1965 PBA 17/18-65 Wharton SmithTo: City Clerk
RE: Request for Services
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
❑ Development Order
❑ Final Plat (original mylars)
❑ Letter of Credit
❑ Maintenance Bond
❑ Ordinance
❑ Payment and Performance Bond
❑ Resolution
® PBA 17/18-65 Wharton -Smith Inc
Once completed, please:
❑ Return originals
❑ Return copy
EJ
Special Instructions:
Attached copy is for City Clerk Records
Thank you!
th^1-3, _otj�
From
T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc
❑ City Mayor's Signature
® City Clerk Record Keeping
❑ Safe Keeping
❑ City Attorney's Signature
❑ City Clerk's Signature
os -—
ate
Wharton -Smith, Inc. Piggyback Contract (PBA 17/18-65)
The City of Sanford ("City") enters this "Piggyback" Contract with Wharton -Smith,
Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal
address 750 Monroe Road, Sanford, Florida 32771, and whose mailing address is Post
Office Box 471028, Lake Monroe, Florida 32747, under the terms and conditions
hereinafter provided. The City and the Vendor agree as follows:
(1). The Purchasing Policy for the City of Sanford allows for "piggybacking"
contracts. Pursuant to this procedure, the City is allowed to piggyback an existing
government contract, and there is no need to obtain formal or informal quotations,
proposals or bids. The parties agree that the Vendor has entered a contract with the
Seminole County, Florida School District, said contract being identified as
"Continuing Contract for Construction Management Services RFQ No.
15160015RFQ-DW', which is based upon the American Institute of Architects' "Owner -
Construction Manager as Constructor Agreement", in order for the Vendor to provide
all services relating to the City's "Public Works Restroom Renovation Project" (said
original contract being referred to as the "original government contract"); provided,
however, that the amount of planning level services or construction project costs to
be provided by the Vendor to the City shall not be tasked in any amount so as to
invoke the provisions of the Consultants' Competitive Negotiation Act (CCNA) as set
forth at Section 287.055, Florida Statutes, relating to the acquisition of professional
architectural, engineering, landscape architectural, or surveying and mapping
services.
(2). The original government contract documents are incorporated herein by
reference and is attached as Exhibit "A" to this contract. All of the terms and
1
conditions set out in the original government contract are fully binding on the parties
and said terms and conditions are incorporated herein; provided, however, that the
City will negotiate and enter work orders/purchase orders with the Vendor in
accordance with City policies and procedures for particular goods and services.
(3). Notwithstanding the requirement that the original government contract
is fully binding on the parties, the parties have agreed to modify certain technical
provisions of the original government contract as applied to this Contract between
the Vendor and the City, as follows:
(a). Time Period ("Term") of this Contract: (state N/A if this is not applicable).
N/A.
(b). Insurance Requirements of this Contract: (state N/A if this is not
applicable). N/A.
(c). Any other provisions of the original government contract that will be
modified: (state N/A if this is not applicable). N/A.
(d). Address change for the City: Notwithstanding the address and contact
information for the government entity as set out in the original government contract, the
Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business
with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue;
Sanford, Florida 32771. The City Manager's designated representative for this Contract
is Bilal Iftikhar, P.E., J.D.; Public Works Director; City Hall; City of Sanford, Florida; 300
North Park Avenue; Sanford, Florida 32771, telephone number 407-688- 5085, facsimile
transmittal number 407-688-5091 and whose e-mail address is
Bilal. lftikhar@Sanfordfl.gov.
2
(e). Notwithstanding anything in the original government contract to the
contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between
the parties arising out of this Contract shall be in Seminole County, Florida in the Court
of appropriate jurisdiction. The law of Florida shall control any dispute between the parties
arising out of or related to this Contract, the performance thereof or any products or
services delivered pursuant to such Contract.
