TEN d MSNY City of Everglades Invitation to Bid Repairs to City - City Hall Roof Repair FORTHE CITY OF EVERGLADES CITY ITB-24-2 Proposals Due: August 2, 2024 at 11am EST Everglades City, FL 34139, on August 6, 2024, at 7pm EST Proposals Shall Be Opened at a Public Meeting at City Hall, 102 Copeland. Ave, Ranked Proposals Shall Be Presented to the City Council at its September 3,2024 City Council Meeting Prepared by: City of Everglades City PO Box 110 Everglades City, FL: 34139-0110 ADVERTISEMENT FOR BIDS City ofl Everglades City- City Hall Roof] Repair-I ITB24-21 Published on Collier County Clerk of Courts Legal) Notices: July 3,2 2024 www.ciyofeverglades.orgnublic-notices PUBLIC NOTICE isl hereby given! by the City of Everglades City, Florida, amunicipal corporation existing under the laws of the State of Florida, invites interested, licensed and qualified firms to submit competitive sealed proposals in response to ITB 24-2 City of Everglades City- City Hall Roof] Repair as outlined in the bidding documents. The Worki includes the replacement andi installation ar new 60-mil single ply Thermoplastic Polyolefin (TPO) Roofing Membrane at the municipal building located at 102 Copeland. Ave. N., Everglades City, Florida, Bidding documents are availabie for download from the webs site www.DemandStar.om under "Bids" and under the Government Agency: "City of Everglades City". Sealed responses must be submitted to the web site wwwDemandsarom, nol latert than August 2,2 2024at 11:00. A.M.Local' Time. Allo questions shalll bes submitted on Demandstamelwork.demandsar.com, no later than. July 19, 2024a at 5:00 P.M. Locak Time. Thel bids shall be opened at apublic meeting scheduled for August 6, 2024 at' 7:001 P.M. Local Time. Thel lowest response bid will All bidders are encouraged to attend the pre-bid meeting, available on Zoom through thel link below ori in person at City Hall, 102 Copeland Ave. North, Everglades City, FL34139 on July 17, 2024 at 11:00 A.M. Mpahwohwahmm.sppiaNAGAUNI2NOMaadAarSPSIOA be determined at the: subsequent City Council meeting on September3 3,2024. local time. Meeting ID: 291 6297131 Password: 34139 M/WBES are encouraged to participate in the! bidding for this project. Bids will be opened at aj public meeting on August 6, 2024: at 7:00. P.M. and read aloud att the City Council Chambers at 102 Copeland. Ave. North, NSANSSNANSANse Meeting ID: 291 629 7131 Password:34139. NOTE: All prospective Bidders are hereby cautioned not to contact any member oft the City of Everglades City staffo or officials other than thes specified contact person which is Dorothy Joiner, City Clerk. All Written questions shall be submitted on) DemandStar ehvork.demandstat.com, Alll Bidders are advised that under Chapter 119, Florida Statutes, all responses are deemed a public record The City welcomes your response to this ITB, Bids should be prepared in accordance with the Instructions to Bidder and willl be evaluated by the City as stated herein. The City reserves the right to waive any formalities, to reject any or all bid submittals or to re-adyertise for bids submittals for these commodities'services. The City may withdraw all or part ofthis ITB at any timet toj protect thei interests ofthe City. Alll bidders are asked tol bet thorough yet concise int their response. Failure to provide the response int ther manner prescribed! herein may be grounds for disqualification. Thank you for your interest in doing business with the City of! Everglades City, Florida. Everglades City, FL34139 or through Zoom via Questions must be received no later than July 19, 2024 at 5:001 P.M. Local Time and open to the public as provided fori in said statute, City ofl Everglades City, Florida Persons with disabilities needing assistance to participate in any of these proceedings should contact Dorothy Joiner, City Clerk at least 48 hours in advance of ther meeting. 2Page CITY OF EVERGLADES CITY INVITATION TO BID ITB-24-2 CITY HALL ROOF REPAIR Dated: July 3, 2024 Pursuant to the City of Everglades City Amended and Restated Procurement Policy, the City of Everglades City (hereinafter the "City") is soliciting bids from qualified firms for the replacement and installation a new 60-mil single ply Thermoplastic Polyolefin (TPO) Roofing Membrane at the Pursuant to the City of Everglades City Amended and Restated Procurement Policy, notice is hereby given that a sealed ITB proposals for City Hall Roof Repair services to the City of Everglades City must be received by 11:00 am. EST, August 2, 2024, at www.demandstarcom, The proposals shall be opened at a public meeting at City Hall on August 6, 2024, at 7:00 p.m. EST. The results of the selection process will be announced at a public meeting to be held on The Cityreserves the right to reject any or all bids submitted andi to waive any minor technicalities. Small and minority businesses, women's business enterprises, and labor surplus area firms are encouraged to submit bids and firms using subcontractors must solicit such firms in the Before submitting Bids and Letters of Interest, interested parties must obtain a copy of the complete Invitation to Bid package entitled ITB 2024-4, City of Everglades City, City Hall Roof Repair dated July 3, 2024 (the "Official Documents") from www.demandslar.com or by caling (239) 695-4558. The Requesting Party must furnish the City with a mailing address, an e-mail address and a telephone number for contact purposes. Ifthe Official Documents are not obtained as directed above, or are modified in any manner, the Professional Bids and Letter of Interest will municipal building located at 102 Copeland. Ave. N., Everglades City, Florida. September 3, 2024, at 7 p.m. EST at City Hall. subcontracting process. not be accepted for consideration by the City. Submittals are subject to the conditions specified herein. officials during this solicitation process. Respondents may not contact any member of the selection committee or City elected 3Page SOLICITATION INTENT experienced contractors. The intent of this Invitation to Bid (ITB) is to obtain sealed bids from qualified, Please follow the instructions in the ITB Response Requirements Section. The executed contract will meet all rules for Federal grants, as provided for in Title 44 Code of Federal Regulations and 2 CFR 200.317 through 200.326 and Appendix I, and as specified in that certain American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Agreement, number Y5081. PRE-BID MEETING Apre-bid meeting will be held on' Wednesday, July 17, 2024 at 11:00 am at Everglades City Hall, 102 Copeland Ave S, Naples, FL 34141. Attendance at this meeting is not required but suggested to those interesting in bidding on this project. PROJECT SUMMARY The City of Everglades is soliciting bids from qualified contractors to provide and install 60 mil Thermoplastic Polyolefin (TPO) Roofing Membrane at the municipal building located at 102 Copeland Ave, Everglades City, Florida. The building is approximately 7,300 square feet. It is the contractor's responsibility to measure and verify the square footage. The TPO membrane must be specifically designed to be suited for roof application ie. flashing, inside and outside corners on curbs, parapets and scuppers. Bidders may visit the work area, with an appointment, to verify measurements, materials, and existing conditions. A. Contractor's responsibilities will include: 1. 2. 3. 5. 6. Furnish all labor, supervision, materials equipment and services to complete roofing and roof details using the TPO roofing membrane Removal and disposal of all materials/debris associated with new Permitting as required by local agencies (i.e. Collier County Building Protection of all City's existing infrastructure during the work Removal, disposal and replacement of all damaged portions of the existing roof system, inclusive of aluminum coping, insulation and system. roof installation and old roof demolition. Department, etc.). 4. All work shall meet Florida Building Code. (Windows, AC units, etc.). decking. 4Page 7. Install new 60-mil single-ply TPO roofing membrane, on roofa and all curbs and walls. Contractor shall follow the manufacturer's installation requirements. Installation must be performed by a certified and licensed installer. Certification and licenses must be supplied with bid. Contractor must also supply with the bid the manufacturer's product data sheets and Material Safety Data Sheets (MSDS) on each material proposed for usage. Repair, replace and flash all vents and roof penetrations. All labor for this project shall meet the requirements of the Davis Bacon Act. Contractor shall provide weekly certified payroll reports for the prime contractor and all sub-contractors. Contractor shall allow all workers to participate in confidential worker interviews to verify compliance with the minimum wages. Wages paid to all workers shall bei in accordance with the wage determination number FL20240201 (herein included and made part of the bid documents). 10. All steel materials shall meet the requirements oft the American Iron 8. 9. and Steel Act. 11. Provide 20-year manufacturer Warranty. 12. Provide 5-year Workmanship Warranty. B. Roofing System 1. 2. 3. Deck boards: Deck boards shall be high density 5/8" or as Rigid Insulation: Apply minimum R30 rigid insulation. Furnish and install custom fabricated skirt metal from 0.032" (or 0.04", or better) aluminum with a premium Kynar paint finish to be recommended by the manufacturer. selected by Building Representative. Acceptable Manufacturers GAF Carlise Gen Flex 4. a. b. C. d. 5. 6. a. 7. or another acceptable manufacturer. Products furnished for roofing system shall be products of a single- ply TPO manufacturer. Mechanically attached membrane roofing system. Thermoplastic polyolefin sheet, 0.60-inch thickness, white in Examination of Surfaces - Contractor shall examine substrate, roof deck and related surfaces and verify that there are no conditions such as inadequate anchorage, foreign materials moisture ridges that could inhibit application of TPO membrane. Contractor will All applicable codes, ordinance and regulations are followed. color. ensure the following requirements are met. Risk Category 2, 170 mph wind zone. a. b. 5Page C, Underwriter Laboratories UL-580 Class 90 wind uplift resistance classification. C. Special Conditions 1. The construction sitei is an active municipal facility. Entry and egress will be controlled City staff representative. "At No Time" will the Contractor be allowed to grant entry to any person without consent. Due to the nature of this project, work is to be performed between 8:00 a.m. and 5:00 p.m., Monday thru Friday. If the need arises for work hours to be changed, prior approval must be given by the Owner. Work must be scheduled with Owner in such a manner as to allow Owner operations to continue with minimum interruption. Owner will occupy premises during entire period of construction to conduct normal, daily operations. Contractor shall cooperate with Owner's Representative in all construction operations to minimize conflict and to facilitate Owner's use of the premises. Access to roof construction areas shall be by way of Contractor provided exterior access for construction personnel. Contractor will not have access to building interior except as pre-arranged with the Parking spaces at the work site are limited to the rear of building. 2. 3. Owner and only when absolutely necessary. 4. D. References Material American Society for Testing and Materials (ASTM). E. Quality Assurance Application a. b. C. d. 2. 3. 4. 1. All materials installed on the roof shall be of a type approved All work must be performed by a certified TPO roofing Contractor with a minimum of five (5) years' experience in the installation of the specified products. Minimum five (5) years' experience in single-ply roofing with (2) years' experience with seaming system as bid. Contractor responsible for schedule and coordination. Regulatory requirements: Classified by Underwriter's Laboratories, Schedule manufacturer's technical representative to be on site during membrane installation and or seam welding. Attach all roofing system materials (including roofi insulation, roofing membrane, flashing and other materials) as required to resist all by the roofing manufacturer. two Inc. as a UL790 class A roof covering. wind uplift, and wind lateral loading. 6IPage F. Flashing and Trim - Will include but not be limited to: 1. 2. 3. 4. 5. 6. 7. 8. Roof penetration sleeves and hood and umbrella counter flashing. Metal counter flashing Scupper Metal edge Curb cap flashing Miscellaneous accessories Walkway Drains G. Sealants and Caulking Sealant shall be applied to counter flashing, roofing related sheet metal, and additional sealant application as required to provide a complete ewatertightroofing system. H. Material Handling and Storage All material shall be stored in a manner to provide for complete protection of materials from weather and damage. Proper storage of all materials is the sole responsibility of the Contractor. L.Project Conditions 1. 2. 3. Contractor shall examine existing building and existing roofing to determine existing physical conditions that effect removal ofe existing Environmental Requirements = Contractor shall NOT remove existing roofing and flashing during inclement weather or when rain roofing and installation of new roofing. isp predicted (20 percent or more possibility). Protection a. Contractor shall take precautions as required to apply emergency temporary edge seal in event of sudden storms or inclement weather conditions which would prevent the Contractor shall verify that separation membrane has been properly installed in accordance with requirement of membrane manufacturer for conformance with warranty satisfactory installation of the roof system. b. requirements. J.Safety and Clean-Up Requirements 1. 2. Contractor shall not load structure with weight that will endanger All hazardous materials must be cleared from the job site daily. All construction supplies and tools must be secured or removed from structure. 7Page the job site. 3. Contractor shall not disrupt existing utility services to existing building. If an interruption of mechanical or electrical services becomes necessary, it shall be only at such times and for lengths of time as approved by Owner. At no time shall electrical and/or mechanical interruption occur without prior approval of Owner. Contractor shall maintain environmental control in existing building, especially temperature, humidity, and dust control. 4. K. Warranties 1. Contractor will provide Owner with written manufacturer's warranty and a guaranteed watertight roof system and all components thereof for a period of twenty (20) years from date of Owner's final acceptance. Warranty and guarantee shail cover all labor and materials required to maintain a watertight roof and a roof system Contractor will provide Owner with a twenty (20) year written manufacturer's warranty which shall warrant TPO roofing work to be free of leaks and defects in material and workmanship after final Manufacturer's standard warranty for type of sealant and caulk Contractor will provide a one (5) year written warranty against free of defects. 2. completion. specified. 3. 4. leakage and workmanship. Commencement and Completion: WORK SHALL BEGIN WITHIN THIRTY (30) DAYS AFTER RECEIPT OF "NOTICE TO PROCEED". FINAL DELIVERABLE IS DUE WITHIN SIXTY (60) CALENDAR DAYS AFTER THE THIRTY DAY PERIOD. 8/Page EVALUATION CRITERIA & PROCESS Minimum Qualifications - Firms will not be considered unless the following minimum qualification(s) are met: The successful contractor shall demonstrate previous experience in roof replacement. The contractor must be licensed to perform work in Collier Evaluation Criteria Evaluation criteria are listed below in relative order of OG Qualifications and experience of firm in providing similar services for DQualifications and relevant experience of key team members; DAvailable equipment resources to be used on this Project; OR Responsiveness, relevance and readability of Proposal package County, FL. importance: similar projects; Pricing; and TRAVEL TIME The contractor shall include all labor and mobilization of equipment costs into its fee for all work required. There will be no separate measurement or payment for travel time. SUPERVISION direct alternations or written prior to the The proposed contract resulting from this Invitation to Bid will be under the supervision of Everglades City or its authorized representative. Any modifications of the work performed the contract shall be made only by agreement between the contractor and Everglades City and shall be made commencement of the altered work. No claims for extra work or materials will be allowed unless covered by written agreement. WORKING HOURS The contractor shall schedule work between the hours of 7:00AM and 6:00PM Monday through Friday unless authorized by Everglades City to do otherwise. 9Page STAFFING REQUIREMENTS AND CONTRACTORI PERSONNEL Provide sufficient work force and supervisory personnel to perform the services and to meet the requirements of the City. All personnel must wear high visibility safety vests that meet. ANSI standards while working in traffic areas. The contractor personnel must be reachable via pager or cell phone specified ine emergency situations. SUPERVISION work. This shall be managing, understanding the One competent individual will be available at all times to supervise the individual shall be a full-time employee of the contractor. This individual experienced in the type of work being performed and fully capable of directing, and coordinating the work, reading and thoroughly contract, and receiving and carrying out directions from the City. The competent individual must be reachable via pager, cell phone or fax during business hours (Monday - Friday, 8:00 AM to 5:00 PM) during the Any contracts/subcontracis issued under this procurement must comply with the necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible, in accordance with 2 CFR 200.321. Note: The use of any contractor, or sub-contractor, that has been declared debarred by the Office of Federal Contract Compliance Programs (OFCCP) is prohibited. A complete list of federally disbarred contractors can be found at www.sam.gov. It is the sole responsibility of the Consultant to ensure that any subcontractor(s) or sub-consultant(s) are in good standing with the Contract Period. OFCCP and not on the debarment list. ITB RESPONSE REQUIREMENTS The following are required elements of a proposal submitted for this procurement: a) Requesting the ITB document: To receive ITB documents, please visit www.demanstar.com or contact the City's Finance Administrator at accounting@citvofeverglades.org 10Page b) Any questions can be e-mailed to accounting@cltyofeverglades.org no later than July 19, 2024 at 4pm (EST). No verbal inquires willl be accepted. Any questions received after the deadline will not be answered. Any addendum to this ITB will be emailed to those firms which have notified the City of their intention to submit a proposal c) Itremains the sole responsibility of the offering firm to contact the City prior to submitting a proposal to ascertain if any addenda have been issued, to obtain all such addenda, and acknowledge any d) Preparation and Format: Bids should be prepared in a clear and concise manner to meet the requirements of the ITB. Bids must be signed by an authorized representative or contracting agent of the firm. The Respondent shall include pricing for additional anticipated labor categories, including other non- labor related project costs. e) The contractor must submit Attachments A &B with bid. f) The contractor must provide to the City of Everglades City a certificate of coverage of workmen's compensation and liability and posted on www.demanestar.com. addenda with each proposal. insurance. 8) Proposal Delivery: Bids are due no later than 11:00 am on August 2, 2024. The complete submittal for this ITB shall be on www.demandstar.com, The City reserves the right to reject any or all bids submitted and to waive any minor technicalities. No mailed, hand delivered, e-mail or TERMS OF CONTRACT: The City of Everglades City reserves the right to negotiate and revise stated contract terms and conditions prior to the firm and City executing an agreement. Any contract executed following this solicitation will include all rules for Federal grants, as provided for in Title 44 Code of Federal Regulations and 2 CFR 200.317 through 200.326 and Appendix H, and as specified in that certain American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Agreement, number Y5081. Any contract or agreement executed arising from the present solicitation will include, at a minimum, the following contract clauses. Additional terms and conditions, specified with 2 CFR Part 200 et seq, will also be required within faxed bids will be accepted. 11Page any contract or agreement executed with the City of Everglades City. Additionally, the Contractor shall agree to the enclosed American Iron and 1. REMEDIES: The parties may enforce their rights under this agreement to recover damages caused by any material breach of any provision of this agreement and to exercise all other rights existing in its favor. The parties state that money damages may not be an adequate remedy for any material breach of the provisions of this agreement and that any party may in its sole discretion apply to any court of law or equity of competent jurisdiction (without posting any bond or deposit) for specific performance and/or other injunctive relief ino order to enforce or prevent any violations of the provisions of this Steel Requirement. agreement. 2. TERMINATION FOR CAUSE ORCONVENIENCE: 1) The City may terminate this agreement whenever the City determines that termination is in the City's best interest by: a. The City must give the CONTRACTOR notice, stating that the City has determined the termination is in the City's best interest and the date on which this agreement will terminate. b. The date oft termination shall occur no earlier than seven (7) C. The CONTRACTOR shall stop work on the date of termination; place no further orders or subcontracts for materials, services, or facilities except as necessary for completion of such portion of the work not terminated; terminate all vendors and subcontracts; and settle all days after the City delivers the notice. outstanding liabilities and claims. 3. TERMINATION FOR FAILURE TO CURE MATERIAL BREACH: 1) The City may terminate the contract, following a material breach a. The City must give the CONTRACTOR notice stating, in reasonable detail, what the City believes to be the material breach (all material breaches if more than one). b. The notice must state the duration oft the specific cure period that the City believes to be applicable, if any; see the C. The notice is effective upon being sent by City. d. The City may not terminate the contract, and any purported termination for breach will have no effect, if, before the end of the relevant cure period, the putative breaching party both (1) cures the material breach; and (2) gives notice, to by CONTRACTOR by: Required Cure Periods below. 12Page the City, describing the cure of the material breach with a. Missed deadline for which this agreement states that time is b. Other, curable missed deadline stated in the contract: 10 Other, curable breach: 15 business days. d. Breach not capable of being cured: No cure period. 3) Each Required Cure Period begins upon the effective date of the City's notice of the material breach to the CONTRACTOR. 4) For the avoidance of doubt, termination for material breach is without prejudice to any other remedies available to the City (but any applicable limitations of liability stated in this agreement will 4. EQUAL EMPLOYMENT OPPORTUNITY. DURING THE PERFORMANCE OF THIS AGREEMENT, THE CONTRACTOR 1) The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. CONTRACTOR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this reasonable specificity. 2) Required Cure Periods: of the essence: No cure period. business days. remain in effect). AGREES AS FOLLOWS: nondiscrimination clause. 2) The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive considerations for employment without 3) The CONTRACTOR will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in regard to race, color, religion, sex, or national origin. 13Page which an employee who has access to the compensation information ofother employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure isi in response to at formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the CONTRACTORS legal duty to furnish information. 4) The CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of CONTRACTORS commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for 5) The CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and 6) The CONTRACTOR will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and 7) In the event of the CONTRACTORS noncompliance with the nondiscrimination clauses of this agreement or with any of the said rules, regulations, or orders, this agreement may be canceled, terminated, or suspended in whole or in part and the CONTRACTOR may be declared ineligible forf further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided inE Executive Order 11246 of September 24, 1965, ork by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The CONTRACTOR will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a)through (g) inevery subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, employment. relevant orders of the Secretary of Labor. orders. 14Page 1965, sO that such provisions will be binding upon each subcontractor or vendor. The CONTRACTOR will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for Provided, however, that in the event that the CONTRACTOR becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United 5. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT: 1) Overtime requirements. The CONTRACTOR or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall not require nor permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess oft forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the CONTRACTOR and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the 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 territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a) of this section, 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 of forty hours without payment ofthe overtime wages required by the clause set forth 3) Withholding for unpaid wages and liquidated damages, The City of Everglades City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the CONTRACTOR or subcontractor under any such contract or any other Federal contract with the same prime contractor, noncomplance: States, in paragraph (a) of this section. 15IPage or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime 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 clause set 4) Subcontracts. The CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a) through (d) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime CONTRACTOR shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a) through (d) 6. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT. AS REQUIRED BY FEDERAL PROGRAM LEGISLATION: CONTRACTOR AGREES TO COMPLY WITH THE FOLLOWING forth in paragraph (b) of this section. of this section. FEDERAL REQUIREMENTS: Clean Air Act. 1. The CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air 2. The CONTRACTOR agrees to report each violation to the City ofE Everglades City and understands and agrees that the City of Everglades City will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmental 3. The CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act Act, as amended, 42 U.S.C. $7401 ets seq. Protection Agency Regional Office. 1. The CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The CONTRACTOR agrees to report each violation to the City of Everglades City and understands and agrees that the City of 16/Page Everglades City will, in turn, report each violation as required to assure notification to The State of Florida, Federal Emergency Management Agency, and the appropriate Environmental 3. The CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Protection Agency Regional Office. Federal assistance provided by FEMA. 7. SUSPENSION AND DEBARMENT: 1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180and2C.F.R. pt. 3000. As such the CONTRACTOR is required, and will, verify that neither CONTRACTOR, its principals (defined at 2 C.F.R. S 180.995), nor its affiliates (defined at 2 C.F.R. S 180.905) are excluded (defined at 2 C.F.R. S 180.940) or 2. The CONTRACTOR will comply with 2 C.F.R. pt. 180, subpart C and 2C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered 3. CONTRACTORS certification is a material representation of fact relied upon by the City of Everglades City. Ifit is later determined that the CONTRACTOR did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City of Everglades City, the State of Florida, the Federal Government may pursue available remedies, including but 4. The CONTRACTOR agrees to comply with the requirements of2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period any contract that may arise from this offer. The CONTRACTOR further agrees to include a provision requiring such compliance in its lower-tier covered disqualified (defined at 2C.F.R. S 180.935). transaction it enters into. not limited to suspension and/or debarment. transactions. AMENDED): 8. BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. S 1352 (AS Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that 17/Page itwill not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. S 1352. The CONTRACTOR will also ensure that each tier of subcontractor(s) shall also disclose any lobbying with non-Federai funds that takes place in connection with obtaining any Federal award. Such disclosures will be forwarded from tier-to-tier up to the recipient who in turn will forward the certification(s) to the awarding agency. If applicable, the CONTRACTOR must sign and submit the required Certification tot the City of Everglades City. The Certification Regarding Lobbying is added as Attachment B to this contract. 9. PROCUREMENT OF RECOVERED MATERIALS. AS REQUIRED BY FEDERAL PROGRAM LEGISLATION, CONTRACTOR i. In the performance of this contract, the CONTRACTOR shall make maximum use of products containing recoveredi materials that are EPA-designated items unless the product cannot be AGREES TO THE FOLLOWING: acquired: competitively within a timeframe providing for compliance with the contract performance schedule; meeting contract performance requirements; or at a reasonable price. ii. Information about this requirement, along with the list of EPA- designate items, is available at EPA's Comprehensive htps/Nww.epa.govlisowsmmlcomprenensive-procurement Procurement udelne-cpe-program, Guidelines web site, iii. The Contractor agrees to comply with all other applicable requirements of Section 6002 ofthe Solid Waste Disposal Act. 10.ACCESS TO RECORDS: 1) The CONTRACTOR agrees to provide the Florida Division of Emergency Management, the City of Everglades City, the FEMA Administrator, 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 18/Page directly pertinent to this contract fort the purposes of making audits, 2) The CONTRACTOR agrees to permit any of the foregoing parties tor reproduce by any means whatsoever or to copy excerpts and 3) The CONTRACTOR agrees to provide the FEMA. Administrator or his authorized representatives access to construction or otherwork sites pertaining to the work being completed under the contract. 4) Ino compliance with the Disaster Recovery Act of 2019, the City of Everglades City and the CONTRACTOR acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by FEMAAdministrator ort the Comptroller General 5) Pursuant to section 119.0701, Florida Statutes, for any tasks performed by CONTRACTOR on behalf of the City, CONTRACTOR shall!: (a) keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes ("Public Records"), required by the City to perform the work contemplated by this agreement; (b) upon request from the City's custodian of public records, provide the City with a copy oft the requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this agreement and following completion or termination of this agreement, if CONTRACTOR does not transfer the records to the City in accordance with (d) below; and (d) upon completionortemination of this agreement, (1) ifthe City, in its sole and absolute discretion, requests that all Public Records in possession of CONTRACTOR be transferred to the City, CONTRACTOR shall transfer, at no cost, to the City, all Public Records in possession of CONTRACTOR within thirty (30) days of such request or (i) if no such request is made by the City, CONTRACTOR shall keep and maintain the Public Records required by the City to perform the work contemplated by this agreement. If CONTRACTOR transfers all Public Records to the City pursuant to (d)() above, CONTRACTOR shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements within thirty examinations, excerpts, and transcriptions. transcriptions as reasonably needed. of the United States. 19Page (30) days oft transferring the Public Records to the City and provide the City with written confirmation that such records have been destroyed within thirty (30) days of transferring the Public Records. IFCONTRACTOR keeps and maintains Public Records pursuant to (d)(i) above, CONTRACTOR shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology of the City. If CONTRACTOR does not comply with a Public Records request, or does not comply with a Public Records request within a reasonable amount of time, the City may pursue any and all remedies available in law or equity including, but not limited to, specific performance. The provisions of this section only apply to those tasks in which CONTRACTOR is acting on behalf oft the City. IFT THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTORS DUTY TO PROVIDE PUBLICRECORDS RELATING TOTHIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Telephone number: 239-695-4558 E-mail address: dsmallwood@cltvyoleverglades.org 6) To the extent and for sO long as Contractor keeps and maintains Public Records, during and after completion or termination of this agreement, Contractor agrees to keep and maintain all Public Records in its possession for as long as required by section 119.021(2)(p), Florida Statutes, as amended, which as of the date of this agreement requires such Public Records to be kept and maintained according to the retention schedules adopted by the Division of Library and Information Services of the Department of State, as amended. The current, approved records retention schedule for state and local governmental entities is located online at aattsdasanalasacmigesiazoona. 11.AGREEMENT CHANGES OR MODIFICATIONS: This agreement may not be amended or modified except in writing, executed by the parties. 20Page 12.DHS SEALS, LOGOS, AND FLAGS: "The CONTRACTOR shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials 13.COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND without specific FEMA pre-approval." EXECUTIVE ORDERS: "The CONTRACTOR acknowledges that FEMA financial assistance will be used to fund the contract. The CONTRACTOR will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives." 14.NO OBLIGATION BY FEDERAL GOVERNMENT: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, CONTRACTOR, or any other party pertaining to any matter resulting 15.PROGRAM FRAUD AND FALSE ORFRAUDULENT STATEMENTS The CONTRACTOR acknowledges that 31 U.S,C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the CONTRACTOR actions pertaining to this agreement. from the contract." OR RELATED ACTS: 16.NDEMNIFICATION The Parties recognize that CONTRACTOR is an independent contractor. CONTRACTOR agrees to assume liability for and indemnify, hold harmless, and defend the City, its commissioners, mayor, officers, employees, agents, and attorneys of, from, and against all liability and expense, including reasonable attorney fees in connection with any and all claims, demands, damages, actions, causes of action, and suits in equity of whatever kind or nature, including claims for personal injury, property damage, relief, or loss of use, arising out of the execution, performance, nonperformance, or enforcement of this agreement, or resulting from activities in any way connected to this agreement, whether or not due to or caused by the negligence of the City, its commissioners, mayor, officers, employees, agents and attorneys. CONTRACTORS liability hereunder shall 21Page include all attorney fees and costs incurred by the City, in the enforcement of this indemnification provision. This indemnification provision includes claims made by any employees of CONTRACTOR against the City, and CONTRACTOR hereby waives its entitlement, if any, to immunity under section 440.11, Florida Statutes. The obligations contained in this provision shall survive the termination of this agreement, however terminated, and shall not be limited by any amount of insurance required to be obtained or maintained under this agreement. Nothing contained herein shall be construed as a waiver ofanyi immunity or limitation of liability the Cityr may be entitled to under the doctrine ofs sovereign immunity or section 768.28, Florida Statutes. Subject to thel limitations seti forth in this Section, CONTRACTOR shall assume control of the defense of any claim asserted by a third party against the City and, in connection of such defense, shall appoint lead counsel, in each case at CONTRACTORS expense. The City shall have the right, at its option, to participate in the defense of any third- party claim, without relieving CONTRACTOR of any of its obligations hereunder. If CONTRACTOR assumes control of the defense of any third-party claim in accordance with this paragraph, CONTRACTOR shall obtain the prior written consent of the City before entering into any settlement of such claim. Notwithstanding anything to the contrary in this Section, CONTRACTOR shall not assume or maintain control oft the defense of any third party claim, but shall pay the fees ofcounsel retained by the City and all expenses, including experts' fees, if (a) an adverse determination with respect to the third party claim would, in the good faith judgment of the City, be detrimental in any material respect to the City's reputation; (b) the third-party claim seeks an injunction or equitable relief against the City; or (c) CONTRACTOR has failed ori is failing to prosecute or defend vigorously the third-party claim. Each party shall cooperate, and cause its agents to cooperate, int the defense or prosecution of any third party claim and shall furnish or cause to be furnished such records and information, and attend such conferences, discovery proceedings, hearings, trials, ora appeals, as may be reasonably requested in connection therewith. Nothing contained in the foregoing indemnification shall be construed as a waiver of any immunity or limitation of liability the City may be entitled to underi the doctrine of sovereign immunity or Section 768.28, Florida Statutes, 22Page 17.INSURANCE REQUIREMENT CONTRACTOR shall maintain a policy or policies of insurance throughout the entire term of the contract, including any Renewal Term(s) as follows: 1) Commercial General Liability withminimum limits of$1,000,000.00 per claim and $2,000,000.00 per occurrence, written on a 2) Worker's Compensation with minimum statutory limits. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have a minimum rating of" "A-las assigned by AM Best. The City shall be named as an additional insured on such policy(ies) and shall be given thirty (30) days' written notice of cancellation, non-renewal, or adverse change to any policies. CONTRACTOR shall provide a certificate of insurance, in a form satisfactory to City, evidencing that it has met the claims/occurrence basis. insurance requirements of the contract. 18. Compliance with the Copeland "Anti-Kickback" Act. a. Contractor. The contractor shall comply with 18 U.S.C. S 874, 40 L U.S.C.S 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. C. Breach. A breach of the contract clauses above may be grounds for are incorporated by reference into this contract. termination of the contract, and for debarment 23Page ATTACHMENT. A APPENDIX A, 44 C.F.R. PART 18 - CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or willl be paid, by or on behalf oft the undersigned, to any person for influencing ora attempting to influence an officer or employee of an agency, a Member of Congress in connection withi the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into ofa any amendment, or modification of any Federal contract, grant, loan or cooperative agreement. 2. Ifanyf funds other than Federal appropriated funds have been paid or willl be paid to any person fori influencing or attempting toi influence an officer or employee of any agency, a Member of Congress, and officer ore employee of Congress, or an employee ofal Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in 3. The undersigned shall require that the language oft this certification be included int the award documents for all subawards at all tiers (including subcontractors, subgrants, and contracts under grants, loans, and cooperative. agreements) and that all subrecipients shall certify and This certification is a material representation oft fact upon which reliance was placed whent this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than accordance with itsi instructions. disclose accordingly. $100,000 for each: such failure. The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's. Authorized Official Name and Title of Contracto'sAuthorized Official Date 24Page ATTACHMENTB and VOLUNTARY EXCLUSION CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY Contractor Covered Transactions The prospective subcontractor oft the Sub-recipient, certifies, by submission oft this document, that neither it nori its principals is presently debarred, suspended, proposed for debarment, declaredi ineligible, or voluntary excluded from participation in this transaction Where the Sub-recipient's: subcontractor is unable to certify tot the above statement, the prospective by any Federal department or agency, contract shall attach an explanation to this form. CONTRACTOR By: Signature Everglades, Cityof Y5081 DEM Grant Number Name and Title Street Address City, State, Zip Date: 25Page par p City of Everglades Invitation to Bid Repairs to City - Street Lighting FORTHE CITY OF EVERGLADES CITY ITB-24-3 Proposals Due: August 2, 2024 at 11am EST Proposals Shall Be Opened at a Public Meeting at City Hall, 102 Copeland. Ave, Ranked Proposals Shall Be Presented to the City Council at its September 3,2024 City Everglades City, FL: 34139, on August 6, 2024, at 7pm EST Council Meeting Prepared by: City of Everglades City PO Box 110 Everglades City, FL34139-0110 1]Page ADVERTISEMENTFOR BIDS City of Everglades City- Repairs to City Street Lighting - ITB24-31 Published on Collier County Clerk of CourtsI Legal Notices: July 3, 2024 w.cibyoleverlades.orgpublic-motices PUBLICNOTICEis! hereby given by the City ofE Everglades City, Florida, an municipal corporation existing under the laws of the State of Florida, invites interested, licensed and qualified firms to submit competitive sealed proposals in response to ITB 24-3 City of Everglades City- Repairs to City Street Lighting as outlined in the bidding documents." The Worki includes ther replacement of(40)) Metal Halidel Fixtures, (40)3 300 W: LEDbulbs and 41,512LFO of#4 Wire to restore thes street lights to pre-disaster design, function and capacity. Bidding documents are available for download from the web site www.DemandStarcom under "Bids" and under the Government Agency: "City of Everglades City". Sealed responses must be submitted to the web site w,Demandlarcom, no later than August 2, 2024 at 11:00 A.M. Local Time. All questions shall be submitted on DemandSlametwork.demandstar.com, no later than July 19, 2024 at 5:001 P.M. Local Time. The bids shall be opened ataj public meeting scheduled for August 6,2 2024 at7:001 P.M.I Local' Time. Thel lowest response bid will All bidders are encouraged to attend the pre-bid meeting, available on Zoom through thel link below ori in person at City Hall, 102 Copeland Ave. North, Everglades City, FL: 34139 on July 17,2024 at 10:00 A.M. wlapadmm.d29lsISTUDRMENTINCTNNIZhOaNamrsisSIHI be determined at the subsequent City Counçil meeting on September: 3,2024. local time. Meeting ID: 291 629 7131 Password: 34139 M/WBEs are encouraged toj participate ini thel bidding fort this project. Bids willl be opened at aj public meeting on August 6, 2024: at' 7:001 P.M. and read aloud at the City Council Chambers at 102 Copeland. Ave. North, htps/usowthzmom.awl29173TeN-MTKMGBAUNIIhOmaVsRa0k0m#-86832760340 Meeting ID: 291 6297131 Password:34139. NOTE: All prospective Bidders arel hereby cautioned not to contact any member ofthe City of Everglades City staff or officials other than the specified contact person whichi is Dorothy Joiner, City Clerk.. All Written questions shall be submitted on DemandStar) networkdemandstar.com. AII Bidders are advised that under Chapter 119, Florida Statutes, all responses are deemed aj public record The City welcomes your response to this ITB. Bids should be prepared in accordance with the Instructions to Bidder and willl be evaluated by the City as stated herein. The City reserves the right to waive any formalities, to reject any or alll bids submittals or to re-advertise for bids submittals for these commoditiesiservices. The City may withdraw all or part ofthisl ITB: ata any timet toj protect thei interests ofthe City. All bidders are: asked to bet thorough yet concise int their response. Failuret toj provide ther response in thei manner prescribed herein may be grounds for disqualification. Thank you for your interest in doing business witht the City ofl Everglades City, Florida. Everglades City, FL34139 or through Zoom via Questions must be received nol later than. July 19, 2024 at 5:001 P.M.) Local Time and open to the public as provided fori in said statute. City ofl Everglades City, Florida Persons with disabilities needing assistance to participate in any of these proceedings should contact Dorothy Joiner, City Clerk at least 481 hours in advance oft the meeting. 2Page CITY OF EVERGLADES CITY INVITATION TO BID ITB-24-3 REPAIRS TO CITY STREET LIGHTING FEMA Project#39898, PW 4696 Dated: July 3, 2024 Pursuant to the City of Everglades City Amended and Restated Procurement Policy, the City of Everglades City (hereinafter the "City") is soliciting bids from qualified firms for Repairs to City's Pursuant to the City of Everglades City Amended and Restated Procurement Policy, notice is hereby given that a sealed ITB proposals for Repairs to City Street Lighting services to the City of Everglades City must be received by 11:00 am. EST,August 2, 2024, at www.demandstar.com, The proposals shall be opened at a public meeting at City Hall on August 6, 2024, at 7:00 p.m. EST. The results of the selection process will be announced at a public meeting to be held on The Cityr reserves the right to reject any or alll bids submitted and tov waive any minor technicalities. Small and minority businesses, women's business enterprises, and labor surplus area firms are encouraged to submit bids and firms using subcontractors must solicit such firms in the Before submitting Bids and Letters of Interest, interested parties must obtain a copy of the complete Invitation to Bid package entitled ITB 2024-4, City of Everglades City Repairs to City Street Lighting dated July 3, 2024 (the "Official Documents") from www.demandstarcom or by calling (239) )695-4558. The Requesting Party must furnish the City with a mailing address, an e- mail address and a telephone number for contact purposes. If the Official Documents are not obtained as directed above, or are modified in any manner, the Professional Bids and Letter of Street Lighting. September 3, 2024, at 7 p.m. EST at City Hall. subcontracting process. Interest will not be accepted for consideration by the City. Submittals are subject to the conditions specified herein. officials during this solicitation process. Respondents may not contact any member of the selection committee or City elected 3Page SOLICITATIONI INTENT experienced contractors. The intent of this Invitation to Bid (ITB) is to obtain sealed bids from qualified, Please follow the instructions in the ITB Response Requirements Section. The executed contract will meet all rules for Federal grants, as provided for in Title 44 Code of Federal Regulations and 2 CFR 200.317 through 200.326 and Appendix II. PRE-BID MEETING Apre-bid meeting will be held on Wednesday, July 17, 2024 at 10:00 am at Everglades City Hall, 102 Copeland Ave S, Naples, FL34141. Attendance at this meeting is not required but suggested to those interesting in bidding on this project. PROJECT SUMMARY The City is located in Collier County, Florida and has been declared by the President of the United States to receive federal assistance for the recovery from Hurricane Irma. As a result of Hurricane Irma, the City Street Lighting in Everglades City was damaged. The City of Everglades City has identified 20 damaged Street Lights. See Attachment A fort the locations of the Street Lights. FEMA has approved a project to replace (40) 1,000 WMetal Halide Fixtures & Bulbs, 41,512LF of #4 Wire in order to restore these facilities back toi its pre- disaster design, function and capacity within the existing footprint. A. The contractor shall remove 40 existing Metal Halide lamps and ballasts. Replace these B. The contractor shall remove all existing wire and replace #4 USE-2 copper wire. The Federal assistance has approved a maximum of 41,512 linear feet of wire, any wire in lamps with forty (40) 300-watt, 480-volt LED Bulbs. excess of that quantity must be preapproved. C. All wire splices must be made watertight by an owner approved method. E. The contractor is responsible for all debris removal from this project. F. The contractor is responsible for obtaining any required permits. D. All conduits shall be resealed after wire is installed. 4IPage EVALUATION CRITERIA & PROCESS Minimum Qualifications - Firms will not be considered unless the following minimum The successful contractor shall demonstrate previous experience in street light maintenance. The contractor must be licensed to perform work in Collier County, FL. Evaluation Criteria - Evaluation criteria are listed below in relative order of importance: DC Qualifications and experience of firm in providing similar services for similar projects; qualification(s) are met: OQualifications and relevant experience of key team members; DA Available equipment resources to be used on this Project; OR Responsiveness, relevance and readability of Proposal package OP Pricing; and TRAVEL TIME The contractor shall include all labor and mobilization of equipment costs into its fee for all work required. There will be no separate measurement or payment for travel time. SUPERVISION The proposed contract resulting from this Invitation to Bid will be under the direct supervision of Everglades City or its authorized representative. Any alternations or modifications of the work performed the contract shall be made only by written agreement between the contractor and Everglades City and shall be made prior to the commencement of the altered work. No claims for extra work or materials will be allowed unless covered by written agreement. WORKING HOURS The contractor shall schedule work between the hours of 7:00AM and 6:00PM Monday through Friday unless authorized by Everglades City to do otherwise. STAFFING REQUIREMENTS AND CONTRACTOR PERSONNEL Provide sufficient work force and supervisory personnel to perform the specified services and to meet the requirements of the City. All personnel must wear high visibility safety vests that meet ANSI standards while working in traffic areas. The contractor personnel must be reachable via pager or cell phone in emergency situations. 5]Page SUPERVISION One competent individual will be available at all times to supervise the work. This individual shall be a full-time employee of the contractor. This individual shall be experienced in the type of work being performed and fully capable of managing, directing, and coordinating the work, reading and thoroughly understanding the contract, and receiving and carrying out directions from the City. The competent individual must be reachable via pager, cell phone or fax during business hours (Monday - Friday, 8:00 AM to 5:00 PM) during the Contract Period. Any contracts/suDcontracis issued under this procurement must comply with the necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible, in accordance with 2 CFR 200.321. Note: The use of any contractor, or sub-contractor, that has been declared debarred by the Office of Federal Contract Compliance Programs (OFCCP) is prohibited. A complete list of federally disbarred contractors can be found at www.sam.gov. It is the sole responsibility of the Consultant to ensure that any subcontractor(s) or sub-consultant(s) are in good standing with the OFCCP and not on the debarment list. ITB RESPONSE REQUIREMENTS The following are required elements of a proposal submitted for this procurement: a) Requesting the ITB document: To receive ITB documents, please visit www.demanstar.com or contact the City's Finance Administrator at accounting@ciyoteverglades.org b) Any questions can be e-mailed to accounting@ctyoreverglades.org no later than July 19, 2024 at 4pm (EST). No verbal inquires will be accepted. Any questions received after the deadline will not be answered. Any addendum to this ITB will be emailed to those firms which have notified the City of their intention to submit c) Itremains the sole responsibility of the offering firm to contact the City prior to submitting a proposal to ascertain if any addenda have been issued, to obtain all such addenda, and acknowledge any addenda with each proposal. d) Preparation and Format: Bids should be prepared in a clear and concise manner to meet the requirements of the ITB. Bids must be signed by an authorized representative or contracting agent of the firm. The Respondent shall include pricing for additional anticipated labor categories, including other non- labor a proposal and posted on www.demandstar.com, related project costs. 6]Page e) The contractor must submit Attachments B &C with bid. f) The contractor must provide to the City of Everglades City a certificate of coverage ofworkmen's compensation and liability insurance. g) Proposal Delivery: Bids are due no later than 11:00 am on August 2, 2024. The complete submittal for this ITB shall be on www.demandstar.com, The City reserves the right to reject any or all bids submitted and to waive any minor technicalities. No mailed, hand delivered, e-mail or faxed bids will be accepted. TERMS OF CONTRACT: The City of Everglades City reserves the right to negotiate and revise stated contract terms and conditions prior to the firm and City executing an agreement. Any contract executed following this solicitation will include any and all contract terms and clauses required by the regulations found at 2 CFR Part 200 Appendix II. A sample list of required contract clauses is provided with this solicitation Required Clauses- Contract Provisions for Non-Federal Entity Contracts Under Federal Any contract or agreement executed arising from the present solicitation will include, at a minimum, the following contract clauses. Additional terms and conditions, specified with 2 CFR Part 200 et seq, will also be required within any contract or agreement 1. REMEDIES: The parties may enforce their rights under this agreement to recover damages caused by any material breach of any provision of this agreement and to exercise all other rights existing in its favor. The parties state that money damages may not be an adequate remedy for any material breach of the provisions of this agreement and that any party may in its sole discretion apply to any court of law orequity ofcompetent; jurisdiction (without posting any bond or deposit) for specific performance and/or other injunctive relief in order to enforce or prevent any as an Enclosure. Awards Under 2 CFR Part 200 executed with the City of Everglades City. violations of the provisions of this agreement. 