Loading...
Agenda 07/09/2019 Item #16C 6 (RFQ #18-7471 w/Tampa Contract Floors & Wayne Wiles Floorcoverings)07/09/2019 EXECUTIVE SUMMARY Recommendation to award Agreements for Request for Qualification No. 18-7471, “Purchase and Installation of Floor Covering” to Tampa Contract Floors, Inc., and Wayne Wiles Floorcoverings, Inc., for County-wide purchase and installation of floor covering services. OBJECTIVE: To qualify a pool of vendors to offer and perform services relating to the purchase and installation of floor covering in a fair and competitive manner in accordance with the Procurement Ordinance. CONSIDERATIONS: The Division of Facilities Management is responsible for the maintenance, repair, and replacement of flooring in County-owned and maintained facilities. To maintain the integrity and continuous operations of these facilities, staff solicited to qualify a pool of vendors to perform services relating to the purchase and installation of floor covering. On January 9, 2019, the Procurement Services Division released Request for Qualification No. 18-7471 to 4,552 vendors for Purchase and Installation of Floor Covering. Interested vendors downloaded fifty-seven (57) bid packages and the County received four (4) bids by the February 15, 2019 deadline. Begus Online, LLC was deemed non-responsive for failure to submit requested forms. A selection committee convened March 4, 2019. Staff recommended to award to Techniq LLC d/b/a Studio+Surfaces, Tampa Contract Floors, Inc., and Wayne Wiles Floorcoverings, Inc. After the Notice of Recommended Award, Techniq LLC d/b/a Studio+Surfaces advised it is in the process of closing, and as such it is not being recommended for award. Staff will obtain quotes from both contractors recommended for award for all non-urgent work. Purchase and Installation of Floor Covering Company Name City County State Final Ranki ng Responsive/Responsible Techniq, LLC Fort Myers Lee FL 1 YES/YES Tampa Contract Floors, Inc. Tampa Hillsborough FL 2 YES/YES Wayne Wiles Floor Coverings, Inc. Fort Myers Lee FL 3 YES/YES Begus Online LLC Aventura Miami-Dade FL NO The agreement term is for a three (3) year period commencing upon the date of Board approval. The County may, at its discretion, and with the vendors’ consent, renew the agreements under the same terms and conditions for two (2) additional one (1) year periods. FISCAL IMPACT: Funds are available in the Division of Facilities Management Operating Budget 001-122240 and other user division cost centers. The base annual amount of the contract is estimated to be $300,000 but is subject to change as this amount may not be indicative of future buying patterns. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT 16.C.6 Packet Pg. 929 07/09/2019 GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award Agreements for Request for Qualification No. 18-7471, “Purchase and Installation of Floor Covering” to Tampa Contract Floors, Inc. and Wayne Wiles Floorcoverings, Inc. for County-wide purchase and installation of floor covering services and to authorize the Chairman to sign the attached agreements. Prepared By: Miguel Carballo, CFM, Manager of Facilities, Division of Facilities Management ATTACHMENT(S) 1. 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (PDF) 2. 18-7471 Tampa Contract Floors_Insurance (PDF) 3. 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (PDF) 4. 18-7471 Wayne Wiles Floorcoverings Insurance (PDF) 5. 18-7471 NORA (PDF) 6. 18-7471 Final Rank (PDF) 7. 18-7471 Solicitation (PDF) 8. 18-7471 Addendum#1 (PDF) 9. 18-7471 Addendum#2 (PDF) 10. [Linked] VERTICAL STDS-2018 (PDF) 11. 18-7471 Tampa Contract Proposal (PDF) 12. [Linked] 18-7471 Wayne Wiles Proposal (PDF) 16.C.6 Packet Pg. 930 07/09/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.6 Doc ID: 9298 Item Summary: Recommendation to award Agreements for Request for Qualification No. 18- 7471, “Purchase and Installation of Floor Covering” to Tampa Contract Floors, Inc. and Wayne Wiles Floorcoverings, Inc., for County-wide purchase and installation of floor covering services. Meeting Date: 07/09/2019 Prepared by: Title: Manager - Facilities – Facilities Management Name: Miguel Carballo 06/11/2019 6:08 PM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 06/11/2019 6:08 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/12/2019 8:20 AM Procurement Services Viviana Giarimoustas Additional Reviewer Completed 06/12/2019 10:13 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 06/12/2019 12:01 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/12/2019 1:18 PM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 06/14/2019 9:35 AM Facilities Management Damon Grant Director - Facilities Completed 06/14/2019 9:47 AM Procurement Services Swainson Hall Additional Reviewer Completed 06/18/2019 11:39 AM Procurement Services Ted Coyman Additional Reviewer Completed 06/18/2019 1:15 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 06/19/2019 5:35 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/24/2019 2:09 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/24/2019 5:38 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/26/2019 1:54 PM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 06/26/2019 4:00 PM Budget and Management Office Ed Finn Additional Reviewer Completed 06/27/2019 1:12 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 06/27/2019 2:13 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/09/2019 9:00 AM 16.C.6 Packet Pg. 931 16.C.6.aPacket Pg. 932Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 933Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 934Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 935Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 936Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 937Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 938Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 939Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 940Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 941Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 942Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 943Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 944Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 945Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 946Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.a Packet Pg. 947 Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 948Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 949Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 950Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 951Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 952Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 953Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 954Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 955Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 956Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 957Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 958Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 959Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 960Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 961Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 962Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 963Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 964Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 965Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 966Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 967Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 968Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 969Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 970Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 971Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 972Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.aPacket Pg. 973Attachment: 18-7471 Tampa Contract Floors Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE 05/21/19 BUHL INSURANCE PO Box 152698 Tampa, FL 33684 (813)876-0057 (813)877-8540 info@buhlinsure.com TAMPA CONTRACT FLOORS, INC TAMPA FLOORING GALLERY, INC 9102 N DALE MABRY TAMPA, FL 33614 Main Street America Protection Old Dominion A X X X Y Y MPG32817 10/06/18 10/06/19 1,000,000 500,000 10,000 1,000,000 2,000,000 2,000,000 B X X X Y B1G32817 10/06/18 10/06/19 1,000,000 B X X CUG32817 10/06/18 10/06/19 3,000,000 3,000,000 Contract # 18-7471 Reference General Liability coverge: certificate holder is included as additional insured subject to endorsement BPM3105 which provides additional insured status when required by a written contract or agreement. Waiver of subrogration applies per endorsement BP0497 provisons. Primary/non-contributory applies per endorsement BPM3148 provisions. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL. 34112 16.C.6.b Packet Pg. 974 Attachment: 18-7471 Tampa Contract Floors_Insurance (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor FAX (A/C, No): Matt Crum INSURER A: LIMITS FrankCrum Insurance Agency, Inc. 100 South Missouri Avenue Clearwater, FL 33756 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy (ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). Effective 02/17/2006, coverage is for 100% of the employees of FrankCrum leased to Tampa Contract Floors, Inc. (Client) for whom the client is reporting hours to FrankCrum. Coverage is not extended to statutory employees. Re: Contract Number 18-7471 Tampa Contract Floors, Inc.Tampa Contract Floors, Inc. $1,000,000 AGGREGATE Frank Winston Crum Insurance Company THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. REVISION NUMBER: 05/22/2019 INSURER(S) AFFORDING COVERAGE COVERAGES EACH OCCURRENCE DAMAGE TO RENTED MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS-COMP/OP AGG COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE EACH OCURRENCE E.L. EACH ACCIDENT E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT CERTIFICATE HOLDER CANCELLATION ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. PREMISES (Ea occurrence) ADDL INSRD POLICY NUMBER POLICY EFF (MM/DD/YYYY) PER STATUTE OTH- ER GEN'L AGGREGATE LIMIT APPLIES PER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY UMBRELLA LIAB EXCESS LIAB DED CLAIMS-MADE RETENTION $ WORKERS COMPENSATION AND ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under OFFICER/MEMBER EXCLUDED? DESCRIPTION OF OPERATIONS below $ $ $ $ $ $ $ $ $ $ $ $ $ POLICY EXP (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY PROJECT LOC NAIC# INSURED WC201900000 01/01/2019 01/01/2020 $1,000,000 INSR LTR TYPE OF INSURANCE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CONTACT NAME: INSURER F: CERTIFICATE NUMBER: DATE (MM/DD/YYYY) SUBR WVD $ $ Y/N The ACORD name and logo are registered marks of ACORD X OCCUR (Mandatory in NH) A N/A SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 402A2 05/22/2019 Issued Collier County Board of County Commissioners 569189 Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 PRODUCER (Ea accident) (Per accident) $1,000,000 CERTIFICATE OF LIABILITY INSURANCE INSURER E: INSURER D: INSURER C: 11600 INSURER B: PHONE (A/C, No, Ext):(800) 277-1620 X 4800 (727) 797-0704 E-MAIL ADDRESS: FrankCrum L/C/F Tampa Contract Floors, Inc. 100 South Missouri Avenue Clearwater, FL 33756 EMPLOYERS' LIABILITY AUTHORIZED REPRESENTATIVE OTHER: 16.C.6.b Packet Pg. 975 Attachment: 18-7471 Tampa Contract Floors_Insurance (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor 16.C.6.cPacket Pg. 976Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 977Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 978Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 979Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 980Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 981Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 982Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 983Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 984Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 985Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 986Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 987Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 988Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 989Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 990Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 991Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 992Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 993Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 994Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 995Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 996Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 997Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 998Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 999Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1000Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1001Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1002Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1003Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1004Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1005Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1006Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1007Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1008Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1009Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1010Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1011Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1012Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1013Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1014Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1015Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1016Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and 16.C.6.cPacket Pg. 1017Attachment: 18-7471 Wayne Wiles Floorcoverings, Inc_Contract_Vendor Signed (9298 : Recommendation to award RFQ 18-7471, "Purchase and SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 5/17/2019 Five County Insurance Agency Inc 14120 Metropolis Ave Fort Myers FL 33912 Certificate Department 239-939-1400 239-939-3813 certs@fivecountyinsurance.com Hartford Fire Insurance 19682 WAYNE-1 Trumbull Insurance Co 27120WayneWilesFloorcoveringsInc Hessler Floor Covering 7851 Supply Dr Fort Myers FL 33912 Hartford Casualty Insurance 29424 FCCI Insurance Company 10178 418355667 A X 1,000,000 X 300,000 10,000 1,000,000 2,000,000 X Y 21UUNHH6434 10/1/2018 10/1/2019 2,000,000 B 1,000,000 X Y 21UENHH6550 10/1/2018 10/1/2019 C X X 5,000,00021RHUHH628410/1/2018 10/1/2019 5,000,000 D X N 001WC19A76967 1/1/2019 1/1/2020 1,000,000 1,000,000 1,000,000 Contract#18-7471:Collier County Board of County Commissioners are included as Additional Insured for any and all work performed in Collier County when required per written contractual agreement with respects to Commercial General Liability and Automobile Liability on a primary and non-contributory basis. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E NAPLES FL 34112 16.C.6.d Packet Pg. 1018 Attachment: 18-7471 Wayne Wiles Floorcoverings Insurance (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of 16.C.6.e Packet Pg. 1019 Attachment: 18-7471 NORA (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Selection CommitteeFinal Ranking SheetRFQ #: 18-7471Title: Purchase and Installation of Floor CoveringName of Firm Ann Amanda Dayne Matt TotalSelection CommitteeFinal Rank Techniq, LLC111141.0000Tampa Contract Floors Inc.222282.0000Wayne Wiles Floor Coverings3333123.0000Procurement Professional Viviana GiarimoustasStep 1: Upon direction by the Procurement professional, the individual selection committee member should provide their Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and Page 1 of 116.C.6.fPacket Pg. 1020Attachment: 18-7471 Final Rank (9298 : Recommendation to award RFQ 18-7471, "Purchase and COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR QUALIFICATION (RFQ) FOR PURCHASE AND INSTALLATION OF FLOOR COVERING SOLICITATION NO.: 18-7471 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 Viviana.Giarimoustas@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.6.g Packet Pg. 1021 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") SOLICITATION PUBLIC NOTICE REQUEST FOR QUALIFICATION (RFQ) NUMBER: 18-7471 PROJECT TITLE: PURCHASE AND INSTALLATION OF FLOOR COVERING RFQ OPENING DAY/DATE/TIME: Thursday, February 7, 2019 10:00 AM EST PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Qualification (hereinafter, “RFQ”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $300,000; however, this may not be indicative of future buying patterns. BACKGROUND The County is seeking to establish a pool of qualified vendors for installation of carpet, vinyl and ceramic tile in more than one million square feet of County space. Offices/spaces may be on the County’s main campus or in one of the regional offices. Offices/spaces may include private office space, open offices, reception areas, restrooms and shower rooms. The County is requesting qualifications proposals to qualify firms for the purchase and/or installation of floor coverings. Floor coverings may include but are not limited to: tile carpet, vinyl and ceramic tile. These floor coverings shall be tile only. All floor coverings must adhere to the Collier County Vertical Standards. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. DETAILED SCOPE OF WORK This solicitation is to establish a pool of vendors to be able to quote pricing on a per project basis. Vendors shall submit an itemized quote, including number of hours to complete the project, materials and any other associated costs, for each project. The County requires the quotation to match the final invoice submitted for payment. 16.C.6.g Packet Pg. 1022 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") The pool of vendors will receive an invitation for quote and shall respond within 7 business days, unless otherwise directed by the County representative or designee. Quotes are to be fully burdened with all labor, equipment and materials included. In each scope of work the County representative or designee reserves the right to specify: the period of completion, warranty requirements, deductions in the event of late completion, non-compliant performance, and vendor caused damages. Vendors will be awarded based on the lowest price provided. Once a purchase order is issued, work will commence when scheduled. Completion shall be considered final when acceptance is given in writing. 093013 – CERAMIC TILING A. Comply with Tile Council of North America (TCNA) standards and details, found at www.tcnatile.com 1. Tile joints are to be aligned and straight, plumb, level, and true, with equally spaced cut units at ends. 2. Provide tile movement joints at the following locations: a. Perimeter of each room b. Risers, ramps, changes of and planes c. Corridor corners and intersections d. Spacing as determined by Design Professional B. Provide tile finishes at the following locations: 1. Tile floors are required in all restrooms and wet areas. 2. Provide tile wainscot not less than 60” high in restrooms, mop sinks, and drinking fountains. 3. Extend wainscot not less than 18" to each side of mop, sinks and drinking fountains. C. Floor tile shall be porcelain tile. All grout shall be sealed. D. Provide product certificate indicating the coefficient of friction complies with ADA requirements for both wet and dry conditions. E. Tile base and all corners shall be sanitary cove style. F. Floors must slope towards floor drains at not more than 2% in any direction. G. Wall tile substrate shall be Concrete Masonry Unit (CMU), concrete, or cement board. 1. Do not use gypsum board as tile substrate. H. Use aluminum or bronze edge strips where abutting carpet floor finishes. 096500 – RESILIENT TILE FLOORING A. Standard 12" x 12" x 1/8" Vinyl Composition Tile (VCT) may be used in service areas. Use upgrade materials and 16” x 16”, 18” x 18”, or plank sizes where vinyl is used in public areas. 1. Tile material and adhesives shall not contain asbestos materials of any kind. 2. Clean, wax, and polish tiles prior to final acceptance. Provide 5% extra stock material. B. Stair Treads: Provide rubber treads and risers at enclosed stairs in new construction and major remodel project. 096513 – RESILIENT WALL BASE AND ACCESSORIES A. Wall Base: Provide 4" or 6” vinyl base in finished spaces with vinyl or carpet floors. Use pre-molded corner pieces at all outside corners. Provide 5% extra stock material. B. Transitions: Provide matching transition strips where VCT floors abut tile or carpet floors. C. Corner Guards: Outside corners in all corridors and public spaces shall be fitted with paintable, vinyl or aluminum corner protectors from the top of the cove base extending to a height of 42”. 096812 – TILE CARPETING A. At areas scheduled to receive carpet in renovations and new construction with modular office furniture, provide static and soil resistant Carpet Tile unless directed otherwise by CCFM staff: 1. Product: Open Specification 2. Fiber: 100% Dupont Antron Legacy or equal 16.C.6.g Packet Pg. 1023 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 3. Yarn Weight: not less than 25 oz./sq. yd. 4. Flammability: Class 1 5. Warranties: 20 yr wear warranty w/ no edge ravel, delamination or static. 096816 – SHEET CARPET A. Where approved by CCFM, product may be a glue-down broadloom carpet complying with Tile Carpet requirements above. 097200 – WALL COVERINGS A. Vinyl wall coverings are not allowed in County buildings. B. Acoustic wall fabrics without vinyl backing may be used in limited areas, ie wainscots or acoustic control. Proposers will provide all services necessary for a “turn-key” purchase and installation. This service will also include tearing out the old flooring and properly dispose/recycle. Contractors will use great caution to ensure that the work environment is kept clean, safe and does not interfere with the operations of the occupants of the building space. No interruption of customer operations will be allowed unless negotiated with the Facilities Management Representative prior to the installation REQUIREMENTS: The vendor shall use an adequate number of skilled workers with appropriate supervision while work is being performed. Finished work shall be completed in a timely and acceptable fashion. Work will be subject to inspection and shall meet approval of the Maintenance Supervisor, Project Manager and/or Facilities Manager or their designee. Work that is not acceptable shall be removed and replaced by the vendor at no additional charge to the County. Colors of carpet, carpet tiles and vinyl shall be specified by project. Any omissions to these specifications will not relieve the vendor of his responsibility to complete the job. Carpet and vinyl shall be installed by the direct glue-down system, using no pads or foam unless specifically requested and approved by the Division of Facilities Management. Align the materials as manufactured; using no fill strips less than 6” wide, laying all materials in the proper direction unless noted otherwise by the owner’s representative. Vendors will locate seams out of the way of traffic. Color and lay shall be matched at the seams. Fabricate seams by the compression method, using a butt joint, and properly bead and seal. Do not stretch seams. Use adhesives as sealants as recommended by the manufacturer of the materials. All other installation methods are to be approved by the Facilities Management Division. MATERIALS DELIVERY, STORAGE AND HANDLING: The contractor shall be responsible for the proper care and protection of all materials and equipment delivered to the site. DAMAGE TO EXISTING FACILITIES: If the existing building, facilities or equipment are disrupted or damaged because of the Contractor’s operations, then the Contractor shall be responsible for the restoration. All such restoration shall be at the expense of the Contractor. HOURS OF WORK: The work performed under this contract shall be completed after business hours. In some instances, the Project Manager or designee may request work may be done during working days and hours from 8:00 a.m. to 5:00 p.m., Monday through Friday (excluding holidays). Hourly labor rate shall include all costs including but not limited to: supervision, transportation, travel time and tools. Rates will be based on time at the site. SUBSTITUTE PERFORMANCE: In the event the Contractor fails to perform any required service within the time schedule under the subsequent contract, the County reserves the right to obtain substitute performance. Further, the County reserves the right to deduct the cost of such substitute performance from the Contractor’s payments. The Contractor may be exempt from this provision if such exemption is granted by the Contract Manager or their designee, in writing, prior to any delays or because of an Act of Nature. MINIMUM SPECIFICATIONS Floor Covering Specifications: Quoted material shall be as follows: Suggested specification for areas with low to moderate traffic and some soiling where there is little exposure to sunlight (or other fading elements) and spills are unlikely. MATERIALS Carpet: The same type and manufacturer shall be used throughout the term of this agreement. Carpeting shall be as 16.C.6.g Packet Pg. 1024 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") specified or approved equal: Yarn: 100% Antron® type 6,6 bulk continuous filament (BCF) nylon. Hollow filament fiber shapes for optimum soil hiding capability. Polymer identification per AATCC TM 20. [No substitutions allowed]. Static Control: By permanent means (i.e. antistatic filaments) and without chemical treatment. Static generation below 3.5 kilovolts using AATCC TM 134 [Electrostatic Propensity (Step)]. Construction: Tufted or woven, loop pile, cut loop pile, tip-sheared loop pile or cut pile. Dye Method: Solution dyed, Yarn dyed or combinations of both, piece dyed or printed as long all specified requirements are met. Pile Weight: Minimum 14 oz./yd2, ASTM D5848 test method. Pile density: Minimum 4500 for low to moderate traffic. Pile density = 36 x pile wt (oz./sq yd)/ pile thickness (inches) (Pile Thickness: ASTM D6859 test method or ASTM D7241 test method). Primary Backing: Tufted - 100% woven or non-woven synthetic. Secondary Backing: Modular backing system. Manufacturer’s representative to supply detailed information on performance properties. Resistance to Delamination: ASTM D3936 test method: minimum 10.0 lbs/inch, no delamination. Tuft Bind: ASTM D1335 test method. Must resist a minimum of 10 lbs-force. Dimensional stability: Aachen method/ ISO 2551. Maximum Change +/- 0.20%. Flammability: Critical Radiant Flux: ASTM E648 test method, >0.45 watts/cm2 and/or federal, state or local requirements. Class 1. Smoke Density: ASTM E662 test method, rating to be less than 450 Dm in flaming mode (or to State Code). Federal Flammability standard: CPSC FF1-70 (Methenamine Pill test, ASTM D2859 test method). Must pass. Colorfastness to Light: AATCC TM 16 part 3 to 80 AFU; minimum rating of 3 using AATCC Gray Scale for Color Change. Suggested specification for areas with low to moderate traffic and some soiling where there is little exposure to sunlight (or other fading elements) and spills are unlikely. Colorfastness to atmospheric contaminants: AATCC TM 164 (fade resistance to oxides of nitrogen) and AATCC TM 129 (fade resistance to ozone) for 2 cycles; minimum rating of 3 using AATCC Gray Scale for Color Change. Colorfastness to crocking: AATCC TM 165, minimum rating of 4 using the AATCC Chromatic Transference Scale. Soil Resistance: DuraTech® soil resistance treatment Texture Retention Rating: Vettermann Drum test method, ASTM D5417, for 5,000 cycles with a minimum rating of a 3.0. [Hexapod test method, ASTM D5252, for 12,000 cycles (8.4 lb. tumbler) with a minimum rating of a 2.5]. Rating using the appropriate Commercial Reference Scale for the construction per ASTM D7330 test method. Testing without underpad or brushing. Sustainability: Must be certified at the [Silver, Gold or Platinum] Level (select one) in accordance with NSF/ANSI 140 the Sustainability Assessment for Carpet. Recycling: Used Carpet: Remove carpet and recycle regardless of manufacturer, fiber type or construction. Reclamation Agency and Carpet Remover shall certify in writing that Used Carpet was removed and recycled. Landfills are not an option. The specifier reserves the right to choose the appropriate product. 16.C.6.g Packet Pg. 1025 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Suggested Antron® nylon specification for areas with Moderate to Heavy traffic and soiling where spills may occur and sunlight exposure may be moderately high. MATERIALS Carpet: Throughout this contract shall be of the same type and manufacture. Carpeting shall be as specified or approved equal: Yarn: 100% Antron® type 6,6 bulk continuous filament (BCF) nylon. Hollow filament fiber shapes for optimum soil hiding capability. Fiber identification to AATCC Test Method 20. [No substitutions allowed]. Static Control: By permanent means (i.e. antistatic filaments) and without chemical treatment. Static generation below 3.5 kilovolts using AATCC TM 134 [Electrostatic Propensity (Step)]. Construction: Tufted or woven, level or multi-level loop pile with maximum pile height variation of 1/16 inch. Dye Method: 100% Solution dyed, 100% Yarn dyed or combinations of both as long as all requirements in this document are met. Pile Weight: Minimum 14 oz./yd2, ASTM D5848 test method. Pile density: Minimum 5500 for moderate to heavy traffic. Pile density = 36 x pile wt (oz./sq yd)/ pile thickness (inches) (Pile Thickness: ASTM D6859 test method or ASTM D7241 test method). Primary Backing: Tufted - 100% woven or non-woven synthetic. Secondary Backing: High performance, modular backing system. Manufacturer’s representative to supply detailed information on performance properties. Resistance to Delamination: ASTM D3936 test method: minimum 10.0 lbs/inch, no delamination. Tuft Bind: ASTM D1335 test method. Must resist a minimum of 10 lbs-force. Dimensional stability: Aachen method/ ISO 2551. Maximum Change +/- 0.20%. Flammability: Critical Radiant Flux: ASTM E648 test method, >0.45 watts/cm2 and/or federal, state or local requirements. Class 1. Smoke Density: ASTM E662 test method, rating to be less than 450 Dm in flaming mode (or to State Code). Federal Flammability standard: CPSC FF1-70 (Methenamine Pill test, ASTM D2859 test method). Must pass. Colorfastness to Light: AATCC TM 16 part 3 to 160 AFU; minimum rating of 3-4 using AATCC Gray Scale for Color Change. Suggested Antron® nylon specification for areas with moderate to heavy traffic and soiling where spills may occur and sunlight exposure may be moderately high. Colorfastness to atmospheric contaminants: AATCC TM 164 (fade resistance to oxides of nitrogen) and AATCC TM 129 (fade resistance to ozone) for 2 cycles; minimum rating of 3 using AATCC Gray Scale for Color Change. Colorfastness to crocking: AATCC TM 165, minimum rating of 4 using the AATCC Chromatic Transference Scale. Stain Resistance: AATCC TM 171 (HWE) for 2 cleanings to simulate removal of topical treatments by hot water extraction, followed by AATCC TM 175 Stain Resistance test; minimum rating of 6 using AATCC Red 40 Stain Scales. Soil Resistance: DuraTech® soil resistance treatment Coloration/Patterning: Minimum of 3 color hues. Hue values to be in medium to medium-dark range for optimum soil hiding capability. Regular or Random patterning. Texture Retention Rating: Vettermann Drum test method, ASTM D5417, for 22,000 cycles with a minimum rating of a 3.0. [Hexapod test method, ASTM D5252, for 12,000 cycles (8.4 lb. tumbler) with a minimum rating of a 3.0]. Rating using the appropriate Commercial Reference Scale for the construction per ASTM D7330 test method. Testing without 16.C.6.g Packet Pg. 1026 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") underpad or brushing. Sustainability: Must be certified at the [Silver, Gold or Platinum] Level (select one) in accordance with NSF/ANSI 140 the Sustainability Assessment for Carpet. Recycling: Used Carpet: Remove carpet and recycle regardless of manufacturer, fiber type or construction. Reclamation Agency and Carpet Remover shall certify in writing that Used Carpet was removed and recycled. Landfills are not an option. The specifier reserves the right to choose the appropriate product. Suggested Antron® nylon specification for areas with heavy to severe traffic and heavy soiling where spills are likely and sunlight exposure will be high. MATERIALS Carpet: Throughout this contract shall be of the same type and manufacture. Carpeting shall be as specified or approved equal: Yarn: 100% Antron® type 6,6 bulk continuous filament (BCF) nylon. Hollow filament fiber shapes for optimum soil hiding capability. Polymer type identification to AATCC TM 20. [No substitutions allowed]. Static Control: By permanent means (i.e. antistatic filaments) and without chemical treatment. Static generation below 3.5 kilovolts using AATCC TM 134 [Electrostatic Propensity (Step)]. Construction: Tufted, level or multi-level loop pile with maximum pile height variation of 1/32 inch. Dye Method: 100% Solution dyed [100% Solution dyed or 100% Yarn dyed or combinations of both as long as all requirements in this document are met]. Pile Weight: Minimum 14 oz/yd2, ASTM D5848 test method. Pile density: Minimum 5500 for heavy or severe traffic. Pile density = 36 x pile weight (oz./yd2)/ pile thickness (inches) (Pile Thickness: ASTM D6859 test method or ASTM D7241 test method). Primary Backing: Tufted - 100% woven or non-woven synthetic. Secondary Backing: High performance, moisture impermeable modular backing system. Manufacturer representative to supply detailed information on performance properties. Resistance to Delamination: ASTM D3936 test method: minimum 10.0 lbs./inch, no delamination. Tuft Bind: ASTM D1335 test method. Must resist a minimum of 10 lbs-force. Dimensional stability: Aachen method/ ISO 2551. Maximum Change +/- 0.20%. Flammability: Critical Radiant Flux: ASTM E648 test method, glue down. Must meet NFPA Class I (>0.45 watts/cm2 ) and/or federal, state or local requirements. Smoke Density: ASTM E662 test method, rating to be less than 450 Dm in flaming mode (or to State Code). Federal Flammability standard: CPSC FF1-70 (Methenamine Pill test, ASTM D2859 test method). Must pass. Colorfastness to Light: AATCC TM 16 part 3 to 200 AFU; minimum rating of 3-4 using AATCC Gray Scale for Color Change. Suggested Antron® nylon specification for areas with heavy to severe traffic and heavy soiling where spills are likely and sunlight exposure will be high. Colorfastness to atmospheric contaminants: AATCC TM 164 (resistance to fade from oxides of nitrogen) and AATCC TM 129 (resistance to fade from ozone) for 2 cycles; minimum rating of 3-4 using AATCC Gray Scale for Color Change. Colorfastness to crocking: AATCC TM 165, minimum rating of 4 using the AATCC Chromatic Transference Scale. 