Loading...
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