2. TERMINATION FOR CAUSE OR CONVENIENCE: termination is in the City's best interest by: 1) The City may terminate this agreement whenever the City determines that a. The City must give the CONTRACTOR notice, stating that the City has determined the termination is in the City's best interest and the date on 7Page which this agreement will terminate. the City delivers the notice. b. The date of termination shall occur no earlier than seven (7) days after The CONTRACTOR shall stop work on the date of termination; place no further orders or subcontracts for materials, services, or facilities except as necessary for completion of such portion of the work not terminated; terminate all vendors and subcontracts; and settle all outstanding liabilities and claims. 3. TERMINATION FOR FAILURE TO CURE MATERIAL BREACH: 1) The City may terminate the contract, following a material breach by a. The City must give the CONTRACTOR notice stating, in reasonable detail, what the City believes to be the material breach (all material b. The notice must state the duration of the specific cure period that the City believes to be applicable, if any; see the Required Cure Periods d. The City may not terminate the contract, and any purported termination for breach will have no effect, if, before the end of the relevant cure period, the putative breaching party both (1) cures the material breach; and (2) gives notice, to the City, describing the cure of the material a. Missed deadline for which this agreement states that time is of the b. Other, curable missed deadline stated ini the contract: 10 business days. CONTRACTOR by: breaches if more than one). below. C. The notice is effective upon being sent by City. breach with reasonable specificity. essence: No cure period. 2) Required Cure Periods: C. Other, curable breach: 15 business days. d. Breach not capable of being cured: No cure period. of the material breach to the CONTRACTOR. 3) Each Required Cure Period begins upon the effective date of the City's notice 4) For the avoidance of doubt, termination for material breach is without prejudice to any other remedies available to the City (but any applicable limitations of liability stated in this agreement will remain in effect). 4. EQUAL EMPLOYMENT OPPORTUNITY. DURING THE PERFORMANCE OF THIS AGREEMENT, THE CONTRACTOR AGREES AS FOLLOWS: 1) The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. CONTRACTOR will take affirmative action to ensure that applicants are employed, and that 8IPage employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or 3) The CONTRACTOR will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the CONTRACTORS legal duty to furnish 4) The CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of CONTRACTORS commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for 5) The CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the 6) The CONTRACTOR will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary ofl Labor, or pursuant thereto, and will permit access tol his books, records, national origin. information. employment. Secretary of Labor. 9Page and accounts by the administering agency and the Secretary of Labor for purposes ofi investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the CONTRACTORS noncompliance with the nondiscrimination clauses of this agreement or with any of the said rules, regulations, or orders, this agreement may be canceled, terminated, or suspended in whole or in part and the CONTRACTOR may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized inE Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary ofLabor, oras 8) The CONTRACTOR will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations, or orders oft the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The CONTRACTOR will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing Provided, however, that in the event that the CONTRACTOR becomes involved in, ori is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. 5. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT: otherwise provided by law. such provisions, including sanctions for noncompliance: 1) Overtime requirements. The CONTRACTOR or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall not require nor permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours 2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the CONTRACTOR and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the 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 territory, to such District or to such territory), for liquidated damages. Such liquidated worked in excess of forty hours in such workweek. 10/Page damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a) of this section, 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 of forty hours without payment of the overtime wages required by the 3) Withholding forunpaid wages and liquidated damages. The City of Everglades City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the CONTRACTOR or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime 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 4) Subcontracts. The CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a) through (d) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime CONTRACTOR shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in 6. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT. AS REQUIRED BY FEDERAL PROGRAM LEGISLATION: CONTRACTOR AGREES TO COMPLY WITH THE FOLLOWING FEDERAL REQUIREMENTS: clause set forth in paragraph (a) of this section. provided in the clause set forth in paragraph (b) of this section. paragraphs (a) through (d) of this section. Clean Air Act. 1. The CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. 2. The CONTRACTOR agrees to report each violation toi the City of Everglades City and understands and agrees that the City of Everglades City will, int turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate 3. The CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal S 7401 et seq. Environmental Protection Agency Regional Office. 11Page assistance provided by FEMA. Federal Water Pollution Control Act 1. The CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as 2. The CONTRACTOR agrees to report each violation to the City of Everglades City and understands and agrees that the City of Everglades City will, in turn, report each violation as required to assure notification to The State of Florida, Federal Emergency Management Agency, and the appropriate Environmental 3. The CONTRACTOR agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance amended, 33 U.S.C. 1251 et seq. Protection Agency Regional Office. provided by FEMA. 7. SUSPENSION AND DEBARMENT: 1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the CONTRACTOR is required, and will, verify that neither CONTRACTOR, its principals (defined at 2 C.F.R. S 180.995), nor its affiliates (defined at 2 C.F.R. S 180.905) are excluded (defined at 2 C.F.R. S 2. The CONTRACTOR will comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3. CONTRACTORS certification is a material representation of fact relied upon by the City of Everglades City. Ifiti is later determined that the CONTRACTOR did not comply with 2C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City of Everglades City, the State of Florida, the Federal Government may pursue available remedies, including but 4. The CONTRACTOR agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period any contract that may arise from this offer. The CONTRACTOR further agrees to include a provision requiring such 180.940) or disqualified (defined at 2 C.F.R. S 180.935). not limited to suspension andlor debarment. 12/Page compliance in its lower-tier covered transactions. 8. BYRD ANTIHLOBBYING AMENDMENT, 31 U.S.C. S 1352 (AS AMENDED): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. S 1352. The CONTRACTOR will also ensure that each tier ofsubcontractor(s): )shall also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures will be forwarded from tier-to-tier up to the recipient who in turn will forward the certification(s) to the awarding agency. If applicable, the CONTRACTOR must sign and submit the required Certification to the City of Everglades City. The Certification Regarding Lobbying is added as Attachment B to this contract. 9. PROCUREMENT OF RECOVERED MATERIALS. AS REQUIRED BY FEDERAL PROGRAM LEGISLATION, CONTRACTOR AGREES TO THE FOLLOWING: i. In the performance of this contract, the CONTRACTOR shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired: competitively within a timeframe providing for compliance with the contract performance schedule; at a reasonable price. meeting contract performance requirements; or i. Information about this requirement, along with the list of EPA-designate items, is available at EPA's Comprehensive Procurement Guidelines web site, htps/lwwwu.epacowlsmmnbempehemsihesneprouremenksusdeine ii. The Contractor agrees to comply with all other applicable requirements of cpg-program. Section 6002 of the Solid Waste Disposal Act. 10.ACCESS TO RECORDS: 1) The CONTRACTOR agrees to provide the Florida Division of Emergency Management, the City of Everglades City, the FEMA Administrator, the 13Page 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 contract for the purposes of 2) The CONTRACTOR agrees to permit any of thet foregoing parties to reproduce by any means whatsoever ort to copy excerpts and transcriptions as reasonably 3) The CONTRACTOR agrees to provide the FEMA Administrator or his authorized representatives access to construction or otherwork sites pertaining 4) In compliance with the Disaster Recovery Act of 2019, the City of Everglades City and the CONTRACTOR acknowledge and agree that no language in this contract is intended to prohibit audits ori internal reviews by FEMAAdminstrator 5) Pursuant to section 119.0701, Florida Statutes, for any tasks performed by CONTRACTOR on behalf of the City, CONTRACTOR shall: (a) keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes ("Public Records"), required by the City to perform the work contemplated by this agreement; (b) upon request from the City's custodian of public records, provide the City with a copy of the requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at ac cost that does not exceed the costs provided in chapter 119, Florida Statutes, ora as otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this agreement and following completion or termination of this agreement, if CONTRACTOR does not transfer the records to the City in accordance with (d) below; and (d) upon completion or termination of this agreement, (i) if the City, in its sole and absolute discretion, requests that all Public Records in possession of CONTRACTOR be transferred to the City, CONTRACTOR shall transfer, at no cost, to the City, all Public Records in possession of CONTRACTOR within thirty (30) days of such request or (i) if no such request is made by the City, CONTRACTOR shall keep and maintain the Public Records required by the City to perform the work contemplated by this agreement. IFCONTRACTOR transfers all Public Records to the City pursuant to (d)() above, CONTRACTOR shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements within thirty (30) days of transferring the Public Records to the City and provide the City with written confirmation that such records have been making audits, examinations, excerpts, and transcriptions. needed. to the work being completed under the contract. or the Comptroller General of the United States. 14/Page destroyed within thirty (30) days of transferring the Public Records. If CONTRACTOR keeps and maintains Public Records pursuant to (d)(ii) above, CONTRACTOR shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology of the City. FCONTRACTOR does not comply with a Public Records request, or does not comply with a Public Records request within a reasonable amount of time, the City may pursue any and all remedies available in law or equity including, but not limited to, specific performance. The provisions of this section only apply to those tasks in which CONTRACTOR is acting on behalf of the City. IFTHE CONTRACTOR HAS QUESTIONS REGARDINGTHEAPPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACI, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Telephone number: 239-695-4558 E-mail address: dsmalwood@cityoreverglades.org 6) To the extent and for sO long as Contractor keeps and maintains Public Records, during and after completion or termination of this agreement, Contractor agrees tol keep and maintain all Public Records in its possession for as long as required by section 119.021(2)(b), Florida Statutes, as amended, which as of the date oft this agreement requires such Public Records tol be kept and maintained according to the retention schedules adopted by the Division of Library and Information Services oft the Department of State, as amended. The current, approved records retention schedule for state and local governmental entities is located online at htps/fles.foridadosgovmed870328s1-s12020.pd: 11.AGREEMENT CHANGES OR MODIFICATIONS: This agreement may not be amended or modified except in writing, executed by the parties. 12.DHS SEALS, LOGOS, AND FLAGS: "The CONTRACTOR shall not use the DHS seal(s), logos, crests, or 15Page reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. 13.COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS: "The CONTRACTOR acknowledges that FEMA financial assistance willl be used to fund the contract. The CONTRACTOR will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives." 14.NO OBLIGATION BY FEDERAL GOVERNMENT: "The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, CONTRACTOR, or any other 15.PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR The CONTRACTOR acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements): applies to the CONTRACTORacIonS party pertaining to any matter resulting from the contract." RELATED ACTS: pertaining to this agreement. 6.NDEMNIFICATION The Parties recognize that CONTRACTOR is an independent contractor. CONTRACTOR agrees to assume liability for and indemnify, hold harmless, and defend the City, its commissioners, mayor, offiçers, employees, agents, and attorneys of, from, and against all liability and expense, including reasonable attorney fees in connection with any and all claims, demands, damages, actions, causes of action, and suits in equity of whatever kind or nature, including claims for personal injury, property damage, relief, or loss of use, arising out of the execution, performance, nonperformance, or enforcement of this agreement, or resulting from activities in any way connected to this agreement, whether or not due to or caused by the negligence oft the City, its commissioners, mayor, officers, employees, agents and attorneys. CONTRACTORS liability hereunder shall include all attorney fees and costs incurred by the City, in the enforcement of this indemnification provision. This indemnification provision includes claims made by any employees of CONTRACTOR against the City, and CONTRACTOR hereby waives its entitlement, if any, to immunity under section 440.11, Florida Statutes. The obligations contained in this provision shall survive the termination of this agreement, however terminated, and shall not be limited by any amount of 16]Page insurance required to be obtained or maintained under this agreement. Nothing contained herein shall be construed as a waiver of any immunity or limitation of liability the City may be entitled to under the doctrine of sovereign immunity or Subject to the limitations set forth in this Section, CONTRACTOR shall assume control of the defense of any claim asserted by a third party against the City and, in connection of such defense, shall appoint lead counsel, in each case at CONTRACTORS expense. The City shall have the right, at its option, to participate int the defense ofany third-party claim, without relieving CONTRACTOR of any of its obligations hereunder. If CONTRACTOR assumes control of the defense of any third-party claim in accordance with this paragraph, CONTRACTOR shall obtain the prior written consent of the City before entering into any settlement of such claim. Notwithstanding anything to the contrary in this Section, CONTRACTOR shall not assume or maintain control of the defense of any third party claim, but shall pay the fees of counsel retained by the City and all expenses, including experts' fees, if (a) an adverse determination with respect to the third party claim would, in the good faith judgment of the City, be detrimental ina any material respect to the City's reputation; (b) the third-party claim seeks an injunction or equitable relief against the City; or (c) CONTRACTOR has failed ori is failing to prosecute or defend vigorously the third-party claim. Each party shall cooperate, and cause its agents to cooperate, in the defense or prosecution of any third party claim and shall furnish or cause to be furnished such records and information, and attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in connection therewith. Nothing contained in the foregoing indemnification shall be construed as a waiver of any immunity or limitation of liability the City may be entitled to under the doctrine of section 768.28, Florida Statutes. sovereign immunity or Section 768.28, Florida Statutes. 17.INSURANCE REQUIREMENT CONTRACTOR shall maintain a policy or policies of insurance throughout the entire term of the contract, including any Renewal Term(s) as follows: 1) Commercial General Liability with minimum limits of $1,000,000.00 per claim and $2,000,000.00 per occurrence, written on a claims/occurrence basis. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have a minimum rating of"A-as assigned by 2) Worker's Compensation with minimum statutory limits. 17IPage AM Best. The City shall be named as an additional insured on such policy(ies) and shall be given thirty (30) days' written notice of cancellation, non-renewal, or adverse change to any policies. CONTRACTOR shall provide a certificate of insurance, in a form satisfactory to City, evidencing that it has met the insurance requirements of the contract. 18Page ATTACHMENT A Pole # 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 GPS Coordinates 25.857677, ,-81.385204 25.857227, -81.385149 25.857731, -81.384775 25.857345, -81.384691 25.857514, -81.383965 25.857477, -81.383261 25.858060, -81.383039 25.858656, -81.383018 25.859268, -81.383080 25.859869, -81.383023 25.860462, -81.382938 25.861073, -81.382869 25.861652, -81.382757 25.862202, -81.383747 25.862764, -81.382708 25.863288, -81.382687 25.863933, -81.382681 25.864465, -81.382688 25.865067, -81.382715 25.865571, -81.382.733 19Page ATTACHMENTB APPENDIX A, 44 C.F.R. PART 18 - CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person fori influencing or attempting to influence an officer or employee of an agency, al Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into ofa any amendment, or modification ofa any Federal contract, grant, loan or cooperative agreement. 2. Ifany funds other than Federal appropriated funds have been paid or will be paid to any person fori influencing or attempting to influence an officer or employee of any agency, al Member of Congress, and officer or employee of Congress, or an employee ofa a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, " Disclosure Form to Report Lobbying," in 3. The undersigned shall require that the language of this certification bei included in the award documents for alls subawards at all tiers (including subcontractors, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission oft this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than accordance with itsi instructions. disclose accordingly. $100,0001 for each such failure. The Contractor, certifies or affirms the truthfulness and accuracy of each statement ofi its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 20Page ATTACHMENT C and' VOLUNTARY EXCLUSION CERTIFIÇATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY Contractor Covered Transactions The prospective subcontractor of the Sub-recipient, by any Federal department or agency. certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction Where the Sub-recipient's: subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR By: Signature Everglades.Cityof Sub-Recipient's Name Z0430 Name and Title DEM Contract Number Project 39898, PW 4696 FEMAI Project Number Street Address City, State, Zip Date: 21Page AGENDA NUMBER ITEM 7c ADVERTISEMENT FOR BIDS Everglades City Wastewater Treatment Facility Improvements - Gravity Sewer System Improvements Published on Collier County Clerk of Courts Legal Notices: July 4, 2024 vwwcivyofverpladsoorppubic-molices PUBLIC NOTICE is hereby given by the City of Everglades City, Florida, a municipal corporation existing under the laws of the State of Florida, invites interested, licensed and qualified firms to submit competitive sealed proposals in response to ITB-24-4, Everglades City Wastewater Treatment Facility Improvements - Gravity Sewer System Improvement as outlined in the bidding documents. The Work shall include, but not be limited to, the rehabilitation of approximately 26,235 linear feet of 8-inch diameter gravity sewer pipe and 2,740 linear feet of 6-inch diameter gravity sewer pipe with a cured-in-place pipe lining and rehabilitation of 137 manholes. Services include internal closed-circuit television (CCTV) inspection of all sanitary sewer pipes, cleaning and inspection, sewage bypass pumping, maintenance of traffic, manhole rehabilitation, and surface restoration as necessary with all associated work required for a complete project in accordance with the Contract Documents. Bidding documents are available for download from the web site wwy.DemandSlar.com under "Bids"and under the Government Agency: "City of Everglades City". Sealed responses must be submitted to the web site www.DemandSlar.com, no later than August 2, 2024 at 2:00 P.M. Local Time. All questions shall be submitted on wwDemandSuametwonzdemamndsat.com, no later than July 19, 2024 at 5:00 P.M. Local Time. The bids shall be opened at the City Council meeting scheduled for August 6, 2024 at' 7:001 P.M. Local Time. The lowest response bid will be determined at the subsequent City Council meeting for September: 3,2024 at' 7:001 P.M. Local Time. All bidders are required to attend the mandatory pre-bid meeting, available on Zoom through the! link below or in person at City Hall, 102 Copeland Ave. North, Everglades City, FL34139 on July17,2024 at 3:00 P.M. mpsehsohuhxmoaipagMPIGTIDMEATIMTANGAUNZ2hOmavasAsRadAmr-suAs ITB-24-4 local time. 82 Meeting ID:2916297131 Passcode: 34139 M/WBEs are encouraged toj participate in the bidding for this project. Bids will be opened at the Council Meeting on August 6, 2024 at7:00 P.M. and read aloud at the City Council Chambers at 102 Copeland Ave. North, MshMtpehsomup3IGIIPANTIATANGEUNIZIKOMVAsAomrAZIS 40 Meeting ID: 291 629 7131 Password34139NOTE: All prospective Bidders are hereby cautioned not to contact any member of the City ofEverglades City staff or officials other than the specified contact person which is Dorothy Joiner, City Clerk. All Written questions shall be submitted on wwDemamaSametvorkdemmésarcom. All Bidders are advised that under Chapter 119, Florida Statutes, all responses are deemed a public reçord The City welcomes your response to this ITB, Bids should be prepared in accordance with the Instructions to. Bidder and will be evaluated by the City as stated herein. The City reserves the right to waive any formalities, to reject any or all bid submittals or to re-advertise for bid submittals for these commoditieservices. The City may withdraw all or part of this ITB at any time toj protect the interests of the City. All bidders are asked to be thorough yet concise in their response. Failure to provide the response in the manner prescribed herein may be grounds for disqualification. Everglades City, FL34139 or through Zoom via Questions must be received no later than July 19, 2024 at 5:00 P.M. Local Time, and open to the public as provided fori in said statute. Thank you for your interest in doing business with the City of Everglades City, Florida. City ofl Everglades City, Florida Persons with disabilities needing assistance to participate in any of these proceedings should contact Dorothy Joiner, City Clerk at least 481 hours in advance oft the meeting. 239.597.3111 FBPR:31200 FDACS:LB8416 WWW.LJA.com LJA 7400 Trail Blvd. Suite 200, Naples, Florida 34108 June 25, 2024 PO Box 110 Everglades City, FL: 34139 acaI ITEM 1d Mayor Grimm, Mavorcmmm@ciyoteverglades.org Re: Fortress Secured Unsolicited P3 Response, PN 24-0049 Dear Mr. Mayor: This letter is provided to document our recent study of an unsolicited P3 application by Fortress Secured. The City of Everglades P3 Project lacked aj program upon which to evaluate aP3. A detailed program needed tol be specified, both quantitative and qualitative, addressing at a minimum the grant requirements and Stakeholder input, including CCSO, Greater Naples Fire District, Collier County EMS/Emergency services, and possibly others, and also addressing LDC requirements. The stakeholders needed to weigh in on design issues and on the program itself. Based on additional information received from Fortress on 6/24/24 via email, if the City is willing to adopt the program given by Fortress as its standard, we could review the proposal against that program. Notwithstanding the program evaluation, the City will still need to deal with the prospect of this proposal being over the grant budget. mmrihsuprogram" is the basic information required to evaluate any P3 proposal. J.AMICO SMgerelsp No. 39382 POMINIC STATE OF ORIDP This item has been digitally signed and sealed by Dominick. J.A Amico, Jr., PE. Aiired gopies DTGr docymenbars patsensidered. signed and: sealed and ghâture must verified on anye electronic copies. ont the date adjacent tot the: seal. .com Digitally signed by DominickJAmico Date:2024.06.27 07:21:40-0400 Dominick JAmico SSSONAL EIVS Lombardo, Esq., ALombardo@wPL-Legal.com cc: Dottie Joyner, DSmalwood@Cityoffyerglades.org cc: Tammie Pernas, Accountingaciyotyollverglades.org cc: Kaitlin Chylinski, ChyinskIQWPL-Legal.com cc: Dan Summers, Dans@BSSWArchitects.com K:12024/24-0049 City of Everglades City P3P PoeiCorrespondencence,Documemtsleter to Mayor P3 Everglades RESOLUTION: NO. 2024-13 GNg A RESOLUTION OF THE CITY OF EVERGLADES CITY, FLORIDA, DRINKING WATER SYSTEM ASSET MANAGEMENT AND FISCAL SUSTAINABILITYPLAN; AUTHORZINGTIE ASSETMANAGEMENTTEAM TO TAKE ALL NECESSARY ACTION TO EFFECTUATE THE INTENT OF THIS RESOLUTION; AND PROVIDING FOR. ANI EFFECTIVE DATE. WHEREAS, Florida Statutes provide fori financial assistance tol local government agencies WHEREAS, the Florida Department of Environmental Protection State Revolving Fund (SRF) has designated the City ofEverglades City Drinking Water System Improvements identified in the Drinking Water System Asset Management and Fiscal Sustainability (AMFS)) Plan Update, APPROVING THE UPDATE TO THE CITY EVERGLADES OF CITY toi finance construction oft the utility system improvements; as potentially eligible for available funding; WHEREAS, as a condition of obtaining funding from the SRF, the City is required to WHEREAS, the City Council of Everglades City has determined that approval of the attached Drinking Water AMFS Plan for the proposed improvements, in order to obtain necessary implement an AMFS Plan for the Drinking Water System's Improvements; funding in accordance with SRF guidelines, isi in the best interest oft the City; NOW,THEREFORE, BEITRESOLVED, BYTHE CITY COUNCILOFTIECITY Section 1: The above: recitals are true, correct, and incorporated by reference as ifs set forth Section 2: The City hereby approves the Drinking Water AMFS Plan, attached hereto as Exhibit "A"and incorporated by reference as aj part oft this Resolution, Section 3: The Asset Management team, City staff and the Florida Rural Water Association, is authorized to take all actions necessary to effectuate the intent oft this resolution and to implement the Drinking Water. AMFS Plan in accordance with applicable Florida law and City Council direction in order to obtain funding from the Section 4: The City will annually evaluate existing rates to determine the need for any increase and will increase rates in accordance with the financial recommendations found int the Drinking Water System AMFS Plan or inj proportion to the City's needs as Section 5: This Resolution shall take effect immediately upon its passage and adoption. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF OF EVERGLADES CITY,ELORIDA THAT: fully herein. SRF. determined by the City Council ini its discretion. EVERGLADES CITY,FLORIDA THIS 2024. FLORIDA RURAL WATER ASSOCIATION 2970 WELLINGTON CIRCLE-TALLAHASSEE, FL 32309-7813 (850)668-2746 Mayor Howell Grimm. Jr. 102 North Copeland Ave. Phone: (239)695-2511 Date: 5/30/2024 Water System Dear Mayor Grimm: BOARD of PATRICIA CICHON Monticello President BRUCE! MORRISON Niceville Vice President POONAMI KALKAT Boynton Beach Secretaly/freasurer ROBERT! MUNRO Orlando National Director JOHNBOSTICI III Zephyrhills SCOTTKELLY Atlantic Beach MELISSAI PILCHER Santal Rosa Beach EXECUTIVE DIRECTOR GARYWILLIAMS Tallahassee EoRDN WNTER RAL DIRECTORS Everglades City,FL34139 Email: mayorgrmm@cityorevergiades.org Re: Updated Asset Management and Fiscal Sustainability Plan City of Everglades City Drinking The Florida Rural Water Association is pleased to submit the following updated Drinking Water System Asset Management and Fiscal Sustainability Plan (AMFSP) to of Everglades City. FRWA prepared this Plan for the City in partnership with the FDEP Drinking Water State Revolving Fund (DWSRF) Program to identify your drinking water system's most urgent and critical needs. Please review the proposed updated. AMPFS thoroughly. Wel lookf forward to receiving your comments and discussing your Drinking water utility assets' sustainability. We wish to finalize the report and present findings to the council ina a workshop setting followed by a presentation: atar regular meeting This report assesses the current conditions of your Drinking water fixed capital assets (water treatment plant, distribution system, etc.) and more importantly provides recommendations, procedures, and tools to assist with long-range asset protection and drinking water utility reinvestment. FRWAwill be available to: support AMPFS recommendations and implementation. The following reportis considered al living document with tools for your use and must be updated at least annually momeneagarewepare, byt the City'sutilitys staff. Wep provide electronic copies for your use andi future modification. FRWA is available to assist in updating and revising the AMFSP. As a valued FRWA member, it is our goal to help make the most effective and efficient use ofy your limited resources. This tool is an unbiased, impartial, independent review and is solely intended for levememtolemencwater syptemfisalsustainallyamdmamanncyouraaluabeutltyases. Florida Rural Water Association has enjoyed serving you: and wishes your system the best in alli its City for adoption and implementation if needed. EMAIL fwa@frwa.net WEBSITE www.frwa.net future endeavors. Sincerely, Patrick Dangelo FRWA Utility Asset Management Copy: Eric Myers, FDEP, DW State Revolving Fund Gary Williams, FRWA Executive Director CITY OF EVPRGLADES CITY SYSEM ASSET MANAGEMEINT AND FISCAL SUSTAINABIDIY DRINKING WATER SYSTEM ASSET MANAGEMIENT AND FISOALSUSTAINABILITY PLAN Prepared for: City of Everglades City Everglades City, Florida PWS5110089 Prepared by: FLORIDA RURAL WATER ASSOCIATION Asset Management Program Inp partnership with Florida Department of Environmental Protection & Safe Drinking Water State Revolving Fund Program SLOIA RAL NIRIE RevPlan DiamondMaps 2 Contents Contents Executive Summary. Introduction Asset! Management, Requirements. City of Everglades Form of Government. Drinking' Water System. CurrentAsset Conditions Water Production Facility. Water Valves. 10 11 11 13 13 14 16 18 19 20 22 23 24 40 Booster Pump Station and Ground Storage Tank. Hydrants and Hydrant Valves.. Operations and Maintenance Capitallmproyement. Plan Financial Energy Management Conclusions. Closing. Funding Sources for Water and' Wastewater Systems. Appendix A: Example. Resolution. Appendix B: Master Asset List Appendix C: Revplan. 3 Executive Summary Asset Management Plan Review and update included these key areas: The City of Everglades City and Floridal Rural Water Association (FRWA) worked together over the past several months to update the City's 2019: and: 2021 Asset Management and Fiscal Sustainability Plan. The asset management plan evaluation Ani inventory review of assets and their location. An evaluation of asset condition, performance, level of service, current value and remaining useful life (Life Cycle Costing). Risk(s) assumed bywaiting tor repair, upgrade or replace critical equipment. Plans for maintaining, repairing, and replacing critical assets. Plans fori funding, scheduling, andi implementing the Plan. Asset Management involves a collaborative effort among several essential stakeholders (field operations, engineering, finance, regulatory, customers, and others). It takes all stakeholders to bring about an effective Asset Management Plan that will provide the residents of Everglades City with high quality water and reliable service at an affordable cost. Project Purpose Thei following reporti isi intended to bea an Update tot the Asset Management: andl Fiscal Sustainability Plan update presented in 2021. The update is unbiased and pro-desrecommemaatom: for managings system assets. The City of Everglades Cityi is av valuable member of FRWA and as always, FRWA is available to help with further implementation ofy your AMFSP. Process As systematic process was used in this update of the City's Asset Management Plan. The following data was gathered on the system fori initial review and analysis: Most recent Financial Audit and, Comprehensive Annual Financial Report (CAFR) Most recent System Capital and Operating Budgets Current FDEP Drinking Water System Sanitary Surveys Water volume pumped and sold during thel last 12 months. Number of water meters; grouped by size if available. Monthly Operating Report (MORS) for the past 12 months Current Rate Ordinance showing rates, connection fee, late fee, etc. Capital Improvement Plan (CIP) From this current Water System data, FRWA: Staffi identified critical assets to evaluate in thef field whichi includes the major system elements and processes; (production, treatment, distribution, storage, and metering). Asset Conditions Summary FRWA and the City have collected and assessed the majority of drinking water system assets and entered thei information into Diamond Maps over the past years. While this will give a very good representation of the condition of the City's Drinking Water System, it is imperative that the City collect and assess any remaining components as part of the Implementation of your AMP. To determine asset condition FRWA considers the assets age, performance, structural stability and whether it would be better to rehab or replace the asset. Overall the City's drinking water system is in average condition. This is impressive considering the coastal environment, 4 economic demands and thei impacts ofCOVID over thel last few years. Ap proactive Operations andI Maintenance Plan along with the dedication and desire of thes stafft to maintain and deliver good potable drinking water tot the residents and visitors shows int the overall condition oft the System. This is furthermore proven by the results of the FDEP Sanitary Surveys over the last several years. Priority Action List Based on the State requirements for participation in the State Revolving Fund Program (SRF), a Priority Action List was developed with the help of Citys staff to prioritize action items and establish target dates for timely completion of needed repairs tot the Drinking' Water System. City of Everglades City Priority Action List Responsible Party or Parties Action Item Target Date(s) Within 60 Days from Receipt of Final Plan 90 Days after Adoption CostType Cost 1. Pass Resolution Adopting AMFS Plan Update 2. Update / Create Level of Service (LOS) Attributes, Goals, Targets, and Metrics and Prepare LOS Agreementif needed 3. Continue to follow and update the AMFS Update 4.0 Create and follow Drinking Water System Master Plan 5.0 Create a comprehensive CIP 6. Conduct / Complete Rate Sufficiency Study and Adjust Rate Structure as Needed with 7. Update Change Out/Repair and Replacement Program for Critical Assets if necessary 8. Complete Lead Service Line Inventory Administrative No Cost Council and City Clerk Council, City Clerk, and Staff * No Cost' Planning Cost Vary on Scope ofwork Cost' Vary on Scope of work No Cost if done by staff No Cost No Cost* No Cost* Council, Staffand Engineer Council, Staff and Engineer Clerk, finance department, public works director City Clerk and Finance Staff or Designee Utility Director or Designee Contractor, City Clerk, Utility! Director On-Going FY-24-25 FY24 Planning Grant/ /Administrative Administrative plan Annually 90 Days after Adoption FY24 Planning Planning Administrative RevPlan 5 City of Everglades City Priority Action List 9. Update Operation and Maintenance Program and Procedures if necessary 10. Perform Engineering! Review on Booster Station equipment and Firel Flow needs 11. Correct identified issues to GST as noted in lasti inspection 12. Evaluate current and future contracts with vendors and contractors 13.Replace current surge tank with new Hydropneumatict tank 14. Continue Using AMFSTools (Diamond Maps or similar) 15. Replace 4" Asbestos Cement Water Main 16. Replace 71 failed and: 14 poor very poor valves 17. Annual exercising of valves 18. Implement and Update Energy Audit Findings when available 90 Days after Adoption FY24-25 FY24-25 Annually FY24-25 On-going FY24-25 FY24-25 On-going Beginning FY 2024 Planning Planning Operational Planning Operational Administrative No Cost* Cost' Vary on Scope ofv work Cost Vary on Scope of work No Cost $300,000 Annual Cost- $540 + Local Training- No Cost* Cost Vary on scope Failed-$24,500 poor- $9,000 No Cost Operator or Designee Engineer, City Clerk, Council City Clerk, Utility Director, Contractor Council, City Clerk, Public works staff Utility Director, public works staff, engineer Designee Engineer, Utility Director, Staff Service Provider City Clerk, Operator or Planning /Operational Operational Operational Poor and Very Utility Director and: staff Utility Director, Staff City Clerk, Utility Director, Operator or Designee Annually Operational $12,900 Cost will Vary Based on Asset Program and Strategy 19. Implement Annual Asset Replacement Program Operational Replacement City Clerk, Operator or Annually Designee Introduction Everglades City, situated in Collier County, stands at the Barron River'smouth within Chokoloskee Bay. This bay spans around ten miles in length and two miles in width, coursing from southeast to northwest along Collier County's mainland. It remains 6 distinct from the Gulf of Mexico due to the northern edge of the Ten Thousand Islands. The city boasts an approximate population of 426 as per US Census records. Within the entire service area of Everglades City, approximately 42.77%1 fall within the low to moderate income bracket. Estimated median household income in 2021: $81,295 In: 2021 FRWA assisted in the update of the current Asset Management Plan with Everglades City covering a wide range of needs. Now 3 years later, some needs were met while some priorities and schedules have changed. As with all Asset Management Plans as the System changes SO do the needs, therefore sO should the plan. Asset Management is not a project; it'sar never- ending process that has tol be continually refined and expanded. Having the tools tot track the assets performance, maintenance schedules and any unscheduled repairs within the system is considered implementation of the AMFSP. Once tracked, you can start seeing the characteristics of an asset that's beginning to fail, its need for preventive maintenance and the ability oft the system to avoid a critical failure. Updating the AMFSP no less than annually is critical, and semi-annuallyi is recommended. AssetManagement Requirements Inaccordance withF FDEP Rule 62-503.7007,FAC,; State Revolving Fund (SRF) recipients are encouraged to implement an Asset Management Plan (AMP) to promote utility system long-term sustainability. To be accepted for the financing rate adjustment and to be eligible fori reimbursement, an: asset management plan must: 1. Be adopted by resolution. 2. Have written procedures inj place to implement the plan. 3. Bei implemented in at timely manner. upon standard of service att the best appropriate cost. An Asset Management Plani is at tactical plan for managing an organization's infrastructure and assets to deliver an agreed Desired level ofs service: = this is what utilities want their assets to provide. Best appropriate cost= =1 thisi is the lowest life cycle cost (but it's not necessarily without cost) Basically, we want to provide safe, reliable: service while thinking about what the costsv will be fort those services. Essentially Asset management best practices aim to improve utility operations. Utilities will become more familiar with these approaches as an asset management program is implemented. A good starting point for any size system is the 5 Core Questions framework. This framework walks you through all the major activities associated with asset management and we're thinking more like al business. can be implemented at the level of sophistication reasonable for a given system. The! 5 core questions of an asset management framework: are: 1. What Is the Current State oft thel Utility's Assets? 2. What Is the Utility's. Required Sustained! Level of Service? 3. Which. Assets Are Critical to Sustained Performance? 5. What] Is thel Utility's] Best Long-term Financing Strategy? 4. What Are thel Utility's) Best' "Minimum Life-Cycle Cost" CIP and 0&M Strategies? This Asset Management Plan outlines the current state ofc drinking water infrastructure ini the service area. Iti identifies the current practices and strategies that are in place to manage drinking water infrastructure and makes recommendations where they can bet further refined. 7 Asset Management Plan Implementation Implementing and maintaining an active Asset Management Plan will provide numerous benefits to the Utility and its Customers, such as: Prolonging asset life and aidingi in rehablitation/repair/replacement decisions. Increased operational efficiencies. Informed operational andi management decisions. Increased knowledge of asset criticality Meeting consumer demands with af focus on system sustainability and improved communication Setting rates based on sound operational andi financial planning. Budgeting by focusing on activities critical to sustained performance. Meeting system service expectations and regulatonyrequirements Improvingr responses to emergencies Improving: security and safety of assets Capital improvement projects that meet the true needs oft the system and community Provides an impartial unbiased report to help explain rate sufficiency to the community. In developing this plan, FRWA personnel used data from previously collected information on most of the City's drinking water system assets. The information has been previously entered into Diamond Maps; a cloud based geographical information system (GIS). FRWA, in partnership with FDEP, has contracted with Diamond Maps to develop Asset Management software specifically for small systems at an affordable cost. The software is easy to use, as it is set up for Having an asset management tool to keep data current is essential for tracking the utility's assets into thet future, to assist with planning: and funding fora asset rehabilitationor replacement, to schedule andi track: asset maintenance byi issuing work In order to determine Fiscal Sustainability, FRWA uses an online financial tracking and revenue suficiency-modeling tool, RevPlan. RevPlan is designed to enhance asset andf financial management fors small/medium Florida water and wastewater utilities. Itp pondesafreetomember: online toolt to achievei financialr resiliency, andt to maintain utility assets for long-term By inputting your accurate budgetary, 0&M, CIP, existing asset and funding information, this tool assists the user in identifying any rate adjustments and/or external funding necessary to meet the utility finance requirements, and the small communities and for water/wastewater systems. orders and assigning tasks to personnel who will perform the work and update in the system. sustainability. impact ratei increases/Dorrowing may have on customers. Additionally, RevPlani is programmed to populate asset information directly from Diamond Maps. FRWA personnel will train system staff in how to update Revplan going forward. As with Diamond Maps, annual updates to Revplan can serve as a part ofi implementation. City of Everglades Form of Government Everglades City operates under as strong mayor and city council system. The mayor is the executive and administrative head of the city and not a member of the City Council. The mayor is responsible for the administration of all city affairs, city departments and personnel, as well as the preparation and: submission of an annual budget to the City Council. The mayor appoints the clerk, department heads and board members with City Council approval. Staffing 8 The success of Everglades City Utilities Department is attributed to collaboration between its divisions and the varied expertise and selfless contributions of their respective teams. The Utilities and' Water/Wastewater Treatment divisions in Everglades City are operated by twoi full-time employees and one part-time employee. Within theUtility Department, these two employees handle day-to-day operations critical for the utility's smooth functioning. Both also serve voluntarily on the "asset management team," working alongside the Mayor and appointed members who oversee asset management planning. Additionally, the asset management team takes charge of coordinating the involvement of other staff members, like the City Clerk, Utility Billing Clerk, and City Council members, in projects related to AMPFS adoption, ongoing development, and This team's duties encompass preparing, executing, and revising the plan. implementation. Title Utilities Director City Clerk Finance Administrator Utility Biling Clerk Maintenance Worker Part-time Maintenance Worker Drinking Water System Name Lloyd Beaty Dottie. Joiner Tammie Pernas Olga Pereira Kenny Dampier Tanya Beaty In 2014, Everglades Cityl built a new nanofiltration water treatment plant to address issues related to the quality of their raw and treated water. Att this new: site, twoi fresh raw water wells were established. The nanofiltration: setup comprises a system, each capable of handling 175 gallons per minute (gpm). This system includes two cartridge filters and two membrane feed pumps, each with a capacity of 195 gpm. Additionally, there are five chemical pump skids equipped with dual pumps to introduce sulfuric acid, scale inhibitor, hypochlorite, ammonium sulfate, and sodium hydroxide into thet treatment process, To complement this, a 15,000-gallon concentrate equalization tank was installed, connected via ap pump tot the Carnestown Lift Station. The existing aerator, ground storage tank, and dual high-service pumps werei integrated into this new facility for Furthermore, the city operates a pumping station comprising two High Service Pumps and one diesel-driven Emergency Fire Service pump, alongside a Ground Storage Tank (GST) with a capacity of 0.5 million gallons. This station and the GST were constructed back in 1979. The High Service Pumps consist oft two centrifugal pumps, one rated at 30 HP/400 GPM and the other at 25 HP/325 GPM. They are designed to provide primary water pressure and are used alternately. Each oft these facilities includes on-site ground storage tanks, last inspected in 2020. The original distribution system dates as far back as 1930, with significant expansions and installations occurring predominantly ini the 1980s and later. Although most of the system comprises PVC, sections still consist of asbestos cement and ductile iron pipes. The mains in the system range in size from 2 inches to 12 inches, with the majority being 6-inch lines, meeting demand and fire protection requirements.A survey found 196 valves and 100 hydrants, but there's a possibility of more buried valves within the distribution system that dual ensuring high water quality. efficiency. require locating and assessment. Current Asset Conditions The water and wastewater utility within the City encompasses crucial infrastructure that provides indispensable services, safe drinking water and treated wastewater--fort the community. Ensuring the proper delivery oft these services 9 safeguards' public health and the environment. The Florida Department of Environmental Protection has stringent criteria for the effective operation and upkeep of the utility system, and it falls upon the City to meet these standards. Every water and wastewater system comprises visible and invisible assets, ranging from physical components like blowers, pumps, valves, pipes, tanks, motors, and buildings to certain proprietary: and costly equipment. Each oft these assets playsa a unique role, contributing to the system's optimal functioning. However, all assets share a common trait-they depreciate over time, leading to decreased efficiency and capability to provide the required level of service. Maintenance becomes Atac certain point, replacing components becomes a more. judicious choice than repeatedly conducting expensive repairs. Thei failure or malfunction of equipment can result ini inadequate treatment, customer grievances, property damage, environmental harm, permit breaches, and regulatory malter-pantclaymp in Florida, where communities rely Unfortunately, all assets will eventually fail, and inadequate maintenance can accelerate premature failures. Managing the aftermath of these failures is pivotal for the utility. However, not all assets pose an equal risk ofi failure, nor are they equally critical tot the utility's performance. For instance, while ai fence surrounding a well: site or lift station is important, Numerous factors contribute to: asset failure, including age, environmental conditions (weather, corrosive elements), excessive use, and inadequate maintenance. Deciding between replacement and rehabilitation involves considering what's best for both the utility andi its customers. This decision should bei informed by comprehensive information obtained from Continued implementation ofa a Computerized Maintenance Management System (CMMS) will enhance the longevity, performance, and reliability of the City's assets. A CMMS facilitates automated maintenance scheduling, generates work orders, and records completed tasks. Tracking and documenting maintenance activities encourage staffaccountability. Moreover, maintenance schedules aligned with manufacturer and industry recommendations, rather than reactive fixes, can be established using a CMMS. FRWA (Florida Rural Water Association) personnel can aid the Cityi in creating these FRWA and city staff previously collected and assessed the majority of the drinking water system assets and entered the information into Diamond Maps. While this will give a good representation oft the condition oft the City's drinking water assets, itis imperative that the City collect and assess any remaining components as part of the Implementation of your AMP. crucial as assets age, with operational costs escalating due to wear and reduced efficiency. heavily on tourism tied to the preservation ofr natural resources. it's not as critical as the well pump or lift station pump. various resources. schedules and offer training in Diamond Maps, contributing to improved utility management. Water Production Facility In2 2014, the City inaugurated: ar new nanofiltration water treatment plant to address concerns related to the quality of both raw andi finished water. The construction oft two additional raw water wells was undertaken at the new facility. The nanofiltration system, featuring a dual configuration with a capacity of 175gpm per train, was complemented byt two cartridge filters and two membrane feed pumps, each with a capacity of 195 gpm.1 The treatment process involved five chemical pump skids equipped with dual pumps, introducing sulfuric acid, scalei inhibitor, hypochlorite, ammonium sulfate, and sodium hydroxide to ensure the production of high-quality water. An additional 15,000-gallon concentrate equalization tank, along with a pump connecting the tank to the Carnestown Lift Station, was installed. Integration oft the existing aerator, ground storage tank, and duall high-service pumps into the newi facility further enhanced the water treatment capabilities. The Drinking Water Treatment Plant along with the Wastewater Plant are both operated by an outside contractor, US Water Services Corporation. The operator oversees the day to day operation of the plant and required sampling. As the Drinking 10 Water Planti is teny years old previous assessments noted the need for replacement oft the chemical pumps showing signs of wear and corrosion as well as the addition ofar new! Hydropneumaticlank to replace the converted surge tank. Booster Pump Station and Ground Storage Tank The Cityi is home to a pumping station comprising 21 High Service Pumps (HSP), 2. Jockey Pumps, and a diesel-driven Emergency Fire Service pump, accompanied by a Ground Storage Tank (GST) with a capacity of 0.500 million gallons. Both the HSP station and GST were constructed in 1979. The High Service Pumps, rated at 30 HP/400 GPM: and 25 HP/325 GPM respectively, operate alternately to manage the majority of Water Distribution System (WDS) water pressure. Additionally, there are 2 Jockey Pumps, each rated at 10HP/175GPM, supporting the HSP in maintaining system pressure. The hydraulic system comprises large diameter piping, check valves, pressure regulating valves, and ar master flowmeter. The pre-stressed concrete GST, boasting a 0.500 MG capacity, undergoes routine 5-year inspections. The latest inspection, conducted in. January 2020 by Liquid Engineering Corporation under the supervision ofa licensed professional engineer, involved a visual analysis based on AWWAI D110 and ACI 350: standards. Identified issues, although minor, included the absence ofa al lock-out mechanism on the external ladder, minor cracking, and efflorescence on the roof slab, floor slab, and The pump building houses all pumps and electrical components, including thel booster station control panel, fire protection panel, main breakers, surge protectors, and an emergency backup power generator automatic transfer switch. These components show signs of poor condition, necessitating either a complete overhaul or replacement for optimal functionality. Additionally, considering a central heating and air conditioning system is recommended to regulate temperature and humidity Everglades City currently utilizes Mission Communications: asi its SCADA system provider at the Booster Pump Station, highlighting the importance of SCADA: system security. The system should incorporate robust encryption capabilities and other security measures to mitigate vulnerabilities. A: secure: SCADA: system is crucial for public health, safety, and uninterrupted utility operations, guarding against potential cyber-attacks that could disrupt the community's water supply. It isr recommended to conduct an engineering review to assess the efficiency oft thel booster station. walls. Recommendations include addressing these issues andi implementing preventive measures. for the longevity of electronics. Water Valves The City's distribution system comprises a total of 196 valves. Currently, there is no established routine valve exercising program in place. Iti is imperative to introduce a valve exercising plan to ensure the proper functioning of valves, especially during emergencies. Iti is recommended that valves undergo exercising on an annual or biannual basis. This not only guarantees their optimal operation but also enhances their lifespan, while also identifying any malfunctioning valves. Diamond Maps can be utilized to accurately track and schedule av valve exercise program. The most recent assessment revealed the following condition status of the valves: 173 valves (61.7%) were in average condition. The valve boxes were clean, and the operating nut or wheel was easily 14 valves (22.8%) were in poor to very poor condition. The valve boxes were filled with dirt, making the operating nut inaccessible. Additionally, valve stems were leaking slightly, or valve lids were paved over or stuck, causing difficulty in access. Some of the valves in poor condition might still be operational; therefore, it is essential fort the city to clean 9valves (8.9%) were in a failed condition. This included situations where the operating nut was seized, the valve accessible. The operating nut turned fully, and the valves opened and closed completely. the valve boxes and attempt to exercise these valves. didn't close completely, or the wheel valve was broken off. 11 To ensure the reliability and efficiency oft the distribution system, thei implementation ofa a comprehensive valve exercising program is strongly advised. Regular maintenance and exercising will not only prevent emergency: situations but also contribute to the overall longevity and functionality of the valves int the system. Asset ID 9 46 54 57 209 279 292 293 295 202 203 204 205 210 211 212 213 214 215 218 219 222 Location Hwy 29/Hwy 90 Hibiscus/Copeland Freesia St/Copeland. Ave Camelia St/Copeland Plantation Dr/Plantation Pkwy Calusa Dr Parkway' Village Parkway' Village Hamilton Ln/Mamie St Plantation Pkwy/Spoonbil Ave Plantation Pkwy/Spoonbill Osprey Ct/Plantation Dr Osprey Ct/Plantation Dr Clary Ct Plantation Pkwy/Pelican Ln Plantation Pkwy/Pelican Ln Plantation Ln/Egret Ln Plantation Pkwy/Egret Ln Plantation Pkwy/Egret Ln Cardinal St/Plantation Pkwy Cardinal Ct/Plantation Pkwy Smallwood Dr Size 8 6 4 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 12 Condition Failed Failed Failed Failed Failed Failed Failed Failed Failed Poor Poor Poor Poor Poor Poor Poor Poor Poor Poor Poor Poor Poor Reported Issue inoperable inoperable inoperable inoperable suspected location under pavement suspect under rock roadway suspected under pavement suspected under pavement under pavement at edge in pavement edge of pavement inp pavement edge of pavement inp pavement in pavement inp pavement inp pavement inp pavement edge of pavement inp pavement inp pavement edge of pavement 12 296 Alligator Bay Dr/Hamilton 6 Poor inp pavement Hydrants and Hydrant Valves Everglades Cityi is equipped with at total of 101 fire hydrants. The fire department diligently conducts regular flowi testing, exercises, and maintenance on allf fire hydrants. Each hydrant is outfitted with an isolation valve, which enables pressure relief to facilitate maintenance, repair, or replacement of thel hydrant without necessitating the shutdown oft the water main. This strategy prevents service interruptions to numerous customers. Iti is essential that each hydrant and alli isolation valves undergo regular exercising as part of a comprehensive valve maintenance/exercise program. While the majority oft the hydrants were found to bei ina average condition or better during past assessments, many require painting for aesthetic purposes and to ensure readily available water pressure for the fire department. Concerning the condition of the hydrants: 93 Hydrants are in average condition (93%6): exhibiting minor to moderate corrosion, broken chains, minor leaks during flushing, and/or requiring paint. 