Sumter Aquatics Center Swimming Pool Renovations

expired opportunity(Expired)
From: Sumter(City)
RFP #04-23/24

Basic Details

started - 22 Feb, 2024 (2 months ago)

Start Date

22 Feb, 2024 (2 months ago)
due - 04 Apr, 2024 (24 days ago)

Due Date

04 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
RFP #04-23/24

Identifier

RFP #04-23/24
City of Sumter

Customer / Agency

City of Sumter
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Proposals RFP #04-23/24: Sumter Aquatics Center Swimming Pool Renovation Response Deadline: Thursday, April 4th, 2024 @ 5:00 PM EST Deadline to Request Additional Information and Ask Questions: Monday, March 25th, 2024 by 5:00 PM EST All Questions will be posted and answered on the City’s Website no later than Wednesday, March 27th, 2024 by 5:00 PM EST Submit Proposals To: City of Sumter Attn: Sumter Aquatics Center Swimming Pool Renovation RFP 21 North Main Street / PO Box 1449 Sumter, SC 29150 PREPARED BY: City of Sumter CONTACT: Tony Butts tbutts@sumtersc.gov mailto:tbutts@sumtersc.gov Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 2 of 17 The City of Sumter, South Carolina (the “City”) invites qualified individuals or entities (referred to herein as “Vendors”) to submit
proposals for the above titled project. This solicitation is a Request for Proposals (“RFP”). Submission Deadline Proposals must be received no later than 2:00 PM EST on Thursday, April 4th, 2024. Submission Proposals must be submitted electronically as described in this solicitation. Selection The City of Sumter will conduct a formal selection process to determine the best qualified Vendor who meets the City’s needs and budget. A selection committee will review, evaluate, and score the proposals. One (1) or more top scoring Vendors may be short-listed and invited to interview for the project. Agreement The City anticipates entering into a contract with one (1) Vendor submitting the proposal deemed to be most advantageous to the City. The selected Vendor shall be required to sign a formal agreement (the “Agreement”). This RFP does not constitute an agreement or a contract with any Vendor. A proposal is not binding until proposals are reviewed and accepted by the City Council of the City and the Agreement is executed by both parties. Development Costs The City shall not be liable for any expense incurred in preparing a response to this RFP. Vendors should prepare a straightforward and concise description of the Vendor’s ability to meet the requirements of the RFP. Reserved Rights The City reserves the right to accept or reject any and/or all proposals, to waive irregularities and technicalities, and to request resubmission. The City shall be the sole judge of whether any proposal and/or the resulting Agreement is in its best interest, and its decision shall be final. The City reserves the right to accept or reject all or any part of a submission, if it is deemed in the best interest of the City. The City, in its sole discretion, may expand the scope of work to include additional requirements. The City reserves the right to investigate as it deems necessary to determine the ability of any Vendor to perform the work or services requested. Each Vendor, upon request, shall provide such information as the City deems necessary to evaluate its proposal. Flexible Scope. The scope of services described below is aspirational, but the City has budgetary limits. The City will negotiate a contract price after qualifications-based selection is complete (including, without limitation, by altering or reducing the scope of services). Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 3 of 17 A. General Procurement Information Responses to the RFP are not bids. If the City is willing and able to negotiate an agreement with the successful Vendor, the Agreement shall contain, at a minimum, the terms and conditions (or substantially the same terms and conditions) as hereinafter stated. The City reserves the right, in its sole discretion, to reject all submissions, reissue a subsequent RFP, or terminate, restructure, or amend this procurement process at any time. The final selection and contract negotiation rests solely with the City. It is the sole responsibility of each Vendor to gather adequate information, review collateral documents, and make those inquiries that are necessary and prudent as to the project. The Vendors are not entitled to rely on the City or the City’s representations or information to the exclusion of the Vendors’ due diligence. No questions may be directed to or contacts made with the Mayor, other members of City Council, the City Manager, or other City staff not identified in this RFP as points of contacts during the period that this RFP is made public until the final selection is made, except as otherwise provided for herein. Violation of this prohibition may disqualify the Vendor from further consideration. Any requests for additional information or questions concerning the procedures specified in this request should be directed to Tony Butts, via email only to tbutts@sumtersc.gov, with “Sumter Aquatics Center Swimming Pool Renovation” in the subject line. The City will not accept telephone calls or visits regarding this RFP. No interpretation shall be binding unless in writing from the City of Sumter. All questions must be received by 5:00 PM EST on Monday, March 25th, 2024. The City will not respond to questions submitted after this deadline. To request a site visit, contact BJ Reed, via email to breed@sumtersc.gov. See chart below for complete the complete RFP schedule. The City has set the above RFP Schedule. The City reserves the right to modify this RFQ/RFP Schedule as needed and will issue an addendum if it modifies the Schedule. Event / Occurrence Deadline City Issues RFP March 08, 2024 Deadline for Pool Contractors to submit questions regarding this RFP March 25, 2024 @ 5:00 PM EST Pool questions answered in Addenda to Pool Contractors No later than March 27, 2024 @ 5:00 PM EST Deadline for Pool Contractors to submit Responses No later than April 04, 2024 @ 2:00 PM EST City’s selection committee (or designated firm) reviews RFP Completion upon committee members meeting to discuss firm eligibility City to interview Pool Contractor(s) (Estimated) Only required if committee deems necessary City approves successful Pool Contractor Next business day of committee meeting and confirmation of eligibility mailto:tbutts@sumtersc.gov mailto:breed@sumtersc.gov Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 4 of 17 B. Scope of Work The City of Sumter seeks a well-qualified vendor to complete renovation the Sumter Aquatics Swimming Pool, located at 1115 South Lafayette Drive. The City views this project as an important step in developing Sumter’s community recreational facilities. An aerial view of the facility is included as Exhibit A of this solicitation. The L-shaped swimming pool is roughly 76 feet by 45 feet with a zero entry measuring 31 feet by 35 feet . The depth ranges from 0 feet to 3 1⁄2 feet in the zero entry, and 3 1⁄2 feet to 5 feet in the competition portion of the pool. The pool has a surface area of 4,489 square feet; and a deck measuring approximately 6,752 square feet. The City has developed a comprehensive list of services to be provided and completed for the Sumter Aquatics Center. The phases required for work by the Pool Contractor is as follows: 1. Removal of required items stated below. 