16.C.6.g Packet Pg. 1027 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Stain Resistance: AATCC TM 171 (HWE) for 2 cleanings to simulate removal of topical treatments by hot water extraction, followed by AATCC TM 175 Stain Resistance test; minimum rating of 8 using AATCC Red 40 Stain Scale. Soil Resistance: DuraTech® soil resistance treatment Coloration/Patterning: Minimum 5 color hues. Recommended: Hue values to be in medium to medium-dark range with random or complex patterning for optimum soil hiding capability. Texture Retention Rating: Vettermann Drum test method, ASTM D5417, for 22,000 cycles with a minimum rating of a 3.0 [Hexapod test method, ASTM D5252, for 12,000 cycles (8.4 lb tumbler) with a minimum rating of a 3.5]. Rating using the appropriate Commercial Reference Scale for the construction per ASTM D7330 test method. Testing without underpad or brushing. Sustainability: Must be certified at the [Silver, Gold or Platinum] Level (select one) in accordance with NSF/ANSI 140 the Sustainability Assessment for Carpet. Moisture Barrier: Moisture Penetration by Impact Test: No Penetration of backing after 10,000 impacts at 10 psi. The specifier reserves the right to choose the appropriate product. Vinyl Sheet Flooring - Manufacturer: Armstrong or Shaw, or approved equal A. Style: Classic Corlon commercial sheet flooring B. Form/Gauge: 6’ rolls, .085” C. Load Limit: 100 psi Vinyl composition tile - Manufacturer: Mannington Commercial Essentials and Designer Essentials, or approved equal A. 12” X 12” B. 16” X 16” C. 18” X 18” D. Plank sizes Base – Manufacturer: Roppe Corp. or approved equal A. 6” cove base B. 4” cove base Stair treads – Manufacturer: Mercer Products Company or approved equal A. Vinyl, 12” depth, Commercial 210, normal traffic B. Vinyl, 12” depth, Commercial 250, heavy traffic C. Rubber, 12” depth, Commercial 250, heavy traffic D. Vinyl, 12” depth, 2” abrasive safety tread E. Rubber, 12” depth, 2” abrasive safety tread Ribbed Rubber Floor Tile – Manufacturer: Mercer Products Company or approved equal A. Tile size: 17 13/16” x 17 13/16” B. Overall gauge: .138” C. Base gauge: .118” D. Height of stud: .020” E. Stud diameter – Top: .863” Porcelain Stone Tile – Manufacturer: Crossville Porcelain Stone - Americana series or approved equal A. Tile Size a. 12” X 12” b. 16” X 16” c. 18” X 18” d. 20” X 20” e. 24” X 24” f. Plank like sizes 16.C.6.g Packet Pg. 1028 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") REQUEST FOR QUALIFICATION (RFQ) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then score and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Qualification selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and clarifying questions, and recommend multiple firms in a library for quoting services. EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Minority Business Enterprise 5 Points 3. Business Plan 25 Points 4. Experience and Capacity of the Firm 30 Points 5. Specialized Expertise of Team Members 25 Points 6. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available/#Page Limitation) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (25 Total Points Available) In this tab, include but not limited to: • Detailed plan of how the company would manage on a flooring project that matches the scope of work. • Include with the business plan or as an attachment, before and after photographs of a minimum of five (5) flooring projects successfully completed by your company. 16.C.6.g Packet Pg. 1029 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") EVALUATION CRITERIA NO. 4: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) In this tab, include but not limited to: • Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members’ successful experience in working with one another on previous projects. The County requests that the vendor submits five (5) completed reference forms from clients within the last five (5) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using form provided titled Reference Questionnaire. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this tab, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub-contractors, letters of intent must be included with proposal submission. EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.6.g Packet Pg. 1030 Attachment: 18-7471 Solicitation (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Addendum #1 Date: January 16, 2019 From: Viviana Giarimoustas, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #18-7471Purchase and Installation of Floor Covering The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Vinyl Sheet Flooring - Manufacturer: Armstrong or Shaw, or approved equal A. Style: Classic Corlon commercial sheet flooring B. Form/Gauge: 6’ rolls, .085” correct gauge is .080 Change 2. Vinyl composition tile - Manufacturer: Mannington Commercial Essentials Armstrong/Congoleum and Designer Essentials or approved equal. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Viviana.Giarimoustas@colliercountyfl.gov Telephone: (239) 252-8375 16.C.6.h Packet Pg. 1031 Attachment: 18-7471 Addendum#1 (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Addendum #2 Date: February 6, 2019 From: Viviana Giarimoustas, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation #18-7471 Purchase and Installation of Floor Covering The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: This solicitation has been extended to Friday, February 15, 2019 10:00 AM EST. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Viviana.Giarimoustas@colliercountyfl.gov Telephone: (239) 252-8375 16.C.6.i Packet Pg. 1032 Attachment: 18-7471 Addendum#2 (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1033 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1034 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1035 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1036 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1037 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1038 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1039 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1040 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1041 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1042 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1043 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1044 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1045 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1046 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1047 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1048 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1049 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1050 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1051 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1052 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1053 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1054 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Completed Projects 1. Fiore’s Restaurant a. 3808 Sun City Center Blvd., Ruskin, FL 33573 b. Scope i. 1800 SF. Vinyl Plank Flooring ii. Carpet Demo, Remove & Replace Furniture, Wall Base c. Photos 16.C.6.k Packet Pg. 1055 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 2. Seminole County Libraries a. Replaced Carpet At All 5 County Branch Locations b. Scope (Typical Per Branch) i. 1200 SY. Carpet Tile ii. Carpet Demo, Remove & Replace Bookshelves (FULLY LOADED!!), Epoxy Moisture Mitigation, Wall Base c. Photos 16.C.6.k Packet Pg. 1056 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1057 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1058 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1059 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 3. Florida Department Of Transportation a. District 1 Headquarters, Lobby b. Scope i. 2200 SF. Porcelain Tile ii. Tile Demo, Crack Isolation Membrane, Leveling System iii. Photos 16.C.6.k Packet Pg. 1060 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1061 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 4. Lee County, Jet Blue Park a. Media Dining Room b. Scope i. 3500 SF. LVT ii. Carpet Demo, Remove & Replace Furniture, Install Custom Design LVT Pattern, Wall Base c. Photos 16.C.6.k Packet Pg. 1062 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1063 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 5. Department Of Health, Manatee County a. Corridors & Waiting Areas b. Scope i. 17,055 SF. LVT ii. VCT Demo, Remove & Replace Furniture, Wall Base c. Photos 16.C.6.k Packet Pg. 1064 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") 16.C.6.k Packet Pg. 1065 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Reference Questionnaire Solicitation: 18-7471 Reference Questionnaire for: Tampa Contract Floors, Inc. (Name of Company Requesting Reference Information) Mr. Ethan Giltner (Name of Individuals Requesting Reference Information) Name:Brennan Maseth (Evaluator completing reference questionnaire) Company:Manatee County BOCC (Evaluator’s Company completing reference) Email: Brennan.Maseth@mymanatee.org FAX: Telephone: 941-748-4501 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Storage/ break rooms Completion Date: 6-25-18 Project Budget: $10,000 Project Number of Days: 3 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 16.C.6.k Packet Pg. 1066 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Reference Questionnaire Solicitation: 18-7471 Reference Questionnaire for: Tampa Contract Floors, Inc. (Name of Company Requesting Reference Information) Mr. Ethan Giltner (Name of Individuals Requesting Reference Information) Name:Mr. Craig Becker (Evaluator completing reference questionnaire) Company:Hernando County BOCC (Evaluator’s Company completing reference) Email: beckercraig@co.hernando.fl.us FAX: Telephone: 352-238-6307 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficie nt knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Mutiple Projects Completion Date: N/A Project Budget: $100,000.00+ Project Number of Days: N/A Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 16.C.6.k Packet Pg. 1067 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Reference Questionnaire Solicitation: 18-7471 Reference Questionnaire for: Tampa Contract Floors, Inc. (Name of Company Requesting Reference Information) Mr. Ethan Giltner (Name of Individuals Requesting Reference Information) Name:Mr. Tony Cira (Evaluator completing reference questionnaire) Company:Lee County BOCC (Evaluator’s Company completing reference) Email: tcira@leegov.com FAX: Telephone: 239-839-8634 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representin g that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Property Appraiser Ofcs., 2000 SY. Completion Date: 9-21-2018 Project Budget: $101,155.83 Project Number of Days: 14 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 16.C.6.k Packet Pg. 1068 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") Reference Questionnaire Solicitation: 18-7471 Reference Questionnaire for: Tampa Contract Floors, Inc. (Name of Company Requesting Reference Information) Mr. Ethan Giltner (Name of Individuals Requesting Reference Information) Name:Mr. Don Hampton (Evaluator completing reference questionnaire) Company:School Board Of Sarasota County (Evaluator’s Company completing reference) Email: don_hampton@sarasota.k12.fl.us FAX: Telephone: 941-361-6311 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficie nt knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Numerous Over Years Completion Date: N/A Project Budget: $500,000.00+ Project Number of Days: N/A Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 16.C.6.k Packet Pg. 1069 Attachment: 18-7471 Tampa Contract Proposal (9298 : Recommendation to award RFQ 18-7471, "Purchase and Installation of Floor Covering") COLLIER COUNTY VERTICAL STANDARDS PAGE 1 Revised March 8, 2018 COLLIER COUNTY FACILITIES MANAGEMENT DIVISION VERTICAL STANDARDS FOR COLLIER COUNTY GOVERNMENT BUILDINGS Revised March 8, 2018 The most recent version of this document can be found at: http://bit.ly/CCFM_Vertical_Standards Table of Contents CONTACT INFORMATION.........................................................................................................4   REFERENCED COLLIER COUNTY DOCUMENTATION .......................................................5   DIVISION 1 – GENERAL REQUIREMENTS .............................................................................5   010000 – GENERAL PROVISIONS .........................................................................................5   010020 – SPECIAL DESIGN REQUIREMENTS .....................................................................6   014200 – REFERENCED CODES AND STANDARDS ..........................................................8   017700 – CLOSEOUT DOCUMENTS ......................................................................................9   017839 – PROJECT RECORD DOCUMENTS ......................................................................10   017823 – OPERATION AND MAINTENANCE DATA ........................................................11   017840 – PROJECT CORRESPONDENCE ............................................................................12   DIVISION 2 – EXISTING CONDITIONS ..................................................................................12   022600 – HAZARDOUS MATERIAL ASSESSMENT..........................................................12   023200 - GEOTECHNICAL REPORTS ..................................................................................12   024200 – SALVAGE ................................................................................................................12   DIVISION 3 – CONCRETE.........................................................................................................12   030000 – GENERAL ................................................................................................................12   030010 – DESIGN REQUIREMENTS ....................................................................................13   033000 – CAST-IN-PLACE CONCRETE...............................................................................13   033010 – EXTERIOR CONCRETE SLABS AND WALKWAYS .........................................13   DIVISION 4 – MASONRY ..........................................................................................................14   040000 – GENERAL ................................................................................................................14   042000 – UNIT MASONRY ....................................................................................................14   DIVISION 5 – METALS ..............................................................................................................15   050000 – GENERAL ................................................................................................................15   DIVISION 6 – WOOD AND PLASTICS ....................................................................................16   061000 – ROUGH CARPENTRY ...........................................................................................16   062023 – FINISH CARPENTRY .............................................................................................17   064023 – CASEWORK ............................................................................................................18   DIVISION 7 – THERMAL AND MOISTURE PROTECTION .................................................18   070000 – GENERAL ................................................................................................................18   072100 – INSULATION ..........................................................................................................19   072419 – EXTERIOR INSULATION FINISH SYSTEMS – EIFS ........................................19   075100 – BUILT UP ROOFING ..............................................................................................20   COLLIER COUNTY VERTICAL STANDARDS PAGE 2 Revised March 8, 2018 075216 – SBS MODIFIED BITUMEN ROOFING .................................................................20   075323 – EPDM ROOFING.....................................................................................................20   076100 – METAL ROOFING ..................................................................................................20   076200 – METAL FLASHING AND ACCESSORIES...........................................................22   077200 – ROOF ACCESSORIES ............................................................................................23   079200 – JOINT SEALANTS ..................................................................................................23   DIVISION 8 – DOORS AND WINDOWS ..................................................................................23   080000 – GENERAL ................................................................................................................24   081113 – STEEL DOORS AND FRAMES .............................................................................24   081416 – PLASTIC LAMINATED FLUSH WOOD DOORS ................................................25   083113 – ACCESS DOORS .....................................................................................................25   081116 – ALUMINUM DOORS AND FRAMES ...................................................................25   083323 – OVERHEAD COILING DOORS.............................................................................26   085113 – ALUMINUM WINDOWS .......................................................................................26   086200 – ROOF SKYLIGHTS.................................................................................................26   087100 – DOOR HARDWARE ...............................................................................................27   088000 – GLAZING .................................................................................................................29   089000 – LOUVERS AND VENTS.........................................................................................29   DIVISION 9 – FINISHES ............................................................................................................30   090000 – GENERAL ................................................................................................................30   092400 – PORTLAND CEMENT PLASTER .........................................................................30   092900 – GYPSUM BOARD ASSEMBLIES .........................................................................31   093013 – CERAMIC TILING ..................................................................................................31   095123 – ACOUSTICAL TILE CEILINGS ............................................................................32   096500 – RESILIENT TILE FLOORING ...............................................................................32   096513 – RESILIENT WALL BASE AND ACCESSORIES .................................................33   096812 – TILE CARPETING ..................................................................................................33   096816 – SHEET CARPET ......................................................................................................33   097200 – WALL COVERINGS ...............................................................................................34   099100 – PAINTING................................................................................................................34   DIVISION 10 – SPECIALTIES ...................................................................................................35   100000 – GENERAL ................................................................................................................35   101400 – SIGNS .......................................................................................................................35   102113 – TOILET COMPARTMENTS...................................................................................36   102800 – TOILET ACCESSORIES .........................................................................................36   102810 – MIRRORS ................................................................................................................38   104300 – EMERGENCY AID SPECIALTIES ........................................................................38   104400 – FIRE EXTINGUISHERS AND CABINETS ...........................................................39   107100 – STORM PANELS.....................................................................................................40   DIVISION 11 – EQUIPMENT.....................................................................................................40   110000 – GENERAL ................................................................................................................40   112423 – WINDOW WASHING EQUIPMENT .....................................................................40   DIVISION 12 – FURNISHINGS .................................................................................................40   120000 – GENERAL ................................................................................................................40   COLLIER COUNTY VERTICAL STANDARDS PAGE 3 Revised March 8, 2018 120010 – OFFICE FURNITURE .............................................................................................41   124800 – RECESSED FOOT GRILLES..................................................................................41   DIVISION 13 – SPECIAL CONSTRUCTION............................................................................42   130000 – GENERAL ................................................................................................................42   133419 – METAL BUILDING SYSTEMS .............................................................................42   DIVISION 14 – CONVEYING SYSTEMS .................................................................................43   140000 – GENERAL ................................................................................................................43   142000 – ELEVATORS ...........................................................................................................43   144000 – WHEELCHAIR LIFTS ............................................................................................44   DIVISION 21 – FIRE SUPPRESSION ........................................................................................45   211100 – FIRE SUPPRESSION SPRINKLER SYSTEM .......................................................45   DIVISION 22 – PLUMBING .......................................................................................................45   220000 – GENERAL DESIGN REQUIREMENTS ................................................................45   221000 – WATER DISTRIBUTION PIPING .........................................................................47   224000 – PLUMBING FIXTURES .........................................................................................48   224010 – WATER HEATERS .................................................................................................49   DIVISION 23 – HVAC ................................................................................................................50   230000 – GENERAL ................................................................................................................50   230010 – MECHANICAL SYSTEM DESIGN REQUIREMENTS .......................................50   230020 – AS-BUILT RECORD DOCUMENTS .....................................................................52   230021 – FINAL CLEANING AND ACCEPTANCE ............................................................53   230548 – VIBRATION AND NOISE CONTROL ..................................................................53   230553 – MECHANICAL IDENTIFICATION .......................................................................54   230593 – TESTING, ADJUSTING, AND BALANCING.......................................................54   230713 – DUCT INSTALLATION..........................................................................................54   232300 – REFRIGERANT PIPING .........................................................................................55   233113 – METAL DUCTWORK.............................................................................................55   233116 – FIBROUS-GLASS DUCTWORK ...........................................................................55   233233 – PLENUM RETURN SYSTEMS ..............................................................................55   233346 – FLEXIBLE DUCTS..................................................................................................55   234000 – AIR FILTERS ...........................................................................................................55   236400 – CHILLER EQUIPMENT AND PIPING ..................................................................56   236500 – COOLING TOWERS ...............................................................................................57   237300 – SPLIT – SYSTEM HVAC UNITS ...........................................................................58   237400 – ROOFTOP UNITS ...................................................................................................59   238400 – DEHUMIDIFICATION EQUIPMENT....................................................................59   DIVISION 25 – INTEGRATED AUTOMATION ......................................................................60   255000 – BUILDING AUTOMATION CONTROLS .............................................................60   DIVISION 26 – ELECTRICAL ...................................................................................................62   260000 – GENERAL ................................................................................................................62   260010 – AS-BUILT RECORD DOCUMENTS .....................................................................63   260020 – RENOVATION AND RETROFIT WORK .............................................................64   260030 – SPECIAL EQUIPMENT ROOM REQUIREMENTS .............................................64   260040 – IDENTIFICATION...................................................................................................64   COLLIER COUNTY VERTICAL STANDARDS PAGE 4 Revised March 8, 2018 260500 – CONDUCTORS AND CABLES .............................................................................65   260526 – GROUNDING ..........................................................................................................65   260536 – CABLE TRAYS .......................................................................................................66   260620.16 – DISCONNECT SWITCHES AND CIRCUIT BREAKERS...............................66   260620.26 – DEVICES.............................................................................................................66   262200 – TRANSFORMERS ...................................................................................................68   264100 – LIGHTNING PROTECTION...................................................................................68   264300 – TRANSIENT VOLTAGE SUPPRESSION .............................................................68   265100 – INTERIOR LIGHTING ............................................................................................68   265200 – EMERGENCY LIGHTING......................................................................................69   265300 – EXIT SIGNS .............................................................................................................69   265600 – EXTERIOR LIGHTING...........................................................................................69   DIVISION 27 – COMMUNICATIONS.......................................................................................70   272000 – INFORMATION TECHNOLOGY (IT)...................................................................70   272010 – FIBER OPTIC LINES ..............................................................................................71   273000 – TELEPHONE SYSTEMS ........................................................................................71   274000 – CABLE TV SYSTEMS ............................................................................................71   DIVISION 28 – NETWORKED SECURITY & AUTOMATION DEVICES ............................71   280000 – GENERAL PROVISIONS .......................................................................................72   281000 – EXTERIOR AND UNDERGROUND WIRING .....................................................72   282000 – SURGE PROTECTION ...........................................................................................73   282000 – DEVICE PROGRAMMING ....................................................................................74   DIVISION 29 – ELECTRONIC SAFETY AND SECURITY.....................................................74   291000 – SECURITY AND INTRUSION ALARMS .............................................................74   291001 - ACCESS CONTROL SYSTEMS (CARD ACCESS)..............................................75   292300 – CCTV VIDEO SURVEILLANCE ...........................................................................77   293100 – FIRE ALARM ..........................................................................................................80   294001 – EMERGENCY CALL BOXES ................................................................................80   295001 – DURESS (PANIC) ALARMS AND LOCKDOWN BUTTONS ............................82   DIVISION 31 – EARTHWORK ..................................................................................................83   310000 – GENERAL ................................................................................................................83   312000 – GRADING ................................................................................................................83   DIVISION 32 – EXTERIOR IMPROVEMENTS .......................................................................83   321400 – INTERLOCKING CONCRETE UNIT PAVERS ....................................................83   323100- FENCES .....................................................................................................................83   328090- LANDSCAPE IRRIGATION ....................................................................................84   329300 – LANDSCAPING ......................................................................................................84   PROJECT DATA FORM .............................................................................................................88   2018 SPACE ALLOCATION AND UTILIZATION PLAN ......................................................90   CONTACT INFORMATION For questions regarding the CCFM Vertical Construction Standards, CCFM can be reached at: Collier County Facilities Management Division • Phone: (239) 252-8380 COLLIER COUNTY VERTICAL STANDARDS PAGE 5 Revised March 8, 2018 • Address: 3335 Tamiami Trail E, Ste 101, Naples, FL 34112 For questions regarding the CCFM IT Construction Standards, CCIT can be reached at: Collier County Information Technology Division • Phone: (239) 252-8888 • Address: 3329 Tamiami Trail E, Ste 600, Naples, FL 34112 REFERENCED COLLIER COUNTY DOCUMENTATION For the convenience of the Design Professional / Contractor, the Collier County documentation referenced in the Vertical Standards can be found at http://bit.ly/CCFM_Vertical_Standards . DIVISION 1 – GENERAL REQUIREMENTS 010000 – GENERAL PROVISIONS A. The Collier County Division of Facilities Management (CCFM) is assigned the responsibility of publishing building standards that are to be followed by all Divisions and design teams for new buildings, repairs, remodels, and modernizations. 1. The intent of this document is to establish minimum standards for the selection and use of appropriate materials and equipment which are user- friendly, durable, and sustainable. Selections must consider total cost of ownership including costs of utilities and ongoing maintenance for the anticipated life of the facility. 2. Generic non-proprietary materials and systems are preferred to allow routine maintenance by staff and locally available vendors. Selections of proprietary materials and systems for special circumstances must be evaluated and approved by CCFM prior to implementation. 3. In general, materials and equipment selections shall be based on longevity and value, considering ease of maintenance and repair a top priority. Extensive use of trendy proprietary materials and systems shall be avoided in favor of materials and systems that are readily available from multiple sources. For example, damage repairs to special products may easily require replacement of an entire assembly or system,if proprietary replacement components are unavailable or cost prohibitive. 