Skip to main content
File #: 26-0211    Version: 1 Name:
Type: General Business Status: Agenda Ready
File created: 12/8/2025 In control: City Commission Regular Meeting
On agenda: 1/20/2026 Final action:
Title: Approve Sixteenth Amendment to Construction Manager at Risk Contract No. 2023-17.001 for Construction Services Contract Phase II, Work Assignment #2025-52FM, By and Between the City of North Port, Florida, and Wharton-Smith, Inc., for the Installation of Temporary Office Buildings at the Public Works Campus in the Amount of $277,640.00
Attachments: 1. Amendment, 2. Contract No. 2023-17.001, 3. Florida Division of Corporations Document
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

TO:                                           Honorable Mayor & Members of the North Port Commission

 

FROM:                      A. Jerome Fletcher II, ICMA-CM, MPA, City Manager

 

TITLE:                     Approve Sixteenth Amendment to Construction Manager at Risk Contract No. 2023-17.001 for Construction Services Contract Phase II, Work Assignment #2025-52FM, By and Between the City of North Port, Florida, and Wharton-Smith, Inc., for the Installation of Temporary Office Buildings at the Public Works Campus in the Amount of $277,640.00

 

 

Recommended Action

 

Option 1: Approve Sixteenth Amendment to Construction Manager at Risk Contract No. 2023-17.001 for Construction Services Contract Phase II, Work Assignment #2025-52FM, by and between the City of North Port, Florida, and Wharton-Smith, Inc., for the installation of temporary office buildings at the Public Works campus in the amount of $277,640.00.

 

City Commission Options

 

Option 1: Approve Sixteenth Amendment to Construction Manager at Risk Contract No. 2023-17.001 for Construction Services Contract Phase II, Work Assignment #2025-52FM, by and between the City of North Port, Florida, and Wharton-Smith, Inc., for the installation of temporary office buildings at the Public Works campus in the amount of $277,640.00.

                     Pros: Secures timely installation of temporary office trailers using a qualified vendor selected through a competitive process. This action addresses current overcrowding caused by storm-related facility losses and the temporary co-location of Utilities staff, improving staff productivity, protecting equipment and supporting efficient delivery of Public Works and Utilities services.

                     Cons: Commits funding toward the installation of temporary office trailers which may limit budget availability for other infrastructure and maintenance needs.

 

Option 2: Deny Sixteenth Amendment to Construction Manager at Risk Contract No. 2023-17.001 for Construction Services Contract Phase II, Work Assignment #2025-52FM, by and between the City of North Port, Florida, and Wharton-Smith, Inc., for the installation of temporary office buildings at the Public Works campus in the amount of $277,640.00.

                     Pros: Maintains availability of funds for other infrastructure and maintenance needs.

                     Cons: Delays the procurement and installation of necessary temporary office trailers, prolonging overcrowded conditions that may reduce staff productivity, affect equipment longevity, and hinder efficient delivery of services.

 

Background Information

 

In 2022, Hurricane Ian damaged the former Utilities Administration Facility beyond feasible repair, resulting in the displacement of Utilities staff while a new Utilities Administration Facility is under construction. Hurricane Ian also damaged the former Public Works Operations Building beyond feasible repair, displacing Public Works staff.

 

As an interim measure, Public Works is temporarily accommodating Utilities administrative staff within the Public Works Administration Facility located at 1100 N. Chamberlain Boulevard. Since their original facility was damaged in 2022, Utilities administrative staff have been relocated to multiple different locations across the City. This temporary co-location provides a more stable and consistent work environment for Utilities staff, which is beneficial for continuity of operations and employee morale while their permanent facility is being completed. The Public Works Administration Facility was already at or near maximum staffing capacity prior to the co-location. While this arrangement is manageable in the short term, the current level of overcrowding necessitates the expansion of temporary office space to adequately support both near-term and longer-term operational needs.

 

To expedite the installation of temporary office trailers, staff evaluated available delivery methods and determined that utilizing the existing Construction Manager at Risk (CMaR) Continuing Services Contract is the most efficient and practical approach. The CMaR contracting process includes the following two phases:

 

Ø      Phase I - Pre-Construction Phase: The Contractor is selected and issued a Work Assignment to review the scope of work, obtains subcontractor quotes, and develops a Guaranteed Maximum Price (GMP).

 

Ø      Phase II - Construction Phase: Upon acceptance of the GMP, the Contractor proceeds with the authorized scope of work.

 

The Sixteenth Amendment to the CmaR Contract No. 2023-17.001 provides the authorization and funding required to proceed with Phase II, which includes the installation of utilities and supporting infrastructure (water, sewer, electric, network/data, sidewalks, and fire alarm connections) necessary for occupancy of the temporary office trailers. The temporary office trailers themselves have been purchased from Mobile Modular Management Corp in the amount of $306,630.00 in December 2025.

The Department of Public Works provided a direct selection of Wharton-Smith, Inc., as the preferred CMaR to perform the required installation work.  Accordingly, staff requests City Commission approval of the Sixteenth Amendment to CMaR Contract No. 2023-17.001 with Wharton-Smith, Inc., in the amount of $277,640.00 to proceed with installation of the temporary office trailers.

The Sixteenth Amendment to Construction Manager at Risk Contract No. 2023-17.001, Work Assignment #2025-52FM, has been reviewed by the City Attorney’s Office and is legally correct as to form.

The Sixteenth Amendment to Construction Manager at Risk Contract No. 2023-17.001, Work Assignment #2025-52FM, was provided to the City Clerk's Office on December 23, 2025 for signature subject to City Commission approval.

 

 

Strategic Plan Pillar

 

Infrastructure & Facilities Integrity

 

Financial Impact

 

Funding in the amount of $186,000.00 is available in Fiscal Year 2026 Road and Drainage District Budget, Project Number R25TTP, account number 107-5000-541.64-00.

 

Funding in the amount of $91,640.00 is available in Fiscal Year 2026 Utilities Budget Project Number R25TTP, account number 420-6060-536.64-00.

 

Procurement

 

Phase II - Public Works Construction Manager at Risk Contract No. 2023-17.001 was procured pursuant Chapter 2 Administration, Article VIII Procurement, Section 2-406 Professional services selection under Consultants’ Competitive Negotiation Act (CCNA), F.S. § 287.055 of the Code of the City of North Port, Florida.

 

Wharton-Smith, Inc.

750 Monroe Rd

Sanford, FL 32771

 

Attachments:

1.                     Amendment

2.                     Contract No. 2023-17.001

3.                     Florida Division of Corporations Document

 

 

 

Prepared by:                                            Garrett Woods, CPWP-M, Senior Business Manager

 

Department Director:                       Chuck Speake, Director of Public Works