53,958 00-364 PURPOSE: To recognize Federal funds $100,600 00-365 passed through FDOT to Cdilier County $47 017 00-366 to purchase contract transportation $76,900 00-367 services. $30,000 00-379 001 General Fund $15,000 PURPOSE: To recognize a cash donafio!~ to pay for hurricane shelter retrofitting at Lely High School. 00-384 198 Museum $52,500 PURPOSE: To recognize a donation from the Friends of the Museum and fransfar from , the General Fund to purchase a Sherman tank. 00-389 12~ Metro Planning/MPO $113,000 PURPOSE: To recognize Federal funds passed through FDOT to Collier County to fund the transit planning portion of the MPO budget. 00-392 , 521 Fleet Management $40,400 ~ PURPOSE: To utilize revenues and reserves -for personnel overtime costs and I~reased expenses for parts, operating supplies and leased vehicles. 00-400 '111 MSTD General Fund $11,200 ~ PURPOSE: . To appropriate funds from tower lease revenue to pay for lighting improve- ments at Vineyards Community Park. 00-422 320 Clam Bay Restoration $9.9g0 PURPOSE: To appropriate funds for the Clam Pass Hydrographic Monitoring. ~9 ~ 612 Library Trust Fund $15,100 ' ~ ' PURPOSE: To appropriate grant funds for the Seniors On-Lina grant project. 00-440 129 Library Grants $74.545 PURPOSE: To appropriate grant funds for the Seniors On-Line grant project. 00-483 299 Commercial Paper Debt Service $20,000 PURPOSE: To appropriate the Fair Board contributions to pay interest on the outstanding Commercial Paper Loan. $1.059,777 $14~ 481,328 $142,484,728 $695,094 $966.116 $992,085 $4,292,744 $4,370,599 $3,418,543 $3,519,548 $3,566,165 $3,643,065 $3.673,065 $142,496,328 889 2,700 $3,786,065 ',,' $2,725,500 , t $14.960,768 ': ,~ $1,048,859 .., $224,881 . $473,397 $4,724,100 RESOLUTION NO. 00-BAR- 2000-03 A RESOLUTION PURSUANT TO SECTION 129.06(2), FLORIDA STATUTES, TO AMEND THE BUDGET FOR THE 1999/00 FISCAL YEAR. WHEREAS, Section 129.06(2), Florida Statutes, provides that the Board of County Commissioners (hereinafter also referred to as "Board") at any time within a fiscal year may amend a budget for that year, and provides the procedures therefor; and WHEREAS, the Board of County Commissioners of Collier County, Florida, has received copies of budget amendments which provide for but are not limited to: anticipated carry forward, unanticipated revenue, and/or receipts of a nature from a source not anticipated in the budget and received for a particular purpose; appropriations for expenditures in particular funds that should be decreased and other appropriations in the same fund that should be correspondingly increased; appropriations from the reserve for contingencies; appropriations from the reserve for future construction and improvements; and increased receipts for enterprise or proprietary funds received for a particular purpose; and WHEREAS, the Board has determined that it is appropriate to amend the Budget for Fiscal Year 1999/00 by resolution pursuant to Section 129.06, Florida Statutes. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that the budget amendments to the 1999/00 FY Budget described below are approved and hereby adopted and the 1999/00 FY Budget is so amended. FUND INCREASE (DECREASE) CARRY FORWPd~D BUDGET OR INCREASE INCREASE AMENDMENT INTERFUND (DECREASE) (DECREASE) NUMBERS TRANSFERS RECEIPT EXPENDITURE INCREASE INCREASE (DECREASE) DECREASE) INTERFUND RESERVES TRANSFERS 191 00-191 $543,565 001 00-199 $24,200 111 00-214 0431 00-216 040 00-221 $820,300 118 00-225 114 00-250 313 00-269 $4,220,700 331 00-270 $4,851,500 333 00-271 $1,120,700 334 00-272 $62,300 330 00-273 $48,100 $60,000 $2,000 $26,500 $40,000 $1,047,000 $24,200 $24,000 $2,000 $820,300 $26,500 $40,000 $240,600 (503,435) $36,000 $3,980,100 $4,851,500 $l,120,700 $62,300 $48,100 - 21_ - FUND BUDGET AMENDMENT NUMBERS INCREASE (DECREASE) CARRY FORWARD OR INTERFUND TRANSFERS INCREASE (DECREASE) RECEIPT INCREASE (DECREASE) EXPENDITURE INCREASE INCREASE (DECREASE) (DECREASE) INTERFUND RESERVES TRANSFERS 339 00l 495 495 518 001 113 188 126 150 001 001 123 123 123 195 195 194 126 126 126 126 126 001 198 126 521 111 320 00-275 00-278 00-281 00-282 00-284 00-306 00-308 00-310 00-311 004315 00-317 00-318 00-319 00-320 00-321 00~337 00-338 00-357 00-363 00-364 O0 365 00-366 00-367 00-379 00-384 00-389 00-392 00-400 00-422 $100,200 $1,450,000 $65,918 $161,400 $129,375 $77,855 $32,500 $9,990 $105,100 $[53,500 $283,700 $220,000 $20,000 $635,800 $7,800 $36,000 $3,400 $5O5 $271,022 $25,969 $632,500 $53,958 $100,600 $47,017 $76,900 $30,000 $15,000 $20,000 $113,000 $40,400 $11,200 $82,200 $139,400 $350,000 $65,918 $220,000 $20,000 $635,800 $234,600 $36,000 $3,400 $505 $271,022 $25,969 $632,500 $129,375 $77,855 $53,958 $100,600 $47,017 $76,900 $30,000 $15,000 $52,500 $113,000 $40,400 $11,200 $9,990 $100,200 $22,900 $14,[00 $(66,300) ($65,400) $1,450,000 2 17A FUND INCREASE (DECREASE) CARRY FORWARD BUDGET OR INCREASE INCREASE AMENDMENT INTERFUND (DECREASE) (DECREASE) NUMBERS TRANSFERS RECEIPT EXPENDITURE INCREASE (DECREASE) RESERVES INCREASE (DECREASE) INTERFUND TRANSFERS 612 00-439 $15,100 129 00-440 $74,545 $74,545 299 00-043 $20,000 $20,000 $15,100 BE IT FURTHER RESOLVED that the Clerk is hereby ordered and directed to spread this Resolution in full among the minutes of this meeting for permanent record in his office. This Resolution adopted after motion, second and majority vote favoring same. ATTEST: DWIGHT E. BROCK, Clerk i~ttes,t as ~o Chairman's ppro~ed '~ to form a~ l~g~l sfiFficie~: ~m,7~ ~analich Chief Assistant County Attorney BOARD OF COUNTY COMMISSIONERS COLLIER COUNT ,,~~ - 3 - COLLIER COUNTY FLORIDA REQUEST FOR LEGAL ADVERTISING OF PUBLIC HEARINGS To: Clerk to the Board: Please place the following as a: XXX Normal legal Advertisement [] Other: (Display Adv., location, etc.) Petition No. (If none, give brief description): SNR-2000-05 Petitioner: (Name & Address): Long Bay Parmers, LLC, 3451 Bonita Bay Blvd., Bonita Springs, FL 34134 Name & Address of any person(s) to be notified by Clerk' s Office: (If more space is needed, attach separate sheet) Roger Carter, RWA, Inc.) 3050 Horseshoe Drive, Naples, FL 34134 Hearing before XXXBCC BZA Other Requested Heating d e~ Based on advertisement appearinlays before hearing. Newspaper(s) tobe used: (Complete only if important): XXX Naples Daily News Other [] Legally Required Proposed Text: (Include legal description & common location & Size: SNR-2000-05, Roger Carter of RWA, Inc., representing Long Bay Pax~mers, LLC, requesting a s~eet name change from Castello Way to Sayohs Way located in the Mediterm Parcel 102, Mediterra PUD, in Section 12, Township 48 South, Range 25 East, Collier County, Florida. Companion petition(s), if any & proposed hearing date: N/A Does Petition Fee include advertising cost? XX Yes [] No If Yes, what account should be charged for advertising costs: Division i~'d~~ List Attachments: Approved by: County Manager Dab DISTRIBUTION INSTRUCTIONS A. For hearings before BCC or BZA: Initiating person to complete one copy and obtain Division Head approval before submitting to County Manager. Note: If legal document is involved, be sure that any necessary legal review, or request for same, is submitted to County Attorney before submitting to County Manager. The Manager's office will distribute copies: [] County Manager agenda file: to Clerk's Office [] Requesting Division [] Original B. Other hearings: Initiating