2. Set up a meeting with the City of Sumter and M.E.&P. Inc., Engineering to discuss findings, issues, and next steps for resurfacing. 3. Installation of required items stated below The Sumter Aquatics Center Scope of work shall include: 1. Complete removal of pool plaster down to gunite, removal of tile, zero-entry non-slip plaster, and removal of any handrails or ladders that may impede construction. 2. Internal assessment with M.E.&P. Inc., Engineering (Referred to as Project Engineer) to provide directions for corrections to any voids or defects in shotcrete, gunite exposed. 3. Removal and replacement of existing slide with new slide provided by Owner*. 4. Removal and replacement of existing water feature with new water feature provided by Owner*. 5. Removal and replacement of competition starting blocks with new starting blocks provided by Owner*. 6. Installation of new kiddie slide provided by Owner*, in zero-entry per pool drawings. 7. Replacement of removed non-slip surface with new non-slip surface. See Drawing PC 0,1,2. 8. Removal of tiles and depth markers and replacement with new. See Drawing PC 0,1,2 for Tile Replacement Instructions. 9. Corrections to any damaged piping terminations in walls and floor of pool discovered in process. 10. Replacement of all in-water light fixtures with LED equipment. See Drawing PC 0,1,2 for details. 11. Replacement of all Main Drain covers with new VGBA 2017 compliant covers. 12. Installation of new Returns in wall and floor of pool. 13. Resurface and refinish pool as specified in Drawing PC 0,1,2; prepare surfaces for pool start-up. Above: Aerial view of Sumter Aquatics Center Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 5 of 17 14. Provide personnel for pool start-up, recommissioning. 15. Contractor to provide Bid Add-Alternate for replacement of pool deck surface with system specified in Drawing PC 0,1,2. *Note that the Owner for the Sumter Aquatics Center Pool is the City of Sumter. See attachments: 1. Sumter Aquatics PC 0,1,2 drawings 2. Large slide with custom flume design 3. Gum Drop water feature 4. Kiddie slide See below for existing features and conditions. Sumter Aquatics Center Existing Swimming Pool Features and Conditions Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 6 of 17 The Pool Contractor shall, without limitation to the City’s right to require other services not listed herein, carry out the responsibilities of the project in order to fulfill the Scope of Services in its entirety. Such services shall be performed consistent with the standard of care for construction professionals performing services. All Pool Contractors submitting a Response to this RFP and seeking to provide services for the Project should be familiar with all applicable regulations for commercial pool projects, should comply with state pool contractor requirements, and should be capable of providing services that will ensure the City complies with said requirements. Pool Contractors must demonstrate a minimum of ten (10) years of relevant experience and professional success with similar services for other Commercial Pool Constructions in similar or larger size ranges. All professional services will be provided by M.E.&P. Inc., Engineering. No professional services are required to be provided by the Pool Contractor. Pool Contractor will cooperate to provide information as required by SCDHEC. The City requires the Pool Contractor to adhere to the following phases, tasks, and milestones. Compliance with Applicable Laws The Pool Contractor’s Response must communicate the understanding of all applicable laws, guidelines, and requirements, including the 2021 International Swimming Pool and Spa Code (2021 ISPSC) if applicable, the 2014 South Carolina Public Swimming Pool Regulation 61-51, Pool Contractor Regulations of LLR, and local ordinances and/or other guidelines applicable to the Scope of Services. The Pool Contractor must confirm that the proposed Services will meet all the requirements of applicable codes, regulations, and guidelines. Deadlines The Pool Contractor must be prepared and equipped to provide services in an expeditious and timely manner to meet deadlines and schedules as proposed in RFQ by Contractor, to be approved by Owner. REPORTING DELIVERABLES A written report summarizing the results and recommendations from the above scope is required. The consultant shall factor in a minimum of 3 rounds of revisions for the draft report. These revisions may be structural, text edit, or graphic in nature. Any additional round of revisions shall be considered as extra-work and shall be billed per Section III Additional Services of this RFP. The consultant shall attend up to three (3) meetings associated with this project. These can be meetings with City Staff and/or City Council meetings. Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 7 of 17 C. Response Requirements and Submittal Format 1. Submittal Format, Evaluation Criteria Vendors shall prepare their proposals with reference to the items outlined in the Evaluation Form, and should ensure that proposals address the sub-items within each scoring criterion. The format for the Vendor’s response to the RFP is indicated below. 1. Executive Summary. Include key elements of the proposal. 2. Consultant’s Background. The Consultant’s general background and technical capabilities and experience with the scope of services requested. 3. Project Statement. Prepare a brief, general statement indicating the consultant’s overall understanding of the Project and the services to be provided. 