Loading...
HomeMy WebLinkAbout2018-149CWORK ORDER 3 JONES PIER HISTORIC FRUIT STAND ARCHITECTURAL SERVICES This Work Order Number 3 is entered into as of this _ day of , 2018, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th day of April, 2018 (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"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (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 B (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 C (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. •••• ». ,•off. ••• •••. o„��L. .,. CONSULTANT: BOARD OF COUNTY COMMISSIONED MBV Engineering, Inc. Title: Vice President OF INDIAN RIVER COUNTY s *� •• By: Chairn BCC Approved Date: -4 (�q I `7 , do / 7 Attest: Jeffrey ith, Clerk of Court and Comptroller r By: Dep ty Clerk Approved: Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney EXHIBIT A - SCOPE OF WORK It is our understanding that the COUNTY intends to reconstruct an approximately 150 SF historic fruit stand at the Jones Pier Historic parcel located at 7770 Jungle Trail, Vero Beach, FL.' The proposed improvements will consist of architectural design services and civil coordination for the design, permitting and CA services for the structures. As such, Donadio & Associates, Architects, P.A. will be retained by MBV Engineering, Inc. to provide the necessary architectural design services for the structure and"a further described below in the Scope of Services. MBV Engineering, Inc. will provide the necessary project oversight and additional civil coordination and plan revisions as necessary to support the architectural plans development and permitting of these structures. A description for each service is provided in below in further detail. FRUIT STAND SCOPE OF SERVICES: Preparation of Construction Documents to include the following: Architectural Design • Establishment of design criteria for the development of the proposed new 150 SF Fruit Stand. • On-site visit for field verification of the existing site conditions. • Preparation of architectural construction documents consisting of floor plans, elevations, roof plans and details, life safety plan, code review, schedules, general/construction details, notes and specifications. • Coordination with Structural. • Coordination with Owners Civil Engineer: • Preparation of Documents for. Building Permit Submittal. • Responding to Building Permit review comments. • Preparation of (1) Cost Estimate Structural Design • Coordination with Donadio & Associates, P.A. • Establish structural design criteria • Review of soil investigative reports as provided by Owner. • Structural Design and preparation of the following: o Foundation plans and sections based on a conventional shallow foundation system o Roof framing plan and sections. o Wind design pressures. • Structural specifications in short format on plans. • Preparation of Documents for Building Permit Submittal. • Responding to Building Permit review comments. • Shop Drawing review of Structural items Civil Design and Oversight Consultant will provide design services to support Architect in development of structure as stated above. Items associated with this task are listed below: • Coordination with project Architect • Coordination with IRC Parks Division • Attendance at Architectural design meetings with IRC Parks Division • (1) Revision to previously designed Civil documents should Architect and IRC Parks Division deem appropriate • Provide overall project oversight throughout project timeline • Bidding Assistance and Coordination The Consultant will not be responsible for any permit fees associated with the project BIDDING PHASE The COUNTY shall be responsible for setting the providing the front-end bid documents, bid opening date, advertisement of the bid, scheduling the pre-bid meeting, and scheduling the bid opening. The Consultant will provide the following: • Preparation of Documents for Bidding • Attendance at Pre -Bid Meeting and Pre -Construction Meeting All construction specifications will be on the applicable plans in lieu of specifications manual. The Consultant will prepare a pdf file of the final bid package for the COUNTY's use in distribution to prospective bidders via Demandstar. CONSTRUCTION PHASE The Consultant will provide the following scope of services during the construction phase: Architecture Shop Drawing review of Architectural items • Response to Request for Information • (1) visit during construction Structural • Shop Drawing review of Structural items • Response to Request for Information _04-kiyuI: TIV-11W The Consultant shall provide the COUNTY with the following: • Two (2) hard copies 11" x 17" and 24" x 36" formats of the plans • One (1) electronic version of the plans in pdf format • Technical responses for one (1) addenda, as required for clarifying responses from the pre- bid meeting SCHEDULE Upon authorization to proceed by the COUNTY, the above described services will be provided based on the following schedule: • Permit -ready Design Plans 45 days from NTP • Addressing of Permit Agency Comments 14 days from receipt of comments EXHIBIT B - 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—Fruit Stand Architecture Design $ 3,500 Structural Design $ 850 Civil Design and Oversight $ 750 Bidding Phase $ 500 Construction Phase Architecture $ 1,200 Structural $ 300 WORK ORDER #3 TOTAL $ 7,100 ADDITIONAL SERVICES When required by the. COUNTY or the Contract Documents, where circumstances exist beyond the Consultant's control, or should the scope of the project change, 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.