Division head to approve and submit original to Clerk's Office, retaining a copy for file. Date Received:. ~/~/~ Date of Public berg: Date Adveffiaed:~ RESOLUTION NO. 2000- RESOLUTION RENAMING CASTELLO WAY TO SAVONA WAY, WHICH STREET IS LOCATED IN MEDITERRA PARCEL 102, LOCATED IN SECTION 12, TOWNSHIP 48 SOUTH, RANGE 25 EAST, COLLIER COUNTY, FLORIDA. WHEREAS, the Board of County Commissioners is authorized pursuant to authority of Chapter 336.05, Florida Statutes, to name or rename streets and roads, except for certain state roads; and WHEREAS, the Board of County Commissioners has been requested to confirm the renaming of Castclio Way to Savona Way. This street is located in Section 12, Township 48 South, Range 25 East, Collier County, Florida, Mediterra Parcel 102, according to the plat thereof, recorded in Plat Book 34, Pages 3 and 4, of the Official Records of Collier County, Florida; WHEREAS, there appears to be no street in Collier County with this name or any similar sounding name; and WHEREAS, it is necessary for identification purposes to confirm the name of this street, NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: The name of this street is hereby changed from Castclio Way to Savona Way and is continned as such. BE IT FLIRTHER RESOLVED that this Resolution be recorded in the Public Records of Collier County, Florida, and noted upon the maps of the streets and zoning atlas of Collier County, and notations made on the referenced Plat. This Resolution adopted after motion, second and majority vote. Done this _ day of _, 2000. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA DWIGHT E. BROCK, Clerk Approved as to Form and Legal Sufficiency: Marjor~ M. Student Assistant County Attorney g/admin/SNR-2000-05 Resolution/RG/ira BY: T1MOTHY J. CONSTANTINE, CHAIRMAN Ellie J. Hoffman TO: Subject: SN[[ 2000-05,doc paperrell@naplesnews.com Petition SNR-2000-05 178 August 10, 2000 Ms. Pam Perrell Naples Daily News 1075 Central Avenue Naples, FL 34102 Re: Notice of Public Hearing to Consider Petition SNR-2000-05 Dear Pam: Please advertise the above referenced petition on Sunday, Septembsr 10, 2000 and kindly send the Affidavit of Publication, in duplicate, together with charges involved to this office. Thank you. Sincerely, Ellie Hoffman, Deputy Clerk Enclosure Purchase Order No. 000586 178 NOTICE OF PUBLIC HEARING Notice is hereby given that the Board of County Commissioners of Collier County will hold a public hearing on Tuesday, September 26, 2000, in the Boardroom, 3rd Floor, Administration Building, Collier County Government Center, 3301 East Tamiami Trail, Naples, Florida. The meeting will begin at 9:00 A.M. The Board will consider Petition SNR-2000-05, Roger Carter of RWA, Inc., representing Long Bay Partners, LLC, requesting a street name change from Castello Way to Savona Way located in the Mediterra Parcel 102, Mediterra PUD, in Section 12, Township 48 South, Range 25 East, Collier County, Florida. NOTE: All Persons wishing to speak on any agenda item must register with the County Administrator ~rior to presentation of the agenda item to be addressed. Individual speakers will be limited to 5 minutes on any item. The selection Of an individual to speak on behalf of an organization or group is encouraged. If recognized by the Chair, a spokesperson for a group or organization may be allotted 10 minutes to speak on an item. Persons wishing to have written or graphic materials included in the Board agenda packets must submit said material a minimum of 3 weeks prior to the respective public hearing. In any case, written materials intended to be considered by the Board shall be submitted to the appropriate County staff a minimum of seven days prior to the public hearing. All material used in presentations before the Board will become a permanent part of the record. Any person who decides to appeal a decision of the Board will need a record of the proceedings pertaining thereto and therefore, may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is based. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA TIMOTHY J. CONSTANTINE, CHAIRMAN DWIGHT E. BROCK, CLERK By: /s/Ellie Hoffman, Deputy Clerk (SEAL) 1_7B ' August 10, 2000 Long Bay Partners, LLC 3451 Bonita Bay Blvd. Bonita Springs, FL 34134 Re: Notice of Public Hearing to Consider Petition SNR-2000-05 Dear Petitioner: Please be advised that the above referenced petition will be considered by the Board of County Commissioners on Tuesday, September 26, 2000, as indicated on the enclosed notice. The legal notice pertaining to this petition will be published in the Naples Daily News on Sunday, September 10, 2000. You are invited to attend this public hearing. Sincerely, DWIGHT E. BROCK, CLERK Ellie Hoffman, Deputy Clerk Enclosure August 10, 2000 Mr. Roger Carter RWA, Inc. 3050 Horseshoe Drive Naples, FL 34134 Re: Notice of Public Hearing to Consider Petition SNR-2000-05 Dear Petitioner: Please be advised that the above referenced petition will be considered by the Board of County Commissioners on T~esday, September 26, 2000, as indicated on the enclosed notice. The legal notice pertaining to this petition will be published in the Naples Daily News on Sunday, September 10, 2000. You are invited to attend this public hearing. Sincerely, DWIGHT E. BROCK, CLERK Ellie Hoffman, Deputy Clerk Enclosure Ellie J. Hoffman From: Sent: To: Subject: System Administrator [postmaster@scripps.com] Thursday, August 10, 2000 4:56 PM Ellie. Hoffman@clerk.collier.fi.us Delivered: Petition SNR-2000-05 Petition SNR-2000-06 <<Petition $NR-2000-05>> Your message To: 'paperrell@naplesnews.¢om' Subject: Petition $NR-2000-06 Sent: Thu, 10 Aug 2000 14:59:21 -0400 was delivered to the following reoipient(s): Perrell, Pamela on Thu, 10 Aug 2000 16:57:09 -0400 MSEXCH:MSExchangeMTA:NDDM02:NDNT01 1 17B "! NapLes DaiLy News Napres/ FL 34102 Affidavit of Publication Naples Daily News BOARD OF COUNTY COHHISSIONERS ATTN: TONYA PHILLIPS PO BOX 413016 NAPLES FL 34101-3016 REFERENCE: 001230 000586 58119158 SNR-2000-05 NOTICE 0 State of Florida County of Collier Before the undersigned authority, personally appeared B. Lash, who on oath says that she serves as the Assistant Corporate Secretary of the Naples Daily News, a d~ily newspaper p rblished at Flaplea,; in Collier County, FLorida: that the attached copy of advertising was published in said newspaper o~ dates Listed. Affiant further says that the said Naples Daily News is a newspaper published at Naples, in said Collier County, FLorida, end that the said newspaper has heretofore been continuously published in said Collier County, Florida, each day and has been entered as second class mail matter at the post office in Naples, in said Collier County, Florida, for s period of I year next preceding the first publication of the attached copy of advertisement; and affiant further says that she has neither paid nor promised any person, firm or corporation any discount~ rebate, commission or refund for the purpose of securing this advertisement for publiction in the said newspaper. PUBLISHED ON: 09/10 AD SPACE: 93.000 INCH FILED ON: 09/11/00 .................................... Personally known by me ~--~L~.