4. Proposed Work Program. Identify the work elements to be undertaken, the procedures and methodology the consultant will employ to accomplish each work element and the output or work products to be provided. Identify any information needed from the City. 5. Schedule. Prepare a work schedule indicating the total time and staging for each work task and identify key milestone dates. 6. Resources Summary. Present a summary of the estimates of person-days and total dollar costs for each work element. 7. Past Projects. Provide a list of all similar projects completed by the Consultant within the last 3 years. 8. References. Identify three references (name, address and phone number) for recent similar projects. In addition to the information required in the Evaluation Form, Vendors should provide the following information: 1. Vendor’s Organization, Management, and General Qualifications. The principal individual responsible for the project should be identified and a statement presented that such individual will not be substituted without the express permission of the City. 2. Individual Qualifications. Vendors should identify and describe the qualifications of key personnel to be involved in the Agreement; describe previous experience of such key personnel in similar or related work; and list the position titles and the number of support personnel available that will work under the Agreement. 3. Experience and References. Vendors should provide information indicative of experience in other projects of similar complexity that demonstrates successful and reliable experience in past performance within the last three (3) years, as it relates to this RFP. A reference list for each Vendor is required. 2. Instructions for Questions No interpretations or clarification of the meaning of the instructions or scope of services will be allowed orally (except for general information). Every request for such interpretation should be e-mailed to Tony Butts, at tbutts@sumtersc.gov no later than March 25, 2024 @ 5:00 PM EST. All such interpretations and any supplemental instructions will be issued in the form of written addenda to the Request for Proposals. The City will not respond to questions submitted after this deadline. mailto:tbutts@sumtersc.gov Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 8 of 17 3. Proposal Deadline Proposals are due no later than 2:00 PM EST on Thursday, April 4th, 2024. 4. Instructions for Submitting a Proposal Vendors may access the electronic version of this RFP by visiting the following URL: https://www.sumtersc.gov/departments/purchasing/rfp-rfq Proposals must be submitted electronically. Vendors must upload proposals by visiting the following URL: https://www.sumtersc.gov/departments/purchasing/rfp-rfq Vendors must complete the online submission form and upload all related documents. Prior to clicking “submit”, Vendors are responsible for ensuring that all documents intended to be submitted have been uploaded to the website. Incomplete submissions will not be considered. The City undertakes no obligation to notify Vendors that a submission is incomplete. Vendors may e-mail the City RFP contact to confirm that a submission with attachments exists. The City is under no obligation to reply nor does lack of a reply lessen Vendor’s responsibility to submit a complete proposal. The City cannot confirm and will not open attachments to confirm completeness of proposal until the official opening. In the case of multiple submittals by a single Vendor, the last submittal by timestamp will be considered the final valid submittal. 5. Ownership of Proposal Documentation Upon receipt of proposals by the City, such proposals and all included documentation shall become the property of the City, without compensation to the Vendor, for disposition or usage by the City at its discretion. The City assumes no responsibility or obligation to proposers and will make no payment for any cost associated with the preparation or submission of proposals. 6. Confidential Information All inquiries or correspondence relating to or about this RFP and all proposals submitted shall become the property of the City when received and subject to public disclosure unless exempt from disclosure by law. Unless required by law, proprietary or financial information submitted by a proposer will not be disclosed if the Vendor visibly marks each part of the proposal which proposer considers to be confidential or proprietary information with the word “Confidential”. https://www.sumtersc.gov/departments/purchasing/rfp-rfq https://www.sumtersc.gov/departments/purchasing/rfp-rfq Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 9 of 17 D. Selection Process 1. Acceptance / Rejection Any proposals that do not conform to the essential requirements of the RFP shall be rejected. The City reserves the right to waive informalities and minor irregularities in submittals and reserves the sole right to determine what constitutes informalities and minor irregularities. The City also reserves the right to accept or reject any or all proposals received in response to this RFP and to negotiate separately with competing proposers. The City is not obligated to enter into any agreement on the basis of any submittal in response to this RFP. The City reserves the right to request additional information from any firm submitting under this RFP if the City deems such information necessary to further evaluate the firm's qualifications. The evaluation committee shall consist of City employees. They will review each submittal based upon the criteria listed herein. The written evaluation will produce a list of the top-rated proposals that will be selected for possible interviews (short list). Vendors may or may not be interviewed and the City reserves the right to conduct interviews at its sole discretion. Oral interviews, if necessary, will be conducted to make a final decision. Short-listed Vendors (if any) will be contacted via telephone or e-mail by the City to schedule an interview date and time. Vendors should plan to have available, in person, key personnel who will be assigned to work on the proposed project. Individuals who fail to attend a scheduled interview may not be given a score which could jeopardize the firm’s competitiveness. If awarded the project, all interview statements will become part of the final Agreement. 