(f). Notwithstanding any other provision in the original government contract to
the contrary, there shall be no arbitration with respect to any dispute between the parties
arising out of this Contract. Dispute resolution shall be through voluntary and non-binding
mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole
County, Florida, with the parties bearing the costs of their own legal fees with respect to
any dispute resolution, including litigation.
(g). All the services to be provided or performed shall be in conformance with
commonly accepted industry and professional codes and standards, standards of the
City, and the laws of any Federal, State or local regulatory agency.
(h).
(I). IF THE CONTRACTOR/VENDOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI
HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH
3
PARK AVENUE, SANFORD, FLORIDA 327711
TRACI.HOUCHIN@SANFORDFL.GOV.
(II). In order to comply with Section 119.0701, Florida Statutes, public
records laws, the Vendor must:
(A). Keep and maintain public records that ordinarily and necessarily would
be required by the City in order to perform the service.
(B). Provide the public with access to public records on the same terms and
conditions that the City would provide the records and at a cost that does not exceed
the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
(C). Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as authorized
by law.
(D). Meet all requirements for retaining public records and transfer, at no
cost, to the City all public records in possession of the Vendor upon termination of
the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored
electronically must be provided to the City in a format that is compatible with the
information technology systems of the City.
(III). If the Vendor does not comply with a public records request, the City
shall enforce the contract provisions in accordance with this Agreement.
(IV). Failure by the Vendor to grant such public access and comply with public
records requests shall be grounds for immediate unilateral cancellation of this
Agreement by the City. The Vendor shall promptly provide the City with a copy of any
Fol
request to inspect or copy public records in possession of the Vendor and shall
promptly provide the City with a copy of the Vendor's response to each such request.
(i). All other provisions in the original government contract are fully binding on
the parties and will represent the agreement between the City and the Vendor.
Entered this0l'tlay of RLI(I ,2018.
Attest: Wharton -Smith, Inc., a Florida
corporation.
By:
Devon A. Lewis Darin A, Crafton
Vice President /Secretary Executive Vice Pre:
Date:`�, M I<A
I
LOV_t tbjAum, NO, RORK
Traci Houchin, City Clerk
Approved as to form and legal sufficien
R
City Of Sanford
SUMMARY
WHARTON-SMITH CONSTRUCTION GROUP
04:55 PM
City of Sanford Public Works Restroom Renovation
24 -Jul -18
ESTIMATING WORKSHEET SUMMARY
DESCRIPTION
LABOR
EQUIP
MAIL
SUBS!
TOTAL
MANHRS AMOUNT
AMOUNT AMOUNT
AMOUNT
Restroom Interior
0
0
0
0
21,1981
21,198
Restoom Plumbing
0
0
0
0
7,5001
7,500
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
0E-
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
0,
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
01
0
0
01
0
0
01
0
0
01
0
0
0 1
0
0
01
0
0
0!
0
0
01
0
0
01
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
01
0
— ----
o
0
0
0
0
—
0--
----
----o----i-
0
0
----
0
0
- --
0
0
0
0
0
0
0
0
0
0
0
01
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
— -- - ---
0----
o
0
o
0
0
—
— o--
o
o—
--- -0
---- -- —0
0
0
0
0
0
0,
0
0
0
0
0
0,
0
0
0
0
0
01
0
0
0
0
0
0i
0
0
0
0
0
01
0
0
0
0
0
0;
0
0
0
0
0
01
0
0
0
0
0
01
o
0
0
0
0
01
0
0
0
0
0
0!
o
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
01
0
0
0
0
0
0
0
0
01
0
TOTAL DIRECT
1
28,698
GENERAL CONDITIONS
75% of Total
j
9,836
PRECONSTRUCTION SERVICES
0.00%
I
0
CONTINGENCY
0.00%
0
GENERAL LIABILITY INSURANCE
0.58%
253
BOND
0.00%
0
TOTAL ADJUSTED COST
38,786
CM at Risk Fee
12.380/.