~L~ . $NR- 5 PUBLIC HEARING NoNce is hereby given tSePten'lee ~6, ~000, 171t' RESOLUTION NO. 2000- 3 3 7 RESOLUTION RENAMING CASTELLO WAY TO SAVONA WAY, WHICH STREET IS LOCATED IN MEDITERRA PARCEL 102, LOCATED IN SECTION 12, TOWNSHIP 48 SOUTH, RANGE 25 EAST, COLLIER COUNTY, FLORIDA. WHEREAS, the Board of County Commissioners is authorized pursuant to authority of Chapter 336.05, Florida Statutes, to name or rename streets and roads, except for certain state roads; and WHEREAS, the Board of County Commissioners has been requested to confirm the renaming of Castello Way to Savona Way. This street is located in Section 12, Township 48 South, Range 25 East, Collier County, Florida, Mediterra Parcel 102, according to the plat thereof, recorded in Plat Book 34, Pages 3 and 4, of the Official Records of Collier County, Florida; WHEREAS, there appears to be no street in Collier County with this name or any similar sounding name; and WHEREAS, it is necessary for identification purposes to confirm the name of this street, NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, that: The name of this street is hereby changed from Castello Way to Savona Way and is confirmed as such. BE IT FURTHER RESOLVED that this Resolution be recorded in the Public Records of Collier County, Florida, and noted upon the maps of the streets and zoning atlas of Collier County, and notations made on the referenced Plat. This Resolution adopted after motion, second and majority vote. Done this ,:~ ~ day of ~ ,2000. . 'A~~.~i~ ~d Legal Sufficiency: Ma~or~ M. Student Assistant County Attorney g/admin/SNR-2000-05 Resolufion/RG/im BOARD OF CO~!]~..Y~C, OMMISSIONERS COLLIER ~SNTY_, FLORIDA r~ J. COl~ANTIN~, CHAIRMAN *** 2732323 OR: 2760 PG: 1692 ** RICO/DRD in O~HCIIL RICORDS Of COLLIIR COON?l, ~ 01/02/2001 at 08:54A~ D~IGHT I. BROCK, CLIRK R~C ~!! 6.00 1.00 Reta: IN?IRO[IIC! 47ff ~lT ?240 COLLIER COUNTY FLORIDA REQUEST FOR LEGAL ADVERTISING OF PUBLIC HEARINGS To: Clerk to the Board: Please place the following as a: O17C [] Normal legal Advertisement (Display Adv., location, etc.) [] Other: Originating Depff Div: Natural Resources Person: Doug Suitor Date: 9/1/00 Petition No. (If none, give brief description): Ordinance 2000-, an amendment to Ordinance 97-10. Petitioner: (Name & Address): Collier County Natural Resources Department, 3301 E. Tamiami Trail, Health & Community Services Bldg., 3~ Floor, Naples, Florida 34112 Name & Address of any person(s) to be notified by Clerk's Office: (If more space is needed, attach separate sheet) Hearing before X BCC BZA Other Requested Hearing date: (Based on advertisement appeari g~ys before hearing). 9~ Newspaper(s) tO be used: (Complete only if important): [] Naples Daily News [] Other [] Legally Required Proposed Text: (Include legal description & common location & Size: Adopt Ordinance 2000- correcting errors in Collier County Ordinance 97-10. · A Scrivener's Ordinance Companion petition(s), if any & proposed hearing date: None Does Petition Fee include advertising cost? [] Yes [] No If Yes, what account should be charged for advertising costs: 111- 178980-649100 ~viC, on Adn~u'~istrato~or Date List Attachments: Ordinance No. 2000- DISTRIBUTION INSTRUCTIONS A. For hearings before BCC or BZA: Initiating person to complete one coy and obtain Division Head approval before submit~g to County Manager. Note: If legal document is involved, be sure that any necessary legal review, or request for same, is submitted to County Attorney before submitting to County Manager. The Manager's office will distribute copies: [] County Manager agenda file: to Clerk's Office [] Requesting Division [] Original B. Other hearings: Initiating Division head to approve and submit original to Clerk's Office, retaining a copy for file· FOR CLERK'S OFFICE USE ONLY: Date Received: ~?;,~"f/7~t9 _ Date of Public hearing: ?j,~g.