Loading...
HomeMy WebLinkAbout2020-157CMadmimt D -11 V Work Order #18 for Hallstrom Farmstead Conservation Area - (FTC No.:01-055-FF 1) NT91-1114 e1014: 3 Hallstrom House (FTC No.:01-055-FF1) This Work Order Number 18 is entered into as of this 18 day of August , 2020 pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17' 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: BOARD OF COUNTY COMMISS19 RS ��atiiMrss . MBV Engineering, Inc. OF INDIAN RIVER COU ;.��y •.• �o,�•., By: T By: _ ✓` ' Susa dams, Chairman Title: Vice President BCC Approved Date: August 18, 2020 Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Ul/ l�Vd�l De ty Clerk Approved: Jason . Br wn, County dministrator Approved as to form and legal sufficiency: an T. Reingold, County Attorney EXHIBIT A - SCOPE OF WORK It is our understanding that the COUNTY intends to construct various site improvements on the parcel of land located directly north of the historic Hallstrom House building located at 1723 Old Dixie Highway in Vero Beach, FL. We understand the site will consist of the following: • A stabilized entry / exist drive and parking area (shell or asphalt millings) • (1) 320 SF Restroom building • (1) 900 SF Outdoor Classroom Pavilion • (1) 600 SF Outdoor Pavilion • Potable and Fire Water services (assumes one Fire Hydrant will be required) • 1,500 LF Off -Site Sewer service line extension and directional bore to connect to the existing utility line located to the south of the property* • (1) private, fiberglass lift station • Drainage infrastructure (anticipates dry pond, piping, and inlets) to support the proposed site improvements stormwater runoff and permit criteria • Public Walking trail Pursuant to coordination with County, it has been requested that the Architectural design services for the proposed restroom facility be included in the Consultants contract and is described in further detail below. Furthermore, it is understood that all existing conditions survey data (Boundary, Tree, Topography), including off-site route survey information for the sewer line extension, shall be provided by others to Consultant in CAD and hardcopy formats as required for the project. Electrical power to the site will be required to support the bathroom facility and pavilions, as applicable, and will be designed and coordinated under this contract. Finally, it is understood that all the County will be responsible for the Outdoor Classroom and Public Pavilion structural designs and permitting and that Consultant will be responsible for all site pad layout and infrastructure to support the construction of the pavilions. As such, MBV Engineering, Inc., the "Consultant", will provide for the project's site design, permitting, bidding and construction administration services, as well as the restroom facility Architectural design, bidding and construction administration services as related to the above activities and as further described below. Task 1: Survey (Existing Conditions) Coordination The CONSULTANT will coordinate with Hayhurst Land Surveying as needed to obtain the necessary survey files for incorporation into the Civil base plans. All survey services will be provided by others and routed through COUNTY. Consultant will utilize the existing boundary, tree, topographic and off-site route survey by Hayhurst Land Surveying, Inc. as the base for the existing conditions for the area to receive the improvements. It is understood that the current survey will need to be updated to be within 6 months of date of submittal for permits and that the Surveyor shall provide the Consultant the file in AutoCAD format to be utilized and relied upon for design. Should said survey not contain all the required existing information to support the design for the proposed improvements, Consultant will coordinate with County and surveyor so that County may provide the additional survey necessary to complete the design and permitting phase. Task 2: Geotechnical Coordination The Consultant will coordinate with a geotechnical firm to provide a scope for the necessary borings and tests for design of the proposed buildings and the site. Consultant will coordinate with Architect and develop a "Boring map" and scope for the soil tests related to the restroom facility. The County shall be responsible for payment of the testing and report and shall provide said report to the Consultant, as either pdf or hard copy. If there are any modifications to the proposed improvements that require additional testing, then it will be incumbent on the County to provide for the additional testing. Task 3: Architectural Coordination The Consultant shall be responsible for retaining and contracting with the architectural for the design services needed for the proposed restroom building. The Consultant will coordinate with the architectural consultant on the various project related items to include: Building size and layout, building utilities entry points and sizes, parking lot light pole details and specifications, if applicable. The Consultant and Architect shall coordinate and provide the necessary architectural / civil drawings to one another in AutoCAD formats in development of the project plans. Consultant and Architect shall coordinate as needed throughout the project. Task 4: Civil Design Plans Conceptual Plans Based on previous discussions, the Consultant will provide a new conceptual layout to be approved by County Parks Division staff. The Parks Divisions' comments on the plan will be incorporated into the design plans that will be submitted for permitting. This task includes one (1) coordination meeting with County to review design and (1) revision to the conceptual plan to incorporate the County's comments from the review meeting. Construction Plans The Consultant will prepare 24" x 36" design drawings for the above described improvements in accordance with the final Conceptual Plan layout from (a) above. The design drawings will include existing conditions plan (survey provided to Consultant by others), General Notes and Specifications, erosion control plan, site plan, paving grading and drainage plan, utility plan, plan & profile sheets for 1,500 LF of off-site sewer design, lift station plan, and associated Civil design details sheets. Landscape Plans to be developed in-house by County. County Reviews The Consultant will attend three (3) progress review meetings with the County Parks Division staff at approximately 30, 60 and 100 percent levels of design completion. A single set of review comments shall be provided to Consultant prior to each review meeting. This task