7Hydrants are in failed condition (7%): All outlets and/or operating nuts are seized. Asset ID 60-28 60-34 60-37 60-43 60-71 60-75 60-82 Location 150 SMALLWOOD DR 720S COPELAND AVE 650 AIRPARKI RD 411 RIVERSIDE DR 201 N BUCKNER AVE 718 N BUCKNER AVE 825A RIVERVIEW DR Condition Failed Failed Failed Failed Failed Failed Failed Reported Issues Out ofs service Hydrant missing Out of service Hydrant missing Out ofs service Hydrant missing Out of service Additionallyi it has been noted that the booster station has al hard time keeping up with the demands from fire flow and requires the use of an additional pump to be turned on to maintain adequate pressure. Having adequate pressure for fire suppression needs should be a top priority for the fiscal year ini the drinking water system. Operations and Maintenance 0&M consists of --- Int thiss section, thes strategyi for 0&M varies byt the asset, criticality, condition and operating history. .Alla assets havea a certain riska associated withi them. This riski must be used as the basis for establishing a maintenance program to make sure that the utility addresses the highest risk assets. In addition, the maintenance program should address the level of service performance objectives to ensure that the utility is running at a level acceptable to the customer. Unexpected incidents could require changing the maintenance schedule for some assets. This is because corrective action must bet taken in response to unexpected incidents, including those found during routine inspections and 0&Ma activities. Ulilystaffvllrecord. conditionassessments when maintenance is performed and during scheduled inspections. As an asset is repaired or replaced, its condition will improve and therefore reduce the overall risk of asset failure. The maintenance strategy should ber revisited annually. 13 Capitallmprovement Plan The utilitys staff and management typically know of potential assets that need to be repaired or rehabilitated. Reminders in the Diamond Maps task calendar let the staffr members know when the condition ofa an asset begins to decline according to the manufacturer's life cycle recommendations. Because the anticipated needs oft the utility will change each year, the CIPi is updated annually to reflect those changes. Listed below is the CIP taken from the most recent RevPlan model completed for this update. Acomprehensive CIP should be established along with al Drinking Water System Master Plan. Fiscal Year Description Water Distribution Collection P.R01 Construction of New WWTFS SRF or 100% DEO Grant P.R07 Carnestown & Copeland Pump Station Rehab Replace surge/hydro tank at WTP P.RO2 Effluent Grant Disposal Capacity Upgrade SRF or 100% DEO Grant P.NO1 Plantation Island Septic to Sewer P.E04 WTP Grant Concentrate Discharge Alternatives Evaluation Funding 2024 Source Water Revenues Revenues Grant 2025 2026 2027 2028 2029 2030 2031 2032 $0 $58,400 $116,800 $175,100 $233,500 $291,900 $350,300 $408,700 $467,000 $69,000 $138,000 $207,000 $276,000 $344,900 $413,900 $482,900 $551,900 Wastewater Wastewater $0 $1,972,800 $1,972,800 $0 $0 $0 $0 $0 $0 $0 Grant $0 $67,800 $0 $0 $0 $0 $0 $0 $0 Grant $340,000 $0 $0 $0 $0 $0 $0 $0 $0 $1,536,000 $0 $0 $0 $0 $0 $0 $0 $0 Grant $0 $0 $0 $0 $0 $3,408,000 $0 $0 $0 $475,000 $0 $0 $0 $0 $0 $0 $0 $0 14 P.E12 Update Grant Wastewater Master Plan P.NO1 Year 5 Grant FDEP Permit Renewal P.NO2 Year 10 Grant FDEP Permit Renewal P.NO3 Chokoloskee Septic to Sewer Phase: 1 P.NO8 Big Grant Cypress Interconnection $0 $5,000 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $7,500 $0 $0 $0 $0 $0 $0 $0 $0 $0 $75,000 $0 $0 $0 Grant $0 $0 $0 $0 $0 $0 $0 $0 $741,600 $0 $0 $700,800 $0 $0 $0 $0 $0 $0 Funding 2024 Source Water Revenues Wastewater $0 Revenues Grant Total 2025 2026 2027 2028 2029 2030 2031 2032 $0 $58,400 $116,800 $175,100 $233,500 $291,900 $350,300 $408,700 $467,000 $69,000 $138,000 $207,000 $276,000 $344,900 $413,900 $482,900 $551,900 $4,323,800 $2,045,600 $708,300 $0 $0 $3,408,000 $0 $75,000 $741,600 $4,323,800 $2,173,000 $963,000 $382,100 $509,500 $4,044,800 $764,200 $966,600 $1,760,600 15 Financial In ordert fora an Asset Management Plan to be effectively put into action, it must bei integrated with financial planning and long- term budgeting. The development of a comprehensive financial plan will allow Everglades City to identify thet financial resources required for sustainable asset management based on existing asset inventories, desired levels of service, and projected growth The pyramid below depicts the various cost elements and resulting funding levels that should bei incorporated into Asset Plans requirements. that are based on best practices. Growth Requirements Service Enhancements Inflation Requirements Renewal Requirements Funding att thisl levelis fullys sustainable and covers futureinvestment: needs. The topt three elements arer requiredto fullyf fund asset replacement costs. Funding att thisl level provides for replacement costs ate existing service levels. Funding at this level provides for renewal opportunities which delay the need and cost off full replacement. Funding at this! levelr meets accounting thet future. rules! but does nota adequately plan for Amoritization of Historical Costs Debt Service Payments Operation and Maintenance Costs Funding at this! level covers cash costs only and iss significantly underfundedin termsof life cycle costs. The Chart below details the Associated replacement costs for the Drinking Water system. Total Replacement Cost of System Drinking Water Percent of Assets Needing Replacement Drinking Water Cost of Replacing All Assets Needing Replacement Drinking Water Annual Replacement Cost of System Drinking Water $12,271,277.68 1.69% $206,941.22 $309,680.43 The chart above shows a replacement cost of the Drinking' Water System being $15.2 million with an annual replacement cost of $309680.43. This number should be considered: a starting point as larger items such as vehicles some water mains and 16 other assets that are not readily accessible for assessment have not been included. In this current model the annual replacement cost has been built up slowly over an eighty year period tol help avoid large increases in rates all at one time. This schedule along with annual increases of 5 % would satisfy needed revenue to adequately fund the Drinking Water System. The chart below shows the annual increase schedule and revenue from proposed rates. 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 5.00% 5.00% All Customer Classes Base Charges Usage Charges Increasel inF Revenue Current Rate Structure 0.00% 0.00% 5.00% 5.00% 5.00% 5.00% 5.00%6 5.00% 5.00% 0.00% 0.00% 5.00% 5.00% 5.00% 5.00% 5.00% 5.00% 5.00% Revenue from Proposed Rates $874,800 $874,800 $918,500 $964,400 $1,012,600 $1,063,300 $1,116,400 $1,172,300 $1,230,900 $1,292,400 $0 $0 $43,700 $89,700 $137,900 $188,500 $241,700 $297,500 $356,100 $417,700 Residential 1. Within the City of Everglades City = Residential account after October 5, 2021 Water First 3,000gallons 3,001 to 9,999 gallons All over: 10, 000 gallons Rate $46.38 per month - Minimum baset fee an additional! $8.29 per 1,000 gallons an additional $10.87 per 1,000 gallons Commercial 2. Within the City of Everglades City = Commercial. account after October 5, 2021 Water First 3,000 gallons 3,001 to 9,999 gallons All over 10, 000 gallons Urban (both Residential and Commercial) Rate $46.38 per month - Minimum base fee an additional $8.29 per 1,000 gallons ana additional $10.87 per 1,000 gallons 3.V Within the Urban Service Area - Residential and Commercial account after October 5,2021 Water First 3,000 gallons 3,001 to 9,999 gallons Allo over 10, 000 gallons Rate $50.09 peri month - Minimum basei fee an additional $8.96 per 1,000 gallons an additional $11.74 per 1,000 gallons" Listed belowi is at table showing the current revenue amounts from existing rates and the expected surplus/deficiency's. Revenuet from Existing Rates $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 Revenue: Surplus/(Deficlency), $108,600 $85,600 $23,200 -$40,000 -$103,900 -$168,500 -$233,900 -$300,200 -$367,200 -$435,100 Further details and graphs are located in Appendix C. Information on revenue requirements, debt service, unrestricted funds, Capital Improvement Projects, operating expense projections, current rates and proposed rates is provided. This will detail the findings of the most recent model. A model should be updated annually to see if future ratei increases are necessary and can help predict impacts off future projects or expenses on current revenue amounts. FRWA: staff can helpt train on the software Existing Rate Sufficiency: 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 and update ifr needed at any time. Reserves Asa rule of thumb FRWA encourages systems to keep a reserve amount of 270 days of operational costs. The current total for reserves att the time of the RevPlan model was reported at $677,038.00. That would provide the City witha approximately 195 17 days cash on hand to cover operational and maintenance costs. While the 270-day mark is recommended, FRWA cautions systems nott to allow reserves to drop below 90 days and recommends the system strengthen their financial reserves. 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 Utility Reserve! Funds: Beginningo ofYear Balance Addition to Current Year Endo ofy Year Balance $677,000 $983,000 $1,158,700 $1,289,600 $1,378,900 $1,430,000 $1,446,400 $1,431,700 $1,390,000 $1,325,400 $306,000 $175,700 $130,900 $89,300 $51,100 $16,400 -$14,600 -$41,700 -$64,600 -$83,100 $983,000 $1,158,700 $1,289,600 $1,378,900 $1,430,000 $1,446,400 $1,431,700 $1,390,000 $1,325,400 $1,242,300 Iti isi important to note that by year 20291 the unrestricted fund will experience losses at the current rate of revenue to expense ratio. This further clarifies the need to annually update RevPlan model to see if future increases are needed outside of the proposed! 5% annually. These numbers can fluctuate greatly with things like inflation, unexpected emergencies, increases in revenues or expenditures. FRWA1 team members can help train staff to use RevPlan or assist with the updated models as needed. Energy Management Energy costs often make up twenty-five to thirty percent of a utility's total operation and maintenance costs. They also represent thel largest controllable cost of providing water and wastewater services. EPA's "Ensuring: a Sustainable Future: An Energy Management Guidebook for Wastewater and Water Utilities" provides details to support utilities in energy management and cost reduction by using the steps described ini this guidebook. The Guidebook takes utilities through a series of steps to analyze their current energy usage, use energy audits to identifyways toi improve efficiency and measure the effectiveness of energy projects. Energy Conservation and Cost Savings initiatives the utility should implement going forward: The City should ensure all assets, not just those connected to a power source, are evaluated for energy efficiency. Iti is highly recommended that staff conduct an energy assessment or audit. The following are common energy management 1. Load management. 4. On-demand water heaters 6. Energy efficient infrastructure 7. LEDI lighting 8. Meg electrici motors 2. Replace weather-stripping: andi insulation on buildings. 3. Installation of insulated metal roofing overe energy inefficient shingle roofing 5. Variable frequency driven pumps and electrical equipment. 9. MCC electrical lug thermal investigation 10. Flagu underperforming assets for rehabilitation or replacement. The above 10 energy saving initiatives are, just a start and most can be accomplished in-house. A more comprehensive energy audit, conducted by an energy consutant/protessonal, is recommended to evaluate how much energy is With the cost ofe electricity rising, the reduction ofe energy use should be aj priority for water providers. AH key deliverable of an energy audit is at thorough analysis of the effect of overdesign on energy efficiency. Plants are designed to perform at maximum flow and loading conditions. Unfortunately, most plants are not efficient at average conditions. Aging infrastructure is another source of inefficient usage of energy in WTPS across the country. Thej justification for addressing consumed system-wide and identify measures that can be taken to utilize energy more efficiently. aging infrastructure related energy waste is alsoi included int the energy audit process. 18 Energy Audit Approach An energy audit is intended to evaluate how much energy is consumed and identify measures that can be taken to utilize energy more efficiently. The primary goal is reducing power consumption and cost through physical and operational Each system will have unique opportunities to reduce energy use or cost depending on system specific changes and opportunities withint the power provider'srate: schedules. For example, ana audit ofa ani individual watert treatment plant (WTP) will attempt to pinpoint wasted or unneeded facility energy consumption. Itisr recommended top perform an energy audit Awater system energyaudit: approacho checklist, similar tot the one below, can! bea auseful tool to identifyareas ofp potential concern and to develop a plan of action to resolve them. FRWA offers free Energy Assessments to our members and SRF recipients that are participating int the AMPFS program. Listed below are the findings from the most recent energy audit. Please contact your local Circuit Rider or FRWA team member Jason Golden at ason.golden@rrwa.net to update every An investment of $12,900 in variable frequency drives (VFDs), depending upon the highly variable cost of procuring the needed equipment, could potentially: save the City ofEverglades City$15,985a annually againsti its drinking water treatment system total expenditures of $56,114.68, a savings of 28%, as detailed in the table below: Cost Summary changes. every two to three years to analyze ar return on investment. twot to three years. City of Everglades City Drinking Water Energy Audit Cost Summary (November 2023) Replacement Nominal Efficiency NA NA Estimated Estimated Annual Savings $11,709 $1,309 Purchase Estimated Item VFD for HSP $3,500 VFD for GE Transfer Pump VFD for US Motors Transfer Pump VFD for Well #7 VFD for Well #6 HSP Motor $6,000 Total Motor NEMA Estimated Service Payback Period 4months 2.1 years Life (years) 7-12 7-12 Cost VFDH HP 30 20 $2,700 $2,700 $2,500 $1,500 $12,900 $1,318 $987 $662 NA $15,985 2years 2.5 years 2.3 years NA NA NA NA 92.8% 20 20 35 NA 7-12 7-12 7-12 20 The findings from the above Cost: summary and further details are outlined inside of the Energy Efficiency Assessment that was previously presented to the City. 1 Conclusions It has beena a pleasure to work with City staff and Associates. The creation oft this Asset Management Plan Update would not have been possible without their corporation and hard work. 19 Our conclusions arel based on our observations duringt the data collection procedure, discussions with City staff, reports from regulatory inspection data, and oure experience related to similar assets. Water Treatment Plant and Booster Station Have an engineering review of current booster station equipment and pumping needs for firet flow. Continue exploring grant opportunities toi further strengthen the Treatment Plant and Booster Station Replace current converted: surge tank with a new HydropneumaticTank Continue routine inspections on GST's and implement recommendations. Distributions System Create a Valve Exercise Plan Repair or Replace 71 failed hydrants. Replace 7 failed valves and 14 poor and very poor valves. Conduct and prepare the lead: service line inventory by 10/15/24. Replace Asbestos Cement 4" water main. Energy Follow: suggestions in energy assessment presented 11/2023. Update energy assessment every two toi three years. General An AM and GIS program should be implemented to maintain assets efficiently and effectively. Staff training on maintenance, safety, and use of the AM/GIS tool must be completed. (Diamond Maps can do this for you) Create al Drinking Water System Master Plan. Create a Comprehensive Capital Improvement Plan Implement Energy Audit Findings where applicable. Rates must ber monitored to ensure adequate funding for operations and system improvements. The Updated Asset Management Plan should be adopted by resolution. This demonstrates the utility's commitment to the plan. Funding Sourcesi forV Water and Wastewater Systems The following table shows common funding sources, including web links and contact information. All municipal systems should be makingtheefforttos secure funding, which can! bei int thef form ofl lowo or noi interest lom,gamtsoratombnston of both. 20 Agency/Program Website Contact FDEP Drinking Water State Revolving Fund Program (DWSRF) tops/loriédepsovwnhrlcontemldws: Eric Meyers xmseneonaDtrss 850-245-2991 program htp/ortdadepsov/wrtcomemtcwatt Mike Chase MaeCaehetactpst 850-245-2969 FDEP Clean Water! State! Revolving Fundl Loan Program (CWSRF) program tos/AowrdundelensEnna economicdevelopmentiansgantporan tes/Awwrdusaewlosamsnisate. waste- dipostbonsantsoran htps/www.adagov/resoures/eonemie development-directory/states/l.htm htpsl/wwgrantsgovweb/grantsew: opetuntiy.htmlomesVA Jeanie Isler eanieislerellusdasoy 352-338-3440 USDAI Rurall Development- Water and' Wastewater Direct Loans and Grants EconomiDevelopment Administration- Public Works and Economic. Adjustment Assistance Programs Greg Vaday gvaday@eda.gov 404-730-3009 National Rural Water Association- Revolving! Loan Fund tops/mwaot/ntatve/reownebantuns. Gary Williams Gan/Wlams@hnwanet 850-668-2746 te/Aw.lenashenr/ommuntspamas dtS- development- blockgrantprogram Florida Department ofE Economic medecoementasitansestanseorsovemmemtanée Roger Doherty roger.dohertyOdeo.mylorida.com 850-717-8417 Opportunity- Florida Small Cities Community! Development Block Grant Program Northwest Florida' Water Management: System- Cooperative Funding Initiative (CFI) behattamaats Resurefhundhnerotam: Christina Coger Chisin.cotrenattren 850-539-5999 21 Closing This Updated Asset Management and Fiscal Sustainability plani is presented to The City of Everglades Cityf for consideration and final adoption. Its creation would not have been possible without the cooperation of the Utility staff and the Florida As a valued FRWA member, iti is our goal to help make the most effective and efficient use of your limited resources. The Updated Asset Management and Fiscal Sustainability Plan is an unbiased, impartial, independent review and is solely intended for achievement of drinking water fiscal sustainability and maintaining your valuable utility assets. The Florida Rural Water Association has enjoyed serving) youand willl happily assist The City of Everglades City with anyf future projects Department of Environmental Protection State Revolving Fund (FDEP-SRF). to ensure your Asset Management Plani is a success. 22 Appendix A: Example Resolution RESOLUTION NO.2 2024- AI RESOLUTION OF CITY OF EVERGLADES CITY WATER UTILITY, APPROVING THE UPDATETOTHE CITYOF EVERGLADES CITY WATER UTILITY ASSETI MANAGEMENT ANDI FSCAISUSTAMABLUIYPANAUTHONZINGTHE: ASSET MANAGEMENT TEAMTOTAKE. ALL ACTIONS NECESSARYTO EFFECTUATE THE INTENT OF THIS RESOLUTION; ANDI PROVIDING FOR ANI EFFECTIVE DATE. WHEREAS, FloridaStatutes molaihamdimshemsaiatwwolamsmadandlauay WHEREAS, the Florida Department of Environmental Protection State Revolving Fund (SRF) has designated the City of Everglades City Water System Improvements identified in the Asset Management and Fiscal Sustainability Plan Update, as WHEREAS, asacondition ofobtaining funding fromt the SRF, the Utilityisrequiredt to implement an Asset Management: and WHEREAS, the City Council of the City of Everglades Cityl has determined that approval oft the attached AMFS Plani for the proposed improvements, in order to obtain necessary funding in accordance with SRF guidelines, isi ini thel besti interest of the City. Section 1.7 That the Utility Asset Management & Fiscal Sustainability Plan ("AMFS Plan"), attached hereto as Exhibit A, isl hereby Section: 2.1 That the Mayori is authorized tot take all actions necessary to effectuate the intent of this resolution: and toi implement the AMFS Plan in accordance with applicable Floridal law and Council direction in order to obtain funding from the SRF. system improvements; and potentially eligible for available funding; and Fiscal Sustainabilityl Plant for the System'sUtilityl Improvements; and NOW,THEREFORE, THE City of Everglades City COUNCIL HEREBY RESOLVES: approved andi incorporated herein byt this reference. Section 3Section 3. That the City of Everglades City will annually evaluate existing rates to determine the need for any increase and will increase, rates in accordance with the financial recommendations found in the Water System Asset Management and Fiscal Sustainability Plan or in proportion to the City's needs as determined by the Council in its discretion. Section 4. That this resolution shall beçome effective immediately upon its adoption. PASSED AND ADOPTED ont this_ day of_ 2024. City of Everglades City, FLORIDA REVIEWED AND APPROVED: ATTEST: 23 Appendix B: Master Asset List Layer Wells Wells Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Name WELL#6 WELL#7 60-1 60-2 60-3 60-4 60-5 60-6 60-7 60-8 60-9 60-10 60-11 60-12 60-13 60-14 60-15 60-16 60-17 60-18 60-19 60-20 60-21 60-22 60-23 60-24 60-25 60-26 60-27 60-28 60-29 60-30 60-31 60-32 60-33 60-34 60-35 60-36 60-37 Installed Design Condition Life 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 Replacement Cost COF EOL Latitude Longitude 2044 25.95778 -81.3614 2044 25.95778 81.3608 Wells Average $ Average $ Hydrants Excellent $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Average $ Failed $ Average $ Average $ Average $ Average $ Average $ Failed $ Average $ Average $ Failed $ 2012 2024 2024 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 250,000 Major 250,000 Major 3,500 Moderate 2069 25.81671 -81.3604 3,500 Moderate 2029 25.81534 81.3596 3,500 Moderate 2029 25.81615 -81.3615 3,500 Moderate 2029 25.81527 -81.3607 3,500 Moderate 2029 25.81508 81.3624 Moderate 2029 25.81426 -81.3631 3,500 Moderate 2029 25.81409 -81.3613 3,500 Moderate 2029 25.81303 -81.3616 3,500 Moderate 2029 25.81191 -81.3632 3,500 Moderate 2029 25.81271 -81.3635 3,500 Moderate 2029 25.81325 -81.3607 3,500 Moderate 2029 25.81242 -81.3623 3,500 Moderate 2029 25.8102 81.3621 3,500 Moderate 2029 25.81136 -81.3622 3,500 Moderate 2029 25.80946 -81.3612 3,500 Moderate 2029 25.81084 81.3612 3,500 Moderate 2029 25.8122 -81.3608 3,500 Moderate 2029 25.81226 -81.3594 3,500 Moderate 2029 25.81028 -81.3593 3,500 Moderate 2029 25.81117 -81.3593 3,500 Moderate 2029 25.81193 -81.3584 3,500 Moderate 2029 25.81243 -81.3574 Moderate 2029 25.81348 -81.3576 3,500 Moderate 2029 25.81324 -81.3585 3,500 Moderate 2029 25.81362 -81.3594 3,500 Moderate 2029 25.81449 81.3575 3,500 Moderate 2029 25.81435 81.3585 3,500 Moderate 2029 25.81605 -81.3593 3,500 Moderate 2029 25.81717 81.3593 3,500 Moderate 2029 25.84388 81.385 3,500 Moderate 2029 25.84481 81.3851 3,500 Moderate 2029 25.84569 81.3853 3,500 Moderate 2029 25.84661 -81.386 3,500 Moderate 2029 25.8471 -81.3852 3,500 Moderate 2029 25.84836 81.3852 3,500 Moderate 2029 25.84739 81.3851 3,500 Moderate 2029 25.84868 81.3893 3,500 3,500 24 Layer Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Name 60-38 60-39 60-40 60-41 60-42 60-43 60-44 60-45 60-46 60-47 60-48 60-49 60-50 60-51 60-52 60-53 60-54 60-55 60-56 60-57 60-58 60-59 60-60 60-61 60-62 60-63 60-64 60-65 60-66 60-67 60-68 60-69 60-70 60-71 60-72 60-73 60-74 60-75 60-76 60-77 60-78 60-79 60-80 Installed Design Condition Life 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 Replacement Cost COF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 2021 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Average Average Average Average Failed Average Average Average Average Average Excellent Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average. Average Average Average Average Average Failed Average Average Average Failed Average Average Average Average Average 3,500 Moderate 2029 25.85121 81.3851 3,500 Moderate 2029 25.85235 81.3851 3,500 Moderate 2029 25.85306 -81.3851 3,500 Moderate 2029 25.85523 81.3851 3,500 Moderate 2029 25.8565 81.3851 3,500 Moderate 2029 25.852 81.388 3,500 Moderate 2029 25.85206 -81.3874 3,500 Moderate 2029 25.85216 81.3874 3,500 Moderate 2029 25.85496 81.3874 3,500 Moderate 2029 25.85601 -81.3874 3,500 Moderate 2029 25.85697 -81.3874 3,500 Moderate 2029 25.85753 -81.387 Moderate 2029 25.86458 -81.3876 3,500 Moderate 2029 25.86314 81.3867 3,500 Moderate 2029 25.86255 81.386 3,500 Moderate 2029 25.86456 81.3862 3,500 Moderate 2029 25.86551 -81.3861 3,500 Moderate 2029 25.86573 81.3852 3,500 Moderate 2029 25.86554 81.3849 3,500 Moderate 2029 25.86416 -81.3849 3,500 Moderate 2029 25.86226 -81.3849 Moderate 2029 25.85974 81.3849 3,500 Moderate 2029 25.85805 -81.385 3,500 Moderate 2029 25.85545 -81.3838 3,500 Moderate 2029 25.85596 -81.3837 3,500 Moderate 2029 25.85685 81.3837 3,500 Moderate 2029 25.85761 -81.3838 3,500 Moderate 2029 25.85842 -81.3838 3,500 Moderate 2029 25.85915 -81.3838 3,500 Moderate 2029 25.86011 -81.3838 3,500 Moderate 2029 25.86108 -81.3838 3,500 Moderate 2029 25.862 81.3838 3,500 Moderate 2029 25.86307 81.3838 3,500 Moderate 2029 25.86416 -81.3838 3,500 Moderate 2029 25.86558 -81.3836 3,500 Moderate 2029 25.86531 -81.3838 3,500 Moderate 2029 25.85052 -81.3837 3,500 Moderate 2029 25.86874 81.3842 3,500 Moderate 2029 25.86911 81.3837 3,500 Moderate 2029 25.86937 -81.383 3,500 Moderate 2029 25.85976 -81.3833 3,500 Moderate 2029 25.86533 -81.3826 3,500 Moderate 2029 25.86712 -81.3825 3,500 3,500 25 Layer Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Hydrants Water Mains 1 Water Mains 2 Water Mains 3 Water Mains 4 Water Mains 5 Water Mains 6 Water Mains 7 Water Mains 8 Water Mains 9 Water Mains 10 Water Mains 11 Water Mains 12 Water Mains 13 Water Mains 14 Water Mains 15 Water! Mains 16 Water! Mains 17 Water! Mains 18 Water Mains 19 Water Mains 20 Water Mains 21 Name 60-81 60-82 60-83 60-84 60-85 60-86 60-87 60-88 60-89 60-90 60-91 60-92 60-93 60-94 60-95 60-97 60-98 60-99 60-105 60-106 60-96 Installed Design Condition Life 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 Replacement Cost COF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 2023 1979 1979 1979 1979 1979 2020 2008 2008 2008 2008 2008 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Failed Average Average Average Average Average Average Average Average Average Average Average Avérage Excellent Average Average Average Average Average Excellent WaterMains Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average 3,500 Moderate 2029 25.86869 81.3825 3,500 Moderate 2029 25.8681 81.3845 3,500 Moderate 2029 25.8688 81.3844 3,500 Moderate 2029 25.8685 81.384 3,500 Moderate 2029 25.8693 81.3836 3,500 Moderate 2029 25.8502 -81.3848 3,500 Moderate 2029 25.8502 81.3841 3,500 Moderate 2029 25.8509 81.3841 3,500 Moderate 2029 25.8509 -81.3848 3,500 Moderate 2029 25.8546 81.3847 3,500 Moderate 2029 25.8541 -81.3847 3,500 Moderate 2029 25.8597 -81.3858 3,500 Moderate 2029 25.8619 81.3825 3,500 Moderate 2029 25.8613 -81.3811 3,500 Moderate 2029 25.84773 81.3676 3,500 Moderate 2029 25.8461 -81.3696 3,500 Moderate 2029 25.84626 -81.3718 3,500 Moderate 2029 25.84421 -81.3707 3,500 Moderate 2029 25.9456 81.3588 3,500 Moderate 2029 25.9571 -81.3627 3,500 Moderate 2067 25.84473 -81.385 178,308 Major 944,604 Major 203,528 Major 122,804 Major 21,096 Major 18,958 Major 4,533 Major 3,087 Major 53,469 Major 36,429 Major 19,524 Major 6,728 Major 3,320 Major 52,134 Major 23,060 Major 4,440 Major 8,984 Major 21,628 Major 5,491 Major 9,774 Major 10,276 Major 2009 25.94556 81.3587 2058 25.91073 81.3647 2058 25.87244 81.3826 2033 25.86571 -81.384 2033 25.86491 81.3838 2029 25.87018 81.3844 2029 25.8694 81.3842 2029 25.87075 81.3824 2029 25.86689 81.3825 2029 25.86679 -81.3843 2029 25.86812 -81.3837 2029 25.86596 81.3853 2029 25.86611 81.3854 2029 25.86334 81.3849 2029 25.86408 81.3855 2029 25.86221 -81.3855 2029 25.86572 81.3859 2029 25.86436 81.3862 2029 25.86494 -81.3832 2029 25.86311 -81.3832 2029 25.8627 -81.3825 26 Layer Water Mains 22 Water! Mains 23 Water Mains 24 Water Mains 25 Water Mains 26 Water! Mains 27 Water Mains 28 Water Mains 29 Water Mains 30 Water Mains 31 Water Mains 32 Water Mains 33 Water Mains 34 Water Mains 35 Water Mains 36 Water Mains 37 Water Mains 38 Water Mains 39 Water Mains 40 Water Mains 41 Water Mains 42 Water Mains 43 Water Mains 44 Water Mains 45 Water Mains 46 Water Mains 47 Water Mains 48 Water! Mains 49 Water Mains 50 Water Mains 51 Water Mains 52 Water Mains 53 Water Mains 54 Water Mains 55 Water Mains 56 Water Mains 57 Water Mains 58 Water! Mains 59 Water Mains 60 Water Mains 61 Water Mains 62 Water Mains 63 Water Mains 64 Name Installed Design Condition Life 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 Replacement Cost COF $ 20,115 Major $ 42,324 Major $ 11,702 Major $ 7,288 Major $ 370 Major $ 1,608 Major $ 12,463 Major $ 59,604 Major $ 17,946 Major $ 3,067 Major $ 5,610 Major $ 354 Major $ 8,155 Major $ 90,188 Major $ 13,408 Major $ 12,586 Major $ 11,252 Major $ 188 Major $ 3,710 Major $ 1,122 Major $ 3,687 Major $ 13,350 Major $ 10,650 Major $ 56,748 Major $ 14,862 Major $ 7,926 Major $ 10,914 Major $ 10,023 Major $ 45,588 Major $ 18,384 Major $ 12,554 Major $ 11,292 Major $ 137,388 Major $ 7,173 Major $ 19,062 Major $ 47,112 Major $ 23,037 Major $ 10,319 Major $ 2,625 Major $ 2,327 Major $ 3,026 Major $ 5,643 Major $ 16,554 Major EOL Latitude Longitude 2029 25.86224 -81.3862 2029 25.86185 81.383 2029 25.86105 -81.3837 2029 25.86179 81.3844 2029 25.86177 -81.3838 2029 25.86189 -81.3838 2029 25.85767 81.387 2029 25.85771 -81.385 2029 25.8579 81.3838 2029 25.86022 -81.3853 2029 25.85904 -81.3854 2029 25.85977 -81.3832 2029 25.85867 -81.3831 2029 25.8567 -81.3845 2029 25.85832 -81.3836 2029 25.85977 -81.3851 2029 25.85834 -81.3843 2029 25.8582 81.3843 2029 25.86 -81.3837 2029 25.85976 -81.3833 2029 25.85669 -81.3838 2029 25.85591 81.3837 2029 25.85515 -81.3844 2029 25.85512 -81.3874 2029 25.85743 -81.3879 2029 25.85697 81.3884 2029 25.85678 81.3879 2029 25.85727 81.3851 2029 25.85357 -81.3851 2029 25.8563 -81.3856 2029 25.85592 -81.3867 2029 25.85427 -81.3867 2029 25.85128 -81.369 2029 25.84949 81.367 2029 25.8478 -81.3675 2029 25.84619 -81.3703 2029 25.84429 -81.3708 2029 25.84591 -81.3677 2029 25.84592 81.3697 2029 25.84599 -81.371 2029 25.84551 -81.371 2029 25.84575 81.3719 2029 25.84529 -81.373 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average 27 Layer Water Mains 65 Water Mains 66 Water Mains 67 Water Mains 68 Water Mains 69 Water Mains 70 Water Mains 71 Water Mains 72 Water Mains 73 Water Mains 74 Water Mains 75 Water Mains 76 Water Mains 77 Water Mains 78 Water Mains 79 Water Mains 80 Water Mains 81 Water Mains 82 Water Mains 83 Water Mains 84 Water! Mains 85 Water Mains 86 Water Mains 87 Water Mains 88 Water Mains 89 Water Mains 90 Water Mains 91 Water Mains 92 Water Mains 93 Water Mains 94 Water Mains 95 Water Mains 96 WaterN Mains 97 Water Mains 98 Water Mains 99 Water Mains 100 Water Mains 101 Water Mains 102 Water Mains 103 Water Mains 104 Water! Mains 105 Water Mains 106 Water Mains 107 Name Installed Design Condition Life 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 Replacement Cost COF $ 9,500 Major $ 6,686 Major $ 25,556 Major $ 55,647 Major $ 442 Major $ 774 Major $ 7,036 Major $ 6,780 Major $ 6,826 Major $ 7,224 Major $ 7,198 Major $ 11,947 Major $ 3,876 Major $ 10,772 Major $ 33,372 Major $ 16,023 Major $ 5,993 Major $ 2,591 Major $ 6,233 Major $ 25,352 Major $ 14,900 Major $ 11,746 Major $ 11,010 Major $ 5,504 Major $ 3,384 Major $ 2,506 Major $ 51,280 Major $ 48,168 Major $ 35,853 Major $ 15,273 Major $ 48,496 Major $ 6,663 Major $ 3,201 Major $ 985 Major $ 118,926 Major $ 192,486 Major $ 207,906 Major $ 193,704 Major $ 123,216 Major $ 72,258 Major $ 11,085 Major $ 7,545 Major $ 30,756 Major EOL Latitude Longitude 2029 25.84437 -81.3718 2029 25.84452 81.3701 2029 25.84771 81.3701 2029 25.84761 -81.3709 2029 25.84764 81.3698 2029 25.84773 81.3731 2029 25.84681 -81.3694 2029 25.84684 -81.3704 2029 25.84689 -81.3713 2029 25.84687 81.3723 2029 25.84696 -81.3732 2029 25.84693 -81.3742 2029 25.95708 -81.3625 2029 25.85431 81.3856 2029 25.85353 -81.3874 2029 25.85357 -81.3862 2029 25.85567 -81.3883 2029 25.85517 81.3878 2029 25.85447 -81.388 2029 25.85229 -81.3886 2029 25.85198 -81.3863 2029 25.85276 81.3856 2029 25.85274 81.3868 2029 25.85276 81.388 2029 25.85123 -81.3879 2029 25.85174 -81.3886 2029 25.851 81.3852 2029 25.85194 81.3827 2029 25.8498 81.3878 2029 25.8489 81.3849 2029 25.8484 -81.3852 2029 25.84529 -81.3849 2029 25.84576 -81.3844 2029 25.84549 -81.3851 2029 25.84354 -81.3849 2029 25.83935 81.3815 2029 25.83341 81.3723 2029 25.82566 81.3608 2029 25.82304 -81.3594 2029 25.8176 -81.3593 2029 25.81683 -81.3585 2029 25.81654 -81.3589 2029 25.81701 -81.3573 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 2008 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average 28 Layer Water Mains 108 Water Mains 109 Water Mains 110 Water Mains 111 Water Mains 112 Water Mains 113 Water! Mains 114 Water Mains 115 Water Mains 116 Water Mains 117 Water! Mains 118 Water Mains 119 Water Mains 120 Water Mains 121 Water Mains 122 Water Mains 123 Water Mains 124 Water Mains 125 Water Mains 126 Water Mains 127 Water Mains 128 Water Mains 129 Water! Mains 130 Water Mains 131 Water Mains 132 Water Mains 133 Water Mains 134 Water Mains 135 Water! Mains 136 Water Mains 137 Water Mains 138 Water Mains 139 Water Mains 140 Water! Mains 141 Water Mains 142 Water Mains 143 Water Mains 144 Water Mains 145 Water Mains 146 Water Mains 147 Water! Mains 148 Water Mains 149 Water Mains 150 Name Installed Design Condition Life 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 Replacement Cost COF $ 2,532 Major $ 51,762 Major $ 3,504 Major $ 3,406 Major $ 3,566 Major $ 4,766 Major $ 12,168 Major $ 11,856 Major $ 5,115 Major $ 5,336 Major $ 5,794 Major $ 90,635 Major $ 10,090 Major $ 76,095 Major $ 25,992 Major $ 15,129 Major $ 10,898 Major $ 62 Major $ 4,782 Major $ 20,982 Major $ 34,284 Major $ 29,844 Major $ 26,019 Major $ 21,204 Major $ 16,197 Major $ 16,413 Major $ 18,456 Major $ 819 Major $ 1,708 Major $ 26,730 Major $ 30,231 Major $ 7,446 Major $ 25,065 Major $ 22,866 Major $ 25,005 Major $ 18,180 Major $ 21,498 Major $ 609 Major $ $ $ $ $ EOL Latitude Longitude 2029 25.81789 81.3578 2029 25.8148 81.3586 2029 25.81609 81.3575 2029 25.81607 81.3579 2029 25.81605 81.3583 2029 25.81604 81.3586 2029 25.81547 -81.3581 2029 25.8151 -81.3586 2029 25.81241 81.362 2029 25.81146 -81.3632 2029 25.81175 81.3639 2029 25.81402 -81.3594 2029 25.8145 -81.3597 2029 25.81273 81.3617 2029 25.8135 81.3606 2029 25.81632 81.3603 2029 25.81655 -81.3603 2029 25.81697 -81.3603 2029 25.81602 81.3595 2029 25.81571 -81.3594 2029 25.81515 -81.3598 2029 25.81628 81.3611 2029 25.81087 81.3622 2029 25.81218 81.3634 2029 25.8125 81.3627 2029 25.81419 -81.3622 2029 25.81309 81.362 2029 25.81431 -81.3631 2029 25.81288 81.3635 2029 25.8102 -81.3591 2029 25.81042 81.3611 2029 25.8104 -81.3619 2029 25.8097 -81.3612 2029 25.81348 -81.3578 2029 25.81247 81.3579 2029 25.81199 -81.3591 2029 25.81438 -81.3588 2029 25.81239 -81.358 Moderate 2039 25.86913 -81.386 23 Moderate 2039 25.86946 81.3863 2,068 Moderate 2039 25.86963 -81.3865 Moderate 2039 25.86969 81.3861 60 Moderate 2039 25.86963 -81.3861 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1985 1982 1982 1985 1982 Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average 29 Layer Water Mains 151 Water Mains 152 Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Name Installed Design Condition Life 50 50 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 Replacement Cost COF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude 2037 25.86259 81.3823 1982 1986 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Average Valves Average Average Average Average Average Average Average Average Failed Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average 33 Moderate 2039 25.86962 -81.3861 1,200 Moderate 2022 25.957 -81.3627 150 Moderate 2022 25.95703 81.3626 1,600 Moderate 2022 25.95715 -81.3623 1,600 Moderate 2022 25.95714 81.3623 1,200 Moderate 2022 25.94563 -81.3588 400 Moderate 2022 25.94549 -81.3586 1,200 Moderate 2022 25.91099 81.3645 1,600 Moderate 2022 25.91098 -81.3645 1,600 Moderate 2022 25.91047 81.3649 1,600 Moderate 2022 25.89805 -81.3718 1,200 Moderate 2022 25.89809 -81.3718 1,200 Moderate 2022 25.88517 -81.3781 1,600 Moderate 2022 25.88514 -81.3781 150 Moderate 2022 25.8698 -81.3848 150 Moderate 2022 25.86918 -81.386 1,600 Moderate 2022 25.87186 -81.3827 1,200 Moderate 2022 25.8712 -81.3827 1,600 Moderate 2022 25.87115 81.3827 1,200 Moderate 2022 25.86953 -81.3825 1,200 Moderate 2022 25.86835 81.3825 1,200 Moderate 2022 25.86833 -81.3825 400 Moderate 2022 25.86544 -81.3825 1,200 Moderate 2022 25.86178 81.3826 1,200 Moderate 2022 25.86193 -81.3825 150 Moderate 2022 25.86934 81.3833 1,200 Moderate 2022 25.86901 -81.3837 1,200 Moderate 2022 25.86722 -81.3837 150 Moderate 2022 25.86688 81.3841 150 Moderate 2022 25.86669 -81.3845 400 Moderate 2022 25.86598 -81.3849 1,200 Moderate 2022 25.86592 -81.385 1,600 Moderate 2022 25.86563 -81.3838 1,600 Moderate 2022 25.86563 81.3838 400 Moderate 2022 25.86419 81.3838 800 Moderate 2022 25.86178 81.3838 1,200 Moderate 2022 25.85974 -81.3838 1,200 Moderate 2022 25.86201 81.3838 1,200 Moderate 2022 25.85974 -81.3838 1,600 Moderate 2022 25.85834 81.3839 1,600 Moderate 2022 25.85833 81.3839 4,587 Major 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 25 27 28 29 30 31 32 33 34 35 36 37 38 39 40 30 Layer Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Name 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 Installed Design Condition Life 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 Replacement Cost COF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Average Average Average Average Failed Average Average Average Average Average Average Average Failed Average Average Failed Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average 1,200 Moderate 2022 25.85761 81.3837 1,600 Moderate 2022 25.85759 -81.3837 1,200 Moderate 2022 25.85652 81.3837 1,200 Moderate 2022 25.8553 -81.3838 1,200 Moderate 2022 25.85514 -81.3848 1,200 Moderate 2022 25.85821 81.3849 150 Moderate 2022 25.85819 -81.3843 800 Moderate 2022 25.8582 81.3843 150 Moderate 2022 25.85847 -81.3843 150 Moderate 2022 25.85849 -81.3843 1,200 Moderate 2022 25.85836 81.3849 1,200 Moderate 2022 25.85964 81.3849 1,200 Moderate 2022 25.85975 81.3849 800 Moderate 2022 25.8618 81.3849 800 Moderate 2022 25.86254 81.3849 800 Moderate 2022 25.86415 -81.3849 1,200 Moderate 2022 25.86561 81.3849 1,600 Moderate 2022 25.86574 -81.3852 150 Moderate 2022 25.85982 81.3849 1,600 Moderate 2022 25.85669 -81.3851 1,600 Moderate 2022 25.8567 -81.3851 800 Moderate 2022 25.85501 -81.3851 1,600 Moderate 2022 25.85357 -81.3851 800 Moderate 2022 25.85357 81.3851 1,200 Moderate 2022 25.85195 81.3851 800 Moderate 2022 25.8511 -81.3851 1,600 Moderate 2022 25.85088 81.3851 1,600 Moderate 2022 25.85006 81.3852 1,600 Moderate 2022 25.8492 81.3885 1,600 Moderate 2022 25.84673 81.3852 800 Moderate 2022 25.8454 -81.3852 1,600 Moderate 2022 25.844 81.3852 800 Moderate 2022 25.85357 -81.3856 800 Moderate 2022 25.85505 -81.386 400 Moderate 2022 25.85504 -81.3856 1,200 Moderate 2022 25.85751 81.3864 150 Moderate 2022 25.85677 81.3874 1,200 Moderate 2022 25.85518 -81.3874 800 Moderate 2022 25.85201 -81.3874 800 Moderate 2022 25.85196 -81.3874 150 Moderate 2022 25.85222 -81.3885 150 Moderate 2022 25.85258 -81.3887 150 Moderate 2022 25.85445 -81.3881 31 Layer Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Name 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 201 202 203 204 205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 Installed Design Condition Life 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 Replacement Cost COF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Poor Poor Poor Poor Average Average Average Failed Poor Poor Poor Poor Poor Poor Average Average Poor Poor Average Average Poor Average Average Average Average 150 Moderate 2022 25.85446 -81.3881 150 Moderate 2022 25.85506 81.3867 800 Moderate 2022 25.85504 81.3867 150 Moderate 2022 25.85661 81.3884 150 Moderate 2022 25.85732 81.3885 150 Moderate 2022 25.85733 -81.3885 150 Moderate 2022 25.8598 81.3853 150 Moderate 2022 25.85981 -81.3853 800 Moderate 2022 25.86251 -81.3855 1,200 Moderate 2022 25.86455 -81.3862 1,600 Moderate 2022 25.86557 -81.3861 1,600 Moderate 2022 25.86572 -81.3859 1,600 Moderate 2022 25.86572 81.3858 1,200 Moderate 2022 25.86306 81.3866 150 Moderate 2022 25.85977 81.3832 150 Moderate 2022 25.85978 -81.3834 150 Moderate 2022 25.85976 -81.3834 1,200 Moderate 2022 25.84917 -81.367 1,200 Moderate 2022 25.84776 -81.3677 1,200 Moderate 2022 25.84774 -81.3677 1,200 Moderate 2022 25.84755 -81.3693 1,200 Moderate 2022 25.84754 81.3693 150 Moderate 2022 25.84772 81.3704 150 Moderate 2022 25.8477 -81.3712 800 Moderate 2022 25.8478 81.3737 1,200 Moderate 2022 25.84755 -81.3687 1,200 Moderate 2022 25.84612 81.3686 1,200 Moderate 2022 25.84616 81.3697 1,200 Moderate 2022 25.84616 -81.3697 1,200 Moderate 2022 25.84622 -81.3709 1,200 Moderate 2022 25.84621 81.3709 1,200 Moderate 2022 25.84621 -81.371 1,200 Moderate 2022 25.84435 -81.371 1,200 Moderate 2022 25.84423 -81.3707 1,200 Moderate 2022 25.84626 81.3718 1,200 Moderate 2022 25.84626 -81.3718 2,400 Moderate 2022 25.84001 -81.3826 2,400 Moderate 2022 25.83869 81.3804 2,400 Moderate 2022 25.8188 -81.3593 1,200 Moderate 2022 25.81629 81.3585 1,200 Moderate 2022 25.8163 81.3585 1,200 Moderate 2022 25.8163 81.3585 1,200 Moderate 2022 25.8164 81.3593 32 Layer Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Name 227 228 229 230 231 232 233 234 235 236 237 238 239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 263 264 265 266 267 268 269 270 Installed Design Condition Life 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 Replacement Cost COF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average 1,200 Moderate 2022 25.81653 81.3585 1,200 Moderate 2022 25.81653 81.3585 1,200 Moderate 2022 25.81754 81.3585 1,200 Moderate 2022 25.81755 -81.3585 1,200 Moderate 2022 25.81754 81.3585 1,200 Moderate 2022 25.81775 -81.3576 1,200 Moderate 2022 25.81579 81.3586 1,200 Moderate 2022 25.81579 -81.3586 1,200 Moderate 2022 25.81579 -81.3586 1,200 Moderate 2022 25.81543 -81.359 1,200 Moderate 2022 25.81543 -81.359 1,200 Moderate 2022 25.81508 -81.359 1,200 Moderate 2022 25.81508 -81.359 1,200 Moderate 2022 25.81516 -81.3572 1,200 Moderate 2022 25.81518 -81.3572 1,200 Moderate 2022 25.81512 -81.3582 1,200 Moderate 2022 25.81482 -81.3582 1,200 Moderate 2022 25.81551 -81.3572 1,200 Moderate 2022 25.81552 81.3572 1,200 Moderate 2022 25.81585 -81.3571 1,200 Moderate 2022 25.81587 -81.3571 1,200 Moderate 2022 25.81585 -81.3575 1,200 Moderate 2022 25.8158 -81.3582. 1,200 Moderate 2022 25.8158 -81.3583 1,200 Moderate 2022 25.81629 -81.3583 1,200 Moderate 2022 25.8163 -81.3579 1,200 Moderate 2022 25.81634 -81.3576 1,200 Moderate 2022 25.81635 -81.3575 1,200 Moderate 2022 25.81632 81.3575 1,200 Moderate 2022 25.81579 -81.3594 150 Moderate 2022 25.81581 -81.3594 1,200 Moderate 2022 25.81532 81.3608 1,200 Moderate 2022 25.81497 81.3609 1,200 Moderate 2022 25.81497 81.3609 1,200 Moderate 2022 25.81498 -81.3609 1,200 Moderate 2022 25.81459 -81.36 1,200 Moderate 2022 25.81459 -81.36 1,200 Moderate 2022 25.81443 81.3594 1,200 Moderate 2022 25.81442 -81.3594 1,200 Moderate 2022 25.81361 -81.3594 1,200 Moderate 2022 25.81361 -81.3594 1,200 Moderate 2022 25.8136 -81.3594 1,200 Moderate 2022 25.8122 -81.3594. 33 Layer Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves Valves LabEquip MeterUtility MeterUtility MeterUtility MeterUtility MeterUtility MeterUtility ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip Name 271 272 273 274 275 276 277 278 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 297 Installed Design Condition Life 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 20 20 20 20 20 15 20 30 30 30 30 20 Replacement Cost COF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 1979 Average Average Average Average Average Average Average Average Failed Average Average Average Average Average Average Average Average Average Average Average Average Failed Failed Average Failed Poor Average LabE Equipment Excellent Utility Meter Average Poor Average Average Good Good Electrical Equipment Average Average Excellent Average Average 1,200 Moderate 2022 25.81197 81.3588 1,200 Moderate 2022 25.81198 81.3589 1,200 Moderate 2022 25.81256 -81.3579 1,200 Moderate 2022 25.81258 81.3579 1,200 Moderate 2022 25.81257 81.3579 1,200 Moderate 2022 25.81336 81.3584 1,200 Moderate 2022 25.81337 -81.3584 1,200 Moderate 2022 25.81223 -81.3607 1,200 Moderate 2022 25.81042 81.3614 1,200 Moderate 2022 25.81041 -81.3615 1,200 Moderate 2022 25.81042 -81.3615 1,200 Moderate 2022 25.81242 81.3611 1,200 Moderate 2022 25.81244 -81.3618 1,200 Moderate 2022 25.81246 -81.3618 1,200 Moderate 2022 25.81241 -81.3617 1,200 Moderate 2022 25.81137 81.3622 1,200 Moderate 2022 25.81019 -81.3622 1,200 Moderate 2022 25.81038 -81.3622 1,200 Moderate 2022 25.81039 -81.3622 1,200 Moderate 2022 25.81238 -81.3621 1,200 Moderate 2022 25.81158 -81.3626 1,200 Moderate 2022 25.81159 -81.3625 1,200 Moderate 2022 25.81175 -81.3629 1,200 Moderate 2022 25.813 -81.3616 1,200 Moderate 2022 25.81408 -81.3613 1,200 Moderate 2022 25.81405 81.3622 1,200 Moderate 2022 25.8146 81.3612 2,000 Insignificant 2038 25.86599 81.3855 CL2/PH AUTO-SAMPLER 2021 HSP METER FILTEREFFLUENT METER 2014 WELL6FLOWI METER WELL7FLOWI METER JOCKEY PUMPE FLOW METER (BOTH) EFFLUENTI METER WTP GENERATOR WTP GENERATOR TRANSFER SWITCH GENERATOR GENERATOR TRANSFER 2009 SWITCH WTPA/CUNIT 2014 2014 2014 1979 2014 2014 2014 2021 2014 1,000 Minor 1,000 Minor 1,000 Minor 1,000 Minor 1,000 Minor 1,000 Major 120,000 Major 1,500 Major 18,000 Major 1,500 Major 7,500 Minor 2030 25.95705 -81.3625 2026 25.95705 -81.3625 2030 25.95705 81.3625 2030 25.95705 -81.3625 2030 25.86599 -81.3855 2034 25.86599 -81.3855 2035 25.95705 -81.3625 2035 25.95705 -81.3625 2047 25.86599 81.3855 2035 25.86599 81.3855 2030 25.95705 81.3625 34 Layer ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip ElecEquip Pumps Pumps Pumps Pumps Pumps Pumps Pumps Pumps Pumps Pumps Pumps Pumps Pumps Pumps Name WTP A/CA AIRH HANDLER 2014 BREAKERI PANEL BREAKERE PANELI BOX TRANSFORMER MAIN DISCONNECT SWITCH MASTER FIREI PUMP CONTROL PANEL HSPI HOA SWITCHES JPH HOAS SWITCHES RPI HOAS SWITCHES DIESELF PUMP BATTERIES 1979 (2) Vfd1 Vfd2 OLDV WELLPUMP HIGH SERVICE PUMP! #2 1982 SPARE HIGHS SERVICE PUMP WELL6SUBMERSBLE PUMP WELL7S SUBMERSIBLE PUMP JOCKEY PUMP: 2PUMP 1979 JOCKEY PUMP1 1PUMP 1979 RECIRCULATIONI PUMP1 1979 PUMP RECIRCULATIONI PUMP2 1979 PUMP HIGH SERVICE PUMP! #1 1982 STENNERE PERISTALTIC PUMP Hsp1 1 pump Hsp2p pump Firep pump STORAGE1 TANK WTP GENERATORI FUEL 2014 TANK PROPANET TANK Booster: stationg gst HIGHS SERVICE PUMP #1 1982 MOTOR HSP1MOTOR HSP2MOTOR JOCKEY PUMP2MOTOR 1979 JOCKEY PUMP1MOTOR 1979 RECIRCULATIONI PUMP1 1979 MOTOR Installed Design Condition Ufe 20 30 30 30 30 30 20 20 20 5 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 50 30 30 30 20 20 20 20 20 20 Replacement Cost COF $ 5,000 Minor $ 750 Major $ 750 Major $ 2,000 Major $ 5,000 Major $ 20,000 Major $ 750 Minor $ 750 Minor $ 750 Minor $ 1,000 Major $ $ $ 1 Minor $ 17,000 Major $ $ 20,000 Major $ 20,000 Major $ 1 $ 1 $ 1 $ 1 $ 10,000 Major $ $ $ $ EOL Latitude Longitude 2030 25.95705 -81.3625 2035 25.95705 81.3625 2041 25.86599 -81.3855 2029 25.86599 -81.3855 25.86599 2035 2023 25.86599 -81.3855 2026 25.86599 81.3855 2026 25.86599 -81.3855 2026 25.86599 -81.3855 2023 25.86599 -81.3855 Average Average Good Poor Average Very Poor Poor Poor Poor Good Average Average Pumps Poor Poor Average Average Average Poor Poor Poor Poor Poor Excellent Average Average Very Poor Storage Tank Average Average Average Average Pumps Poor Average Average Poor Poor Poor 2014 1979 1979 2009 1979 1979 1979 1979 1990 1990 1982 2014 2014 2014 -81.3855 8,500 Moderate 2034 25.86605 81.3855 8,500 Moderate 2034 25.86603 81.3855 2026 25.95705 -81.3625 2026 25.95705 -81.3625 2030 25.95705 -81.3625 2030 25.95705 -81.3625 Moderate 2026 25.86599 -81.3855 Moderate 2026 25.86599 81.3855 Moderate 2026 25.86599 81.3855 Moderate 2026 25.86599 -81.3855 593 Moderate 2039 25.95711 81.3625 8,000 Moderate 2034 25.866 81.3854 8,000 Moderate 2034 25.86595 -81.3855 20,000 Moderate 2030 25.95705 -81.3625 2026 25.95705 81.3625 2021 1979 1979 1979 1982 2009 1975 1979 1979 20,000 Major $ 2,500,000 Major 10,000 Major 10,000 Major 4,500 Major 2026 25.86598 -81.3854 2045 25.95705 -81.3625 2035 25.95705 -81.3625 2035 25.86599 81.3855 2026 25.95705 -81.3625 StorageTank COPELAND GROUND StorageTank StorageTank StorageTank Motors Motors Motors Motors Motors Motors $ $ $ $ $ $ $ $ $ 2,500,000 Moderate 2039 25.8663 81.3855 4,500 Moderate 2030 25.86599 -81.3855 3,750 Moderate 2030 25.86599 -81.3855 Moderate 2026 25.86599 -81.3855 Moderate 2026 25.86599 81.3855 Moderate 2026 25.86599 -81.3855 1 1 1 35 Layer Motors Motors Motors Building Building Name RECIRCULATIONI PUMP2 1979 MOTOR HIGH SERVICE PUMP! #2 MOTOR DIESEL PUMPE ENGINE (hsp) Main Water Treatment 1979 Plant Copeland' WTPI building 1979 Installed Design Condition Life 20 20 20 50 50 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 20 30 20 30 2000 20 2000 20 7/30/2021 20 20 2014 20 Replacement Cost COF $ 1 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude 2026 25.95705 81.3625 2030 25.86599 81.3855 Poor Poor Average Bulldings Average Average Instruments and controls Average Average Average Average Average Average Average Average Average Average Average Good Good Good Good Good Good Good Very Poor Good Average Average Good Average Excellent Good Average Moderate 2026 25.86599 -81.3855 1982 1979 3,000 Major 10,000 Major 300,000 Moderate 2045 25.95703 -81.3625 75,000 Moderate 2045 25.86598 -81.3855 InstrAndControl HSPI PRESSURE GAUGE 1982 InstrAndControl FILTERI INLETE PSIG GAUGE 1982 InstrAndControl FILTEROUTLET PSI GAUGE 1982 InstrAndControl FILTERII INLET PSIC GAUGE 1982 InstrAndControl FILTEROUTLET PSI GAUGE 1982 InstrAndControl FILTERINLET! PSIC GAUGE 1982 InstrAndControl FILTEROUTLET PSI GAUGE 1982 InstrAndControl FILTERI INLET PSI GAUGE 1982 InstrAndControl FILTER OUTLET PSIC GAUGE 1982 InstrAndControl PS10N/OFF MERCURY 2014 InstrAndControl PS2LOWF PSIS SWITCH InstrAndControl OCVF PRESSURE GAUGE 1979 InstrAndControl PRESSURE TRANSMITTER 1979 InstrAndControl EFFLUENTFLOW InstrAndControl PRESSURE TRANSMITTER 1979 InstrAndControl EFFLUENTI PRESSURE InstrAndControl HSP2INLETPSI GAUGE 1979 InstrAndControl HSP2OUTLET PSIC GAUGE 1979 InstrAndControl FIRE PRESSURE SENSOR 1979 InstrAndControl AUTO-DIALER (PRESSURE) 2000 InstrAndControl FLOW TOTALIZER/SIGNAL 2000 InstrAndControl MOTOR CONTROL CENTER 2014 InstrAndControl PANELVIEW 600 InstrAndControl CL2PSIG GAUGE InstrAndControl TURBIDITY! METER InstrAndControl HYDRONEUMATICT TANK 2021 InstrAndControl ROTRANSMITTER 150 Minor 150 Minor 150 Minor 150 Minor 150 Minor 150 Minor 150 Minor 150 Minor 150 Minor 500 Minor 500 Minor 500 Minor 2030 25.95705 -81.3625 2030 25.95705 -81.3625 2030 25.95705 81.3625 2030 25.95705 -81.3625 2030 25.95705 81.3625 2030 25.95705 -81.3625 2030 25.95705 81.3625 2030 25.95705 -81.3625 2030 25.95705 -81.3625 2030 25.95705 -81.3625 2030 25.95705 -81.3625 2034 25.86599 -81.3855 S S S S > S 1A 1A 1B 1B 2A 2A 2B 2B SWITCH 2014 500 Moderate 2034 25.86599 -81.3855 500 Moderate 2034 25.86599 -81.3855 500 Moderate 2034 25.86599 81.3855 S (influent) TRANSMITTER (effluent) GAUGE 1979 1979 500 Minor 150 Minor 150 Minor 500 Major 2034 25.86599 81.3855 2034 25.86599 81.3855 2034 25.86599 -81.3855 2022 25.86599 -81.3855 TRANSMITTER GENERATOR 1,500 Moderate 2041 25.86599 -81.3855 1,500 Moderate 2030 25.86599 -81.3855 5,000 Insignificant 2034 25.86599 -81.3855 6,344 Moderate 2039 25.95695 -81.3625 20,000 Moderate 2035 25.95718 -81.3622 23,439 Moderate 2032 25.9571 -81.3625 100,000 Major 500 Minor 2035 25.95705 -81.3625 2030 25.86599 -81.3855 36 Layer TreatmentEquip Name AMMONIUM: SULFATE FEEDTOTE DRUM FEED DRUM Installed Design Condition Life 20 20 20 20 20 20 20 20 20 20 20 5 20 20 20 20 30 20 20 20 50 50 50 50 50 50 50 50 50 50 50 20 20 20 50 50 50 Replacement Cost COF EOL Latitude Longltude 25.95705 81.3625 2030 25.95705 -81.3625 2030 25.95705 81.3625 2030 25.95705 -81.3625 Treatment Equipment Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Average Control Valve Average Average Average Average Average Average Average Average Average Average Average Average Average Good Good Good Good 2014 2014 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 1,250 Major 1,500 Major 1,250 Major 4,250 Major 2030 Treatmenttquip SULFURIC ACIDE FEED TreatmentEquip ANTI-SCALANT FEEDTOTE 2014 TreatmentEquip SODIUMI HYPOCHLORITE 2014 TreatmentEquip FILTERHOUSING 1A TreatmentEquip FILTERHOUSING 1B Treatmenttquip FILTERHOUSING: 2A TreatmentEquip FILTERHOUSING: 2B TreatmentEquip SODIUMI HYPOCHLORITE 2014 TreatmentEquip SPARE PULSAFEEDER TreatmentEquip SPARE FILTERE ELEMENTS 2014 TreatmentEquip AMMONIUM: SULFATE 2014 TreatmentEquip SULFURIC ACIDSKID TreatmentEquip ANTI-SCALANT: SKID Treatmenttquip SODIUMI HYPOCHLORITE 2014 TreatmentEquip R.O.SKID TreatmentEquip 1982 1982 1982 1982 20,000 Moderate 2030 25.95705 81.3625 20,000 Moderate 2030 25.95705 81.3625 20,000 Moderate 2030 25.95705 -81.3625 20,000 Moderate 2030 25.95705 81.3625 750 Moderate 2030 25.95705 -81.3625 750 Moderate 2030 25.95705 -81.3625 2,000 Moderate 2022 25.95705 -81.3625 DRUM CHEMICALF FEEDS SPARE 2014 PARTS CHEMF PUMPS SKID SKID AMMONIUMS SULFATE STORAGE DRUM DAY TANK Moderate 750 25.95705 -81.3625 Treatmenttquip 2030 2014 5,000 Major 5,000 Major 5,000 Major 5,000 Major 5,000 Major 1,000 1,000 Major 4,000 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 2030 25.95705 -81.3625 2030 25.95705 -81.3625 2030 25.95705 -81.3625 2030 25.95705 81.3625 2035 25.95705 -81.3625 Moderate 2030 25.86599 -81.3855 2,000 Moderate 2030 25.86599 -81.3855 2014 2014 2014 2000 2000 1982 1982 1982 TreatmentEquip AMMONIUM: SULFATE 2000 TreatmentEquip CL2 DRUM ControlValve HSP #1 CHECKVALVE ControlValve HSP! #1 ISOLATION VALVE 1982 ControlValve HSPF FILTERE BYPASS Control Valve HSPI FILTER BYPASS Control Valve FILTER GATE VALVE #1 1982 Control Valve FILTER GATE VALVE! #2 1982 Control Valve FILTERC GATEV VALVE #3 1982 Control Valve FILTER GATE VALVE! #4 1982 Control Valve FILTER GATE VALVE! #5 1982 Control Valve HSP2FILTER! EFFLUENT 2014 Control Valve WELL6N METER BYPASS 2014 Control Valve WELL7 METERBYPASS 2014 Control Valve PRESSURE CONTROL ControlValve OCVGATEV VALVE1 ControlValve OCVGATEVALVE2 ControlValve B'BUTTERFLYVAIVE1 1979 2030 25.86599 81.3855 2045 25.95705 81.3625 2045 25.95705 -81.3625 2045 25.95705 -81.3625 2045 25.95705 -81.3625 2045 25.95705 81.3625 2045 25.95705 -81.3625 2045 25.95705 -81.3625 2045 25.95705 -81.3625 2045 25.95705 -81.3625 2045 25.95705 -81.3625 2045 25.95705 -81.3625 2030 25.95705 81.3625 2030 25.95705 -81.3625 BUTTERFLY VALVE1 BUTTERFLY VALVE2 HSP1FILTERI EFFLUENT VALVE VALVE VALVE Control Valve 2014 1979 1979 1979 1,800 Moderate 2034 25.86599 -81.3855 500 Moderate 2055 25.86599 -81.3855 500 Moderate 2055 25.86599 -81.3855 1,600 Moderate 2055 25.86599 81.3855 37 Layer ControlV Valve ControlValve Controll Valve Control Valve Control Valve Control Valve Control Valve Control Valve Control Valve Name 8"E BUTTERFLY VALVE3 (diesel pump) 8"C CHECKV VALVE (diesel pump) EFFLUENT PRESSURE CONTROL VALVE 6"E BUTTERFLY VALVE (@ pressure control valve) DIESEL PUMP COOLING WATER GATEV VALVE1 DIESEL PUMP COOLI ING WATER GATE VALVE2 DIESELI PUMP COOLING WATER CHECKVALVE DIESELI PUMP COOLING WATER AIRF RELIEF VALVE HSP1 INFLUENT GATE VALVE VALVE BUTTERFLYVALVE BUTTERFIYVALVE BUTTERFLY VALVE GATE VALVE RELIEF VALVE VALVE JOCKEY PUMP2EFFLUENT GATE VALVE GATE VALVE JOCKEY PUMP1 1PRESSURE RELIEFVALVE VALVE GATEY VALVE JOCKEY PUMP1 1E EFFLUENT GATEVALVE GATE VALVE (BOTH) RECIRCULATIONI PUMP (BOTH) INLET GATE VALVE CHECK VALVE OUTLETGATEN VALVE INLET GATEY VALVE CHECKVALVE Installed Design Condition Life 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 Replacement Cost COF $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ EOL Latitude Longitude ControlValve 8"E BUTTERFLY VALVE2 1979 Good Good Good Good Good Good Good Good Good Good Good Good Good Good Poor Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good Good 1,600 Moderate 2055 25.86599 81.3855 1,600 Moderate 2055 25.86599 -81.3855 4,000 Moderate 2055 25.86599 -81.3855 1,800 Moderate 2055 25.86599 1,200 Moderate 2055 25.86599 -81.3855 1979 1979 1979 1979 1979 1979 1979 1979 1979 1995 1979 1979 1979 1979 1979 -81.3855 Minor 1,200 1,200 Minor 1,200 Minor 1,800 Minor 1,200 Minor 1,800 Minor 1,200 Minor 4,000 Minor 1,200 Minor 4,000 Minor 1,200 Minor 1,200 Minor 1,200 Minor 4,000 Minor 1,800 Minor 4,000 Minor Minor 1,200 1,200 Minor Minor 1,800 4,000 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 1,200 Minor 4,000 Minor 1,200 Minor 1,200 Minor 4,000 Minor 25.86599 81.3855 2055 -81.3855 2055 25.86599 2055 25.86599 -81.3855 -81.3855 2055 25.86599 -81.3855 2055 25.86599 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2035 25.86599 81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 81.3855 2055 25.86599 81.3855 2055 25.86599 81.3855 2055 25.86599 2055 25.86599 81.3855 25.86599 81.3855 2055 2055 25.86599 81.3855 2055 25.86599 81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 -81.3855 ControlValve HSP1A AIRE RELIEF VALVE 1979 Control Valve HSPE EFFLUENT GATE Control Valve HSP10 CHECK VALVE Control' Valve HSP21 INFLUENT Control Valve HSP20 CHECKVALVE Control Valve HSP2E EFFLUENT Control Valve HSP 181E EFFLUENTY VALVE 1979 Control Valve JOCKEY PUMP2 Control Valve JOCKEYF PUMP: 2INFLUENT 1979 Control Valve JOCKEY PUMP: 2PRESSURE 1979 Control Valve JOCKEY PUMP: 2CHECK 1979 Control Valve JOCKEY PUMPI INFLUENT 1979 Control Valve JOCKEY PUMP1CHECK 1984 Control Valve JOCKEY PUMP1INFLUENT 1979 Control Valve JOCKEY PUMP OUTLET 1979 Control Valve NLETBUITERELYVAIVE 1979 Control Valve RECIRCULATION! PUMP1 1979 Control Valve RECIRCULATIONI PUMP1 1979 Control Valve RECIRCULATIONI PUMP1 1979 ControlValve RECIRCULATIONI PUMP2. 