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