4. Products or systems requiring proprietary maintenance contracts, special software licenses, or similar long-term contracts must be approved by the County on a case-by-case basis. B. Exceptions to these standards must be approved in writing by CCFM. All construction design drawings are to be approved by CCFM prior to COLLIER COUNTY VERTICAL STANDARDS PAGE 6 Revised March 8, 2018 commencement of the project. The Division responsible for the construction of the project will invite the CCFM to visit the site during the construction phase to insure that the County Standards are being followed. C. These guidelines shall be considered minimum standards which do not relieve the Design Professional or Contractor from mandatory code compliance or coordination with specific project requirements. These standards may be used only as the basis for specifications written for specific County projects. No portion of this document may be copied and used as the sole specification for any project. D.. Green Design: In addition to compliance with the Florida Energy Code, the Design Professional shall incorporate appropriate additional sustainable design features into all new projects and major renovations. These design features may include bicycle racks, bus shelters, and operable windows when appropriate. Utilize energy efficient appliances and equipment, place trees to reduce solar heat gain, orient structures to reduce solar heat gain, provide structural shading whenever practical, and utilize other similar energy saving features. 1. When required by contracts, construction shall be designed and built to indicated sustainability target level. Specified sustainability points and associated costs shall be reviewed and approved by CCFM prior to completion of written design program. 010020 – SPECIAL DESIGN REQUIREMENTS A. The Design Professional shall complete a Project Data Form for each project. The Project Data Form shall include the following information: 1. Name of Project 2. Address or Location of Project 3. Enclosed S.F. Area Tabulation listing all floors and total 4. Project Budget 5. Summary of Program Requirements 6. Project Checklist The Project Checklist must be reviewed with the CCFM Project Manager. A copy of a sample Project Data Form and Checklist is attached to the end of the Vertical Standards Document, and may be expanded as needed to suit the project. The Project Data Form must be submitted to CCFM with a written Program for each project. The form shall be updated at the completion of Schematic Plans, Design Development Plans, Construction Documents, and Closeout Documents. COLLIER COUNTY VERTICAL STANDARDS PAGE 7 Revised March 8, 2018 B. In addition to mandatory compliance with the Florida Building Code (FBC) and ASCE-7, all new facilities shall be designed to meet the following additional minimum standards: 1. The finish floor elevation of all new Collier County buildings, including vehicle bay areas, shall be not less than 18" above the base flood elevation established by FEMA unless specifically approved otherwise by CCFM. 2. The first floor elevation of all enclosed portions of public service or public safety buildings used for offices, habitable areas, or essential equipment and maintenance areas shall be raised or flood-proofed to a height not less than 36" above the base flood elevation established by FEMA. 3. The Contractor shall furnish the County a signed and sealed Flood Elevation Certificate certifying the finished floor elevations for all new construction and leased property. C. Communications: All networked equipment shall follow the Collier County Information Technology Division (CCIT) standards as discussed in Division 27 – Communication. Networked security and building automation equipment must also follow the standards discussed in Division 28 – Networked Security & Automation Devices. D. Building Automation System controls are required in construction of new enclosed occupied buildings, major renovations, and other buildings as may be determined by CCFM. See Section 255000 – BUILDING AUTOMATION CONTROLS for further details. E. Fire Department Lock Box: Provide a lock box approved by the AHJ at the main entrance. If applicable, provide additional lock box at door to FACP and other rooms as deemed necessary by AHJ. F. Access Control Systems shall be installed at new enclosed occupied buildings and major renovations, and as directed by CCFM. See Section 291001 - ACCESS CONTROL SYSTEMS (CARD ACCESS) for further details. G. Emergency Assistance Phones: Provide emergency/assistance phones where designated by CCFM – Building Automation Supervisor. See SECTION 294001 – EMERGENCY CALL BOXES for further details. H. Video Surveillance (CCTV): Each building shall have appropriate security camera coverage as directed by CCFM. See SECTION 292300 – CCTV VIDEO SURVEILLANCE for further details. COLLIER COUNTY VERTICAL STANDARDS PAGE 8 Revised March 8, 2018 I. Uninterrupted Power Supply (UPS) Systems: When required on a project, UPS shall be monitored in the CCFM Operations Center. See Section 255000 – BUILDING AUTOMATION CONTROLS for further details. J. Recycling Provisions: Commercial recycling is mandatory in Collier County. To that end, any area that would generate recyclable materials should have sufficient space to place a suitable container to handle the type and quantity of waste generated. Typical examples would be large trashcan near copiers and a metal / glass / paper separator in break or lunch rooms, etc. Design Professional shall consider locations of trash receptacles, recycle bins, and dumpsters to facilitate ease of use. 1. Provide enclosures for recycle and trash dumpsters at each occupied enclosed building unless indicated otherwise in pre-design program. K. Renderings: Design Group shall provide a color rendering for building projects of $1,000,000 or larger, unless indicated otherwise in Design Contract. Rendering shall be matted and framed to match existing projects. 1. Frame size: 24” x 36” 2. Frame finish: Chrome, polished face, brushed sides 3. Matt color: Match existing, unless directed otherwise by FM staff 4. Provide digital copy of rendering, 600 dpi, in JPG and PDF format. 5. Deliver rendering and digital copy to CCFM prior to completion of Construction drawings unless directed otherwise by CCFMstaff. 014200 – REFERENCED CODES AND STANDARDS A. Accessibility: All buildings and related sitework shall be designed and constructed to comply with all provisions of the Americans with Disabilities Act (ADA) applicable to government facilities. 1. CCFM policy encourages user-friendly design with accessibility features above the minimum level of standards established by the ADA, ie: a. Provide automatic door openers at main entrances of new and renovated buildings with daily public visitors, ie. Procurement, Tax Collector, Elections, Human Resources, Libraries, etc., unless directed otherwise. b. Provide areas of refuge at stairs. B. Codes and Ordinances: Comply with the current adopted edition of the Florida Building Code including appendices, and all Federal, State, and Collier County COLLIER COUNTY VERTICAL STANDARDS PAGE 9 Revised March 8, 2018 Ordinances and Land Development Codes legally adopted by the authorities having jurisdiction. In case of differences between these Codes, the most stringent shall govern. 1. It is the responsibility of the Design Professional to contact the appropriate Authority having Jurisdiction (AHJ) to confirm adopted rules, codes, editions, and subsequent amendments, revisions and/or additional codes and ordinances. C. Referenced Standards: Comply with applicable portions of the Referenced Standards listed in the FBC Ch 35 and NFPA 1 Ch. 2, including but not limited to AAMA, ACI, AISC, ANSI, ASCE, ASHRAE, ASTM, FM, GA, OSHA, SJI, LEED, USGBC, ADA, IES, and UL standards. 1. Acronyms: Refer to FBC Chapter 35, NFPA 1 Ch. 2, and publications of the referenced standards. D. Permits: Design Team and Contractors shall provide all documents required for permit applications. Permit application fees shall be paid by the County unless indicated otherwise in the Contract. E. Work in Occupied Buildings: Comply with FBC Ch.33 and NFPA 1 and NFPA 101, and requirements of the local AHJ. Maintain continuous operation of existing life safety systems to the extent possible. Interruptions to operation of fire alarm or protection systems must be coordinated with local AHJ and building occupants. 1. Provide barricades, dust-proofing measures, traffic control signs, etc. to completely isolate work areas from occupied areas. 2. Do not operate unfiltered HVAC systems at any time during construction. 3. Do not use VOC materials in buildings occupied by staff or public. 4. Schedule meeting onsite with AHJ/Fire Inspector before commencing construction operations. F. Jobsite Safety: Contractor is solely responsible for jobsite safety. 017700 – CLOSEOUT DOCUMENTS A. Comply with Contract Documents including completing all items required by Procurement Checklist. B. Contractor shall provide 2 printed copies of Closeout Documents at the time of final completion for review at least five (5) days prior to application for final payment. Closeout Documents include all warranties, user’s manual, written COLLIER COUNTY VERTICAL STANDARDS PAGE 10 Revised March 8, 2018 maintenance instructions for all materials and equipment, and Record Documents. All materials except as-built plans shall be organized by specification section number and bound in 3-ring binders and electronic format as specified in Sections 017839 and 017823. C. Upon acceptance and approval of completed Closeout Documents, provide PDF copy organized and index tabbed by document type including Division, Section, Plan Discipline, etc. 017839 – PROJECT RECORD DOCUMENTS A. Record Documents include as-built plans, supplemental drawings and diagrams, as-built specifications, approved submittals, and records of all changes, including but not limited to Addenda and Change Orders. B. Upon submittal for permitting, Design Professional shall provide (1) CD/DVD containing Floor Plan drawing(s) in AutoCAD format (DWG Files) to CCFM. C. The Contractor shall maintain and regularly update 'as-built' drawings and shop drawing/submittal file indicating exact locations, material, equipment, etc., as installed. Include locations of buried sleeves, hidden piping and conduits, sizes, etc. not specifically shown on the Drawings. D. Asset Management Data. Provide manufacturers name, model number, serial numbers, warranty start date, and warranty end date for the following equipment: Access Control Equipment AED units Audio/Visual Equipment Automatic Doors Automatic Transfer Switches Cameras Chairlifts Code Blue units DVR/NVR Recorders Electrical Generators Elevators Fire Alarm Panels Fire Pumps Fire Suppression Systems Fountains and Pumps Geothermal Equipment Fuel Storage Tanks Heat Pumps HVAC Equipment (see Division 23) COLLIER COUNTY VERTICAL STANDARDS PAGE 11 Revised March 8, 2018 Lift Stations Lightning Alert Equipment Motorized Traffic Gates Muffin Monster Roll- Up Doors Roofing Systems Septic Systems Septic Tanks Shutters Swimming Pool Controls, Equipment and Pumps UPS units Water Heaters- Point of Use Water Heaters-Tanks Water Pumps Other installed equipment provided by Contractor E. Keep one set of record documents at the site for the duration of construction. Do not use record documents for daily construction use. Clearly identify, date, and initial all changes with a red pencil on the plans, specifications, and submittals. Transfer all changes to the final as-built documents at the completion of construction. F. Contractor shall provide two (2) sets of final as-built drawings and two (2) CD/DVD’s containing a set of final as-built drawings in PDF format upon completion of work. Deliver as-built drafting and CD/DVD’s to CCFM and Design Professional prior to application for final Payment. G. Upon approval of Record Documents received from Contractor, the Design Professional shall update the Floor Plan(s) to include as-built information. Provide one (1) CD/DVD with AutoCAD file of revised Floor Plan(s) to FM prior to close-out of contract. 017823 – OPERATION AND MAINTENANCE DATA A. Prior to Contractors application for final payment, Contractor shall provide manufacturers operation and maintenance manuals for all equipment, fixtures, and all materials requiring maintenance as part of the Closeout Documents. Provide one (1) set in 3-ring binder(s) and two (2) CD/DVD copies in PDF format. Each section should include a table of contents/index that lists documents, systems, equipment spare parts, product data (model and serial numbers, styles, sizes, etc.). COLLIER COUNTY VERTICAL STANDARDS PAGE 12 Revised March 8, 2018 017840 – PROJECT CORRESPONDENCE A. Email Correspondence Subject Line: All emails shall accurately indicate the project name or acronym, followed by a brief description of the correspondence topic in the subject line. 1. Start new emails with a correct subject line for each new topic. 2. Do not ‘reply’ or ‘reply to all’ for new topics using previous email subject line; Update subject line with correct description of new topic. DIVISION 2 – EXISTING CONDITIONS 022600 – HAZARDOUS MATERIAL ASSESSMENT A. If required for renovation projects, the County will furnish a hazardous material report . 023200 - GEOTECHNICAL REPORTS A. Geotechnical report may be provided for the Contractors use, but is not a guarantee or warranty of subsurface conditions, or basis for claims for change orders. Contractors may provide supplemental subsurface exploration and reports. 024200 – SALVAGE A. Unless indicated otherwise as salvage material, items indicated or scheduled for demolition shall become property of the Contractor and shall be removed from the jobsite. DIVISION 3 – CONCRETE 030000 – GENERAL A. ACI, CRSI, WRI, FBC and Division 1 requirements apply to all concrete work. B. Testing: Unless specifically indicated otherwise in the contract documents, the Contractor shall provide for the services of a licensed materials testing laboratory to measure slump and test compressive strength of concrete used in footings, slabs, and beams. Provide tests daily for each batch mix and as required by Code, Building Official, and Contract Documents. Concrete not meeting specified strength requirements shall be removed and replaced. COLLIER COUNTY VERTICAL STANDARDS PAGE 13 Revised March 8, 2018 030010 – DESIGN REQUIREMENTS A. Floor slabs shall be designed not less than 6” above finish grade. 1. All floor slabs shall be designed for not less than 125 psf live load. 2. CCIT room floors shall be designed for not less than 200 psf live load. B. Delegated Engineering; Structural components such as precast panels shall be designed and sealed by a Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. 033000 – CAST-IN-PLACE CONCRETE A. Comply with ACI 318 standards. Ready-mix concrete is to comply with ASTM C94. 1. Do not place concrete more than 90 minutes after batch mix at the plant, and do not place concrete more than 60 minutes after batch mix when the temperature exceeds 90d F. Do not place concrete when temperature is anticipated 33d F or freezing is anticipated within 3 days. 2. Do not use concrete mix containing fly-ash in floor slabs or walkways. 3. Do not add water or calcium chloride to concrete on-site. Field modifications to concrete mix are not allowed. Concrete watered-down or otherwise modified on-site shall be removed. B. All slabs shall be finished to a tolerance of not over 1/4" depressions in 10'-0" in any direction when checked with a 10' straightedge. Interior slab control joints may be sawcut or tooled. C. Provide diagonal reinforcing in floor slabs at all reentrant corners. Cure all poured concrete to minimize cracking. D. Slope floors towards floor drains at not more than 2% in any direction. 033010 – EXTERIOR CONCRETE SLABS AND WALKWAYS A. All exterior concrete slabs and walkways shall be not less than 6 inches thick with a heavy broom finish texture to provide a slip resistant surface. Broom texture shall be perpendicular to the direction of travel. There shall be no steps in the accessible route from accessible parking stalls to the main building entrance. COLLIER COUNTY VERTICAL STANDARDS PAGE 14 Revised March 8, 2018 1. Walkway slope in direction of travel: Do not exceed 5% 2. Walkway cross-slope: Do not exceed 2% B. Reinforce slabs and walkways with not less than 6x6 W 1.4 x 1.4 WWF ASTM A185 (10 ga. wire mesh). Provide engineered reinforcing for traffic areas. C. Provide expansion joints at not more than 20'-0" o.c., at each change of direction, and between exterior slabs and adjacent walls. Provide control joints at not more than 6'-0" o.c. Exterior slab edges, expansion joints, and control joints shall be neatly sawcut or tooled. D. Exterior walkways shall not be painted. E. Provide concrete stoop at each exterior door. Slope not less than 1 percent and not more than 2 percent away from door for not less than 5 ft from face of door. F. No steps are allowed at doors or gates. G. Parks and Recreation walkways may be concrete or asphalt pavement, and shall be not less than 10 ft wide. H. Construction shall include an accessible route from public road and parking areas to each enclosed building and each type of staff and public activity area. I. Provide the tactile warning surfaces at all pedestrian sidewalk crossings. DIVISION 4 – MASONRY 040000 – GENERAL A. FBC, NCMA, ACI, and Division 1 requirements apply to work of this section. 042000 – UNIT MASONRY A. Where concrete unit masonry (CMU) construction is used, provide standard weight, ASTM C90, Grade N-1 units. CMU exterior load bearing walls are to be reinforced vertically and horizontally. All reinforced cells shall be grouted solid full-height. Provide inspection holes at bottom of all vertically reinforced block cells. Provide mortar and grout installed in strict compliance with provisions of the codes. Bottom course shall be laid in a full bed of mortar. Lay up walls plumb and true and with courses level, accurately spaced and coordinated with COLLIER COUNTY VERTICAL STANDARDS PAGE 15 Revised March 8, 2018 other work. Do not use chipped or broken units. Do not wet units or lay block in the rain. Properly dispose of excess mortar and materials off-site; do not bury materials on-site. Remove all loose mortar and repoint as needed prior to application of finishes. Masonry walls shall be straight, true, and plumb to within 1/4" in 8'-0" when checked with a straightedge in any direction. B. Single-wythe wall construction used for enclosed buildings shall include exterior cement plaster finish or rain-screen panels with waterproofing system. Other materials must be approved by CCFM on a case-by-case basis. C. Single-wythe ribbed, split-face, or ground-faced CMU is prohibited for exterior walls of enclosed buildings. D. Except as a design feature in limited quantities at or near grade, the use of stone or tile as an exterior cladding material is prohibited on single-wythe CMU exterior walls of enclosed buildings. E. Brick veneer or decorative masonry in double-wythe walls may be used with appropriate waterproofing materials and drainage plane flashing, subject to compliance with Collier County Ordinances and CCFM approval. DIVISION 5 – METALS 050000 – GENERAL A. FBC, AISC, AWS, and Division 1 requirements apply to work of this section. 1. All metal components exposed to the environment shall be corrosion resistant. Approved materials include grades 304 and 316 austentic stainless steel, galvalume, hot-dipped galvanized steel, copper, zinc, bronze, anodized aluminum, painted aluminum, or similar non-corroding metal. 2. Plain or painted steel shall not be used in any exterior location, or in interior locations subject to dampness, corrosive fumes or other conditions likely to corrode ferrous materials. 3. Provide austentic stainless steel materials at areas storing or processing corrosive materials, ie swimming pool areas, water treatment equipment, etc. COLLIER COUNTY VERTICAL STANDARDS PAGE 16 Revised March 8, 2018 4. Do not use steel materials near reclaimed water irrigation systems. Provide concrete, prefinished aluminum, or similar corrosion resistant materials, posts, fences, benches, etc at these locations. B. Steel construction shall comply with AISC Specifications for Structural Steel Buildings and Code of Standard Practice. Steel plates to comply with ASTM A36, anchor bolts to comply with ASTM A307, all fasteners to be s.s. or galvanized. Shop and touch-up primer to be "10-99 Tnemec Primer" or Rustoleum 5769 or equal. C. Structural steel construction shall be designed by a Structural Engineer licensed in the State of Florida. Delegated Engineering for structural components shall be the responsibility of the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. D. Aluminum construction shall comply with the Aluminum Association Specifications for Aluminum Structures, Aluminum Design Manual, Part 1 and the FBC. DIVISION 6 – WOOD AND PLASTICS 060000 – GENERAL A. FBC, AITC, APA, AWI, AF&PA, NDS, TPI, NFOPA, and Division 1 requirements apply to work of this section. 061000 – ROUGH CARPENTRY A. Provide pressure treated wood where sills, nailers, and/or furring are in contact with concrete or masonry. Produce joints that are tight, true, well nailed, with members assembled and fastened in accordance with the drawings and with pertinent codes and regulations. Provide solid wood blocking and/or shims for finish materials as required to maintain a tolerance of max. 1/4" deviation in 10'- 0" when measured with a 10'-0" straightedge, plumb and true, for all substrate framing where finish materials will be exposed to view. Do not use warped members. B. Stud framing and furring shall be not more than 16" o.c. C. Provide blocking for all accessories, grab bars, wall mounted door stops, etc. Provide all necessary hardware such as nails, bolts, anchors, ties, etc., required for COLLIER COUNTY VERTICAL STANDARDS PAGE 17 Revised March 8, 2018 a complete and proper installation. Bolts, washers, nuts, etc., shall be noncorrosive material. Isolate dissimilar metals. D. Interior Door Frame Blocking: 1. Metal Stud Partitions: Provide cont. 2 x 4 blocking fastened to 20gauge stud at the jambs of all interior door frames. Blocking shall be fire-treated where required by Code. 2. Wood Stud Partitions: Provide double 2 x 4 studs at the jambs of all interior door frames. 3. Vertical blocking at door jambs shall be full-height of partition, securely braced to the structure above. 4. Provide horizontal 2 x 4 cont. blocking at the head of all door frames 5. Increase size of blocking to 2 x 6 or larger as required to match size of partition studs. 061753 – WOOD ROOF TRUSSES A. When pre-engineered wood trusses are used, the Contractor shall provide truss shop drawings and sealed truss engineering not more than 30 days from notice to proceed and shall include adequate time in the construction schedule for processing of shop drawings and permit documents. Failure to do so will not be accepted as a reason for an extension of the contract time. B. Delegated Engineering; Prefabricated structural components shall be designed and sealed by the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. 062023 – FINISH CARPENTRY A. WWPA recommendations apply. Select material for straightness and do not use warped members. Finished woodwork is to be properly framed, closely fitted, and accurately set to the required lines and levels and rigidly secured in place. Miters or other fitted joints shall be planed or sanded .Use only hot-dipped galvanized or s.s. fasteners .Countersink all finish nail fasteners. Staple fasteners will not be accepted. Provide solid wood blocking and/or shims for finish materials as required to maintain a straightness tolerance of max. 1/4" deviation in 10'-0" when measured with a 10'-0" straightedge. COLLIER COUNTY VERTICAL STANDARDS PAGE 18 Revised March 8, 2018 064023 – CASEWORK A. General Casework Standards: Comply with AWI standards for custom work in office and public areas: 1. Cabinet material: not less than 5/8” plywood. 2. Cabinet base: Preservative-treated (PT) wood. 3. Plastic laminate all exposed casework surfaces. 4. Provide solid surface or quartz countertops in public areas. Plastic laminate ¾” plywood countertops may be used only at staff areas. 5. Backsplash material shall match countertop. Provide splash at back and side walls. 6. Unless instructed otherwise by County, cabinets shall be true European- style full-overlay construction, with 1/8" joint between doors/drawers, without vertical styles between paired doors. Use concealed heavy duty 170-degree hinges, with white melamine liner inside cabinets and drawers. Use heavy duty 100 lb. (minimum) drawer guides, and provide pull at each door/drawer. 7. Securely fasten all casework to blocking or solid substrates. Adjust and clean all casework prior to acceptance. B. Casework and countertop specifications in Laboratories and other special-use areas shall be determined on a case by case basis and included in the scope of work prior to bid. DIVISION 7 – THERMAL AND MOISTURE PROTECTION 070000 – GENERAL A. NRCA Roofing and Waterproofing Manual, SMACNA Architectural Sheet Metal Manual, and Division 1 requirements apply to work of this section. B. Roof design shall comply with referenced standards and Documents shall include all details required for a complete, proper, and watertight roof assembly. 1. All new roof surfaces shall be sloped at not less than 1/4" per ft. to insure proper drainage. COLLIER COUNTY VERTICAL STANDARDS PAGE 19 Revised March 8, 2018 2. Roof designs shall not rely primarily on internal roof drains for drainage unless approved by CCFM. 3. Penetrations through roof surfaces shall be minimized wherever possible, ie. collect plumbing vent lines in attic to minimize vents through roof, use soffits vents or wall louvers under overhangs where possible, and use curbed penetration details for multiple conduits and pipes wherever practical. Do not use pitch pans except where approved by CCFM. Use NRCA and SMACNA details with curbs and hoods to protect roof penetrations from leaks. 4. Roof drains, scuppers, gutters, and downspouts shall be oversized. Provide piped underground collection system tied into the site storm water management system. 5. Reroofing of dead-flat roof structures shall include installation of appropriate tapered rigid insulation or sloped light-weight concrete fill, ie. Zonolite or equal, sloped at not less than 1/4" per ft. to insure proper drainage. C. . Roofing system shall be designed to withstand wind pressures indicated in the FBC for each specific building, location, and substrate. Provide manufacturers certificate and engineering data indicating that system is designed to meet all applicable code requirements. D. In addition to warranty and closeout documents, provide roof manufacturers representative daily field reports for roof projects over 5,000 sf area. 072100 – INSULATION A. Comply with Florida Energy Code requirements. Provide required insulation at the building envelope of all conditioned areas. 1. Provide insulation at roof deck over all conditioned areas. Attic insulation installed on suspended acoustic ceilings is not allowed. 072419 – EXTERIOR INSULATION FINISH SYSTEMS – EIFS A. EIFS shall not be used as the primary exterior wall finish or as trim material. COLLIER COUNTY VERTICAL STANDARDS PAGE 20 Revised March 8, 2018 075100 – BUILT UP ROOFING A. Where approved for use by Facilities, provide premium 20-year 4-ply built-up roofing with premium APP or SBS modified bitumen granular, highly reflective cap sheet. Comply with NRCA and SMACNA standards to insure a complete and proper roofing system. 1. Warranty: 20-yr. NDL 2. Do not use BUR systems on or adjacent to occupied buildings. 075216 – SBS MODIFIED BITUMEN ROOFING A. Where approved for use by Facilities, provide premium 20-yr. APP or SBS modified bitumen roof system. Comply with NRCA and SMACNA standards to insure a complete and proper roofing system. 1. Approved manufacturers: Firestone, Soprema, C-Plast, or approved equal. 2. Warranty: 20-yr. NDL 075323 – EPDM ROOFING A. EPDM, PVC, rubber roof systems, ballasted systems, and similar single-ply roof systems shall not be used. 076100 – METAL ROOFING A. Standards: All work shall comply with SMACNA and NRCA recommendations. 1. New Construction: Standing seam roof system with no exposed fasteners. 2. Historic Structures: V-crimp metal roofing may be used at Museum locations to match historically correct materials, and to patch or repair small sections of existing v-crimp roofing at other locations. Otherwise, metal re-roofing materials shall be installed as a standing-seam system specified below. 3. CCSO Structures: All new CCSO facilities require sloped hip-roof configuration with standing seam roof systems, unless approved otherwise. COLLIER COUNTY VERTICAL STANDARDS PAGE 21 Revised March 8, 2018 B. General: Provide standing seam metal roof with ridge trim, edge flashing, wall flashing, counter-flashing, fasteners, clips, and all related components required for a complete and watertight assembly. 1. Roofing system shall be designed to withstand wind pressures indicated in the FBC for each specific building, location, and substrate. Provide manufacturers certificate and engineering data indicating that system is designed to meet all applicable code requirements. 2. Metal roofing material shall be not thinner than 0.040” Aluminum with Kynar 500 or equivalent factory-applied coating. Panels shall be not more than 16” wide. Standing seam shall be not less than 1" high with 180d folded seam. Fastener clips shall be completely concealed, spaced as required to withstand design wind pressures but not more than 12" oc. Cover seams at top end with ridge cap flashing or wall flashing. All metal roofing is to be smooth and straight without bends or kinks, properly flashed and counter-flashed with compatible materials. a. Coastal Zones: Use prefinished aluminum roof panels and flashing within 5 miles of coast. b. Aquatic Centers and adjacent facilities: Use prefinished aluminum roof panels and flashing. c. Other inland Locations: Use prefinished aluminum, galvalume, or galvanized steel roof panels and flashing where located more than 5 miles from coast. 3. Approved manufacturers include but are not limited to Englert and Berridge. 4. Installation is to be neat and straight; level and true to required lines. Hem all exposed flashing edges and use concealed fasteners wherever possible. 5. Use premolded rubber-boot flashing at vent stacks. Cover top of vent stack with insect screen, neatly fastened to stack with a galvanized metal draw band. Where flashing occurs at roof-to-wall locations, provide counter flashing that will allow replacement of either the roofing or wall finish without the damage or removal of the other material. Flashing is to be set in sealant. 6. The roof installer shall be responsible for installation and warranty of all roof-related flashing, penetrations, gutters, and roof-related accessories COLLIER COUNTY VERTICAL STANDARDS PAGE 22 Revised March 8, 2018 076200 – METAL FLASHING AND ACCESSORIES A. Comply with SMACNA and NRCA standards. Provide all details required to illustrate industry-standard assemblies suitable for intended use and capable of providing a complete, proper, durable weather proof, and water proof installation. 1. Use stainless steel, hot-dipped galvanized metal, galvalume, or suitably protected aluminum materials. Do not use plain or painted steel or mill finish aluminum. 2. Provide membrane flashing or fluid applied waterproof coating at head, jambs, and sills of fenestration openings at doors, windows, louvers, etc. Do not use details that rely solely on sealant or paint to prevent the intrusion of water into the building. 3. In addition to above, provide prefinished aluminum or stainless steel sill flashing (pan flashing) with jamb ends and inside edge turned up one inch, extending full width of opening and extending to face of wall with front edge turned down. Set sill flashing in a full bed of non-staining elastomeric sealant at all window and louver sills. 4. Isolate dissimilar metals to prevent galvanic deterioration of materials. All materials shall be non-corrosive. 5. Roof expansion joints shall be constructed with metal fabricated in accordance with referenced standards. Avoid prefabricated Expando-Flash details. 6. Provide details of terminations and corners of parapets, expansion joints, compression bars, and similar non-typical conditions. B. Flashing assemblies shall be counterflashed and constructed in a manner which will allow re-roofing without damage to adjacent finishes. C. Gutters and Leaders: Commercial grade box gutters and downspouts, fabricated from same materials as roof panel if applicable. Prefinish gutter to match roof colors and downspouts to match wall color. Provide concrete splashblock where draining at landscaped areas. Connect downspouts to storm water drainage system where located at walkways or pavement. 1. Gutters are required at all Parks and Recreation buildings except picnic pavilions. COLLIER COUNTY VERTICAL STANDARDS PAGE 23 Revised March 8, 2018 D. Quality Assurance: the Contractor shall provide not less than two (2) year warranty for all flashing work including all materials and costs required to correct defective flashing work. 077200 – ROOF ACCESSORIES A. Provide anchor points and safety tie-off hardware for ladders at each side of building, and not more than 50’ o.c. B. Provide guardrails at roof hatches C. Provide fixed ladders fitted with fall safety device for access to upper roof areas; ie elevator penthouse roof, stair roof, etc. Steel stairs and fixed ladders used in exterior locations shall be constructed from non-corroding materials, not less than G-90 galvanized steel. 079200 – JOINT SEALANTS A. Provide and install one or two-part exterior polyurethane elastomeric sealant at all window and door jambs, sills, heads, surface joints, flashing edges, and wherever else required to provide a weather-tight building envelope and a neat and trim installation. All sealants shall be paintable premium grade 20-year or better products manufactured by Dow, GE, SW, Tremco, Vulkem, or equal. Manufactures Sealant primer shall be applied to all joints before sealant is applied. 1. Provide all infiltration seals as required by the FBC and as stated in Energy Calculations. 