1979 ControlValve RECIRCULATIONI PUMP2 1979 -81.3855 ControlValve ControlValve 1979 1979 Control Valve 1979 38 Layer ControlValve Name RECIRCULATIONI PUMP2 OUTLET GATE VALVE RECIRCULATIONI PUMP (BOTH) RECIRCULATIONI PUMP (BOTH) PRESSURE CONTROL VALVE PRESSURE CONTROLI INLET BUTTERFLYY VALVE PRESSURE CONTROL OUTLET BUTTERFIYVALVE EFFLUENTI METERI INLET GATE VALVE EFFLUENT METER BYPASS GATEVALVE EFFLUENT METER OUTLET GATE VALVE Installed Design Condition Life 50 50 50 50 50 50 50 50 50 50 50 Replacement Cost COF $ 1,200 Minor $ 1,800 Minor $ 1,200 Minor $ 1,200 Minor $ $ 1,200 Minor $ $ 1,200 Minor $ $ 300 Major $ EOL Latitude Longitude 2055 25.86599 81.3855 2055 25.86599 81.3855 2055 25.86599 -81.3855 2055 25.86599 2055 25.86599 -81.3855 2055 25.86599 -81.3855 2055 25.86599 81.3855 1979 Good Good Good Good Good Good Good Good Good Good Average Control Valve PRESSURE RELIEF VALVE 1979 Control Valve OUTLET GATE VALVE 1982 1979 1979 1979 2010 2010 2010 -81.3855 Control Valve Control Valve Control Valve Control Valve Control Valve ControlValve 1,200 Moderate 2055 25.86599 -81.3855 1,200 Moderate 2055 25.86599 1,200 Moderate 2055 25.86599 -81.3855 500 Moderate 2045 25.95705 81.3625 -81.3855 Control Valve EFFLUENTSAMPLET TAP 1979 Control Valve 2"WTPF RPZBACKFLOW 2014 39 Appendix C: Revplan Everglades City, S1 DW8 & WWF FY23 Everglades Fiscal Year: 2023 Water Revenue Requirements Revenue Requirements: Operating! Expenses Debt Service Other Expenses/Transfers Capital Expenditures Less: Other Revenue Existing! Rate Sufficiency: Proposed Rate! Sufficiency: Increase inF Revenue Cumulative! % AlIC Customer Classes Base Charges Usage Charges Current' Year % AlI Customer Classes Base Charges Usage Charges 2023 2024 2025 2026 2027 $0 2028 $0 2029 $0. 2030 $0 2031 $0 2032 $0: $768,000' $791,100: $814,800 $839,200 $864,400. $890,400 $917,100 $944,600 $972,900' $1,002,100 $63,500. $63,500 $63,500 $63,500 $63,500 $63,500. $63,500: $63,500 $63,500: $63,500 $0 $0, $0 $0 $0 $0 $38,700 $77,400 $116,100 $154,800 $193,600 $232,300 $271,000 $309,700; Gross Revenue Requirements $831,500. $854,500 $917,000 $980,100 $1,044,000 $1,108,700 $1,174,100 $1,240,300 $1,307,400 $1,375,300 Net Revenue Requirements $766,100 $789,200 $851,600 $914,700 $978,600 $1,043,300 $1,108,700. $1,174,900 $1,242,000 $1,309,900 Revenue from Existing Rates $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 $874,800 Revenue! Surplus/Deficlency), $108,600 $85,600 $23,200 -$40,000 -$103,900 -$168,500 -$233,900 -$300,200 -$367,200 $435,100 Revenue from Proposed Rates $874,800 $874,800 $918,500 $964,400 $1,012,600 $1,063,300 $1,116,400 $1,172,300 $1,230,900 $1,292,400 $65,400 $65,400 $65,400 $65,400 $65,400 $65,400. $65,400 $65,400 $65,400, $65,400 $0 $0 $43,700 $89,700 $137,900 $188,500. $241,700 $297,500 $356,100. $417,700 0.00% 0.00%. 5.00% 10.25% 15.76% 21.55% 27.63% 34.01% 40.71% 47.75% 0.00% 0.00% 5.00% 10.25%, 15.76% 21.55% 27.63% 34.01% 40.71% 47.75% 0.00% 0.00% 5.00% 5.00% 5.00% 5.00% 5.00% 5.00% 5.00% 5.00% 0.00%. 0.00% 5.00% 5.00% 5.00% 5.00%: 5.00% 5.00% 5.00% 5.00% Revenue! Surplus/Deficlency, $108,600 $85,600 $66,900. $49,700 $34,000 $20,000 $7,700 -$2,700 -$11,100 -$17,500 40 Everglades City $1DW & WWF FY23E Everglades Fiscaly Year:2 2023 Debts Service Coverage Revenue: Subtotal- Rate Revenue Miscellaneous! Revenue Drinkingy Water Miscellaneousl Revenue Wastewater Total Revenue Operating Expenses: Drinking' Water Wastewater Total Operating Expenses NetF Revenue Debt Service: Drinking) Water Wastewater Total Debts Service Debts Service Coverage. NetF Revenue Less Debt Service Capital Expenditures: Drinkingy Water Wastewater Total Capital Expenditures Other Expenses/Transfers: Drinking' Water Wastewater Total OtherE Expenses/Transfers Revenue Surplus/(Deficienoy) 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 Revenue from Proposed Drinkingy Water Rates $874,800 $874,800 $918,500 $964,400 $1,012,600 $1,063,300 $1,116,400 $1,172,300 $1,230,900 $1,292,400 Revenue from Proposed' Wastewater! Rates $908,000 $908,000 $958,000 $1,010,600. $1,066,200 $1,124,900 $1,186,700 $1,252,000. $1,320,900 $1,393,500 $1,782,800 $1,782,800 $1,876,500. $1,975,100. $2,078,900. $2,188,100 $2,303,200 $2,424,300 $2,551,700: $2,685,900 $65,400 $65,400 $65,400 $65,400 $65,400 $65,400 $65,400 $65,400 $65,400 $65,400 $51,400 $51,400 $51,400 $51,400 $51,400 $51,400 $51,400 $51,400. $51,400 $51,400 $1,899,500 $1,899,500 $1,993,200 $2,091,800 $2,195,600. $2,304,900- $2,420,000 $2,541,000 $2,668,500 $2,802,700 $768,000 $791,100 $814,800. $839,200 $864,400 $890,400 $917,100 $944,600 $972,900 $1,002,100 $647,100 $666,500 $686,500 $707,100 $728,300 $750,200 $772,700 $795,900 $819,800 $844,300 $1,415,100 $1,457,600 $1,501,300 $1,546,400 $1,592,800 $1,640,500 $1,689,800 $1,740,500 $1,792,700 $1,846,400 $484,400 $441,900 $491,900 $545,500 $602,900 $664,400 $730,200 $800,600, $875,900 $956,300 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $115,000 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $178,400 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $306,000 $175,700 $225,600 $279,200 $336,600 $398,100 $463,900 $534,300 $609,600 $690,000 2.71 1.66 1.85 2.05 2.26 2.49 2.74 3.01 3.29 3.59. $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 $0 $0 $0 $0 $38,700 $77,400 $116,100 $154,800 $193,600 $232,300 $271,000 $309,700 $0 $51,400 $102,900 $154,300 $205,700 $257,100 $308,600 $360,000 $411,400 $0 $90,100 $180,300 $270,400 $360,600 $450,700 $540,800 $631,000 $721,100 $o $0 $0 $306,000 $175,700 $135,500 $98,900 $66,200 $37,500 $13,200 -$6,500 -$21,400 -$31,100 Everglades City $1 DW &V WW FY23E Everglades Fiscaly Year:2 2023 Unrestricted! Fund Balance Utility Reserve Funds: Addition to Current) Year End of Year Balance 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 Beginning of Year Balance $677,000 $983,000 $1,158,700. $1,294,100 $1,393,000. $1,459,200. $1,496,700 $1,509,900 $1,503,400 $1,482,000 $306,000 $175,700 $135,500 $98,900 $66,200, $37,500, $13,200 -$6,500. -$21,400. -$31,100 $983,000 $1,158,700 $1,294,100 $1,393,000: $1,459,200 $1,496,700 $1,509,900 $1,503,400' $1,482,000 $1,450,900 41 Everglades City $1DW8 awwzEverglades Fiscaly Year:2 2023 CIPS Schedule escription Water Distribution Wastewater Collection P.RO10 Construction of NewV WWTFS SRFO or1 100% DEOGrant P.R070 Carnestown & copeland Pump Station Rehab Replaces surge/hydrot tanka atWTP P.RO2E Effluent Disposal Capacity Upgrades SRF or 100%D DEOGrant Grant P.NO1F Plantationl Island Septicto Sewer P.E04V WTP Concentratel Discharge Althernatives! Evaluation Grant P.E12U Update Wastewaterk Master Plan P.NO1) Year5FDEP Permit Renewal P.NO2) Year 10FDEPF PermitF Renewal P.NO30 Chokoloskee Septictos Sewer Phase1 P.NO8E Big Cypressinterconnetion : $0 $0 $0 $340,000 $0. $1,536,000 $0 $0 $0 $475,000 S0 $0 $0 S0 $0 $0 $0 $0 $0 Funding Source 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 Water Revenues Wastewater Revenues $0 Grant Grant Grant Grant Grant Grant Grant Grant Grant WaterR Revenues Wastewater Revenues $0 Grant Total $0, $38,700 $77,400 $116,100 $154,800. $193,600: $232,300, $271,000 $309,700. $0 $51,400 $102,900. $154,300 $205,700. $257,100 $308,600 $360,000. $411,400 $0 $1,972,800 $1,972,800. $0 $0 $0 $0 $o $0 $0 $o $o $0 $0 $0 $0 $o $0 $0 $741,600 $0 $0 $0 $67,800 $0 $0 $0 $o $0 $0 $0 $o $0 $0 $0 $0 $0 $0 $0 $0 $5,000 $0 $0. $0 $o $7,500 $0 $0 50 $0 $0 $0 $0 $0 $0 $0 $700,800 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0. $0 $0 $0 $0 $0 $0 $0 $75,000 $0 $0 $o $0 $0 $0 $3,408,000 $0. $0 Funding Source 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 $0 $0 $38,700 $77,400 $116,100 $154,800 $193,600 $232,300 $271,000 $309,700 $0 $51,400 $102,900 $154,300 $205,700 $257,100 $308,600 $360,000 $411,400 $0 $4,323,800 $2,045,600 $708,300 $0 $0 $3,408,000 $0 $75,000 $741,600 $0 $4,323,800 $2,135,700 $888,600 $270,400 $360,600 $3,858,700 $540,800 $706,000 $1,462,700 Everglades City S1[ DW & WWFY23Everglades Fiscal Year: 2023 Debts Service! Schedule Debt Existing Debts: SRF: 110910 SRF1 110920 SRF WW110922 SRF WW110923 USDA Sewer Bond 92-05 Veolia Anticipated Debts: Total Drinking Water Wastewater Everglades City S1D DW & WWFY23! Everglades Fiscaly Vear: 2023 Drinking Water Base Charge Usage Charge, 5,000Gallons Subtotal Wastewater Base Charge Usage Charge,5 5,000Gallons Subtotal Combined Bill 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 $27,800 $27,800: $27,800: $27,800: $27,800 $27,800 $27,800. $27,800 $27,800 $27,800 $27,800 $27,800 $27,800 $4,200 $4,200 $4,200. $4,200; $4,200 $4,200 $4,200. $4,200 $4,200. $4,200. $4,200 $4,200 $4,200 $10,600 $10,600 $10,600 $10,600 $10,600 $10,600 $10,600 $10,600 $10,600 $10,600 $10,600 $10,600 $10,600 $0: $87,900 $87,900: $87,900, $87,900 $87,900, $87,900. $87,900 $87,900 $87,900, $87,900 $87,900 $87,900 $64,400 $64,400 $64,400 $64,400. $64,400 $64,400 $64,400 $64,400 $64,400 $64,400 $64,400 $64,400 $64,400 $71,400 $71,400. $71,400. $71,400. $71,400 $71,400 $71,400. $71,400 $71,400. $71,400 $71,400 $71,400 $71,400 $178,400 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $266,300 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $63,500 $115,000 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 $202,800 Typical Monthly Bill, Residential Inside City, 5,000Gallons 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 $46.38 $46.38 $48.70 $51.13 $53.69 $56.38 $59.19 $62.15 $65.26 $68.52 $16.58: $16.58 $17.41 $18.28 $19.19 $20.15: $21.16 $22.22 $23.33 $24.50 $62.96: $62.96 $66.11 $69.41 $72.88 $76.53 $80.35. $84.37 $88.59 $93.02 $55.15 $55.15 $58.18 $61.38 $64.76 $68.32 $72.08 $76.04 $80.23 $84.64 $15.60 $15.60 $16.46 $17.36 $18.32 $19.33 $20.39 $21.51 $22.69 $23.94 $70.75 $70.75 $74.64 $78.75, $83.08 $87.65 $92.47 $97.55 $102.92 $108.58 $133.71 $133.71 $140.75 $148.16 $155.96. $164.18 $172.82 $181.93. $191.51 $201.60 42 Everglades City S1 DW & ww FY23 Everglades Fiscal Year:2 2023. Rate Schedule Drinking Water Residential Base Charges Inside City 5/8-inch Base Charges Outside City 5/8-inch Usage Charges Inside City 3,001t tos 9,999gallons 10,000gallons orr more Usage Charges Outside City 3,001t to 9,999 gallons 10,000gallons or more Commercial Base Charges Inside City 5/8-inch Base Charges Outside City 5/8-inch Usage Charges Inside City 3,0011 to 9,9998 gallons 10,000gallons orr more Usage Charges Outside City 3,001 tos 9,999 gallons 10,000 gallons orr more Wastewater Residential Base Charges Inside City 5/8-inch Base Charges Outside City 5/8-inch Usage Charges Inside City 3,001E gallons orr more Usage Charges Outside City 3,001 gallons or more Commercial Base Charges Inside City 5/8-inch Base Charges Outside City 5/8-inch Usage Charges Inside City 3,001 gallons or more Usage Charges Outside City 3,001 gallons orr more Wastewater Only customers Base Charges Inside City 5/8-inch Usage Charges Inside City 3,0018 gallons orr more 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 $46.38 $46.38 $48.70 $51.13 $53.69: $56.38 $59.19. $62.15 $65.26 $68.52. $50.09 $50.09 $52.59 $55.22 $57.99 $60.88 $63.93 $67.13 $70.48 $74.01 $8.29. $8.29 $8.70: $9.14 $9.60 $10.08 $10.58 $11.11 $11.66 $12.25 $10.87 $10.87: $11.41 $11.98 $12.58 $13.21 $13.87 $14.57 $15.30 $16.06 $8.96 $8.96 $9.41 $9.88 $10.37 $10.89. $11.44 $12.01 $12.61 $13.24 $11.74. $11.74 $12.33 $12.94 $13.59 $14.27 $14.98 $15.73 $16.52 $17.35 $46.38 $46.38 $48.70 $51.13 $53.69 $56.38 $59.19 $62.15 $65.26. $68.52 $50.09 $50.09 $52.59 $55.22 $57.99 $60.88 $63.93 $67.13 $70.48: $74.01: $8.29 $8.29 $8.70 $9.14 $9.60 $10.08 $10.58 $11.11 $11.66 $12.25 $8.96 $8.96 $9.41 $9.88 $10.37 $10.89 $11.44 $12.01 $12.61 $13.24 $10.87 $10.87 $11.41 $11.98 $12.58 $13.21 $13.87: $14.57 $15.30 $16.06 $11.79 $11.79 $12.38 $13.00 $13.65 $14.33 $15.05 $15.80 $16.59 $17.42 $55.15 $55.15; $58.18. $61.38 $64.76 $68.32 $72.08 $76.04 $80.23 $84.64 $59.56 $59.56 $62.84: $66.29 $69.94 $73.78 $77.84 $82.12 $86.64 $91.41 $7.80 $7.80 $8.23 $8.68 $9.16 $9.66 $10.19, $10.75 $11.35 $11.97 $8.42 $8.42 $8.88 $9.37. $9.89 $10.43 $11.00 $11.61 $12.25. $12.92 $81.73 $81.73, $86.23 $90.97. $95.97 $101.25 $106.82 $112.69. $118.89 $125.43, $88.27 $88.27, $93.12 $98.25 $103.65 $109.35 $115.37 $121.71 $128.40 $135.47 $8.27 $8.27 $8.72 $9.20. $9.71 $10.25 $10.81 $11.40 $12.03 $12.69. $8.93 $8.93 $9.42 $9.94, $10.49 $11.06. $11.67 $12.31 $12.99 $13.70 $63.13 $63.13 $66.60 $70.27 $74.13. $78.21 $82.51 $87.05 $91.83 $96.88 $8.93 $8.93 $9.42 $9.94 $10.49 $11.06 $11.67 $12.31 $12.99 $13.70 43 RESOLUTION NO. 2024-14 AImRN AENy A RESOLUTION OF THE CITY OF EVERGLADES CITY, FLORIDA APPROVINGTHEUPDATETOTHECITYOFEVERGLADESCITYORIGINAL WASTEWATER SYSTEM ASSET MANAGEMENT AND FISCAL SUSTAINABILITYI PLAN; AUTHORIZINGTHEASSET MANAGEMENTTEAM TO TAKE ALL NECESSARY ACTION TO EFFECTUATE THE INTENT OF THISI RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Floridal Statutes provide for financial assistance tol local government agencies WHEREAS, the Florida Department of] Environmental Protection State Revolving Fund (SRF) has designated the City of Everglades City Wastewater System Improvements identified in the Asset Management and Fiscal Sustainability (AMFS) Plan Update, as potentially eligible for to finance construction of the utility system improvements; available funding; WHEREAS, as a condition of obtaining funding from the SRF, the City is required to WHEREAS, the City Council of Everglades City has determined that approval of the attached Wastewater System AMFS Plan for the proposed improvements, in order to obtain necessary funding in accordance with SRF guidelines, is int the best interest oft the City; implement a Wastewater System AMFS Plan for the System's] Improvements; NOWTIEREFORL, BETRISOLVIDBYTIE CITY COUNCILOFTHECITY Section 1: The above recitals are true, correct, and incorporated by reference as ifs set forth Section 2: The City hereby approves the City of Everglades City Wastewater System AMFS Plan Update, attached hereto as Exhibit "A"andi incorporated by reference as aj part Section 3: The Asset Management team, City staff and the Florida Rural Water Association, is authorized to take all actions necessary to effectuate the intent of this Resolution and to implement the Updated Wastewater System AMFS Plan in accordance with applicable Florida law and City Council direction in order to obtain funding from the Section 4: The City will annually evaluate existing rates to determine the need for any increase and will increase rates in accordance with the financial recommendation found in the Wastewater System AMFS Plan Update or in proportion to the City's needs as Section 5: This Resolution shall take effect immediately upon its passage and adoption. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF OF EVERGLADES CITY,FLORIDA THAT: fully herein. oft this Resolution. SRF. determined by the City Council in its discretion. EVERGLADES CITY,FLORIDA THIS 2024. Mayor APPROVED ASTOLEGAL: FORM: Councilperson Councilperson Councilperson Councilperson Councilperson City Attorney ATTEST: Dottie Joiner, City Clerk Asset Management and Fiscal Sustainability Plan FLORIDA RURAL WATER ASSOCIATION 2970 WELLINGTON CIRCLE-TALLAMASSEE, FL: 32309-7813 (850)668-2746 May 31, 2024 Mayor Howell Grimm Jr. 102 North Copeland Ave. Everglades City, FL34139 Phone: (239)695-2511 Dear Mayor Grimm: Board of Directors PATRICIA CICHON President Monticello BRUCE MORRISON Vice President Niceville WILLIAMG G. GRUBBS Secretary/reasurer Tallahassee ROBERT MUNRO Orlando National Director POONAM KALKAT Boynton Beach SCOTTKELLY Atlantic Beach JOHNBOSTIC III Zephyrhills EXECUTIVE DIRECTOR GARYWILLIAMS Tallahassee Email: mayorgrimm@ctyotreverglades.org The Florida Rural Water Association (FRWA) is pleased to submit the Wastewater System Asset Management and Fiscal Sustainability (AMFS) plan partnership with the FDEP Clean Water State Revolving Fund (CWSRF) Program Water and wastewater systems represent critical infrastructure designed to protect the publichealth: and the environment. This update assesses the current conditions ofy your wastewater fixed capital assets (e.g., Wastewater Treatment Facilities, collection system, manholes and lift stations), and more importantly proidesrecommendatoms, procedures and tools to assistwith longr range asset protection and utility reinvestment updates. FRWA will be available to support Everglades City's Wastewater System's AMFS plan recommendations and The following update is considered a living document with tools for your use which must be updated at least annually (quarterly updates are recommended) by the system's utility management. FRWA will provide electronic copies for your use and future modification and will remain available to assist in updating As a valued FRWA member, it is our goal to help make the most effective and efficient use of your limited resources. This tool is an unbiased, impartial, independent review and is solely intended for achievement of Wastewater system fiscal sustainability and maintaining your valuable utility assets. Florida Rural Water Association has enjoyed serving you and wishes your system the FRWA most and critical needs. urgent update to the City of Everglades City. toi identify your system's prepared this update to the Plan in implementation. and revising the system's AMFS plan. A NrER EMAIL frwa@frwa.net WEBSITE www.frwa.net best in all its future endeavors. Sincerely, Patrick Daungelo FRWA Utility Asset Management Team Copy: Mike Chase, CWSRF State Revolving Fund 1 Gary' Williams, Florida Rural Water Association, Executive Director Asset Management and Fiscal Sustainability Plan City of Everglades City Wastewater System Asset Management and Fiscal Sustainability Plan Update Prepared for: City of Everglades City FLA027618 Prepared by: FLORIDA RURAL WATER ASSOCIATION Asset Management Program Inj partnership with Florida Department of Environmental Protection and State Revolving Fund Program LORIDA TRAL WNIER AssocIIoN DiamondMaps RevPlan 2 Asset Management and Fiscal Sustainability Plan Table of Contents Executive Summary Project Purpose Process. Asset Management Plan Review.. 4 Asset Conditions Summary Priority Action List. Asset Management Plan. Asset Management Requirements Asset Management Plan Implementation WasteWater System. Current Asset Conditions Capital Improvement Plan. Financial. Current Rate Structure. Reserves. Energy Management Conclusions Closing.. Master List RevPlan 9 10 12 13 16 18 19 20 21 24 24 26 27 28 49 Funding Sources for Water and Wastewater Systems Appendix A: Example Resolution 3 Asset Management and Fiscal Sustainability Plan Executive Summary Asset Management Plan Review The Everglades City' Water Resources City (APWRD) and Florida Rural Water Association (FRWA) worked together over the past several months to update the City's 2021 Asset Management and Fiscal Sustainability Plan. The asset management plan evaluation and update included these key areas: An inventory of assets and their location; remaining useful life (Life Cycle Costing); An update on evaluation of asset condition, performance, level of service, current value and Risk(s) assumed by waiting to repair, upgrade or replace critical equipment; Plans for maintaining, repairing and replacing critical assets; and Plans for funding, scheduling and implementing the Plan. Asset Management involves a collaborative effort among several essential stakeholders (field operations, engineering, finance, regulatory, customers, and others). It takes all stakeholders to bring about an effective Asset Management Plani that will provide the residents of Everglades City with reliable service at an affordable cost. Project Purpose The following report is intended to be an Update to the Asset Management and Fiscal Sustainability Plan update presented in 2021. The update is unbiased and provides recommendations for managing system assets. Everglades Cityi is a valuable member of FRWA and as always, FRWA is available to help with further implementation of your AMFSP. Process 4 Asset Management and Fiscal Sustainability Plan gathered ont the system for initial review and analysis: As systematic process was used int this update of the City's Asset Management Plan. The following data was Most recent Financial Audit and, Comprehensive Annual Financial Report (CAFR) Most recent System Capital and Operating Budgets Current FDEP Wastewater System Sanitary Surveys Water volume treated during the last 12 months. Number of connections; grouped by size ifa available. Monthly Operating Report (MORS) fori the past 12 months Current Rate Ordinance showing rates, connection fees, late fees, etc. Capital Improvement Plan (CIP) From this current data, FRWA Staff identified critical assets to evaluate in the field which includes the major system elements and processes; (collection, treatment, transmission, storage, and monitoring). Asset Conditions Summary FRWA updated some of the previously collected system assets and entered the information into Diamond Maps. While this will give an updated representation of the condition of the City's Wastewater System, iti is imperative that the City collect and assess any remaining and future assets as part of the Implementation of your AMP. To determine asset condition FRWA considers the assets age, performance, structural stability and Overall, the City has done a great jobs securing grants and funds to be able to rehabilitate and replace crucial pieces of the Wastewater system. Continuing to update asset conditions and monitoring findings will help the City plan for future projects more efficiently and efficiently. The City's Wastewater System Master Plan completed in 2021 will serve as good roadmapi for future projects. The City should annually review and update whether it would be better to rehab or replace the asset. status of projects that were included inside of the Master Plan. Priority Action List 5 Asset Management and Fiscal Sustainability Plan Based on the State requirements for participation ini the State Revolving Fund Program (SRF), a Priority Action List was developed with the help of City staff to prioritize action items and establish target dates for timely completion of needed repairs to the Wastewater System. 6 0 2 3 Asset Management and Fiscal Sustainability Plan 2.Asset Management Plan Introduction Everglades City, situated in Collier County, stands at the Barron River's mouth within Chokoloskee Bay. This bay spans around ten miles in length and two miles in width, coursing from southeast to northwest along Collier County's mainland. It remains distinct from the Gulf of Mexico due to the northern edge of the Ten Thousand Islands. The city boasts an approximate population of 426 as per US Census records. Within the entire service area of Everglades City, approximately 42.77%1 fall within the low to moderate income bracket. Estimated median household income in 2021: $81,295 In 2021 FRWA assisted ini the update of the current Asset Management Plan with Everglades City covering a wide range of needs. Now 3 years later, some needs were met while some priorities and schedules have changed. As with all Asset Management Plans as the System changes SO do the needs, therefore sO should the plan. Asset Management is not a project; it's a never- ending process that has to be continually refined and expanded. Having the tools to track the assets performance, maintenance schedules and any unscheduled repairs within the system is considered implementation of the AMFSP. Once tracked, you can start seeing the characteristics of an asset that's beginning to fail, its need for preventive maintenance and the ability of the system to avoid a critical failure. Updating the AMFSP no less than annually is critical, and semi-annually is recommended. Asset Management Requirements Ina accordance with FDEP Rule 62-503.700(7), F.A.C., State Revolving Fund (SRF) recipients are encouraged to implement an Asset Management Plan (AMP) to promote utility system long-term sustainability. Tol be accepted for the financing rate adjustment and to be eligible for reimbursement, an asset management plan must: 1. Be adopted by resolution; 2. Have written procedures in place to implement the plan; 3. Be implemented in a timely manner. An Asset Management Plan is a tactical plan for managing an organization's infrastructure and assets to deliver an agreed upon standard of service at the best appropriate cost. Desired level of service =1 this is what utilities want their assets to provide. 9 Asset Management and Fiscal Sustainability Plan Best appropriate cost: = this is the lowest life cycle cost (but it's not necessarily without cost) Basically we want to provide safe, reliable service while thinking about what the costs will bei for those services. Essentially we're thinking more like al business. Asset management best practices aim to improve utility operations. Utilities will become more familiar with these approaches as an asset management program is implemented. A good starting point for any size system is the 5 Core Questions framework. This framework walks you through all the major activities associated with asset management and can bei implemented at the level of sophistication reasonable for a given system. The 5 core questions of an asset management framework are: 1.V What Is the Current State of the Utility's Assets? 2. What Is the Utility's Required Sustained Level of Service? 3. Which Assets Are Critical to Sustained Performance? 5. What Is the Utility's Best Long-term Financing Strategy? 4. What Are the Utility's Best "Minimum Life-Cycle Cost" CIP and 0&M Strategies? This Asset Management Plan outlines the current state of Wastewater infrastructure in Everglades City. It also identifies the current practices and strategies that are in place to manage Wastewater infrastructure and makes recommendations where they can be further refined. Asset Management Plan Implementation Implementing and maintaining an active Asset Management Plan will provide numerous benefits to the Utility and its Customers, such as: Prolonging asset life and aiding in rehablitation/repair/replacement decisions Increased operational efficiencies Informed operational and management decisions Increased knowledge of asset criticality Meeting consumer demands with at focus on system sustainability and improved communication 10 Asset Management and Fiscal Sustainability Plan Setting rates based on sound operational and financial planning Budgeting by focusing on activities critical to sustained performance Meeting system service expectations and regulatonyreguremens Improving responses to emergencies Improving security and safety of assets Capital improvement projects that meet the true needs oft the system and community Provides an impartial unbiased report to help explain rate sufficiency to the community. Inc developing this plan, FRWA personnel used data from previously collected information on most of the City's geographical information system (GIS). FRWA, in partnership with FDEP has contracted with Diamond Maps to develop Asset Management software specifically for small systems at an affordable cost. The software is easy to use, as it is set up for small communities and for water/wastewater systems. The Cityl has already begun utilizing Having an asset management tool to keep data current is essential for tracking the utility's assets into the future, to assist with planning and funding for asset rehabilitation or replacement, to schedule and track asset maintenance by issuing work orders, and assigning tasks to personnel who will perform the work and update ini the system. In order to determine Fiscal Sustainability, FRWA uses an online financial tracking and revenue suficiency-modeling tool, RevPlan. RevPlan is designed to enhance asset and financial management for small/medium Florida water and wastewater utilities. It provides at free-to-member online tool to achieve financial resiliency, and to maintain utility into Diamond a cloud based Wastewater system assets. The information has been previously entered Maps, this service and contunies to update and document information when available. assets for long-term sustainability. asset and information, this tool assists the user in Byi inputting your accurate budgetary, 0&M, CIP, existing the impact rate increases/Dorrowing may have on customers. funding identifying any rate adjustments and/or external funding necessary to meet the utility finance requirements, and Additionally, RevPlan is programmed to populate asset information directly from Diamond Maps. FRWA personnel will train system staff in how to update Revplan going forward. As with Diamond Maps, annual updates to Revplan can serve as a part of implementation City of Everglades Form of Goverment Everglades City operates under a strong mayor and city council system. The mayor is the executive and administrative head of the city and not a member of the City Council. The mayor is responsible for the annual budget to the City Council. The mayor appoints the clerk, department heads and board members with City as well as the preparation and submission of an administration of all city affairs, city departments and personnel, Council approval.. 11 Asset Management and Fiscal Sustainability Plan Staffing Utilities is attributed to collaboration between its divisions and the The success of Everglades City Department varied expertise and selfless contributions of their respective teams. The Utilities and Water/Wastewater Treatment divisions in Everglades City are operated by twoi full-time employees and one part-time employee. Within theUtility Department, these two employees handle day-to-day operations critical for the utility's smooth functioning. Both also serve voluntarily on the' "asset management team," working alongside the Mayor and appointed members who oversee asset management planning. This team's duties encompass preparing, executing, and revising the plan. Additionally, the asset management team takes charge of coordinating the involvement of other staff members, like the City Clerk, Utility Billing Clerk, and City Council members, inj projects related to AMFSP adoption, ongoing development, and implementation. Title Utilities Director City Clerk Finance Administrator Utility Biling Clerk Maintenance Worker Name Lloyd Beaty Dottie Joiner Tammie Pernas Olga Pereira Kenny Dampier Part-time Maintenance Worker Tanya Beaty WasteWater System Information from previous assessments and data from the Wastewater System Master Plan indicated the following. Everglades City manages and operates a wastewater utility responsible for gathering and processing wastewater within its designated service area. This encompasses the city limits, Chokoloskee Island, Carnestown, and Copeland. The wastewater collection system comprises various low-pressure grinder pump stations and bulk wastewater from gravity sewer systems. A notable section of the service area relies on privately owned septic tanks rather than the city's wastewater system. The old Wastewater Treatment Facility (WWTF) was permitted to handle 0.160 MGD AADF but was deemed in dire need of immediate attention, labeled as being in a "very poor" condition. 12 Asset Management and Fiscal Sustainability Plan In response, the Florida Department of Environmental Protection (FDEP) has mandated a full replacement of the WWTF by. July 24, 2023, as pera Consent Order. The project suffered some delays buti is currently in operation with The comprehensive master plan was formulated to outline necessary enhancements for the Service Area over a 20- year planning period. At present, wastewater system flows amount to roughly 0.072 MGD, catering to an estimated 1,000 wastewater customers encompassing various property types like single-family residences, mobile homes, RVs, and commercial establishments. The projected increase in the Service Area's wastewater customers to 1,250 could potentially necessitate future expansions in the WWTF and improvements in the collection and transmission Anticipated requirements for the wastewater system across this planning period encompass rehabilitation, the Wastewater Master Plan and, are estimated to amount to a capital cost of $21,000,000. While the city anticipates a gradual rise in wastewater revenues consequent tot these projects, securing substantial grant contributions from governmental bodies willl be pivotal as an additional funding source. To expedite these essential activities, the following recommendations were made inside of the Master Plan: the ribbon cutting being held June 18th 2024. systems. and expansion initiatives. The proposed projects, detailed in Table 10-1 inside of assessment, permitting, system Pursue grant funding from the Department of Economic Opportunity (DEO) for Projects R01, RO2, and E02. Prioritize and execute Project RO1 (WWTF Replacement Phase 1) to comply with FDEP's Consent Order. Initiate the Request for Qualifications (RFQs) No. 1, as detailed in Section 9.4. Officially adopt a wastewater Capital improvements Plan (CIP). Update the wastewater impact fees. Launch the Request for Qualifications (RFQs) No. 2, outlined in Section 9.4. Initiate discussions with funding agencies and commence initial engineering endeavors aligned with the adopted CIP and its proposed schedule. Current Asset Conditions The water and wastewater utility within the City encompasses crucial infrastructure that provides indispensable services - safe drinking water and treated wastewater--for the community. Ensuring the proper delivery of these services safeguards' public health and the environment. The Florida Department of Environmental Protection has stringent criteria for the effective operation and upkeep of the utility system, and it falls upon the City to meet Every water and wastewater system comprises visible and invisible assets, ranging from physical components like blowers, pumps, valves, pipes, tanks, motors, and buildings to certain proprietary and costly equipment. Each of these assets plays a unique role, contributing to the: system's optimal functioning. However, all assets share a level of service. Maintenance becomes crucial as assets age, with operational costs escalating due to wear and these standards. decreased and efficiency capability to provide the required common trait-they depreciate over time, leading to reduced efficiency. 13 Asset Management and Fiscal Sustainability Plan Ata a certain point, replacing components becomes a more, judicious choice than repeatedly conducting expensive repairs. The failure or malfunction of equipment can result in inadequate treatment, customer grievances, property damage, environmental harm, permit breaches, and regulatory penaltes--particulary impactful in Florida, where Unfortunately, all assets will eventually fail, and inadequate maintenance can accelerate premature failures. Managing the aftermath of these failures is pivotal fori the utility. However, not all assets pose an equal risk of failure, nor are they equally critical tot the utility's performance. Fori instance, while at fence surrounding a well site Numerous factors contribute to asset failure, including age, environmental conditions (weather, corrosive elements), excessive use, and inadequate maintenance. Deciding between replacement and rehabilitation involves considering what's best for both the utility and its customers. This decision should be informed by comprehensive Continued implementation of a Computerized Maintenance Management System (CMMS) will enhance the longevity, performance, and reliability of the City's assets. A CMMS facilitates automated maintenance scheduling, generates work orders, and records completed tasks. Tracking and documenting maintenance activities encourage Moreover, maintenance schedules aligned with manufacturer and industry recommendations, rather than reactive fixes, can be established using a CMMS. FRWA (Florida Rural Water Association) personnel can aid the City in creating these schedules and offer training in Diamond Maps, contributing to improved utility management. FRWA and city staff previously collected and assessed the majority of the Wastewater system assets and entered the information into Diamond Maps. While this will give a good representation of the condition the City's Wastewater assets, iti is imperative that the City collect and assess any remaining components or any new assets communities rely heavily on tourism tied to the preservation of natural resources. or lift station is important, it's not as critical as the well pump or lift station pump. information obtained from various resources. staff accountability. of following construction as part of the Implementation of your AMP. Lift Stations The most current assesments of the lift stations showed similar findings to previous assesments and any recommendations from previous asset management plans and the Utility Master Plan should be followed. The City has done a great job securing funding for these projects in the forms of grants and low interset loans. All deficincies that were noted should be addressed with the outlines formulated previously. Thei following shows actions taken from the previous Priorty Action table int the 2021 Plan. Implementation/ Comments Currently under design Currently under design Action Item Chokoloskee Pump Station Rehab Everglades City Pump Station Rehab Package A Projected Start Date 9/21 9/21 14 Asset Management and Fiscal Sustainability Plan Everglades City Pump Station Rehab Package B Carnestown & Copeland Pump Station Rehab 9/21 9/25 Currently under design Currently under design Collection System The Everglades City collection system incorporates 19 lift stations and apporximitaly 75 manholes, although these manholes are privately owned and not under the system's jurisdiction. The system comprises approximately! 5.7 miles of gravity mains and 2.8 miles oft force mains. Despite this extensive network, the sewer mains' condition was not evaluated during data collection. While there was relatively minimal infiltration or inflow observed in the gravity manholes, a comprehensive assessment of the actual gravity mains through televising and smoke testing is Currently a Sanitary Sewer Evaluation Survey (SSES) is underway, involving a systematic examination of the sewer system to pinpoint potential excessive I/I sources, assess flow rates, and estimate the costs necessary for collection system rehabilitation. This analysis would aid the City in prioritizing efforts during the SSES, crucial to address potential impacts like sanitary sewer overflows (SSOs) and erratic flow variations at the WWTP, particularly during recommended. rain events or from unknown sources WWTF The current 0. 160 MGD AADF plant has been taken off-line and demolished. Construction of a new 0.175 MGD package plant along the west side of the property is complete with ribbon cutting taking place. June 18th. Phase 1A (Completed) included: New. 0175 MGD package plant New postive displacement blower facilty New electrical room New Stand-by genset The second Phase of the project adress the following after construction and operation of the new plant begins. The second Phase will address the following: Demolish and remove existing plant and associated equipment (Completed already) a concrete and membrane dewatering roll- Construct new: sludge dewatering facilty consisting of pad sludge off container system Once construction is complete, FRWA will assist the City with gathering the new data and imputting into diamnd Maps. Previous assets have been placed into an abondeded state for historical reference. Operations and Maintenance 15 Asset Management and Fiscal Sustainability Plan 0&M consists of preventive and emergency-reactive maintenance. Int this section, the strategy for 0&M varies by the asset, criticality, condition and operating history. All assets have a certain risk associated with them. This risk must be used as the basis for establishing a maintenance program to make sure that the utility addresses the highest risk assets. In addition, the maintenance program should address thel level of service performance level the customer. Unexpected incidents could objectives to ensure that the utility is running at al acceptable to changing the maintenance schedule for some assets. This is because corrective action must be taken in require to response unexpected incidents, including those found during routine inspections and 0&M activities. Utility staff As an asset is will record condition assessments when maintenance is performed and during scheduled inspections. repaired or replaced, its condition will improve and therefore reduce the overall risk of asset failure. The maintenance strategy should be revisited annually. The conditions found during the assessments of the Wastewater System Assets shows that Everglades City has taken proactive steps to maintain work history and invoices for performed maintenance. The only recommendation would be to implement Diamond Maps work orders or a comparable system so the repairs and maintenance can be more easily tracked. Capital Improvement Plan Reminders in the The utility staff and management typically know of potential assets that need to be repaired or rehabilitated. decline according toi the manufacturer's life cycle recommendations. Because the anticipated needs of the utility will change each year, the CIP is updated annually to reflect those changes. This CIP from the most recent RevPlan Diamond task calendar let the staff members know when the condition of an asset begins to Maps model is copied below and follows the comprehensive Master Plan: Fiscal Year 2024 $0 2025 2026 2027 2028 2029 2030 2031 2032 Description Water Distribution Collection P.RO1 Construction of New WWTFSRF or 100% DEO Grant P.R07 Carnestown & Copeland Pump Station Rehab Funding Source Water Revenues Revenues Grant $58,400 $116,800 $175,100 $233,500 $291,900 $350,300 $408,700 $467,000 $69,000 $138,000 $207,000 $276,000 $344,900 $413,900 $482,900 $551,900 Wastewater Wastewater $0 $1,972,800 $1,972,800 $0 $0 $0 $0 $0 $0 $0 Grant $0 $67,800 $0 $0 $0 $0 $0 $0 $0 16 Asset Management and Fiscal Sustainability Plan Replace surge/hydro tank atl WTP P.RO2 Effluent Grant Disposal Capacity Upgrade SRF or 100% DEO Grant P.NO1 Plantation Island Septic to Sewer P.E04 WTP Grant Concentrate Discharge Alternatives Evaluation Grant $340,000 $0 $0 $0 $0 $0 $0 $0 $0 $1,536,000 $0 $0 $0 $0 $0 $0 $0 $0 Grant $0 $0 $0 $0 $0 $3,408,000 $0 $0 $0 $475,000 $0 $0 $0 $0 $0 $0 $0 $0 P.E12 Update Grant Wastewater Master Plan P.NO1 Year 5 Grant FDEP Permit Renewal P.NO2 Year 10 Grant FDEP Permit Renewal P.NO3 Chokoloskee Septic to Sewer Phase 1 P.NO8 Big Grant Cypress Interconnection $0 $5,000 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $7,500 $0 $0 $0 $0 $0 $0 $0 $0 $0 $75,000 $0 $0 $0 Grant $0 $0 $0 $0 $0 $0 $0 $0 $741,600 $0 $0 $700,800 $0 $0 $0 $0 $0 $0 Funding 2024 Source Water Revenues Wastewater $0 Revenues Grant Total 2025 2026 2027 2028 2029 2030 2031 2032 $0 $58,400 $116,800 $175,100 $233,500 $291,900 $350,300 $408,700 $467,000 $69,000 $138,000 $207,000 $276,000 $344,900 $413,900 $482,900 $551,900 $4,323,800 $2,045,600 $708,300 $0 $0 $3,408,000 $0 $75,000 $741,600 $4,323,800 $2,173,000 $963,000 $382,100 $509,500 $4,044,800 $764,200 $966,600 $1,760,600 17 Asset Management and Fiscal Sustainability Plan Financial Inc order for an Asset Management Plan to be effectively puti into action, it must bei integrated with financial planning and long-term budgeting. The development of a comprehensive financial plan will allow Everglades City to identify thet financial resources required for sustainable asset management based on existing asseti inventories, desired levels ofservice, and projected growth requirements. The pyramid below depicts the various cost elements and resulting funding levels that should be incorporated into Asset Plans that are based on best practices. Growth Requirements Service Enhancements Inflation Requirements Renewal Requirements Funding at thisl levelis fullys sustainable and covers futurei investment needs. The top three elements are requiredt to fully fund asset replacement costs, Funding att this level provides for replacement costs ate existing service levels. Funding at thisl level provides for renewal opportunities which delayt the need and cost off full replacement. rules but does not adequately plan for thei future. Funding at thisl levelr meets accounting Amoritization of Historical Costs Debt Service Payments Operation and Maintenance Costs Funding: at thisl levelcovers cash costs only andi iss significantly underfundedin termsofl life cyde costs, 18 Asset Management and Fiscal Sustainability Plan The Chart below details the Associated replacement costs for the Drinking' Water system. Total Replacement Cost of System Percent of Assets Needing Replacement Cost of Replacing All Assets Needing Annual Replacement Cost of System Wastewater Wastewater Replacement Wastewater Wastewater $17,606,117.83 8.24% $1,450,308.19 $411,424.73 The chart above shows a replacement cost of the Wastewater System being $17.6 million with an annual replacement cost of $411,424. This number should be considered a starting point as larger items such as vehicles gravity sewer mains and other assets that are not readily accessible for assessment have not been included. In this current model the annual replacement cost has been built up slowly over an eight year period to help avoid large increases in rates all at one time. This schedule, along with annual increases of five and half percent (5.5 %) would satisfy the needed revenue requirements to adequately fund the Wastewater System. These increases are largely in part due tol budgeting for the replacement of assets as they reach the end of useful life. The chart below shows the annual increase schedule and revenue requirements. 2023 2024 2025 2026 2027 2028 2029 2030 2031 5.50% 5.50% 2032 5.50% 5.50% AIIC Customer Classes Base Charges Usage Charges 0.00% 0.00% 5.50% 5.50% 5.50% 5.50% 5.50% 5.50% 0.00% 0.00% 5.50% 5.50% 5.50% 5.50% 5.50% 5.50% Revenue Surplus/Deficlenoy $197,300 $90,000 $68,600 $49,200 $32,200 $17,500 $5,500 -$3,900 -$10,300 -$13,700 Current Rate Structure 19 Asset Management and Fiscal Sustainability Plan 1. Within the City of Everglades City = Residential account after October 5,2021 Sewer First 3,000 gallons All over 3,001 gallons Rate $58.46 per month - Minimum basef fee an: additional $8.27 per1,000 gallons 2. Within the City of Everglades City: = Commercial account after October 5, 2021 Sewer First 3,000 gallons All over 3,001 gallons Rate $81.73 perr month - Minimum! baset fee an additional $8.27 per 1,000 gallons 3.Within the Urban Service Area = Residential account after October5,2021 Sewer First 3,000gallons All over 3,001 gallons Rate $63.13 per month - Minimum! base fee an additional! $8.93 per 1,000 gallons 4. Within the Urban Service Area = Commercial account after October 5,2021 Sewer First 3,000g gallons All over 3,001 gallons Rate $88.27 per month 1 Minimum! base fee an additional $8.93 per 1,000 gallons" Listed below is at table showing the current revenue amounts from existing rates and the expected revenue from proposed rates. 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 Existing Revenue Rate from Sufficiency: Existing Rates $908,000 $908,000 $908,000 $908,000 $908,000 $908,000 $908,000 $908,000 $423,200 $908,000 $499,200 $908,000 Proposed Revenuet Rate: from Sufficiency: Proposed Rates $908,000 $908,000 $958,000 $1,010,600 $1,066,200 $1,124,900 $1,186,700 $1,252,000 $1,320,900 $412,900 $1,393,500 $485,500 Revenue: Surplus/Deficieny $197,300 $90,000 $18,600 -$53,400 -$126,000 -$199,300 -$273,300 -$347,900 Increasei inf Revenue $0 $o $49,900 $102,600 $158,200 $216,900 $278,700 $344,000 Further details and graphs are located in Appendix C. Information on revenue requirements, debt service, provided. This will detail the findings of the most recent model. A model should be updated annually to see if future rate increases are necessary and can help predict impacts off future projects or expenses on current revenue Improvement expense current rates and proposed rates is unrestricted funds, Capital Plan, operating projections, amounts. FRWAS staff can help train on the software and update if needed at any time. Reserves Asarule of thumb FRWA encourages systems to keep a reserve amount of 270 days of operational costs. The current total for reserves at the time of the RevPlan model was reported at $677,038.00. That would provide the City with approximately 195 days cash on hand to cover operational and maintenance costs. While the 270-day 20 Asset Management and Fiscal Sustainability Plan system strengthen their financial reserves. marki is recommended, FRWA cautions systems not to allow reserves to drop below 90 days and recommends the Unrestricted Fund Balance Utility Reserve ofv Funds: Year Balance Additiont Beginningo to Current Year End ofy Year Balance FiscalYear 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 $677,000 $983,000 $1,158,700 $1,288,000 $1,378,500 $1,438,100 $1,475,400 $1,499,700 $1,521,000 $1,549,900 $306,000 $175,700 $129,300 $90,500 $59,600 $37,300 $24,300 $21,300 $1,549,900 $29,000 $1,598,100 $48,200 $983,000. $1,158,700 $1,288,000 $1,378,500 $1,438,100 $1,475,400 $1,499,700 $1,521,000 Energy Management Energy costs often make up twenty-five to thirty percent of a utility'st total operation and maintenance costs. They also represent the largest controllable cost of providing water and wastewater services. EPA's' "Ensuring a Sustainable Future: An Energy Management Guidebook for Wastewater and' Water Utilities" provides details to support utilities in energy management and cost reduction by using the steps described in this guidebook. The Guidebook takes utilities through a series of steps to analyze their current energy usage, use energy audits to identify ways to improve efficiency and measure the effectiveness of energy projects. Energy Conservation and Cost Savings The City should ensure all assets, not just those connected to a power source, are evaluated for energy efficiency. It ish highly recommended that staff conduct an energy assessment or audit. The following are common energy management initiatives the utility should implement going forward: 1. Load management 2. Replace weather-stripping and insulation on buildings. 