My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
04/15/2014
CBCC
>
Meetings
>
2010's
>
2014
>
04/15/2014
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
4/4/2018 6:46:11 PM
Creation date
3/23/2016 8:46:43 AM
Metadata
Fields
Template:
Meetings
Meeting Type
BCC Regular Meeting
Document Type
Agenda Packet
Meeting Date
04/15/2014
Meeting Body
Board of County Commissioners
Book and Page
317
Supplemental fields
FilePath
H:\Indian River\Network Files\SL00000D\S0003VK.tif
SmeadsoftID
13701
Jump to thumbnail
< previous set
next set >
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
317
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
INDIAN RIVER COUNTY, FLORIDA <br />MEMORANDUM <br />DATE: April 1, 2014 <br />TO: Joseph A. Baird, County Administrator <br />THROUGH: Christopher R. Mora, P.E., Public Works Director <br />FROM: Christopher D. Burr, Facilities Manager <br />SUBJECT: Professional Roof Design and Evaluation Consulting Service, <br />RFQ No. 2013049 <br />DEPARTMENTAL <br />DESCRIPTION AND CONDITIONS <br />On June 21, 2013, a Request for Qualifications (RFQ No. 2013049) was advertised on <br />DEMANDSTAR, a nationwide internet-based government bid site. The RFQ is for Professional <br />Roof Design and Evaluation Consulting Service for a variety of future projects that may be <br />authorized by Indian River County. The professional services may include evaluations of existing <br />roof conditions, design solutions for remedial work, design solutions for roof replacement, and <br />preparation of design documents. <br />All submittal packages are on file in the County Purchasing Division. <br />A selection committee comprised of the Facilities Manager, Public Works Director, and County <br />Engineer independently reviewed the thirteen (13) qualified submittal packages and short-listed <br />five (5) firms for interviews in accordance with FS 287.005 and the County Purchasing Manual. <br />The result was that the top two firms Jay Ammon Architect, Inc. and REI Engineers, Inc. were <br />chosen. On December 10, 2013 the board approved the Public Works Department to enter into <br />contract negotiations with the selected firms. <br />FUNDING <br />Although no money is directly allocated for these services, funds are available in the Facilities <br />Management Other Contract Services Account #00122019-033490 to cover such as needed <br />expenditures. After approval and execution of contracts, tasks will be presented to the Board <br />prior to commencement as individual work orders. If necessary, the use of other funds from any <br />other accounts will be requested at that time. <br />RECOMMENDATION <br />After negations with the selected firms staff recommends authorization from the Board of County <br />Commissioners to agree to the attached Contracts with Jay Ammon Architect, Inc. and REI <br />Engineers, Inc., after Risk Management has approved their required certificates of insurance. <br />ATTACHMENTS <br />1. Signed Contract for Jay Ammon Architect, Inc. — Exhibit A <br />2. Signed Contract for REI Engineers, Inc.- Exhibit B <br />F:\Public Works\Luanne M\Facilities Management\Admin Complex Re-Roof\FINAL Professional Roof Design and <br />evaluation RFQ Selection BCC agenda memo 4-1-14.docx <br />207 <br />
The URL can be used to link to this page
Your browser does not support the video tag.