4,802
TOTAL CONSTRUCTION COST
i
$43,588
I
BID FORM
24 -Jul -18
Restroom Improvements
$
33,588.00
ADA Related Improvements
$
10,000.00
Total $
43,588.00
Page 1
SUMMARY
WHARTON-SMITH CONSTRUCTION GROUP
11:30 AM
City of Sanford Public Works Restroom Renovation
23 -Jul -18
i
ESTIMATING WORKSHEET SUMMARY
DESCRIPTION
LABOR
EQUIP
MAT'L
SUBSI
TOTAL
MANHRS AMOUNTI
AMOUNT AMOUNT
AMOUNT;
Breakroom Interior
0
0
0
0
6,750
6,750
0
0
0
0
0
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
0
0
0
0
0
0
01
0
0
01
0
0
0
0
0
0
0
0
OF -0
0
0
0
0
20
0
0
0
0
D
0
0
0
0
0
0
0
0
0
0
0
01
0
0
0
0
0
20
0
0
0
0
0;
o
0
0
0
0
0i
0
0
0
0
0
of
o
0
0
0
0
0;
0
0
0
0
0
01
0
0
0
0
0
0i
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
00
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0,
o;
0
0
0
0
0
0
0;
0
0
01
0
0
0!
0
0
01
0
0
01
0
0
01
0
0
01
0
0
0
0
0
0'
0
0
0
0
0
Di
0
0
0
0
0
01
0
0
0
0
0
0'
o
0
0
0
0
0
0
0
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
01
0
D
0
0
0
01
0
0
0
0
0
01
0
0
0
0
D
o
0
D
0
0
0
01
0
0
0
0
0
01
0
0
0
0
0
0�i
0
TOTAL DIRECT
6,750
GENERAL CONDITIONS
25% of Total
3,278
PRECON_STRUCTION SERVICES
0.00%
0
CONTINGENCY
0.00%
0
GENERAL LIABILITY INSURANCE
0.58%
66
BOND
0.00%
I
0
TOTAL ADJUSTED COST
10,094
CM at Risk Fee
12.84%
1,296
TOTAL CONSTRUCTION COST
$11,390
i
City of Sanford Public Works Page 2 of 12 07/23/18
Restroom Renovation
ASSUMPTIONS AND CLARIFICATIONS
1. Permits — All permits and fees are by owner.
2. Project Duration — The project duration is based on for all permitting required to
be done when the NTP is issued.
3. Work Hours — All work is assumed to be performed during normal business
hours.
4. Material — All material quoted is based on discussions with Wharton Smith and
the Owner. Standard manufacturers color are included.
5. Water Heater — A new 52 gallon Rheem or AO Smith water heater is included.
6. Plumbing — American Standard, Zurn, and Moen is the manufactures quoted in
this proposal.
7. Existing Walls — Any replacement of existing framing of restroom walls is not
included.
8. ADA Mirror — 24" x 36" ADA mirror is Brey-Krause included.
9. ACT — 2'x2'x1/2" vinylrock by Cerainteed is included.
10. VCT — New VCT flooring by Tarkett of Antique White color in the breakroom is
included.
11. Epoxy Floor Paint — Epoxy floor paint included is by Behr
12. ADA Toilet Accessories — A 21" x 32" right hand white CSI Bathware is
included. Grab bars by Moen are included.
13. Toilet Partitions — The Corinthian type FP500 overhead braced toilet partitions
are included.
City of Sanford Public Works Page 3 of 12 07/23/18
Restroom Renovation
MATERIALS: Poily'o SPR — Solid Polymer Resin.
THICKNESS: Doors ............. Finished to 1" (25.4mm) at 55" (1397) high
Panels ............. Finished to 1" (25.4mm) at 55" (1397) high
Pilasters .......... Finished to 1" (25.4mm) at 8T'(2083) high
*1XM 11(19101 RR
Doors:
Finished to i" (25.4mm) thick, all edges shall have a 0.250" (6.4mm) radius. All comers shall have a IV (I 3u=) radius. All doors shall include
an aluminum heat sink integrated into the bottom of the door.