3. Installation ofi insulated metal roofing over energy inefficient shingle roofing 4. On-demand water heaters 5. Variable frequency driven pumps and electrical equipment 6. Energy efficient infrastructure 7. LED lighting 8. Meg electric motors 9. MCCelectrical lug thermal investigation 21 Asset Management and Fiscal Sustainability Plan 10. Flag underperforming assets for rehabilitation or replacement The above 10 energy saving initiatives are, just a start and most can be accomplished in-house. A more comprehensive energy audit, conducted by an energy consutant/professional, is recommended to evaluate how much energy is consumed system-wide and identify measures that can bei taken to utilize energy more efficiently. With the cost of electricity rising, the reduction of energy use should be a priority for water providers. Al key deliverable of an energy audit is at thorough analysis oft the effect of overdesign on energy eficiency. Plants are designed to perform at maximum flow and loading conditions. Unfortunately, most plants are not efficient at conditions. infrastructure is another source of inefficient usage of energy in WTPS across the country. average The justification for addressing aging process. Energy Audit Approach An energy operational specific changes investment. Asystem energy Aging infrastructure related energy waste is also included int the energy audit auditi isi intended to evaluate how much energy is consumed and identify measures that can be taken to changes. Each system will have unique opportunities to reduce energy use or cost depending on system and opportunities within the power provider's rate schedules. For example, an audit of an is will power consumption and cost through physical and utilize energy more efficiently. The primary goal reducing to wasted or unneeded facility energy individual Wastewater treatment plant (WWTP) attempt pinpoint consumption. It is recommended to perform an energy audit every two tot three years to analyze a return on audit approach checklist, similar to the one below, can be a useful tool to identify areas of action to resolve them. FRWA offers free Energy Assessments to our potential concern and to develop a plan of members and SRF recipients that are participating in the AMFSP Please contact your local Circuit Rider or program. FRWA team member. Jason Golden atj asongolden@frwanet to participate. Minimum Equipment Information to Gather Additional Equipment Information to Gather Conditions to Consider Pump style Number of pump stages Pump and motor speed(s) Pump rated head (name plate) Pump manufacturer's pump curves Actual pump curve Power factor Load profile Analysis of variable frequency drives (vfd's)ifp present Pipe sizes Maintenance records Consistently throttled valves Excessive noise or vibrations Buildup of sand and/or grit Evidence of wear or cavitation on pump, impellers, or pump bearings. Out-of-alignment conditions 22 Asset Management and Fiscal Sustainability Plan Motor rated power and voltage (name plate) Full load amps Rated and actual pump discharge Operation schedules Water level (source) Motor current Pumps suction pressure Discharge pressure Significant flow rate/ pressure variations Active by-pass piping Restrictions inj pipes or pumps Restrictive/leaking pump shaft packing 23 Asset Management and Fiscal sustainability Plan Ith Conclusions has been a pleasure to work with City staff and Associates. The creation of this Asset Management Plan Update Our conclusions are based on our observations during the data collection procedure, discussions with City staff, would not have been possible without their corporation and hard work. reports from regulatory inspection data, and our experience related to similar assets. Wastewater Treatment Facility. Begin Phase 2 of WWTP once plant is online Enter new assets into Diamond Maps Continue following Wastewater Master Plan Collection System Lift Stations Routinly Smoke test areas of collection system toi identify inflow and infiltration Implement the 4 outlined projects pertaining to the rehabilition of the 191 lift stations semi- annual and annual maintenance and Develop a maintenance plan to perform weekly, quartley, inspections. Implement an General Asset and Geographic Information System (GIS) program to optimize asset Management (AM) maintenance and management effectively. Conduct comprehensive staff training encompassing maintenance protocols, safety measures, and proficient utilization of the AM/GIS tool. (Diamond Maps offers this service) Maintain adherence to the existing Operations and Maintenance (0&M) Plan. Sustain commitment to the ongoing Capital Improvement Plan (CIP). Regularly monitor rates to ensure sufficient funding for operational requirements and system Implement Energy Management strategies to capitalize on potential savings resulting from even minor Adopt the Updated Asset Management Plan through a formal resolution to showcase the utility's enhancements. alterations in energy consumption. dedication to the plan'si implementation. Funding Sources for Water and Wastewater Systems On the following page is a table of common funding sources, including web links and contact information. All should be making the effort to secure funding, which can be ini the form of low or no interest municipal systems loans, grants, or a combination of both. 24 Asset Management and Fiscal Sustainability Plan Website Contact EricN Meyers rismsenelensaotss 850-245-2991 Agency/Program FDEP Drinking Water State Revolving Fund Program (DWSRF) tos/Doridadepsav/wiahtlcententcwse program /ordadepsovwnlticontencwsit Mike Chase Miaaicaselonadtsst 850-245-2969 FDEP Clean Water State Revolving Fundl Loan! Program (CWSRF) program tuslbopurdusdasowloolomamsemisva economie-development -oan-grantprogram tos/lapwarduascularosnoramankshatr. dstsnstsan tos/owedagov/resoures/economc sisenhsdain htps/wwwgrantisgov/webgrantsNENE suniNmotsVA Jeaniel Isler eanieislerellusda.soy 352-338-3440 USDAF Rural Development- Water and Wastewater Direct! Loans and Grants Economic Development Administration- Public' Works and Economic Adjustment Assistance Programs National Rural Water Association- Revolving Loan Fund Greg Vaday gvadayQeda.gov 404-730-3009 GaryV Williams Gan,Wllamsefrwanet 850-668-2746 Roger Doherty arevEsa.mdstacn 850-717-8417 Christina Coger Critmafostenstsatrn 850-539-5999 tos/bnuaor/nitathesfreohnelban.uns ganiations/lordasmalkler-communse development- block- grant-program aatrematt Reoureshundngroram: Florida Department of Economic and- derelopmentasisanselorsovemmentisand Opportunity- Florida Small Cities Community Development Block Grant Program Northwest Floridal Water Management: System- Cooperative Funding! Initiative (CFI) and technical assistance int the form of preparing funding documentation. This includes Request FRWA offers funding FRWA offers this as a free service to communities in for Inclusion (RFIs), Applications, and Disbursement Requests. Florida using knowledgeable employees dedicated to assisting with funding. can benefit from this assistance, please contact the FRWA office. For more information on how your system 25 Asset Management and Fiscal Sustainability Plan Closing This Updated Asset Management and Fiscal Sustainability plan is presented to Everglades City for consideration and final without the of the Utility staff and the Florida Department of adoption. Its creation would not be possible Environmental Protection State Revolving Fund (FDEP-SRF). cooperation Asavalued FRWAmember, it is our goal to help make the most effective and efficient use of your limited resources. The Updated Asset Management and Fiscal Sustainability Plan is an unbiased, impartial, independent review and is solely and assist Everglades valuable utility assets. The Florida Rural Water City with any future projects to ensure your intended for achievement of fiscal sustainability maintaining your Association has enjoyed serving you and will happily Asset Management Plan is a success. 26 Asset Management and Fiscal Sustainability Plan Appendix 2r messages Mon, Apr 15, 2024 at 8:39/ AM To:' Mayor@rimm@clyo!lverglades.org Mayororimm@clyoleyerglades.arg Cc: Richard DuBois Rleharb.boCrlom, Zach Lombardo omparo@wp-egatcm, dsmalwod@eilyofeverglades.org dsmalwood@elyotevergades.orgo, Terry Smallwood Good Morning Mayor Grimm, We have client who wishes to connect their residence on snook alley to the existing force main on Smallwood drive. As part of the process we need a signature from owner (or authorized person Ifi institution or company) of existing force main (Everglades City). Could you please review and sign the applicable sections on pages 13 and 141 the FDEP application for construction? Once completed, we will forward along to FDEP for their internal processing. Ihave attached the site plan for your personal review. Please let me know if you have any questions or concerns, Thank you for your time, Thomas Ryan Grant, E.I. Junior Civil Engineer RDA Consulting d/blal American Structural Engineering P:239-649-1551 F:239-649-7112 Ryan@rant@rdai.com 791 10th StS., Suite 302 Naples, FL34102 www.rdafl.com Engineers RDA Confidentially Notice: This email transmission (and/or the attachments accompanying if) is confidential and may contain copyrighted material of RDA Consulting Engineers, LLC. Itis intended for the, recipient only andi may not be used by any other person(s) without the approval of RDA Consulting Engineers, LLC. Ifyou are. not the intended recipient, please notify the sender and delete all coples oft this message. Thank you. MpslmalgogecomimalwonieuahMaTaAemséwaNpeANsEMMITAOHESAsTBAany-mpATN94179404534877.4.. 1/2 4/23/24, 2:43PM Cily ofE Everglades City! Mail- 1139 Chokoloskee Drive FDEP Application 2attachments 2545K 2 01 Master Util Plan.pdf 507K FDEP Application 1139 Chokoloskee Dr.pdf Ryan Grant Ryandrant@rdan.com> Tue, Apr 23, ,2024 at 2:41 PM To:" ypomgcyefpiag Mayor@rimm@clyoleverglades.09 Cc: Richard DuBois cbiBagctismnan Lombardo zomlaro@p-egalom, dsmalwod@clyotevergades.org dsmalwod@dlyolevergades.org, Terry Smallwood Good Afternoon, lam just following up to howt the review process is going. Please let me know if you need anything. Thank you, [Quotedt text hidden] 2attachments 2545K 01 Master Util Plan.pdf 507K FDEP Application- -1 1139 Chokoloskee Dr.pdf phatgugeamnawonena-saarmsayAawmaratemastastTaASEAMASANAmXATReSAEATVAN 2/2 4/15/24, 12:53 PM City ofE Everglades City Mail- 290 Worley Street- FDEP Application Gmail Dottie Smallwood Joiner dsmalwood@eyoleverglades.org" 290 Worley Street - FDEP Application 1message Ryan Grant Ryan@rant@rar.com Mon, Apr 15, 2024a at8:39AM To:' epgmngcyfwyaay Cpo-peee Cc: Richard DuBois Reharbubo@raiom, Zach Lombardo zompar@wPegalon, dsmalwood@clyolevergades.org dsmalwood@ciyoleverglades.0ry. Terry Smallwood maeyoaSPA baydeyoleepatecn baayealyplevepadascon Good Morning Mayor Grimm, We have client who wishes to connect their residence on snook alley to the existing force main on Smallwood drive. As part of the process we need a signature from owner (or authorized person ifi institution or company) of existing force main (Everglades City). Could you please review and sign the applicable sections on pages 13 and 14 the FDEP application for construction? Once completed, we will forward along to FDEP for their internal processing. Ihave attached the site plan for your personal review. Please let me know ify youl have any questions or concerns. Thank you for your time, Thomas Ryan Grant, E.I. Junior Civil Engineer IF RDA Consulting d/blal American Structural Engineering P:239-649-1551 F:239-649-7112 RyanGran(@rdal.com 791 10th St S., Suite 302 Naples, FL34102 www.rdafl.com Engineers RDA Confidentially Notice: This email transmission (and/or the attachments accompanying 1t) is confidential and may contain copyrighted material of RDA Consulting Engineers, LLG. Itis intended for the recipient only and may not be used by any other person(s) without the approval of RDA Consulting Engineers, LLC. Ifyou are not the intended recipient, please notify the sender and delete all copies of this message. Thank you. tpAesaNwMNTNA. 1/2 4/15/24, 12:531 PM City of Everglades City Mail- 290 Worley Street FDEP Application 2a attachments 7 FDEP Application - 290 Worley St.pdf 2134K 01 Master Util Plan.pdf 282K asoshemaaenwaNA---sTATIA 2/2 ELEVATION FT NAVD a R * ET 8 30" MIN. 48" MAX. 1+00 8 a a R ELEVATION FT NAVD Florida Department of Environmental Protection Notification/Applcation for Constructing al Domestic' Wastewater Collection/Tansmisions System Partl-General Subpart A: Permit Application Type (Check only one)* Individual permit for a domestic wastewater colection/fransmission system serving 10 or greater equivalent dwelling units (EDU). An EDU is equal to 3.5 persons. Criteria for an individual permit are containedi in Rule 62-604.600(7), F.A.C. Individual permit for a domestic wastewater colection/ransmisson system serving less than 10 equivalent dwelling units (EDU). An EDU is equal to 3.5 persons. Criteria for ani individual permit are contained In Rule 62-604.60007,FA.C. Minor revision to ani individual permit for a domestic wastewater colection/transmission system. Application fee: $500 Application fee: $300 Application fee: $250 an individual permit. Application fee: $250 a separate application: andf fee. Subpart B: Instructions Notice of Intent to use the general permit for a domestic wastewater colection/ransmission system. Criteria for a general permit are contained in Rule 62-604.600(6), F.A.C. Projects not meeting the criteria in Rule 62-604.600(6), F.A.C., must apply for *Note: Eachr non-contiguous project (Le., projects thata arer not interconnected or arer not located ona adjacent streets ori in the samer neighborhood)t requires (1) Thisf form shall be completed fora all public and private domesticy wastewater colection/transmisson. system construction projects asfollows: Ifthisi isa al Notice ofl Intentt to use thes general permit, thist notification: shal! be: submitted tot the Department at least 30 days priort to Initiating construction. Ifthisi is an application for anl Individual permit, the permit must! be obtained prior toi initiatingo construction. Onec copy oft thec completed forms shall bes submittedi tot the appropriate DEP districto officed or delegated local program along witht the appropriate fee, and one copy of the following supporting documents. Checks should be made payable to the Florida Department of Environmental Protection, or ther name of the appropriate delegated locaiprogram. Forms and documents may be submitted electronicallyi ina accordance with Ift this is al Notice of Intent to use the general permit, attach a site plan or sketch showing the size and approximate location of new or aitered gravity sewers, pump stations and force mains; showing the approximate location of manholes and isolation valves; and showing how the proposed project tiesi into the existing or proposed wastewater facilities, Thes site plan ors sketch shall be: signed ands sealed bya Ifthis is an application for ani individual permit, one set of plans and specifications shalll be submitted witht this application, The plans and specifications shalli include lift station design caiculations ifal lift station is proposed. Chapters 10 and 20 of Recommended. Standards for Wastewater Facilities, 2014, provide helpfulguidance ont the properj preparationc of plans ands specifications. Thep plans ands spedificationsshall (3) Alli information: shalll be typed or printed ini inki ifs submitting paper forms. Where: attacheds sheets (or othert technical documentation). are utilized in! lieu of thel blanks spaces provided, indicate appropriate cross-references on the form. For Items (1) through (4) of Part, i of this application the! Wastewater Electronic Document: Submission instructions avallablet from DEP's website, professional engineer registered in Florida. be: signed ands sealed! bya al Professional Engineer registered InFlorida. form,i ifa ani item is not applicablet toy your project, indicate "NA" int the appropriate: spaceprovided. DEPF Formne 62-604.300(3)(a), Notfication/Aplkationt for ConstructingaDomesley Wastewater Coledtion/ransmision System Incompoatedlyreferene! Ins subsectione 62-604.3 30013), FA.C, (October4 4,2021). Page 1 Partll-P Project Documentation (1) Colection/Tansmision SystemPermittee Name. John & Georgia Ehrlund Company Name Address 3866 Cabbage Palm' Way Loxahatchee City. Telephone, Email, Title Owners State. FL Zip. 33470 Fax. Cell (2) General Project Information Project Name. 290 Worley Street-F Forcemain Connection Project Address 290' Worely Street Chokoloskee City. Collier County County. State, FL Latitude. 25.8125 Zip. 34138 Longitude. -81.3608 Project Description and Purpose (including thet totall length andi material ofe eacho diameter ofp proposed gravitys sewers andf forcemains, total The purpose of this application is to permit ai force main extension that is intended to service 290 Worley Street. The proposed 2" force main will connect to the existing 2" or 4" HDPE force main along the West side Maime Street. The expansion will be installed on the East side of Maime street before crossing Chokoloskee Drive. It the runs East along the South side of Chokoloskee drive before crossing Chokoloskee drive to the project site. number ofr manholes, totalr number ofp pumps stations, and connections toe existing system): On-site force main and Grinder Pump to be designed by Others. Estimated date for: Start ofc construction, 06/01/2024 Completion of Construction, 12/01/2024 Number of connections to existing system ort treatment plant 1S Single Family Residence (3) Project Capacity Type of Unit Number of Units Population Total XP Population Per Unit) 2.50 Per Capita Total Average Dally Peak hour flow Per Unit 2.5 Population Flow in Gallons Flow in GPD in Gallons Per (Number ofl Units per Day (GPD) (Total Populationx Minute (GPM) Per Capital Flow) 250 Single-Family! Home Mobile Home Apartment Commercial, Institutional, or Industrial Facility* Total facilities: 1 100 0.76 NA NA NA 2.50 250 0.76 Description of commercial, institutional, andi industrial facilities and explanation of method used to estimate per capita flow for these PF (Peak Factor) = (18+ SQRT(0.003)/(4 + SQRT(0.003) =4 4.45 Peak Hour Flow = 250 GPD/ARPA6-078G/MA DEPF Form6 62-604.300(3)a), Notifcatton/Apltatont for Constructingat Domestic Wastewater Colectlon/Pransmision Systeml Incorporatedbyr referencel Ins subsection 62-604.300(3),F FA.C., (October4 4,2021) Page 2 (4) Pump Station Data (attached additional sheetsasnecessary Location Type Maximum the Station (GPD) Average Estimated Minimum Estimated Operating Conditions (GPMOFT/TDH) Estimated Flowt to Flow tot the Station Flowt to the Station (GPD) (GPD) (5) Collection/Tansmision System Design! Information A. Thisl Information must be completedi for allp projects by the applicant's professional engineer, andi ifa applicable, those professional engineers In other disciplines who assisted witht the design of theproject," The checklist belows shall be usedt for conventional collection/transmision systems while Attachment/tot thist form shalll be used for lowp pressure sewer systems, Includings septict tanke effluent pump (STEP)systems, and/ Attachment! ls shallk ber usedi for vacuum sewer systems (Include Attachments lor Ilwith thes submittal oft thist form asa applicable). These checklists coveri important Items but are notr necessarlly completely comprehenslve of collections system construction and do notr relleve the Thee engineer shalli initial each requirement ift thep project has been designed to comply witht thes standard or criterla. Mark' "NA" Ift ther requirement does not apply tot this project and provide ane explanation Ins section (5)B. Mark" "NC" ifthep projecth hasr notbeend designedtoc comPywthiherequrement andp provide ane explanationi ins section (5)B, including Note, if the project has not been designed in accordance witht thes standards and criteria set forthi inl Rules 62-604.400(1) and (2), F.A.C., an appliçation for an Individual permit shall be submitted, However, if Rules 62-604.400(1) and (2), F.A.C., specifically allow for another alternative that willr result ini an equlvalent level of reliability and publich health protection, the project can be constructed using the general permit. Also note that each requirement below andi in Attachments and Ii includes a reference to guidance or rule forf further information. "RSWF". = Recommended: Standards for Wastewater Faclilitles (2014). Health Research, Inc., HealthE Education Services Division, P.O. "MOPFD-12". - Alternative Sewer Systems, Manual of Practice No. FD-12. Alternative Sewer Systems (1986). Water Environment "FLDSG" - Design and Specification Guidelines for Low Pressure: Sewer Systems (1981). Department of Environmental Protection, "EPA ACS". Alternative Wastewater Collection Systems (1991). EPA/625/1-91/024. NTIS# PB93-1162591N2; National Technical engineer from designingt thec çollection system following sound englneering practices. Complete thet tables below (or Attachments lorl Ila as applicable) as follows: any rule references. The guldançe documents, giveni int the checklists are as follows: Box 7126, Albany, NY1 12224, www.heathresearchorg Federation, 602 Wythe Street, Alexandria, VA 22314, www.wef.org. 2600 Blair Stone Road, MS3 3540,Tallahassee, FL32399-2400, www.floridadep.gov. Information: Service, 5285 Port Royal Road, Springfleld, VA: 22161, www.ntis.gov. General Requirements Initials Item (or' "NA" Number or"NC") 20 Requirement 1 The project is designed based on: an: average daily flow of 100 gallons per capita plus wastewater flowi fromi industrial plants andi major Institutional and commercial facilities unless water use data or other justificationi is used to better estimatet thei flow. The design Includes an appropriate peaking factor, which covers 1/l contributions and non-wastewater connections tot those service lines.(Note, see Attachment Ifor low) pressure sewer systems) 2 Procedures are specified for operation of the ollection/ransmission system during construction If worki is performed on a system currently In operation. [RSWF20.15] 3 The project is designed tol be! located on public rights-of-way, land owned by the permittee, ore easements andt tol be located no closer than: 100 feet from a public drinking water supply well andr no closert than 751 feeti from a private drinking waters supplyv well; or documentation! is provided in Partl 11.(5)B., showing that another alternative will result In an [RSWF 11.243) 20 20 DEPF Form62-804300e),1 Notincation/APpleatlon: for ConstructingaD Domestick Wastewater Colectionfransmision Systeml Inorporatedbyrelerensel insubsection6 62-604300,FAC, (October4,2021) Page3 Initials Item (or" "NA" Number or" "NC") RD Requirement equivalent level ofr reliability and publici health protection. [62-604.400(1)b) and (C,F.A.C.) 4 The project is designed with no physical connections between a public or private potable water supply system and as sewer or force main and withi no water pipes passingt through or coming into contact with any part ofas sewer manhole. IRSFW 38.1] 5 The projecti is designed to preclude the dellberate Introduction of storm' water, surface water, groundwater, roofrunoff, subsurface dralnage, swimming pool drainage, air conditioning system condensate water, non-contact cooling water except as provided by Rule 62-510.668(1), F.A.C., and sources of uncontaminated wastewater, except to augment the: supply of reclaimed water In accordance with Rule 626104728)0,FAC [62- 6 The project is designed: so that all new or relocated, buried sewers andf force mains, are located in accordance with the separation requirementsf from water mains and reclalmed water lines of Rules 62-604.400/2)g) and (h), F.A.C. Note, ift the criterla of Rules 62- 604.400(2)8) 4. or (2)(h)3., F.A.C., are used, describe in Part 11.(5)B. alternative construction features that will be providedt to afforda a similar level of rellability and public health protection. [62- 604.400(2)g) and (h), FAG,625534,FAC RD 604,4004,dFAC RD Gravity Sewers Requirement Initlals Item (or' "NA" Number NA NA NA or" "NC") 7 The projecti is designed withr no public gravity sewer conveyIng rawv wastewater less than 8 Inches in diameter. [RSWF 33.1) anticipated. [RSWF33.3) 8 The design considers buoyancy ofs sewers, and appropriate construction techniques are specified to prevent flotation oft the pipe where high groundwater conditions are 9 Alls sewers are designed withs slopes to give meany velocities, when flowing full, ofi not! less than 2.0 feet per second, based on Manning's formula using an' "n" value of0.013; or ifitis not practicable to maintain these minimum slopes and the depth of flow willl be 0.3 of the dlameter or greater for design average flow, the owner oft the system has been notifled that additional: sewer malntenance willl be required. The pipe diameter ands slope are selected to obtain the greatest practical velocities to minimize solids deposition problems. Oversized sewers are not speclfled to Justify flatter slopes. [RSWF 33.41,3 33.42, and 33.43] 10 Sewers are designed with uniform slope between manholes. [RWSF3 33,441 11 Where velocities greater than 10f fps are designed, provisions to protect against displacement by erosion andi impact are specified. [RSWF 33.45] 12 Sewers on 20% slopes or greater are designed to be anchored securely with concrete, or equal, anchors spaced as follows: not over 361 feet center to center on grades 20% and up to 35%; not over 24 feet center to center on grades 35% and up to! 50%; and not over 16 feet center to center on grades 50% and over. [RSWF 33.46] 13 Sewers 241 inches or less are designed with straight alignment between manholes. Where curvilinear sewers are proposed for sewers greater than 24 inches, the design specifles compression) joints; ASTM or specific pipe manufacturer's maximum allowable pipe joint deflection limits are note exceeded; and curvilinear sewers arel limited tos simple curves 14 Suitable couplings complying with ASTM specifications are required for joining dissimilar 15 Sewers are designed to prevent damage from superimposed loads. [RSWF 33.7 16 Appropriate specifications' for the pipe and methods of bedding and! backfilling are provided so as nott to damage the pipe or its joints, impede cleaning operations andf future tapping, nor create excessive side fill pressures and ovalation oft the pipe, nor serlously 17 Appropriate deflection tests are specified for all flexible pipe including PVC. Testingi is NA NA NA NA which start and end at manholes, [RSWF 33.5] NA NA NA NA materials. [RSWF 33.7) Impair flow capacity, [RSWF33.81) DEPFom6260430Bal. -----.- Maswroikaawrmanian Syster Ingarpentedlyferental insubsection 62-6 604.30013,FA.C, (Ortober4,2021) Page 4 Initials Item (or "NA" Number or" "NC") Requirement required aftert thet final backfill has been in place at least 30 days to permit stabilization of the soil-pipe: system. Testing requirements specify: 1) no pipes shall exceed a deflectlon of 5%; 2) using a rigid! ball or mandrel for the deflection test with a dlameter not lesst than 95% oft the base Inside diameter or average inside dlameter of the pipe, depending on which is speclfied Int the ASTM speclfication,' including the appendix, to which the plpe is manufactured; and 3) performing thet test without mechanical pulling devices. [RSWF 18 Leakage tests are: specified requiring that: 1) thel leakage exfiltration or Inflitration does not exceed 100 gallons per inch of pipe diameter per mile per day for anys section of the system; 2) exfiltration or infiltration tests be performed with a minimum positive head of2 feet; and 3) air tests, as a minimum, conform to the test procedure described in/ ASTMC- 828 for clay pipe, ASTM C9241 for concrete pipe, ASTMI F-14171 for plastic! pipe, andi for other materials appropriate test procedures. [RSWF 33.93, 33,94, and 33.95] 19 Ifani inverted siphon! is proposed, documentation of its needi is provided In Parti 1.15)B. inverted siphons are designed with: 1) at least two barrels; 2)an minimum pipe size of6 inches; 3) necessary appurtenancest fori maintenance, convenient flushing, and cleaning equipment; and 4)1 Inlet and discharge: structures having adequate clearances for cleaning equipment, inspection, andf flushing. Design provides sufficient head and appropriate pipe sizes to secure velocities of atl least 3.01 fps for design average flows. Thel Inlet and outlet are designed: so that the design average flow may be diverted to one barrel, and that either 33.85] NA NA barrel may be cut out of service for cleaning. [RSWF35) Manholes Requirement Initials Item (or" "NA" Number or"NC") NA 20 The project is designed with manholes at the end of each line; at all changes ing grade, size, ora alignment; at all Intersections; and: at distances not greater than 400f feet for sewers: 15 inches or less and! 500f feet for sewers 181 inches to 301 inches, except Int the case where adequate modern cleaning equipment is avallable at distances not greater than 600f feet. 21 Design requires drop pipes tol be provided fors sewers entering manholes at elevations of 24 Inches or more above the manholei invert. Where the differençe In elevation between the incoming sewer andt the manhole invert Isl lesst than 24 inches, thei invert is designed witha fillet to prevent solids deposition. Inside drop connections (when necessary): are designed tol be secured tot thel Interior wall oft the manhole and provide access for cleaning. Design requires the entire outside drop connection be encased In concrete, [RSWF 34.2] 22 Manholes are designed witha a minimum diameter of 481 inches and a minimum access 23 Design requires that: a bench! be provided on each: side of any manhole channel when the pipe diameter(s) arel less thant the manhole diameter andt thatr no lateral sewer, service connection, or drop manholer pipe discharges onto the surface of the! bench. IRSWF 34.5] 24 Design requires: 1) manhole lift holes and grade adjustment rings be sealed with non- shrinking mortar or other appropriate materiai; 2) inlet and outlet pipes! be joined tot the manhole withag gasketed flexible watertight connection or another watertight connection arrangement that allows differential: settiement of the pipe and manhole wall; and 3) watertight manhole covers be used wherever the manhole tops may bet flooded bys street 25 Manhole inspection andi testing for water-tightness or damage prior to placing into service are speclfled. Airt testing, ifs specified for concrete sewer manholes, conforms tot thet test 26 Electrical equipment: speclfiedf for use in manholes is consistent with Item 46 of this [RSWF34.1) NA NA NA NA diameter of 24 inches. [RSWF 34.3] runoff or highy water. RSWF 34.6] NA NA procedures described In ASTM C-1244. [RSWF 34.7] checklist. [RSWF34.9] DEPF Form62-s0430030l. Notif:atioa/Applationt for Constructinge Domesticl Wastewater Colectlon/Transmision System Iintporalesbyrelerencel Insubsection6 62-604.300/3), FA.C, (October4,2 2021) Page 5 Stream Crossings Initials Item (or' "NA" Number NA Requirement or" "NC") 27 Sewers and force mains entering or crossing streams are designed to be constructed of ductile iron pipe with mechanical, joints or so they willt remain watertight and free from changes in allgnment or grade or constructed of HDPE with fused jointsi for directional drilling, Appropriate materlals which wil not readily erode, cause: siltation, damage pipe during placement, or corrode the pipe are specified tol backfill the trench. [RSWF 36.21] 28 Stream crossings are designed to incorporate valves or other flow regulating devices (which may Include pump stations) on the shoreline or at such distances from the shoreline to! prevent discharge int the event thel line Is damaged. [62- 604.400/2X05.,F F.A.C. 29 Sewers and force mains entering or crossing streams are designed at a sufficient depth below ther natural bottom oft the stream bed to protect the line. At: a minimum, the project is designed with subaqueous lines tol be buried at least three feet belowt the design or actual bottom, whichever isc deeper, ofac canal and other dredged waterway or ther natural bottom of streams, rivers, estuaries, bays, and other natural water bodles; or ifitisnot practicable to design the project with less than three-foot minimum cover, alternative construction features (e.g. a concrete cap, sleeve, or some other properly engineered device tol insure adequate protection of thel line) are described In Part I.C. [62- 30 Specifications require permanent warning signs be placed on the banks of canals, streams, andi rivers clearly Identifying the nature andl locatlon (Including depths below design or natural bottom) of subaqueous crossings ands suitably fixed signs be placed at the: shore, for subaqueous crossings of lakes, bays, and other large bodies of water, andi in any area 31 Provisions for testing thei integrity of subaqueous lines are specified. [62-604.40012)04., 32 Supports are designed for all joints in pipes utilized for aerial crossings and to prevent overturning andsettiement. Expansion Jointing is specified between above ground and below ground sewers and force mains. The design considers the impact of floodwaters and debris. [RSWF 371 33 Aerial crossings are designed tor maintain existing or required navigational capabilities within the waterway and tot reserve riparian rights of adjacent property owners, [62- NA NA 604.400(2)0)1., F.A.C., and RSWF 36.11) NA where anchoring is normally expected. 62-6040024I2,FACI NA NA NA F.A.C.) 604,4002X03,FACI PumpStations Initials Item (or' "NA" Number NA Requirement or "NC") 34 Ina areas with! high water tables, pump stations are designed to withstand flotatlon forces when empty, When sitingt the pump station, the design considers the potential for damage ori interruption of operation because of flooding. Pump statlon structures and electrical and mechanical equipment are designed to! be protected from physical damage by the 100- year flood, Pump stations are designed to remain fully operational and accessibie during the 25-year flood unless lesser flood levels are appropriate based on local considerations, 35 Pump stations are designed to be readlly accessible by maintenance vehicles during all 36 Wet well and pump station pipingl Is designed to avoid operational problems from the 37 Dry wells, including theirs superstructure, are designed tol be completely separated from the wet well. Common walls are designedt to be gas tight. [RSWF 42.21 38 The designi includes provisions to facilitate removing pumps, motors, and other mechanical 39 The design Includes provisions for: 1) sultable and safe means of access for persons wearing self- but not lesst than the 10-year fiood. (626044002e.FAC NA NA NA NA NA weather conditions. [RSWF41.2) accumulation of grit. [RSWF 41.3] and electrical equipment. RSWF4 42.22] DEPFom62601300Blei.M Noutfisatioapkatonfery ÇonstructingaDomeslky Waswrolswlammihen System! Imopentedwynieesains MahsethneASPPAGA (October4,2021) Pagc 6 Initials Item (or' "NA" Number or"NC") Requirement contained breathing apparatus are provided to dry wells, and to wet wells; 2) stairway access to wet wells more than 4 feet deep containing either bar screens or mechanical equipment requiring inspection or maintenance; 3) for built-in-place pump stations, a stairway to the dry well with rest landings at vertical intervals not to exceed 12 feet; 4) for factory-built pump stations over 15 feet deep, ar rigldly fixed landing at vertical intervals not to exceed 10 feet unless a manlift or elevator is provided; and 5) where a landing is used, a suitable and rigidly fixed barrier to prevent an individual from falling past the intermediate landing to a lower level, If a manlift or elevator is provided, 40 Specified construction materials are appropriate under conditions of exposure tol hydrogen sulfide and other corrosive gases, greases, oils, and other constituents frequently present 41 Multiple pumps are specified, ande each pump has ani individual intake. Where only two units are specified, they are of the same: size. Specified units have capacity such that, with any unit out ofs service, the remaining units willl have capacity to handle the design peak 42 Bar racks are: specified for pumps handling wastewater from 301 inch or larger diameter sewers. Where al bar rack Is specified, a mechanical hoist is also provided. The design includes provisions for appropriate protection from clogging for: small pump stations. 43 Pumps handling raw wastewater are designed to pass spheres of atl least 3i inches In diameter. Pump suction and discharge openings are designed tol be at least 41 inches in diameter. Note, this provisioni is not applicable to grinder pumps, [RSWF 42.33) 44 The design requires pumps bey placed: sucht that under normal operating conditions they will operate under a positive suction head, unless pumps are: suction-lift pumps. [RSWF 42.34] 45 The design requires: 1) pump stations be protected from lightning andi transient voltage surges; and: 2) pump stations! be equipped with lightning arrestors, surge capacitors, or other simllar protection devices and phase protection. Note, small pump stations servinga single bullding are not required to provide surge protection devices if notr necessary because the pump station Is protected byt thes surge protection device oft the: single 46 The design requires 1) electrical systems and components (e.g., motors, lights, cables, condults, switch boxes, control circuits, etc.)i in raw wastewater wet wells, ori in enclosed or partially enclosed spaces where hazardous concentrations of flammable gases or vapors may be present, comply with thel National Electrical Code requirements; 2) electrical equipment located in wet wells bes suitable for use under corrosive conditions; 3) each flexible cable be provided with a watertight seal and separate strain relief; 4)af fused disconnect switch located above ground be provided for the main power feed for all pump stations; 5) electrical equipment exposed to weather to meet the requirements of weatherproof equipment NEMA: 3R or 4;6)a 110 volt power receptacle tot facilitate maintenance be provided Insidet the control panelf for pump stations that have control panels outdoors; and 7) ground fault interruption protection be provided for all outdoor 47 The designr requires as sump pump equipped with dual check valves be provided In drywells tor remove leakage or drainage with discharge above the maximum high water level of the 48 Pump/pumps station design capacities are! based on the peakl hourly flowa and are adequate to maintain a minimum velocity of2f feet per second In thei force main. [RSWF 42.38) 49 The designi includes provisions to automatically alternate the pumps in use. [RSWF42.4] 50 The design requires: 1)s suitable shutoff valves be placed on1 thes suction line of pumps/dry pit pumps; 2): suitable shutoffa and check valves be placed ont the discharge line of each pump( (except on screw pumps); 3)a check valve be located between the shutoff valve and the pump; 4) check valves be suitable for the material being! handled; 5) check valves be placed on thel horizontal portion of discharge plping (except for ball checks, which may be placed in the vertical run); 6) allvalves! be capable ofwithstandingi normal pressure and emergency: access is included In the design. IRSWF 42.23] NA NA Inv wastewater. [RSWF 42.25] hourlyf flow. [RSWF 42.31 and 42.36] NA NA NA NA [RSWF 42.322] building. 16/6044002XD,FAC NA outlets, [RSWF 42.35] wet well. [RSWF42.37) NA NA NA NA DEPF Form 52-504,300(3)a), Noifcation/Aopaliatoniers ConstructingaDomesiel wardidwnwrann Systeml XXXA (Octoher 4,2 2021) Page 7 Initials Item (or" "NA" Number or" "NC") NA NA NA NA Requirement water hammer; and 7)alls shutoff and checkvalves be operable from the floor level and 51 The effective volume of wet welis ist based on design average flows and at filling time nott to exceed 30 minutes unless thet facllity is designed top provide flow equalization. The pump manufacturer'sduty. cycle recommendations' were utilized In selecting the minimum cycle 52 The design requires wet wellf floors have: ar minimum: slope of1to1 1to the hopper bottom and the horizontal area of hopper bottoms be no greater than necessary for proper 53 For covered wet wells, the design provides for air displacement to the atmosphere, such as 54 The design provides for adequate ventllation at all pump stations. Mechanical ventilation shalll be provided where the dry welli is below the ground. surface. Permanently installed ventilation shall be provided ifs screens or mechaniçal equipment requiring maintenance or Inspectlon are! located Int thev wet well. Pump stations are designed with noi interconnection between they wet well and dry well ventilation systems. [RSWF 42.71) 55 The design requlres alil Intermittently operated ventllation equipment to be interconnected with the respective pit lighting system and ther manuall Méhtinphentiatonswtchto, 56 The design requires the fan wheels of ventilation systems bei fabricated from non-sparking material and: automatic heating and dehumidification equipment be provided in all dry 57 Ifv wet well ventilationi is continuous, design provides fora atl least 12 complete 100%1 fresh air changes per hour; if wet well ventilation! Is intermittent, design provides for at least 30 complete 100% fresh air changes per hour; and design requires air to be forced Into wet wells by mechanical means rather than solely exhausted from the wet well. [RSWF42,75) 58 Ifdry well ventilation is continuous, design provides at least 12 complete 100%1 fresh air changes per hour; and dry well ventilation! is intermittent, design provides for at least 30 complete 100%1 fresh air changes per hour, unless a system of two speed ventilation with an initial ventllation rate of 30 changes per hour for 101 minutes and automatic: switch over 59 Pump stations are designed andl located ont thes site to minimize adverse effects from odors, 60 The design requires pump stations be enclosed with at fence or otherwise designed with approprlate features to discourage the entry of animals and unauthorized persons, Posting of an unobstructed: sign made of durable weather resistant materlal at al location visiblet to the publicy with at telephone number for a point of contact in case of emergency! Is specified. 61 The design requires suitable devices for measuring wastewater flow at all pump stations, Indicating, totalizing, and recording flow measurement: are specified for pump: stationsw with 62 The project is designed with no physical connections between any potable water supplies and pump stations. Ifa a potable water supply Is brought to as station, reduced-pressure principle! backfiow-prevention assemblies are: specified. [RSWF 42.9 and 62-555.30(4), accessible! for maintenance. [RSWF42.5) time. [RSWF42.62) Installation and function oft thei inlet. IRSWF42.63) ani inverted "" tube or other means. [RSWF42.64) NA NA NA NA override the automatic controls. [RSWF42.73) wells. [RSWF42.74] to 60 changes per houri is used to conserve heat. [RSWF 42.76) noise, and lighting, 16-6044002Xd.FACI NA NA 162-604.400(2)d), F.A.C.) NA NA a3 350 gpm or greater design peak flow. [RSWF 42.8] F.A.C.) Additional Items tol be Completed for Suction-Lift Pump Stations Initials Item (or' "NA" Number or" "NC") NA Requirement 63 The design requires all suctlon-lift pumps to be either self-priming or vacuum-priming: and the combined total of dynamics suction-lft att the' "pump off" elevation and required net positive suction! head at designoperating conditions not to exceed 22 feet. For self-priming DEP Fo:m62-604.3 3003,(a), Natfaslor/Applataater: Constructirgal DomesticV Wastewater Colection/firansmision Systemk Incorporatedb byreferencel Ins subsectione 62-604.30D(3), FAC (October4 4,2021) Page 8 Initlals Item (or' "NA" Number or" "NC") Requirement pumps, the design requires: 1) pumps be capable of rapid priming and repriming at the "lead pump on" elevation with: self-priming and repriming accomplished automaticaly under design operating conditions; 2) suction piping not to exceed the: size of the pump suction or 25 feeti in totall length; and 3) priming lft at the' "lead pump on" elevationto include as safety factor of at least 41 feet from the maximum allowable priming lift for the specific equipment at design operating conditions. For vacuum-priming pump stations, the design requires dual vacuum pumps capable of automatically and completely removing air from thes suction-lift pumps and the vacuum pumps be adequately protected from damage 64 The design requires: 1) suction-lift pump equipment compartments tol be above grade or offset andt to be effectively isolated from the wet well to prevent al hazardous and corrosive sewer atmosphere from entering the equipment compartment;: 2) wet well accessr not to bet through the equipment compartment: andt tol be: at least 241 inchesin diameter; 3) gasketed replacement plates! be provided to covert the opening tot the wet well for pump units to be removei for service; and 4) no valving bel located int the wet well. due to wastewater. [RSWF43.1 NA [RSWF 43.2] Additional Items to be Completed for Submersible Pump Stations Initials Item (or' "NA" Number or"NC") NA Requirement 65 Submersible pumps and motors are designed: specifically for raw wastewater use, including totally submerged operation during aj portion ofe each pump cycle andi to meet the requirements of thel National Electrical Codei for such units. Provisions for detecting shaft seal failure or potential seal failure are Included in the design. [RSWF 44.1] 66 The design requires submersible pumps be readily removable and replaceable without dewatering the wet well or disconnecting any piping int the wet well. [RSWF44.2) 67 Insubmersible pump stations, electrical supply, control, and alarm circuits are designed to provide strain relief; to allow disconnection from outside the wet well; and to protect terminals and connectors from corrosion by! location outside the wet well or through use 68 Ins submersible pump stations, the design requires the motor control center tol be located outside the wet well, readily accessible, and protected by a conduit seal or other appropriate measures meeting the requirements oft thel National Electrical Code, to prevent the: atmosphere of the wet welli from gaining access tot the control center. Ifaseal iss specifled, the motor can! be removed ande electrically disconnected without disturbing the seal. The design requires control equipment exposed to weather to meet the requirements ofweatherproofe equipment NEMA 3R or4. [RSWF 44.32). 69 Ins submersible pump stations, the design requires: 1) pump motor power cords be flexible and serviceable under conditions of extral hard usage and to meet the requirements of the National Electrical Code standards for flexible cords In wastewater pump: stations; 2) ground fault Interruption protection be used to de-energize the circult Int the event of any fallurei int the electrical integrityofthe cable; and 3) power cord terminal fittings! be corrosion-resistant. and constructed! ina a manner to prevent the entry of moisture into the cable, provided with strain relief appurtenances, and designed to facllitate fleld 70 Insubmerslble pump stations, the design requires ali shut-offa and checkvalves be located in aseparate valve pit. Provisions to remove or drain accumulated water from the valve pit NA NA NA of watertight seals. [RSWF 44.31) NA connecting. [RSWF 44.33] NA arel Includedi int the design. [RSWF 44.4] DEPF Form6 62-604,300(3Xa), Notfatbu/APplationt ford Construting:Domestey Wastewater Caletion/lransmision Systeml Inepersedbylerensein: subsectione 62-604,30013,FAC, (Octoher4, 2021) Page 9 Emergency Operations for Pump Stations Initials Item (or' "NA" Number NA Requirement or"NC") 71 Pump stations are designed with an alarm system which activates in cases of power failure, sump pump failure, pump fallure, unauthorized entry, or any cause of pump station malfunction. Pump station alarms are designed to be telemetered to at facility that is manned 24 hours a day, ifs such at facility is not available and a 24-hour holding capacityi is not provided, the alarmi is designed to bet telemetered to utility offices during normal working hours andt tot thel home of the responsible person(s) in charge of the lifts station during off-duty hours. Note, If an audio-visual alarm system witha as self-contained power supply is provided In lieu ofat telemetered system, documentation is providedi inl Part 11.5)B. showing an equivalent level of reliability and) public health protection. [RSWF46 72 The design requires emergency pumping capability be provided for all pump stations. For pump: stations that receive flow from one or more pump: stations through at forçe main or pump stations discharging through pipes 12 Inches or larger, the design requires uninterrupted pumping capablity be provided, including ani in-place. emergency generator. Where portable pumpinga and/org generatinge equipment or manualtransfer is used, the designi includes sufficient storage capacity with an alarm system to allow time for detection ofp pump station failure and transportation and connection ofe emergency equipment. [62- 73 The design requlres: 1) emergency standby systems tol have sufficient capacity to start up and maintain the total rated running capacity of the station, Including lighting, ventilation, and other auxiliary equipment necessary for safety and proper operation; 2) special sequencing controls be provided to start pump motors unless the generating equipment has capacity to starta all pumps simultaneouslywith: auxiliary equipment operating; 3)ar riser from thet force main with rapid connection capabllities and appropriate valving bep provided fora all pump stations to hook up portable pumps; and 4) ali pump station reliability design features be compatible with the avallable temporary: service power generating and pumping equipment of the authority responslble for operation and maintenance oft the collection/transmision. system. 162-604.40012)83, F.A.C., and RSWF 47,431] 74 The design provides for emergency equipment to be protected from operation conditions that would result in damage to the equipment andi from damage at the restoration of regular electrical power. [RSWF 47.411, 47.417, and 47.432 75 Where Independent: substations are usedi for emergency power, each separate substation and Its associated transmission! linesi is designed to be capable of starting and operating the pump: station ati itsrated capaclty. IRSWF 47.44] NA 604.400(2/a)1. and 2., F.A.C., and RSWF 47.423 and 47.433] NA NA NA Force Mains Requirement Initlals item (or' "NA" Number NA or" "NC') 76 Force mains are designed to malntain, at design pumping rates, ac cleansing velocity of at least 2 feet pers second. The minimum force main diameter speclfled for raw wastewater! Is not less than 41 Inches. (Not applicable to low pressure sewer systems) [RSWF49.1) 77 The design requires: 1) branches ofl Intersecting force mains be provided with appropriate valves such that onel branch may be shut down for maintenance and repair without interrupting thet flow of other branches; and 2)stub-outs ont force mains, placed In anticipation of future connections, be equipped witha valve to allow such connection 78 The design requires air relief valves be placed at high pointsi in the force main to prevent 79 Specifled force main pipe and joints are equalt to water main strength materials sultable for design conditions. Thet force main, reaction! blocking, and station plping are designed to withstand water hammer pressures and stresses associated with the cycling ofy wastewater R L9 & without Interruption of service. [62-604,400/2)), F.A.C. air locking. [RSWF4P2) DEPFoIm62-6 504.300a)a), NotfisationyAtplikationt for ConstructingaD DomesticW Wastewater Colleclo/Transmisisn System Intapontedlyrelerencel Ins subsectione 6,-604,3003,FAC, (October4,2 2021) Page 10 Initlals Item (or" "NA" Number or" "NC') RD R9 Requirement pump stations. [RSWF 49.41 80 When the Hazen and Williams formula is used to calculate friction losses through force mains, the value for' "C" is 1001 for unlined iron or steel pipet for design. For other smooth pipe materials, such as PVC, polyethylene, lined ductile Iron, the value for Cdoes not exceed 120 (1301 for PVCa and HDPE) for design. (Not applicable tol low! pressure sewer 81 Where force mains are constructed of material, which might cause the force maini to be confused with potable water mains, specifications require thet force maint to be clearly 82 Leakage tests forf force mains are specified including testing methods andl leakage limits. systems) [RSWF 49.61) identified. [RSWF49.7) [RSWF49.8 Note,f this project is an alternative collection system (.e. al low pressure sewer system ora vacuum: sewer system), complete the checkilst items on Attachment Ifor low pressure sewer systems or Attachment If for vacuums sewer systems. include the attachment with the submittal. Forany items marked "NA" or' "NC"provide an explanation In section 5(B). 11 Page DEPF Form6 62-04.3001310),1 Noumato/gpltaMomterc CAsNADM-KwasaNlistaylammtan Systemi Incorporated! byreferancel Ins subsections 62-604.3 300(3), FAC, (Ortober4,2021) B. Explanation for Requirements or Standards Marked' "NA" or "NC" inl (S)A above, whichi includes Attachmentsland II (attach additional sheets ifn necessary): 7-19: There is no Gravity Sewer proposed within this application. 20-26: There are no Manholes proposed within this application. 27-33: There are no Stream Crossings proposed within this application. 34-62: There are no Pump Stations proposed within this application. 63-64: There are no Suction Lift Pumps proposed within this application. 65-70: There is no Suction Lift Pumps proposed within this application. 71-75: As there is no pump stations within this submittal there is no need for emergency Item 76: Designed uses a 2" Force main per the Everglades City Standards. operations for Pump station within this application. DEPF Form6 62-604.300/3Ha), Notification/Apikationt for ConstuctingaDomesikeV Wastewater Coletion/ransmision System Incorporated! byrelerencelns subsection62-604.3 300/3), F.A.C., (October4,2021) Page 12 PARTII-Cerlifications (1) Colecion/TansmisionypsemPermitee L,theu undersignedownerora avhotaiepeaahedi -290 wealuy AHhect amf fullya awaret thatt thes statements madei int thisa application forac constructiong permit: aret true, correda ando complete tot thebestofn myk knowledges and belief. lagreet toretaint thed deslgne engineero ora another professionale engineer registeredinF Florida, toconduct on-s sited ohyenatondfcomstruction, top preparea certification ofo completion of construction, andt to reviewr recordd drawingsf for adequacy. Further,! agree top provide an appropriate operationa andr maintenance manualf fort thef faciities pursuantt tof Rule 62-6 604.50014), F.A.C., andt tor retalnay professional engineer registeredin Florida toe examine (ort top preparel lfdesired): ther manual. lamf fullya aware that Department approvalr musth bec obtained! beforet this projectis placedi intos service forpnypurposec othert thantestingf forl leaksa andt testinge equipment operation, Signed_ Ehland Name Ecorgua Fhrluny *Attacholetter ofouthorization. (2) Owner of calealon/Tammisonsptem Date_ Sey Title. Clnet 1,the undersignedc owner ora aulhonigedrpresentutive"s of City ofE Everglades Cily certifyt that wev wilibet the Owner oft thisp projecta afteritis placedintos service. lagreet that wev willoperatea andr maintaint thisp project** inar mannert that wilic complyv with applicablet Departmentr rules. Also,l lagree thaty wewilp promptynotifyt the Departmenti ifwes sellori legallytransfer ownership oft thls project. Signed. Name Howell Grimm Company! Name. City ofE Everglades Address. 102 Copeland. Ave City. Everglades Cily Telephone. 239-695-3781 Email epchaeclyatayamen Attacholetter ofo outhorizotion **Description oft thec owner's portionifsplit Date. Title Mayor State. FL Fax, 239-695-30220 Zip. 34139 Cell 239-289-3613 Second Owner of Colection/ransmisions System( (ifs system is divided with different owners ithe undersigned ownerc or aulhohmgprtsentaletal hofhlr certifyt thaty wev willb bet the Owner oft this projecta afterjtisp plaçedintos service. lagreet that wev willoperatea andr maintaint thisp projeltinan mannert thatv willc complyy with applicable! Department rles.A Alsoflagreet thatv wev willp promptlynotifyt the Departmenti ifwes sello orle legallytransfero ownershipo oft thisp project. 1 Ishe Shclandl Signed. A Name. Company Name. Address, 3866 Cabbage Palm Way Loxahatchee City. Telephone. Attachaletter of outhorizotion *Descriptiond ofthes second owner portionifsplit. (3) Wastewater FaciityServing cadeyltammisimssta" Ifthlsl Isal Notice ofintentt touseag generalp permit, check here: Oheu undersigned owner or authorizedr representatie'ofthe MowatbalApioatonter ConstrvctirgaD wwcaaw ahutione,49430D. FAC,(Dcteber4, 2021) Date AAG3,2024 Tile. FL State. Zip. 33470 075A7/-5772 Fax, Email, 2O4CpaaLAsT wastewaterf facllity Page 13 hereby certifiest that thea above referencedf facility! hast the capacity tor receive the wastewater, generated! byt the proposed collection system; Isi in compliance witht the capacity analysis reportr requirements of Rule 62-600.405, F.A.C.; is not under ai Department order associated withe effluent violations or the abiltyt tot treat wastewater adequately; and willp provide the necessarytreatment: ando disposal as required by Chapter 403, F.S., and applicable Departmentrules. Ifthis Is ana application for ani individual permit, check one: IThe undersigned owner or authorized representative*, oft the wastewater facility hereby certifiest that the above referenced facility! hasa andv willl havea adequate reserve capacity to accept thei flowf from this project and will provide the necessarytreatment: and disposal as required by Chapter 403, F.S., and applicable Departmentr rules. oft Everglades City RWPF wastewater facility Theu undersigned owner or authorized representative* the required! by Chapter 403, F.S., and applicable Departmentrules. hereby certifies thatt the: above referencedi facllity currently does not! have, but will have prior toy placingt the proposed project into operation, adequate reserve capacity to accept the flow from this project andy will provide the necessaryt treatment ando disposal as Everglades City RWPF Name of Treatment Plant Serving Project, Collier County DEP Facilityl ID: FL FLA027618 City. Everglades City 0.148 0.134 County. April Apri AADF MADF Maximum monthly average daily flow over the' last 12 month period Maximum three-month average daily fiow overt the last 12 month period, MGDI Month(s) used MGD Month(s) used. MGD 0.16 TMADF MGD Current Signed. Name. permitted capacity. Current outstanding flow commitments (including this project) against treatment plant capacity. Date. Title. Company Name. US Water Corp. Address 4939 Cross Bayoul Blvd New Port Richey City. Telephone, Email State FL Fax. Zip. 34652 Cell A Attach al lettero ofo authorization **1 Iftherei is ani intermediate. satellite collection system between the, project andt thej final receiving facility collection. system, al letters shall be attached certifying that the intermediate downstream. satellite collection system has adequate reserve capacity to accept thej flowj from this project. DEPI Form62-604.3 300(3)(a), NotficationAPplitationt for Constructinga aDomestic Wastewater Collecton/Pransmision Systeml Incorporated! byreferencel Ins subsection6 62-604.300(3), FAC., (October4 4, 2021) Page 14 (4) Professional Engineer Registeredi in Florida the undersigned; professional engineer reglsteredi in Florida, certifythatlam! Int responsible charge oft thep preparation: andp production of engineering documents for this project; that plans and specifications fori this project have been completed; that! I have expertise in the design of wastewater colection/transmision systems; and that, to the best of my knowledge and belief, the engineerings depigniforifhis project complles with the requirements of Chapter 62-604, F.A.C. RD B. IGE 93674 STATE (AffixSeal) Signed. Date. 3fyloy Name Richard DuBois Florlda Registration No. 93674 Company Name, RDAC Consulting Engineers Address 791 10th St. S, Suite 302 City. Naples Telephone. 