2. Selection / Award Criteria The award will be made to the highest ranked, responsive, and responsible Vendor whose offer is determined to be the most advantageous to the City. The award may be made by individual categories and/ or complete lot(s). Vendors must be responsive to the requirements stated herein. As noted, the City may request an interview phase. Scoring for interviews, should they be used, will be on a separate scale (in addition to the 100-point proposal review scale included as Exhibit B of this solicitation). The City reserves the right to hold interviews in addition to proposal document review to select a top-ranked firm if it is determined to be needed. It is anticipated that the submitted proposals will be evaluated and the top-ranking Vendor will enter the contract negotiation stage. Negotiations will involve an effort to confirm a pricing structure that is acceptable to all and to address any questions remaining after the selection process. If an appropriate Agreement can be successfully negotiated between the parties, it will be executed by the City Manager. If a successful Agreement cannot be negotiated with the highest-ranked firm, negotiations will be undertaken with the next firm in order of ranked preference. The RFP does not commit the City to pay for direct or indirect costs. Any costs associated with RFP preparation, pre-bid conferences, selection interviews, and any other consultant activity prior to award of the Agreement shall be at the proposer’s expense. Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 10 of 17 E. General Information and Instructions 1. Acceptance Period Any proposal in response to this solicitation shall be valid for one hundred and twenty (120) calendar days. At the end of this time the proposal may be withdrawn at the written request of the proposer if no award has been made. If the RFP is not withdrawn at that time, the proposal in its entirety, including the price structure, shall remain in effect. 2. Contract (Agreement) Upon award of the Agreement by the City, the Vendor shall agree to deliver services in accordance with the terms and conditions set forth therein and any negotiations that may occur. The Vendor shall understand that minor technical adjustments may be necessary as work progresses. Timely, quality service is critical to continuation of work under this Agreement. Proposed terms and conditions are included (see “General Conditions”). All Vendors should thoroughly review prior to submitting a proposal. Any proposed revisions to the terms or language must be submitted in writing with the Vendor’s response to the Request for Proposals within the Cover Letter. The certification contained herein shall be signed by an officer of the proposer having authority to execute the Agreement. 3. Confidentiality Unless otherwise required by law, and until the public opening of the proposals, all information, materials, and other documents submitted by a proposer shall not be released or made available to any person or entity except City representatives assisting in this procurement process. Unless required by law, proprietary or financial information submitted to the City by a proposer will not be disclosed if the proposer visibly marks each part of the proposal that the proposer considers confidential, financial, or proprietary information with the word “Confidential.” 4. Proposer’s Duty to Inspect, Advise, and Declare All Costs Each proposer shall become fully acquainted with the City’s requirements and the scope of the services to be provided. Proposers have a duty to request any information from the City as they deem necessary to prepare the RFP. No change order will be granted nor will additional compensation be permitted if based upon information that the proposer knew, or should have known, as part of the proposer’s duty to become acquainted with the City’s circumstances and requirements. 5. Time for Receiving Proposals Proposals submitted online prior to the time of opening will be encrypted and kept unopened. The official whose duty it is to open them will decide when the specified time has arrived, and no bid thereafter will be considered. 6. Cancellation of Proposals Proposals may be cancelled prior to the time fixed for opening. Negligence on the part of the proposer in submitting the proposal confers no right for the withdrawal of the proposal after it has been opened. Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 11 of 17 7. Ambiguous Proposals Proposals which are uncertain as to terms, compliance to requirements and/or specifications shall be rejected. 8. Conflict of Interest Proposers must describe, in the electronic proposal, all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the proposer’s judgment or quality of services being provided hereunder. Such notification shall identify the prospective business association, interest, or circumstance; the nature of work that such a person may undertake; and a request for an opinion of the City as to whether the association, interest, or circumstance would, in the opinion of the City, constitute a conflict of interest. By submitting a proposal, the proposer certifies that it has no conflict of interest with any employee, agent, elected official or officer of the city or any other conflict except as described in the proposal. 9. Collusion More than one proposal from an individual, firm partnership, corporation, association, or related parties under the same or different names will not be considered. If the City finds reason to believe that collusion exists among proposers, all proposals from the suspected firms will be rejected. “Related parties” means proposer or the principals thereof, which have a direct or indirect ownership or profit-sharing interest in another proposer. Proposers shall comply with all local, state, and federal directives, orders, and laws as applicable to this RFP and any resulting agreement. By responding to this RFP, proposers certify that the response is made without previous understanding, agreement, or connection with any person, firm, or corporation making a proposal for the same item, and they acknowledge that this would constitute an illegal action. Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 12 of 17 F. Protest Procedures 1. Right to protest. Any actual or prospective proposer or subcontractor who is aggrieved in connection with the solicitation or award of the Agreement may protest to the appropriate procurement officer. The protest setting forth the grievance shall be submitted in writing within five (5) days after such aggrieved persons know or should have known of the facts giving rise thereto, but in no circumstance after ten (10) calendar days of notification of the award of the Agreement. 