Panels:
Finished to 1" (25.4mm) thick, all edges shall have a 0.250" (6.4mm) radius and all comers shall have a'A" (13mm) radius. All panels shall
include an aluminum heat sink integrated into the bottom of the panel.
Pilasters:
Finished to 1" (25Amm) thick and $2" (2082.8mm) high, ail edges shall have a 0.250" (6.4mm) radius. Floor mounting shallconsist of 14 gauge
stainless steel angles affixed to pilaster bottom. 14 gauge stainless steel angle forks are mounted to floor with *12 x 1%" (38mm) stainless screws
and plastic anchors_ All pilasters shall have a'/-" (6min) x 3" (76mm) hex head leveling bolt Pilaster mounting shall be concealed with a 3"
(76mm), 20 gauge stainless steel floor shoe. Tops of pilasters shall be braced with bright anodized aluminum anti -grip headrail with an integral
curtain track profile.
BRACKETS:
All connections at pilaster -to -wall, pilaster -to -panel and panel -to -wall shall be secured with full height bright anodized aluminum brackets. All
screws shall be non-ferrous with a tamperproof pin head.
DOOR HARI)AVARE:
A11 doors mounted on 5" (1271um) or snider pilasters shall have integral hinges with nylon cams that can be adjusted from closed to varying open
positions. All doors mounted on 4" (100mm) or less w=idth pilasters require either aluminum wraparound style hinges or a full length stainless
steel MuitiCam hinge. The door stop shall consist of a wrap-around strike and keeper. The door lock shall be an aluminum (bright polished finish)
surface slide latch. Door pulls and coat hooks shall be supplied as required.
OPTIONAL FEATURES:
Maximum privacy with a rabbeted edge on the strike side of each door to mate with a coinciding rabbeted edge on each pilaster, coupled with a
full height MultiCam hinge to eliminate any gaps. Aluminum curtain glides and curtains. Polly dressing seats. Full height stainless steel angles
and U -brackets. Aluminum wraparound hinges or full length stainless steel hiultiCam hinges. Fire resistant grades of material.
City of Sanford Public Works Page 4 of 12 07/23/18
Restroom Renovation
PPVTN5 10?,"5 11, J, %C -L I MT-'- I -X15
Tz�
MIN
V)
WNOE5 Y
FLOO9 PLAN
V
1' 11 L "T flu":L
FRONT ELEVATION
AND P'�W' PLI-6
END f"U('S
HFA 'A
DETAIL A
'PNI A6
ME W
i X 17 il, UPIAINLW .k >a AOVAH (%M Y)
�26
NOTES: This draw!, -,g Is a standard tict-ail intcrtded
to show gencral Information. 5ce chop drawings for
actual job laymit and bper.ifir jot7 ronditionb that
�tjper"dr a� ronflic-itio information on this ohcat%
51DE ELEVATION
0142
11 GAA,
V [WACYrl
LEVELING ML'
-A�,', LK
ULU, � Ir"(01! -Iqzl
111, �—MUOIZAM& H0,6E 6--uliAt','E MtAj11EV �5,1 LAYCH
—' it I WAWAIAVOLMD 5TrKE,, KEEPEr,
GUTWNG
City of Sanford Public Works Page 5 of 12 07/23/18
Restroom Renovation
N 1,
r* x
: aj
4i .Yvt ha
!P'4' 35 5"U3,
rX,CM M04UNT446 rx'.M- 'D 1'11T!i
DETAIL D
-W, M 15EV -JAINLEZC' Z47 -EL rLINTI)i
ULU, � Ir"(01! -Iqzl
111, �—MUOIZAM& H0,6E 6--uliAt','E MtAj11EV �5,1 LAYCH
—' it I WAWAIAVOLMD 5TrKE,, KEEPEr,
GUTWNG
City of Sanford Public Works Page 5 of 12 07/23/18
Restroom Renovation
4
4i .Yvt ha
!P'4' 35 5"U3,
rOM"EF, FE5�
41 VO AL
HIM4F, fT%
ULU, � Ir"(01! -Iqzl
111, �—MUOIZAM& H0,6E 6--uliAt','E MtAj11EV �5,1 LAYCH
—' it I WAWAIAVOLMD 5TrKE,, KEEPEr,
GUTWNG
City of Sanford Public Works Page 5 of 12 07/23/18
Restroom Renovation
Polly@ Solid Plastic Color Chart
Our standard plastic partition products are made from High-density polyethylene (HI)PE),
and will never rust, dent or break. Metpar has proven itself in the toughest environments
including schools. stadium, and any high traffic public washroom facility. But it doesn't
stop there - it works beautiful in high-end installations such as country clubs and office
buildings. Available with matching or complimentary plastic shoes and brackets (see back,
for match suggestions). Color may vary due to printing process. Contact Metpar for actual
sample material. _dOOMM"ftb..