239-649-1551 Email AichardDueos@rdal.com Portion of the projecti forwhichresponsible: State_ FL Zip. 34102 Cell Fax, 100% of the Force Main in the ROW and Easement. Onsite forcemain by others. Second Engineer (if applicable) (Affix Seal) Signed. Date. Florida Registration No., Name Company Name. Address Cky. Telephone, Email State. Zip. Cell, Fax Portion oft the Project for Which Responsible: DEPForm6 62-504.30013H0), Notification/Apltationt for Constructingal wwc. System mtumpontedlyakermcains subsections BAMMAAE,CARAENN Page 15 Third Engineer (f applicable) (Affix Seal) Signed. Date Florida Registration No. Name. Company Name Address City. Telephone. Email. State_ Zip. Cell, Fax_ Portion oft the! Project for Which Responsible:, Fourth Engineer (ifa applicable) (Affix Seal) Signed Date. Name Company! Name. Address, City. Telephone. Email, Floridal Registration No. State Zip. Celi, Fax_ Portion oft thel Project for Which Responsible: DEPF Form62-6043001BXe)." Notification/Aplkaion: forC Constructingal Domestlc Wastewater colection/Plransmision System! norportedyrelerenxel ins subsection 62-504,300(3), F.A.C, (October4 4,2 2021) Page 16 Attachmentl-Requirements for Low Pressure Sewer Systems General Requirement Initials Item (or" "NA" Number or" "NC") 2N 1 Acentral management entity, bei it public or private, is identifled fort the operation and maintenance of the on-lot facilities assoclated with alternative collectlon/ransmssion 2 The project is designed based onal minimum average dally flow of! 50to 70 gallons per capita (100 gallons per capita is recommended) plus wastewater flow! from industrial plants and majori institutional and commercial facilities unless water use data or other justification is used tol better estimate thet flow. The design includes an appropriate peaking factor, which coversi I/ contributions and non-wastewater connections to those service lines. At typical value is 200 gallons per day per EDU (350isr recommended). [MOPFD 12-Page 45,46, 232 and EPA Manual ACS2.4.1.1 and FLI DSG Page I-23] 3 Procedures are: speclfied for operation of the colection/transmision system during construction If work is performed on a system currently in operation. [RSWF 20.15] 4 Except for on-lot facilities, the projecti is designed to be! located on publicr rights-of-way, land owned byt the! permittee, or easements (surveyed or implied) andl located no closer than 100 feet from a public drinking water supply well and no closer than 75 feet froma private drinking water supply well; or documentation is provided in Part I.(5)B., showing that another alternative will result In an equivalent level of reliability and publici health 5 Systems must be designed on thel basis ofi thet type of pressurization unit employed and peak flows from the number of people tol bes served by the system. [FLDSG Page I-14) 6 Specifications require all materials of construction be capable of withstanding the environmental conditions of service. All components oft the STEP system exposed to the atmosphere (not always submerged) must be highly resistant to corrosion. [FLDSGI Page! I- 7 The project Is designed so that all new or relocated, buried sewers and force mains, are located in accordance with the separation requirements from water mains andi reclaimed water lines of Rules 62-604.400(2)8) and (h), F.A.C. Note, if the criteria of Rules 62- 604.400(2)g)- 4. or (2)(h)3., F.A.C., are used, describei inl Part I.(5)B. alternative construction features that will be providedt to afford as similar level of reliability and public health protection. [62-604.40012X8 and (h),F.A.C.; 62-555.314, F.A.C.) 8 The! project is designed with no physical connections' between any potable water supplies and pump statlons, Ifa potable water supply is brought to a station, reduced-pressure principall backtiow-prevention assemblies are specified. IRSWF 42.9 and 62-555,360, F.A.C.] 9 Specifications require the contractor keep a signed approved record copy of all specifications, plans, addenda, supplementary drawings, working drawings, change orders and similar documents in good order at the construction site and at another convenient 10 Specifications include a maintenance plan ands schedule1 for end users. Specifically, the plan shall include responsibillties of maintenance be it the end user or wastewater managing authority ands schedules for float switch cleaning/repair (annually), STEP: system effluents screens (annually) and septic tanki inspection and: solids/scum removal (3-5y years). Spare parts must alsol be addressed Int the maintenance plan. (MOPFD-12 Pages 88, 225, systems. [FL DSG Page 1-24 and 62-604,4004,FA.C RP ED RD protection. 162-604.400(1/b) and (c), F.A.C.J RD RP 12, RSWF42.25) RP Rp RD location where they are readily avallable. [FLDSGI Pagel II-14) 2D and 270- -279] Septic Tank and Wetwell Design Initials Item (or' "NA" Number or' "NC") NA Requirement 11 Pressurization unit covers and: septic tank risers incorporate locking mechanisms which DEPF Form62-604. 300(3)a), Notifleation/Apltationt for ConstudingaDomeatiey Wastewater calledtion/lransnission Systemi Incarporatedb byr reference Insubsectiont 62-604.300/3), FAC,Oatoher4,1021) Page 17 Initials Item (or"NA" Number or" "NC') NA NA NA Requirement provide relief under emergency conditions. [FLDSG Page I-12 and Il-6] 12 Pressurization units are properly vented. (Underwriters! Laboratory 778 does not consider grinder pumps to bel hazardous! locations as defined In thel National Electrical Code). [FL 13 STEP system septic tanks are vented through the building plumbing stack. [MOPFD-12 Page 14 For grinder pump station designs, ther minimum storage capacity required is! 50 gallons (additional storage capacity may be requlred based on local conditions). Storage capacity is determined byt the operating volume (volume between the pump off and alarm) plus the reserve volume (volume between the alarm level and the top of the basin). [MOPFD-12 Page 62J.STEP system septic tank residual capacity is at least 100 gallons and 50 gallons storage capacity (as defined above) in the pressurization unit. (FLDSG Page 1-13 and 1-1] 15 In areas with high water tables, grinder pump: stations ands septict tanks are deslgned to withstand flotation forces when empty. When siting the pressurization unit, the design considers the potential for damage or interruption of operation because of flooding. Pressurization unit structures ande electrical and mechanical equipment are designed toi be protected from physical damage by the 100-year flood. Pressurization units are designed to remain fully operational: and accessible during the 25-year flood unless lesser flood levels are appropriate based on local consideratlons, but not less than the: 10-year flood. FEMA flood elevations can! bet found at: p/msctemaswPpetNas [62-604.400/2)e) F.A.Ç., FLDSG Pages II-1 and I-4, MOPFD-12 Page 259) 16 Septict tanks should be located in areas not subject to vehicular traffic buti ifs subject to vehicular traffic, shall be provided with an approved structural design and have trafficl lids designedt to withstand vehicular traffic, [FLDSG Page II-1) 17 STEP system septict tanks arel located where they are easlly accessible for periodic inspection and removal of accumulated: solids. (MOPFD-12 Page 243] 18 STEP system septic tank materials speclfied: are çorrosion resistant as shown by test, 19 Provisions are included to ensure water-tightness of septic tanks when used in pressure sewers, Including tank covers, manhole risers and covers, andi inlet and outlet connections. 20 Septic tank construction shall meet the requirements of Chapter 64E-6, F.A.C., or 21 Specifications include provislons for tanki inspection of any existing septic tank tol be converted for use! In a pressure system (vacuum testing is preferred) andi if determined to not be watertight, thet tanks shalll be replaced. [FLDSGI Page 1I-6, MOPFD-12 Pages 22 Specifications include provisions to require that pressurization units are watertight and structurally sound. The specifications Include al loading diagram depicting the loads the tank willl be subjected to, commensurate with burial depth, groundwater depth, sollt types, foundation, bedding and backfill to be used, and other parameters. [MOPFD-12 Page 441 DSG Page 1-12 and 1I-145 EPAACS2.4.7) 244) NA NA NA NA NA NA NA NA experience, or analysis. [FLD DSG Page 1I-4) [FLDSG 2(5), MOPFD-12 p225,246) department regulations 24,25,236, and 246, EPA ACS2.5.3] Appurtenances Requirement Initials Item (or' "NA" Number or" "NC') NA 23 Grinder pump systems and STEP septic tank effluent filters are NSF/ANSI 46 (Wastewater Treatment System Components and Devices) certifled. Ift the systems are not NSF46 certified, provide a list of thel Items that have not been tested and demonstrated to pass through the system without issue. [FLDSG Pages II-6 and 91 24 STEP system effluent pumps are of cast Iron, bronze, and/or plastic construction of the centrlfugal type with submersible motor, Pumps are mounted int the pump wetwell or septic tank on three integral support feet or base. [FLDSG Page II-9] NA DEPF Form 62-504.300/3)a), NotlicaMeon/Applizatonk ford Construting:Demeste" Wastewater Coletion/lmnsmision Systemi mcaporatedbyrelerencel insubsectiont 62-6 604.300(3), FA.C. (October4 4,2021) Page 18 Initials Item (or' "NA" Number or" "NC") NA Requirement 25 Specifications include measures fort the control/alarm panel to be located outside the house int full view oft the pressurization unita and contained in al lockable or tamper-free, corrosion-proof: and weatherproof NEMA 4x (or greater) enclosure. [FLDSG Pagel 1-13, 26 Specificationsi include provisions that grinder pump systems and STEP systems utlize an 27 For all pressurization unit designs, a check valve is installedi in the internal piping on the discharge side of either the grinder pump or STEP system.Aredundant check valve may also be installed between the discharge coupling of the wetwell and the pressures sewer 28 The design Includes ag gate or ball valve to be located int the pressurization unit wetwell to prevent backflow when the pressurization unit Is removed for service. (FLDSG 2(G)(4)) 29 The design includes a corporation stop or U-vaive to be installed near the: service line/pressure sewer main connection to isolate thes service line at each service. Service lines are specified to bei installed at right angles to the main. [FLI DSG Pagel 1I-16, EPA ACS 30 Specifications require boxes and vaults for alr release facilities, cleanouts and other appurtenances to be sized to permit easy removal oft thet facilities, and tol permit operation of the valves. The avallable space inside ofa a grinder pump: station or septic tankl Is acceptable for valves, discharge piping and other appurtenances. (FLDSG Page HI-12) 31 Designs for all valves shall be full- diameter opening to permit cleaning witha a polypig or other devices. Valves in nonmetallic pressure sewer pipelines shall bei iron, bronze, PVC, nylon or other approved material and shall have screwed or flanged ends. Valves In metal pressure sewer pipelines shall be iron! body, bronze mounted with flanged or mechanical joint ends, except thati int the smaller sizes, valves may be all bronze with screwed ends. [FL 32 The specifications! Include provisions for all valves tol be hydrostatically shop pressure tested at: 1,725 kPa (25.0p psi) first by applyingi thel hydrostatic pressure with the valve in the open position and then with the valve int the closed position. Valves failing tol bet tight and: secure under thet test pressure: shall be rejected for pressure seweri installations. [FL. 33 For designs with valves installed on pressure sewers constructed with flexible pipe materials, the designs shall not have the valve supported! by the pipel but shall bes supported by an anchored concrete cradle or concrete block. [FLDSGI Page II-12) 34 Specifications must provide provisions for valvel boxes to be constructed of vehicular traffic-rated plastic or coated cast iron and set into position during! backfilling operations so they willl bei in a vertical alignment and parallel tot the valve operating stem. Thel lower casing of the unit shall bei first Instalted in: such ar manner as to be cushioned and toi not rest directly upon the body of the valve or upon the pressure sewer main. The upper casing of the unit shall then be placed In proper alignment and adjusted toi final grade. Backfilling shall be placed and compacted uniformly around the structure so as not to disturb the 35 For STEP systems, specifications include effluent screens. EPAAGZA6L_MODPD3Z 36 Specifications call for all appurtenances tol bep properly labeled to avoid confusion with potable water and other utility services [MOPFD-12P Page 40,FLDSG Page II-12) MOPFD-12 Page 12] NA NA NA audio and visual high-water level alarm. [FL DSG Page II-13] main connection. [FL DSG Page II-15, MODFD-12 Page: 12,57] (MOPFD-12 p12, 64) RD RP 2.4.2.2(e), MOPFD-12 Page 39,56] RP DSG Page III-12] RO 29 DSG Page HI-12) RP vertical allgnment, (FLI DSG Page 1II-12) NA RP Page 226] Electrical Requirement Initials Item (or' "NA" Number or" "NC") NA 37 The design includes pressurization units and control/alarm panels listed by testing DEPF Form 62-604.300(3X), NotifetloApplatonter ConsructingaDomastev Waslewater Calledtion/Transmision System! Incorparated! byreermelnsubestions 62-6 604.300(9), FA.C, (October4,2021) Page 19 Initlals Item (ar' "NA" Number or" "NC") NA NA NA Requirement laboratorles, e.g. Underwriters Laboratories (UL), Canadian Standards Assoclation, or 38 Inp pressurization units, pump motor connections must bey watertight [FL DSG Page I-13] 39 Specifications require conduit ends to be sealed to prevent moisture and corrosive gases from traveling though the conduit and into the control/alarm panel. |MOPFD-12 Page 79) 40 For grinder pumps, single-phase motors shall be of the capacitor start/capacitor run type for high starting torque, All grinder pumps shall be standard commercial: shop-testedt to include visual inspection to confirm construction in accordance with the specifications for correct model, horsepower, cord length, Impeller size, voltage, phase and hertz. [FLDSG Since the single-phase submerslble centrifugal grinder pump has a capacitor start type motor, capacitors and start relays must bel located In a separate control panel enclosure. The control panel should include, but not bel limited to, a magnetic starter with ambient The relay shouid have a test button for simulation of overload trip andi manual reset Faulty protection should be provided via a molded case magnetic circult breaker with Ahand-offautomatic toggle switch for hand operation with a green lightt to indicate the pump-running mode should be provided for each grinder pump and mounted on al bracket The control panel enclosure should be of high-quality construction that meets state and Should there be aj power failure, grinder pump malfunction, or flooded wetwell, pump controls and wiring must be accessible and comply with all code regulations to ensure As an alternate an exploslon-proof combination motor control/junction box may be Semi-positive displacement pumps having the starter and capacitor located in the pump core require only a standard junction boxi hook-up to the power source. [FLDSGI II-12) Effluent pump: starters and capacitors are located inside the motor housing and dor not require a separate control panel containing these components. [FLDSGII-13) 43 Specifications require the wiring to connect grinder pump or STEP systems to the power source bes suitable for direct burlal and comply with state and! lacal electrical codes. Wiring for the level sensors and control panel (ifr requiréd) must also complywith these Factory Mutual. [EPA ACS2.4.4.2, MOPFD-12 Page 79J Page II-9] NA 41 Designs for grinder pumps require: the compensated bimetallic overload relay. button. Internal common trip or multiple poles. inside the control panel enclosure. local safety codes as well as national electrical codes, safety oft the service user or operating personnel. installed Inside the grinder pump wetwell. NA NA 42 Designs for STEP systems require: requirements. [FLI DSG Page II-13] Force Mains and Service Lines Initials Item (or "NA" Number or" "NC') 9 NA Requirement 44 The projecti is designed with no physical connections between a public or private potable water supply system and a sewer or force main and with no water pipes passing through or coming Into contact with any part ofas sewer manhole. [RSFW 38.1 and 48.5) 45 Grinder pump force mains are designed to occur, at design pumping rates, a cleansing velocity of atl least 2 feet per second (1 ft/seçond for STEP system force mains) once or twice daily. Maximum velocities shall not exceed 8f feet per second. Pipe sizes shall be determined based on these criteria. FLDSG Page I-16, RSWF 42.38, EPAACS2.4.1.2, 46 For projects with existing bullding sewer service lines, the specifications note that the existing building sewers shall be Inspected as described in the Uniform Plumbing Code: and MOPFD-12 Pages 49, 238] NA DEPF Form62.604300310, NolieatlomApltatientor Consrviting*Domesike" Wastewater callertion/lansmhsion System Inoponatedbynterencel Ins subsect0n624043001 FA.C, (October4,2021) Page 20 Initials Item (or' "NA" Number or"NC") RP NA RP RD RD Requirement replaced ifr not watertight. [MOPFD-12 Page 243] 47 Designs utilizei thet following: when calculating friction losses through pressure mains, utlize al Hazen-Willams roughness coefficient Ci in English units of 1301 to 1501 for Polyvinyl Chloride (PVC) and High-Density! Polyethylene Pipe (HDPE). [FL DSG Page 1-16] 48 The design shows each bullding sewer with a cleanout! located outside and close tot the structure (building or home) and/or at the point of demarcation between building owner 49 Specified pressure main pipe and joints are equal to water main strength materials suitable for design conditions. (FLDSG Table 1-5(5)) [RSWF 48.4, FLDSG Pages I-15, andl III-1 50 Where pressure mains are constructed of material that might cause the pressure main to bec confused with potable water mains, specifications require thet force main tol be clearly 51 Specifications include measures fori inductive wire (toning cable) tol be buried with pressure mains for future location assistance. [FLDSG Pages 1-20: and III-13, EPAACS 52 The design includes cleanouts and/or shutoff valves to bel located at all pipe junctions, pipe terminations, and at locations where pipe sizes change. Note, this requirement may be fulfilled in phases for new developments with approval of the Department. Stub outs on pressure mains are placed in anticipation off future connections: and equipped with a valve At intersections, valves are placed on the upstream sides sot thati individual incoming pipes can bei isolated without cutting off service to the other branches., isolation valves shall always bei fully ported type valves, [FLDSGI Page I-21 and III-12, EPA ACS2.4.5.1, MOPFD- 53 Designs Include the spacing of inline shut-off valves at least every 600f ftint high-density areas and not more than 1000 ft Inl low-density: areas, [FLI DSG Page I-21) 54 Designs provide for wastewater type air relief valves to be placed: at high points int the force maini to prevent air locking. Automatic air release valves are designed top prevent wastewater solids and grease from reaching the valve operating mechanism.. Air and gases arer released from the valve by float action. Air Release valves are provided for downslopes 48.2, FLDSG Pages! I-22 and II-11, EPAACS2.4.2.1e: and2 2.4.5.2, MOPFD-12 Pages 12 and 55 The design provides for adequate preventive measures to avold the accumulation of gases and district maintenance. [MOPFD-12 Pages 60-61) through 4.1 identified. [RSWF 48.71 2.4.2.1.c, MOPFD-12 Page 266) to allow such connection without interruption of service. 12 Pages37 and! 55, 62-6044002/0,FAC RP Provisions RP Ine excess of: 10%. 38] for cleaning the valve by backflushing: shall be provided. [RSWF and: airi inj pressure sewer mains. These Include: RP Submersion of pressurization unit pump intake to prevent siphoning or vortexing Proper design to prevent undue retention time of wastes in pressure sewer where biological and chemical activity may produce gases. [FLDSGI Page I-22] 56 The design minimizes thel liberation of hydrogen sulfide gas where appropriate, such: as at discharges to conventional, gravity sewers. Fore example, the connection point ofa pressure sewer: system to a conventional gravity sewer system should be designed by Introducing the pressure. sewer discharge Into thes stream of the gravity sewer main or 57 Leakage tests for force mains are specified including testing methods and leakage limits. 58 Specifications require service lines tol bei installed at a depth sufficient to prevent any 59 Specifications require all pressure: sewer mainst tol be constructed' to a minimum depth of 301 Inches or as required and as measured from thei final ground surface tot thet top of the 60 Specifications require pressure sewer main installation be In: accordance with. AWWA C600 forf ferrous pressure pipe, D27741 fort thermoplastic pressure sewer pipe, ASTM 38391 for after shut-off. RP RP RD RD 20 equal alternative. [FLI DSG Page I-23) [RSWF 48.8] mechanical damage but not less than: 1 foot. [FLDSG Page II-16) barrel of the pipe. [FLDSGI Pagel III-4, MODI FD-12 Page 11] DEPF Form62.6043900a),1 Nolficallon/Apltationt ford Constructinga aDomesticy Wastewater Colectisun/Transmision System Imopontedbypeterenselns subsections 62-604,300/3), FAC (October4 4,2024) Page 21 Initials Item (or' "NA" Number or"NC') Requirement thermosetting pressure sewer pipe or approved manufacturers' written installation instructions, (FLDSG Page III-6] Bridge and Stream Crossings Initlals Item (or "NA" Number or" "NC") NA Requirement 61 The low pressure: sewer system or STEP system Is designed to meet the "Stream Crossings" portion (Items 27-33) of the Collection/Tansmision System Designl Information! beginning on page 40 of DEP Form 62- 604.300(3)a), Notification/Applcation for Constructinga Domestlc' Wastewater Collection/ransmssion System. 62-6043000)0.FAC Emergengy/Operatons Initlals Item (or" "NA" Number or "NC') NA NA Requirement 62 Pump stations are designed with an alarm system which activates in cases of pump fallure, orl highi levei. The audio-visual: alarm system shall have as self-contained power supply, 63 Generators are not required for individual grinder pump stations, however Ife emergency electric generation systems are utliized, they shalll have suffiçlent capacity to start up and maintain the total rated running capacity of the station. 62-604,4002,03, F.A.C., and 64 The design provides for emergency equipment tol be! protected from operation conditions that would result in damage to the equipment andf from damage at thei restoration of Conventional Force Mains, Pump Stations, Gravity Sewers and Manholes [RSWF 46] RSWF47.431) NA regular electrical power. [RSWF 47.411,47.417, and47.432] Initials Item (or' "NA" Number or" "NC") A9 Requlrement 65 For conventional force mains, pump stations, gravity sewers andi manholes used after leaving thel lower pressure sewer system or STEP system, thej project design meetsthe "Generall Requirements" and applicable portions of the Colection/Tansmission System Design Information! beginning on page2 2of DEP Form 62-604.300(3)a), Notification/Applcation for Constructing al Domestic' Wastewater Collection/Transmssion System. 62,6043000)8.FAC 22 Page DEPF AMEMMOAMAXwMAw.aaN System! lacaipatatedbyreleenel -ARUPAAGA-TENN EXPLAINATION FOR REQUIREMENT MARKED "NA" ORNC'FORATTACHMENTI Items 11-22: There are no Septic Tanks or Wetwells being proposed in this application. Items 23-28: There are no Grinder pumps, STEP Systems, or Pressurization Units being proposed within this application. Items 35: There are no Septic Tanks being proposed within this application. Items 37-43: There are no grinder pumps, septic tanks, or pressurization units being proposed within this submittal. Therefore, therei is no need for related electrical designs, standards, and Item 45: Due to extremely low demand and large pipe diameter relative to the demand wastewater flows cannot exceed 20 CFS. This is acceptable to the City of Everglades City staff who will own and Item 48: A cleanout will be provided at the home before connection to the private grinder pump lift station. However, this is not reflected int the Forcemain' Dryline Connection Plans, prepared by our testing within this application. maintain this sewer infrastructure. firm. Item 56: There is no Gravity Sewer being proposed in this application. Item 61: There are no Bridge or Stream crossings within this application. emergency operation for pumps is not necessary ini this submittal. Items 62-64: There are no pump stations being proposed within this application. Therefore, Attachment II-I Requirements for a Vacuum Sewer System General Requirement Initials Item (or "NA" Number or" "NC') 1 The project Is designed based on an average dailyf flow of 100 gallons per capita pius wastewater flow fromi industrial plants and major institutional and commercial facilities unless water use data or other justification is used tol better estimate thet flow. [RSWF 2 The design includes an appropriate peaking factor (minimum ratio of 3f for peak 3 Procedures are: specified for operation of the existing collection/ransmision system during construction Ifv worki is performed on a system currently in operation. [RSWF 20.15] 4 Except for on-lot facilities, the project is designed tol be located on publicr rights-of-way, land owned by the permittee, or easements. 62-604,400()D), F.A.C.) 5 Ac central management entity, bei it public or private, is identified for operation and maintenance of the on-lot facilities associated with alternative collection/transmission systems. [FLI DSG Page I-24 and 62-604.400(4), F.A.C.) 6 The project is designed tol bel located no closer than 100 feet from a public drinking water supply well and no closer than 75 feet from ap private drinking water supply well; or documentation is provided showing that another alternative will result in ane equivalent level of reliability and public health protection. 6,6044000)0.FAC 7 The project is designed with no physical connections between a public or private potable 8 The project is designed to preclude the dellberate introduction of storm water, surface water, groundwater, roof runoff, subsurface drainage, swimming pool drainage, air conditioning system condensate water, non-contact cooling water and: sources of 9 At the completion of each day's work, testing on vacuum mains and vacuum: service pit connections laid that day is specified requiring; 1) the completed portion oft thes system be plugged and subjected to a vaçuum of 22 inches Hg and then allowed to stabilize for 15 minutes prior to monitoring; and 2)av vacuum loss of less thanl % per hour during the 10 Finai testing on completed vacuum mains and vacuum service pit connections is specifled requiring: 1)t the completed portion of the system be plugged and: subjected to a vacuum of 22 inches Hg and then allowed tos stabilize for 15 minutes prior to monitoring; and 2)a vacuum loss ofl less than! % per hour duringt ther minimumi testing period of 41 hours. 11.243) hour/design average flow). [RSWF 11.243] water supply system. [RSWF 38.1 and 48.5] uncontaminated wastewater. 626044000)0.FAC minimum testing period of2H hours. [MOPFD-12 #1 Page 205] [MOPFD-12; #2 Page 205] Vacuum Collection System Initials Item (or "NA" Number or" "NC") Requirement 11 The entire pipingi network Is designed to keep the bore of the entire pipeline open; sections of pipeline are not purposely sealed. [MOPFD-12 #2 Page 200) 12 The vacuum sewer system is designed with a minimum air-to-liquid ratio of two parts alrt to 13 The vacuum: sewer: system is designed with a maximum static loss of 13 feet anda maximum friction loss of 5 feet in any singlef flow path. [MOPFD-12 #6 and! #7 Page 200) 14 The project is designed with no vacuum: sewer mains less than 41 inches in diameter, 15 Pipe and fittings for vacuum: sewer pipe Is SDR 21 pressure rated PVC pipe with double- lipped, pushon gasketed] Joints. [MOPFD-12 #13 Page 202 and Page 129] 16 General design configuration for uphill transport is based on a sawt tooth pipeline profile; one part liquid. [MOPFD-12 #5 Page 200] [MOPFD-12! #2 Page 201] DEPF Form 62-6 604,300(3)(a), Noincation/Aplcationf for ConsructingaDomestey Wastewater Collection/Pransmision System! Incorporatedb byreferenceins subsections 62-604.300(3),F F.A.C.,( (October4,2021) Page 23 Initials Item (or' "NA" Number or" "NC") Requirement or documentation is provided showing other vertical profiles are, Justified by appropriate 17 When vacuum: sewer mains or branches must ascend al hill, multiple lifts are designed ata minimum distance of 201 feet apart. Between each lift, vacuum lines are installed witha uniform slope, sot that minimum fallo of 0.25 feet is achieved between these lifts. [MOPFD- 18 The project is designed with no single lift of vacuum sewer main exceeding 3 feeti in height. 19 The project is designed with 51 maximum lifts in as series. As serles of5 5 lifts is designed tol be separated bya at least 1001 feet of vacuum mains from the nextl lift or series of lifts, at least one energy inputi is designedi in the zone ofs separation. 162-.0703,FA.C) 20 If not uphill transport, vacuum sewer mains are designed with a minimum. slope of 0.20%. For profile changes less than 1251 feet apart, the minimum falll between profile changesi is 21 Ifd directional drilling, instaliation tolerances for vacuum sewer main slope are: specified the 22 The maximum design flows (i.e., peak flows) for vacuum sewer mains sizing is designed as follows: 4-inch pipe/38 gallons per minute (gallons per minute (gpm)); 6-inch pipe/105 gpm; 8-inch pipe/210 gpm; and: 10-inch pipe/375 gpm. For vacuum mains larger than: 10- inches, flow data supports the peak design flow capacity of that pipe size. [MOPFD-12 #4 23 The project is designed with 20001 feet maximum length for any one run of 4-inch diameter 24 For changes in horizontal alignment, two 45-degreel bends connected by a short section of piping are designed, rathér than one 90-degree bend. [MOPFD-12 #8 Page 201) 25 The project Is designed withi isolation vaives at every branch connection and at intervals no greater than 15001 feet on vacuum sewer mains. Resilient coated wedge gate valves and a valve box or other approved apparatus, to facilitate proper use of the valve, are: specified. 26 The vacuum sewer system is designed to prevent damage from superimposed loads. 27 The vacuum sewer system is designed to meet the "Stream Crossings" portion (Items 27- 33) of the Collecton/Tansmission System Design Information beginning on page 4 OfDEP Form 62-6 604.300(3)(a), Notification/Applcation for Constructing al Domestic Wastewater 28 The project is designed so that all new or relocated, buried vacuum sewers, are located In accordance with thes separation requirements from water mains and reclaimed water lines of Rules 62-604.4002)8) and (h), F.A.C. Note, ift the criteria of Rules 62-604.400/2)g)- 4. or (2)(h)3., F.A.C., are used, describe in Part 1I.(5)B. alternative construction: features that will be provided to afford a similar level ofr reliability and public health protection. [62- engineering data. [MOPFD-12 #1 Page 201) 12 #10 Pages 201 and 202] [MOPFD-12 #6 Page 201] 0.25 feet. [MOPFD-12 #3 Page 201] same as those required for open trenching. 62-4.07013,FA.C) Page 201) vacuum: sewer main. [MOPFD-12 #5 Page 201] [MOPFD-12 #9 Page 201) [RSWF 33.7) Colection/ransmssion System. 62-6043000)0.FAC 604.400(2)g) and (h), F.A.C.; 62-555.314, F.A.C] Vacuum Valves Initials Item (or' "NA" Number or' "NC') Requirement 29 Vacuum valves with the ability to pass a 3-inch spherical solid are specified. [MOPFD-12#1 30 Valves that are vacuum-operated on opening and spring-assisted on closing are specified. 31 Valve configuration is designed so that the collection: system vacuum ensures positive valve seating. Valve plunger ands shaft is designed to be completely out of thei flow path when Page 204] [MOPFD-12 #2 Page 204] valve is in the open position. [MOPFD-12 #3 Page 204] DEPF Form6 62-604.300(3)a), Notification/Aplitationt for ConstrutingaDomesle" Wastewater Coleclon/ransmision Systemir incorporatedb byr referencel Ins subsectione 62-604.3 300/3), F.A.C., (October4,2021) Page 24 Initials Item (or' "NA" Number or "NC') Requirement 32 The valve is designed to be equipped with as sensor-controller that relies on atmospheric air and vacuum pressure from the downstream side of the valve fori its operation, thereby requiring no other power source. The controller is designed to be capable of maintaining the valve fully open for ai fixed period of time and be field-adjustable over a range of3to 33 With the exception oft the gravityl laterall line air-intake, no other external sources of air are 34 An internal sump breather unit arrangement is designed to connect the valve controller to its air source and provide a means of ensuring that no liquid can enter the controller during system shutdowns and restarts. It shall alsol be designed to prevent sump pressure from forcing the valve open during low vacuum conditions and provide positive sump venting, regardless of traps ini the home gravity service line. [MOPFD-12 #6 Page 204) 10 seconds. [MOPFD-12 #4 Page 204] designed as a part of the valve assembly. [MOPFD-12 #5 Page 204] Vaive Pits Requirement Initials Item (or' "NA" Number or" "NC") minute. 35 Peak flow to any vacuum valve pit is designed to a maximum of 3 gallons per 36 When specific valve service! lines having suction lifts in excess of 5.5f feet are designed, the static losses added to the! losses for that main do not exceed 131 feet. [MOPFD-12 #6 Page 37 Suction lifts from the bottom of the holding sumpi to the valve centerline do not exceed 8 38 As single valve pit is designed tos serve a maximum of four separate building sewers, butr no 39 On as system-wide design basis, the overall separate building sewer to valve pit ratio does 40 No single property or parcei is designed tol be served by more than one valve pit, unless justification is provided to support multiple valve pits. [MOPFD-12 #2 Page 202) 41 Valve pitsi installed within a road right-of-way or other areas subject to vehicular traffic shall be designed and installed toy withstand appropriate traffic loads. [MOPFD-12 #4 Page 202] 42 Valve pits are designed tol have ar receiving sump with a minimum of 50 gallons of storage. 43 Valve pits are designed to prevent entrance of wateri in the sump and for the vaçuum valve to remain fully operational ifs submerged. [MOPFD-12 #6 Page 203] 44 Valve pitl locations are designed to be easily accessible, so that valves may be easily removed andr replaced. [MOPFD-12 #7 Page 203] 45 Valve pits are designed toi include a 3" flexible PVC connector connected directly tot the valve pit between the valve pit and vacuum sewer main. [MOPFD-12 Page 162] 46 Valve pits are designed to include gravity service connection. stub-outs piping to which the sewer customer will ultimately connect. Customer connections are designed via gravity flow to the vacuum pit location. [MOPFD-12 #9 Page 203 and #1 Page 209] [MOPFD-12 #3 Page 202] 200] feet. [MOPFD-12 #6 Page 200] more than 3 gallons per minute. [MOPFD-12 #1 Page 202) not exceed 2.5:1 I.[ [MOPFD-12 #1 Page 202] [MOPFD-12 #5 Page 202] Buffer Tanks Requirement Initials Item (or "NA" Number or" "NC") 47 Buffer tanks are designed instead of single valve pits if there are monresidenta/commer.a. or hight flow inputs greater than 3-gpm peak flow or Ift there is no other practical method ofs serving the property by additional vacuum mains and valve pits. [MOPFD-12 #1 Page 203] DEPF Form62-604300191a.t Notinratlon/APpltatlion: for ConstrutingaDomesle' Wastewater Colection/transmision Systeml Intorporatedbyrelerencel Ins subsection 62-604,300(3), F.A.C, (October 4,2021) Page 25 Initials Item (or' "NA" Number or "NC") Requirement 48 Buffer tanks are designed to have an operating sump of nol less than 10 gallons ata wastewater depth of10t to 14 inches. [MOPFD-12 #3 Page 203] 49 No more than 25% of thet total peak design flow on as system-wide basis is designed to enter through buffer tanks, unless justification is provided depending on static andf friction loss and buffer tank location. [MOPFD-12 #4 Page 203) 50 No more than! 50% oft thet total peak design flowi is designed to enter a single vacuum main through buffer tanks, unless justificationi is provided depending on static and friction loss and buffer tank location. [MOPFD-12 #5 Page 203] 51 One 3-inch vacuumi valve is designed to be usedi for every 15 gpm at peak wastewater flow. For higher flows, the wastewater is designed to be admitted to a splitter manhole which will evenly split and divert the flow to multiple valve buffer tank units. [MOPFD-12 #6 Page 52 When specific buffer tank valve pits having suction! lifts In excess of5.5f feet are designed, the static losses added tot the! losses for that main do not exceed 13 feet. [MOPFD-12# #6 53 Suction lifts from the bottom oft the holding sump to the valve centerline dor not exceed 8 54 Dual buffer tanks are designed tol be connected to a6 6-inch or larger vacuum main; where three or more valves are used, an 8-inch vacuum main or larger is specified. [MOPFD-12#7 55 The design requires: 1) buffer tanks be constructed of minimum 4-feet Internal diameter precast concrete manhole sections; and 2) all joints and connections on1 the! buffer tank must be water-tight. Above ground venting of the vacuum valve must be installed, to ensure proper venting, in the event that the! buffer tank becomes filled with wastewater. 56 Provisions are included with the buffer tank design to allow for separation of the valve access area from the sanitary wastewater storage area. [MOPFD-12 #9 Page 204] 57 Provisions are included with the buffer tank design for maintenance personnel açcess, 203] Page 200] feet. [MOPFD-12 #6 Page 200] Page 204] [MOPFD-12 #8 Page 204] [MOPFD-12 #9 Page 204] Individual Gravitylaterals Initials Item (or' "NA" Number or' "NC") Requirement 58 Inspection and approval of individual gravityl laterals are: specified before final connection and vacuum valve installation requiring: 1) laterals be no less than 41 inches in diameter; and 2) laterals bes schedule 401 PVC or pressure-rated PVC (SDR 21 or SDR: 26) or similar. 59 Air-intakes for eachi individual gravity lateral are specified requiring that: 1) air-intake piping and fittings be thes same diameter as the lateral; 2) air-intakes extend a minimum of 21 feet above ground level with a gooseneck to protect against flooding; 3) air-intakes contain as stainless-steel screen to prevent thee entry of rodents, insects, and debris; and 4) air-intakes be located to prevent damage to the piping. As an alternative to air-intakes, 6- inch Dedicated Air Terminals are specified. [MOPFD-12 #8 Page 203 and #4 Page 210] [MOPFD-12 #2 and #5 Page 210] Vacuum/Pump! Stations Initials Item (or' "NA" Number or" "NC") Requirement 60 Ina areas with high water tables, stations are designed to withstand flotation forces when empty. When: siting the station, the design considers the potential for damage or interruption of operation! because off flooding. Station structures and electrical and DEP Form6 62-6 604.3 300(3)(a), Notification/Apltationt for ConstrutingaDomesle' Wastewater Collection/Pransmision System Incorporated! byreferencel Ins subsection 62-604.3 300(3), F.A.C., (October4 4,2021) Page 26 Initials Item (or "NA" Number or' "NC') Requirement mechanical equipment are designed tol be protected from physical damage by the 100-year flood. Stations are designed to remaini fully operational and accessible during the 25-year flood unless lesser flood levels are appropriate based on local considerations, but not! less 61 Stations are designed tol ber readily accessible byr maintenance vehicles during all weather 62 Thet total volume oft the vacuum collection tank is designed tol be three times the collection tank operating volume, plus 400 gal, with a minimum size of 1000 gallons. [MOPFD-12#3 63 Necessary pipe, fittings, and valves are: specified to allow for emergency pumping out of 64 Ar minimum of two pumping units are specified fork both the vacuum pumps andt the wastewater pumps, with each being capable of handling peak flow conditions with the 65 The design includes provisions to automatically alternate the pumps in use. [RSWF42.4] 66 Vacuum pumps are designed for both peak flow from the vacuum valves adjusted to a2:1 air-liquid inlet time ratio and for a system pump down time between 1 and 3 minutes with 67 Wastewater discharge pumps are designed using an appropriate peaking factor. [MOPFD- 68 Pumps handling raw wastewater are designed to pass spheres of at least 3 inchesi in diameter. Pump suction and discharge openings are designed to be atl least 41 inches in diameter. Note, this isr not applicable to grinder pumps. [RSWF 42.33] 69 The design requires pumps be placed such that under normal operating condltions they will operate under a positive suction head. [RSWF 42.34] 70 Wastewater discharge pumps are adequate to maintain ar minimum velocity of 2f feet per second in the force main. [RSWF 42.38] 71 Certification iss specified from thep pump manufacturer stating that wastewater discharge pumps are: suitable for use in a vacuum sewer installation. [MOPFD-12 #5 Page 206] 72 The design requires: 1) suitable shutoff valves (plug valves or resilient coated wedge gate valves) be placed on the suction line of wastewater discharge pumps; 2): suitable shutoff and check valves be placed on the discharge line of each wastewater discharge pump; 3)a check valve bel located betweent the shutoff valve and the wastewater discharge pump; 4) check valves be suitable for the material being! handled; 5) check valves be plaçed on the horizontal portion of discharge piping (except for bali checks, which may be placed int the vertical run); 6) all valves be capable of withstanding normal pressure and water hammer; and 7) all shutoff and check valves be operable from thei floor level and accessible for maintenance. [MOPFD-12 #6 and #8 Page 206 and RSWF 42.5] 73 Isolation valves are specified between the vacuum collection tank, vacuum pump(s), influent line, and raw wastewater discharge pipe. [MOPFD-12 #7 Page 206) 74 Vacuum station piping and fittings 4i inches and larger are speclfied to be 150! #ANSI flanged ductile iron. Piping andi fittings less than 41 inches are specified tol be schedule 80 PVC with solvent-welded joints. [MOPFD-12 #10F Page 206] 75 Station testing requirements are specified In accordance with the vacuum system manufacturer's standard. [MOPFD-12 #12 Page 206] 76 Instrumentation and control systems to provide operational functionality are specified to manufacturer's: standard, Provisions fora automatic pump alternation are includedi in the instrumentation and control system. The instrumentation and control system tol bear the UL label, per the requirements of ULS 508 and UL 508A. [MOPFD-12; #1 and #2 Page 208] 77 The design requires: 1) stations be protected from lightning and transient voltage surges; and 2) stations be equipped withl lighting arrestors, surge capacitors, or other similar protection devices and phase protection. [62-604.40012)b) F.A.C.J 78 The design provides for adequate ventilation in accordance with RSWF 42.7. [MOPFD-12 than the 10-year flood. 62,604200210.FACI conditions. [RSWF 41.2) Page 207] the vacuum collection tank. [MOPFD-12 #9 Page 206] other out of service. [MOPFD-12 #3 Page 206) one pump not in service. [MOPFD-12 #2 Page 207 and 208] 12 #2 Page 206 and 207] Page 208 and RSWF4 42.7] DEPF Forme 62-604.300(3)ah, Notification/Agpigaton: for ConstructingaDomestcl Wastewater Coletlon/Tramsmision System Incorporated! byreference! Ins subsection 62-604,300(3), FA.C, (October4,2021) Page 27 Initials Item (or' "NA" Number or' "NC") Requirement 79 Electrical equipment andi installation are designed to meet the requirements of the National Electrical Code, [MOPFD-12 #2 Page 208] 80 Adequate temperature control is designed for thei main electrical equipment and primary power distribution. [MOPFD-12 #5 Page 209] 81 Potable water, power, andt telephone service is specified to be provided to the vacuum/pump station. [MOPFD-12 #6 Page 209] 82 Outdoor lighting for security is specified. [MOPFD-12 #9 Page 209] 83 Stations are designed and located on the site to minimize adverse effects from odors, noise, and lighting. [62-604.400/2)c), F.A.C.) 84 The design requires stations be enclosed with af fence or otherwise designed with appropriate features to discourage the entry ofa animais and unauthorized persons. Posting of an unobstructed: sign made of durable weather resistant material at al location visible to the public with at telephone number fora a point of contact in case ofe emergencyi is 85 The design provides for suitable and safe means of access In accordance with RSWF 42.23. 86 Specified construction materials are appropriate under conditions of exposure to hydrogen sulfide and other corrosive gases, greases, oils, and other constituents frequently present in wastewater. Thet ferrous metal components of the vacuum pump station are specified to be protectively coated to prevent corrosion. [MOPFD-12 #11 Page 206 and RSWF 42.25] 87 The deslgn includes provisions tot facilitate removing pumps, motors, and other mechanical 88 The design requires suitable devices for measuring wastewater flowa at: all pump: stations. Indicating, totalizing, and recording flow measurement: are specified for stations with a 350 89 The station is designed with noj physical connections with any potable water supplies. Ifa potable water supply is brought to a station, reduced-pressure principle backflow- prevention assemblies are: specified. [RSWF 42.9 and 62-555.360(4), F.A.C.J specified. [62-604.4002)d), F.A.C.) [RSWF 42.23] and electrical equipment. [RSWF 42.22) gpm or greater design peakf flow. [RSWF 42.8] Emergency Operations for Vacuum/Pump! Stations Initials Item (or' "NA" Number or "NC") Requirement 90 Stations are designed with an: alarm system which activates in cases of power failure, pump failure, unauthorized entry, or any cause of pump station malfunction. Station alarms are designed to be telemetered to af facility that Is manned 24 hours a day. Ifs suchaf facilityi is not available, the alarm Is designed to be telemetered to utility offices during normal working hours andt tot the home oft the responsible person(s) in charge of the lift station during off-duty hours. Note, Ifa an audio-visual alarm system with a self-contained power supply is provided in lieu ofa at telemetered system, documentation is provided showing an equivalent level of rellability and public! health protection. [RSWF 46] 91 The design requires emergency pumping capability be provided fora all stations, For stations discharging through pipes 12 inches or larger, the design requires uninterrupted pumping capability be provided, including an in-place emergency generator. Where portable pumping and/or generating equipment or manual transfer is used, the design includes sufficient storage capacity with an alarm system to allow time for detection of station failure andt transportation and connection of emergency equipment. 62-604,4002/a)1. and 2., F.A.C., MOPFD-12 #4 Page 209 and RSWF 47.423 and 47.433] 92 The design requires: 1) emergency standby systems to have sufficient capacity to start up and maintain thet total rated running capacity of the station, Including lighting, ventilation, and other auxillary equipment necessary for safety and proper operation; 2): special sequencing controls be provided to start pump motors unless the generating equipment DEPF Form6 62-604.3 .300(3)(a), Notifration/Apleationt for ConstrutingaDomesteV Wastewater Colection/fransmison Systemk Incorporatedb byreferencei ins subsectionG 62-604.300(3), F.A.C., (October4 4,2021) Page 28 Initials Item (or' "NA" Number or" "NC") Requirement has capacity to start all pumps simultaneousiy with auxiliary equipment operating; 3)a riser fromi thet forcer mainy withr rapid connection capabilities and appropriate valving be provided for all stations to hook up portable pumps; and 4) all station reliability design features be compatible with the available temporary: service power generating and pumping equipment of the authority responsible for operation and maintenance oft the colection/ransmision system. 62-604.40012)a)3. F.A.C. and RSWF 47.431] 93 The design provides for emergency equipment to be protected from operation conditions that would result in damage to the equipment and from damage at thei restoration of regular electrical power. [RSWF47.411, 47.417, and4 47.432] 94 For permanently! installed internal combustion engines, underground fuel storage and piping facilities are designed in accordance with applicable state and federal regulations; and the design requires engines to be located above grade with adequate ventilation of fuel vapors and exhaust gases, [RSWF 47.414 and 47.415] 95 For permanently installed or portable engine-driven pumps are used, the design includes provisions for manual start-up. [RSWF 47.422] 96 Where independent. substations are usedf for emergency power, each separate substation and its assoclated transmission linesi is designed to be capable of starting and operating the pump station ati itsr rated capacity. [RSWF 47.44] Conventional Force Mains, Pump Stations, Gravity Sewers and Manholes Initlals Item (or "NA" Number or "NC") Requirement 97 For conventional force mains, pump stations, gravity sewers andi manholes used after leaving the vacuum/pump. station, the project design meets the' "General Requirements" and applicable portions of the Collection/Transmision System Design Information beginning on page 2of DEP Form 62-6 604.300(3)(a), Notfication/APplcation for Constructing a Domestic Wastewater Colection/Tansmision System. 62-604,3003)a), F.A.C.] DEPF Form6 62-604,300(3)a)," Notifcation/Aplsatonk for Constructingat Domestic Wastewater Colection/Transmision Systemi Intarpoatedbyllerenceh Ins subsectlon 62-604.300(3), FA.C., (October 4,2021) Page 29 DocuSign Envelope ID: 052E3091-AEBA-4AAI-AC3F-DEG694DA8D0C AGENDA NUMBER ITEM 77 Infrastructure Transfer Utility Agreement The City of Everglades City, Florida And GARWIN AND JODY BROWN and JOANNOU PAVLO This Utility Infrastructure Transfer Agreement (the "Agreement") is made and entered into by and among (1)the City of Everglades City, Florida, a Florida municipality (the "City"), and (2) Garwin and Jody Brown, as husband and wife and Joannou Pavlo, a single man, property owners on Chokoloskee Island, Florida, in unincorporated Collier County, Florida (the Property Owners") as of the date of the lasts signature. The City and the Property Owners are collectively referred to herein as the "Parties". Whereas, the City operates al Wastewater treatment facility and collection system (the Whereas, The Property Owners own certain real property located in Collier County, Florida, at 1139 CHOKOLOSKEE DR, Chokoloskee, Florida (parcel number 26084760007), together with the building, improvements, and related and tangible personal property located thereon and all rights, easements, and appurtenances thereto (the "Subject Property"); Whereas, Property Owners plan to construct a segment of a two-inch underground wastewater force main in unincorporated Collier County, Florida, between Mamie Street and the Subject Property through 1125 CHOKOLOSKEE DR and the Chokoloskee Drive right of Wastewater Treatment System"); way (the Infrastructure"); and Whereas, Property Owners desire to transfer Property Owners' said Infrastructure to the City, and the City desires to own, operate, and maintain the Property Owners' Infrastructure as a component of the City's Wastewater Treatment System. Now Therefore, in consideration of the promises and mutual covenants set forth in this Agreement, the Parties agree as follows: 1. Local, State, and Federal Permits The Property Owners shall, at their sole expense, apply for and obtain all local, state, and federal permits required byk local, state, and federal law, including butr not limited tol building and environmental permits, to construct the Infrastructure pursuant to the City's Utility Standards Handbook, and then connect the Infrastructure to the City's wastewater treatment system pursuant to the City's Utility Standards Handbook. If this permitting is 1of6 DocuSign Envelope ID: 052E3091-AEBA-AAI-AC3F-DE6694DABDOC done before the currently under construction wastewater treatment plant, then all permits shall be dry-line permits. 2. Location of Infrastructure The Property Owners shall locate the Infrastructure in an area approved by the City, as determined int the sole discretion of the City. 3. Connection of Infrastructure after Permitting The Property Owners, after obtaining all required permits as stated in section 1, shall, at their sole cost and expense, connect to the Wastewater Treatment System pursuant to the reasonable approval of the City's Utility Director. 4. Testing The Property Owners shall, after connecting the infrastructure, provide a satisfactory pressure test at the Property Owners sole expense. 5. Easement Before the Utility Transfer (as defined herein) the Property Owners, upon transfer of the Infrastructure, shall provide utility easements to the City, in a form acceptable to the City (with legal description and survey added for each easement), over the following properties: Collier County parcel numbers 26084760007, 26084840008, and the Chokoloskee Drive Right of Way (the "Utility Easements"). The utility easements must specifically include the area where the Infrastructure is located with sufficient additional space to maintain same as determined in the sole discretion of the City. A title opinion shall be provided for each easement and to the extent any properties are encumbered, a subordination, consent, and joinder shall be provided in favor of the Utility Easements. 6. Transfer of Infrastructure after Permitting, Connection, Testing, and 6.1. The Property Owners, after all required permits pursuant to section 1 have been obtained, after connection to the City's Wastewater System is completed, pursuant tos section 3, after providing a satisfactory pressure test result pursuant to section 4, and after providing tot the City easements pursuant to section 5, shall grant, release, quitclaim, and transfer to the City title and ownership of the Property Owners' Infrastructure, which shall be located and situated entirely within the Utility Easements on Snook Alley by way of a bill of sale (the "Utility Transfer"). To the extent any dry-line permits are issued, the transfer of Infrastructure shall not take place until the full permits are obtained by the Easements Property Owners, 2of6 DocuSign Envelope ID: 052E3091-AEBA-AA1-AC3F-DE6694DA8DOC 6.2. The City shall operate; and maintain the Infrastructure or a functional equivalent thereto as a component of the City's Wastewater Treatment System at no less than its existing functional capacity. 7. Monetary Consideration The City agrees to pay to each of the Property Owners a lump sum payment of $10.00, as full and valid consideration, by the execution of this Agreement the Property Owners transfer oft the Infrastructure tot the City. Such payment to be made within thirty (30) days after the Utility Transfer and receipt by the City ofal bill ofs sale executed by the Property Owners for the Infrastructure, The amount constitutes full and complete payment for any and all oft thei interests transferred under this Agreement. 8. Individual Connections After the Utility Transfer, each Property Owner and any other person desiring and able to connect to the Infrastructure, shall comply with the City's ordinances regarding connection and connection fees. 9. Authority to Bind Party The Parties represent and warrant they are, authorized to enter into this Agreement and that they have the authority to perform the terms of this Agreement. Property Owners represent and that they have not sold, assigned, transferred, conveyed, or otherwise disposed of all or any portion of the Infrastructure. 