HomeMy WebLinkAbout2017-090WORK ORDER NUMBER #7
Roseland Community Center - Building Analysis
This Work Order Number 7 is entered into as of this 13 day of June , 2017, pursuant to that
certain Continuing Contract Agreement for Professional Services, dated November 15, 2011, and that
certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into
as of the 4th day of November, 2014 (collectively referred to as the "Agreement"), by and between INDIAN
RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and MBV Engineering, Inc.
("Consultant").
SCOPE OF WORK
It is our understanding that the Engineering Division requests a complete building analysis for the
Roseland Community Center. The analysis shall include the existing foundations, existing condition
of the roofing system (both framing and finishes shall be inspected), repair of the flooring system
including the subfloors. The analysis shall also include windows, current water / termite damage
throughout the entire structure, current ADA compliance, sidewalks, and any other issues observed
during the on-site inspection.
We further understand that the Indian River County Engineering Division is requesting our office to
prepare an estimated cost of repair all observed issues that are uncovered during the analysis.
MBV Engineering, Inc. will provide the on-site building inspection, preparation of a detailed report
of findings, and prepare of detailed estimated cost of repair related to the above activities.
1. Inspection (Existing Conditions)
CONSULTANT will obtain all plans detailing the buildings components prior to inspection. In
addition, the CONSULTANT shall perform a visual inspection of the building and all of its
structural components. The Consultant will prepare an assessment of all accessible elements
including, but not limited to roof elements, windows, doors, floor framing and flooring
elements. The Consultant will prepare a code compliance review for accessibility and life
safety. The consultant will also assess the extent of any and all moisture/termite damage
discovered at the time of inspection as well as sidewalk damages and any other issues
observed during the on-site inspection.
2. Findings Report
The Consultant will prepare a detailed findings report from the on-site inspection and
evaluation. This report will include photographs taken during our inspection. This report will
also include repair recommendations.
3. Repair Cost Estimate
The Consultant will prepare a detailed estimate of repair costs for all observed deficiencies
based on proposed repairs.
DELIVERABLES
The Consultant shall provide the COUNTY with the following:
• One (1) hard copy and .pdf of the Findings Report
• One (1) hard copy and .pdf of the Repair Cost Estimate
SCHEDULE
Upon authorization to proceed by the COUNTY, the above described services will be provided based
on the following schedule:
• On-site Inspection
• Findings Report
• Repair Cost Estimate
30 days from the date of authorization
60 days from the date of authorization
60 days from the date of authorization
FEE SCHEDULE
The COUNTY agrees to pay and the Consultant agrees to accept for services rendered, pursuant to
this Agreement, fees inclusive of expenses in accordance with the following:
Task
Fee
Task 1- On-site Inspection
$ 3,500
Task 2 - Findings Report
$ 3,000
Task 3 - Repair Cost Estimate
$ 1,800
Work Authorization Total
$ 8,300
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 required,
those additional services not listed as part of the Work Order, the Consultant shall notify the
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 vendor intended to provide
additional services shall first be approved by the COUNTY, in writing, by the COUNTY's Project
Manager.
The COUNTY has selected the Consultant to perform the professional services set forth on
this Work Order. The professional services will be performed by the Consultant for the fee schedule
set forth in this Work Order. The Consultant will perform the professional services within the
timeframe more particularly set forth in this Work Order 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:
MBV Engineering
By: A
Rodolfo Vill
Title: Vice President
P.E.
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
Joseph E. Flesc 'r, Chairman
BCC Approved Date: June 13 2017 = ..o -
:
Attest: Jeffrey R. Smith, Clerk of Court and tr''' • .*a
BY: (�""(L�l� A./�� '... • le' •Pr
Deputy Clerk *' ••• 6jr TY, F\-?P�o,
Approved:
Jason E. , County Administrator
Approved as to form and legal sufficiency: ;`—`—moi' .
Dylan T. Reingold, County Attorney