HomeMy WebLinkAbout2013-050 � a . S• a .
WORK ORDER NUMBER 6 a 013
This Work Order Number 6 is entered into as of this 5th day of March 2013
pursuant to that certain Continuing Contract Agreement for Professional Services entered into as
of November 15, 2011 (the "Agreement" ), by and between INDIAN RIVER COUNTY, a political
subdivision of the State of Florida ( " COUNTY" ) and MBV Engineering, Inc. ( "Consultant") .
The COUNTY has selected the Consultant to perform the professional services set forth on
Exhibit 1 (Scope of Work), attached to this Work Order and made part hereof by this reference.
The professional services will be performed by the Consultant for the fee schedule set forth in
Exhibit 1 (Fee Schedule ), attached to this Work Order and made a part hereof by this reference.
The Consultant will perform the professional services within the timeframe more particularly set
forth in Exhibit 1 (Time Schedule ), attached to this Work Order and made a part hereof by this
reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to
paragraph 1 .4 of the Agreement, nothing contained in any Work Order shall conflict with the
terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in
each individual Work Order as if fully set forth herein ,
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the. date
first written above.
CONSULTANT: BOARD OF COUNTY COMMISSIONERS
MBV Engineerl c . OF INDIAN RIVER COUNTY
Bys ��*w....M/s'•y By ' I '
ROO .1 J ; • �s��g!'% Joseph E . Fle ieher , Chairman
Title: v • c��: .:r %.
a �Ar ; Apylved Dater March 51 2013
6 :, est;. rey R. Smith, Clerk of Court and Comptroller
.Q:•
9y
a to
O °•
�•6�`9R C011 :�'°°Bye �-a"°`
°•�bM.pu. . .••° Deputy Clerk
Approved , &I
seph . Baird, County Administrator
j
Approved as to form and legal sufficiency:
Alan S. 116Wkwich, Sr., County Attorney
EXHIBIT 1
INDIAN RIVER COUNTY UTILITIES ROOF REPLACEMENT
at SOUTH COUNTY RO PLANT, HOBART PLANT, AND SOUTH WWTF
GENERAL
As per our coordination and recent site inspections, it is our understanding that the roof covering is failing
at three of the Indian River County Utility Department' s critical facilities. The first facility is the South
RO Plant ( 13 ,600 SF) . The second facility is the Hobart Water Treatment Plant (3 ,500 SF), and the third
facility is the South Wastewater Treatment Facility (3 , 500 SF) . It appears that sub-standard construction
methods were utilized in numerous areas on all three buildings, and as a result, full replacement
is
recommended. Furthermore, we understand the Utilities Department needs to have the existing roof
replaced and drawings / specifications and bid documents produged that can be utilized for contractor
selection. As such, we are proposing to provide the below services to meet the above needs .
SCOPE OF WORK
Based on the scope of work and our understanding of the rules and regulations of the governing agencies,
our performance of the work would include the following services, as needed and/or required at each
facility:
COORDINATION
1 ) Project coordination with the agent from Indian River County Utilities Department.
2) Review of available technical documents, such as structural plans and construction records.
FIELD WORK
3 ) Conduct a preliminary assessment of the roof structure, recording the conditions of the existing roof
system .
4) Determine repairs for unsafe or potentially hazardous conditions that require immediate action .
5 ) Inventory of non-structural elements to be affected by the re-roofing work.
6) Verification of visually accessible structural elements to support the roofing system.
DESIGN
7) Preparation of design plans containing the roof plan and wind load calculations in accordance with
Florida Building Code latest edition.
8) Preparation of roofing details showing the extent of work to be performed.
9) Preparation of details addressing non-structural elements that will be affected by the re-roofing
process .
10) Preparation of code references and technical specifications to follow during the construction process.
BIDDING SERVICES
11 ) Preparation of bid documents for reroofing and prescriptive measures for improvig the structural
system if needed.
12) Coordinate with contractors for bids and recommendations.
13 ) Review contractor bids and provide recommendations.
CONSTRUCTION SERVICES
14) Construction observation and inspection
15 ) Payment Request Review and Recommendation
16) Final Inspection/Acceptance Recommendation
Page 1 of 2
CONSULTANT shall provide those professional services as specified and detailed in the contract. In
rendering these services, CONSULTANT shall apply the skill and care ordinarily exercised by engineers
at the same time and locale the services are rendered. The client shall provide all criteria and information
with regard to their requirements for the Project. This shall include, but not be limited to, type of roofing
and remediation systems for the areas inspected.
SCHEDULE :
It is estimated that the tasks mentioned in the scope above will be completed within approximately 60
days, and estimated completion date for construction will be within 180 days of purchase order issuance .
COMPENSATION:
Compensation for IRCU Work Order No . 6 services described herein are detailed below for each facility
and will be based on the Lump Sum Method in accordance with Section 5 of the Agreement. The total
estimated fee shall not exceed $26,500 without mutual agreement by the County and CONSULTANT.
The compensation for each facility shall be as follows :
Task 1 — South County RO Plant Roof Replacement $99500
Task 2 — Hobart Water Treatment Plant Roof Replacement $ 8, 500
Task 3 — South County Wastewater Treatment Facility Roof Replacement $ 89500
ADDITIONAL SERVICES :
When required by the County or the Contract Documents, where circumstances exist beyond the
CONSULTANT ' S control, CONSULTANT shall provide or obtain from others, as circumstances
require, those additional services not listed as part of the Work Order. CONSULTANT shall notify
County promptly prior to commencing said Additional Services, and if agreed upon, will be paid for by
County in accordance with the Master Agreement. Professionals and vendors intended to provide
additional services shall first be approved by the County, in writing, by the County' s Project Manager.
i
Page 2 of 2
i