~ Date Advertised: ORDINANCE NO. 2000- SCRIVENER'S ERROR ORDINANCE CORRECTING TWO ERRORS IN FORMER EXHIBIT "F" TO COLLIER COUNTY ORDINANCE NO. 97-10, "THE COLLIER COUNTY WATER SAFETY AND VESSEL CONTROL ORDINANCE"; PROVIDING FOR INCLUSION IN THE CODE OF LAWS AND ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, on February 11, 1997, the Board of County Commissioners of Collier County amended Ordinance No. 96-16, by adopting Ordinance No. 97-10, the "Collier County Water Safety and Vessel Control Ordinance," and WHEREAS, Ordinance No. 97-10 added an Exhibit "F" that depicts "Idle Speed - No Wake" speed zones in waters adjacent to Marco Island; and WHEREAS, Exhibit "F" incorrectly depicts two (2) areas of water as being "Idle Speed - No Wake" Zones, but neither area is designated by Collier County as such a speed zone; and WHEREAS, this Ordinance substitutes the corrected Exhibit "F" in place of the former, incorrect Exhibit "F." NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA that Exhibit "F" to Ordinance No. 9%10 incorrectly shows the following two (2) areas of water as being "Idle Speed - No Wake" speed zones. Corrected Exhibit "F" is attached to this Ordinance. SECTION ONE: CORRECTION TO EXHIBIT "F": Exhibit "F" to Collier County Ordinance No. 97-10 is added to this Ordinance to replace former Exhibit "F." This corrected Exhibit "F" deletes the following areas of water, which heretofore were erroneously depicted on Exhibit "F" as being "Idle Speed - No Wake" speed zones: The first area, approximately one mile in length, runs East and West and is Northeast of the words "Caxambas Pass; The second area of water, approximately one and six tenths of a mile in length, runs generally Southwest and Northeast and is Northeast of the words "Big Marco Pass." SECTION TWO. INCLUSION IN THE CODE OF LAWS AND ORDINANCES. The provisions of this Ordinance shall become and be made a part of the Code of Laws and Ordinances of Collier County, Florida. The sections of this Ordinance may be renumbered or relettered to accomplish such, and the word "ordinance" may be changed to "section", "article", or other appropriate word. SECTION THREE. EFFECTIVE DATE. This Ordinance shall become effbctive upon filing with the Department of State. PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier County, Florida, this day of ,2000. ATTEST: DWIGHT E. BROCK, Clerk BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: By:. Deputy Clerk TIMOTHY J. CONSTANTINE, Chairman Approved as to form and legal sufficiency: Thom&s-C. Palmer Assistant County Attorney Scrivener's En'or Ord~ (Correcting Ord. No. 97-I0) 2 CAPRi PASS L., L,-. MILES IDLE SPEED ZONES %. OF 17 O Exhib[f F TARPON JUDOE JOLLY SANCTIJA~Y SOUND CAXAMBAS '~ ~CAXAM BAS Ellie J. Hoffman To: Subject: paperrell@naplesnews.com An Ordinance Amending Ord. 97-10 17C l?c September 6, 2000 Ms. Pam Pertell Naples Daily News 1075 Central Avenue Naples, FL 34102 Re: Notice of Public Hearing to Consider an Amendment to Ordinance 97-10 Dear Pam: Please advertise the above referenced petition on Friday, September 15, 2000 and kindly send the Affidavit of Publication, in duplicate, together with charges involved to this office. Thank you. Sincerely, Ellie Hoffman, Deputy Clerk Enclosure Charge to: Account #111-178980-649100 NOTICE OF INTENT TO CONSIDER ORDINANCE Notice is hereby given that on TUESDAY, SEPTEMBER 26, 2000, in the Boardroom, 3ra Floor, Administration Building, Collier County Government Center, 3301 East Tamiami Trail, Naples, Florida, the Board of County Commissioners will consider the enactment of a County Ordinance. The meeting will commence at 9:00 A.M. The title of the proposed Ordinance is as follows: SCRIVENER'S ERROR ORDINANCE CORRECTING TWO ERRORS IN FORMER