includes revisions to plans from each County review within reasonable scope of the project. Task 5: Civil Permitting The Consultant will prepare the following permit applications and associated submittals for the following agencies: Applications • Indian River County Pre -Application Meeting (Includes attendance at IRC Pre -Application Meeting) • Indian River County Major Site Plan (Includes attendance at IRC TRC Meeting) • Indian River County Conditional Concurrency • Indian River County Final Concurrency • Indian River County Stormwater • Indian River County ROW • Indian River County Utilities Approval • Indian River County Fire Department Approval • FDEP Domestic Wastewater • SIRWMD 10-2 Self Certification for Stormwater Design Modeling, Calculations & Reports • Stormwater Modeling for Dry Pond Design • Development of Stormwater Calculations in accordance with regulatory requirements • Development of Final Stormwater Report for Permit Submissions • Development of Private Lift Station Calculations • Development of Final Lift Station Report for Permit Submissions No endangered species, wetlands or other ecological permitting is anticipated or included herein. It should be noted that the site may have existing gopher tortoises and that ail coordination and permitting associated with the relocation of the tortoises will be provided by the County. The Consultant shall respond up to three (3) requests for additional information by the permitting agency. The County will be responsible for all permit fees and the Consultant will prepare all necessary applications and provide to County for signature. Task 6: Architectural Design Architect / MEP/ Structural • Establishment of design criteria for the proposed 320 SF Restroom Facility • 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 MEP and Structural. • Coordination with Owners Civil Engineer. • Establish design criteria for ventilation, electrical and plumbing. • Construction documents and specifications for electrical and plumbing, which include but are not limited to: floor plans, schedules, electrical and plumbing risers, electrical panels, reflected ceiling plans, details, etc. • Utility coordination for new electrical service. • Establish structural design criteria • Review of soil investigative reports as provided by Owner. • Design and preparation of the following: o Foundation plans and sections based on a conventional shallow foundation system with a minimum allowable soil bearing pressure of 2,000 psf. o Roof framing plan and sections. o Wind design pressures. • Structural specifications in short format on plans. • Building and Wall Sections, Roof Framing Plans, Details and Specifications. • Preparation of Documents for Building Permit Submittal. • Responses to Building Permit review comments. Task 7: Cost Estimates The Consultant will prepare an Engineer's Opinion of Probable Costs at approximately 30, 60 and 100 percent levels of design completion. Task 8: Biddiniz Services 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 Civil and Architectural Documents for Bidding • Attendance at (1) Pre -Bid Meeting • Response to requests for additional information (RAls) for bidders NOTE: All construction specifications will be on the applicable plan sheets in lieu of a 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. Task 9: Construction Services The Consultant will provide the following scope of services during the construction phase: Civil Construction Services • Attendance to two (2) pre -construction meetings, if required • Shop drawing review of civil site components • One (1) inspection during subbase construction • One (1) inspection during sidewalk formboards • One (1) inspection for driveway surface construction • One (1) inspection for water line tap • One (1) inspection for water line pressure test • One (1) inspection for sewer line directional bore • One (1) inspection for sewer line FM pressure test • One (1) inspection for grinder lift station start-up • One (1) inspection for punchlist prior to final inspection • One (1) site visit for final walkthrough with County inspector in attendance • Two (2) additional inspections, if required • Review of testing reports and as-builts provided by others • Coordination with County Parks Division and Public Works inspection staff • Coordination with Contractor • Certification by E.O.R. to County and FDEP Architectural Construction Services Architect • Shop Drawing review of Architectural items • Responses to Request for Information • (3) visits during construction MEP • Shop Drawing review of MEP items • Responses to Request for Information • (2) visits during construction Structural • Shop Drawing review of Structural items • Responses to Request for Information • (2) visits during construction NOTE: Above inspections are based on a round-trip duration of 2.5 hours each. The above inspections are based on reasonable construction inspection sequencing and does not include additional site inspections due to failed tests or contractor scheduling errors. EXHIBIT B - SCHEDULE Upon authorization to proceed by the COUNTY, the above described services will be provided based on the following schedule: • Initial Submittal (30% design drawings) 1 month from issuance of Notice to Proceed • Permit Plans Submittal (60% design drawings) 2.5 months from issuance of Notice to Proceed • Final Submittal (100% design drawings) 5.5 months from issuance of Notice to Proceed EXHIBIT C - DELIVERABLES The CONSULTANT shall provide the COUNTY with the following at the designated milestones: • Initial (30%) completion: o Two (2) sets of plans in 24" x 36" format o One (1) Opinion of Probable Cost (OPC) o One (1) CD with drawings in PDF format • Permit Plans (60%) completion: o Two (2) sets of plans in 24" x 36" format o One (1) Opinion of Probable Cost (OPC) o One (1) CD with drawings in PDF format • Final (100%) completion: o Two (2) sets of plans in 24" x 36" format (signed & sealed) o One (1) Opinion of Probable Cost (OPC) o One (1) electronic version of the plans in pdf and CAD format EXHIBIT D - 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: Survey Coordination $ 500 Task 2: Geotechnical Coordination $ 500 Task 3: Architectural Coordination $ 500 Task 4: Civil Design Plans $ 24,750 Task 5: Civil Permitting $ 7,750 Task 6: Architectural Design $ 8,000 Task 7: Cost Estimates $ 2,200 Task 8: Bidding Services $ 1,250 Task 9: Construction Services Civil Construction Services $ 9,500 Architect team Construction Services $ 1,500 Work Authorization Total $ 56,450 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.