2. Minimum Basis of Design: Tremco, Vulkem #116, One-Part, High- Performance, Polyurethane Sealant, with Vulkem Primer #171 on masonry/concrete/stucco surfaces, and Tremprime Non-Porous Primer on metals and plastic surfaces. B. Provide non-yellowing premium polyurethane grade caulking at all countertop and cabinet edges, trim edges, and at other interior conditions where required to provide a neat and trim installation. C. Provide tested penetration system sealants and materials at all pipes, conduits, and misc. penetrations through rated walls and ceilings. DIVISION 8 – DOORS AND WINDOWS COLLIER COUNTY VERTICAL STANDARDS PAGE 24 Revised March 8, 2018 080000 – GENERAL A. FBC, SDI, and requirements of Division 1 apply to work of this section. B. Exterior Doors at enclosed structures shall be impact rated in accordance with FBC Ch. 16. C. The CCFM may require higher design standards for wind loads and storm protection than that required by the FBC. As part of the design process, CCFM must be consulted to establish the design criteria. D. New ADA doors and assisted operator retrofits shall be reviewed on a case-by- case basis by CCFM staff. 081113 – STEEL DOORS AND FRAMES A. Comply with SDI standards. Use of steel doors and frames are limited to fire- rated applications and service areas only. 1. Provide corrosion resistant coatings: a. Steel doors and frames shall be G60 galvanized or A60 galvaneal material and factory primed. b. Wipe coat galvanized steel (WCGS) products may not be used. 2. Doors and frames shall be not less than 16 gauge thick. 3. Frames in masonry construction shall be fully grouted. Provide not less than 3 anchors at each jamb. 4. Frames in stud construction shall be spot grouted at each anchor, min 3 per jamb. 5. All steel frames are to be fully welded for new construction. Knock-Down (KD )frames may be used only for retrofit installations. 6. Provide fire rated units where required to maintain integrity of rated assemblies. 7. All metal door frames shall have holes and accessible wire ways to permit electrification of hinges and door or frame mounted hardware. COLLIER COUNTY VERTICAL STANDARDS PAGE 25 Revised March 8, 2018 081416 – PLASTIC LAMINATED FLUSH WOOD DOORS A. Typical interior doors for Offices, Restrooms, Meeting Rooms, etc., shall be hinged, flush, solid core units with plastic laminate faces and edges. 1. Doors shall not be less than 3’-0” wide and 7’-0” high. 2. Frame material shall be fully welded galv. steel or aluminum. B. Wood veneer doors may be used only where approved by CCFM staff. 083113 – ACCESS DOORS A. Provide access panels in floors, walls, ceilings, and/or soffits where required for maintenance access to all concealed valves, fixtures, and equipment. 1. All panels components and fasteners shall be constructed of non-corroding material limited to stainless steel, painted or anodized aluminum, or factory primed galvanized steel. 2. Unless required otherwise by program, all access panels shall be commercial grade units with a full length hinge, operable with standard tools and/or equipped with lockable, flush mounted latch. 3. Roof access hatches and doors shall be lockable from the inside and equipped with door contact position switches connected to access control monitoring system whenever feasible. 081116 – ALUMINUM DOORS AND FRAMES A. Provide aluminum storefront doors and frames at public entrances and other exterior locations, except as allowed below: 1. Flush FRP face panel aluminum doors may be used as exterior doors in exterior public restrooms and utility areas. Approved manufacturers include but are not limited to Kawneer and Cline. 2. Exterior A60 or G60 galv. steel doors and stainless steel doors may be used at CCSO facilities, secure locations, and/or where fire ratings are required. 3. Use only aluminum or stainless steel doors at swimming pools.or locations where corrosive materials are handled or stored COLLIER COUNTY VERTICAL STANDARDS PAGE 26 Revised March 8, 2018 083323 – OVERHEAD COILING DOORS A. General: All door components including fasteners, slats, guides, and housing shall be constructed of non-corroding material limited to stainless steel, painted or anodized aluminum, or factory primed galvanized steel. 1.. Swimming pool areas, corrosive material handling areas, and locations within 1 mile of coastline: All stainless steel materials including slats, guides, chains, housing, operating mechanisms, and fasteners. 2. Other locations: Galvanized steel or other approved corrosion resistant materials listed above. B. Provide submittal certifying the units and attachment fasteners meet or exceed current FBC requirements. 085113 – ALUMINUM WINDOWS A. All windows shall be fixed storefront, curtain wall, or commercial grade operable units. 1. All exterior components shall be extruded aluminum. 2. Finish shall be anodized or factory applied finish such as Kynar 500 or equivalent. Mill finish aluminum, residential units, or units with wood components exposed to the exterior may not be used. 3. To maintain proper indoor air quality, windows shall be fixed unless operable units are required otherwise by Code or design program approved by CCFM. B. Provide submittal indicating the units, glazing, and attachment fasteners meet or exceed FBC requirements. 1. All openings shall be protected to withstand impacts from wind-borne debris in accordance with FBC Ch. 16 and ASCE 7. 086200 – ROOF SKYLIGHTS A. Roof skylights are not allowed in new construction. Use clerestory windows, roof monitors with vertical windows, or other methods if daylight harvesting is required. COLLIER COUNTY VERTICAL STANDARDS PAGE 27 Revised March 8, 2018 087100 – DOOR HARDWARE A. Provide all hardware needed for a complete and proper installation including but not limited to locks, levers, pulls, exit devices, closers, butts, weatherstripping, astragals, coordinators, door holders, kick plates, push plates, and silencers. B. Minimum hardware standards: 1. ANSI Grade 1 hardware shall be provided. 2. Materials: All door hardware shall be non-ferrous. Plain or painted steel hardware may not be used. 3. All hardware shall be ADA compliant. Prior to substantial completion Contractor shall test and certify compliance including door push and pull pressure. Check and readjust closers, exit devices, and other hardware 11 months after substantial completion. Replace defective hardware before expiration of warranty. C. Approved manufacturers are Schlage/Allegion, LCN, Von Duprin, Desco, Hager, Hes, Ives, and Rockwood. 1. Locks shall be Schlage/Allegion interchangeable core cylinders, #20-740 “Primus” High-Security Cores, no substitutions B-Series 6-pin, keyed to match County keying system. Standard keyway shall be “6-pin Everest” C145 for new master key systems and C123 for stock keys. County Project Manager and Contractor shall coordinate key schedule meeting with CCFM locksmith staff to ensure lock selection meets CCFM key system. 2. Standard locksets and lever-sets shall be Schlage/Allegion D-series. Use L-Series where required for security or other program requirements. 3. Standard pulls shall be Rockwood Barrier-Free series or CCFM approved equal. 4. Standard closers should be LCN 4040XP or CCFM approved equal.. Concealed closures shall not be used. 5. Panic-bar exit devices: Avoid concealed bars wherever possible. a. Interior, basis of design: Von Duprin, model 99 or CCFM approved equal. COLLIER COUNTY VERTICAL STANDARDS PAGE 28 Revised March 8, 2018 b. Exterior, preferred basis of design: Von Duprin model 99, with hurricane shutter. c. Exterior, use of manufacturers standard Grade-1 exit device with impact testing and state product approval requires CCFM approval d. Use of removable astragal is encouraged at exterior pair doors to minimize maintenance of exit device vertical rods 6. Exterior threshold shall be Pemko 2005 with raised vinyl seal, or identical ADA compliant CCFM approved equal with raised vinyl seal. Set threshold in full bed of sealant. Do not use flush or saddle-type threshold at exterior locations. 7. Automatic door bottom seals: Provide at doors to offices requiring privacy, ie Administration, Directors, Accounting, Interview Rooms, etc. D. Additional Requirements for Access Controlled Doors: 1. All exterior doors shall be designed to Fail-Secure (Locked). Doors in high security areas shall also be designed to Fail-Secure (Locked). Unless otherwise directed by the County Project Manager, interior doors shall be designed to Fail-Safe (Unlocked). The above-mentioned standards do not apply if they are in conflict with fire codes or direction from the local AHJ. 2. Provide electrified strike locksets at access controlled doors. Required egress hardware shall always be unlocked from the inside unless special arrangements for delayed egress or restrained occupancy areapproved by CCFM and AHJ. Passive Infrared Sensors (PIR) shall not be used where the security of occupants may be compromised by an occupants proximity inadvertently unlocking the door. 3. Electric power transfer hinges, shall be used for new and replacement doors. Von Dupren EPT-2, EPT-10, or equivalent models are acceptable. Wiring shall be completely concealed while the door is closed. 4. Magnetic locks (maglocks) shall only be used when electrified locksets are not compatible with the door type. All maglock hardware shall contain a battery back-up should utility power be lost temporarily. Under no circumstances shall magnetic locks be used for electrical, mechanical, or IT room doors. 5. Wireless locks are not permitted. COLLIER COUNTY VERTICAL STANDARDS PAGE 29 Revised March 8, 2018 6. Delayed egress hardware is only permitted in areas occupied by law enforcement (e.g. Jail and Courthouse). 7. While card access is the CCFM preferred access control system, stand- alone electronic locks are permissible for areas where card access hardware is cost prohibitive. Schlage/Allegion CO-100 or CCFM approved locks shall be used for these applications. E. All keys shall be brass. Stamp keys "DO NOT DUPLICATE". Discard construction keys and re-key entrance lock after final acceptance. F. Provide grand-master, master, entrance, and office keys as directed by CCFM staff. G. Adjust hardware for proper operation, including adjustment of levers and closers to comply with ADA and Florida Accessibility Code requirements. H. Check adjustments after 90 days use and readjust as needed. 088000 – GLAZING A. Glazing shall comply with referenced codes including FBC requirements for hazardous locations. 1. Shuttered exterior applications may be used only with prior approval by County. B. Exterior glazing shall be tinted. Provide energy efficient glazing features in widow design where applicable, ie low-e glazing. Reflective glazing is not allowed by LDC however limited used may be requested where required for security purposes. C. Small windows and narrow windows shall be avoided except where required by the building users design program. In general, windows shall be curtain wall or storefront glazing, generously sized in all offices, lobbies, work areas, etc. Windows shall be architecturally proportioned in a manner that is appropriate to the building design without the use of small or narrow windows. One example of an acceptable ribbon-window arrangement is the Development Services Center on Horseshoe Drive. 089000 – LOUVERS AND VENTS A. All louvers shall be storm resistant extruded aluminum with anodized or appropriate protective coating. Mill finish units or stamped metal louvers are not COLLIER COUNTY VERTICAL STANDARDS PAGE 30 Revised March 8, 2018 allowed. Acceptable products include but are not limited Ruskin “Hurricane Louvers”. B. Locate louvers to minimize water intrusion. Provide sill flashing, gutters, and curbs as needed to prevent rain water damage. DIVISION 9 – FINISHES 090000 – GENERAL A. Comply with codes and referenced standards listed in Division 1, including but not limited to FBC requirements. 1. Workmanship shall be proper and neat in appearance conforming to nationally recognized standards and specified tolerances. 2. Work that is not in compliance with referenced codes and standards shall be removed and replaced at no extra cost to the County. 092400 – PORTLAND CEMENT PLASTER A. Standards: Comply with PCA 'Portland Cement Plaster Manual' and applicable ASTM/USG requirements and recommendations. B. Use PVC accessories throughout, including corner beads, casing beads, expansion joints, and perforated vent strips. Metal trim shall not be used. 1. Provide exterior grade ASTM C932 bonding agent at all concrete and CMU substrates. 2. Use galv. self-furring lath with two layers of 15# felt underlayment where over a framed substrate. 3. Fasteners shall be stainless steel. 4. Provide expansion joints as recommended in referenced standards, where abutting dissimilar materials, and as needed to prevent cracking. Lath shall be discontinuous at expansion joints and control joints. C. Install all trim straight, plumb, and level. Install stucco finishes with a tolerance not to exceed 1/4" in 10'-0" or 1/8" in 4'-0" in any direction when measured with a 10'-0" straightedge. COLLIER COUNTY VERTICAL STANDARDS PAGE 31 Revised March 8, 2018 1. Panels with visible rough textures or scaffold lines will not be accepted. D. Thickness shall be not less than 5/8" thick (2-coat) on cmu and concrete, and not less than 7/8" thick (3-coat) on galv. metal lath E. Styrofoam and/or EIFS trim may not be used on County buildings. 1. Exterior decorative moldings, if any, shall be cast stone or cement plaster. 092900 – GYPSUM BOARD ASSEMBLIES A. Comply with FBC, Gypsum Association, USG, and UL requirements and recommendations, the requirements of Division 1, and manufacturers’ specific instructions. B. Materials: 1. Provide 5/8" type-X gypsum board at fire rated locations 2. Provide 5/8” or 1/2" gypsum board at typical interior locations. 3. Provide 1/2” cement board at all ceramic tile and wet locations. 4. Do not use green board. 5. Do not use gypsum board products at exterior locations. 6. All gypsum board materials shall be domestically produced. C. Provide a smooth level 5 finish suitable for painting on all exposed surfaces in lobbies, corridors, offices, restrooms, and similar public areas. Visible tape or sanding marks in work will not be accepted. Contractor may provide smooth hardcoat in lieu of smooth drywall finish. 1. Use screw fasteners throughout. 2. Trim drywall at external corners with plastic corner beads. 093013 – CERAMIC TILING A. Comply with Tile Council of North America (TCNA) standards and details. 1. Tile joints are to be aligned and straight, plumb, level, and true, with equally spaced cut units at ends. 2. Provide tile movement joints at the following locations: a. Perimeter of each room b. Risers, ramps, changes of and planes c. Corridor corners and intersections COLLIER COUNTY VERTICAL STANDARDS PAGE 32 Revised March 8, 2018 d. Spacing as determined by Design Professional B. Provide tile finishes at the following locations: 1. Tile floors are required in all Restrooms and wet areas. 2. Provide tile wainscot not less than 60” high in Restrooms, at mop sinks, and at drinking fountains. 3. Extend wainscot not less than 18" to each side of mop sinks and drinking fountains. C. Floor tile shall be porcelain ceramic tile. All grout shall be sealed. D. Provide product certificate indicating the coefficient of friction complies with ADA requirements for both wet and dry conditions. E. Tile base and all corners shall be sanitary cove style. F. Floors must slope towards floor drains at not more than 2% in any direction. G. Wall tile substrate shall be CMU, concrete, or cement board. 1. Do not use gypsum board as tile substrate. H. Use aluminum or bronze edge strips where abutting carpet floor finishes. 095123 – ACOUSTICAL TILE CEILINGS A. Standard acoustical tile shall be Armstrong World Industries #770 (flat tile) or #704A (reveal edge), white color, size 24" x 24". B. Suspended grid shall be white color, Armstrong World Industries manufacturer system same as acoustic tile. 1. Installation shall comply with ASTM C635 and C636. C. Alternate acoustical tile manufacturers and styles may be considered for special rooms with limited areas such as a Lobby, subject to FM approval and 15% extra stock tile material supplied to the FM in unopened boxes at the completion of construction. 096500 – RESILIENT TILE FLOORING COLLIER COUNTY VERTICAL STANDARDS PAGE 33 Revised March 8, 2018 A. Standard 12" x 12" x 1/8" Vinyl Composition Tile (VCT) may be used in service areas. Use upgrade materials and 16” x 16”, 18” x 18”, or plank sizes where vinyl is used in public areas. 1. Tile material and adhesives shall not contain asbestos materials of any kind. 2. Clean, wax, and polish tiles prior to final acceptance. Provide 5% extra stock material. B. Stair Treads: Provide rubber treads and risers at enclosed stairs in new construction and major remodel projectc. 096513 – RESILIENT WALL BASE AND ACCESSORIES A. Wall Base: Provide 4" or 6” vinyl base in finished spaces with vinyl or carpet floors. Use premolded corner pieces at all outside corners. Provide 5% extra stock material. B. Transitions: Provide matching transition strips where VCT floors abut tile or carpet floors. C. Corner Guards: Outside corners in all corridors and public spaces shall be fitted with paintable, vinyl or aluminum corner protectors from the top of the cove base extending to a height of 42”. 096812 – TILE CARPETING A. At areas scheduled to receive carpet in renovations and new construction with modular office furniture, provide static and soil resistant Carpet Tile unless directed otherwise by CCFM staff: 1. Product: Open Specification 2. Fiber: 100% Dupont Antron Legacy or equal 3. Yarn Weight: not less than 25 oz./sq. yd. 4. Flammability: Class 1 5. Warranties: 20 yr wear warranty w/ no edge ravel, delamination or static. 096816 – SHEET CARPET A. Where approved by CCFM, product may be a glue-down broadloom carpet complying with Tile Carpet requirements above. COLLIER COUNTY VERTICAL STANDARDS PAGE 34 Revised March 8, 2018 097200 – WALL COVERINGS A. Vinyl wall coverings are not allowed in County buildings. B. Acoustic wall fabrics without vinyl backing may be used in limited areas, ie wainscots or acoustic control. 099100 – PAINTING A. Basis of Design: Sherwin-Williams “Superpaint”, Pro-Industrial Pre-Catalyzed Water-Based Epoxy, Pro-Industrial Anti-Graffiti Coating, Industrial Enamel, Paint Shield Microbicidal Latex, or approved equivalent products. 1. For renovations and work inside occupied buildings, use similar no-VOC products. 2. All color selections shall be standard SW colors. 3. Provide a typed Paint and Color schedule for each building. This record shall include the job name, job location, date contractors name, the material manufacturer's name, product name, color name and number, and color formula. A copy of this record shall be delivered to the CCFM Contract Manager at the end of the work. A duplicate copy shall be bound into the Closeout Documents. B. Backprime all exposed wood materials scheduled for paint finish prior to installation. C. Provide primer plus two finish coats on all wood, gypsum board, concrete and stucco finishes. D. Provide two coats of rust inhibitive primer on all surfaces of metal doors and frames and prior to installation, then 2 finish coats of S-W industrial enamel on exposed metal surfaces. E. Topcoat shall be either eggshell, semi-gloss, or full-gloss. Restroom walls shall be either semi-gloss or full-gloss. Do not use flat paint as top coat at any wall location. Ceilings and soffits may have flat paint. F. Deliver materials to site in unopened containers with manufacturers’ labels. Protect adjacent finishes and materials, prepare surfaces, and apply materials in strict accordance with manufacturers’ recommendations and instructions. Verify material compatibility with substrates. Do not apply paint to wet or damp COLLIER COUNTY VERTICAL STANDARDS PAGE 35 Revised March 8, 2018 materials. Do not paint exterior surfaces in the rain. All coats shall be thoroughly dry before applying succeeding coats. 1. Provide temporary barricades, 'WET PAINT' signs, and protect all work until dry. Remove masking when finished. Carefully remove paint from materials not intended for paint finish. Clean and touch-up as required. 2. All paint finishes must be evenly spread, free of runs, sags, or other defects. DIVISION 10 – SPECIALTIES 100000 – GENERAL A. FBC, ADA, and requirements of Division 1 apply to work of this section. 101400 – SIGNS A. Interior Signs 1. Typical Interior Signs: Vista Systems WFP156 U and WFP80U, or approved equal, with 0.625 inch Helvetica Font and Collier County logo. 2. Typical Interior Frames: Extruded aluminum “Portrait Series, VLetter” frames, with clear anodized finish, size 8.5" x 8.5" or 5.5” x 8.5”, by “Vista Systems”, or similar approved equal mfr. complying with Collier County signage standards. B. Required signage at Parking Structures. 1. Directional signage required pointing to the locations of all Assistance "Blue" Boxes. 2. "Notice" posted that the parking deck is under Closed Circuit Television surveillance. 3. Low clearance warning signs utilizing tubular plastic materials, not metal. 4. Speed limit signs at each entrance and each deck; “5 MPH” and/or “Slow” C. Bronze Plaques. COLLIER COUNTY VERTICAL STANDARDS PAGE 36 Revised March 8, 2018 1. All new occupied buildings shall have a bronze dedication plaque unless directed otherwise. Typical content shall include the year opened, contractor’s firm name, architect’s and/or engineer’s firm name, Commissioners at time of conception / approval (alphabetical), County Manager, etc. Include Constitutional Officer if they are the prime occupant. See CCFM for plaque layout and content during the initial building design process. 2. Locate dedication plaques inside Lobby or secure area whenever possible. 3. Where exterior dedication plaques are used, locate plaques in area supervised by CCTV camera, i.e. near main entrance, or monitor plaque with security system contact switch. 102113 – TOILET COMPARTMENTS A. Provide stainless steel or solid plastic toilet compartments. Solid plastic materials shall be 1 inch thick, manufactured by Santana, Capitol Partitions, or approved equal. Do not use steel or plastic laminated materials. 1. Restroom stall partitions shall be ceiling braced , floor mounted systems. Provide soffit framing to brace toilet partitions where ceiling is over 8 ft high. 2. All fasteners and hardware shall be stainless steel, aluminum, or chrome plated brass. Plastic or steel accessories, hinges, latches, or similar components are not acceptable. 3. Provide latch, hinges, door stop, and coat hook for each door. Coat hook shall not project more than 2” from face of door. 4. In-swing doors shall remain slightly open when not latched. Accessible stall doors shall be self-closing. 5. Brace all compartments from floor to ceiling at the face of partitions and doors. Size bracing components as needed to eliminate overhead perpendicular braces. 6. Provide full-privacy compartments with tight joints and no-sightline components, ie piano hinges, astragals, and full height angle connectors. 102800 – TOILET ACCESSORIES COLLIER COUNTY VERTICAL STANDARDS PAGE 37 Revised March 8, 2018 A. Comply with ADA requirements and minimum County standards established herein. B. All accessories shall be commercial grade, brushed stainless steel, formed and welded with all exposed edges hemmed and ground smooth, with no sharp edges and no sharp corners. C. Provide all accessories needed for a complete and proper installation including but not limited to grab bars, hand-dryers toilet paper holders, sanitary napkin receptacles, coat hooks, etc. 1. Hand Dryers shall be Excel Dryer, Inc. Model XL-W (automatic, white, 110/120V) with ADA compliant S.S. recess kit. Unit may protrude not more than 4” from face of wall. Separate 20A circuit required for each unit. 2. Coat hooks shall be low-profile, projecting not more than 2” from face of wall or door, and located to prevent “reach-over” theft. 3. Soap dispensers shall be hands-free automatic operation, hard-wired, not battery operated. a. Paper towel dispensers may be installed at staff break room sinks, maintenance shop hand sinks, and similar locations. b. Parks and Recreation does not use paper-towels dispensers. c. Unless approved otherwise by CCFM staff, paper towel dispensers shall not be used in pu blic restrooms. 4. Approved manufacturers are Bobrick, Bradley, and Excel Dryer, Inc. or equivalent manufacturer approved by County D. In general, all accessories dispensing consumables will be furnished and installed by a third party vendor. The following items shall be scheduled and located in the design documents, and identified as not in contract (NIC): 1. Soap dispensers at each lavatory and sink 2. Toilet paper dispensers at each toilet 3. Paper towel dispensers where determined by CCFM E. Contractor shall coordinate the work of all trades including accessories furnished and installed by third-party vendors. Scheduling, cutouts, recesses, blocking, electrical connections, etc. is the responsibility of the Contractor. COLLIER COUNTY VERTICAL STANDARDS PAGE 38 Revised March 8, 2018 F. Securely install accessories plumb and square, fastening units to solid wood blocking, studs, compartment partitions, or cmu walls. Do not use toggle bolts or expansion shields. 1. All accessories and grab bars shall safely support 250 lbs. L.L 2. All accessories shall be located and mounted to comply with ADA clearances. 102810 – MIRRORS A. Comply with ADA requirements and minimum County standards established herein. B. Standard mirrors shall be tempered glass with stainless steel frames. Provide tilted mirror at accessible stalls only. Use only stainless steel vandal resistant hardware and fasteners, concealed wherever possible. 1. Provide polished stainless steel or unbreakable units only where required by CCSO program. Do not use stainless steel mirrors at public facilities. 2. Do not install mirrors at unsupervised Parks and Recreation facilities. 104300 – EMERGENCY AID SPECIALTIES A. All new construction and major remodeling projects shall have Automated External Defibrillator (AED) equipment and cabinets furnished by County and installed by Contractor. Sole source is Medtronic Physio-Control Corp. Cardiac Science. See CCFM for location, quantity, and type of cabinets. Generally, the “Guidelines for Public Access Defibrillation Programs in Federal Facilities” will be followed. 1. AED Unit: Cardiac Science Powerheart Model G5 2. AED Cabinets: a. Interior locations: Wall mounted cabinet with built-in alarm. b. Exterior locations: Wall mounted cabinet with built-in alarms and interactive voice communication device, Cardiac Science model CB- 2EAED or approved equal. c. Accessibility: Cabinet may not protrude more than 4 inches from COLLIER COUNTY VERTICAL STANDARDS PAGE 39 Revised March 8, 2018 face of wall. Use recessed or semi-recessed cabinets where applicable. 3. Contractor shall coordinate schedule, delivery, and installation of equipment with vendor. Include wall required electrical / data connections, blocking, etc. 4. Safety Station: Fire extinguisher, AED, and First Aid cabinets shall be grouped together at one convenient safety station. a. Alarms: Provide local audible and visual alarm system and contacts for remote monitoring indicating when emergency aid cabinets are opened. See SECTION 291000 – SECURITY AND INTRUSION ALARMS for further details. b. CCTV cameras: Provide camera to monitor the AED cabinets for networked facilities. See SECTION 292300 – CCTV VIDEO SURVEILLANCE. c. All equipment, wiring, controls, etc. shall be compatible with the access control system used in the facility. See SECTION 291001 - ACCESS CONTROL SYSTEMS (CARD ACCESS) for further details. 5. Emergency evacuation devices “Stryker Chairs” shall be provided at stairs at each floor above grade in multistory buildings. 104400 – FIRE EXTINGUISHERS AND CABINETS A. Comply with ADA requirements. Provide extinguishers of the types and sizes where required by NFPA 10 and local AHJ, but not less than one 2A:20B:C unit near each required egress door. 1. Use either semi-recessed or fully-recessed cabinets for all units located in occupied interior rooms. Interior cabinets shall have unlocked hinged door with tempered glass view panel. 2. Provide standard bracket-mounted extinguishers without cabinet at enclosed unoccupied utility rooms, mechanical rooms, storage rooms, and similar service areas. 3. Where required at exterior locations, use aluminum or heavy-duty all- plastic cabinets with clear safety-type break-plastic fronts. Steel cabinets shall not be used at exterior locations. COLLIER COUNTY VERTICAL STANDARDS PAGE 40 Revised March 8, 2018 4. Provide alarm system contacts to indicate when any fire extinguisher cabinets are opened, monitored in the CCFM Operations Center using the existing card access system. See SECTION 291000 – SECURITY AND INTRUSION ALARMS for further details. Local audible alarms shall also be included. 5. All equipment, wiring, controls, etc. shall be compatible with the existing card access system. See SECTION 291001 - ACCESS CONTROL SYSTEMS (CARD ACCESS) for further details. 107100 – STORM PANELS A. Where impact resistant opening protection is required, provide motorized coiling overhead shutters constructed entirely of corrosion resistant materials. Do not use steel or galvanized steel within one mile of coastline or near corrosive material handling areas. B. Removable hurricane panels, accordion shutters, and fabric screens are not allowed. DIVISION 11 – EQUIPMENT 110000 – GENERAL A. Comply with the requirements of Division 1. B. All equipment shall be commercial grade. 112423 – WINDOW WASHING EQUIPMENT A. All buildings over three stories in height shall have hangers anchored on the roof structure to facilitate exterior window washing equipment. DIVISION 12 – FURNISHINGS 120000 – GENERAL A. ADA, NFPA, OSHA, and the requirements of Division 1 apply to work of this section. COLLIER COUNTY VERTICAL STANDARDS PAGE 41 Revised March 8, 2018 120010 – OFFICE FURNITURE A. Contact CCFM for current furnishing contract requirements. 124800 – RECESSED FOOT GRILLES A. Provide recessed foot grilles at all interior building entrances. Provide “Pedigrid” entrance mats by Construction Specialties, Inc.; Muncy, PA or equivalent products by one of the following approved equal manufacturers: 1. Balco, Inc.; Wichita, KS 2. Reese Enterprises, Inc.; Rosemont, MN 3. Arden Architectural Specialties, Inc. 4. Kadee Industries, Inc.; Bedford, OH. 5. Pawling Architectural Products, Inc. B. Provide one single unitized mat in each recessed frame, with heavy-duty carpet strips, Class A or B fire rating, color to be selected by the design team. C. Entrance Mat Frames: Provide manufacturer's standard design, of size and style to mate with insert type and adjacent finish floor or wall construction, for permanent recessed installation in sub-floor; complete with corner pins or reinforcing, and installation anchorages. 1. Provide frames of extruded aluminum. Coat surface of frame which will contact cementitious material with zinc chromate paint or manufacturer's standard protective coating. 2. Provide frame members in single lengths or, where frame dimensions exceed available lengths, provide minimum number of pieces possible, with hairline joints equally spaced, and with pieces spliced together by means of straight connecting pins. D. Rigid-Type Foot Grilles: Provide manufacturer's standard extruded aluminum floor grid of top surfaced tread rails and spacer cross bars, continuous treads with heavy-duty carpet strips. 1. Top Surface: Fusion-bonded level-cut-pile nylon carpet insert; DuPont “Antron III" or equal filament, 1/4" high, 28 oz. per sq. yd. E. Level Bed Applications: Provide manufacturer's standard vinyl cushion support system. COLLIER COUNTY VERTICAL STANDARDS PAGE 42 Revised March 8, 2018 F. “Pedimat” or similar loose-lay matts in recessed frames shall not be considered equal to approved “Pedigrid” recessed foot grilles G. Matts and frames shall utilize rigid connections to prevent movement or noises generated by foot grilles during use. Replace defective installations. 129300 – SITE FURNISHINGS A. General: All products shall be intrinsically durable, vandal-resistant, and constructed on corrosion resistant materials, ie concrete, stainless steel, galvanized steel, or prefinished aluminum. Provide the following: 1. Benches fabricated from concrete and recycled plastic, locate near each public and staff entrance to new occupied buildings. 2. Bicycle rack(s) at new buildings near residential neighborhoods. 3. Picnic table(s) for staff use at new facilities 4. Flagpole(s) as directed at new facilities 5. Refuse containers (2) near public and staff entrances to new occupied buildings. B. Refuse containers shall be constructed of concrete with aggregate finish and vandal resistant spring- loaded top. 1. Manufacturer: Wausa or approved equal 2. Total weight not less than 280 lbs empty. 3. Bottom profile: Square; no round cans allowed 4. Top, trash container: Green color 5. Top, recycle container: Yellow color C. Do not use steel or galvanized steel products at the following locations: 1. Within 5 miles of coastline 2. At swimming pools, water slides, or splash pads. 3. Where subject to reclaimed water from landscape irrigation spray DIVISION 13 – SPECIAL CONSTRUCTION 130000 – GENERAL A. FBC, MBMA, and the requirements of Division 1 apply to work of this section. 133419 – METAL BUILDING SYSTEMS COLLIER COUNTY VERTICAL STANDARDS PAGE 43 Revised March 8, 2018 A. Pre-engineered metal buildings may be used for storage, utility, and maintenance buildings, and where approved by FM staff. B. Delegated Engineering; Prefabricated structures shall be designed and sealed by the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. C. Contractor and Delegated Engineer are responsible for the coordination, design, and installation of anchor bolts. To eliminate change orders related to foundation design, the coordination of foundation sizes shall be accomplished during bidding and all costs for foundation labor and materials included in the bid. D. Provide rigid steel channel or framing at each door and window opening. Do not use door frame to support wall girt framing. E. Provide concrete curb and flashing at bottom of metal siding or walls, raised not less than 8” above concrete floor slab. DIVISION 14 – CONVEYING SYSTEMS 140000 – GENERAL A. FBC, NFPA, OSHA, and the requirements of Division 1 apply to work of this section. 