EXHIBIT "F" TO COLLIER COUNTY ORDINANCE NO. 97-10, "THE COLLIER COUNTY WATER SAFETY AND VESSEL CONTROL ORDINANCE", PROVIDING FOR INCLUSION IN THE CODE OF LAWS AND ORDINANCES; PROVIDING AN EFFECTIVE DATE. Collier County Natural Resources Department requesting the adoption of a Scrlvener's Ordinance correcting errors in Collier County Ordinance 97-10. Copies of the proposed Ordinance are on file with the Clerk to the Board and are available for inspection. All interested parties are invited to attend and be heard. NOTE: All persons wishing to speak on any agenda item must register with the County administrator prior to presentation of the agenda item to be addressed. Individual speakers will be limited to 5 minutes on any item. The selection of an individual to speak on behalf of an organization or group is encouraged. If recognized by the Chairman, a spokesperson for a group or organization may be allotted 10 minutes to speak on an item. Persons wishing to have written or graphic materials included in the Board agenda packets must submit said material a minimum of 3 weeks prior to the respective public hearing. In any case, written materials intended to be considered by the Board shall be submitted to the appropriate County staff a minimum of seven days prior to the public hearing. All material used in presentations before the Board will become a permanent part of the record. Any person who decides to appeal a decision of the Board will need a record of the proceedings pertaining thereto and therefore, may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is based. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA TIMOTHY J. CONSTi~NTINE, DWIGHT E. BROCK, CLERK By: /s/Ellie Hoffman, (SEAL) CHAIRMAN Deputy Clerk Ellie J. Hoffman From: Sent: To: Subject: System Administrator [postmaster@scripps.corn] Wednesday, September 06, 2000 2:15 PM Ellie. Hoffman@clerk.collier.fl.us Delivered: An Ordinance Amending Ord. 97-10 Ame,dln, Ord. 97-... <<An Ordinance Amending Ord, 97-10>> Your message To: 'paperrell@naplesnews.com' Subject: An Ordinance Amending Ord. 97-10 Sent: Wed, 6 Sep 2000 14:14:31 -0400 was delivered to the following recipient(s): Perrell. Pamela on Wed, 6 Sep 2000 14:17:21 -0400 MSEXCH:MSExchangeMTA:NDDM02:NDNT01 I NapLes DaiLy Naus Naples/ FL ~4102 Affidavit of Publication NapLes DaiLy News BOARD OF COUNTY COHNZSSZONERS ATTN: TONYA PH/LLZPS PO BOX 413016 NAPLES FL 34101-3016 REFERENCE: 001230 1111789806491 58120660 ANEND ORD. 97-10 NOT State of FLorida County of Collier Before the undersigned authority, personally appeared Angela Bryant, uho on oath says that she serves as Assistant Secretary of the Naples Daily News, a daily newspaper published at Naples, in ColHer County, Florida: that the attached copy of the advertising was published in said newspaper on dates listed. Affiant further says that the said Naples Daily News is a neuspaper published at Naples/ in said Collier Countyt FLorida, and that the said newspaper has heretofore been continuously published in said Collier County, FLorida, each day and has been entered as second class sail matter at the post office in Naples, in said Collier County, FLorida/ for a period of I year next preceding the first publication of the attached copy of advertisement; and affiant further says that she has neither paid nor promised any person, firm or corporation any discount~ rebate/ commission or refund for the purpose of securing this advertisement for publicLion in the said newspaper. PUBLISHED ON: 09/15 AO SPACE: 112.000 ZNCH FZLED ON: 09/15/00 Sworn to and Subscribed before me this ~,y of ,~0 ~ 20~ Personally kno,n by me ~~ AMEND ORD. 97-10 NOTICE OF INTENT TO CONSIDER ORDINANCE NOtice Is