2. Authority to resolve protests. The appropriate procurement officer shall have the authority, prior to the commencement of an administrative review as provided in this article, to settle and resolve a protest of an aggrieved proposer or subcontractor, actual or prospective, concerning the solicitation or award of the Agreement. This authority shall be applied in a manner consistent with regulations or laws governing the procurement of supplies, services, and construction for the City. 3. Decision. If the protest is not resolved by mutual agreement, the appropriate procurement officer shall issue a decision in writing within ten (10) calendar days. The decision shall state the reasons for the action taken. 4. Notice of decision. A copy of the decision rendered under Part 3 of this section shall be mailed or otherwise furnished immediately to the protestant and any other party intervening. 5. Finality of decision. A decision under Part 3 of this section shall be final and conclusive, unless fraudulent, or unless any person adversely affected by the decision requests a review in writing, setting forth the grievance to the City Manager within ten (10) calendar days of the decision. The protestant may also request an interview with the City Manager. 6. Request for review. The request for a review shall not stay the agreement unless fraudulent. Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 13 of 17 General Conditions The following terms and conditions shall be included in the Agreement. Access to Records - The Vendor shall make available for examination by the City all records with respect to matters covered by the Agreement, and shall maintain such records for a period not less than three (3) years after receipt of final payment under the Agreement. Amendments - The parties may amend the Agreement at any time provided that such amendments are executed in writing, signed by a duly authorized representative of both parties, and approved, where applicable, by the City’s governing body. The City may, in its discretion, amend the Agreement to conform with federal, state, or local governmental guidelines, policies, and available funding amounts, or for other reasons. If such Amendments result in a change in the funding, the scope of services, or schedule of the activities to be undertaken as part of the Agreement, such modifications will be incorporated only by written amendment signed by both parties. Assignability/Subcontracting - The Vendor shall not assign or subcontract any interest in the Agreement and shall not transfer any interest in the same without the prior written consent of the City. The Vendor shall be as fully responsible to the City for the acts and omission of its subcontractors, as it is for the acts and omissions of persons directly employed by the Vendor. The Vendor shall furnish and cause each of its subcontractors to furnish all information and reports required hereunder. Breach/Waiver - The failure of either the Vendor or the City to insist upon the strict performance of any provision of the Agreement shall not be deemed to be a waiver of the right to insist upon strict performance of such provision or of any other provision of the Agreement at any time. Partial payment by the City shall not be construed as a waiver. Waiver of any breach of the Agreement shall not constitute waiver of a subsequent breach. Commencement of Services - The Vendor shall meet with the appropriate City staff members to commence the project at such date after the Notice to Proceed has been issued. Duties upon Termination - Upon termination of the Agreement, the Vendor shall immediately provide the City with all records and data in any format the Vendor is capable of producing and at no cost to the City, which records and data were generated, created, or received by the Vendor in performance of the services required by the Agreement or as the City may deem necessary to perform the required services by the City or the Vendor’s successor. All records shall be free from any proprietary claims or interest. The Vendor agrees to fully cooperate with the City and any successor to ensure an effective transition to continuously provide the required services. Equal Employment Opportunity (EEOC) - During the performance of this Agreement, the Vendor agrees as follows: 1. The Vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, or national origin. The Vendor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Vendor will post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Vendor will, in all solicitations or advertisements for employees placed by or on behalf of the Vendor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, or national origin. Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 14 of 17 Findings Confidential - All reports, information, data, records, or documents of any kind, prepared or assembled by the Vendor under the Agreement are confidential and the Vendor agrees that they shall not be made available to any individual or organization without the prior written approval of the City. Independent Contractor - Nothing contained in the Agreement is intended to, or shall be construed in any manner, as creating or establishing the relationship of employer/employee between the parties. The Vendor shall remain an independent consultant with respect to the services to be performed under the agreement. The City shall be exempt from payment of all unemployment compensation, FICA, retirement, life and/or medical insurance and workers’ compensation insurance. Interest of Vendor - The Vendor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of services required to be performed under the Agreement or which is adverse to the interests of the City of Sumter. The Vendor will further covenant that in the performance of the Agreement no person having such interest shall be employed. The Vendor is expected to make its services available to other entities but will agree to refrain from representing other entities in matters in which the position of the City conflicts with that of the other entity. The Vendor has provided a list of all of its clients with whom there may be potential conflicts with the City. This list shall be supplemented throughout the duration of the Agreement. Notice 1. Written notice to the City shall be made by placing by registered mail, return receipt in the United States Mail, postage prepaid and addressed to: City of