142000 – ELEVATORS A. Comply with ANSI/ASME A17.1 and Addenda, CABO/ANSI A117.1, and all State of Florida codes and regulations for Elevators. B. All elevators specified shall be of generic manufacture with no proprietary items included within the installation. The elevator shall have the capabilities of being serviced by any elevator manufacturer without the assistance of any proprietary diagnostic tools. C. Asset Management System: Include manufacturer model and serial numbers for each unit in warranty section of closeout documents. D. Elevator emergency telephones shall be provided in accordance with Section 294001 – EMERGENCY CALL BOXES. E. Card readers shall be provided in accordance with SECTION 291001 – ACCESS CONTROL SYSTEMS (CARD ACCESS). COLLIER COUNTY VERTICAL STANDARDS PAGE 44 Revised March 8, 2018 F. CCTV camera(s) shall be provided in accordance with SECTION 292300 CCTV VIDEO SURVEILLANCE. G. Travel Cable: All new elevator travel cable shall include a minimum of three (3) CAT-6 cables (or equivalent) rated for use in elevators. The three cables shall be reserved for use with the emergency telephone, card reader, and CCTV camera discussed below. If there are technical limitations preventing the use of CAT-6 cabling, coaxial cabling with IP converters shall be provided. See the CCFM Standard Equipment List for further information. H. All 3-phase equipment shall have phase-loss protection. I. Elevator Monitoring System shall be provided for remote monitoring of elevator status from CCFM Operations Center. 1. Elevator monitoring device shall be compatible with Integrated Display Systems (IDS) LiftNet Elevator monitoring software with no additional software required for communication between controller and LiftNet software. 2. Programming of the elevator monitoring device and Facilities Management LiftNet server (BCCLIFTNET01) shall be provided. Programming and monitoring includes: 2.1. Identifying Elevator Name(s) and Type (Passenger/Service) 2.2. All Available Floors 2.3. Elevator Cab Real-time Status 2.4. Elevator Fault Reporting 2.5. Automated Paging (E-mail) for Elevator Faults 2.6. Routine maintenance schedule J. Connect Elevators to UPS and/or standby generator and program to automatically return to first floor upon loss of normal power. System shall include all safety features required by AHJ, FAC, FBC, and NFPA. K Limited Use Limited Access Elevators (LULA) may be used only for retrofit applications subject to case by case review by CCFM. 144000 – WHEELCHAIR LIFTS A. Wheel Chair Lift may not be used except with prior written approval from CCFM and the Building Official. COLLIER COUNTY VERTICAL STANDARDS PAGE 45 Revised March 8, 2018 DIVISION 21 – FIRE SUPPRESSION 211100 – FIRE SUPPRESSION SPRINKLER SYSTEM A. Provide a complete automatic fire sprinkler system where required by Code or Ordinance. Refer to Division 1 for General Requirements, Codes, and Standards. B. Comply with NFPA 13 and Collier County Ordinances related to Fire Prevention and Protection Code for the design and installation of all Fire Suppression System work. The system shall be designed by a Professional Engineer licensed in the State of Florida. When the Contractors PE is responsible for the system design, the Engineer of Record for the building shall review and approve the installers shop drawings prior to permit application. C. Sprinkler heads shall be recessed or semi-recessed in all occupied rooms, centered in acoustic ceiling tiles. 1. Maintain centerline alignment with adjacent fixtures in a neat, orderly, and workmanlike appearance. D. Maintain accurate as-built plans of the work. E. Do not install wet fire sprinkler lines above electrical panels, data or communication equipment. F Provide clean-agent FM 200 fire protection system in Data Centers. G. Pumps: 3-phase equipment, if any, shall have phase-loss protection. DIVISION 22 – PLUMBING 220000 – GENERAL DESIGN REQUIREMENTS A. Provide plumbing fixtures and restroom facilities as required by the Code, plus additional requirements as follows: 1. Exterior Requirements; Buildings over 1,000 sf enclosed area shall have at least one (1) hose bib each exterior wall, spaced at not more than 100'-0" o.c. Hose bibs shall have removable metal T-handles, not plastic handles. All hose bibs shall have a vacuum breaker and shall be firmly secured to the building with tapcon fasteners. Provide recessed unit where installed in public areas subject to vandalism and in exterior walls directly abutting COLLIER COUNTY VERTICAL STANDARDS PAGE 46 Revised March 8, 2018 exterior walkways. Isolate copper materials from cementitious materials to prevent deterioration. 2. HVAC Equipment Rooms; Provide at least one (1) hose bib and one (1) floor drain in each HVAC Equipment Room. Provide trap primer at FD unless FD is used as condensate drain. 3. All Mechanical Rooms shall be fitted with sufficient floor drains to allow for drainage of any leaks, condensation, or spillage. 4. Janitorial Closets; Each floor of each building shall have one (1) janitorial closet for every 10,000 sq. ft. and located near restrooms. The Janitors Closet will contain a floor mop sink with hot and cold water, shelves, floor drain, a hose bib, at least one (1) electrical outlet, and sufficient lighting to illuminate room. 5. Restroom Floor Drains; All restrooms, public and private, are to be fitted with floor drains, number and location of which will be determined by size and layout of restroom. 6. Provide Symmons tempered hot water valves at restroom lavatories and sinks in public areas 7. Provide flush valve fixtures where adequate water pressure is available. Use pressure-assist tank type water closets only where low water pressure occurs. 8.. Lavatory faucets in restrooms shall be hands-free automatic faucets. 9. Flush valves shall be hands-free automatic units. Provide low volume, water flush urinals, with “low flow” valves. 10. New Construction: Automatic faucets and automatic flush valves shall be hard wired. Retrofit and renovations may use battery operated units. Conceal all wiring inside walls or removable covers. Provide access panel for all units located inside walls. 11. Provide at least one (1) hose bib at each deck level in parking garages, not more than 100’–0” oc. 12. Pumps: All 3-phase equipment shall have phase-loss protection. 13. All sanitary lines shall have sufficient cleanouts installed to expedite maintenance. Back to back cross-tee assemblies shall have cleanouts above or below cross-tee. COLLIER COUNTY VERTICAL STANDARDS PAGE 47 Revised March 8, 2018 14. Electric Water Coolers: ADA compliant, dual height, vandal resistant, with bottle filler. 15. Drinking Fountains: ADA compliant, dual height, vandal resistant. Provide aggregate, weatherstone, or acid etch concrete finish at exterior locations. 16. Maintenance and Shop Areas: Provide the following fixtures: 1. Utility sink 2. Emergency Shower and Eye-Wash 3. Hose bibs not more than 30 ft oc. 4. Floor drains 5. Mop sink, if requested 221000 – WATER DISTRIBUTION PIPING A. All pipes shall have appropriate shutoff valves located near fixtures to allow for shutoff without shutting down entire systems. Locate valve at fixture, at access panel, or above readily accessible ceiling tile. B. All pipes and fixtures shall have immediate and sufficient access through walls and obstructions to facilitate maintenance and repair. C. Insulate all hot water lines. Exposed insulation shall be white color; concealed insulation shall be black or white color. D. Exposed pipes and valves in public restrooms shall be chrome plated. Insulate all exposed pipes and fittings, etc. under lavatories and sinks. E. Wrap and protect all buried lines to inhibit corrosion where in contact with concrete. F. All main valves shall be brass full-ported ball valves. G. All valves shall be numbered and tagged. Provide typewritten chart indicating each valve number and location, laminated in clear plastic cover and posted in Equipment Room. H. Provide re-circulating pump and return lines for hot water lines over 75’ developed length. COLLIER COUNTY VERTICAL STANDARDS PAGE 48 Revised March 8, 2018 I. Do not install water lines above electrical panels, data or communication equipment. 224000 – PLUMBING FIXTURES A. Acceptable Product Manufacturers: 1. Lavatories, Service Sinks, Water Closets, Urinals, Bath Tubs: a. American Standard. b. Crane Co. c. Eljer Plumbingware Div. d. Kohler Co. 2. Stainless Steel Sinks: a. American Standard. b. Elkay Mfg. Co. c. Dayton. 3. Faucets: a. Sloan. b. Symmons c. T & S Brass 4. Urinal Flushometer Valves: a. New Construction, with A/C: Moen 8316AC b. New Construction, with NO A/C: Moen 8312M0125 c. Retro-fit Construction, with A/C: Moen 8316 d. Retro-fit Construction, with NO A/C: Moen 8312M0125 e. Approved equal product Sloan “Royal” series 5. Toilet Flushometer Valves: a. New Construction, with A/C: Moen 8310ACDF16 b. New Construction, with NO A/C Moen 8313M16 c. Retro-fit Construction, with A/C Moen 8310DF16 d. Retro-fit Construction, with NO A/c: Moen 8313M16 e. Approved equal product Sloan “Royal” series 6. Water Closet Seats: open front; COLLIER COUNTY VERTICAL STANDARDS PAGE 49 Revised March 8, 2018 a. Bemis Mfg. Co. b. Beneke Corp. c. Forbes-Wright Industries, Inc.; Church Products. d. Olsonite Corp.; Olsonite Seats. 7. Urinals: a. Approved Manufacturers: Kohler and Sloan b. Full size urinal; Kohler, Bardon K-4991-ET-0. HEU washout, wall hung 0.125 – 1.0 GPF c. Small urinal; Kohler, Dexter K-5452-ET-0. Washout wall mount, .0125 GPF 8. Fixture Supports: a. Josam Mfg. Co. b. Kohler Co. c. Tyler Pipe. d. Zurn Industries, Inc.; Hydomechanics Div. 9. Electric Water Coolers (EWC): a. Elkay Manufacturing Co. b. Halsey Taylor 10. Drinking Fountains (DF) a. Elkay Manufacturing Co. b. Haws c. Wausa Made B. All interior plumbing fixtures shall be white color or stainless steel. C. Faucets and trim shall be chrome-plated brass 224010 – WATER HEATERS A. Provide commercial grade water heaters using only industry standard components and sizes, limited to 110, 208, and 240-volt units manufactured by State, Lochinvar or approved equal. Units requiring 480-volt service or special heating elements may not be used without prior written approval by CCFM. Temperatures are to be pre-set to 120°F. COLLIER COUNTY VERTICAL STANDARDS PAGE 50 Revised March 8, 2018 B. Point of Use Heaters limited to single-fixture use, requires prior approval by Facilities. DIVISION 23 – HVAC 230000 – GENERAL A. Requirements of Division 1, Standard Plumbing and Mechanical Codes, NEC, NFPA, AMSE, State Board of Health Sanitary Code, OSHA, ASHRAE, AMCA, SMACNA, UL, Florida Energy Code, and Collier County Government Vertical Construction Standards apply to work of this section. B. All materials and equipment provided shall be assembled, erected, and installed in such a manner as to insure proper operation of the system of which they are a part, including air-handlers, direct-expansion units, temperature controls, chillers, cooling towers, condenser pumps, brine pumps, the chilled water primary and secondary pumping systems, the BAS control system, and the electrical services. Equipment, devices, and accessories, not covered by Codes and/ or Standards governing their installation shall be installed in strict accordance with the manufacturers' printed instructions. C. All design concepts and drawings, shop drawings submittals, equipment listings, sequence of operations, controls, etc. will be reviewed by Facility Management for their approval. D. After the installation is complete, CCFM shall review the contractor's commissioning plan and independent third-party testing and balancing results. After tests and commissioning work is approved the equipment shall be officially accepted by Collier County, warranty and guarantee periods shall begin, and the equipment shall be turned over to Collier County in operating condition. 230010 – MECHANICAL SYSTEM DESIGN REQUIREMENTS A. The HVAC system shall be designed in accordance with the above referenced codes and standards and the requirements and specifications of the building. B. The system shall be designed to operate at and maintain interior humidity levels at 45% to 50% relative humidity. C. The system shall be designed to provide heating sufficient to maintain room/space temperatures of 72°F when the outside air temperature is 35°F. COLLIER COUNTY VERTICAL STANDARDS PAGE 51 Revised March 8, 2018 D. Indoor Air Quality; All buildings shall be designed in accordance with the latest issue of ASHRAE Standard 62, Ventilation for Acceptable Air Quality for building outdoor air. Where the requirements of the Vertical Standards are more stringent than the referenced ASHRAE standards, the Vertical Standards shall be used. E. The system shall be capable of scaling back CFM and outside air when maximum quantities are not required for maintaining acceptable Indoor Air Quality Standards, ie. Demand Controlled Ventilation. F. Air conditioning system must provide a positive pressure throughout the building. G. Coordinate with the work of other trades to insure access panels are provided at all required locations and that the access panels are unobstructed by other equipment. VAV boxes and their access panels shall NOT be located above furniture work cubicles. The preferred location for access to these units is above corridors and hallways. H. All outside air intakes shall have Hurricane Wind/Water shedding louvers. Locate intake louvers in protected locations or in horizontal exterior soffits or ceilings wherever possible. Where an intake location on a wall cannot be avoided, provide a weather cap to cover the top, front, and sides of the louver. Slope intake ducts towards louvers to allow wind-driven rain to drain to the exterior of the building. Provide aluminum sill flashing and sealant to prevent water intrusion at head, jambs, and sills of louvers. I. CCIT Data Centers, IDF equipment rooms, and general services electrical equipment rooms shall be air conditioned to maintain 70d F, with not less than 125% excess capacity to cool equipment. J. CCIT Data Centers and IDF equipment rooms shall include an independent redundant HVAC system. K. All general building services rooms including mechanical rooms shall be air- conditioned. L. Exhaust fans in vehicle areas shall be controlled with manual switch and CO detector. a. CO detector overrides manual switch. M. All 3-phase equipment shall have phase-loss protection. N. Do not use micro channel coils. COLLIER COUNTY VERTICAL STANDARDS PAGE 52 Revised March 8, 2018 O. The overall system shall be designed to operate at maximum electrical energy efficiency while maintaining Indoor Air Quality Standards and Collier County Air Quality Standards under all load conditions. P. All HVAC air handlers, exhaust fans, supply fans, and cooling equipment shall be equipped with magnetic starters or VFDs to enable connection and control by the Building Automation System. Q. Corrosion Protection: Factory coat coils at the following equipment: 1. All air-cooled chillers 2. All condensing units over 10 tons 3. All CU equipment within 1 mile of coastline. 230020 – AS-BUILT RECORD DOCUMENTS A. Contractor shall provide accurate and updated as-built drawings detailing all mechanical installations accurately as they are installed. See SECTION 017839 – PROJECT RECORD DOCUMENTS for further details. B. Asset Management Data. Provide manufacturers name, model number, serial numbers, warranty start date, and warranty end date for the following equipment: AHU-R Air Handling Unit- Refrigerant AHU-W Air Handling Unit- Water BOILER Boiler (Water Heater) CHIL-AC Air Cooled Chiller CHIL-WIC Water Cooled Chiller CHWP -2ND Chilled Water Pump Secondary CHWP-PRI Chilled Water Pump-Primary CRAC Computer Room A/C CT Cooling Tower CU Condenser Unit CWP Chilled Water Pump DDC Digital Controls DH Dehumidifier EXFAN Exhaust Fan FC-R Fan Coil Refrigerant FC-W Fan Coil Water HEX Heat Exchanger HP Heat Pump ICEMACH Ice Machine ICE-TANK Ice Tank CUP Condenser Water Pump COLLIER COUNTY VERTICAL STANDARDS PAGE 53 Revised March 8, 2018 MAU FAN Make Up Air Fan MINISS Mini Split System MWP Mwp – Water Pump OAU Outside Air Conditioning PACKG Package A/C Unit SF Supply Fan WU Window Unit WMU Wall Mount Unit MRU Moisture Removal Unit SMK-EF Smoke Exhaust Fan C. CCFM Project Manager will verify accuracy of record documents. 230021 – FINAL CLEANING AND ACCEPTANCE A. Special care should be taken during construction as to not let any foreign particles into the occupied area air stream. 1. The Contractor shall clean all AHU coils and replace all filters prior to final acceptance. 2. The Contractor shall maintain filter media on all open ducts during the entire construction period until the system is in normal operation. B. The Owner, Engineer, and Contractor shall meet on-site and review the As-built Plans, Test and Balance Report, the Manufacturers Operation manuals, and the Maintenance manuals and instructions prior to acceptance. 230548 – VIBRATION AND NOISE CONTROL A. All units shall be equipped with proper vibration control springs and/or pads specified by manufacturer to minimize vibration and noise. B. Mechanical rooms adjacent to offices must be quiet operating and sound levels shall be abated and subdued with insulation and silencers so that the pressure levels within three feet from any surface on the chiller and within the mechanical room do not exceed 90DB. C. Coordinate with the work of other trades as required to insure adequate sound attenuation of all equipment. Provide full height partitions and sound batt insulation at all mechanical room walls. Seal all wall penetrations, and provide continuous seal at top, bottom, ends and all edges of mechanical room walls. COLLIER COUNTY VERTICAL STANDARDS PAGE 54 Revised March 8, 2018 230553 – MECHANICAL IDENTIFICATION A. All supply and return grilles shall be marked with vinyl letters to identify the grille and corresponding air handling units and as directed by CCFM Staff. All grilles will be assigned a number by the Senior HVAC technician and included on the master ventilation plan. These numbers will coincide with BAS identification numbers for ease of identification for remote use. B. All condensers, air handler units, fans, and other major components of the mechanical system shall be identified with the same designation used on the drawings and supplemental numbers as designated by CCFM. Use either neatly stenciled signs painted directly on equipment, or plastic signs with 1" high engraved letters permanently fastened to the units. 230593 – TESTING, ADJUSTING, AND BALANCING A. All air handlers shall be properly balanced at designed static pressure of the unit manufacturer prior to occupancy. Each air handler shall be balanced at: 1 Maximum Cooling Conditions, 2 Minimum Cooling (satisfied) Conditions, and 3 Maximum Heating Conditions. Each zone should be properly balanced to design specifications. Each diffuser should have proper amount of CFM making up the total for each individual VAV box. The total CFM of all VAV boxes should equal the CFM output of their air handler to be properly balanced. This must be achieved for acceptance of the air testing and balancing report. 1. Provide written qualifications of all personnel used to perform any testing, adjusting, or balancing on site. Provide written certification to the County that work was done on site. 2. Install clean filters at AHU and at all R/A grilles prior to testing and balancing. 3. All ceilings shall be installed and all doors and windows shall be closed during test and balance work. B. Test and balance services shall be included in the contract for construction. 230713 – DUCT INSTALLATION A. All ducts shall be externally insulated. There shall be no fiberglass material in the air stream. COLLIER COUNTY VERTICAL STANDARDS PAGE 55 Revised March 8, 2018 232300 – REFRIGERANT PIPING A. All piping shall be type "K" or type “L” copper piping. All elbow piping shall be of long radius to increase flow and prevent restrictions. Provide 45d elbows in lieu of 90d elbows wherever possible. All taps, tees, joints, oil-traps, and other connections shall be made only with appropriate fittings designed and selected for the use of the piping system. All connections shall have brazed joints. 233113 – METAL DUCTWORK A. All supply and return ductwork shall be externally insulated galvanized sheet metal with no fiberglass insulation in the air-stream. All exhaust fan ducts and outdoor air ducts shall be aluminum with external insulation. B. Ductwork Accessories; All materials needed such as anchors, hangers, screws, canvas connectors, "S" and "Drive” cleats, duct sealant shall be properly installed as to insure proper safe operation of system. 233116 – FIBROUS-GLASS DUCTWORK A. Fiberglass duct systems are not allowed in new building or renovations. 233233 – PLENUM RETURN SYSTEMS A. Plenum return systems are not allowed in new buildings. 233346 – FLEXIBLE DUCTS A. Maximum length 6’-0” unless approved otherwise by CCFM. 234000 – AIR FILTERS A. Locate filters at all return air openings, fresh air intakes, and AHU as applicable. Provide pleated filters, min 2" thick, 40% MERV 8 efficient per ASHRAE 52. B. Provide temporary filters at each return air grille during construction. Do not allow operation of HVAC system during construction operations involving cutting, sanding, VOC materials, demolition or other operations that may contaminate ductwork and coils. COLLIER COUNTY VERTICAL STANDARDS PAGE 56 Revised March 8, 2018 236400 – CHILLER EQUIPMENT AND PIPING A. Standby Power: Chiller equipment and related equipment including pumps, cooling towers, and controls used to provide HVAC to essential services facilities shall be connected to an ATS and standby generator sized to provide 100% required HVAC loads. B. Chiller shall be an electric motor driven centrifugal or rotary screw liquid type, equipped with flooded evaporator, water cooled condenser, oil supply system for both lubrication and hydraulic capacity control, electrical disconnect, motor starter, and microcomputer control panel, and all related inter-connecting piping and electrical connections. Chiller shall be a factory assembled and packaged unit complete with full operating charge of oil and refrigerant. Refrigerant shall be R22, HCFC 123, or HFC 134A. 1. Chiller shall be manufactured by the Trane Company. 2. Factory coat coils in all air-cooled chillers. 3. Do not use microchannel coils. B. Variable Frequency Drives for pumps and fans shall be manufactured by ABB. No substitutions C. Chiller Room Safety Equipment; The contractors' chiller manufacturer shall furnish all necessary safety equipment as required to bring the existing or new chiller mechanical room up to the current ANSI/ASHRAE Standard No. 15-1992 requirements and in accordance with the furnished per Standard No. 32-1994. The requirement includes signage identifying the type, quantity, pressure, and installer of the refrigerant, oxygen deprivation and refrigerant sensors, monitoring panels, occupancy sensors for automatic activation of the ventilation systems, plus one normal use and one backup use approved self-contained breathing apparatuses with storage cabinets. Proper mechanical room ventilation should be sized for heat dissipation. D. Alarms; All chiller rooms shall be equipped with a carbon monoxide sensor and alarm. E. Pipes and Pipe- Fittings for Chilled Water Systems; Pipe shall be Schedule 40 black carbon steel type BCS-150 meeting requirements of ASTM A120 and A53 for chilled water, cooling tower water, brine water, and vent system usages. All piping shall utilize screw fittings for sizes 2" and smaller and butt welded joints and flange fittings for sizes 2 1/2" and larger as required to join associated valves and equipment flanges. COLLIER COUNTY VERTICAL STANDARDS PAGE 57 Revised March 8, 2018 1. No PVC piping on any chilled water, cooling tower water, brine water and vent system usages. F. Valves for Chilled Water Systems; Valves for isolation and shut-off services shall be gate type with dual supported rising stems for 125PSI working pressure service with bronze valve bodies and screw fittings for pipe sizes up to and thru 2-inches and with iron bodies and either flange or grooved fittings for all larger pipe sizes. 1. Balancing valves for fixing water flow rates shall be ball and/or globe type with calibrated orifices, indicating operating handles and flow rate gauge fittings as required for setting flow rates. 2. Variable water flow system control valves shall be globe and/or butterfly single- and two-way types with manual and motorized operators as required to operate within the BAS system. All valves shall be capable of providing smooth proportioning flow control. Spring returns shall be provided on all two positions and/or reversible modulating valves where required for fail-safe operation. G. Piping Specialties for Chilled Water Systems; All required piping accessories shall be provided and shall include, but not be limited to, air vents, pressure relief valves, dielectric connectors, gauge piping, strainers, flexible connectors, temperature sensors and wells, pressure gauges and ports, gaskets, and wall and floor sleeves, expansion joints, pipe supports, and anchors and all other devices necessary for a complete and operable installation. H. Thermal Pipe Insulation for use indoors on all chilled water piping and surfaces shall be minimum 1 1/2-inch thick fibrous glass insulation with vapor barrier. Use 2" foam glass insulation between chiller and ice tanks. I. All chilled water piping shall be color coded with label and arrows identifying direction and contents of flow. Provide aluminum jacket over all insulated piping where exposed to view and/or exterior to building above grade. J. Each building shall have both supply and return chilled water line shutoffs at the entrance to the building and at each floor of the building. 236500 – COOLING TOWERS A. Cooling tower shall be an induced draft, cross flow, factory assembled. It shall consist of heavy gauge steel frame work cells housing bottom cold water basins, central water spillways, and top hot water basins, fans and speed reducing decks, fan cylinders, electric drive motors, etc. The tower shall include all accessories as COLLIER COUNTY VERTICAL STANDARDS PAGE 58 Revised March 8, 2018 required for safe and reliable operation. Structural framing, casing covers, basin, sump, and all fasteners shall be stainless steel. 1.Cooling Tower shall be manufactured by the Marley Company, Baltimore Aircoil, or a County approved equal. 2.Cooling Tower shall be CTI certified. B.Pumps shall be centrifugal types of two mounting arrangements, in-line pipe mounted for secondary chilled water loop pumps and base mounted for all other applications. 1.Pumps shall be manufactured by Bell & Gossett, Armstrong, Aurora, EVAPCO, Peerless, or an approved equal. 2.Limit pump motors to nominal 1800 RPM wherever possible 3.All pumps shall be Horizontal models unless specifically approved by CCFM. C.The base mounted pumps shall be installed on housekeeping pads which are installed in such a manner to insure accessibility to remove pump motors. The pumps should be located near accessible doors allowing a portable hoist into and accessing the pumps without any obstructions. 1.Locate motor out of airstream. 237300 – SPLIT – SYSTEM HVAC UNITS A.Split-system HVAC units shall be matched units provided by the same manufacturer. Approved manufacturers are Trane and Carrier. B.Air Cooled Condensers 1.All air cooled condensers shall be concealed from view from the front or sides of the building. Condensers shall be located in a dry, dust-free environment separated from landscaping and maintained lawns and not confined in an enclosed area. Provide “Bronzeglow” factory applied protective finish (or approved equal) where units are located within one mile of the coast. Do not locate exterior units directly under the edge of a roof overhang or roof valley. 2.Provide sufficient clear area around the unit to for maintenance and free air circulation without recirculation. Confirm the manufacturer’s minimum recommended clearances between units and walls prior to design. In no cases shall units be placed closer than two (2) feet from an COLLIER COUNTY VERTICAL STANDARDS PAGE 59 Revised March 8, 2018 adjacent wall nor closer than three (3) feet between units. Provide additional clear areas for servicing as recommended by the manufacturer, but not less than (5) feet on service side, plus a minimum five (5) foot by five (5) foot clear work area. The work area must be a hard surface such as on a concrete pad or pavement. Coil grill guards shall be installed on all air cooled condensing units 5 ton and larger. C.Air Handling Units 1.All air handling units shall have not less than two (2) feet of clearance around the entire unit, plus not less than five (5) feet clear on the service side(s) of the equipment. Provide at least one five (5) foot by five (5) foot clear floor area in the equipment room for servicing and maintenance of the equipment. The clearances specified herein are minimum sizes and may need to be increased as necessary to accommodate the equipment used. The size and maintenance requirements of the unit shall be used to determine the required room size. 2.Air handlers shall not be located in unconditioned rooms or attic spaces. Locate AHU equipment in dedicated mechanical rooms whenever possible. Avoid locating AHU equipment above ceilings. Provide unobstructed access to AHU equipment and filters. Do not locate AHU equipment more than 10 ft above finished floor, or directly above workstations, communication or data equipment, casework, or other fixed equipment. 3.Provide double-wall Air Handler Units with sloped drain pans. Provide a light fixture and convenience outlet near each unit for maintenance. 237400 – ROOFTOP UNITS A.Avoid rooftop units whenever possible. When located on roof, units shall not be visible from the ground. Approved manufacturers are Trane and Carrier, and Weatherking. Provide “Bronzeglow” or equivalent, factory applied protective finish where units are located within one mile of the coast. B.Comply with SMACNA and NRCA standards for flashing at all roof penetrations. Coordinate work with other trades. Provide prefabricated roof curbs under all roof mounted equipment. Pitch pans are not allowed. Provide walk boards at rooftop locations. 238400 – DEHUMIDIFICATION EQUIPMENT COLLIER COUNTY VERTICAL STANDARDS PAGE 60 Revised March 8, 2018 A.Dehumidification equipment shall be sized to maintain 50% (or lower) relative humidity level. Manufacturer shall be Greenheck or CCFM approved equal. B.Coordinate design requirements with other trades as required to meet this specification. Vestibules are required at all high-traffic entrances to public buildings. DIVISION 25 – INTEGRATED AUTOMATION 255000 – BUILDING AUTOMATION CONTROLS A.Collier County is in the process of eliminating unsupported proprietary controls and installing non-proprietary BACnet controls conforming to ASHRAE Standard 135. 1.At this time, proposed building automation controls for all new buildings and renovations will be considered on a case-by case-basis. B.Building Automation Systems (BAS) 1.All buildings will be evaluated for application of Building Automation Systems and intent will be included in the scope of design services. In general, all enclosed occupied buildings over 4,000 square feet will include a Building Automation System. At projects where lift station(s), emergency generators, computer room A/C and large UPS systems are installed and where a building automation system is provided, the critical alarms for each piece of equipment shall be monitored remotely via BAS system. 2.Temperature sensors and controls may be located in each private office, zone and/or open area as specified by engineer. 3.Zone and room temperatures to be controlled only by CCFM BAS, not by room occupant. NON - adjustable sensors are to be used in all areas except when specifically exempted in writing by CCFM staff. 4.Unless otherwise specified by CCFM, all temperature setpoints will be configured for 76 degrees Fahrenheit. Warnings shall be configured for temperatures greater than two (2) degrees above or below setpoint. Critical alarms (with e-mail and pop-up functionality) shall be configured for temperatures greater than four (4) degrees above or below setpoint. COLLIER COUNTY VERTICAL STANDARDS PAGE 61 Revised March 8, 2018 5.Unless otherwise specified by CCFM, all conditioned spaces shall have relative humidity setpoints of 50%. Warnings shall be configured for relative humidity greater than 65%. Critical alarms with e-mail and pop-up functionality shall be configured for relative humidity greater than 70%. 6.Temperature, CO2 and humidity sensors shall be located in space which is being controlled. The sensors shall be mounted on a wall 5 feet above the floor. An additional humidity sensor shall be located in the R/A ducts, and all RH sensors shall be connected to the BAS system. All humidity sensors installed in County facilities need to be installed in the space that it is monitoring. The sensor needs to be installed per manufacturer’s requirements. This is usually at the 4-1/2 to 5 foot level. It must be clear of all furniture and other obstructions so as to properly read the space RH%. The sensor must be installed on an inside wall of the space being monitored to avoid adverse readings from possible outside wall drafts. Sensors installed in return ducts can be easily forgotten about and be difficult to repair. Again, you may not get accurate readings from return air locations due to dust collecting as an insulator and location of the return near an outside doorway. Any deviation from the standard of room sensors needs to be explained and approved by the Director of CCFM. 7.Individual DDC controller for each major piece of mechanical equipment to insure operation in case of failure to our "BAS" system. 8.All computer, electrical, and IDF rooms will have temperature sensors With alarmed ranges monitored and page-able. 9.CCFM Building Automation Supervisor shall provide a list of naming conventions (e.g. abbreviated building names) to be used when programming equipment. The provided naming conventions shall be followed for all related configurations performed by the Contractor. 