10. No Further Obligations The obligations of the City and Property Owners are limited to those expressly set forth herein. This Agreement shall be construed to give rise to any further obligations on the part of the Property Owners or City, express or implied. 11. No General Obligation obligations, debts or liabilities of the City. The obligations of the Citys set forth herein shall not be construed to be or constitute general 3of6 DocuSign Envelope ID: 052E3091-AEBA-AA1-AC3F-DEG694DA8DOC 12. Remedies Each party hereto shall have such remedies as are available pursuant to applicable law for any breach or non-pertormance of the other party. 13.Governing Law This Agreement shall be governed and construed in accordance with thel laws oft the State of Florida, Venue for any dispute shall be located in a civil court of competent jurisdiction of Collier County, Florida. 14. Severability Partial Invalidity The provisions of this Agreement are declared by the Parties to be severable, except for sections 1,2,3,4, and 5, If any part of this Agreement, other than sections 1,2,3,4, and 5s shall be determined to be invalid or unenforceable by a court of competent jurisdiction, the remainder oft this Agreement shall remain ini full force and effect, provided that the part of this Agreement thus invalidated or declared unenforceable is not material to the intended operation of this Agreement. 15. Complete Integration This Agreement incorporates and include: all prior negotiations, correspondence, conversations, agreements, understandings applicable to the matters contained herein and the Parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It Is further agreed that no modification, amendment, or alteration in the terns or conditions contained herein shall be effective unless contained ina a written document executed with the same formality and of equal dignity herewith. 16. Disclaimer of Third-Party Beneficiaries; Joint Venture or Partnership This Agreement is solely for the benefit of the Parties hereto and no. right or cause for action shall accrue to, or for the benefit of, any third party not a party hereto. This Agreement shall not be construed to create a joint venture or partnership between the Parties hereto. 17.Ambiguities The Parties have been allowed equal input regarding the terms and wording of this Agreement and had the benefit of consultation with legal counsel prior to its execution such that all language herein shall be construed equally against the Parties, and no language shall be construed strictly against its drafter. 4of6 DocuSign Envelope ID: 052E3091-AEBA4AA1-AC3F-DE6694DA8DOC 18. Headings The headings or captions of sections or paragraphs used in this Agreement are for convenience of reference only and are not intended to define or limit their contents, nor are they to affect the construction of or to be taken into consideration in interpreting this Agreement. Signatures on following page. 5of6 DocuSign Envelope ID: 052E3091-AEBA-4AA1-AC3F-DE6694DA8DOC IN WITNESS WHEREOF, the Parties have hereunto set their hands and seal effective of the last date set forth below, 7 Garwin Brown Date: F540490A3BC94B7. EAP Jody Brown Date: 7/2/2024 Docusignedby: Sbaunow Powlo BE07B8758F7F404.. Joannou Pavlo Date: 7/2/2024 City Everglades City, Florida, a Florida municipality By:. The Honorable Howie Grimm, Mayor Date: 6of6 4/16/24,1 10:16AM City of Everglades City Mail- 1139 Chokoloskee Drive FDEP Application Gmail Dottie Smallwood Joiner dsmalwood@etyoleverglades.org 1139 Chokoloskee Drive - FDEP Application 1m message Ryan Grant Fyancran@ruar.com Mon, Apr 15, 2024 at 4:14 PM To:" Mayorormm@ciyotEvergades.ory Mayoromimm@olydleverglades.crg Cc: Richard DuBois Rleharcbuco@ralcom, Zach Lombardo ombarco@wpegatcom, dsmalwood@ciyoleverglades.org dsmalwood@clydleyerglades.org, Terry Smallwood tsmalwood@elyolevergades.org, Deaty@eyofeverglades.com taay@clyolevapadescom Good Afternoon Mayor Grimm, We have client who wishes to connect their residence on Chokoloskee Drive to the existing force main on Chokoloskee Drive. As part oft the process we need a signature from owner (or authorized person ifi institution or company) of existing force main (Everglades City). Could you please review and sign the applicable sections on pages 13 and 14 the FDEP application for construction? Once completed, we will forward along to FDEP for their internal processing. Ihave attached the site plan for your personal review. Please let me know ify you have any questions or concerns. Thank you for your time, Thomas Ryan Grant, E.I. Junior Civil Engineer IF RDA Consulting d/blal American Structural Engineering P2PB-6IE2PB7I2 Fyanoran@rdai.com 791 10th Sts S., Suite 302 Naples, FL34102 www.rdafl.com Engineers RDA Confidentially Notice: This email transmission (and/or the attachments accompanying if) is confidential and may contain copyrighted material of RDA Consulting Engineers, LLC. Itis intended for the recipient only and may not be used by any other, person(s) without the approval of RDA Consulting Engineers, LLC. Ify you are. not the intended recipient, please notify the sender and delete all copies of this message. Thank you. htpslimailgoole.com/mairnori-asatarepaewrplsmacharchr-al5pemina-tneaatt88d.7984.308294979890asaimp-mpti98A330629437984.. 12 4/16/24, 10:16AM Cily of Everglades City Mail- 1139 Chokoloskee Drive FDEP Application 2attachments 2545K 01 Master Util Plan.pdf 507K FDEP Application - 1139 Chokoloskee Dr.pdf htpsalimal.googe.com/mailuonk-easatarspwew-phsachwach-alspemtia-theacet8d.79843082937930samp-magti79e6433062943793.. 2/2 Florida Department of Environmental Protection Notification/APpication for Constructing al Domestic Wastewater Colection/Tansmssions System PartI-General Subpart A: Permit Application Type (Check only one)* Individual permit fora a domestic wastewater colection/transmission system serving 10 or greater equivalent dwelling units (EDU). An EDUi is equalt to 3.5 persons. Criteria for an individual permit are contained in Rule 62-604.600(7), F.A.C. Individual permit for a domestic wastewater olection/ransmisson system serving less than 10 equivalent dwelling units (EDU). An EDUI is equal to 3.5 persons. Criteria for an individual permit are contained in Rule 62-604.600(7), F.A.C. Minor revision to ani individual permit for a domestic wastewater collection/transmissionsystem. Application fee: $500 Application fee: $300 Application fee: $250 ani individual permit. Application fee: $250 aseparate application and fee, Subpart B: Instructions Notice of Intent to use the general permit for ac domesticwastewater. ocoy/tammisonoyate. Criteria for a general permit are contained in Rule 62-604.600(6), F.A.C, Projects not meeting the criteria in Rule 62-604.600(6), F.A.C., must apply for *Note: Eachr non-contiguous) project (i.e., projects that are not interconnected or are not located on adjacent streets ori int the: same neighborhood) requires (I) This form shall be completed for all public and private domestic wastewater colection/transmision, system construction projects asfollows: Ifthisi isal Notice of Intentt to use theg general permit, this notification: shall! be submittedi tot the Department at least 30 days priort to initiating construction. Ifthisi is an applicationi for ani individual permit, the permit must! be obtained prior toi initiating construction. (2) One copy oft the completed form shall be submittedi tot the appropriate DEP district office or delegated local program along witht the: appropriate fee, and one copy of the following supporting documents. Checks should be made payable to the Florida Department of Environmental Protection, or the name oft the appropriate delegated localprogram. Forms and documents may be submitted electronically in accordance with If this is a Notice of Intent to use the general permit, attach a site plan or sketch showing the size and approximate location of new or altered. gravity sewers, pump stations and force mains; showing the: approximate location of manholes and isolation valves; ands showing how the proposed project ties into the existing or proposed wastewater facilities. The: site plan or sketchs shall be signed and: sealed bya Ifthisi is an application for ani individual permit, one: set of plans ands specifications shall be submitted with this application. The plans and specifications shall include lift station design calculations ifa lift station is proposed. Chapters 10 and 20 of Recommended. Standards for Wastewater, Facilities, 2014, provide! helpfulguidance ont thep properp preparation ofp plansandspedifications: The plans ands specifications. shall (3) Allinformation: shall be typed or printedi ini ink Ifsubmitting paper forms. Where attached sheets (or othert technical documentation): are utilized in lieu of the blanks spaces provided, indicate appropriate cross-references on the form. For Items( (1) through (4) of Part I of this application the! Wastewater Electronic Document Submission instructions avallablet from! DEP's website, professional engineer registeredi In Florida. be signed ands sealed! bya a Professionall Engineer registeredi inFlorida. form, Ifa ani item is not applicable to yourp project, indicate' "NA" in thea appropriate: spaceprovided. DEPF Form 62-604.3003)(al, Natification/Applcaton: for Constructingal DomesticV Wastewater colecton/Transmision System1 ncporatedlyrelerensel Ins subsectione 62-604.300/3),F F.A.C., (October4 4,2 2021) Page 1 Partll-F Project Documentation (1) Colection/Tansmision SystemPermittee Name. Garwin Brown Company Name Address 2613 NE: 28TH CT City Lighthouse PT Telephone. 954-695-4284 Email myb1998@a0l.com ) General Project Information Title. Co-Owner State FL Zip. 33064 Fax. Cell_ Project Name 1139 Chokoloskee Drive Forcemain Expanision Project Address, 1139 Chokoloskee Drive City. Chokoloskee County. Collier County State FL Latitude 25.8131 Zip. 34138 Longitude -81.3634 Project Description: and Purpose (including thet total length andr materiald ofe each diameter ofp proposed gravitys sewers andf forcemains, total The purpose of this application is to permit a force main extension that is intended to service 1139 Chokoloskee Drive. The proposed 2" forcemain will connect tot the existing 2 or 4" HDPE force main along the South side of Chokoloskee Drive. The expansion will bei instailed on the South Side of Chokoloskee Drive before crossing Chokoloskee Drive into a 12' wide non-exclusive easement. The expansion will consist of approximately 6851 LFof 2" SCH80 HDPE pipe. The forcemain will have one service connection, one (1) plug valve, and two air release valves at the end of the force main expansion. The onsite lift station and forcemain willl be designed by others. number oft manholes, total number of pump stations, and connections to existing system): Estimated date for: Start of construction, 05/01/2024 Number of connections to existing system ort treatment plant. 1 Duplex Completion of Construction 12/01/2024 (3) Project Capacity Type of Unit Number of Units Population Total xPopulation Per Unit) 5.0 Per Capita Total Average Daily Peak hour flow Per Unit 2.5 Population Flowi in Gallons Flowi in GPD in Gallons Per (Number of Units per Day (GPD) (Total Population X Minute (GPM) Per Capita Flow) 500 Single-Family! Home Mobile Home Apartment Commercial, Institutional, orl Industrial Façility* Total facilities: 2 300 4.625 NA NA 5.0 NA 1500 4.625 Description of commercial, institutional, and industrial facilities and explanation of method used to estimate per capita flow for these PF (Peak Fasa)-(B-sORTO0aVA4M Peak Hour Flow =5 500GPD/24/60-444-4.625GPMA DEPFormE 62-6 -604.300(3)(a), Nolfication/Applationt for Constructing aDomestlc Wastewater Colection/PTansmision Systeml Incorporated! byreferencel ins subsection6 62-6 604.3 300(3), F.A.C., (October4,2 2021) Page 2 (4) Pump Station Data (attached additional sheetsasnecessary Location Type Maximum the Station (GPD) Average Estimated Minimum Estimated Operating Conditions GPMOFT/IDH) Estimated Flowt to Flow to the! Station Flowt to the Station (GPD) (GPD) (5) colection/ransmision System Designinformation A, Thisl information must be completed for ally projects byt thea applicant's professional engineer, andi If applicable, those professional engineers Inc other disciplines who assisted with the design of theproject.The checklist belows shall! be usedf for conventional colection/transmision. systems whlle Attachment Itot thisf forms shalll be usedi forl lowp pressure: sewers systems, includings septict tanke effluent pump (STEP)s systems, andA Attachment Ils shall be usedf for vacuums sewers systems (include Attachments lorl lwitht thes submittal oft thisf form as applicable). These checklists cover Important items but arer notr necessarlly completely comprehensive of collections system construction: and dor not relievet the The engineer shalli initiale each requirementi ift the project has been designed to comply with thes standard or criteria. Mark' "NA" ift ther requirement doest nota applyt tot thls project andy provlde ane explanation ins section (5)B. Mark" "NC"ifthep project hasr not! beend desgnedtocomplywtht thet requirement: andp provide ane explanation! Ins section (5)B, including Note, Ift the project has not been designed in accordance with the standards and criteria set forth In Rules 62-604.400(1): and (2), F.A.C., an application for an Individual permit shall be submitted. However, If Rules 62-604.400(1) and (2), F.A.C., speclfically allow for another alternative that will result in an equlvalent level of rellability and public health protection, the project çan be constructed usingt the general permit. Also note that eachr requirement below and In Attachments and III Includes ar reference to guidance or rulet for further information. SWP-Recommended: Standards for Wastewater Facllitles (2014). Health Research, Inc., Health Education! Services DIvislon, P.O. "MOPFD-12". - Alternative. Sewer Systems, Manual of Practice No. FD-12. Alternative Sewer Systems (1986). Water Environment "FL DSG" - Design and Speclification Guldelines for Low Pressure Sewer Systems (1981). Department of Environmental Protection, "EPA ACS". - Alternatlve Wastewater Collection Systems (1991). EPA/62/1-91/024. NTIS# PB93-1162591N2; National Techniçal engineer from designing the collection: system following sound engineering practices. Complete the tables below (or Attachments! lor las appiicable) as follows: anyr rule references. Theg guldance documents glven int the checklists are ast follows: Box 7126, Albany, NY 12224, www.healtiresearchorg Federation, 602 Wythe Street, Alexandria, VAZ 22314, www.wef.org. 2600 Blairs Stone Road, MS 3540, Tallanassee, FL32399-2400, www.floridadep.gov. Information! Service, 5285 Port Royal Road, Springfleld,' VA22161, www.ntis.gov. General Requirements Inltials Item (or" "NA" Number or"NC") 20 Requirement 1 The project is designed based on an average dailyf flow of 100 gallons per capita plus wastewater flow from industrial plants and major institutional and commercial facilities unless water use data or other justification Is usedi tol better estimate thet flow. The design includes an appropriate peaking factor, which covers V/I contributions and non-wastewater connections to those service lines.(Note, see Attachment Ifor low pressure sewer systems) 2 Procedures are: specified for operation of thec colection/ransmision: system during construction Ify work is performed on a system currently in operation. (RSWF20.15) 3 The project is designed tol be located onj public rights-of-way, land owned byt the permittee, ore easements and tol bel located no closer than 1001 feet from a public drinking water supply well: and no closer than 75 feet from ap private drinking water supplywell; or documentation Is provided In Part! II.(5)B., showing that another alternative will resulti in an [RSWF 11.243] 20 DEPF Form62.6043000)0. NolfkzallonvApationt ford Constructinga aDomestic Wastewater Coledtio/lansmision Systeml mapatdeyrterenein: subsection 62-604.3 300,FAC,(Octaber42 2021) Page3 3 Initials Item (or "NA" Number or" "NC") AP Requirement equivalent level of reliability and public health protection. [62-604.400(1)b) and (c),F.A.C.) 4 The project is designed with no physical connections between a public or private potable water supplys system and a sewer ort force main and with no water pipes passingt througho or coming into contact witha any part ofas sewer manhole. [RSFW 38.1) 5 The project is designedt to preclude the dellberate introduction ofs storm water, surface water, groundwater, roof runoff, subsurface drainage, swimming pool drainage, alr conditioning system condensate water, non-contact cooling water except as provided by Rule 62-610.668(1), F.A.C., ands sources of uncontaminated wastewater, except to augment the supply of reclaimed water in accordance with Rule 62-610.472/3)c), F.A.C. [62- 6 The project is designed so that all new or relocated, buried sewers and force mains, are locatedi ina accordance with the separation requirements from water malns andr reclaimed water lines of Rules 62-604.400(2)8) and (h), F.A.C. Note, Ift the criteria of Rules 62- 604.400(2)g) 4. or (2)h)3.,F.A.C., are used, describe In Part I.(5)B. alternative construction features that willl bep providedt to afford a simllar level oft reliability and public health protection. [62- 604.400(2)g) and (h), FAC,6255314FACI £9 604,4001)dFA.C R9 Gravitys Sewers Requirement Initlals item (or' "NA" Number or "NC') NA NA NA 7 The project is designed with no publice gravity sewer conveying rawy wastewater less than 8 8 The design considers buoyancy of sewers, and approprlate construction techniques are speclfied to prevent flotation of the pipe where high groundwater conditions are 9 Alls sewers are deslgned withs slopes to give mean velocitles, whent flowing full, of not! less than 2.0f feet per second, based on Manning's formula using an' "n" value of 0.013; ori ifiti is notp practicable to maintain these minimum siopes and the depth off flow willl be 0.3 of the diameter or greater for design average flow, the owner of the system! has been notified that additional sewer maintenance willl be required. The pipe dlameter ands slope: are selected to obtain the greatest practical velocities to minimize solids deposition problems. Oversized sewers are not speclfled to justify flatter slopes. [RSWF 33.41,33.42, and 33.43) 10 Sewers are designed with uniform slope! between manholes, [RWSF 33.44] 11 Where velocities greater than 101 fps are designed, provisions to protect agalnst displacement by eroslon and Impact are speclfied. [RSWF 33.45] 12 Sewers on 20% slopes or greater are designed to be anchored securely with concrete, or equal, anchors spaced as follows: not over 36 feet center to center on grades 20% and up to 35%; not over 241 feet center to center on grades 35% and upt to! 50%; and not over 16 feet center to center on grades 50% and over. [RSWF 33.46] 13 Sewers 24 Inches or less are designed with: straight alignment between manholes. Where curvillnear sewers are proposed for sewers greater than 24 Inches, the design specifies compression joints; ASTM ors speclfic pipe manufacturer's maximum allowable pipej joint deflection limlts are not exceeded; and curvilinear sewers are limited to simple curves 14 Sultable couplings complying with ASTM specifications are required for joining dissimilar 15 Sewers are designed to prevent damage from superimposed loads. [RSWF 33.7] 16 Approprlate specifications for the pipe andi methods of bedding and! backfilling are provided so as! not to damage the pipe or its joints, impede cleaning operations and future tapping, nor create excessive side fill pressures and ovalation of the pipe, nor seriously 17 Appropriate deflection tests are specified for allf flexible pipe including PVC. Testing Is Inches in diameter. [RSWF 33.1] anticipated. [RSWF33.3] NA NA NA NA which start and end at manholes. [RSWF33.5) NA NA. NA NA materials. [RSWF 33.7) Impair flow capaclty. [RSWF 33.81] DtPFom624A300Ba. NolfatonAppliasonters ConstructingaDomastley Wastewater Caledtion/ransmision System! Incorparatedb byrefarencal Insubsectiont 62-604.300(3), FAC,/Oetober4,202) Page 4 Initials Item (or' "NA" Number or"NC") Requirement required after thet finall backfill has been in place at least 30 days to permit stabilization of the: soll-pipe system. Testing requirements! specify: 1) no pipe shall exceed a deflection of 5%; 2) using ar rigid! ball or mandrel for the deflection test with a diameter not lesst than 95% oft the base inside diameter or average Inside diameter oft the pipe, depending on which is speclfied int the ASTM: specification,' including the appendix, to whicht the pipei is manufactured; and 3) performing thet test without mechanical pulling devices. [RSWF 18 Leakage tests are: specifled requiring that: 1) the leakage exfiltration or infiltration does not exceed 100 gallons peri inch of plpe diameter per mile per day for anys section oft the system; 2) exfiltration ori infltration tests! be performed with a minimum positive head of2 feet; and: 3) air tests, as ar minlmum, conform tot the test procedure descrlbed in ASTM C- 828 for clay pipe, ASTM C9241 for concrete pipe, ASTM F-1417 for plastic pipe, andi for other materials appropriate test procedures. [RSWF 33.93, 33.94, and 33.95) 19 If ani inverted siphon is proposed, documentation of itsr need is provided in Part 1I.5B. Inverted siphons are designed with: 1) at least twol barrels; 2)an minimum pipe size of6 inches; 3) necessary: appurtenances! for malntenance, convenient flushing, and cleaning equipment; and 4) Inlet and discharge structures having adequate clearances for cleaning equipment, inspection, and flushing, Design provides sufficient head and appropriate pipe sizes to secure velocities of at least 3.01 fps for design average flows." The Inlet and outlet are designed: 5o that the design average flow may be diverted to one barrel, andt that either 33.85) NA NA barrel may be cut out of service for cleaning. [RSWF35] Manholes Requirement Initials Item (or "NA" Number or' "NC") NA 20 The project is designed with manholes at the end of each line; at all changes in grade, size, or alignment; ata all intersections; anda at distances not greatert than 400 feet for sewers 15 inches or less and5 5001 feet for sewers 181 Inches to 301 inches, except int the case where adequate modern cleaning equipment is available at distances not greater than 6001 feet. 21 Design requires drop plpes to be provided for sewers entering manholes at elevations of2 24 Inches or more above the manhole invert. Where the difference in elevation between the Incoming sewer andi the manhole Invert isl less than 241 Inches, thei invert is designed witha fillet to prevent solids deposition. inside drop connections (when necessary) are designed to bes securedt to thei interior wall of the manhole and provide access for cleaning. Design requires the entire outside drop connection be encased In concrete, [RSWF34.2) 22 Manholes are designed witha ar minimum diameter of 48 inches and ar minimum access 23 Design requires that al bench be provided on each: side of any manhole channel when the pipe diameter(s) are less than the manhole diameter andt that no laterals sewer, service connection, or drop manhole plpe discharges ontot the surface of the bench. [RSWF 34.5] 24 Design requires: 1) manholel Iift holes and grade adjustment rings be sealed with non- shrinking mortar or other appropriate materlal; 2) inlet and outlet pipes bej joinedt tot the manhole with ag gasketed flexible watertight connection or another watertight connection arrangement that allows differêntial settlement of the pipe and manhole wall; and 3) watertight manhole covers be used wherever the manhole tops may bef flooded! bys street 25 Manhole inspection and testing for water-tightness or damage prior to placing intos service are: speclfled. Air testing, ifs specified for concrete sewer manholes, conforms tot thet test 26 Electrical equipment: specifiedf for use In manholes is consistent withl Item 46 of this [RSWF 34.1] NA NA NA NA diameter of 24 inches. [RSWF 34.3) runoff or highy water. [RSWF 34.6] NA NA procedures described in ASTM C-1244. [RSWF 34.7] checklist. [RSWF34.9] DEPF Form6 62-504.3 300(3)ta), Netifealion/Apicationt for Constructingal Domestic Wastewater Colection/Pransmlision Systemi incofporatedb byrelerencel Ins subsection6 62-604.30013), FA.C., (October 4,2 2021) Page 5 Stream Crossings Initials Item (or "NA" Number or" "NC") NA Requirement 27 Sewers and force mains entering or crossing streams are designed to be constructed of ductile iron pipe with mechanical joints or so they will remain watertight and free from changes In alignment or grade or constructed ofk HDPE with fused joints for directional drilling. Appropriate materials which will not readlly erode, cause: siltation, damage pipe during placement, or corrode the pipe are specified to backfil the trench. [RSWF 36.21) 28 Stream crossings are designed to incorporate valves or other flow regulating devices (which may include pump stations) ont the shoreline or at such distances from the shoreline to prevent discharge in the event the line is damaged. [62- 604,4025.FA.C 29 Sewers and force malns entering or crossing streams are designed at a sufficient depth below the natural bottom oft thes stream bed to protect the line. At a minimum, the project is designed with subaqueous lines to be burled at least three feet below the design or actuall bottom, whichever is deeper, ofa canal and other dredged waterways or the natural bottom of streams, rivers, estuaries, bays, and other natural water bodies; or Ifit! Is not practicable to design the project with less than three-foot minimum cover, alternative construction features (e.g. a concrete cap, sleeve, or some other properly engineered device tol Insure adequate protection oft thel line) are describedi in Part II.C. [62- 30 Speclfications require permanent warning signs be placed on the banks of canals, streams, and rivers clearly Identifying ther nature: and! location (including depths below design or natural bottom) of subaqueous crossings and: sultably fixed signs be placed at the shore, for subaqueous crossings of lakes, bays, and other large bodies of water, and in any area 31 Provisions for testing the Integrity of subaqueous lines are specifled. 62-604,400/270)4. 32 Supports are designed for all joints in pipes utilized for aerial crossings and to prevent overturning andsettlement. Expansion jointing is specified between above ground andi below ground sewers and force mains. The design considers the impact of floodwaters and debris. [RSWF3 37) 33 Aerial crossings are designed to maintain existing or required navigational capabilitles within the waterway and to reserve riparian rights of adjacent property owners. [62- NA NA 604.400(2)()1, F.A.C., and RSWF 36.11] NA where anchoring is normally expected. 62604400202.FAC NA NA NA F.A.C.) 604.4002X03.FA.C Pump Stations Requirement Initials Item (or' "NA" Number or' "NC") NA 34 Ina areas with high water tables, pump: stations are designed to withstand flotation forces when empty. When: sitingt the pump station, the design considers the potential for damage ori interruption of operation because of flooding. Pump station: structures and electrical and mechanical equipment are designed to be protected from physical damage by the: 100- year flood. Pump stations are designed to remaln fully operational and accessible during the 25-year flood unless lesser flood levels are: appropriate based on local considerations, 35 Pump statlons are designed to be readily accessible by maintenance vehicles during all 36 Wet well and pump station piping Is designed to avoid operational problems from the 37 Dry wells, Including their superstructure, are designed to be completely separated from the wet well. Common walls are designed to be gas tight. [RSWF 42.21 38 The design Includes provisions to faciIitate removing pumps, motors, and other mechanical 39 The design includes provisions for: 1) suitable and safe means of access for persons wearing self- but not less than the 10-year flood. G26044002/0.FAC NA NA NA NA NA weather conditions, [RSWF41.2) accumulation of grit. [RSWF41.3) and electrical equipment. (RSWF 42,22) DEPF Form62-04300D0).1 Notratonlapplcatont for CamineabawasaawA Coletioa/fansrision System! capovatedoyrelwensein: subsectlon BUSOIAC.OMNARN Page 6 Initlals Item (or' "NA" Number or' "NC") Requirement contained breathing apparatus are provided to dry wells, and to wet wells; 2)s stairway access to wet wells more than 4 feet deep containing either bar screens or mechanical equipment requiring inspection or malntenance; 3) for built-in-place pump stations, a stalrway to the dry well with rest landings at vertiçal intervals not to exceed 12 feet; 4) for factory-bullt pump stations over 15 feet deep, ai rigidly fixed landing at vertical Intervais not to exceed 101 feet unless a manlift or elevator is provided; and 5) where al landing Is used, a suitable andi rigidly fixed barrier to prevent an individual from falling past the Intermediate landing to a lower level. If a manlift or elevator is provided, 40 Specified construction materials are appropriate under conditions of exposure to hydrogen sulfide and other corrosive gases, greases, oils, and other constituents frequently present 41 Multiple pumps are: specified, and each pump has ani individual intake. Where onlyt two units are specifled, they are of the same size. Specified units have capacity such that, with any unit out of service, the remaining units will have capacity tol handle the design peak 42 Bar racks are specified for pumps handling wastewater from 30 Inch or larger diameter sewers. Where al barr racki iss specifled, a mechanical hoist is also provided." The design includes provisionsi for appropriate protection from clogging for small pump stations, 43 Pumps handling raw wastewater are designed to pass spheres of at least 31 Inches in diameter. Pump suction and discharge openings are designed tol be at least 4inches in diameter, Note, this provisioni is not applicable to grinder pumps. [RSWF 42.33] 44 The design requires pumps bep placed sucht that under normal operating conditions they will operate under a positive: suction head, unless pumps are: suction-lift pumps. [RSWF 42.34] 45 The design requlres: 1) pump stations be protected from lightning and transient voltage surges; and 2) pump: stations be equipped with lightning arrestors, surge capacitors, or other similar protection devices and phase protection. Note, small pump stations servinga single building are not required to provide surge! protection devices if not necessary because the pump station is protected byt the surge protection device oft the single 46 The design requires 1) electrical systems and components (e.g., motors, lights, cables, conduits, switch boxes, control circuits, etc.)i in rawy wastewater wet wells, ori in enclosed or partiallye enclosed: spaçes wherel hazardous concentrations of flammable gases or vapors may be present, comply withi the National Electrical Code requirements; 2) electrical equipment located In wet wells be suitable for use under corrosive conditions; 3) each flexible cable be provided witha a watertight seal and separate strain relief; 4)a at fused disconnect switch located above ground be provided for the main power feed fora all pump stations; 5) electrical equipment exposed to weather to meet the requirements of weatherproofe equipment NEMA3Rd or4;6)a110 volt power receptaclet to facilitate maintenance be providedi inside the control panel for pump stations that have control panels outdoors; and 7)groundi fault interruption protectlon be provided fora all outdoor 47 The design requires as sump pump equipped with dual check valves be provided inc drywells tor remove leakage or drainage with discharge above the maximum high water level of the 48 Pump/pump station design capacities are based ont the peak hourlyf flow and are adequate tor maintain ar minimum velocity of 2f feet per second in the force main. [RSWF 42,38] 49 The design includes provisions to automatically alternate the pumps in use. [RSWF42.4] 50 The design requires: 1) suitable shutoff valves be placed ont the suction line of pumps/dry pit pumps; 2) suitable: shutoff and check valves be placed on the discharge line of each pump (except on screw pumps); 3) a check valve bel located between thes shutoff valve and the pump; 4) check valves be suitable for the materlal being handled; 5) check valves be placed on thel horizontal portion of discharge piping (except for ball checks, which may be placed int the vertical run); 6) all valves be capable ofwithstanding normal pressure and emergency access is included int the design. [RSWF 42.23] NA NA NA NA NA NA inv wastewater. [RSWF 42.25] hourly flow. [RSWF 42.31 and42.36] [RSWF 42.322) building, [62-604,40012Xb), F.A.C.] NA outlets. [RSWF 42.35] wet well. [RSWF42.37) NA NA NA NA DEPF Form62-504.3 300(31(a), Notficatlon/Applatont for Constructingal Domestic Wastewater Colectbom/ranmision Incorporated! System! Ins Page7 byreferencel subsection6 62-604.3 300(3),FA.C., (October4, 2021) Initials Item (or' "NA" Number or" "NC') NA NA NA NA Requirement water hammer; and 7) alls shutoffa and check valves be operable from thet floor level and 51 The effective volume of wet wells is based on design average flows anda ai fillingt time not to exceed 30 minutes unless thet facility Is designed to provide flow equallzation. The pump manufacturer's duty cycle recommendations were utilized in selecting the minimum cycle 52 The design requires wet well floors have a minimum. slope ofitoltot thel hopper bottom and the horizontal area of hopper bottoms be no greater than necessary for proper 53 For covered wet wells, the design provides for air displacement to the atmosphere, such as 54 The design provides for adequate ventilation at all pump: stations. Mechanical ventilation shall be provided where the dryv well is belowt the ground surface. Permanently installed ventilation shall be provided Ifs screens or mechanical equlpment requiring maintenance or inspection arel located Int thev wet well. Pump stations are designed with no Interconnection betweent the wet well and dry well ventilation systems. [RSWF 42.71) 55 The design requires all intermittently operated ventilation equipment tol be Interconnected with thei respective pitl lighting system andt ther manuall gningMenuatonswtno 56 The design requires thet fan wheels of ventilation systems bet fabricated from non-sparking materlal and automatic heating and dehumidification equipment be providedi in all dry 57 ifwet well ventilation! is continuous, design provides for ati least 12 complete 100%1 fresha air changes per hour;i if wet well ventllation Isi Intermittent, design provides for at least 30 complete 100%1 fresh air changes per hour; and design requires air to be forced Intoy wet wells by mechanical means rather thans solely exhausted from the wet well. [RSWF 42.75] 58 Ifdry well ventilation Is continuous, design provides ati least 12 complete 100% fresh air changes per hour; and dryy well ventilation isi intermittent, design provides for at least 30 complete 100%1 fresh alr changes per hour, unless a system oft twos speed ventilation with an Initial ventilation rate of 30 changes per hour for 10 minutes and automatic switch over 59 Pump: stations are designed andl located ont the: site to minimize. adverse effects from odors, 60 The design requires pump stations be enclosed with af fence or otherwise designed with appropriate features to discourage the entry of animals and unauthorized persons. Posting of an unobstructed: sign made of durable weather resistant materlal at al location visible to the public witha at telephone number for aj point of contact In case ofe emergencyl Is speclfled. 61 The design requires suitable devices for measuring wastewater flow at all pump stations. Indicating, totallzing, and recording flow measurement ares specified for pump stations with 62 The project is designed with no physical connections between any potable water supplies and pump: stations. Ifap potable water supply is brought to a statlon, reduced-pressure principle backfiow-prevention assemblies are speclfied. [RSWF 42.9ande 62-555.30(4), Additional Items to be Completed for Suction-Lift Pump Stations accessible for maintenance. [RSWF 42.5] time. [RSWF 42,62] Installation and function oft the inlet. [RSWF 42.63] an inverted' "" tube or other means. [RSWF 42.64] NA NA NA NA override the automatic controls. [RSWF42.73] wells. [RSWF 42.74) to 6 changes per hour is used to conserve heat. [RSWF 42.76] noise, and lighting, [62- 604,40021C,FAC NA NA 62,6044002)0,FACI NA NA a 350 gpm or greater design peak flow. [RSWF 42.8] F.A.C.] Initials item (or' "NA" Number or" "NC") NA Requirement 63 The design requires all suction-lift pumps to be elther self-priming or vacuum-priming and the comblned total of dynamic suction-lift at the" "pump off" elevation and required net positive suctlon! head ato design operating conditions nott to exceed 22 feet. Fors self-priming DEPR Fom62-604300)o, Notfitation/Aplkationt for Constructingn! Domestic Wastewater Colectlon/Iransmision System Incorporatedb byreferencek Ins subsection 62-604300,FA.C, (October4,2021) Page 8 Initials Item (or' "NA" Number or" "NC") Requirement pumps, the design requires: 1) pumps be capable of rapid priming andi repriming ati the "lead pump on" elevation with self-priming and repriming accomplished. automatically under design operating conditions; 2) suction piping not to exceed the size of the pump suction or 251 feeti int totall length; and 3) priming lift at the' "lead pump on" elevation to Include: as safety factor of atl least 4 feet fromi the maximum allowable priming lift for the specific equipment at design operating conditions. For vacuum-priming pump stations, the design requires dual vacuum pumps capable of automatically: and completely removing alr from thes suction-lift pumps and the vacuum pumps be adequately protected from damage 64 The design requires: 1) suction-lift pump equipment compartments to be above grade or offset and to! be effectively isolated from the wet well to prevent al hazardous and corrosive sewer atmosphere from entering the equipment compartment; 2) wet well access not tol bet through the equipment compartment: and tol be at least 241 inchesin dlameter; 3)8 gasketed replacement plates be provided to cover the opening to the wet well for pump units tol be remove for service; and 4) no valving bel located int the wet well. due to wastewater, [RSWF4 43.1) NA [RSWF4 43.2] Additional Items to be Completed for Submersible Pump Stations Initials Item (or' "NA" Number or" "NC") NA Requirement 65 Submerslble pumps and motors are designed specifically for raw wastewater use, including totally submerged operation during aj portion ofe each pump cycle and to meet the requirements oft the! National Electrical Code for such units, Provisions for detecting shaft seal failure or potential sealf failure are included in the design. [RSWF44.1) 66 The design requires submersible pumps be readily removable and replaceable without dewatering the wet well or disconnecting any piping in the wet well. [RSWF F44.2) 67 In submersible pump stations, electrical supply, control, and alarm circuits are designed to provide strain relief; to allow disconnection from outside the wet well; andi to protect terminals and connectors from corrosion byl location outside the wet well or through use 68 Ins submersible pump: stations, the design requires ther motor control center tol bel located outside the wet well, readily accessible, and protected! bya a conduit seal or other appropriate measures meeting the requirements of the National Electrical Code,t to prevent the atmosphere of the wet well from gaining access tot the control center. Ifas seal isspecified, the motor can ber removed and electrically disconnected without disturbing the: seal. The design requires control equipment exposed to weather to meet the requirements ofv weatherproof equipment NEMA 3R or4 4. [RSWF 44.32] 69 Ins submersible pump: statlons, the design requires: 1) pump motor power cords be flexible and serviceable under conditions of extral hard usage and to meet the requirements of the National Electrical Code standards for flexible cords in wastewater pump stations;2 2) ground fault interruption protection be used to de- -energize the cirçuit int the event of any failure Int the electrical Integrity ofthe cable; and 3) power cord terminal fittings be corrosion-resistant: and constructed! in a manner to prevent the entry of moisture Into the cable, provided with strain relief appurtenances, and designedt tot facilitate field 70 Ins submersible pump: stations, the design requires all shut-off and check valves bel located in as separate valve pit. Provisions to remove or drain accumulated wateri from the valve pit NA NA NA of watertight seals. (RSWF 44.31] NA connecting. [RSWF 44.33] NA are included Int the design. [RSWF 44.4) DEPF Form62-6043000," Nothation/APplcationt forc Constructingal Domestic Wastewater Colertion/transmision System! pmteamaine 62-604.300(3), FA.C. (Octoher4,2 2021) Page9 Emergency Operations for Pump Stations Initlals Item (or' "NA" Number or" "NC') NA Requirement 71 Pump stations are designed with an alarm system which: activates in cases of power failure, sump pump failure, pump failure, unauthorized entry, or any cause of pump statlon maifunction, Pump station alarms are designed to bet telemetered to a facility thati is manned! 24 hours a day. Ifs such at facilityi is not available and a 24-hour holding capacltyl Is not provided, the alarm Is designed tol bet telemetered to utility offiçes during normal working hours and tot thel home oft the responsible person(s) In charge oft the lift station during off-duty hours. Note, If an audio-visual alarm system witha as self-contained power supplyi is provided Inl lleu ofa at telemetered system, documentation is provided in Part 1.5)B. showing an equivalent level of reliability and public! health protection. [RSWF46 72 The design requires emergency pumping capability be provided for all pump stations. For pump: stations that receive flow from one or more pump: statlons througha a force main or pump: stations discharging through pipes 12 inches or larger, the design requires uninterrupted pumping capability be provided, including an in-place emergency generator. Where portable pumpinga and/org generatinge equipment or manuali transfer is used, the designi includes sufficient: storage capacity with an alarm system to allow time for detection ofp pump station failure and transportation and connection of emergency equipment. [62- 73 The design requires: 1) emergency standby systems to have sufficient capacity to start up and maintain thet total rated running capacity oft thes statlon, including lighting, ventilation, and other auxiliary equipment necessary for safety and proper operation; 2) special sequencing controls be provided to start pump motors unless the generating equipment has capacity to start allj pumps simultaneously with auxiliary equipment operating; 3)ariser from thef force main withr rapid connection capabilities and appropriate valving! be provided for all pump stations to hook up portable pumps; and 4) all pump: station reliability design features be compatible with the available temporary: service power generating and pumping equipment oft the authorityr responsible for operation and maintenance of the colection/ransmission system. 62-604,4002/03. F.A.C., and RSWF47.431 74 The design provides for emergency equipment to be protected from operation conditions that would result in damage to the equlpment andf from damage at the restoration of regular electrical power. [RSWF 47.411, 47.417, and 47.432] 75 Where independent substations are used fore emergency power, each separate substation and Its associated transmission lines is designed to be capable ofs starting and operating the pump station ati itsrated capacity, [RSWF 47.44] NA 604.400(2)a)1. and 2., F.A.C., and RSWF 47.423 and 47.433] NA NA NA Force Mains Requirement Initials Item (or "NA" Number or "NC") NA 76 Force malns are designed to maintain, at design pumping rates, a cleansing velocity of at least 2f feet pers second. The minimum force main diameter specified for raw wastewater is not less than 4i inches. (Not applicable to low pressure sewer systems) [RSWF49.1) 77 The design requires: 1) branches of intersecting force mains be provided with appropriate valves such that one branchr may! be: shut downt for maintenance and repalr without interrupting thet flow of other branches; and: 2) stub-outs oni force mains, placed In anticipation off future connections, be equipped with a valve to allow such connection 78 The design requires air relief valves be placed at high points in thet force main to prevent 79 Specified force main pipe andj joints are equal to water main strength materials. suitablei for design conditions." Thet force main, reaction blocking, and station piping are designedt to withstand water hammer pressures and stresses associated with the cycling of wastewater 29 20 29 without interruption of service. 62-604400210,FAC air locking. [RSWF492 DEPF Form 62-604.3 300(3e), Nolhcaton/Aplationt for ConstructingaD Domestic Wastewater colectibn/Tansmlision Systeml Incorporated! byreferencal Ins subsectione 62-604.3001,FAC, (Octoher4,2021) Page 10 Initials Item (or' "NA" Number or" "NC") Requirement pump stations. (RSWF49.4) 80 When the Hazen and' Williams formulal is used to calculate frictlon! losses through force mains, the valuet for' "C"i is 100 forunlined iron or steel pipe for design. For other smooth pipe materials, such as PVC, polyethylene, lined ductile Iron, the value for Cdoes not 81 Wherei force mains are constructed of material, which might cause thet force main to be confused with! potable water mains, specificationsrequirei thet force main to be clearly 82 Leakage tests for force mains are specified including testing methods and leakage limits. exceed 120 for PVC: and (130 systems) [RSWF 49.61] identifled. [RSWF49.7 [RSWF498 for sewer 20 HDPE) design. (Not applicable tol low pressure &9 29 Note, Ift this project is an alternative collection system (i.e. al low pressure sewer system or a vacuum sewer system), complete the checklist items on Attachment Ifor low pressure sewer systems or Attachment Ifor vacuum sewer systems. Include the attachment with thes submittal. For any Items marked "NA'or-NC/provlde an explanation ins section! 5(B). DEPF Form62604300D.lal. Notiflatom/Applicatlent for ConsructingaDomestce" Wastewater Colection/Transmision Systemi incorporated! byreferencel Ins subsection6 62-604.300[3), FA.C, (October4, 4,2021) Page 11 B. Explanation for Requirements or Standards Marked" "NA" or' "NC" Inl I(5)A above, whichi includes Attachmentslandi II( (attach additional sheets ifr necessary): 7-19: There is no Gravity Sewer proposed within this application. 20-26: There are no Manholes proposed within this application. 27-33: There are no Stream Crossings proposed within this application. 34-62: There are no Pump Stations proposed within this application. 63-64: There are no Suction Lift Pumps proposed within this application. 65-70: There is no Suction Lift Pumps proposed within this application. 71-75; As there is no pump stations within this submittal there is no need for emergency Item 76: Designed uses a 2" Force main per the Everglades City Standards. operations for Pump station within this application. DEPE Form6 62-6 604.300(3)(a, Notifaton/Aplitationt for Constructingat Domestic Wastewater Collection/PTransnisien Systeml ncorpatatedbyrefereme! ins subsection6 62-6 604.300(3), F.A.C., (October 4,2021) Page 12 (1) ChiwnsP.Ne Imaunusatousrerawlenvonadapr :-432X4X55A Bou amk fullya aware thatt thes statemenismadei ini Ihisa application! forac constructiong permit pre true, correcta andcomplelel tol theb bestofmyk knowledger and bellel. lagreel lorelaint thed designengineeror: anotherp -ww-ww loconduct on-s sitec observation olconstruction, toprepareec certificationc ofcompletionc ofc consttuction, andlor revlew recorddrawingsf for adequacy. further, lagreet toptovide ana appropriale operallona andr maintenantemanua!: for! thefaditles! pursumnt loRule 62-604.5 500(4), F.A.C, andtor retaln ap professionalenginter: tegisteredin Floridat to examine leyiepirelldelet them manual, am! fullya awaret that Departmenta ppprovolmust! be obtained beforet thisp projectis placedintos ervice! purpose other! than! testingfork leaks andtesting equipment operation. Sgned_ Name A AIsoHleeaa. (2) Ownerofcolection/Tansmisionsptem Ltheu underignedownerora auhotiadmptsmnathw'ol Date. HSY Tile OUArV Brow cerlfyt thaty wewiIbethe Ownero ofthls projecta alterkisplcedintos service.lagreelhaty wew willoperatea andr maintainthis project" Inar mannert thaty willc complyy with applicable Department rules.A Alo,! agreethaty wes willprompily nolify the Departmentifwes sellor legallytransferc ownership ofthis project. Signed Name. Company Name, Address Gity. Telephone Emall, Alpoohtiere/eahonalen "Descriptiono ofhromefpartonliy,N. Date THe State. Name Owner Cel_ saoaratciuwamw System! Dfsystemisd digedwithe dilferent owners Lthew wndersignedownerc ora wthpledmprsenlale'ol, ETWV Hn Bvo wV SAY cerliyt thaty wewilbet the Ownero ofth this, projecta afteriti isplacedin Intos service.! lagreet that wew willoperate andi maintalnt this projectina amannert thaty willcomplywith wpiakepapeneyal lagreet thatv wei willpromptlyr notilyt thel Departmentifwes sellork legallytransfer ownershlp ofthis project. Signed Name CompanyName Address 2613NE:28thCT Lighthouse PT Gy Telephone 954-695-4284. Cell_ Emall myb1998@a0.com MAltaodelternutanalon **Deseriptionall thes secondommerporlolsp", Date_ Tile State. FL 33604 hereby certifies that the: abover referenced facllity! has the capacity tor receivet the wastewater, generated! by the proposed collections system; isi in compliance with the capacity analysis report requirements of Rule 62-600.405, F.A.C.; is not undera al Department order associated with effluent violations ort the: ability tot treat wastewater adequately; and willp provide the necessary treatment and disposal as required by Chapter 403, F.S., anda applicable Departmentrules. Ift thisi isa an application for ani individual permit, check one: JThe undersigned owner or authorized representative". oft the wastewater facility hereby certifies that the above referenced facllity! hasa andv willh have adequate reserve capacity to accept the flowi from this project and willp provide the necessarytreatment: and disposal asi required by Chapter 403,F.S., and applicable Department rules. Theu undersigned owner or authorized representative*, oft the Everglades City RWPF wastewater facility hereby certifies that the above referencedi facility currently does not have, but willl have prior to placing thep proposed project into operation, adequate reserve capacity to accept thef flowf from this project andy willy provide ther necessaryt treatment and disposala as required! by Chapter 403, F.S., and applicable Departmentrules. Name of Treatment Plant Serving Project Everglades City RWPF County. Collier County DEP Facility ID: FL FLA027618 City. Everglades City Maximum monthly average daily flow over the last 12 month period 0.148 Maximum three-month average daily flow over the last 12 month period. 0.134 MGDI Month(s) used April MGD Month(s) used. April Current permitted capacity. 0.16 MGD AADF MADF TMADF Current outstanding flow commitments (including this project) against treatment plant capacity. MGD Signed. Name Date. Title_ Company Name US Water Corp. Address 4939 Cross Bayou Blvd City. New Port Richey Telephone. Email State. FL Fax Zip. 34652 Cell_ Attacho ak letterc ofauthorization ** Ift therei is ani intermediate. satellite collection. system between the project and thej final recelving) facility collection: system, al letter shall be attached certifying that the Intermediate downstream. satellite collection: system has adequate reserve capacity to accept the flow) from this project. DEPF Form6 62-604,300(3)(a), Notifraton/Apleationt for Constructingal Domestic Wastewater colection/PTransmision System Incporatedbyreiference: Ins subsectione 62-604.300(3), FA.C, (October4 4,2 2021) Page 14 (4) Professional Engineer RegisteredinFlorida I,theu undersigned professionale engineerregisteredi inF Florida, certifythatla am ini responsible charge oft the preparation: andp productionofe engineering documents for thls project; that plans and specifications for this project have been completed; that I have expertise In the design of wastewater collection/ransmision systems; and that, to the best of my knowledge and belief, the engineering design for this project complies with the requirements of Chapter 62-604,F.A.C. (AffixSeal) IREANE OF RIDE Signed. Date. LAz/za4 Name Richard DuBois Florida Registration No., 93674 Company Name. RDA Consulting Engineers Address 791 10th Sts, Suite 302 City. Naples Telephone. 239-649-1551 Email AlohardDubols@rdal.com State FL Zip. 34102 Cell Fax Portion of the project for which responsible: 100% of the Forcemain in the ROW and Easement. Onsite forcemain by others Second Engineer (ifa applicable) (AffixSeal) Signed Date. Floridal Registration No., Name Company Name. Address City. Telephone Emall State. Zip. Cell Fax_ Portion of the Project for Which Responsible: DEPF Form6 62-604.300/3Xa), NotPeatlen/Aplcatont for Constructinga aDomestic Wastewater Colectifon/Transmistion Systeml Incorporatedk byreferencel ins subsection 62-6 604.3 300(3),F FA.C, (October4 4,2 2021) Page 15 ThirdE Engineer (ifa applicable) (Affix Seal) Signed Date Florida Registration No. Name. Company Name Address City. Telephone. Email State Zip. Cell Fax_ Portion oft the Project for Which Responsible: Fourth Engineer (if applicable) (Affixs Seal) Signed Date Name. Company Name Address City. Telephone Email Florida Registration No., State Zip. Cell Fax. Portion oft the Project for Which! Responsible: DEPF Form6 62-604.300/3)a), Notfizaton/Apltationt for Constructingal Domestlc Wastewater colection/Tansmision System! Incopontedlyreleenel Insubsection6 62-604.300(3),F F.A.C., (October4,2 2021) Page 16 AttachmentI- Requirements for Low Pressure Sewer Systems General Requirement Initials Item (or' "NA" Number or"NC") 20 1 Acentral management entity, bel Itp public or private, Isi identified for the operatlon and maintenance of the on-lot facilities associated with alternative collection/ransmssion 2 The project Is designed based on at minimum average dally flow of 50t to 70 galions per capita (100 gallons per capital Is recommended) plus wastewater flowi from industrial plants and majori institutional and commercial facilities unless water use data or other justification! Is used tol better estimate thet flow. The designi includes an appropriate peaking factor, which covers Vic contributions: andi non-wastewater connections to those service lines. Atypical valuei is 200 gallons per day per EDU (350 is recommended). [MOPFD 12-F Page 45,46, 232 and EPAI Manual ACS2.4.1.1 and FLI DSG Page I-23) 3 Procedures ares specified for operation of the colection/transmission system during construction if workl Is performed on a system currently in operation. [RSWF 20.15] 4 Except for on-loti facilities, the project Is designed tol be located on publici rights-of-way, land owned byt the permittee, or easements (surveyed or Implied) andi located no closer than 100 feet from ap public drinking water supply well and no closert than 751 feet from a private drinking water supplyv well; or documentation is provided In Partl 1I.(5)B., showing that another alternative will result in an equivalent level of rellability and public health 5 Systems must be designed on the! basis of the type of pressurization unit employed and peak flows from the number of people tol be served byt the system. [FLI DSG Pagel I-14] 6 Specifications require all materials of construction be capable of withstanding the environmental conditions of service. All components of the STEP system exposed to the atmosphere (nota always submerged) must be highly resistant to corrosion. [FLDSG Page I- 7 The project is designed so that all new or relocated, buried sewers and force mains, are located in accordance with the separation requirements from water mains andi reclaimed water lines of Rules 62-604,400/12Xe) and (h), F.A.C. Note, ift the criteria of Rules 62- 604.400(2)lg) 4. or (2)(h)3.,F.A.C., are used, describe In Part 1I.