Sumter, Attn: City Manager 21 N. Main Street, 4th Floor Sumter, SC 29150 2. Written notice to the Vendor shall be made by registered mail, return receipt in the United States Mail, postage prepaid and addressed to them. Non-Discrimination - The Vendor will take affirmative action in complying with all federal, state, and local requirements concerning fair employment and employment of the handicapped, and concerning the treatment of all employees, without regard or discrimination by reason of race, color, religion, sex, sexual orientation, national origin, or physical handicap. Ownership of Project Documents - All data, documents, or other information of any description generated by or used by the Vendor or any subcontractor retained by the Vendor and related to the services required by the Agreement shall be the property of the City and shall not be used by the Vendor for any purpose whatsoever except to perform the services required by the Agreement. Remedies - The Vendor shall be entitled only to the actual direct costs of all labor and material expended on the services required under the Agreement prior to the effective date of the termination. In no event shall the Vendor be entitled to anticipatory profit or damages for any termination under the Agreement. In no event shall the Vendor be entitled to assert a claim in quantum meruit or any other measure of damages other than that stated herein. Severability - If any provision of the Agreement is held invalid, the remainder of the Agreement shall not be affected thereby if such remainder would then continue to conform to the terms and requirements of applicable law. State Law Applicable - The Agreement shall be construed in accordance with federal, state, local laws, ordinances, and codes in performing the work provided under the Agreement. The Vendor agrees to subject itself to the jurisdiction and venue of the Circuit Courts of Sumter County, State of South Carolina as to all Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 15 of 17 matters and disputes arising or to arise under the Agreement and the performance thereof. The City may seek attorney’s fees and the Vendor agrees to pay such fees as awarded by the Court or other body. Successorship - The agreement shall be binding upon the Vendor and upon its successors and assignees. Termination of Agreement - The City may terminate the Agreement at any time upon any of the following grounds: 1. Non-Appropriation. Failure by the City to appropriate funds for the performance of any of the services required in this Agreement in any annual budget. 2. Termination of Agreement for Cause. If, through any cause, the Vendor shall fail to fulfill in a timely and proper manner any obligation under the Agreement, or if the Vendor shall violate any of the covenants, agreements, or stipulations of the Agreement, the City shall thereupon have the right to terminate the Agreement by giving written notice to the Vendor of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, data studies, surveys, and reports prepared under the Agreement shall become the property of the City. Notwithstanding the above, the Vendor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the Vendor and the City may withhold any payments to the Vendor until such time as the exact amount of damages due to the City from the Vendor is determined. 3. Termination for Convenience of the City. The City may terminate the Agreement at any time by giving written notice to the Vendor of such termination and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. In that event, all finished or unfinished documents and other material as described in “Access to Records” herein shall, at the option of the City, become its property. The City shall, at its sole option and discretion, have the right to terminate this contract for any reason whatsoever. A termination for default under the Agreement, if wrongfully made, shall be treated as a termination for convenience under this clause. 4. Force Majeure. 5. Upon expiration of the term of this Agreement. 6. By mutual agreement. Whole Agreement - The Agreement represents the entire Agreement between the City and the Vendor and supersedes all prior communications, negotiations, representations, or agreements, either written or oral. Only written Amendments signed by both the City and the Vendor may amend the Agreement. Miscellaneous 1. Nothing in the Agreement shall be construed to give any rights or benefits to anyone other than the City and the Vendor. 2. In the event there are any disagreements between the City and the Vendor about any of the requirements, specifications, or interpretation of the Agreement, the Vendor agrees to defer to the reasonable interpretations of the City as from time to time may be made by the City. Ambiguities in the terms of the Agreement, if any, shall not be construed against the City. Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 16 of 17 Exhibit A: Aerial View of Sumter Aquatics Center Request for Proposals Sumter Aquatics Center Swimming Pool Renovation RFP #04-23/24 Sumter Aquatics Center Swimming Pool Renovation 17 of 17 Exhibit B: Vendor Evaluation Form City of Sumter, South Carolina Project Description: Sumter Aquatics Center Swimming Pool Renovation Project Location: 1115 South Lafayette Drive Evaluation Criteria Value Score A. Qualifications and Experience 1. Demonstrated recent experience reflecting the type of work, quality of work and ability to complete work within budget and schedule 2. Composition and expertise of the consultant team, including specific individuals who will perform work and the time spent by each. 1 – 30 ______ B. Understanding and Proposed Approach 1. Understanding of Scope of Work 2. Demonstrated successful experience and skill working with local government staff. 