1.CCFM Building Automation Supervisor may designate staff for delegated tasks indicated throughout these standards. 10.All alarm points shall include detailed descriptions of the type of alarm and location with naming conventions provided by CCFM Building Automation Supervisor. 11.System shall include lighting, heating, and cooling schedules provided by the CCFM. These schedules shall be accessible via “All Items” navigation, building navigation, and graphics navigation. 12.BAS graphics shall be provided upon completion of project. The Design COLLIER COUNTY VERTICAL STANDARDS PAGE 62 Revised March 8, 2018 Professional/Contractor shall coordinate with the CCFM Building Automation Supervisor (or designee) to obtain maps/floorplans that meet the CCFM’s graphics standards. Graphics shall include (when applicable): 9.1 Floor Plan(s) with HVAC and lighting status overlay 9.2 AHU Summary 9.3 Chiller/Chilled Water Information 9.4 Exhaust Fan Status 9.5 Fire System Information B. BAS Network Design 1. System shall be designed to a fault tolerant distributed system with intelligence at each major piece of mechanical equipment. 2. Communication to all DDC controllers shall be by Network Automated Engine; (NAE) / Network Integrator Engine (NIE) in the building. 3. The NAE/NIE (Network Automation Engine/Network Integrate Engine) shall be connected to Collier County Information Technology Division (CCIT) network switch (for fiber-connected sites) or CCIT ASA/modem for remote sites. Sites without network connectivity will operate in stand- alone mode. All equipment connected to the CCIT network shall follow the CCIT standards enumerated in SECTION 272000 – INFORMATION TECHNOLOGY (IT). System shall allow automatic e-mail notification of critical alarms as defined by CCFM prior to software generation. DIVISION 26 – ELECTRICAL 260000 – GENERAL A. Standards; Requirements of Division 1, the ANSI, ASTM, IES, National Electric Code, NFPA, NEMA, and UL apply to work of this section. B. All automated lighting control systems shall be monitored and controlled through the building automation system, unless otherwise approved by CCFM. See Section 255000 – BUILDING AUTOMATION CONTROLS for further details. C. Buildings designated for essential emergency services shall include a diesel standby generator capable of powering the entire facility including HVAC. Run time shall be not less than 30 hrs at half load or 60 hrs at full load. Generator shall be protected by an impact rated enclosure capable of withstanding 200 mph wind speed. ATS shall be protected inside the building. COLLIER COUNTY VERTICAL STANDARDS PAGE 63 Revised March 8, 2018 D. Design program for major buildings shall include an evaluation of a standby generator and related costs. Provide a pin and sleeve connection for temporary portable generator where a permanent generator is not provided at the following locations: Community Centers, Libraries, Maintenance Buildings over 5,000 sf., Warehouses, General Aviation Terminals, and similar facilities. E. Light fixtures shall be selected on the basis of maintenance and longevity, and generic replacement lamps must be locally available. For standardization purposes and to avoid replacing fixtures when special lamps are unavailable, fixtures must accept standard GE or equivalent replacement lamps F. All light fixtures shall utilize energy efficient LED technology to the extent possible. Except with specific approval on a case-by-case basis, do not use incandescent or fluorescent lamps in new construction. G. All private offices, bathrooms, break rooms, and other areas with intermittent occupancy during the normal work day, shall be equipped with occupancy/motion sensor light switches. H. All HVAC air handlers, exhaust fans, supply fans, and cooling equipment shall be equipped with magnetic starters or VFDs to enable connection and control by the CCFM Building Automation System as described in Section 255000 – BUILDING AUTOMATION CONTROLS. I. To the extent possible, use non-proprietary systems to allow service by CCFM. J. All 3-phase equipment shall have phase-loss protection. K. Underground copper communications wiring (e.g. RS-485) must be direct-burial cable (DBC) and suitable for wet/humid locations. Plenum cables are not permitted for use underground. L. Electrical panels and switchgear shall be located inside electrical rooms or locked fenced service areas unless approved otherwise by CCFM. Front panels in any area open to the public or staff shall be locked. 260010 – AS-BUILT RECORD DOCUMENTS A. The Contractor shall provide accurate and updated as-built drawings detailing all electrical installations, to include circuits, fixtures, devices, and equipment illustrated as they are actually installed. COLLIER COUNTY VERTICAL STANDARDS PAGE 64 Revised March 8, 2018 1. Include locations of buried conduits and rough-in locations for future work. B. Asset Management System: Include manufacturers model and serial numbers for each Standby Generator in the warranty section of closeout documents. 260020 – RENOVATION AND RETROFIT WORK A. For all renovation, retrofit, and building additions projects, the Design Professional and/or Contractor must consult with County maintenance personnel for tie-in to existing equipment. 260030 – SPECIAL EQUIPMENT ROOM REQUIREMENTS A. All mechanical rooms and exterior equipment areas shall be fitted with at least two (2) one (1) 20 amp duplex electrical outlets, 115 volt single phase. B. All mechanical rooms shall be fitted with sufficient lighting to properly illuminate all areas of the room taking into account light obstruction due to equipment, provide approximately 100 Foot Candles of illumination. C. Where required by CCIT for communications and data equipment, provide 2 separate electrical rooms; one for building power and one for low voltage systems. The intent is to physically separate functions while maintaining close proximity to each other. D. If building is equipped with card access hardware, provide card reader at each equipment room. 260040 – IDENTIFICATION A. Provide neatly typed panel schedules identifying all circuits in all new and renovated work. B. All panels and switchgear shall be identified with engraved plastic signs indicating same designation shown on the as-built plans. C. Provide panel and circuit identification at each outlet, control devices, and connection in new construction and major remodeling projects. COLLIER COUNTY VERTICAL STANDARDS PAGE 65 Revised March 8, 2018 260500 – CONDUCTORS AND CABLES A. Only T.H.H.N. or equivalent, insulated copper wire shall be used in all electrical wiring B. Engineer shall design wiring with respect to the harmonic loads of the building. C. Neutrals: Install separate neutrals with circuits. D. Raceways and Raceway Fittings shall be thin wall EMT type steel conduits for indoor use, and PVC for exposed outdoor use. All raceways shall be complete with fittings specifically designed for use with the associated raceways. Flexible metallic and PVC are acceptable. E. Junction, Outlet, and Pull Boxes Shall be constructed of code gauge sheet steel, galvanized or sheradized or otherwise rust proofed, and sized in accordance with the NEC per number of devices and wires within the boxes or the number and sizes of conduits entering the boxes. Outlet boxes shall have suitable cover plates or devices mounting plates as required for its associated device and/or accessory. Junction and pull boxes shall have blank steel covers bolted to the boxes. F. Sleeves for pipe and conduit penetrations through concrete or masonry walls shall be minimum No. 22 gauge galvanized steel. G. Underground wiring, low and high voltage, for card access, camera, and code blue phones. All wiring underground shall be rated for wet locations, regardless of whether they are in conduit, or they are direct burial. They shall have surge protection at both ends. When leaving and, or, entering a building; when terminating at any device installed outside; including: cabinets, camera poles, code blue poles, cameras, readers, card access units, gate controllers, etc. 260526 – GROUNDING A. Pull ground wire with all circuits. B. Grounds shall be cad welded to steel frame structures. C. Ground rods shall be a minimum of eight (8) feet long D. Step down transformers for lighting and receptacle loads shall have grounded electrodes to each transformer. E. Cable trays shall be bonded to building ground. COLLIER COUNTY VERTICAL STANDARDS PAGE 66 Revised March 8, 2018 260536 – CABLE TRAYS A. Provide cable trays or hooks above corridor ceilings where required by Owners building design program. B. Communication Cabling: . The insulation or outer jacket of all wiring shall be color coded by function according to the National Electric Code Standard. CAT-6 Patch Cords Connection Type Color Ethernet Yellow Critical Care (e.g. Security) Red Cross-Over White UPS Green Server Blue Division Owned Hardware Black PoE Connections (Wireless) Orange Voice Connectivity Gray Fiber Patch Cords Connection Type Color MM Fiber (62.5 micron) Orange MM Fiber (62.5 micron) White MM Fiber (50 micron) Aqua SM Fiber Yellow 260620.16 – DISCONNECT SWITCHES AND CIRCUIT BREAKERS A. All circuit breakers shall be either Square D or ITE bolt-on breakers. B. Wafer style breakers shall not be used in new construction. 260620.26 – DEVICES A. All receptacles shall be twenty (20) amp combination devices.   1 Do not allow device boxes to be mounted back to back or in shared stud space with boxes in adjacent rooms. B. Except as noted below, the color of all switches, cover plates, fixtures, devices, exit lights, emergency lights, etc. shall be either White or as scheduled by Design Professional. Trim shall be white color, aluminum, brushed aluminum, or chrome. 1. Computer/UPS outlets shall be orange color. COLLIER COUNTY VERTICAL STANDARDS PAGE 67 Revised March 8, 2018 2. Emergency generator outlets shall be red color, unless entire facility is powered by emergency generator. C. Exterior Weatherproof Outlet Covers: Use hinged extra-duty die-cast metal in- use waterproof outlet covers by Intermatic or equivalent. Do not use plastic covers. D. Firestop Wiring Devices: Furnish and install fire rated wiring devices in fire rated wall(s)/floor(s) for designed and future pathways. 1. Cables passing through fire-rated floors or walls shall pass through fire-rated wiring devices which contain an intumescent insert material that adjusts automatically to cable additions or subtractions. Preferred type is UL System CAJ3231, Easy-Path, by Specified Technologies, Inc. 2. The device (per code requirements) shall include both internal and external firestopping. 3. Cables penetrating through fire-rated floors or walls shall utilize fire-rated pathway devices capable of providing an F rating equal to the rating of the barrier in which the device is installed. 4. The device shall be tested for smoke leakage (L rating) and shall not require the use of any optional sealing materials to achieve the published rating. 5. The device shall utilize a fire and smoke sealing system that automatically adjusts to the addition or removal of cables. 6. Wiring devices shall be capable of allowing a 0 to 100-percent visual fill of cables. 7. Wire devices shall be of a sufficient size to accommodate the quantity and size of electrical wires and data cables required and shall be suitable for use with new or existing cable installations. 8. The installed device (in normal use) shall require no maintenance and shall accommodate future cable changes without mechanical adjustment and/or removal or replacement of protective materials. 9. Wire devices to be provided with steel wall plates allowing for single or multiple devices to be ganged together. 10. The device shall be modular and shall provide mechanical installation options for common wall and floor constructions as well as common construction conditions including over-sized or damaged openings or existing sleeves. COLLIER COUNTY VERTICAL STANDARDS PAGE 68 Revised March 8, 2018 262200 – TRANSFORMERS A. Provide non-linear load transformers where required. 264100 – LIGHTNING PROTECTION A. Provide a complete UL listed lightning protection system at all new enclosed occupied buildings, and at facilities with security cameras or pump motors. B. Shop drawings shall be reviewed and approved by the Design Professional prior to installation. Minimize roof penetrations and coordinate the work with other trades as needed for a complete and proper leak-proof installation. Exposed pitch pans are not allowed. C. Lightning Alarms: Thor Guard Inc. Lighting prediction and detection system, or approved equal. 264300 – TRANSIENT VOLTAGE SUPPRESSION A. Provide appropriate surge suppression device for all buildings. 265100 – INTERIOR LIGHTING A. New and replacement fixtures types shall be limited to LED and LED compatible fixtures to facilitate maintenance. 1. Special fixtures must be approved by the County prior to completion of design. 2. Provide at least one non-switched LED night light in Foyer, Lobby, Corridors, and large Open Office areas 3. Design lighting to the levels recommended by the Illumination Engineering Society. 4. To the extent possible, minimize the number of different fixture types used on a project. 5. Use vandal-resistant fixtures in all unsupervised public areas, ie Parks and Recreation projects. Use institutional grade fixtures where applicable. Use aluminum and non-corroding materials at exterior locations. COLLIER COUNTY VERTICAL STANDARDS PAGE 69 Revised March 8, 2018 6. If replacement lamps or parts are anticipated, replacements must be available locally. 265200 – EMERGENCY LIGHTING A. Emergency lights shall be low-profile surface mounted dual head units, white color. 1. Provide Surelight CU-1, Beghelli Deco 6, or similar low-profile LED approved equal. 2. Do not use EM backup units for recessed fixtures. 265300 – EXIT SIGNS A. Provide LED exit signs with battery back-up for emergency egress requirements. B. Exit signs shall have brushed aluminum faces. Stencils shall be green. 265600 – EXTERIOR LIGHTING A. “Collier County Lighting Standards” are incorporated into the Vertical Standards by reference. A copy of the current version is available at the following link: http://www.colliergov.net/lighting-standards B. “Collier County Lighting Standards- Special Considerations” are incorporated into the Vertical Standards by reference. A copy of the current version is available at the following link: http://www.colliergov.net/your-government/divisions-a-e-county- manager-office/standards C. Provide recommended lighting levels published by the Illumination Engineering Society. D. Provide LED exterior fixtures to the extent possible. E. Light poles shall be individually fused and numbered sequentially in order to confirm exact pole location for bulb maintenance. Call CCFM prior to installing numbers for approved number material, colors, and location on pole. COLLIER COUNTY VERTICAL STANDARDS PAGE 70 Revised March 8, 2018 F. Exterior fixtures shall be all aluminum or heavy duty vandal resistant plastic construction with vandal resistant glass lenses. G. Buried uplight or well fixtures are not allowed H. Flag pole lights: LED equivalent of 100W MH unless approved otherwise. I. Sign lights: LED equivalent to 70W MH unless approved otherwise. J. Exterior wraparound fixtures are not allowed; use vapor proof fixtures in exterior environments. K. Check security lights for proper aim, controls, and operation prior to request for substantial completion. Re-aim lights at night to provide coverage required by County staff DIVISION 27 – COMMUNICATIONS A. All communication wiring and cabling shall be run in wire ways, troughs, or other approved supporting means according to NEC 70E. Fire wiring devices shall be used in all fire rated wall(s)/floors(s), refer to Section 26026.26 for requirements. 272000 – INFORMATION TECHNOLOGY (IT) A. All Category 6 and Fiber Optic cabling must meet the standards set forth in the CCIT Construction Standards. B. Use Category 6 wire for all data lines in new construction and renovations. C. All offices and conference rooms shall have two IT Duplex Boxes on opposite walls. Do not allow boxes to be mounted back to back or in shared stud space with boxes in adjacent rooms. Each box to have two Cat-6 cables, terminated and certified. Open space areas to have two Cat-6 lines for each cubicle shown on the systems furniture layout. D. Networking hardware (switches, routers, firewalls, etc.) connected to the CCIT network shall only be specified, provided, and installed only at the direction of the CCIT Division. Unauthorized devices will be immediately disconnected and may be confiscated. E. Open CCIT equipment racks shall be located in secure rooms with card access. Open CCIT racks may not be accessed without an authorized County escort (e.g. CCIT staff and other County personnel with CCIT job classifications) unless provided with express written consent from an authorized County staff member. COLLIER COUNTY VERTICAL STANDARDS PAGE 71 Revised March 8, 2018 F. Closed locked CCIT equipment racks may be located in shared equipment rooms with card access. 272010 – FIBER OPTIC LINES A. All Single-Mode Fiber Optic cabling must meet the standards set forth in the CCIT Construction Standards. B. Multi-Mode Fiber Optic cabling may *only* be used for building automation and security equipment. Multi-Mode fiber must conform to the CCIT Construction Standards with the exception of wavelengths used (and the specifications related to single-mode wavelengths and transmission distances). Additionally: 1. All multi-mode CCFM fiber shall be ORANGE in color. 2. Fiber optic cable manufactured for specific projects shall contain a RED stripe & labeled “Collier County BCC FM” every 3 feet. 3. Fiber patch cables shall be labeled “Collier County BCC FM” at both ends and also include additional description unique to the attached equipment. 273000 – TELEPHONE SYSTEMS A. All Telephone System cabling must meet the standards set forth in the CCIT Construction Standards. B. Conceal all cables in walls, partitions, and ceiling spaces wherever possible. Run lines in conduit from telephone board to telephone company connection. Do not install unprotected lines or equipment on exterior walls of the building. 274000 – CABLE TV SYSTEMS A. Pre-wire for standard cable TV service to all Conference Rooms, Training Rooms, Meeting Rooms, Lobbies, Executive Offices and where identified in the Owners building design program. Refer to the CCIT Construction Standards. DIVISION 28 – NETWORKED SECURITY & AUTOMATION DEVICES COLLIER COUNTY VERTICAL STANDARDS PAGE 72 Revised March 8, 2018 280000 – GENERAL PROVISIONS A. Network-based (IP) devices connected to the CCIT network must comply with all CCIT standards. All devices must be terminated to a patch panel that matches cable type (e.g. CAT-6 cable to CAT-6 patch panel). No networked security & automation devices shall be daisy-chained; each shall have dedicated cabling. Cabling certifications for security and building automation devices shall be provided to the CCFM Building Automation Supervisor (or designee) in addition to the CCIT Division. B. Only equipment contained in the CCFM Standard Equipment List shall be allowed to connect to the CCIT network, unless Contractor is provided with express written consent from the CCFM Building Automation Supervisor (or designee). Contractor shall be responsible for any and all costs associated with replacing non-standard (unauthorized) equipment. C. Network port security (MAC address restriction) is implemented for all building automation and security devices. Device installations and replacements must be coordinated in advance with the CCFM – Building Automation Supervisor (or designee) to ensure that the necessary ports are active and properly secured. D. Upon receiving network-based devices, the Contractor shall provide CCFM with a list of the make, model, serial number, and MAC address information for those devices. Contractor shall utilize the electronic CCFM Project Equipment List Form when providing the above-mentioned information. E. The use of single-mode fiber for building automation and security equipment will require express written approval from CCIT prior to use and is generally discouraged without a compelling business case. 281000 – EXTERIOR AND UNDERGROUND WIRING A. Underground cable runs, as well as cable runs from one building to an adjacent structure, must utilize multimode fiber. The wiring design types shown below are acceptable for underground/exterior use and are ranked in order of preference. Refer to the CCFM Standard Equipment List for further information. COLLIER COUNTY VERTICAL STANDARDS PAGE 73 Revised March 8, 2018 282000 – SURGE PROTECTION A. For exterior building automation and security equipment with copper cabling (e.g. CAT-6 or coaxial), surge protection equipment (specified in the CCFM Standard Equipment List) shall be used at both ends of the cable in a configuration that protects the interior equipment (e.g. network switch). COLLIER COUNTY VERTICAL STANDARDS PAGE 74 Revised March 8, 2018 B. High quality grounding connections for surge protection shall be used for all exterior devices. Grounding systems shall provide an impedance to ground of less than 25ohms as specified in in NEC 250-56. 282000 – DEVICE PROGRAMMING A. CCFM Building Automation Supervisor (or designee) shall provide a list of naming conventions (e.g. abbreviated building names) to be used when programming equipment. The provided naming conventions shall be followed for all related configurations performed by Contractor. B. Contractor shall be responsible, at a minimum, for programming the IP address configuration for network-based equipment. The CCFM Building Automation Supervisor (or designee) will be responsible for requesting the IP address scheme from CCIT and providing it to the Contractor once received. C. Contractor shall ensure that all device firmware is up-to-date with the manufacturer’s latest production release prior to installing any new/replacement equipment in the field. D. The CCFM Building Automation Supervisor (or designee) is responsible for changing the factory default username and passwords on devices. Contractor shall not add, modify, or remove any device login credentials. DIVISION 29 – ELECTRONIC SAFETY AND SECURITY 291000 – SECURITY AND INTRUSION ALARMS A. The installation of an intrusion detection system may be required at off-campus non-secure sites without access control systems, ie Parks and Recreation buildings. Coordinate security requirements with CCFM during pre-design development of project scope, before design or construction. For major renovations or new buildings without access control system or cameras, a new integrated security system shall be installed unless directed otherwise by CCFM In existing buildings where the security system is not being replaced but monitoring is still requested, the CCFM access control system shall monitor the security system as noted below. B. System shall perform as a stand-alone security system including all required control sequences per occupant's requirements including necessary keypads, card readers, motion detectors, door contacts, duress alarms, etc. COLLIER COUNTY VERTICAL STANDARDS PAGE 75 Revised March 8, 2018 C. Security system shall communicate to the central station on contract to indicate at a minimum, zone by zone status. D. When applicable, the CCFM Operations Center shall act as a secondary reporting station and shall not be a primary reporting station. E. All external hardware shall have tamper proof screws. F. All exterior doors and roof hatches shall be monitored by the security system. 291001 - ACCESS CONTROL SYSTEMS (CARD ACCESS) A. Provide access control system at new and renovated buildings unless directed otherwise by CCFM staff. 1. Provide card access at the following locations: a. Exterior Doors b. CCIT Equipment Rooms c. Mechanical and Electrical Rooms d. Secure Storage Rooms,ie CCSO e. Where required to separate public from non-public staff areas. f. Hazardous Material Storage or Handling Areas g. Security Gates h. Other locations as may be determined by design program. 2. At new enclosed buildings where access control is not provided, include rough-in couduits, junction boxes, and provisions for future card access at exterior doors and equipment rooms. 3. Provide card access on all new and remodeled elevators: a. Exterior: Each floor shall have a card reader at the near the elevator call button (s). b. Interior: Each elevator cab shall have a card reader. c. Programming: Access control shall be programmed to permit access-based restrictions per elevator per floor. B. Security and intrusion alarms may be monitored via the CCFM access control system in lieu of a dedicated burglar alarm system as described in SECTION 291000 – SECURITY AND INTRUSION ALARMS. COLLIER COUNTY VERTICAL STANDARDS PAGE 76 Revised March 8, 2018 C. All components of the system shall be backed up with a “building” UPS if available or, if not, a single UPS dedicated to the security and BAS systems, and by the generator if a generator is available. D. Proximal readers are the current standard for access control. Proximal readers with keypads and/or biometrics are permissible with the express written consent of the CCFM – Building Automation Supervisor (or designee). Contractor is responsible for programming all access control equipment to the CCFM access control system. E. All access controlled doors and gates shall be wired and configured to alarm in the CCFM access control system when the gates/doors are detected to be “propped” or “forced” (card access was bypassed). F. Card access doors and associated hardware shall be fully compliant with Section 087100 – DOOR HARDWARE. G. Doors controlled by card access shall use County approved subscription service cylinders supplying two (2) keys per door according to CCFM Standard Key System, with a copy inventoried electronically at the CCFM Operations Center. Contractor shall coordinate a meeting with the County Project Manager, CCFM – Building Automation Supervisor (or designee), and CCFM Locksmith to review the key schedule prior to ordering and installation of lock cylinders. H. For newly constructed and newly acquired buildings, contractor shall provide a minimum of 2 HID cards per person in the projected staffing of the building. The CCFM – Building Automation Supervisor (or designee) will provide the card sequence numbers and ordering specifications. 1. Access control system shall be capable of operating in stand-alone mode should there be any temporary network connectivity issues between the access controller and CCFM access control system. I. All external hardware shall have tamper proof screws. J. Provide position contacts at roof hatches. All roof hatches shall be monitored by the security system. K. Chain-link fences and other areas with Request-to-Exit (RTE) devices that are easily operated from the non-secure side shall contain additional tamper-resistant measures, such as a metal plate surrounding all sides of the device. L. Contractor shall not add, modify, and/or delete card access for any cardholders (including themselves). COLLIER COUNTY VERTICAL STANDARDS PAGE 77 Revised March 8, 2018 M. The Design Professional/Contractor shall coordinate with the CCFM Building Automation Supervisor (or designee) to obtain maps / floorplans that meet the CCFM’s graphics standards. Graphics in the access control system shall include: 1. Terminals (doors) 2. Duress (panic) alarm inputs (when applicable) 3. Fire extinguisher alarm inputs (when applicable) 4. AED alarm inputs (when applicable) 5. Lockdown event triggers (when applicable) 6. CK7xx Controller/S321-IP Controller locations 292300 – CCTV VIDEO SURVEILLANCE A. It is the intent of CCFM to remotely monitor all cameras maintained by the Division. This includes, but is not limited to, cameras located at sites occupied by the BCC Agency, Clerk of Courts, Public Defender, State Attorney, Property Appraiser, Supervisor of Elections, and Florida Department of Health. Agencies such as the Collier County Sheriff’s Office, Court Administration (20th Judicial Circuit), Guardian Ad Litem, and Tax Collector’s Office are exempt from the guidelines enumerated below. B. All CCTV footage recording equipment shall meet or exceed the Florida General Records Schedule GS1-SL specifications for Surveillance Recordings (Item #302). As of the revision date of this standards document, the current minimum retention period is 30 days. C. The County Project Manager shall ensure that appropriate CCTV footage recording and playback equipment is provided during the course of the project at the direction of the CCFM – Building Automation Supervisor (or designee). D. The use of in-camera storage (e.g. SD card) is not permitted. Recording of CCTV footage will instead be handled by centralized network storage servers for networked sites. To comply with Collier County Board of County Commissioners’ directives, no networked sites shall have the capability to export video footage with the exception of the CCFM Operations Center. E. Sites without necessary network connectivity are permitted to use a stand-alone CCTV system, however the design of the stand-alone system will be determined on a case-by-case basis by the CCFM – Building Automation Supervisor (or designee) to ensure future compatibility should the site become networked at a later date. Local CCTV footage recording equipment (e.g. DVR) shall be installed in lockable secure cabinet in an air-conditioned and secure (preferably card- accessed) area. COLLIER COUNTY VERTICAL STANDARDS PAGE 78 Revised March 8, 2018 F. The quantities and locations of CCTV cameras shall be reviewed and approved by the CCFM Building Automation Supervisor (or designee) prior to issuing plans for bids. G. With the exception of low security areas (e.g. office hallways), all IP cameras provided shall support, at a minimum. “motion” and “sabotage” analytics. H. PTZ cameras are generally not advised to be used at unmanned sites or sites without on-site personnel assigned to continuously monitor the cameras. Instead, multiple fixed cameras should be used to provide the necessary camera coverage. I. License plate recognition cameras are required at vehicular entrances to the following facilities: 1. Essential Services Facilities including CCSO and Public Utilities 2. Community and Regional Parks J. Power-over-Ethernet (PoE) 802.3af (802.3at Type 1 – 15W) is typically available for use with IP cameras (unless fiber cabling and/or specialized network switches are utilized). Cameras requiring PoE+ (802.3at Type 2) or higher, such as PTZ cameras, shall be provided with dedicated power or PoE injectors produced by the same manufacturer as the camera. K. All IP cameras provided shall support ONVIF v1.0+ and multicast video streams. L. All dome cameras shall have “smoked” [dark] lenses with vandal resistant mounts unless otherwise specified. M. At a minimum, all interior camera views shall have even illumination that is sufficient for clear viewing/recording during the facility’s hours of operation. High security (e.g. Courthouse, Water/Wastewater Plants, safe rooms, etc.) and exterior areas camera views shall have even illumination that is sufficient for viewing/recording on a continuous (24/7) basis. Whenever possible, lighting sources should not be visible in the camera’s field of view. 1. Cameras with built-in infrared (IR) illumination are preferred when the existing lighting is not sufficient. 2. Supplemental LED illuminators may be used if they meet the following criteria: semi-covert (815-850nm) or covert (940- 950nm) wavelengths with an angle of illumination that matches at least 70% of the camera’s field of view (FoV). COLLIER COUNTY VERTICAL STANDARDS PAGE 79 Revised March 8, 2018 3. Thermal cameras are acceptable for areas where built-in and supplemental illuminators are not feasible. N. Camera locations illustrated on plans indicate general location of camera and intended direction of view. Exact location of rough-in shall be coordinated onsite with contractors prior to installation of any nearby trade to avoid conflicts with other devices or obstructions, ie sprinkler heads, ceiling fans, floodlights, etc. Proposed adjustments to locations shall be coordinated and approved to avoid code violations, obstructed views, etc. O. The Design Professional/Contractor shall coordinate with the CCFM - Building Automation Supervisor (or designee) to obtain maps/floorplans that meet the CCFM’s graphics standards. Graphics in the CCFM CCTV system shall include the camera locations and respective camera views. P. Two (2) local viewing options for viewing CCTV cameras are available: 1. Software-based (on CCIT PC’s). There shall be no software licenses/fees required to use the CCTV monitoring software. 2. Hardware decoders. This option currently provides a view-only solution with no ability utilize the pan, tilt, or zoom functionality of PTZ cameras. The hardware decoder option shall include a dedicated UPS device capable of sustaining the decoder for a minimum of ten (10) minutes during a power outage. Q. Poles: Use only concrete poles for cameras, not fiberglass or metal. Pole height minimum 25 ft for PTZ cameras. R. Provide two (2) weatherproof electrical outlets in locked panel on poles used for CCTV panel. S. Exterior enclosures shall be stainless steel, not fiberglass or steel. T. Locate equipment rack for security and cameras in the same room as CCIT communication and data rack. Optically isolate security/camera rack from CCIT rack with fiber cables. Provide open racks if equipment room is solely used for no other purposes, ie electrical panels. Provide locked racks if room is shared with other trades. 1. Do not allow water lines, sanitary lines, sprinkler pipes or heads, ductwork, HVAC equipment, etc. to be mounted above equipment racks. COLLIER COUNTY VERTICAL STANDARDS PAGE 80 Revised March 8, 2018 293100 – FIRE ALARM A. Provide a complete Fire Alarm system where required by Code or Ordinance. Refer to Division One for General Requirements, Codes, and Standards, including FBC and NFPA codes. 