#P-300 jr SP -240 SP -520
SP -510
Metpar's Polly' - The right choice for Plastic Partitions
7271PY
City of Sanford Public Works Page 6 of 12 07/23/18
Restroom Renovation
Moen 8994 by 36-
Inch
i ' ! Bathroom •
B a • _ _ _ •
City of Sanford Public Works Page 7 of 12 07/23/18
Restroom Renovation
Moen R8936P 36 -Inch
Bathroom Grab Bar, Peened
Size:36 Inch
Color: Peened
City ofSanford Public Works Page 8cf12 07/23U8
RestmornRenovation
CSI Bathware SEA-WB3221-
RH-PH ADA Bathroom Shower
Bath Seat Folding Wall -
Mounted Right Hand White
Phenolic Seat, 32 -Inch x 21 -
Inch, White/Stainless Steel
City of Sanford Public Works Page 9 of 12 07/23/18
Restroom Renovation
BEHR
5 gal. Deep Base 1 Part Epoxy Floor Paint
City of Sanford Public Works Page 10 of 12 07/23/18
Restroom Renovation
Brey-Krause ADA Fixed Tilt
Mirror - 24 inches Wide by 36
inches Tall
City of Sanford Public Works Page 11 of 12 07/23/18
Restroom Renovation
• Phthatatefree•
• 85% natural limestone- abundant in nature
• Contains both ProMbst-Consumer
recydedamtent
• Regcledt2Tinto KT
•except posttonwmerreeyrledmntent
• &Starta program reclaims
samples, installation waste and
jboringatendofuse
• Since 2011, adhesed 5%yemly
reduction goals in water, waste,
ene nlyandgreengas emissions
• Made in the U.SA
• ffoor5rore'certifiedmeeting CA01350
• W—f underlOWcul iometer
(under lira@ of quantification)
•
16F -33Z Gold
• low -emitting water-based adhesi es
MADE IN USA
FF
rr
I SPEED SWATCH
800-899-8916
16970 Munn Road
Chagrin Falls, GH 44023 THE ULTIMATE
800-899-8916 or 440-543-8916 larkett FLOORING EXPERIENCE
02014 Tarkett
tarkettna.com I Printed in the USA 6/14
The contents of this document including, but not limited to, all text and images (Content) are owned byJohnsonite Inc- with all rights reserved unless otherwise noted. Any Content that is a trademark, logo, or
service mark is also a registered and unregistered trademark of Johnsonite Inc- Your use of amy Content without the written permission of Johnsonite Inc is strictly prohibited.