hereby van FlOrlCk~, the ~1o~'r~ o~ ~uestlng th.e. adoption of a Individual speakers will be Ilml~d m 5 minutes on any The selection of an must submit s~ld mcfferlal a minimum ~f 3 weeks reencec~rr~ ofm~ne ~ro~n~ evl~d~seb~ which ~' ~"D OF CObNTY .o, 17C ORDINANCE NO. 2000- 6 0 SCRIVENER'S ERROR ORDINANCE CORRECTING TWO ERRORS IN FORMER EXHIBIT "F" TO COLLIER COUNTY ORDINANCE NO. 97-10, "THE COLLIER COUNTY WATER SAFETY AND VESSEL CONTROL ORDINANCE"; PROVIDING FOR INCLUSION 1N THE CODE OF LAWS AND ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, on February 11, 1997, the Board of County Commissioners of Collier County amended Ordinance No. 96-16, by adopting Ordinance No. 97-10, the "Collier County Water Safety and Vessel Control Ordinance," and WHEREAS, Ordinance No. 97-10 added an Exhibit "F" that depicts "Idle Speed - No Wake" speed zones in waters adjacent to Marco Island; and WHEREAS, Exhibit "F" incorrectly depicts two (2) areas of water as being "Idle Speed - No Wake" Zones, but neither area is designated by Collier County as such a speed zone; and WHEREAS, this Ordinance substitutes the corrected Exhibit "F" in place of the former, incorrect Exhibit "F." NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA that Exhibit "F" to Ordinance No. 97-10 incorrectly shows the following two (2) areas of water as being "Idle Speed - No Wake" speed zones. Corrected Exhibit "F" is attached to this Ordinance. SECTION ONE: CORRECTION TO EXHIBIT "F": Exhibit "F" to Collier County Ordinance No. 97-10 is added to this Ordinance to replace former Exhibit "F." This corrected Exhibit "F" deletes the following areas of water, which heretofore were erroneously depicted on Exhibit "F" as being "Idle Speed - No Wake" speed zones: The first area, approximately one mile in length, runs East and West and is Northeast of the words "Caxambas Pass; The second area of water, approximately one and six tenths of a mile in length, runs generally Southwest and Northeast and is Northeast of the words "Big Marco Pass." SECTION TWO. INCLUSION IN THE CODE OF LAWS AND ORDINANCES. The provisions of this Ordinance shall become and be made a part of the Code of Laws and Ordinances of Collier County, Florida. The sections of this Ordinance may be renumbered or relettered to accomplish such, and the word "ordinance" may be changed to "section", "article", or other appropriate word. 17C SECTION THREE. EFFECTIVE DATE. This Ordinance shall become effective upon filing with the Department of State. PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier County, Florida, this ~ day of ~' ATTEST: DWiGHT;E. BROCK Clerk ]~eputy Clerk/ it~est,as to Chat~.an'$ sig~al:u~e onl j~. Approved as to form and legal sufficie ~n~: , Thomas C. Palmer Assistant County Attorney Scrivener's Error Ord. (Correcting Ord. No, 97-10) ~O~ ,2000. BOA.D O O,,dlSS,O RS OF COLLIBR COUNTY, FLORIDA T~ J. CON ~'~'~qTINErC h air man 2 CAPRI PASS p~5S SCALE 1 NILES IDLE SPEED ZONES ' HA, CHEIl AREAS ARE IDLE SPEED Z~NES 1 ISLE OF ~,PRI F CAXAMBAS PASS TARPON BAY JUDGE JOLLY BRIDGE SANCTUARY =-~..~_~CAX A M BAS 17C STATE OF FLORIDA) COUNTY OF COLLIER) I, DWIGHT E. BROCK, Clerk of Courts in and for the Twentieth Judicial Circuit, Collier County, Florida, do hereby certify that the foregoing is a true copy of: Which was the 26th day of ORDINANCE NO. 2000-60 adopted by the Board of County Commissioners on September, 2000, during Regular Session. WITNESS my hand and the official seal of the Board of County Commissioners of Collier County, Florida, this 27th day of September, 2000. DWIGHT E. BROCK Clerk of Courts and Clerk ........ Ex-officio to Board of~ . County Commissioners ' ...... By: Karen Schoch .... Deputy Clerk