Loading...
HomeMy WebLinkAbout2019-186WORK ORDER 12 Roseland Community Center - Repair Project (IRC 1855) This Work Order Number 12 is entered into as of this 5 day ofNovember2019, 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. CONSULTANT: MBV Engineering, Inc. By: By: Title: Vice President BOARD OF COUNTY COMMISSION OF INDIAN RIVER COUNTYbm— Bob Solari BCC Approved Date: November 5, 2019 Attest: Jeffrey (~:;Smith, Clerk of Court and Comptroller By: Deputy Clerk K3� Approved: Jason Bro n, County Administrator 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 complete repairs at the Roseland Community Center located at 12925 83rd Avenue in Sebastian. The proposed design improvements will consist of leveling and securing the existing floor, re -roof the existing building with all needed improvements, constructing one handicapped parking space to comply with ADA regulations, remove and replace existing front sidewalk and provide minor drainage improvements at the front of the site to alleviate the present erosion condition on the SW corner of the building due to stormwater runoff at this location. These improvements will require an existing conditions survey and it is understood that all existing conditions survey information required will be provided by IRC in CAD. As such, MBV Engineering, Inc. will provide the design and permitting services for this project and as below in further detail. Design Services a. Civil Design Plans The Consultant will prepare 24" x 36" design drawings for the above described improvements and will include the following: Existing Conditions Plan (Existing Conditions survey to be provided by IRC), Demolition Plan needed for proposed improvements, Erosion Control Plan, Site Plan, PGD Plan and Details Plan. b. Structural Design Plans The Consultant will prepare 24" x 36" design drawings for the above described improvements and will include the following: Demolition Plan needed for proposed improvements, Framing Plan, Structural Details, Roofing System Details, and Connection Plan. C. County Reviews and Revisions The Consultant will coordinate with the COUNTY staff during design development for these plans at the 50% and 100% completion phases. COUNTY staff shall provide review comments to Consultant for each phase. Consultant will revise plans for up to two (2) rounds of comments from COUNTY within reasonable scope of the project. Permitting Services The Consultant will prepare the following permit applications and associated submittals for the following agencies: • Indian River County Administrative Approval ($400) • Indian River County ROW Permit ($300) • St. Johns River Water Management District Exemption Request Letter ($100) • Indian River County Building Division Permit • Fire Department Review ($75) This Work Order does not include stormwater modeling, wetlands or other ecological permitting. The Consultant shall respond to up to two (2) request for additional information by the permitting agency. Permit Application fees are included in this contract. 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 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: a. Civil • Attendance at one Pre- Construction meeting • Shop Drawing review of Civil items • Response to Request for Information • (3) visits during construction b. Structural • Shop Drawing review of Structural items • Response to Request for Information • (5) visits during construction DELIVERABLES The Consultant shall provide the COUNTY with the following: • Eight (8) hard copies in 24" x 36" format of the design plans • One (1) electronic version of the plans in .pdf and CAD format 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 Design Services a. Civil Design Plans $ 5,500 b. Structural Design Plans $ 6,300 Permitting Services $ 5,100 Bidding Phase $ 1,250 Construction Phase a. Civil $ 2,600 b. Structural $ 4,600 Total $ 25,350 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. EXHIBIT C - 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 receipt of Survey • Final Plans and Permits 60 days from Permit Submission