City of Sanford Public Works Page 12 of 12 07/23/18
Restroom Renovation
VCT
Technical Data
Standards
VCT
Solids & Feature Strips
Featumstrips
sices, Quantities 8 Weights
1/4"x M"
loop'— m ctn
200 Un, ft. (60.96 Un. m per cm)
6 tbs per cm(2.7 kg)
7/2' x 24"
75 pieces per ctn-
150lKft(45.72fin.mper an)
Type of Ftoor Covering Vinyl Composition Tile VinytComposifion Tile
Classification ASTM F1066 Class 2Through Pattern Class 1 Solid Color
Total Thickness 1/8'(3.2 mm) 1/8'(3.2 mm)
Static load Limit ASTM F970 150 psi 150 psi
Tile Site 12'x12-(305 mmx305mm) 12'x12'(305mmx305mm)
weight/sq. ft/m'
1.4 His sq. ft (14.0 tbs. m')
1.4 Urs sq. ft. (14.0 tbs. m')
9 tbs per an (4 k9)
Carton Quantity
45 files• 45 sq. ft (4.18 m')
45 Utes- 45 sq. ft. (4.18 m')
1"x24'
Carton Weight
64 tbs (29.0 kg)
64 tbs (29.0 kg)
Sopt—percm-
100lin. it. (30A8 tin. m per un)
11.5 Lbs per con (5.2 k9)
2'.24"
25p: eces per ctn -
50 llmft(15.24 tin. m per « n)
12 tbs per ctn (5.4 kg)
15piecesperon-
30 ti n. ft(9.t4en.mperun)
Ftammabitity ASTM E648 Class 1>0.45 CRF Class 1 X0.45 CRF
Smoke Density ASTM E662 <450 -450
SlipResistanceSCOF ADA Compliant
Chemical Resistance Food Good
Cotars 73 Standard Price 4 Premium Price Solids
Warranty 5YearLIMITED Warranty. 5YearUNITED Warranty-
See t.rkettna.cora for
See tarkett—corn for
14 tbs per cm (6.3 kg)
complete warranty information.
complete—ranryinfarmation.
6'x24'
15 piecesperctn-
30 lin. ft.(9.14 Un. m per ctn)
Maintenance Conventional VCT Maintenance Conventional VCr Maintenance
3-5s coats of finish•
3-5s coats of finish*
21@s per an(9.5 kg)
• Depending upon use
of the floor.
P(easeviSittarkettna.comfor the most updated specifications, and installation, mdeamng and maintenanceinstructions.
The Johnsomte system
includes transitions and finishing borders
(wail base) to complete yourflooring design and installation.
Now to Order.
VCrStandard V -(XXX) Color Number or
VCf Solids VSO=) Color Number
V -(X)=) Color Number
• Phthatatefree•
• 85% natural limestone- abundant in nature
• Contains both ProMbst-Consumer
recydedamtent
• Regcledt2Tinto KT
•except posttonwmerreeyrledmntent
• &Starta program reclaims
samples, installation waste and
jboringatendofuse
• Since 2011, adhesed 5%yemly
reduction goals in water, waste,
ene nlyandgreengas emissions
• Made in the U.SA
• ffoor5rore'certifiedmeeting CA01350
• W—f underlOWcul iometer
(under lira@ of quantification)
•
16F -33Z Gold
• low -emitting water-based adhesi es
MADE IN USA
FF
rr
I SPEED SWATCH
800-899-8916
16970 Munn Road
Chagrin Falls, GH 44023 THE ULTIMATE
800-899-8916 or 440-543-8916 larkett FLOORING EXPERIENCE
02014 Tarkett
tarkettna.com I Printed in the USA 6/14
The contents of this document including, but not limited to, all text and images (Content) are owned byJohnsonite Inc- with all rights reserved unless otherwise noted. Any Content that is a trademark, logo, or
service mark is also a registered and unregistered trademark of Johnsonite Inc- Your use of amy Content without the written permission of Johnsonite Inc is strictly prohibited.
City of Sanford Public Works Page 12 of 12 07/23/18
Restroom Renovation