1 – 30 ______ C. Responsiveness 1. Completeness and general quality of the written submittal (organization, format, understandability, soundness of methodology) 1 – 20 ______ D. References 1. Past record and performance 3. Number and size of similar projects completed in past three (3) years 4. Claims for malpractice or defective performance that have been asserted against the Vendor within the past three (3) years 1 – 20 ______ TOTAL SCORE 0 - 100 ____ P .O . D ra w e r 7 3 9 C am p o b e llo , SC 2 9 3 2 2 8 6 4 .4 7 2 .4 5 9 6 w w w .M E P e n g. n e t P .O . D ra w e r 7 3 9 C am p o b e llo , SC 2 9 3 2 2 8 6 4 .4 7 2 .4 5 9 6 w w w .M E P e n g. n e t ” “ ” “ ” PC TO REMOVE EXISTING NON-SLIP SURFACE & ZERO ENTRY FOR REPLACEMENT PC TO REMOVE EXISTING PIPE WATER FEATURE AND LEAVE WATER PIPING IN PLACE FOR RECONNECTION TO NEW FEATURE. PC TO REMOVE EXISTING SLIDE PC TO LEAVE EXISTING STAIRS, LANDING & 2 COLUMNS SUPPORTING STAIRS AND LANDING. EXISTING COLUMN TO BE REMOVED. POOL CONTRACTOR TO LEAVE & PROTECT BOLTS INSTALLED IN CONCRETE FOOTER. EXISTING COLUMNS TO REMAIN PC TO REMOVE EXISTING COMPETITION STARTING BLOCKS. PREPARE FOR NEW STARTING BLOCKS. PC TO TAKE CARE TO NOT DAMAGE EXISTING COMPETITION TIMING SYSTEM. ALL TILE AT WATERLINE TO BE REMOVED ALL COMPETITION TILE TO BE REMOVED FLOOR RETURNS TO BE REMOVED AND SAVED FOR REINSTALLATION LIGHTS TO BE REMOVED DURING DEMO PHASE. PROTECT CONDUIT AND HOUSING FOR UPFIT PHASE. POOL CONTRACTOR TO REMOVE PLASTER TILE THROUGHOUT POOL. PC TO BRING ANY DAMAGE OR VOIDS IN CONCRETE FOUND DURING PLASTER REMOVAL TO THE ATTENTION OF THE ENGINEER. PC TO TEMPORARILY REMOVE ALL LADDERS DURING PLASTER REMOVAL & REPAIR MAIN MAIN DRAIN COVERS TO BE REMOVED. PC TO PROTECT EXISTING MAIN DRAINS. ALL COMPETITION TILE TO BE REMOVED PC TO NOT DAMAGE EXISTING WATER SUPPLY PIPING FOR SLIDE DURING DEMO. PC TO PROTECT EXISTING COPING FOR RE-USE IN UPFIT PHASE PC TO CONNECT PROJECT ENGINEER FOR MEETING TO REVIEW POOL AFTER PLASTER HAS BEEN REMOVED FOR INSPECTION. ENGINEER WILL ASSESS THE STATE OF THE SHOTCRETE FOR ANY VOIDS OR DEFICIENCIES AND PROVIDE DIRECTION FOR ANY REMEDIATION. PC TO NOT RE-PLASTER THE POOL PRIOR TO ENGINEER APPROVAL. EXISTING TRENCH DRAINS. TYPICAL. P .O . D ra w e r 7 3 9 C am p o b e llo , SC 2 9 3 2 2 8 6 4 .4 7 2 .4 5 9 6 w w w .M E P e n g. n e t P .O . D ra w e r 7 3 9 C am p o b e llo , SC 2 9 3 2 2 8 6 4 .4 7 2 .4 5 9 6 w w w .M E P e n g. n e t PC TO INSTALL 2"x2" DALTILE D621 FOR NON-SLIP ZERO ENTRY. PC TO COORDINATE WITH OWNER FOR COLOR CONFIRMATION. PC TO INSTALL NEW OWNER'S WATER FEATURE IN SAME LOCATION AS DEMO'D WATER FEATURE. AQUAWORX PART # IWFGUMDROP. PC TO INSTALL NEW OWNER'S SLIDE COORDINATE FINAL LOCATION WITH OWNER & SLIDE MFG REQUIREMENTS FOR HOLD DOWN & FOOTERS. WATER ODYSSEY MODEL # F1141. PC TO REPLACE ALL DEPTH MARKERS ON POOL DECK AND IN POOL WITH NEW. MATCH EXISTING COLORS. PC TO RE-INSTALL ALL RAILINGS & LADDERS REMOVED DURING DEMO PHASE. RECONNECT OTTO EXISTING EQUIPOTENTIAL BONDING SYSTEM LOOP POOL CONTRACTOR TO INSTALL NEW SLIDE SUPPORT POSTS IN EXISTING CONCRETE FOOTERS. PC TO INSTALL NEW SLIDE PROVIDED BY OWNER. PC TO RE-PLASTER EXISTING POOL. PC TO MATCH ORIGINAL COLOR & PLASTER DEPTH. SEE SPECIFICATIONS FOR PLASTER REQUIREMENTS PC TO ENSURE ALL METALLIC EQUIPMENT IS RECONNECTED TO EXISTING EQUIPOTENTIAL BONDING SYSTEM. PROVIDE PICTURES TO ENGINEER. PC TO SUPPLY CUSTOM CANVAS FOR COVERING POOL SLIDE DURING OFF MONTHS. PC TO PROVIDE SUBMITTAL WITH PRICING FOR REVIEW. PC TO RE-CONNECT SUPPORT COLUMN INTERCONNECTING MEMBERS PER SLIDE MANUFACTURE INSTRUCTIONS. PC TO INSTALL NEW TILE WHERE REMOVED IN DEMO PHASE FOR LANES & WATERLINE. PC TO MATCH ORIGINAL COLORS. PC TO RE-INSTALL EXISTING HAND RAILS AND ATTACH BACK TO BONDING GRID. PC TO PROTECT EXISTING COPING. PC TO RECONNECT EXISTING VACCUM LINE TO NEW PLASTER WALL. PC TO RECONNECT EXISTING SKIMMERS & EQUILIZERS TO NEW PLASTER WALL. INSTALL WITH VGBA COVERS ON EQUILIZERS. PC TO CONNECT PROJECT ENGINEER FOR MEETING TO REVIEW POOL AFTER PLASTER HAS BEEN REMOVED FOR INSPECTION. ENGINEER WILL ASSESS THE STATE OF THE SHOTCRETE FOR ANY VOIDS OR DEFICIENCIES AND PROVIDE DIRECTION FOR ANY REMEDIATION. PC TO NOT RE-PLASTER THE POOL PRIOR TO ENGINEER APPROVAL. PC TO INSTALL PENTAIR INTELLIBRITE ARCHITECTURAL SERIES LED POOL LIGHT WITH ORIGINAL CONDUIT AND HOUSING. PC TO DETERMINE WIRING NEEDS THROUGH COORDINATION OF EXISTING CONDITIONS. AREA TO BE RESURFACED UNDER BID ALTERNATE IS APPROXIMATELY 6,700 SQUARE FEET. PC TO INSTALL NEW 2017 VBGA COMPLIANT MAIN DRAIN COVERS. EXISTING TRENCH DRAINS. TYPICAL. POOL CONTRACTOR TO INSTALL NEW STARTING BLOCKS PROVIDED BY OWNER FOR ALL LANES. INSTALL ACCORDING MFG REQUIREMENTS. AVOID EXISTING COMPETITION TIMER SYSTEM CONTROL WIRING. CONNECT TO EXISTING EQUIPOTENTIAL BONDING SYSTEM. TYPICAL OF ALL POOL CONTRACTOR TO INSTALL NEW 16X16 VGB 2017 AQUASTAR 1216 MAIN DRAIN COVER. INSTALL PLASTER FRAME AND GRATE. PC TO ENSURE EXISTING PLASTER FRAME OF SUMP IS SEALED DURING PLASTERING PHASE TO PREVENT LEAKAGES. TYPICAL OF ALL 6 SUMPS. P .O . D ra w e r 7 3 9 C am p o b e llo , SC 2 9 3 2 2 8 6 4 .4 7 2 .4 5 9 6 w w w .M E P e n g. n e t P .O . D ra w e r 7 3 9 C am p o b e llo , SC 2 9 3 2 2 8 6 4 .4 7 2 .4 5 9 6 w w w .M E P e n g. n e t 10601 OAK STREET N.E. ST. PETERSBURG, FL 33716 (888) 426-8511 REVISION NUMBER REV DATE 1 BYREVISION DESCRIPTION NOTES SCALE: DATE: DRAWN BY: REVIEWED BY: C.P.S.1/2" = 1'-0" 10.16.23 DRAWING NAME/NUMBER: ENGINEER OF RECORDSUMTER AQUATIC CENTER USA AWSL - 384R- OPEN FLUME SLIDE (400 GPM RECOMMENDED) APPROX. 68'-7" LONG, ELEVATION 9-4" 5/8" THICK STL PL WITH (2)-8 7/8" X 7/8" SLOTS DOUBLE SLOT FASTENING PLATE YOKE PLATE DETAIL SCALE: NTS 5 AWSL-1 10" 10"1'-2" 1'-2" EQEQ TYP 0'-3"X1'-0"X3/8" STL PL W/ 6 3/4" SLOT (6" OC) 3/16 3/8"ADJUSTABLE FASTENING PL PER SLIDE DRAWINGS SEE SLIDE ELEVATIONS FOR HORIZONTAL AND DIAG. MEMBERS ARM & FASTENING PLATE ISOMETRIC VIEW 3/4"Ø X 5 1/2" SS BOLT W/2" 3" TYP2 3/16 3/16 8" 8" 3/8" STIFF PL EA SIDE OF SLOTTED HOLE SEE DETAIL FOR SIZE 7° 4" WASHER SCALE: NTS 9 AWSL-1 TYP3/16 TUBE TYP 3/16 3/16 HOR. ARM BRACKET DETAIL SIDE VIEW 4 12" 4" SCALE: NTS 6 AWSL-1 4" 3" 1" 1 2" PL WELDED TO PIPE & BOLTED TO PLATE W/ 34"Ø x 2 12" SS BOLT 1 2" PL WELDED TO PIPE & BOLTED TO PLATE W 34" Ø X2 12" SS BOLT 2" 4" 4" 8" 6" CL COL & FTG VA R IE S SE E SC H ED FTG SIZE & REINF PER SCHED 2" M AX N O N -S H R IN K G R O U T (M IN ) T/ FTG EL 0'-6" SLIDE SHELL YOKE PLATE SECTION ON COLUMN SCALE: NTS 10 AWSL-1 STD PIPE COL PER PLAN STD YOKE PLATE SEE DETAIL 1/ASWL-01 BASE PL & ANCHOR RODS 3 4" CHAMFER SECTION A-A 2'-0" 2' -0 " 2" CLR, TYP PROVIDE #3 TIES @ 6" OC. PROVIDE (3)-#3 TIES @ 2" OC @ T/ PIER. COORD PLACEMENT W/ ANCHOR RODS (TYP) (4)-#6 VERT SLIDE SHELL STD YOKE PLATE SEE DETAIL 1/ASWL-01 12"x12"x3/4" THK PL W/ (4)-3/4"Ø EPOXY ANCHORS W/ 7.5" MIN EMBED W/ HILTI HY200 EPOXY 6" VA R IE S SE E SC H ED FTG SIZE & REINF PER SCHED 2" M AX N O N -S H R IN K G R O U T (M IN ) T/ FTG EL 0'-6" 3 4" CHAMFER BASE PLATE DETAILS SCALE: NTS 7 AWSL-1 YOKE PLATE SECTION ON CONCRETE PIER SCALE: NTS 11 AWSL-1 1'-6" 7" REF 2" 3/8" THICK PLATE W/ (3) Ø 5/8" EQUALLY SPACED SLOTS ELEVATION 1'-8" 1'-10" 2" 41 2" 45° CHAMFER 5 8" SLOTS FOLLOW