(5)B.a alternative construction features that willl be provided to afford a similar level of reliability and public health protection. [62- 604.400(2)g) and (h),F.A.C.; 62-555.314, F.A.C.] 8 The project is designed with no physical connections between any potable water supplies and pump stations. Ifap potable water supply is brought to as station, reduced-pressure principal backlow-prevention assemblies are speclfled. [RSWF 42.9 and 62-555.360, F.A.C.] 9 Speclficatlons require the contractor keep as signed approved record copy of all specifications, plans, addenda, supplementary drawings, working drawings, change orders and similar documents in good order ati the construction: site and at another convenient 10 Specifications include ar maintenance plan and schedule for end users. Specifically, the plan shalli include responsibilities of maintenance bei itt the end user orv wastewater managing authority ands schedules for float switch cleaning/repair (annually), STEP system effluent screens (annually) and septic tank inspection and solids/scum removal (3-5 years). Spare parts must alsol be addressed int the maintenance plan. [MOPFD-12 Pages 88, 225, systems. [FL DSG Page! 1-24 and 62-6044004,FA.C 20 RP protection. [62-604.400(1Xb) and (c,F.A.C. 2P 22 12, RSWF 42.25] A) A location where they are readily avallable. [FLI DSG Page III-14] A) and 270-279] Septic Tank and Wetwell Design Inltials Item (or' "NA" Number or' "NC") NA Requirement 11 Pressurization unlt covers and septic tank risers incorporate locking mechanisms which DEPF Form 62-604.300(3)te), Neltlation/Apliatlont forc ConstructinguD Domestic Wastewaler Coledtion/Transmision Systeml Inceperatadbyrelerental Insubsectione 62-604.300(3),F F.A.C (October4,2021) Page 17 Initials Item (or' "NA" Number or"NC') NA NA NA Requlrement provide relief under emergency conditions. [FLDSG Page I-12 and II-6] 12 Pressurization units are properly vented. (Underwriters Laboratory 778 does not consider grinder pumps tol be! hazardous locations as defined in thel National Electrical Code). [FL 13 STEP system septic tanks are vented through the bullding plumbing stack. [MOPFD-12 Page 14 For grinder pump station designs, the minimum storage capacity requiredi is! 50 gallons (additional storage capacity may be required based on local conditions), Storage capacity Is determined! by the operating volume (volume between the pump off and alarm) plust the reserve volume (volume between the alarm level and the top of thel basin). [MOPFD-12 Page 62),STEP system septic tank residual capacity is at least 100 gallons and! 50 gallons storage capacity (as defined above) In the pressurization unit. (FLE DSG Page 1-13 and II-1] 15 Ina areas with! high water tables, grinder pump stations and septic tanks are designed to withstand flotation forces when empty. When siting the pressurization unit, the design considers the potentlal for damage or interruption of operation because of flooding. Pressurization unit structures and electrical andi mechanical equipment: are designed to be protected from physical damage by the: 100-year flood. Pressurization units are designed to remaint fully operational and accessible during the 25- -year flood uniess lesser flood levels are appropriate based on local considerations, but not! less than the 10-year flood, FEMA flood elevations can be found at: p/metmagpptahems [62-604.400(2)e), F.A.C., FLI DSG PageslI-land! II-4, MOPFD-12. Page 259] 16 Septic tanks should be loçated in areas not subject to vehicular traffic but ifs subject to vehicular traffic, shall be provided with an approved structural design and have trafficl lids designed toy withstand vehicular traffic, (FL DSG Page II-1] 17 STEP system septic tanks are located where they are easily accessible for perlodic Inspection and removal of accumulated sollds. [MOPFD-12 Page 243] 18 STEP system septic tank materials speclfied are corrosion resistant as shown by test, 19 Provisions are Included to ensure water-tightness of septic tanks when usedi in pressure sewers, including tank covers, manhole risers and covers, andi inlet and outlet connections. 20 Septic tank construction shall meet the requlrements of Chapter 64E-6,F.A.C.,0r 21 Specifications Include provisions for tank inspection of any existing septic tankt to be converted for usel ina a pressure system (vacuum testing is preferred) andi if determined to not be watertight, the tank shall ber replaced. [FL DSG Page Il-6, MOPFD-121 Pages 22 Specifications include provisions to require that pressurization units are watertight and structurally: sound. The specifications include a loading dlagram depicting the loads the tank willl be subjected to, commensurate with burial depth, groundwater depth, soil types, foundation, bedding and backfill to be used, and other parameters. [MOPFD-12P Page 44] DSG Page I-12 and II-14E EPAACS2.4.7) 2441 NA NA NA NA NA NA NA NA experlence, or analysis. [FLDSGI Page I1-4] [FL DSG2 2(5), MOPFD-12 p225, 246] department regulations 24,25,236, and 246, EPAACS2.5.3) Appurtenances Requirement Initlais Item (or' "NA" Number or" "NC") NA NA 23 Grinder pump systems and STEP septic tank effluent filters are NSF/ANSI 46( (Wastewater Treatment System Components and Devices) certified. If the systems are not NSF4 46 certified, provide al list oft the items that have not been tested and demonstrated' to pass through the system without issue. [FL DSG Pages II-6 and 9] 24 STEP system effluent pumps are of casti iron, bronze, and/or plastic construction oft the centrifugal type with submersible motor. Pumps are mounted int the pump wetwell or septic tank ont three integral support feet or base, [FL DSG Page II-9] DEPFome2694300B141.m Nolifatom/Applatoater: Constructinga Domestic Wastewater Colecton/fransmision Systemt Incoiporated! byreference! Ins subsections 52-604.300(9), FA.C. (October4,2 2021) Pagc 18 Initials item (or' "NA" Number or" "NC") NA Requirement 25 Specifications include measures for the control/alarm panel to bel located outside the house int full view oft the pressurization unit and contained in a! lockable or tamper-free, corrosion-proof and weatherproof NEMA 4x (or greater) enclosure. [FLD DSG Pagel-13, 26 Specifications Include provisions that grinder pump systems and STEP systems utilize an 27 For all pressurization unit designs, a check valve isi installedi int the internal piping ont the discharge side of either the grinder pump or STEP system. Aredundant check valve may also be installed between the discharge coupling of the wetwell and the pressure: sewer 28 The design includes a gate or ball valve tol bel locatedi int the pressurization unit wetwell to prevent backflow when the pressurization uniti is removed for service, (FLDSG2/G)(4)) 29 The design includes a corporation stop or U-valve tol bei installed near the service line/pressure sewer main connection toi isolate the servicel line at each service. Service lines are: speclfled to bei installed at right angles to the main. [FLDSGI Page II-16, EPAA ACS 30 Specifications require boxes and vaults for air release facilities, cleanouts and other appurtenances to bes sized to permit easy removal oft thei facilities, and to permlt operation of the valves. The available space Inside ofa grinder pump station ors septic tanki Is acceptable fori valves, discharge piping and other appurtenances. [FLDSG Page II-12) 31 Designs for all valves shalll be full-diameter opening to permit cleaning with a polyplg or other devices, Valves In nonmetallic pressure sewer pipelines shall be iron, bronze, PVC, nylon or other approved material and shalll have screwed or flanged ends. Valves in metal joint ends, except that int the: smaller sizes, valves may be all bronze withs screwed ends. [FL 32 The specifications include provisions for all valves to be hydrostatically shop pressure tested at 1,725 kPa (25.0 psi) first by applying thel hydrostatic pressure with the valve in the open position and then with the valve In the closed position. Valves fallng to bei tight and secure under the test pressure shall ber rejected for pressure sewer Installations. [FL 33 For designs withy valves installed on pressure sewers constructed witht flexible plpe materials, the design shall not have the valve supported by thej pipel but shall bes supported by an anchored concrete cradle or concrete block. [FLI DSG Pagel II-12) 34 Specifications must provide provisions forv valve boxes tol be constructed of vehicular traffic-rated plastic or coated cast iron and: seti into position during backfilling operations so they will bel In a vertical alignment and parallel toi the valve operating stem. Thel lower casing oft the unit shall be first installed In sucha a manner as to be cushioned andt to not rest directly upon the body of the valve or upont the pressure: sewer main. The upper casing of the unit shall then be placed Inp proper alignment and adjusted toi final grade. Backfilling shall be placed and compacted uniformly around the: structure so as not to disturb the 35 For STEP: systems, specifications include effluent screens. [EPAACS2.4.6.1, MODFD-12 36 Specifications call for all appurtenances to be properly labeled to avold confuslon with potable water and other utility services MOPFD-12Page 40, FLDSG Page III-12] MOPFD-12 Page 12) NA NA NA audio and visual high-water level alarm. [FLI DSG Page II-13) main connection, [FLDSG Page I-15, MODFD-12 Page 12,57] (MOPFD-12 p12,64) AD 2.4.2.2(e), MOPFD-12 Page 39,56] 2D pressure: sewer DSG Page III-12) bei RP pipelines shall iron! body, bronze mounted with flanged or mechanical DSG Page III-12] / vertical alignment. [FLD DSG Page I-12) NA AP Page 226] Electrical Requirement Initials Item (or' "NA" Number or' "NC") NA 37 The design includes pressurization units and control/alarm panels listed by testing DEP Form62-043003Kw).1 Notitcaton/Appleatont for ConstructingaD Domestic Wastewater Coletion/Tlansmision System! Incarporatedbyreeensel ins subsectione 62-604,30013,FAC, (October4,2021) Page 19 Initials Item (or "NA" Number or" "NC") NA NA Requirement laboratories, e.g. Underwriters Laboratories (UL), Canadian Standards Association, or 38 Inp pressurization units, pump motor connections must be watertight [FL DSG Page 1-13] 39 Specifications require conduit ends to bes sealed to prevent molsture and corrosive gases from traveling though the conduit and Into the control/alarm panel. (MOPFD-121 Page 79] 40 For grinder pumps, single-phase motors shall be of the capacitor start/capacitor runt type for highs starting torque. All grinder pumps shall bes standard commercial: shop-tested to include visual inspection to confirm construction in accordance with the specifications for correct model, horsepower, cord length, Impeller size, voltage, phase and hertz. [FLDSG Since thes single-phase submersible centrifugal grinder pump has a capacitor start type motor, the capacitors ands start relays must bel locatedi In a separate control panel enclosure, The control panel should include, but not bei limited to, a magnetic: starter with ambient The relay should have a test buttont for simulation of overload trip and manual reset Fault protection. should be provided vla a molded case magnetic circult breaker with Ahand-off-automatic toggle switch for hand operation with a green light to! indicate the pump-running mode should be provided for each grinder pump and mounted on a bracket The control panel enclosure should be of high-quality construction that meets state and Should there be a power failure, grinder pump maifunction, or flooded wetwell, pump controls and wiring must be accessible and comply with all code regulations to ensure As an alternate an explosion-proof combination motor control/junction box may be Semi positive displacement pumps having thes starter and capacitor located In the pump core require only a standard Junction boxt hook-up to the power source. [FLDSGII-12) Effluent pump starters and capacitors are located inside the motor housing and dor not require a separate control panel contalning these components. [FLI DSG 1l-13] 43 Specifications require the wiringt to connect, grinder pump or STEP systems to the power source be sultable for direct burial and comply with: state andl local electrical codes, Wiring fort thel level sensors and control panel (fr required) must: also comply with these Factory Mutual. [EPAA ACS:2.4.4.2, MOPFD-12 Page 79] Page II-9] NA 41 Designs for grinder pumps require: compensated bimetallic overload relay. button. Internal common trip or multiple poles. inside the control panel enclosure. local safety codes as well as national electrical codes. safety of thes service user or operating personnel. installed inside the grinder pump wetwell. NA NA 42 Designs for STEP systems require: requirements. [FLDSG Page II-13) Force Mains and Service Lines Initlals Item (or "NA" Number or"NC"). 99 NA Requirement 44 The project is designed with no physical connections between ap public or private potable water supply system and a sewer or force main and with no water pipes passing through or coming Into contact with any part of a sewer manhole. [RSFW 38.1 and 48.5] 45 Grinder pump force mains are designed to occur, at design pumping rates, a cleansing velocity of at least 21 feet per second (1f ft/second for STEPS system force mains) once or twice dally. Maximum velocities shall not exceed 81 feet per second. Pipes sizes shall be determined based on these criteria. FLI DSG Page 1-16, RSWF 42.38, EPAACS-2.4.1.2, 46 For projects with existing bulding sewer service lines, the speclfications note that the existing building sewers shalll be inspected as described in the Unlform Plumbing Code and MOPFD-12 Pages 49, 238] NA DEPF Form6 62-604.3 300(3/(a), Nalitatiom/Apkatomtere Constructinga Domestic Wastewater Coledton/Tansmision System! Incorporatedbyn referencelnsu sabsatlon624043009.4 FA.C, (October4,2 2021) Page 20 Initials Item (or' "NA" Number or" "NC") AP NA RP KR AP Requirement replaced ift not watertight. [MOPFD-12 Page 243] 47 Designs utilize thet following: when calculating friction! losses through pressure mains, utllize al Hazen-Wiliams roughness coefficient Cini English units of 1301 to 1501 for Polyvinyl Chloride (PVC) and High-Density Polyethylene Pipe (HDPE). [FLI DSG Page I-16] 48 The design shows each building sewer with a cleanout located outside and close tot the structure (bullding or home) and/or at the point of demarcation between building owner 49 Specified pressure main pipe andj joints are equal to water main strength materials suitable for design conditions. (FLI DSG Table 1-5(5)) [RSWF 48.4, FLDSG Pages II-15, and Il-1 50 Where pressure mains are constructed of material that might cause the pressure main to be confused with potable water mains, specifications require thet force main to be clearly 51 Specifications include measures for inductive wire (toning cable) to be buried with pressure mains for future location assistance. [FLI DSG Pages I-20 and II-13, EPAACS 52 The design Includes cleanouts and/or shutoff valves to bel located at all pipe junctions, pipe terminations, and atl locations where pipe sizes change. Note, this requirement may be fulfilled in phases for new developments with approval oft the Department. Stub outs on pressure mains are placed in: anticipation off future connections and equipped with a valve Ati intersections, valves are plaçed ont the upstream side: so that individual incoming pipes can bei isolated without cutting off service to the other branches. Isolation valves shall always be fully ported type valves, [FLDSGI Page I-21 andl III-12, EPAACS2.4.5.1, MOPFD- 53 Designs includet the spacing of Inline shut-off valves at least every 6001 ft In high-density areas and not more than 10001 ft in low-density areas. [FLDSGI Page I-21] 54 Designs provide for wastewater type air relief valves to be placed at high points int the force maini to prevent air locking. Automatic air release valyes are designed to prevent wastewater. solids and grease from reaching the valve operating mechanism.. Air and gases are released from the valve byf float action. Air Release valves are provided for downslopes Ine excess of 10%. Provisions for cleaning the valve by backflushing: shall be provided. [RSWF 48.2,FLDSG Pages 1-22 andl II-11, EPA/ ACS2.4.2.1.e and: 2.4.5.2, MOPFD-12 Pages 12 and 55 The design provides for adequate preventive measures to avoid the accumulation of gases and district maintenance. |MOPFD-12 Pages 60- 61] through4.] identified. [RSWF 48.7] 2,4.2.1.c, MOPFD-12 Page 266) P to allow such connection without interruption of service. 12 Pages37 and! 55, 62-604,4002)6), F.A.C.] D 38] and airi inj pressure sewer mains. These include: Submersion of pressurization unit pumpl Intake to prevent. siphoning or vortexing Proper design to prevent undue retention time of wastes inj pressure sewer where blological and chemical. activity may produce gases. [FLDSGI Page 1-22] 56 The design minimizes thel liberation of hydrogen sulfide gas where appropriate, such as at discharges to conventional; gravity sewers. For example, the connection point ofa pressure sewer system toa conventional, gravity sewer system should be designed by Introducing the pressure sewer discharge Intot the stream of the gravity sewer main or 57 Leakage tests for force mains are: specified including testing methods andl leakage limits. 58 Specifications require service lines to be installed: at a depth sufficient to prevent any 59 Speclfications require all pressure sewer mains to be constructed to a minimum depth of 30 inches or as required and as measured from the final ground surface to thet top of the 60 Specifications require pressure sewer maini installation be in accordance with AWWA C600 for ferrous pressure pipe, D2774 for thermoplastic pressure sewer pipe, ASTM 3839 for after shut-off. RP NA equal alternative. (FL DSG Page 1-23] RP 2P AP ED [RSWF 48.8] mechanical damage but not lesst than 1 foot. [FLI DSG Page II-16] barrel of the pipe. [FLDSG Page III-4, MODI FD-12 Page 11] DEPF Form62-504.3 300(3)a), Notiftratien/Aplicationt for ContructingaDomestey Wastewater Colectonransmision System! Incorporatedt byrelerencel Ins subsection6 62-60430013FAC, (October 4, 2021) Page 21 Initials Item (or' "NA" Number or' "NC") Requirement thermosetting pressure sewer pipe or approved manufacturers' writteni installation instructions. [FL DSG Page II-6] Bridge and Stream Crossings Initials Item (or "NA" Number or"NC") NA Requirement 61 Thel low pressure sewer system or STEP system Is designed to meet the' "Stream Crossings" portion (items 27-33) oft the Colection/Tansmission System Design Information beglnning on page 4 of DEP Form 62-6 604.300(3)(a), Notification/Application for Constructinga Domestic Wastewater Colection/Pransmission System. 626043003)0,FAC Emergency Operations Initials Item (or' "NA" Number or "NC') NA NA NA Requirement 62 Pump stations are designed with an alarm system whicha activates in cases of pump failure, or high! level. The audio-visual: alarm system shall have: as self-contained power supply, 63 Generators are not required fori individual grinder pump stations, however ife emergency electric generation: systems are utilized, they shall have sufficient capacity to start upa and malntain the total rated running capacity of the: station. 62-604.400/2Xa3, F.A.C., and 64 The design provides for emergency equipment to be protected from operation conditions that would result in damage to the equipment andi from damage at ther restoration of Conventional Force Mains, Pump Stations, Gravity Sewers and Manholes [RSWF 46) RSWF 47.431] regular electrical power. [RSWF47.411, 47.417,a and 47.432] Initials Item (or' "NA" Number or" "NC") £ Requirement 65 For conventional force mains, pump stations, gravity sewers and manholes used after leaving the lower pressure sewer system or STEP system, the project design meets the "General Requirements" and applicable portions of the Colection/Tansmision System Design Information beginning on page 2 of DEP Form 62-604.300(3,a), Notfication/Applation for Constructing a Domestic' Wastewater Colection/Tansmision System. 62-604300010,FAC DePFomn62804300BloiM Nolicatwalpikalionterc Constivatingapomestey Wastewater. Colierlar/Ttmnmision Systemk Incorporated! byreferencelns subsection6 62-604.300(3), FAC, (October4,2021) Page 22 EXPLAINATION FOR REQUIREMENT MARKED "NA" OR" NC'FORATTACHMENTI Items 11-22: There are no Septic Tanks or Wetwells being proposed int this application. Items 23-28: There are no Grinder pumps, STEP Systems, or Pressurization Units being proposed within this application. Items 35: There are no Septic Tanks being proposed within this application. Items 37-43: There are no grinder pumps, septic tanks, or pressurization units being proposed within this submittal. Therefore, there is no need for related electrical designs, standards, and Item 45: Due to extremely low demand and large pipe diameter relative tot the demand wastewater flows cannot exceed 2 CFS. This is acceptable to the City of Everglades City staff who will own and Item 48: A cleanout will be provided at the home before connection to the private grinder pump lift station. However, this is not reflected in the Forcemain Dryline Connection Plans, prepared by our testing within this application. maintain this sewer infrastructure. firm. Item 56: There is no Gravity Sewer being proposed in this application. Item 61: There are no Bridge or Stream crossings within this application. emergency operation for pumps is not necessary in this submittal. Items 62-64: There are no pump stations being proposed within this application. Therefore, Attachment II - Requirements for a Vacuum Sewer System General Requirement Initials Item (or "NA" Number or "NC") 1 The project is designed based on an average daily flow of 100 gallons per capita plus wastewater flow fromi industrial plants and majori institutional: and commercial facilities unless water use data or other justification is used tol better estimate thei flow. [RSWF 2 The design includes an appropriate peaking factor (minimum ratio of 31 for peak 3 Procedures are: specified for operation oft the existing colection/transmission system during construction if work is performed on a system currentlyi in operation. [RSWF 20.15] 4 Except for on-lot facilities, the project is designed to be located on public rights-of-way, land owned by the permittee, or easements. 62-604,400()D) F.A.C.] 5 Ac central management entity, be it public or private, isi identified for operation and maintenance of the on-lot facilities associated" with alternative olection/transmission systems. [FLE DSG Page I-24 and 62-604,4004,FAC 6 The project is designed tol be! located no closer than 1001 feet from a public drinking water supply well and no closer than 751 feet from a private drinking water supply well; or documentation is provided showing that another alternative will resulti in an equivalent level of reliability and public! health protection. 62-604,4001)c), F.A.C.) 7 The project is designed withr no physical connections between: a public or private potable 8 The project is designed to preclude the deliberate introduction of storm water, surface water, groundwater, roof runoff, subsurface drainage, swimming pool drainage, air conditioning system condensate water, non-contact cooling water and sources of 9 At the completion of each day'sv work, testing on vacuum mains and vacuum service pit connections laid that day is specified requiring; 1) the completed portion oft the system be plugged and: subjected to a vacuum of 22 inches Hg and then allowed to stabilize for 15 minutes prior to monitoring; and 2)a a vacuum loss of less than! 1% per hour during the 10 Final testing on completed vacuum mains and vacuum: service pit connections iss specified requiring: 1)t the completed portion of the system be plugged ands subjected to a vacuum of 22 inches Hg and then allowed to stabilize for 15 minutes prior tor monitoring; and 2)a vacuum loss of less than19 % per hour during the minimum testing period of 4 hours. 11.243] hour/design average flow). IRSWF11.243] water supply system. [RSWF 38.1 and 48.5] uncontaminated wastewater. [62-604.400(1)d), F.A.C.) minimum testing period of2 hours. [MOPFD-12 #1 Page 205] [MOPFD-12 #2 Page 205) Vacuum Collection System Initials Item (or "NA" Number or"NC") Requirement 11 The entire piping network is designed to keep thel bore oft the entire pipeline open; sections of pipeline are not purposely sealed. [MOPFD-12 #2 Page 200] 12 The vacuum: sewer: system is designed with a minimum air-to-liquid ratio of two parts air to 13 The vacuum: sewer: system is designed witha a maximum static loss of 131 feet and a maximum friction loss of 51 feet in any single flow path. [MOPFD-12 #6 and #7 Page 200] 14 The project is designed with no vacuum sewer mains less than 4i inches in diameter. 15 Pipe andi fittings for vacuum: sewer pipei is SDR 21 pressure rated PVC! pipe with double- lipped, pushon gasketed joints. [MOPFD-12 #13 Page 202 and Page 129] 16 General design configuration for uphill transport is based on a saw tooth pipeline profile; one part liquid. [MOPFD-12 #5 Page 200] [MOPFD-12: #2 Page 201] DEPF Form62- 504.300(3)(a), Notftcatom/Apicationt for Constructingal Domestic Wastewater Collecton/Transmision Systeml Incorpoatedbyrelerene. ins subsection 62-6 604.3 300(3), FA.C., (October4 4,2 2021) Page 23 Initials Item (or' "NA" Number or' "NC') Requirement or documentation is provided showing other vertical profiles are justified by appropriate 17 When vacuum sewer mains or branches must ascend a hill, multiple lifts are designed ata minimum distance of 20f feet apart. Between each lift, vacuum lines are installed witha uniform slope, sot that minimum fall of 0.251 feet is achieved between these lifts. [MOPFD- 18 The project is designed with no single! lift of vacuum. sewer main exceeding 31 feet inb height. 19 The project is designed with 51 maximum lifts in as series. As series of 5 lifts is designed to be separated by atl least 1001 feet of vacuum mains fromi the next lift or series of lifts, atl least one energy input is designed in the zone ofs separation. [62-4.070(3), F.A.C.] 20 Ifr not uphill transport, vacuum sewer mains are designed with a minimum slope of 0.20%. For profile changes less than 125f feet apart, the minimum fall between profile changes is 21 Ifd directional drilling, installation tolerances for vacuum: sewer main slope are: specified the 22 The maximum design flows (i.e., peak flows) for vacuum sewer main sizing is designed as follows: 4-inch pipe/38 gallons peri minute (gallons perr minute (gpm)); 6-inch pipe/105 gpm; 8-inch pipe/210 gpm; and 10-inch pipe/375 gpm. For vacuum mains larger than 10- inches, flow data supports the peak design flow capacity of that pipe size. [MOPFD-12#4 23 The project is designed with 20001 feet maximum length for any one run of 4-inch diameter 24 For changes in horizontal. alignment, two 45-degree bends connected by a short section of piping are designed, rather than one 90-degreel bend. [MOPFD-12 #8 Page 201) 25 The project is designed with isolation valves at every branch connection and ati intervals no greater than 15001 feet on vacuum sewer mains. Resilient coated wedge gate valves anda valve box or other approved apparatus, tot facilitate proper use of the valve, are specified. 26 The vacuum sewer: system is designed to prevent damage from superimposed loads. 27 The vacuum sewer system is designed to meet the "Stream Crossings" portion (Items 27- 33) of the olection/ransmission System Design Information beginning on page 4 ofDEP Form 62- 604.300(3)(a), Notfication/APplcation for Constructing al Domestic Wastewater 28 The project is designed so that all new orr relocated, buried vacuum sewers, are located in accordance with thes separation requirements from water mains and reclaimed water lines ofF Rules 62-604.400(2)8) and (h), F.A.C. Note, ift the criteria of Rules 62-604.400(2)8) 4.or (2)(h)3., F.A.C., are used, describe in Part II.(5)B. alternative construction features that will be provided to afford a similar level of reliability and public! health protection. [62- engineering data. [MOPFD-12: #1 Page 201) 12 #10 Pages 201 and 202] [MOPFD-12 #6 Page 201] 0.25 feet. [MOPFD-12 #3 Page 201] same as those required for open trenching, [62-4.070(3), F.A.C.J Page 201) vacuum sewer main. [MOPFD-12 #5 Page 201] [MOPFD-12 #9 Page 201) [RSWF 33.7] Colection/Tansmision System. 626043000)0,FAC 604.400(2)g) and (h), F.A.C.; 62-555.314, F.A.C) Vacuum Valves Initials Item (or' "NA" Number or" "NC") Requirement 29 Vacuum valves with the ability to pass a 3-inch spherical solid are specified. [MOPFD-12#1 30 Valves that are vacuum-operated on opening and: spring-assisted on closing are: specified. 31 Valve configuration is designed so that the collection system vacuum ensures positive valve seating. Valve plunger and shaft is designed to be completely out of the flow path when Page 204) [MOPFD-12 #2 Page 204] valve isi in the open position. [MOPFD-12 #3 Page 204] DEPF Form 62-6 604.300(3)(a), Notifcation/Aplication: ford Constructingal Domesticy Wastewater cellection/Transmision Systeml Incorporatedb byzeference! Ins subsections 62-6 604.3 300(3),F F.A.C., (October4,2 2021) Page 24 Initials Item (or "NA" Number or" "NC') Requirement 32 The valve is designed to be equipped with a sensor-controller that relies on atmospheric air and vacuum pressure from the downstream side of the valve fori its operation, thereby requiring no other power source. The controller is designed to be capable ofr maintaining the valve fully open fora at fixed period of time and be field-adjustable over a range of3to 33 Witht the exception of theg gravity lateral line air-intake, no other external sources of air are 34 An internal sump breather unit arrangement is designed to connect the valve controller to its air: source and provide a means of ensuring that no liquid can enter the controller during system shutdowns andi restarts. It shall also be designed to prevent sump pressure from forcing the valve open during low vacuum conditions and provide positive sump venting, regardless of trapsi in thel home gravitys service line. [MOPFD-12 #6 Page 204] 10 seconds. [MOPFD-12 #4 Page 204] designed as a part oft the valve assembly. [MOPFD-12 #5 Page 204] Valve Pits Requirement Initials Item (or' "NA" Number or' "NC") 35 Peak flow to any vacuum valve piti is designed to a maximum of 3 gallons per minute. 36 When specific valve service lines having suction lifts in excess of 5,51 feet are designed, the static losses added to thel losses fort that main do not exceed 13 feet. [MOPFD-12 #6 Page 37 Suction lifts from the bottom oft thel holding sump to the valve centerline do not exceed 8 38 A single valve piti is designed tos serve a maximum of four separate building sewers, but no 39 On a system-wide design basis, the overall separate building sewer to valve pit ratio does 40 No single property or parcel is designed to bes served by more than one valve pit, unless justification is provided to support multiple valve pits. [MOPFD-12: #2 Page 202) 41 Valve pits installed within a road right-of-way or other area: subject to vehicular traffic shall be designed and installed to withstand appropriate traffic loads. [MOPFD-12 #4 Page 202] 42 Valve pits are designed to have a receiving sump with a minimum of 50 gallons of storage. 43 Valve pits are designed to prevent entrance of water int the sump and fort the vacuum valve to remain fully operational if submerged. [MOPFD-12 #6 Page 203] 44 Valve pit locations are designed to be easily accessible, so that valves may be easily removed: and replaced. [MOPFD-12; #7 Page 203] 45 Valve pits are designed toi include a 3"1 flexible PVC connector connected directly to the valve pit between the valve pit and vacuum sewer main. MOPFD-12 Page 162] 46 Valve pits are designed to include gravity: service connection stub-outs piping to which the sewer customer will ultimately connect. Customer connections are designed via gravity flow to the vacuum pit location. [MOPFD-12 #9 Page 203 and #1 Page 209) [MOPFD-12 #3 Page 202] 200] feet. [MOPFD-12 #6 Page 200] moret than 3 gallons per minute. [MOPFD-12 #1 Page 202] not exceed 2.5:1. [MOPFD-12 #1 Page 202] [MOPFD-12 #5 Page 202) Buffer Tanks Requirement Initials Item (or' "NA" Number or"NC") 47 Buffer tanks are designed instead of single valve pits ift there are monresidenta/commerdal or high flow inputs greater than 3-gpm peak flow or ift there is no other practical method of serving the property by additional vacuum mains and valve pits. [MOPFD-12 #1 Page 203] DEPF Form6 62-604.3003)a),i Notifcation/Apleationt for ConstructingaD Domestic Wastewater Collecton/Transmision Systeml hncerporateébylelerencew Insubsection6 62-604.3 300(3), FA.C., (October 4,2 2021) Page 25 Initials Item (or' "NA" Number or' "NC") Requirement 48 Buffer tanks are designed tol have an operating sump of nol less than 10 gallons ata 49 No more than 25% oft thei total peak design flow on as system-wide basisi is designed to enter through buffer tanks, unless justification is provided depending ons statica and friction 50 No more than! 50% oft thet total peak design flowi is designed to enter a single vacuum main through buffer tanks, unless justification is provided depending on static and friction loss 51 One 3-inch vacuum valve is designed to be used for every: 15 gpm at peak wastewater flow. For higher flows, the wastewater is designed to be admitted to a splitter manhole which will evenly split and divert the flow to multiple valve buffer tank units. [MOPFD-12 #6F Page 52 When: specific buffer tank valve pits having suction liftsi in excess of5 5.51 feet are designed, thes staticl losses added to thel losses for that main do note exceed: 13 feet. [MOPFD-12#6 53 Suction lifts from the bottom of the holding sump to the valve centerline do not exceed 8 54 Dual buffer tanks are designed tol be connected to a 6-inch or larger vacuum main; where three or more valves are used, an 8-inch vacuum main or larger is specified. [MOPFD-12#7 55 The design requires: 1) buffer tanks be constructed of minimum 4-feeti internal diameter precast concrete manhole sections; and 2) allj joints and connections on the buffer tank must be water-tight. Above ground venting of the vacuum' valve must be installed, to ensure proper venting, int the event that the! buffer tank becomes filled with wastewater. 56 Provisions are included with the buffer tank design to allow for separation of the valve access areai from thes sanitary wastewater storage area. [MOPFD-12 #9 Page 2041 57 Provisions are included with the! buffer tank design for maintenance personnel access. wastewater depth of 10t to 14 inches. [MOPFD-12# #3 Page 203] loss and buffer tank location. [MOPFD-12 #4 Page 203] and buffer tankl location. [MOPFD-12: #5 Page 203) 203] Page 200] feet. [MOPFD-12 #6 Page 200] Page 204] [MOPFD-12 #8 Page 204] [MOPFD-12 #9 Page 204) Individual Gravitylaterals Initials Item (or "NA" Number or"NC') Requirement 58 Inspection and approval ofi individual gravity laterals are specified before final connection and vacuum valve installation requiring: 1)! laterals be no less than 41 inches in diameter; and 2) laterals bes schedule 40 PVC or pressure-rated PVC (SDR: 21 or SDR: 26) or similar. 59 Air-intakes for eachi individual gravity lateral are: specified requiring that: 1) air-intake piping and fittings be the same diameter as thel lateral; 2) air-intakes extend a minimum of 21 feet above ground level with a gooseneck to protect against flooding; 3) air-intakes contain as stainless-steel: screen to prevent the entry ofr rodents, insects, and debris; and 4) air-intakes bel located to prevent damage tot the piping. As an alternative to air-intakes, 6- inch Dedicated. Air Terminals are specified. [MOPFD-12 #8 Page 203 and #4 Page 210] [MOPFD-12: #2 and #5 Page 210] Vacuum/Pump Stations Initials Item (or' "NA" Number or"NC") Requirement 60 Ina areas' with high water tables, stations are designed to withstand flotation forces when empty. When: siting the station, the design considers the potential for damage or interruption of operation because of flooding. Station structures and electrical and DEPF Form62-6043003)0),4 Nolfieation/Appkationt for Constructinga Domesticl Wastewater Collection/Pransmision Systeml Incorponatedbyleferencek insubsectiont 52-6 604.300(3), FA.C., (October4 4,2 2021) Page 26 Initials Item (or' "NA" Number or" "NC') Requirement mechanical equipment are designed to be protected from physical damage byt the 100-year flood. Stations are designed to remain fully operational and accessible during the 25-year flood unless lesser flood levels are appropriate based onl local considerations, but not less 61 Stations are designed to ber readily accessible by maintenance vehicles during all weather 62 The total volume of they vacuum collection tank is designed tol bet three times the collection tank operating volume, plus 400 gal, witha a minimum size of 1000 gallons. [MOPFD-12#3 63 Necessary pipe, fittings, and valves are: specified to allow for emergency pumping out of 64 A minimum of two pumping units are: specified for both the vacuum; pumps and the wastewater pumps, with each being capable of handling peak flow conditions withi the 65 The design includes provisions to automatically alternate the pumps in use, [RSWF 42.4] 66 Vacuum pumps are designed for both peak flow fromt the vacuum valves adjusted toa2:1 air-liquid Inlet time ratio andi for a system pump down time between 1 and 31 minutes with 67 Wastewater discharge pumps are designed using an appropriate peaking factor. [MOPFD- 68 Pumps handling raw wastewater are designed to pass spheres of at least 3 inches in diameter. Pump suction and discharge openings are designed to be at least 41 inches in diameter. Note, this is not applicable to grinder pumps. [RSWF 42.33] 69 The design requires pumps be placed. such that under normal operating conditions they will operate under aj positive suction head. [RSWF 42.34] 70 Wastewater discharge pumps are adequate to maintain a minimum velocity of 21 feet per second in the force main. [RSWF 42.38] 71 Certification is specified fromi the pump manufacturer stating that wastewater discharge pumps are: suitable for use in a vacuum: sewer installation. [MOPFD-12 #5 Page 206] 72 The design requires: 1) suitable shutoff valves (plug valves or resilient coated wedge gate valves) be placed ont the: suction line of wastewater discharge pumps; 2) suitable shutoff and check valves be placed on the discharge line of each wastewater discharge pump; 3)a check valve be located between the shutoff valve and the wastewater discharge pump; 4) check valves bes suitable for the materiall being! handled; 5) check valves be placed on the horizontal portion of discharge piping (except for ball checks, which may be placedi in the vertical run); 6) all valves be capable of withstanding normal pressure andy water hammer; and 7) all shutoff and check valves be operable from the floor level and accessible for maintenance. [MOPFD-12 #6: and #8 Page 206 and RSWF 42.5] 73 Isolation valves are: specified between the vacuum collection tank, vacuum pump(s), influent line, and raw wastewater discharge pipe. [MOPFD-12; #7 Page 206] 74 Vacuum station piping and fittings 4i inches andI larger ares specified to be 150! #ANSI flanged ductile iron. Piping and fittings less than 4i inches are: specified tol bes schedule 80 PVC with solvent-welded, joints. [MOPFD-12: #10 Page 206) 75 Station testing requirements are specified in accordance with the vacuum system manufacturefsstandard. [MOPFD-12 #12 Page 206] 76 Instrumentation and control systems to provide operational functionality are: specified to manufacturer's: standard. Provisions for automatic pump alternation are included int the instrumentation and control system. Thei instrumentation: and control system to bear the ULI label, pert the requirements of UL 508 and UL 508A. [MOPFD-12 #1 and #2 Page 208] 77 The design requires: 1) stations be protected from lightning and transient voltage surges; and 2) stations be equipped with lighting arrestors, surge capacitors, or other similar protection devices and phase protection. 62-604,40012)D), F.A.C.) 78 The design provides for adequate ventilation ina accordance with RSWF 42.7. [MOPFD-12 than the 10-year flood. [62-604.400(2)e), F.A.C.] conditions. [RSWF41.2) Page 207] the vacuum collection tank. [MOPFD-12 #9 Page 206] other out ofs service. [MOPFD-12 #3 Page 206] one pump noti in service. [MOPFD-12 #2 Page 207 and 208] 12 #2 Page 206 and 207] Page 208 and RSWF 42.7) DEPI Form6 62- -604.3 300(3)a), Notfiation/Apltationt for Constructingat DomesticV Wastewater Calection/Pransmision System! Incorporated! byreference! Ins subsection 62-6 604.3 300(3), FA.C., (October4 4,2 2021) Page 27 Initials Item (or' "NA" Number or" "NC') Requirement 79 Electrical equipment andi installation are designed to meet the requirements of the National Electrical Code. [MOPFD-12 #2 Page 208] 80 Adequate temperature control is designed fort the main electrical equipment and primary power distribution. [MOPFD-12; #5 Page 209] 81 Potable water, power, and telephone service iss specified to be provided to the vacuum/pump station, [MOPFD-12 #6 Page 209] 82 Outdoor lighting for security is specified. [MOPFD-12 #9 Page 209] 83 Stations are designed and located on thes site tor minimize adverse effects from odors, noise, andl lighting. [62-604.400(2)c), F.A.C.] 84 The design requires stations be enclosed with af fence or otherwise designed with appropriate features to discourage the entry of animals and unauthorized persons. Posting of an unobstructed sign made of durable weather resistant material at al location visible to the public witha at telephone number for ap point of contact in case of emergency is 85 The design provides for suitable and: safe means of access in accordance with RSWF 42.23. 86 Specified construction materials are appropriate under conditions of exposure to hydrogen suifide and other corrosive gases, greases, oils, and other constituents frequently present inv wastewater. Thet ferrous metal components of the vacuum pump: station are: specified to be protectively coated to prevent corrosion. [MOPFD-12 #11 Page 206 and RSWF 42.25) 87 The design includes provisions to facilitate removing pumps, motors, and other mechanical 88 The design requires suitable devices for measuring wastewater fiow at all pump: stations. Indicating, totalizing, andi recording flow measurement are: specified for stations with a 350 89 Thes station is designed with no physical connections with any potable water supplies. Ifa potable water supply is brought to a station, reduced-pressure principle backflow- prevention assemblies are specified. [RSWF 42.9 and 62-555.360(4), F.A.C.) specified. 62-604.400/2)d, F.A.C.] [RSWF 42.23] and electrical equipment. [RSWF 42.22] gpm or greater design peak flow. [RSWF 42.8) Emergency Operations for Vacuum/Pump Stations Initials Item (or' "NA" Number or" "NC") Requirement 90 Stations are designed with an alarm system which activates in cases of power failure, pump failure, unauthorized entry, or any cause of; pump station malfunction.. Station alarms are designed to bet telemetered to at facility thati is manned: 241 hours a day. Ifs such ai facilityi is not available, the alarm is designed to bet telemetered to utility offices during normal working hours and tot the home of the responsible person(s) in charge of the lift station during off-duty hours. Note, if an audio-visual alarm system with a self-contained power supplyi is provided in lieu ofat telemetered system, documentation is provided: showing an equivalent level ofr reliability and public health protection. [RSWF 46] 91 The design requires emergency pumping capability be provided for all stations. For stations discharging through pipes 12 inches or larger, the design requires uninterrupted pumping capability be provided, including ani in-place emergency generator. Where portable pumping and/or generating equipment orr manual transfer is used, the design Includes sufficient storage capacity with an alarm system to allow time for detection of station failure and transportation and connection of emergency equipment. 62-604.4002)a)1. and 2., F.A.C., MOPFD-12 #4 Page 209 and RSWF 47.423 and 47.433] 92 The design requires: 1) emergency standby systems to have sufficient capacity to start up and maintain thet total rated running capacity of the: station, including lighting, ventilation, and other auxiliary equipment necessary for safetya and proper operation; 2) special sequencing controls be provided to start pump motors unless the generating equipment DEPF Form62-6 604.300(3)a), Notfeatton/Apltationf forc Constructinga Domestic Wastewater colectom/ramsmision System! Incorporatedb byreferencel ins subsectionE 62-6 604.300(3), F.A.C., (October4 4,2021) Page 28 Initials Item (or' "NA" Number or" "NC") Requirement has capacityt to start all pumps simultaneously with auxiliary equipment operating; 3)a riser from the force main with rapid connection capabilities and appropriate valving be provided for all stations to hook up portable pumps; and 4)a all station reliability design features be compatible with the available temporary: service power generating and pumping equipment of the authority responsible for operation and maintenance oft the colection/ransmision system. 62-604,4002)03, F.A.C. and RSWF 47.431] 93 The design provides for emergency equipment to be protected from operation conditions that would resulti in damage to the equipment andt from damage at the restoration of regular electrical power. [RSWF47.411, 47.417, and 47.432) 94 For permanentiy! installed internal combustion engines, underground fuel storage and piping facilities are designed in accordance with applicable state and federal regulations; and the design requires engines tol bel located above grade with adequate ventilation of fuel vapors and exhaust gases. [RSWF 47.414 and 47.415] 95 For permanently installed orp portable engine-driven pumps are used, the design includes provisions for manual start-up. [RSWF 47.422] 96 Where independent substations are usedi for emergency power, eachs separate substation and its associated transmission linesi is designed to be capable of starting and operating the pump station at its rated capacity. [RSWF47.44) Conventional Force Mains, Pump Stations, Gravity Sewers and Manholes Initials Item (or' "NA" Number or "NC") Requirement 97 For conventional force mains, pump stations, gravity sewers and manholes used after leaving the vacuum/pump station, the project design meets the "General Requirements" and applicable portions of the Colection/Tansmission System Design Information beginning on page 2 of DEP Form 62- 604.300(3)(a), Notification/Applcation for Constructing al Domestic' Wastewater colection/ransmisson System. 62-604,3003)a), F.A.C.) DEPF Fomm6 62-6 604.300(3)(a), Nolfcaton/Aplatient far Constructinga Domestlc Wastewater Coletion/lansmision System! Incorporatedb byreference! Ins subsection6 62-6 604.300(3), F.A.C., (October4 4,2021) Page 29 GAVN J NOWVA3T3 d0 GAVN I NOUVA33 CITYOFEVERGLADES CITY NOTICE OF MEETING. ANDAGENDA Everglades City Council Mayor: Howell Grimm, Jr. Mayor Pro' Tem: Vicky Wells Council Members: Re City Michael McComas, Diana Valdes, Tony Pernas, Parker Oglesby City Attorney: Zach Lombardo*City Clerk: Dottie. Joiner THE CITY OF EVERGLADES CITY WILLHOLD. Al REGULAR CITY COUNCIL MEETINGON TUESDAY, JUNE 4, 2024 AT 7:00 PM CONDUCTED HYBRID WITH A QUORUM OF COUNCIL MEMBERS PRESENT IN COUNCIL CHAMBERS AT CITY HALL EVERGLADES CITY, FLORIDAAND OTHERS PRESENTI BYVIDEO CONFERENCE. 1. 2. CALLTOORDER Mayor Grimm called the meeting to order at 7:00 pm. INVOCATION AND PLEDGE OF ALLEGIANCE City Attorney Zach Lombardo led thel Pledge of Allegiance. Mayor Grimm gave thel Invocation. 3. ROLLCALL Michael McComas, Diana Valdes, Vicky Wells, Tony Pernas, Mayor Grimm, City Attorney Zach) Lombardo, City Clerk Dottie. Joiner, Assistant Karen Cochran. Absent: Councilperson Oglesby. See attached attendance sheets. 4. APPROVAL) ADDITIONS, OR DELETIONS TO AGENDA Counciperson Wells moved to delete agenda item 7f& 7.g. Councilperson Pernas second. Discussion- Alli inj favor: REPORTS a. Mayor's Report 5. Mayor Grimm-we discussed at thel last meeting doing a resolution on the CUA's! but there are no plans to raise the fee sO we don'tr need to do a resolution. Councilperson McComas moved to accept the financial statement/April 2024. b.Acceptance of Financial Statement/April 2024 Councilperson Wells second. Discussion- Alli in favor: See attached report. c. Collier County Sheriff's Department Report Sergeant Ruthie-Thank you for thei fish fry. Mayor Grimm-Thank you for all you do. d. Greater Naples Fire District Report Absent. U Utility's Report Absent. Mayor Grimm-We can pass on to fire that thel LT on duty can give thei fire report. f.Building) Inspector/P & Z/Code Enforcement Report Terry Smallyood-Regular P4 &Zand Codel Hearing on the 3rd' Tuesday of this month. Tammie Pernas-We are continuing to work with' Tetra' Tech and FEMA-working with Daniel Magro on the roof at city) hall-quotes exceeded $50,000 sO we willl be going out tol bid-CPH is working on the vulnerability and adaptation plan-first public meeting g. Financial Administrators. Report June 10 from 5-7 pm here at city hall. 6. 7. PRESENTATIONS None. PRIMARY BUSINESS a. Consideration and approval of second reading of Ordinance 2024-4/amending mowing Ordinance 1993-3 and amended 96-02 Mayor Grimm read in Ordinance 2024-4. Counciperson McComas moved to approve thes second reading of Ordinance 2024- 4lamending mowing Ordinance 1993-3a and amended 96-02. Councilperson Pernas second. Discussion- Alli in favor: Inspections b. Consideration and approval of second reading of Ordinance 2024-5/Mlestone Mayor Grimm read in Ordinance 2024-5. Counciperson McComas moved to approve the second reading of Ordinance 2024- 5/Milestone. Inspections. Councilperson Wells second. Discussion- Alli inj favor: c. Consideration and approval of McLeod Park Shade/Kompan Councilperson Pernas made a motion to approve the McLeod. Park, Shade/Kompan. Councilperson Wells second. Discussion- Alli in favon: d. Consideration and approval ofl Everglades Seafood Festival Agreement 2025/FLSCA Councilperson McComas moved to approve the Everglades Seafood Festival Agreement 2025/FLSCA. Councilperson Pernas second. DscuaslonrComcipcnen Pernas-forfuture events we need to look at similar agreements. Alli inj favon: e.Consideration of proposed Settlement. Agreement/Parcel No. 83495040003 Town of Councilperson McComas made a motion to accept the proposed Settlement AgreementParcel. No. 83495040003 Town of Everglades, Block. 151 Lot 11/mowing Everglades, Block 151 Lot 11/mowing lien lien. Councilperson Wells second. Discussion- Alli inj favor: Consideration and approval of] Infrastructure. Agreement for additional connection/1139 Chokoloskee Drive Deleted from the agenda. connection/290 Worley Street Deleted from the agenda. Consideration and approval of] Infrastructure Agreement for additional h. Consideration and approval of Resolution V/4-Adminstration Costs Mayor Grimm read in Resolution 2024-9. Councilperson Wells second. Discussion- Alli inj favor: 8. PUBLICI COMMENT None. Councilperson McComas moved to approve Resolution U24-Admimsration Costs. 9. APPROVALOFMINUTES DATED 5-7-24 Councilperson Pernas made a motion to approve the minutes dated 5-7-24. Councilperson Valdes second. Dacusion-Commdpersen Wells-I was not here. Councilpersons McComas, Valdes, Pernas-Yes. 10. CITYREPORTS a. Council Members: Vicky Wells-I think we really need tol hire a code enforcement officer. City Attorney Zach Lombardo-Do aj job posting. Michael McComas-No report. tol have police presence at our events. Diana Valdes-The end of school bash at the park Friday night was great-we would like Tony Pernas-The dredging is chugging away-they are doing another survey next week- they will be doing the turni in at Everglades Isle and Panther Creek but money is needed-Tony will approach) Everglades Isle because this is a good opportunity for a full sweep-working with Rick: and Howie on thel booster plant-fence willl be up soon then we willl be getting plants and weeds out of the LCEClot. Parker Oglesby-Absent. b. City Attorney Mayor Zach) Lombardo-yerizon lawsuit is dismissed-all quiet on the lawsuit front. Mayor Grimm-The ribbon cutting at the new WWTP will be Tuesday June 18" at 10:00 am and everyone is welcome. 11. ADJOURNMENT Councilperson Valdes second. Discussion-None. Alli inj favor: Councilperson McComas moved to adjourn the meeting at 7:35 pm. Mayor Councilperson Councilperson Councilperson Councilperson Councilperson ATTEST: Dottie Joiner, City Clerk CITY OFI EVERGLADES CITY Everglades City Council Mayor: Howell Grimm, Jr. Mayor Pro' Tem: Vicky Wells City Council Members: NOTICE OFI EXTRAORDINARY MEETING AND AGENDA par Michael McComas, Diana Valdes, Tony Pernas, Parker Oglesby City Attorney: Zach Lombardo*City Clerk: Dottie Joiner THE CITY OF EVERGLADES CITY WILL HOLD AN EXTRAORDINARY CITY COUNCIL MEETING ON THURSDAYJUNE: 20, 2024. AT 5:00 PM CONDUCTED HYBRID WITH A QUORUM OF COUNCIL MEMBERS PRESENT IN COUNCIL CHAMBERS AT CITY HALL EVERGLADES CITY,FLORIDA AND OTHERS PRESENT BY VIDEO CONFERENCE. CALLTOORDER Mayor Grimm called the meeting to order at 6:00 pm, 2.1 INVOCATION. ANDI PLEDGE OF ALLEGIANCE Counciperson Pernas led the Pledge of Allegiance. Mayor Grimm gave the! Invocation. 3.ROLLCALL Michael McComas, Vicky" Wells, Tony Pernas, Parker Oglesby, Mayor Grimm, City Attorney Zach Lombardo (zoom), City Clerk Dottie. Joiner, Assistant Karen Cochran. Absent: Diana Valdes. See attached attendance. sheets, 4.APPROVAL, ADDITIONS, OR DELETIONS TO. AGENDA Councilperson Wells moved to amend the agenda to add: Consideration and approval of Change Order #5. Councilperson Pernas. second. Discussion- Allin) favor. 5.1 PRIMARY BUSINESS a. Consideration and approval of Resolution 2024-10/apply tol FDEP for Deep Well Injection grant Councilperson Pernas made a motion to approve of Resolution 2024-10apply to FDEPfor Deep Well Mayor Grimm readi into the record. Injection grant. Councilperson Wells second. Discussion- Alli infavor. b. Consideration and approval of Resolution 2024-11/apply tol FDEP for Sludge Dewatering System Councilperson Pernas made a motion to approve Resolution. 2024-11/apply to FDEP) for Sludge grant Mayor Grimm read into the record. Dewatering System grant. counciperson Oglesby second. Discussion- Alli inj favor. Replacement grant Mayor Grimm read into the record. Pump Station Panel Replacement, grant. counciperson Oglesby. second. Discussion- Alli inj favor. Consideration and approval of Resolution 2024-12/apply tol FDEP for Grinder Pump Station Panel Couneilperson McComas made ai motion to approve Resolution 2024-12/apply to FDEP! for Grinder d. Consideration and approval of Yearly Audit 2022-2023 Councilperson Pernas made a motion to approve the Yearly Audit 2022-2023. Counellperson Oglesby second. Discussion- Alli inj favor. e. Consideration and approval of Change Order #5 from CPH for the offerofin-kinds services for engineering, Councilperson Pernas made ai motion to approve thes selllement offeri in the amount ofs $94,220 Counciperson McComas second. Discussion- Alli inj favor. 6.PUBLIC COMMENT None, 7.CITY REPORTS a. Council Members: Vicky Wells-No report. Michael McComas-No report but did the Governor sign bill 280 short term rental-now wel know what the rules are we can put ordinances in place that arei in that bill before next season. Councilperson Wells-Someone willl have to monitor the short-term rentals. Mayor Grimm-I don'tthink wel have: a big problem here, Councilperson Wells-Most STR's are in thel HOA's and they monitor themselves. Diana Valdes-Absent. Tony Pernas-We: are ordering signs for no parking on medians-also need no camping or overnight parking unless allowed-weekend fishing has becomev with5or 61 families fishing on a dock isit financial responsibility in the city's part? Counciperson Wells-Do we have aj problem with people camping? Councilperson Pernas-Yes at thel bridge and sometimes at the park. counciperson McComas-How does that effect the Seafood Festival? Mayor Grimm-They would be exempt. Councilperson Pernas-Maybe work on this in the future. Councilperson Oglesby-Zach ist the city stilll liable with no trespassing signs on the docks? City Attorney Zach Lombarde-Anyone can suel I1 feel comfortable with the way wel have structured Councilperson Oglesby-Are underage children exempt from the no trespassing signs. City Attorney Zach Lombardo-The main thing was putting thei insurance policy inj place-we have Sovern immunity-we will never be fully dissolved of financial responsibility. this. Parker Oglesby-reported above. b. City Attorney Zach Lombardo-No report. C.N Mayor Mayor Grimm-No report. 8.A ADJOURNMENT Counciperson Pernas second. Discusslon-None. Allinfavor. Councilperson Oglesby. made a motion to adjourn the meeting at 6:00 pm. Mayor Councilperson Councilperson Counciiperson Councilperson Councilperson ATTEST: Dottie Joiner, City Clerk