1. Fire Alarm systems shall be non-proprietary. Approved manufacturers include Firelite, Silent Knight, or approved equal as directed by FM staff. System shall be B. Comply with the requirements of NFPA 72, National Fire Alarm Code for all work related to the design and installation of the system. The Engineer of Record shall review and approve the installers shop drawings prior to permit application. C. The fire control panel shall be addressable and UL listed. Provide all required components for wireless monitoring. Utilize campus system where applicable, otherwise system shall perform as a stand-alone fire alarm system including all required control sequences including Fire Department notification. D. Maintain accurate as-built plans of all work. 1. Provide neatly typed zone schedule at the fire alarm panel. 2. Provide acad dwg file for new or revised alarm systems. E. Provide a lockable exterior “fire fighter key box” located near the main entry of each new building and containing the building’s master key or card access card for use during fire emergencies. Approval of the box type and final location shall be determined solely by the Fire Department and / or Fire Marshall for each fire district. F. Provide a “Stopper II w/Horn Casing” (model # STI-1130 or equivalent) for all public areas including Lobby and Entrance area Fire Pull Stations. G. Where suspended acoustic ceilings available and allowed for mounting notification appliances, all warning devices (Horn/Strobes etc.) shall be ceiling mounted and not located on the wall unless required by code. Center the device within individual ceiling tiles when possible. H. FA system shall be equipped with back-up batteries and provisions for future expansion and modifications. 294001 – EMERGENCY CALL BOXES COLLIER COUNTY VERTICAL STANDARDS PAGE 81 Revised March 8, 2018 A. Emergency Call Boxes (Telephones) shall be conspicuously located inside of parking structures, with a quantity to be determined during the design meeting. At the request and direction of County staff, Emergency call boxes shall be furnished at the entrances for automated access-controlled gates and other areas where occupants and/or members of the public may need to call someone for assistance. B. All emergency call boxes shall be programmed to call the CCFM Operations Center upon pressing the call buttons unless expressly directed otherwise by the Building Automation Supervisor (or designee). C. Emergency call box enclosures shall be furnished with a standard blue exterior and white “ASSISTANCE” label running the length of the unit. Installation must follow manufacturer’s guidelines in addition to the following items: 1. Concrete foundation for free-standing units shall be a minimum of 2-feet in diameter, 3-feet in depth, and have a 4-inch projection above finished grade 2. Electric and communications shall be stub up at the center of the foundation within 4-inch circle and 5-inch minimum projection above concrete. 3. Leveling nuts shall be used (when necessary) to position unit base Vertically between ½-inch minimum and ¾“-inch maximum above concrete to prevent condensation in the top of the unit. 4. For free-standing units, a ½-inch by 8-foot copper rod shall be inserted in the center of the foundation and tied to the steel bollard to ensure proper grounding. 5. Bollard(s) shall be installed for free-standing units if there are no existing bollards, curbs, or other barriers to protect the units. D. Remote-mount LED beacon/strobe combination shall be provided on all exterior emergency call box enclosures unless otherwise directed by CCFM – Building Automation Supervisor (or designee). E. When card access and/or CCTV cameras are specified to be included with the emergency call box enclosures, a dual (2) faceplate enclosure shall be provided. The camera and card reader shall be installed on the top faceplate. 1. For sites with frequent visits from large vehicles (e.g. Water/Wastewater Plants), a quad (4) faceplate enclosure shall be provided. With a quad faceplate enclosure, the upper two COLLIER COUNTY VERTICAL STANDARDS PAGE 82 Revised March 8, 2018 faceplates shall contain the same equipment as the bottom two faceplates and provide identical functionality. See example design: F. The standard button configuration for emergency call boxes is two-button, with one labeled “Push for Help” and the other labeled “Info”. Elevators shall be one- button models with a “Push for Help” label. G. All emergency call boxes located near automated gates shall include wiring from the emergency call box’s secondary output (#2) to the gate controller. This configuration shall allow remote operation of the gate via the call receiver’s phone. Emergency call boxes with keypads will be programmed to only allow internal numbers to be called when used with this functionality. H. All emergency call box replacements and installations shall be coordinated with the CCFM Building Automation Supervisor (or designee). I. All emergency call boxes shall be tested and information verified before contractor leaves worksite. 295001 – DURESS (PANIC) ALARMS AND LOCKDOWN BUTTONS A. For sites with CCIT network connectivity, all duress (panic) alarms shall be monitored via CCFM card access system . B. High security buildings shall be furnished with a “lockdown” button located at the front/reception desk. This button shall physically override the exterior door hardware and prevent ingress until reset remotely by the CCFM Operations COLLIER COUNTY VERTICAL STANDARDS PAGE 83 Revised March 8, 2018 Center. Egress shall be allowed via activation of Request to Exit (RTE) functionality at the door. C. Duress (panic) alarms shall be furnished at card access facilities for any area that accepts payment (e.g. cash counters and ticket booths). Duress alarms shall also be furnished in offices of elected officials (e.g. judges, commissioners, top-level administrators, etc.). D. Duress (panic) alarms shall be mounted in areas that do not allow for easy (unintentional) activation. DIVISION 31 – EARTHWORK 310000 – GENERAL A. Comply with the Collier County Land Development Code, FBC, and requirements of Division 1. 312000 – GRADING A. Enclosed building floor slabs shall be at least 6" above exterior finish grade. Do not slope grades towards buildings. Final grading around the building is to be sloped evenly away from structures and slabs to insure positive drainage. DIVISION 32 – EXTERIOR IMPROVEMENTS 321400 – INTERLOCKING CONCRETE UNIT PAVERS A. Mortar set pavers over concrete slabs may be considered on a case by case basis. CCFM approval required. B. Sand set pavers are not allowed in courtyards, walkways, or any area subject to pedestrian traffic. 323100- FENCES A. Fences shall be constructed from durable non-corroding materials. Do not use Styrofoam in construction of exterior walls or fences. Galvanized steel may be used at inland locations except as noted below. Provide vinyl coated aluminum or powdercoated aluminum fences where required at the following locations: COLLIER COUNTY VERTICAL STANDARDS PAGE 84 Revised March 8, 2018 1. Within 5 miles of beaches or coastlines 2. Where reclaimed water is used for lawn and landscape irrigation. 3. Swimming pools, splash pads, aquatic features B. Provide security fences and gates at all maintenance and storage facilities, and other locations as determined in pre-design program. 328090- LANDSCAPE IRRIGATION A. Irrigation system shall tie into existing system where applicable. Provide connection to reclaimed water system if available. Provide separate meter where connected to domestic water. 1. Do not use well water in spray zones adjacent to buildings. 2. Do not use well or reclaimed water in spray zones adjacent to swimming pools and decks. B. System Components: 1. Grade: Commercial 2. Manufacturer: Rainbird or approved equal 2. Controls: Maxicom Central Control System or approved equal. C. Provide accurate as-built plans of irrigation system and controls. 329300 – LANDSCAPING A. All landscaping must be at least three (3) feet away from any exterior wall. Plants and other foliage must have a three (3) foot clearance between outer limbs and each wall. B. Trees are to be planted at least Fifteen (15) feet from any exterior wall. Trees may not be planted in pavers or tree grates. C. Landscaping may not be planted within Four (4) feet of HVAC units, fire protection assemblies, mechanical or electrical equipment. Increase distance as needed to provide required clearance for anticipated full-grown size of landscaping. D. Install not less than 10" wide border of gravel at the perimeter of exterior walls around each building. Gravel shall be not less than 4" thick, installed over weed block fabric, with a suitable continuous edge trim. Top of gravel shall be at least 8" below the finish floor slab. COLLIER COUNTY VERTICAL STANDARDS PAGE 85 Revised March 8, 2018 E. Do not use Bermuda grass under trees. F. Completely remove all compacted base and sub base material from all areas ntended for landscaping and trees. Add top soil to all areas prior to installation of plant material. F. Facility Manager to approve all plant material prior to installation G. Grading and landscaping shall be sloped away from building, walkways, pavement, equipment, etc, and water runoff shall drain into site drainage system without standing water. END OF VERTICAL STANDARDS DOCUMENT COLLIER COUNTY VERTICAL STANDARDS PAGE 86 Revised March 8, 2018 PROJECT CHECKLIST In addition to the items identified in the program for the project, the following specific items shall reviewed by the Design Professional and discussed with CCFM staff: 1. Design Criteria- Wind Speed 2. Floor Elevation 3. Flood-Proofing Method, if required 4. Local Architectural Standards, if applicable 5. Roof- type and color 6. Insulation- code -vs- increased R values 7. Exterior Doors- corrosion resistance 8. Window Glazing- laminated, tinted, etc. 9. Window Protection- shutters, if any 10. Hardware- card key access -vs- keys 11. Hardware- key schedule 12. Color Selections 13. Carpet Type- glue-down -vs- carpet tile 14. Carpet Specifications 15. Security System, if required 16. Security Cameras, if required 17. Card Access 18. Dehumidification Equipment 19. HVAC Units; evaluate SEER 12.0 or higher 20. Energy Management Control System 21. Telephone and Data Wiring 22. UPS and/or Emergency Generator COLLIER COUNTY VERTICAL STANDARDS PAGE 87 Revised March 8, 2018 23. Portable Generator Pin & Sleeve Connection 24. Lightning Protection 25 Fire Alarm System- review with local AHJ 26. Special Insurance Requirements, if any COLLIER COUNTY VERTICAL STANDARDS PAGE 88 Revised March 8, 2018 PROJECT DATA FORM Information listed on this form is to be submitted to the Collier County CCFM by the Design Professional for each project. Changes, if any, should be reviewed with the County Project Manager during Schematic Design, Design Development, Construction Documents, and at the completion of Construction Administration Services. 1. Project Name 2. Project Address 3. Building Area 4. Project Budget 5. Design Schedule 6. Scope of Services 7. Scope of Project COLLIER COUNTY VERTICAL STANDARDS PAGE 89 Revised March 8, 2018 8. Project Checklist The attached checklist shall be completed and delivered to the CCFM during Schematic Design. COLLIER COUNTY VERTICAL STANDARDS PAGE 90 Revised March 8, 2018 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCFM 2018 SPACE ALLOCATION AND UTILIZATION PLAN OCCUPANT TYPE SQUARE FEET Standard Circumstances Chief Administrative Judge Closed 350 400 Constitutional Officer Closed 350 400 County Administrator Closed 350 400 County Attorney Closed 250 300 Assistant County Administrator Closed 250 300 Circuit Judge Closed 250 300 County Judge Closed 250 300 Under Sheriff Closed 250 300 Health Department Director Closed 168 200 Department Administrators Closed 168 200 Assistant County Attorney Closed 168 200 Court Administrator Closed 168 175 Division Directors Closed 168 200 Attorneys Closed 168 200 Manager Level Closed 144 175 Professional Level Closed 144 175 Superintendent Level Closed 144 175 Administrative Assistant Open / Closed 120 120 Supervisors Open / Closed 100 100 Technical Positions Open / Closed 100 100 Analysts Open 100 100 Probation Officers Closed 120 Secretary Open 80 100 Clerks Open 80 100 Conference Rooms Seats 8-10 Closed 150 150 COLLIER COUNTY VERTICAL STANDARDS PAGE 91 Revised March 8, 2018 Conference Rooms w/ Library Closed 200 200 Large Courtroom (Jury Trial , Arraignment) Closed 2000 2000 Standard Courtroom Closed 1800 1800 Small Courtroom Closed 1400 1400 Hearing Rooms Closed 870 870 Jury Deliberation Sets w toilets Closed 300 300 Attorney Client Conference Closed 120 120 Victim Witness Waiting Closed 120 120 Courtroom Holding Closed 120 120 Judicial Assistant Open 100 100 Judicial Assistant waiting area Open 60 60 Judges Area Support Open 60 60 Judicial Library Closed 500 500 Visiting Judge chambers w toilet Closed 200 200 Design programs shall allocate sufficient storage space for storage of general supplies including office and janitorial supplies. Specific building area and storage requirements for various departments must be determined during pre-design program phase, before starting design phase. ... WAYNE WILES FLOOR COVERINGS COVER LETTER -COLLIER COUNTY 2-14-2019 Dear Commissioners, Here at Wayne Wiles Floor Coverings, we pride ourselves in providing successful completion of flooring services to our customers using best available material, with the most updated installation practices in floor coverings, to ensure every project is done to our customers' satisfaction. Our philosophy is simply this "we will meet the needs and exceed the expectations of our customers". To that end, we're partnering with manufacturers and ivdustry organizations to constantly improve our status as the place for floor -covering needs. We also provide training for our installers on a regular basis to learn the best and latest industry practices. t Case in point, we most recently sent two of our resilient installers to Boston Mass. in October of 2018 for a certified training program on Altro sheet vinyl flooring that is specified by Lee County School District for their kitchens and cafeterias. We are also invested in many ways in our SWFL community that we love, and we look forward to our mutual growth. Mark Wiles President Wayne Wiles Floor Covering c .� �- .rte■ ._®+ m/ ° # �§�\}ƒ\/ \E �%/\ )§/ �-- m«e _- 2§\ ° �/�\� - \\k§ _ \ / ƒ ( � ) ƒ � � 2 Q & _] _\ �_ \§$ S\§ §k� - \®2} § » m - - _ -_ { 7 ? m m/) � &_ _ - mf J /\ __ � _ �� - \� �\� ƒ \�\ §� '� �� f E�§ � \(//, ( %®�` \\((/\\ � EE ƒi■;&\# !! {2#E rE r»! !w \!{ ƒ � w / 2 / k / � \_ \ � a � � § \ � _\ � / \ � / w \_ \ � a / } § � k \ � / \ \ w / 2 / k WAYNE WILES FLOOR COVERINGS Y "PROJECT APPROACH" PREPARED FOR COLLIER COUNTY 2-14-2019 1- We adhere to OSHA rules and regulations and follow Tile Council of North America (TCNA) and the Carpe[ 8c Rug Institute of America guidelines in all our floor covering installations. While every project is different, our basic project approach is usually implemented in the following five (5) steps: A. Gathering necessary information concerning the project at hand. i �� B. Identifying the client's needs. C. Schedule a physical measure of the areas. Or obtain PDF plans for a digital measure. D. Establishing project budget estimate. E. Establishing execution plan of the project, project durations and scheduling. I. Additional dc[mil as Follows: When initiating a project that involves carpet replacement, the following approach shall be used: A. The installation will be scheduled and coordinated with County representatives) to ensure that all electronic and sensitive equipment and materials have been removed from the work area. B. The rooms) will be prepared For carpet removal, including moving or relocating furnishings and equipment as required by the project scope. Where project conditions dictate, dust control measures are put in place. C. The flooring materials will be cut into manageable strips and adhesion will be evaluated. � � Where possible, flooring will be removed manually using hand tools. In large areas or -- where flooring materials are adhered in such a manner that they cannot be removed -- � manually, flooring removal equipment such as oscillating carpet and the removal machines or ride on floor scraping machines will be used. D. Flooring materials will be gathered and bundled for removal and disposal. E. Flooring material will be loaded onto installer's vehicle and removed where practical. On projects involving larger quantities of material, a waste receptacle will be delivered to the site for material disposal. II. Surface Pr¢paratlon: After existing flooring materials have been removed, or in spaces where demolition has already occurred, the following approach will be taken to prepare floors: A. Where required, residual adhesives will be scraped and removed from the floor. B. Flooring substrates will be evaluated for soundness, flatness and surface imperfections_ C. Where necessary, flooring substrates will be patched, floated and or repaired, primed or sealed in order to bring the flooring areas into tolerance of the manufacturer's requirements for the flooring to be installed. D. As a final step, floors will be swept and/or vacuumed in preparation for flooring installation. III. Carpet Installation: Installation of carpet typically falls into two categories, modular and broadloom. The approach to installing these products is as follows: A. Modular Carpet — I. The layout for the modular carpet is established based on the center of the space and guide lines are chalked. 2. Adhesive is applied to the flooring substrate as recommended by the flooring manufacturer. Application is typically by roller or by trowel. 3. Adhesive is allowed to dry to a tacky state. 4. Once the adhesive is ready to receive flooring, the modular the installation will begin firm the center point of the space. Carpet tiles will be installed based on the requested format per direction of a county representative. (i.e. monolithic, quarter turned, multi- directional) 5. After the tiles have been placed, the carpet will be rolled to ensure adhesion 6. Flooring will be vacuumed, and any R:rnishings returned to their appropriate place. IV_ Broadloom Carp¢t — 1. Carpet material is "dry laid" to establish seaming and allow for visual inspection of the carpet material. -'➢ 2. Adhesive is applied to the flooring substrate as recommended by the flooring manufacturer. Application is Typically by roller or trowel. 3. Adhesive is allowed to dry to a tacky state. 4. Once the adhesive is ready to receive flooring, flooring material is laid. 5. Seams are trimrned and sealed as required. 6. Ager the material has been placed, the carpet will be rolled to ensure adhesion. 7. Flooring will be vacuumed, and any furnishings returned to their appropriate place_ V. VCT Tile Installation: For projects where Vinyl Composition Tile (VCT) will be used, the following approach will be followed: The layout for the VCT is established based on the center of the space and guide lines chalked. 1, Adhesive is applied to a portion of the work area flooring substrate as recommended by the flooring manufacturer. Application is typically by trowel. 2. Adhesive is allowed to dry to a clear, tacky state. 3. Once the adhesive is ready to receive flooring, the VCT installation will begin from the center point of the space. Tiles will be laid along the working lines, and then stair stepped out into the field of the space. Tile will be oriented as requested by the County's representative. 4. Border tiles are then cut and placed, using modules of/a rile or greater where possible. 5. After the tiles have been placed, the VCT will be rolled to ensure adhesion. 6. Flooring will be swept. Ager appropriate curing time, any furnishings returned to their appropriate place. w,d.vn�. wiLEs F4.00R covEwnK�t C "?f/e u�CP2 orseet tle <(a a.,d exceed Uxe ez/ectariona ob ouz cueYoosse c- I� �V .� �� i° �V .� �� e � � � _,� ` �i 1 ��'. �> >��- � a ;`° �. �'`, air �. �� ■ '� a � 5 4�, 1 1'', � .., � � �� \ � \ �, �\ i �_r--_,- `- �i f, -- ,� �� 1 r .i .� �� � F �, �. �,, . i f- � s i� 1 � /! � .� \` �� �� 1 �'I�'"' � �Z � \�� � _ ' . � �` � : . . y -� \ ��\ A I��>» z � ~ � �� � .{ � / . � :�� . � � y� a � »� ?2 \ � ^ �� �� ��� ' \\ � �«� _ l�}��a \ �� � � � �� \� /' � \ \ v� 4 .¥%,`©:� �--- . \\\� \: » , y � � ,i ��� (\� ,: �\� - � � \� \ - - �� » v� +d- � . . ^� � \KI>f . ..- .� ..t�,. �. .� .� ����, _ r -� 3... � { I- ��� - _ '�. -:_n�� E I 3... � { I- ��� - _ ,y .. _ _ j `jam J. ] i _. .-a I �('l K �� �•`-� �� -- r_ _ ;, i% c wi cD�e,- cDro41;y /.dm�nianawa sarwwa oapanment a.voiremern s.mo. oimwa Form 2: Ventlor Check Llat DVtPORTANT: TH[S SHEET MUST BE 91GNED. Please read wre[ully, sigv Iv iho epacea Ivdicatad vnd return with your PropwaL Vendor should check off eanh o{the following items as the necessary action is completed: � The Solicitation Submittal hes bean signed. Q Tha Solicitation Pricing Document (Bid Schedule/Quota Schedule/etcJ hes bean completed and attached. � All applicable forms have bean signed and includatl, along with licenses to complete the rctlu'vamanta of the pr fact. � AnY addenda have been signed end included. © Affidavit for Claiming Stains as a Local Business, If aoolicable. � Dlviaion o{Cotpomtiove -Florida Department of State — h -//A fl 'd / biz/ (IF work performed in the State). ® E-VerityQmmigraHon AtiSdavit (Memorandum o{Understanding). ALL SUBMITTALS MUST HAVE THE O 1CITATION NUMBER AND TITLE Name of Finn. Wayne wiles Floorcoveringa. Inc. Address: 16631 Link Court City. State. Zip: M FL 33912 Telephone: - a 6 � - � Email: i�.t.� ikh® it coin Representative Signature: Y' twt•/t� �^� -3 RCpr09enL8HVe Noma: Mark T wiles D8t0 02/14/19 COLLIER COUNTY �CERTI FIGATE OF'COMPETENCY ERTI FICATION INFORMATION C34167 Oertification Information - , Colljer Couhty Board of COUnty .Commissioners DBA: WAYNE WILES FLOORCOVERINGS, INC. AO ARES B: 9:6631 LINK'CT 'FORT MYERS, F4 33912-- ' PHONE: .239-267-7800 II ELL 239-340-2761 'EP:X� '239-267=9644 LICENSEE iJBR: -034987 (Al1AUF1ER: MARK T. WILES TYPE: TILE &MARBLE CONTft- 4LASS CODE; 4420 ISSWANCE-NBR: 34966 INSURANCE: 'ORIG ISSD: , Gan oral liability - June OB, 2009 onto ber at, Zola Worker's Odnipensation January 01, 2099' .IJatO: September 27, 201H EXPIRATION: September 30, 2019 NOTE; it .is the Qtiailifler's n¢s Ponsibillty to K¢¢p all business�.lictlnsing antl r¢quir¢monta currant and to. prgvldn up to dat¢ copies for Collier county files. Tbis incfud es all insuranto c¢rtificatas and'any ah anfl¢ of ad dr¢ss information.. - - I colYiep County � glty a£ mA^eo � ¢ity,of Napless �I ptpd�tnpo LEY cl,�sJYipy Gv1ry2��(�1���r�,���Zµ[ep�sP.sL$��1LY.-g•:1'�� MARII�N.r-tiP1�9i/�Crr l[3�G( CYIf E�rJd({TTltaye�n_t � . ' C3�@.'1?3(tdN5 Cs,YRe u�E��yry Manugnment Dtvisicih F RT MYERS� F4/t {)] SiRMedt _tel ` ��14-1�-�L:( COLLIER COUNTY CERTIFICATE OF COMPETENCY ERTIFICAT.ION INFORMATION C34187 Certification Info rfri anon Collier County Board of County Gommissionars l7 BA: WAYNE WILES FLOORCOVERIINGS, INC. A�©RESS: 98831' LINK CT PORT iV1YER5„FL 33912- ! - 'PHONE: -.289-267-7,800 r j. ,. CELL: 239-3A0-2789 'FAX: 239-267=9B4d - � - , LIGENSeE NBR: C34199 'INSURANCE: Gang{al Liability Gctoper R1, 2018 �/ychkers Oo[npensagon January�1, 209 QUALIFIER: MARK T. WILES. - TYPE: F400R�COVERIIV G.CONTR, GLASS 00❑E: 4q 70 ISSUANCE NBR: 34187 ORIG ISSO: ' JUPe 08,.2009 Date: Sept¢inber 27, 2018 EJCP Ir2AT10N: Saptefnbar 30, 2019 NOTE: It is the quallfl¢r's responsibility to k¢ep all business, Ilc¢nsing and r¢q ulrem¢nts aurront and to provld¢ qp to dat¢ copies fidr'C 011ie{ county flies_ This includ¢s all Insurance certificatos and any ahang¢ oF.add{oss Informatlob. - - Go111eP COYnty r CS¢y a£ HaeSo • G12y oF-'Napietl ' ntractoh Lipcnsing ' yyy OV Ali(IG QO c34i nna ' , �$$a{��'iSQuY�BiPVG�nE Partment � tH4W&-@T R¢oulatory Marta�carnant rvtsion �!� rOR"r -MVErss.. r4�i 33 }z- .wemam s=ue o. ��^ Porro a: conniat ormtarea: wfnaavg The Vendor cerHflea that, to the beat of its knowledge and belief, the peat and crorrcnt work on any Collier County pr jm[ affiliated with this soticimdon does sot pose an orgeni:aHonel conflic[ � dascrlbad by one of iha iluee categories below: Hiased ground roles —The ftrrra hes not se[ the ^ground mica" for affiliated pea[ or c,orrent Collier County project iden[ifled above (e.g., wdtln8 a procuremanfa statement of work, spacificatione, or performing systema engineering and technical direction Tor the procurement) which eppeara to skew the competition in favor of my firm. Impaired objactivlty —Tho firm has not perfornted work an rn affiliated past or comm[ Collier County pr fact identified above to evaluate propoaela /past parfarmmw of ivelf ar a competitor, whicfi sails into question the contractor's ebiliry to ronder impartial advice to the Hovennnrnt Unequal ettesa to information —The firm hsa not hada s to novpubl3c information as part of its parfonnmca of a Collier Cotmty pr iect idenHfled above which may have provided Hta contractor (or rn efflitate) with m mfair competitive edvanvga in current or future aolidmaima and contmcv. In addhion to title signed affidavit the contractor /vendor must provide the following: 1. All documanv produced az a result of the work completed in the peat or currently being worked on for the above-menHmad project and, 2. Indiwta iFUta faformeHon produced was obvinad ea a manor of oublic record (in the "sunshine") or through twn-pubnc (no[ in the ••amahine") convaneHon (s), maeHvg(s), documents) and/or other means. Pailure to disclose all material or having m orgmimtloml conflict io one or mora of the three mtegortea above be idevtlflad, may result is the diaquallftcafion for tbtura sohdtationa afflliated with the above referenced project(e). Hy the sigva[ura below, the floor (amployeea, o%cera and/or s8env) certifies. orad hereby dlacloaea, that. to the beat a£thairknowledge end bdlef, all rolevmt face cmceming peat proaenS or nu.ranily permed ivtareat or activity (flnmdel, cantroctunl, orgmirational, or oNerwiae) which rotates to the prgject identified above hes been iblly diacloaed end does not pose m orgmf aHonal eoatflict. pjrra• Wayne W11ea Flooicovai i�nrga, xrrc. Si�ature and Dale• �a-I �'a��+�l^3 Prin[NenlB: Maik T W11aa Title of Signatory: Pias idant Collier' Cotartty rdm�nVuaawa sero �oavarc*pont p n ervi Form 4: Ventlor Declarative Statement BOARD OF COCNTY COMMISSIONERS Collier Cowty Govatament Camptex Naples, Ploritla 34112 Dear Cammfssionere: The uMersigned, as Vendor declares that this response is made without connection or an�engement with wy othcz person wd this proposal is in every rospect fair and made iv good faith, without collusion or [Laud. The Vendor agrees, iF this solicitation submittal is accepted, to execute a Collier County documwt for the puzpoae of establishing a formal cwtractual relationship between the firm and Collier Covnty, For the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon dte documents listed by Lha above roferenced Solicitation. Furtheq the vendor agrees that if awarded a contract for these goods sad/or sarvleea, the vevdor will vat he eligible to compete, subm[t a proposal, ba awarded, or peRorm sa asub-vendor for any fbture aaaoelated with worn that N a result of this awarded contract. 1N WITNESS WHEREOF, WE have hereunto subscribed our names on thisln th day of Febr 2019 N the COwty of Lee b. the Stale Of Florida Firma Legal Name: Address: Ciry, State, Zip Code: Florida Cerdflcete oe Authority Oocummt Number Fcdemi Tex ldaetiflcatlon Number •CCR# or CAGE Coda "ONy if Grant Pwded Telephone Sieoa[me by: (Typed and written) Title: W Wiles Floorcoveringa, Inc. 16031 Suo01v Drive Fort My ¢ FL 33912 P8000068562 239-26')-']600 ma nlc x. wiles paaufoasi conmet Inr rmado:. 9eod payments to: wil Floorcovaringa xnc. (requ'ved If difRrcnt frBm Company name ttsed at payee above) COntect nam0: Ton M rich - Title: General Manager Address: 16831 Linlc Court Ci[y. 3[B1C, ZIP ForC M FL 33912 TelephOnC 239-269-0600 Email: t 'icbMwa ewiles. com Ornee servicing Collier County to piece orders (mqulred if different fkom above) Contact name: Tile: Address: City. State, 2IP Telephone: Email: coda.- co,..,�y .gdminrsVatrvn SaMces apeM,ant r+.ee,rema..ts�,ors o,wwo Form S: [mmigra[iun Affidavit Cartiflcattop This Affitlavit is required and should be signed, notarized by en authorized principal of the Erm and submitted with formal solicitation submittals. Farther, Venders are required to enroll in the E -Verily program, and provide acceptable evidence of their etvoliment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy ofthe fully executed 13Veriry Memorandum of Underatendivg for the company_ Failure to inawde Collier County will not intentionally sward County contracts to any Vendor who Irnowingly employs unauthorized nlien worKers, corutimtivg a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 2'14ACe) of the immigration and Natioaeliry Act ("SNA"). Collier County may coruidar[he employment by any VeMor ofunauthorized aliens avioletion oFSection 294A <e)oY'the INA. Such Violation by the recipient of the Employment ProNsiona confainad in Section 294A (a) of the INA shall ba grounds for atdlaterai tertninahon of the roneract by Collier Cowry. Vendor attests thnt dtey are ffilly compliant with all applicable imrttigrntiov laws (apeciflcally to the 1986 Imtnigmtion Act and subsequent AmenamenKs)) and agrees to comply with the provisions of the Memorendum of Underswtding wiffi E -Verify and to provide proof of enrollment in The Employment Eligibility VariEcation System (E -V arify), operated by the Department of Homeland Security in perhtarahip with the Social Security AdtNniatradon ai the time of submission of the Vendor's proposal. Company Name wa � e wiles Fioorcove rings inc. P[lnC Name 11M��a,��r_,,x T. Wi1ea r7_ Tit1B pres ideaaC Signature \1�n"yl�T l/��US Date oz/1s/i5 State Of Florida County Of Lee The aignee of these AfEdavit guarantees, az evidenced by the sworn affidavit required herein, the truth end ecctvacy of thio affidavit io interrogatories hereinafter made. w^�M` M R M W � .., .r...-..•.n.,v w. j -.-..-v=..-.. tr.. �.....� L.o �l't'tfrY Email: Administre0va Sarvicas OlNeion V iviana.GiarimoustasQcolliercountyR.gov 1=racurament sem=ea Telephone: (239) 252-8375 Addendum #1 Date: January 16, 2019 From: Viviano Giarimoustas, Procurement Strategist Tov Interested Bidders Subject: Addendum # I Solicitation #18-7471 Purchase and Installation of Floor Covering The following clariFications are issued as an addendum identi 'lying [he following clarification to the scope of work, changes, deletions, or additions to the otiginal solicitation document for the referenced solicitation: Change 1. Vinyl She¢t Floorina - Manufacturer: Armstrong or Shaw, or approv¢d ¢goal A. Style: Classic Corton commercial sheet flooring B- Form/Gauge: 6' rolls, .98-�coarect gauge ix -ORO Change 2. Vinyl comooeid¢n Hle -Manufacturer. EesenHWSArmstrong/Congol¢um snd I)exign¢r Esa¢nttals or approv¢d ¢goal. If you inquire additional information, please post a question on our Sid Sync (www-bidsvnc.com) bidding platform under the solicitation for this project. Please s[gn below and return a copy oI'this Addendum with your submittal for the above referenced solicitation. ���� �i w �V a .ti i� Dal r C�OLL'lC'Y CiOLLri'Cy Email: Atlminlatrative SeMo3a ❑ivision Viviana.GiarimoustasQcolliercountyfl.gov Procura�..e�t services Telephone: (239) 252-8375 Addendum #2 Date: February 6, 2019 From: � V iviana Giarimoustas, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation #18-7471 Purchase and Installation of Floor Covering The following clavi£cations are issued as an addendum identifying the following- clavi£cation to the scope of work, changes, deletions, or additions [o the original solicitation document for the referenced solicitation: This solicitation has been extended [o Friday, Febnaary 15, 2019 10:00 AM EST - If you require additional information, please posy a question on our Bid Sync ( b -d 1 bidding platform under the solicitation for this project. Pleas¢ sign below and return a copy of this Addendum with your submittal t'or the above referenced soltc[tation. Dat VV.I C.S ��� Detail by Entity Name t ar.nra a1. aG/ r'9 ' C- i t :)i i{1' 491 c+1: Y'!I'� g n,, !G'J ^` -.o, alln�•uN.nrau-..y'PorrlNn wA��n�• Detail by Entity Names FloNtla Profit Corporation WAYNE WILES FLOORCOVERINOS, INC Fllinn InTormatlnn Document Number P08000068662 FEI/EIN Number 28-3122709 Data Fllatl 07/21/2008 State FL 3talus ACTIVE Laat Event NAME CHANGE AMENDMENT Event Oates Filatl O�/28/2008 Evan[ Effacgva Data NONE Pr nalonl Atldresa 16831 LINK COURT FORT MYERS, FL 33912 CM1anOatl: 03/06/2018 Ma Ina Adtlreaa 18831 LINK COURT FORT MYERS, FL 33912 Ctlanead: 03/06/2018 Raola[aretl Aaent Names 8 Adgra88 WILES, MARK T 16631 LINK COURT FORT MVERS, FL 33912 Atlareaa cban9atl: o3/o6rzc16 ommno re . o.m9 Names 8 Aggrasa Tllla P/O WILES, MARK T 16831 LINK COURT FORT MVERS, FL 33812 Tile S!f Page 1 of 2 pi��s�oa o. co,...•�,..�o�,� http://search. sunbiz. org/inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/ 14/2019 Detail by Entity Name WILES, JOHN W 3708 SE 3RD PLACE CAPE CORAL, FL 33809 Annual Reoorta Report Vsar FOatl Hata 2016 09/25/2016 2017 09/25/201) 2018 O3/OB/2B18 oona...ana trnaaea Pale 2 of 2 http://searchsunbiz.org/Inquiry/CorporationSeamh/Seeu�chResultDetail7inquirytype=Entity... 2/74207 9 �-VeriFy �� : � ��r:�= Company 10 Number: 2fl647H THE E -VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE 1 PURPOSE AND AUTHORITY Tha parties to this agreement are the Department of Homeland Security (OHS) antl the Wayne Wiles Floorcoverings, Inc. (Employer). The purpose of this agreement is to set forth [arms and conditions which the Employer will follow while participating In E -Verify. E -Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain faatu res of the E -Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 704-208, 17O Stat. 3009, as amended (8 U.S.C. § 7324a note). Tha Federal Acquisition Regulation (FAR) Subpart 22.78, "Employment Eli9 ibll ity Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E -Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE 11 RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 7. The Employor agrees to display the Following notices su ppliad by DHS in a prominent plat¢ that Is clearly visible to prospective em ploya¢s and all employees who era to be verified through the system: a. Notice of E -Verify Participation b. Notice of Right to WorK 2. The Employer ag raes to provide to [he SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E -Verify. The Employer also agrees to keep such information current by providing updated Information to SSA and DHS whenever the representatives' contact information changes. 