RADIUS TYPICAL SLIDE BRACING PLATE TYP 3/16 TYP 3/16 TYP DIAGONAL AND HORIZONTAL ARMS TO BE HSS 3X3X3/16 TYP RADIAL ARM DETAIL NOT SCALED DIA. ARM BRACKET DETAIL SLIDE SUPPORT ARM NOT SCALED 3/16 6 1/2"X4"X1/2" STL PL 1/2" STL PL 6 1/2" 6 1/2" 90.00° 3/4" TYP 3/16 STEEL PIPE, SEE SLIDE ELEVATIONS FOR SIZE SEE THE ADJUSTABLE H O R I Z O N T A L ARM BRACKET DETAILVARIES STIFF PL 1/2"X6"X6" WELDED TO ANGLE L 6"X6"X1/2"X4" HORIZONTAL SUPPORT ARM, SEE SLIDE ELEV. FOR CONFIGURATION SEE THE ADJUSTABLE D I A G O N A L ARM BRACKET DETAIL DIAGONAL SUPPORT ARM, SEE SLIDE ELEV. FOR CONFIGURATION ADJUSTABLE FASTENING PL TYPICAL SUPPORT ARM TYP 3/16 3/16 TYP 3/16 0'-4"X1'-0"X 3/8" STL PL W/2 HOLES 5/8"Ø (6"OC) TYP 3/16 3/16 8" 8" 3/4"Ø X 7" DP. 2 HOLES DRILL ACCORDING TO PL 3/8"ADJUSTABLE FASTENING PL 5/8" SS EPOXY ANCHOR W/ 7" MIN EMBEDMENT SEE ELEVATIONS CONCRETE PEDESTAL PEDESTAL / SLIDE CONNECTION DETAIL EPOXY ANCHOR SYSTEM SHALL BE HILTI HIT HY150 OR APPROVED EQUAL. INSTALL ANCHORS PER MANUFACTURES WRITTEN INSTRUCTIONS. ANCHORS SHALL BE STAINLESS STEEL ANCHORS. NOT SCALED 5/ 8" X2 1 /2 " SS B O LT DETAILS SCALE: NTS 12 AWSL-1 7.4° TILT (2) 3/4" X 3" HDG HEX. HEAD BOLT WITH LOCK AND FLAT WASHER SLIDE BRACING PLATE ON A 7.4° ANGLE, MAINTAIN A 3 7/8" DIST AT BOTTOM AS SHOWN SINGLE SLOT PLATE WELDED TO SLIDE BRACING PLATE 3/16 TYP DOUBLE SLOT PIECE WELDED TO PIPE STD PIPE PER PLAN (2)-3/4" NUT AND FLAT WASHER 3 78" STIFF PLATE CL COL & FTG STD PIPE COL PER PLAN 3/4" CHAMFER BASE PL & ANCHOR RODS SC H ED SE E M AX6" G R O U T (M IN ) 2" M AX N O N -S H R IN K PER SCHEDULE FTG SIZE & REINF EM BE D COLUMN FOUNDATION SCALE: NTS 8 AWSL-1 CONCRETE & ATTACHMENT PLAN SCALE: 1/2"=1'-0" DIAG. ARM BRACKET DETAIL SCALE: NTS 13 AWSL-1 6 1/2" 6 1/2" 90.00° 3/4" 5/ 8" X2 1 /2 " SS B O LT LAYOUT DETAIL SCALE: 1/2"=1'-0" - @ 6"Ø STD PIPE COL 3/4'' STEEL PLATE 1'-10" 8" 7 8" 21 2" 6 58" (6)-3/4" ANCHORS AS PER PLAN 11 2"x2 5 8" 3 16Ø1'-10" R8" --SOUTH CAROLINA AWSL-1 3 AWSL-1 4 PLUMBING DETAIL SCALE: NTS 14 AWSL-1 6" SCH-80 PVC FURNISHED UP TO THIS POINT BY CONTRACTOR 3" SCH-80 PVC LENGTHPILE ID FOOTER & PILING SCHEDULE F1 WIDTH DEPTH TOP REINFTOP OF FOOTER (EACH WAY) BOTTOM REINF (EACH WAY) 4' - 0" 4' - 0" #5@6"O.C.#5 @12" O.C.1'-4" F2 3' - 0" 3' - 0" #5@6"O.C.#5 @12" O.C. COLUMN AND SUPPORT ARM SCHEDULE TOP OF FOOTER C1 12'-0" C2 1'-7" COLUMN DIAMETER 10" 6" COLUMN HEIGHT COLUMN I.D. TOP COPING @ 16"Ø STD PIPE COL 1.25'' STEEL PLATE 2'-8" 1'-11 2" 21 2" 1'-5" (6)-1" ANCHORS AS PER PLAN TYP SLOTTED HOLES (6 PER PLATE AS SHOWN) Ø2'-8" 3 16 R1'-11 4 " 112"x 2 12"11 2" R1'-1 1 4 " TYP SLOTTED HOLES (6 PER PLATE AS SHOWN) TOP COPING TOP COPING TOP COPING 1'-4" HSS 4X4X3/8 (ARM -D) HS S 4X 4X 3/ 8 (A RM -C ) HSS 4X4X3/8 (ARM -B) HS S 4X 4X 3/ 8 (A RM -A ) C1 C2 EXISTING POOL EXISTING POOL (C2) 6" DIA SUPPORT POLE, SEE AWSL-1,8 FOR DETAIL F2 1 2 3 4 5 67 8 9 10 11 12 13 14 F1 ID 1 2 3 4 5 6 7 8 9 10 3-7 S ENT PART # CONFIGURATION C LENGTHL 3'- 11 1/8" OPEN FLUME SEGMENTS LIST START TUB A45-5-9 45° WITH 5'-9" RADIUS 4'- 6 3/16" 3-4 SSTR SHORT STRAIGHT 3'- 4" (C1) 10" DIA SUPPORT POLE, SEE AWSL-1,8 FOR DETAIL 4' 4' 3' 3' HORIZONTAL SUPPORT ARM ASSEMBLY (TYP) SEE AWSL-1 - 5, 9, 12 FOR DETAIL SIDE ELEVATION SCALE: N.T.S.AWSL-1 1 FRONT ELEVATION SCALE: N.T.S.AWSL-1 2 11 12 13 14 4-1 P ENT 4'-1 1/2"END TUB 6-8 SSTR 6'-8"LONG STRAIGHT A45-5-9 45° WITH 5'-9" RADIUS 4'- 6 3/16" A45-5-9 45° WITH 5'-9" RADIUS 4'- 6 3/16" A45-5-9 45° WITH 5'-9" RADIUS 4'- 6 3/16" A45-5-9 45° WITH 5'-9" RADIUS 4'- 6 3/16" A45-5-9 45° WITH 5'-9" RADIUS 4'- 6 3/16" A45-5-9 45° WITH 5'-9" RADIUS 4'- 6 3/16" A45-5-9 45° WITH 5'-9" RADIUS 4'- 6 3/16" 6-8 SSTR 6'-8"LONG STRAIGHT 6-8 SSTR 6'-8"LONG STRAIGHT 8'-11 2" 11'-10" MEASUREMENTS TB CONFIRMED IN THE FIELD CUSTOM FLANGED END TUB ATTACHMENT FOR QUICK REMOVAL (SEE DETAIL) *FOOTER SCHEDULE IS A DESIGN ESTIMATE, SITE SPECIFIC ENGINEERING TBD AutoCAD SHX Text 8"x6"x1/2" STL PL AutoCAD SHX Text (LLV) AutoCAD SHX Text 1/2" STL PL AutoCAD SHX Text STIFF PL 1/2" AutoCAD SHX Text WELDED TO AutoCAD SHX Text ANGLE AutoCAD SHX Text L6"x6"x1/2"x4" AutoCAD SHX Text LONG AutoCAD SHX Text 3/16 AutoCAD SHX Text TYP AutoCAD SHX Text 3/16 AutoCAD SHX Text TYP AutoCAD SHX Text 6 1/2" AutoCAD SHX Text 8" AutoCAD SHX Text 3/16 C.P.S./S.L.3/8" = 1'-0" 10-24-19 PROJECT NAME LOCATION AQUA GUM DROP AWT- DESCRIPTION 2 NOTES: S.B.USA NOTES: 1. PROVIDE ELECTRICAL BOND WITH POOL OR DECK STEEL. 2. INSTALL PLUMB AND LEVEL WITH FLOOR. 3. DO NOT SCALE DRAWING. FOOTING ATTACHMENT PLATE 2'-0" 2'-0" METRO OASIS SERIES GROUNDING LUG ATTACHMENT PLATE 10601 OAK STREET N.E. ST. PETERSBURG, FL 33716 (888) 426-8511 PLAN VIEW ELEVATION ATTACHMENT PLATE W/ GROUNDING LUG 1 1/2" SUPPLY LINE BASE COVER 4" PAINTED S.S. PIPE FOOTER FINISHED FLOOR 1 4" FRP UMBRELLA 3'-0" 7'-0"7'-0" 1'-2" 8'-2" 1 4" FRP UMBRELLA 5 FT DIA SPLASH ZONE #3 REBAR 6" STAINLESS STEAL WEDGE ANCHORS AQUA GUM DROPS WIDTH HEIGHT GPM SPLASH AREA FEATURE PIPE 3'-0" 8'-2" 55 5'-0" 1 1/2" AutoCAD SHX Text SCALE: AutoCAD SHX Text DATE: AutoCAD SHX Text DRAWN BY: AutoCAD SHX Text REVIEWED BY: AutoCAD SHX Text DRAWING NUMBER: 512.392.1155 | www.waterodyssey.com Creating Compelling Aquatic Play Experiences This Aqua Slide has a double chute slide for double the fun! Designed with two straight chutes that exit the front. TECHNICAL NOTESACTIVITY MODEL: F1141 8 GPM/30 LPM 9’-4”/4’-6”/5’-6” 287/137/167 CM *Notes optional water effects. Chute(s): 2 Recommended Ages: 5-12 Owner responsible for posting of signage two for one Slide Fun Forms Aqua SLidesTM HAND-CARVED CREATIONS WITH COOL SPRAY EFFECTS • Coated with Aqua Armor - the most durable Chlorine, UV and vandal resistant coating in the industry • ASTM compliant • Shown designed for flat areas (less than 2% slope/cross slope.) For slopes greater than 2%, in water applications or pool edge configurations consult with Water Odyssey. • Optional slide mats recommended. • Visual and dimensions are approximate - final dimensions and colors may vary.

21 N. Main Street, Sumter, SC 29150Location

Address: 21 N. Main Street, Sumter, SC 29150

Country : United StatesState : South Carolina

You may also like

KHI-FAC: SERVICES OF SWIMMING POOL DECK TREATMENT

Due: 29 Apr, 2024 (Tomorrow)Agency: STATE, DEPARTMENT OF

Osage Beach City Park Maintenance Building Bathroom Addition

Due: 09 May, 2024 (in 10 days)Agency: City of Osagebeach

Carbon Dioxide for Swimming Pools

Due: 22 Aug, 2024 (in 3 months)Agency: Department of Recreation

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.