3. 'Tha Employer agrees to grant E -Verify access only to current em ployeas who Head E -Verify access. Employers must promptly terminate an employee's E -Verify access If the employer is separated From the company or no longer needs access to E -Verify. Page 1 0! 17 E-V¢�Ify MOU Ior Employers I Revision Oafa O6/Ot/13 E-VeriFy ___ �.. �I�' Company ID Number: 286478 4. Tha Employer agrees to become familiar with and comply with the most recent version of the E -Verify Usar Manual. 5. Tha Employer agrees that any Employer Representative who will create E -Verify cases will complete the E -Verify Tutorial before that indivltlual creates any cases_ a. The Employer agrees that all Employer representatives will to ke the refresher tutorials when prompted by E -Verify in order to continue using E -Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E -Verify. 6. Tha Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" Identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents. identified in 8 C.F.R. § 274a.2(b)(1 )(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E -Verify at BBS -464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-g, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-g. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may In the future designate other documents that activate the photo screening tool. Nota: Subject only to the exceptions notetl previously in this paragraph, employees still retain the right to present any List A, or List B and List C, documant(s) to complete the Form 1-g. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. Tha Employer agrees that, although it participates in E -Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its am ployees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 2746 of the INA with respect to Form I-9 procedures. a. The following modified requirements era [he only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment alig ibllity of newly hired employee using E -Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1 )(A) Of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that parson, the Employer must notify OHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify OHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, than the Employer is subject to a rebuttable presumption that it has knowingly Pag®2 of 17 E -Varity MOV fof Employes � Ravlslan Data OB/Ot/'13 -VeriFy .. ,� t. Company ID Nurnbar. 2H647H employed an unauthorized alien in violation of section 274A(a)(1)(A); and (8) no E -Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E -Verify. b. OHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E -Verify - 9. Tha Employer is strictly prohibited from creating an E -Verify case before the employee has bean hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E -Verify case for new employees within three Employer business days after each employee has bean hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E -Verify process as are necessary according to the E -Verify User Manual. If E -Verify is temporarily unavailable, the three-day lima period will ba extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make Inquiries during the period of unavailability. 1 O. The Employer agrees not to use E -Verify for pro -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E -Verify User Manual does not authorize. 11. The Employer must use E -Verify for all naw employees. Tha Employer will not verify salectivaly and will not vaNfy employees hired before the effective date of this MOU. Employers who ora Federal contractors may qualify for exceptions to this requirement as described in Articles 11.6 of this MOU. 12. Tha Employer agrees to follow appropriate procedures (sea Article III below) regarding tentative nonconfirmations. Tha Employer must promptly notify employees in private of the finding and provide them with the notice and latter containing information specific to the employee's E -Verify case. The Employer agrees to provide both the English and the translated notice and latter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and Instruct affected employees to bring the English copy of the latter to the SSA. Tha Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation basad upon a photo mismatch, the Employer must take additional steps (sae Article 111.6. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1 (I)) that the employee is not work authorized. Tha Employer understands that an initial Inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmatlon, a case in continuance (indicating the Head for additional rima for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not ba interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must ba provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment conseq uances basad upon the employee's perceived employment eligibility status Page 3 of t7 E-Va,ify MOU Tor' Employee I Revision Oa[a OB/OL13 � VeriFy _� Company ID Number: 286478 / (Including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or OHS has been com plated and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a Tinel nonconfirmation may call E -Verify at 1-688-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Em ployar agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2746 of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands chat such illegal practices can include selective verification or use of E -Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign' or have received tentative nonconfirmations. Tha Employer further understands that any violation of the immigration-relatatl unfair employment practices provisions In section 2746 of the INA coultl subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive tlamagas. Violations of either section 2746 of the INA or Titles VII may also lead to the termination of its participation in E -Verify. If the Employer has any questions relating to the anti -discrimination provision, it shoultl contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. Tha Employer agrees that it will use the information it receives from E -Verify only to confirm the employment eligibility of employees as authorized by this MOU. Tha Employer agrees that it will safeguard this Information, and means of access to it (such as PINS and passwords), to ensures that it is not used for any other purpose and as necessary to protect Its confidentiality, Including ensuring that it is not disseminated to any parson other than am ployees of the Employer who are authorized to perform the Employer's responsibilities untlar this MOU, except for such tlissemination as may ba authorized in advance by SSA or DHS for legitimate purposes. 16. Tha Employer agrees to notify DHS immediately in the event of a breach of personal information. Broaches ora defined as loss of control or unauthorized access to E -Verify personal data. All suspected or confirmed breaches should ba reported by calling 1-888-464-4218 or via email at E-Var'fv(c7dhs.cov. Please use "Privacy Incident —Password" in the subject line of your email when sending a breach report to E -Verify. 17. Tha Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) antl the Social Security Act (42 U.S.C. 1306(a)). Any parson who obtains this information untlar false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. Tha Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E -Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Pages 4 M t7 E -Verify MOU for Employers I Revision Oats OB/Ot/t3 Company ID Number: 2864Ta reasonable notice, to review Forms I-9 and other employment records and to interview It and its em ployaes regarding the Employer's use of E -Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E -Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E -Verify on Its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on i[s website or other materials provided to the public. Entering into Ibis MOU does not mean that E -Verify endorses or authorizes your E -Verify services and any claim to that affect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. Tha Employer agrees that E -Verify trademarks and logos may ba used only under license by DHS/USCIS (sea M-795 fWab1) and, other than pursuant to the specific terms of such license, may not ba used in any manner that might imply that the Employer's services, products, websites, or publications are sponsoretl by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E -Verify. 22. The Em ployar understands that if it uses E -Verify procedures for any purpose other than as authorized by this MOU, the Employer may ba subject to appropriate legal action and termination of its participation in E -Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1 . If the Employer Is a Federal contractor with the FAR E -Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most currant version of the E -Verify User Manual far Federal Contractors as wall as the E -Verify Supplemental Guides for Federal Contractors. 2. In addition to the responsibilities of every employer outlined In this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms In Subpart 22.18 of the FAR if must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801 ). Once an employee has bean verified through E -Verify by the Employer, the Employer may not create a second case for the em ployea through E -Verify. a. An Employer that is not enrolled in E -Verify as a Fadaral contractor at the time of a contract award must enroll as a Federal contractor in the E -Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of naw hires using E -Verify. The Employer must verify those employees who are working In the United States, whether or not they era assigned to the contract. Once Iha Employer begins verifying naw hires, such verification of naw hires must 6a initiated within three business days after the hire data. Once enrolled in E -Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever data is later. Page 5 oT 1T E-Vatlfy MOU Tor Employers l Rav�alon mala OB/Ol/t3 E -Nati Fy �� � ,;:��_: Company Ip Number: 28647H b. Employers enrolled in E -Verify as a Federal contractor for 90 days or mora of the Lima of a contract award must use E -Verify to begin verification of am ployment eligibility for -naw hires of the Employer who are working In the United States, whether or not assigned to Lha contract, within th tea business days after the date of hire. If the Employer is enrolled in E -Verify as a Federal contractor for 90 calendar days or lass at the time of contract award, Lha Employer must, within 90 days of enrollment, begin to use E -Verify to initiate verification of naw hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of naw hires must ba initiated within three business days after the data of hire. An Employer enrolled as a Federal contractor in E -Verify must begin verification of each em ployae assig nad to Lha contract within 90 calendar days after date of contract award or within 30 days after assignment to Lha contract, whichever is later. c. Federal contractors that are Institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally racog nizad Indian tribes, or sureties partorming under a takeover agreement entered into with a Fadaral agency under a partormanca bond may choose to only verify naw and existing employees assigned to the Fadaral contract. Such Fadaral contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, '1986. Employers in this category must begin verification of employees assigned to Lha contract within 90 calendar days attar the tlata of enrollment or within 30 days of an employee's assignment to the contract, whichever data is later. d. Upon enrollment, Employers who era Fadaral contractors may elect to verify employment aliglbility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Fadaral contract. After enrollment, Employers must elect to verify existlng staff following OHS proced urns and begin E -Verify verification of all existing employees within 180 days after the election. e. Tha Employer may use a previously completed Form 1-9 as the basis for creating an E -Verify case for an employee assignatl to a contract as long as: i. That Form I-9 is complete (including Lha SSN) and complies with Article II.A.6, Ii. Tha employee's work authorization has not expired, and Iii. Tha Employer has reviewed Lha Form I-9 information either in person or in communications with Lha employee to ensure [hat the employee's Section 1, Form 1-9 attestation has not changed (Including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a naw Form I-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide Lha necessary information if: i. The Employer cannot daterm ina that Form I-9 wmpllas with Article II.A.6, i(. Tha employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Nota: If Section 1 of Form 1-9 is otherwise valid and up -to -data and Lha form otherwise complies with Pag¢ 6 oT t9 E-Vatlfy MOU for Employers I RaWsbn Oata OB/Ot/t3 � .., VeriFy ...::._:.��.��-� Company ID Number: 2864]8 Article II.C.S, but reflects documentation (such as a U.S. passport or Form i-551) that expired after completing Form I -g, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.S, subject to any additional or superseding Instructions that may be provided on this subject in the E -Verify User Manual. g. The Employer agrees not to require a second verification using E -Verify of any assig netl employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor basad on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sands DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E -Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E -Verify or such other parsons or entitles who may ba authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from Its database within three Federal Government work days of the initial inquiry. E -Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the data of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that mora than eight days may be nacessa ry. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E -Verify may provide a final nonconfirmation to the employer. Nota: If an Employer experiences technical problems, or has a policy question, the employer should contact E -Verify at 1-888-464-4218. D. RESPONSIBILITIES OF OHS 1. OHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Pages 7 ot'19 E-Vaflfy MOU for Employers I Revision Oates 00/0'1/t3 � V�riFy �:::_._: L � company ID Number: 286478 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E -Verify. DHS agrees to provide the Employer names, Lilies, addresses, and telephone numbers of DHS representatives to be contacted during the E -Verify process. 3. DHS agrees to provide to the Employer with access to E -Verify training materials as wall as an E -Verify Usar Manual that contain instructions on E-Ver(fy policies, procedures, and requirements for both SSA and OHS, including restrictions on the use of E -Verify. 4. DHS agrees to train Employers on all important changes made to E -Verify through the use of mandatory refresher tutorials and updates to the E -Verify Usar Manual. Even without changes to E -Verify, DHS reserves the right to req uira employers to take mandatory refresher tutorials. 5. DHS ag reas to provide to the Employer a notice, which indicates the Employer's participation in E -Verify. DHS also agrees to provide to the Employer anti -discrimination notices Issued by the Office of Spacial Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS ag roes to Issue each of the Employer's E -Verify users a unique user identification number and password that permits them to log In to E -Verify. 7. DHS agrees to safag uard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E -Verify, or to such other parsons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA varificatlon procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating OHS records) for employees who contest DHS tentative nonconffrmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconflrmatlon of the employees' am ployment eligibility within 10 Fadaral Government work days of the data of referral to DHS, unless DHS determines that mora than 1 O days may ba necessary. In such cases, DHS will provide additional verification instructions. ARTICLE 111 REFERRAL OF INDIVIDUALS TO SSA AND OHS A_ REFERRAL TO SSA 1. If the Em ployar receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E -Verify. Tha Employer must promptly notify employees In private of the finding and provide them with the notice and latter containing information specific to the employee's E -Verify Pages 8 of '1"l E-Vafify MOU for Employers I R®vision Oafa OB/01/t3 _�� VeriFy ...,� ,_. . Company ID Number: 286478 case_ Tha Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the latter to the SSA. Tha Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether ha or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest [he tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E -Verify. The Em ployar must record the case verification number, review the employee information submitted to E -Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation_ Tha Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a Head to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 1 O Federal Government work days of the referral unless it determines that mora than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E -Verify system regularly for case updates. 6. The Employer agrees not to ask the em ployea to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation Issued by DHS, the Employer must promptly notify em ployeas in private of the finding and provide them with the notice and latter contain ing Information specific to the employee's E -Verify case. Tha Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. Tha Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether ha or she will contest the tentative nonconfirmation. 3. Tha Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation Issued by OHS, the Employer will instruct the Pages 9 of 17 E-Varl(y MOV far Employes I Revision Oafa 06/0'1/13 �-f�� VeriFy Company ID Number: 2H6478 employee to contact DHS through its toll-free hotline (as found on the referral latter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. Tha Employer agrees that if an employe¢ contests a tentative nonconfirmation basad upon a photo mismatch, the Employer will send a copy of the employee's Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. Tha Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in th¢ preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will el¢c[ronically transmit the result of the referral to the Employer within 1 O Federal Government work days of the referral unless it determines that mora than 1 O days is necessary. 9. While waiting for case results, the Employer agrees to check the E -Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. Tha Employer is responsible for providing equipment Headed to make inquiries. To access E -Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is aff¢ctiva upon the signature of all parties and shall continua in effect for as Tong as the SSA and DHS operates the E -Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E -Verify system enhancamants by OHS or SSA, including but not limited to E-Vertfy checking against additional data sources and instituting new verification policies or procedures, will ba covered under this MOU and will not oausa the need for a supplemental MOU that outlines these changes. pa8¢ t0 of tT EVatlfy MOU forEmployars I Revision Dale O6/Ot/t3 �-VeriFy _ - _ .`� �.�,�..� Company IO Numbor: 2864tH B. TERMINATION 1. Tha Employer may terminate this MOU and its participation in E -Verify at any time upon 30 days prior wr{[ten notice to the other parties. 2. Notwithstanding Article V, part A of [his MOU, DHS may terminate this MOU, and thereby the Employer's participation in E -Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has bean a breach of system Integrity or security by the Employer, or a failure on the part of the Employer to comply with established E -Verify procedures and/or legal requirements. Tha Employer understands that if i[ is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the pertormance of its contractual rasponsibillties. Similarly, the Employer understands that if it is in a state where E -Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E -Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E -Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E -Verify procedures to verify the em ploymant eligibility of ail newly hired employees. 4. The Employer agrees that E -Verify Is not liable for any losses, financial or otharwis®, If the Employer is terminated from E -Verify. ARTICLE VI PARTIES A. Soma or all SSA and DHS responsibilities under this MOU may ba performed by contractor(s), and SSA and DHS may adjust verification respons(bilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MO U. B. Nothing in this MOU is intended, or should ba construed, to cresta any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, Its agencies, officers, or employees, or against the Employer, Its agents, officers, or employees. C. Tha Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall ba solely responsible for defending any claim or action against it arising out of or related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom, Including (but not limited to) any disputa between the Employer and any other parson or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E_ Tha Employer understands that its participation in E -Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not Il mired to, Page 1 t o(1J E-VarlTy MOU for Employers I RaHslon Uata OB/OTH3 E Ver company ID Number: 286478 �« t Congressional oversight, E -Verify publicity and media inquiries, determinations of compliance with Federal contractual req uiraments, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to anter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, rapresantation, data or other Information provided to DHS may su bJact the Employer, its subcontractors, its employees, or Its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To pe accepted as an E -Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E -Verify at 1-888-484-4218. Page t 2 0l '1 i E-Varl(y MOU far Employes I Revision Oata OB/01 /t 3 � VeriFy �:�..:_._ company IU Number: 2864]8 Approved by: Employer Wayne Wiles Flporcoverings, Inc. Names (Please Types or Print) ilia Roseanna M Wtiltmore Signature Data Electronically Signed 12/03/2009 Department of Homeland Security— Verification Divl sion Names (Please Type or Print) itle USCIS Verification division Signature Date Electronically 549natl 12/03/2009 Pages 13 of 1] EV®rlfy MOU far Employers i Revision nate 06/Ot/13 E-VeriFy � _. Company IO Number. 2fl6478 Information Required for the E -Verify Program nformatlon relating to your Company: Company Name Wayne Wiles Floorcovarings, Inc. Company Facility Address 7B5'I Supply Drive Fort Myers, FL 339'12 Company Alternate Address ounty or Parish Lee Employer Identification Number 2B3t2270a North American Industry Classification Systems Coda z3B Parent Company Number of Employees zo to a9 Number of Sites Verified for t Page '14 01 t7 E -Varity MOU ror Employers 1 Revision Oa[¢ g6/Ot/t3 �-VeriFy ' ��;;��:3 Company ID Num bar: 2864]8 Are you verifying for more titan � site? If yes, please provide the number of sites verified for in each Stat¢: FLORIDA 1 sita(s) Page 'IS of t] E-VarlTy MOV Tor Employers I Ravlalon Oata g6/O�H3 �-Vi�riFy Company 10 Number: 266478 Information relating to the Program Administrators) for your Company on policy questions or operational problems: Name Roseanna M Whitmore Phone Number (239) 267 - 7600 ext 46 Fax Number (239) 269 - 9644 Email Atltlress rwhRmora@waynewiles.com Pag¢ t6 of 17 E-Verly MOU for Empl0yBr5 � Revision �atB g6/g1/l3 �-VeriFy � a corapa.,y to iJuinbar: zssa�a Page intentionally left blank Pa9a t] of t9 E -Verify MOU for Employers I Ravlsbn mala O6/Ot/t3 1 �� ,,,a,..�,.a.,..� o..._x Form fi: Vendor Substitute W —9 Aequeat for Taxpayer identification Number and Certi[icatiov Ina ardente with the Internal Itevanue Service rcguletiops. Collier County i rcqu'ved to collect the following information for tax reporting purposes Hum 3ndividuels end companies whe do business with the County (including social security numbecs if rued by the individual or company for tax mporting purposes). Florida Statute 119.1171(3) requires that the county notify you in writing of the sasoo for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business end return with yam quote or proposal. 1. General Information (provide eli information) Business Name ((J'd� entjram taxpy+er nam Add[e33 16831 L ]c CourC City Siete Zip 33912 _ __. Order Information �v��by�IIat7:oYti9 I Remit /Payment information (Hunt be filled nary Address 16631 Linlc coure Address 16931 Linx coure Cilyk`ort Myer�[ate FL Zip 33912 City FoxC Mvcra gmt0 FL Zip 33912 Email tmerr iicharwaynewllea 2. Company Status (check oNy onaJ indivr vel So a Prop emr x Corporation Partners rp _Tax Exempt (Federal income teat -exempt entity _Limited Liability Company under Inmmal Revenue Service guidelines I12C Title Pre®idanc 50l (cj 3j C gvter the tax claasiticatlop 3. Taxpayer ldeutification Namber (jar fmv reporffngpurpoass only) Federal Tex Identi£cation Number (TIN) 26-31za9o9 (Vendors who do not have a TIN will be required to provide a social security number prior [o an award]. 4. Sign and Date Form: Cartlflcatloo: Under analffsa o ! rertl that the .A....... .. eM. { � v F��wbden. Signature lx ^ 7 ���F / / _ `^`f ` W� Oatm n2/14/19 Title Pre®idanc Phonm Number 239-267-'16D0 W-9 Raquast for Taxpayer Alva Fprm M ttta Famr Idantlflcation Number and Cartlflcatlon r9gDeater. Db nqt w... Naeemb..zo,n lana tq <he lws. w.""Inm n«.rrlrl"'s.ma Dow www.wa.envicgm.wa wrinewqualle ane u..lat.at lr.rom.atlon. t Nome ee shown On yew nwma tax rN .Nems requ on thla INe) tlo nM Nreva Mla Ilrw b wN. We na Wllas Floorcovetln S Inc. s 9uvinex tumNtlYnagertlea entlH neme.lr tllllerant hero ebeve BpheeN eppmpaeta boN brletlerel tsN OlsmMoellon of ins pvvon whaee nemele entered on lbs 1. GhecNanly one of the O„nmepl1me(wtleaapplY nNyb fdlowlnB eevw bwo. en Nlea. nor lntlWbwle: see Inelruetfone on peps 91% g Q MtllvltlueVwle lxoprletor of [] CCurparetlon � SCORaMIw Q PMnervnlp O'M1uaWMte g elnBle-nrembaf LLC Enempl payee coM Ql erryl �! Q VmNea Yeblllly aemperry. Enter tnetexcleealnwaan(CeC corpomtbn. 5.9 corpomtbn. P�Pearw/ehip)� b Notn GhwNtM eppropnata ban In lM llne ehwefof lnater[nlaealbMlon o(Ine alnple-member owner. Oe net ahwk Fxemplbn from FATCAreponing LLG NRe LLCIaeWalBeJu saingN-member LLClhet le tllerepeNed Nom ec ownp unlace ms ownoeftM tlCb nathef LLC IMt Y nM tlbregerCea imm the owner lar V.B. federal faN purpcne e. OlMrwlee. a W nple-member LLO thel aaCe Bl any) ,ti le tlaragetdetl Nam Itre ownv eheub onwk Na eppmptlab bar fat the tax I ulNutlon or Ire own V. Dlner ew lmtrvatbnal� Nacrn r•.enrrram.nut•um^tn•rrn u.aJ O$XI 6 Adtlreu (numbeq ebeet. entl apt. er euNa no.) Baa Imimollem. hequeeter'e name entl eddreee (a{nlon Wj egc3a Llnk Cour[ Ny, erste. end 21P aotle FOrt M ars FL 339'12 > Vn eoaoum rwmb here (ogbneh Tex er IAentfticeticn Number IN le In mora then one name, oea the Inatruollona far Ilne 1. Algia see Whef Noma entl gaquva(er for gultlallnae en whose numbef to enter. t. The numbx atlown an IM1Ia Fenn la my caned taxpayer ItlenllBvatlon number (or I am walting Tor a number b ba Issued to me): and 2. 1 am not eub)eat to backup wllhholaing becauea: (e) I em exempt pom bwkup wllnhobing. ar (b)1 Few not been notllled by the Inlemal flwanun Harvlve (IR9) that I am wb)eot b backup wlthholding as a result o1 a fallum [o report ell In[waet or tllvlaenaa, w (v) the IR9 baa nollflea ma that I am nv longer sub)act to backup wlihholtllnp: entl 3. 1 em a U.9. dltlzan or ollrer U.H. person (aagnaa below): entl 4. The FgTCA vetle(v) anterea on tbla farm Ot any) Inalcallnp that 1 em exempt from FATOA reporlln9la verreot. rn.nnnnnnn rnr.brr.nlnne. vr.0 must nmw nm Iram 4 above 1I wu have been nollBetl by 1ha IRB that wu ere currently eubleot to backup wltbhaltling because Inan Qanaral 1 nstru ctl o ns , seouon ramrenaea are m the mtemal Revenue caaa udeae amerwlaa solea. Ftaura aawlapmenb. Fw [he latae[ Informetlon about aevelopmenla rated to Form W -g entl Ib Inetnavtlone, euvM1 ae IeBiclatlon enacted eller they ware publbhetl, go to www.lra.gov/FwmWB. Purpose of Form An Inalvlaual or engy (Porto W -B requaetaa who le requlrea to pla an Inlvrtnatlon realm wltM1 Te IRS must abtgln your vonect taxpayer Itlentlpvatlon number (nN) whlvh maybe your aoald aevurlH numbw L�6pN).)ro1pdCWeMiflwtlopn numbert(ATIN), a�amployw Ia)entifl cllon number OEIN)ub report on an lnlormatlon reWmthe amvunl pals to yv olbar relumv Im�tle btu[ aIa notlllmlrea lo�lhe Mlbwln9lee M Info magon • Fpm 1880 -INT (IMereat earned w pvb) you r• Form IBBB-DIV (tlWlaantle, lndutllnp those Nam atoeka or mutual runaa7 • Form IOBO-MI8C (varbua rypea of Income. pazee, awartla, w Broaa prooeeas) trenaeallana by brohere) mutual lona velaa ane oartaln other • Form IBBB-6 (pm eaEe from reel carate beneaatlona) • Form IBBB-K (mnrohent card entl thlra party network Venaaollone) • Farm 1880 (Iwma moagega IMareat). t D9B-E (alutlent loan IntarasB. t0g8-T (tulllon) • Form IOBB-C (canceled debt] • Ferro 1888-q (mquleltlon or abantlonmaM of eecuma property) ellen , tc proyWjae only If you ere a U.9. pereon (Inelutling a reelden[ your com��(TIN. G DeraubJecr b backup wlThoMfnH�3ee What le backup williYiolaing. „r hfw. CeL No. la2il% Pomr W-9 (Rw. tl-2p1'!) INSURANCE D UIREME Insurance/Band Typa RegWred Limits 1. ®Worker's Compensation Statutory Limits of Florida Smmtes, Chapter 440 and all Federal Government Statutory Limits end Requ:remenb EW�dcace of Workers' Campertsvtiov c rage o a Certificate of Exemption issvetl by the State of Florida is required. Entities tbat ore formed as Sole Pmpridorahipa shall ¢ot be required m provide a proof of exemption. Aav epplimtion £or exemption can be abteimd oNine at h � / OdH tb V 2. ®Employer's Liability 5_3,000,000_ single limit per gcettrrepce 3. ®Commercial General Bodey Injury and Property Damage Liability (Occatrrence Fors) patterned after the current S 1,000,000_single Emit per occuncncq 52.000,000 eggregaie for Bodily I jury ISO form Liability and Property Damage Liability. This shell mdude Pretniaes end Operations; Indcpmdrnt Contractoa; Products and Complemd Operations and Contractual Liability. 4. ®Indemn:fiwtion To [ha maximum extent permitted by Florida law, <he Contrac[orNrndor shall defend, indemnify and hold harmless Collier County, its officers and envployeo from a¢y end all liabilities, damages, losses and costs, including, but not limited to, reasonable etmrneys' f ea end paralegals' fees, to the extent caused by the vegiigevice, ecklesanesa, o intentionetly wrongful conduct oY'the Contractor/ Vendor ar anyone employed or utilized by the Contmc[orNendor in the perfozmence oF[his Agreenvenl. 5. ®Automobile Liability 5_1,OOQ000 Eech Occurnnca; Bodey Injury .& Property Damage, Owned/Novowned/FI:ced; Avtomobik Included 6. � Other irtstvrame as noted Q WateremR S Per Ocetcrevice 7. � Bid bond Shall be submitted with proposd response in the form of certifietl funds, cashiers' check ora cable letter of crediq o cash borW posted with the County Clerk, o proposal bond i¢ equal m 5% o£ the coat proposal. All checks shell be made payable to the Collier County Boe[d of County Commissioners o e beNc or tmst mpeny located in the Smte of Florida and insured by the Federal Deposit Insurance Corporntiov. 8. Q Perfotmanee and payment For pr jams :n of 5200,000, bonds shall be submitted wilt the a ecuted Bonds ontrac[ by Propo era a ing award, end written for 100% of the ContrnM award unt, the cost borne by the Proposer re ing en award. The Performance end Payment Bonds shall ba undcrwraten bye rety authorized m do business in the Stale of Florida and otherwise acceptable [o Owner; provided, however, the surety shall be rated a "A--" or better es io general policy holders eating end Class V o higher rating azsto financials category and the ..rt ,rot regn:rea ensu note Geed 5% of the reported policy holders' surplus, all ns roportcd in the mos[ current Best Key Rating Guidq published by A.M. Best Company, Inc. of 75 Fvlmn Street. New York, New York 10038. 9. ® Vnldor shall e e that ell svmcontmctors comply with the s e requirements th¢t Iva is required to meet. The same Vendor shall provide County with cer<ificatea of insurance meeting the [equ:red insaran a provisionz. 10. ® Collier County must be n mad a "ADDIT[ONAL INSURED" on the Inaurertce Certificate for Commercial Cxneml Liability where required. This insurance shall be primary and non-contributory with roped m any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be erW meed accordingly. 1 L ® The Certificem Holder shell be named as Collier County Board of County Commissioners, OR, Board of County Comm:asionera in Collier County; OR Colliec County Govervmevq OR Collier County. The CartiEacema of Insurance moat state the Contract Numbeq or Project Number, o specific P feel description, aur rrmst read: For any end all work performed on behalf of Collier CouNy. 12. ® TWrty (30) Daya CamellnHon Notice required. tnnv-cc venaor�a mauranee staeemanx We undemtand the insurance regvurements o£these specifcetiorm antl that th< evidence of insvvability may be required w:tb:n £ave (5) days of [bC award o£thie solicimtion. l Y �/ � Nenve of Fim. /�p C t.J`+tl `Q�$ y t'����t�J 2/�b��c7 Vendor Signature /�� �[ � .y-- � � Print Name / � t /'e>"' ��. 1 •. VV / � � i Inswence Agency l )K V�/1.�J`'l �.✓J!/LQ Agent Neme �/ �6 �>'� Telephone Nvvmber