HomeMy WebLinkAbout2017-030 WORK ORDER NUMBER #4
Old Dixie Highway & Highland Drive Intersection Improvements
IRC Project No. 1362
This Work Order Number 4 is entered into as of this 7t-1,day of March , 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 COUNTY intends to provide roadway improvements at the
intersection of Highland Drive and Old Dixie Highway in Indian River County. The proposed design
improvements will consist of roadway milling and repaving, striping, overhead flash system design
(consisting of concrete poles, span wires and lights), roadside Swale grading, culverts, possible
stormwater structures within the County right-of-way, and sidewalk and pedestrian ramp upgrades.
MBV Engineering, Inc. will provide the survey, design, permitting, and bidding service related to the
above activities.
1. Survey(Existing Conditions)
The Consultant will utilize the existing boundary and topographic survey dated July 2014 by
Masteller& Moler for the area to receive the improvements.
2. Design Services
a. Construction Plans
The Consultant will prepare 11" x 17" design drawings signed &sealed,for the above
described improvements. The design drawings will include Horizontal Control Site
layout, pavement design plan,drainage design plan, erosion control plan, and details.
b. Construction Cost Estimate
The Consultant will prepare estimates of probable construction costs (based upon
FDOT Basis of Estimates) at approximately 60, 90 and 100 percent levels of design
completion.
C. County Reviews
The Consultant will attend three (3) progress review meetings with the COUNTY
Engineering Department staff at approximately 60, 90 and 100 percent levels of
design completion. A single set of review comments shall be provided to Consultant
from COUNTY Engineering Division staff prior to each review meeting.
3. Permitting/ Bidding Services
The Consultant will prepare the following permit application and associated submittals for
the following agency:
• St. Johns River Water Management District Standard General Permit ($250 fee)
No wetlands, endangered species or other ecological permitting is anticipated or included herein.
The Consultant shall respond to up to one (1) request for additional information by the permitting
agency.
The Consultant will be responsible for the above listed permit fee.
The COUNTY shall be responsible for setting the bid opening date, advertisement of the bid,
scheduling the pre-bid meeting, and scheduling the bid opening. The Consultant will prepare a .pdf
of the Technical Spec Provisions / bid documents for the COUNTY's use in distributing the bid
documents to prospective bidders via Demandstar.
DELIVERABLES
The Consultant shall provide the COUNTY with the following:
• Two (2) hard copies 11" x 17" of the bid documents Final Drawings, signed & sealed
• One (1) signed &sealed .pdf and .dwg copy of the drawings and bid documents
• Technical responses for one addenda, as required for clarifying responses from the pre-bid
meeting
• Bid award recommendation letter
SCHEDULE
Upon authorization to proceed by the COUNTY,the above'described services will be provided based
on the following schedule:
• Survey and Design Services 90 days from the date of authorization
• Permitting/ Bidding Services 60 days from completion of design
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 $32,250
Permitting/ Bidding Services $ 7,030
Work Authorization Total $39,280
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: BOARD OF COUNTY COMMISSIONERS
MBV Engineering, OF INDIAN RIVER COUNTY
By: ft7:��_ By: .
Aaron Bowles, P.E. oseph E. Flescher, Chairman
Title: Vice President
BCC Approved Date: March 7. 2017
JGflti�MISS/0^�.
est:Jeffrey R. Smith, Clerk of Court and Comptroller
:U: *
By:
eputy Clerk
;� .
•'`�'vRiVER G����`.
Approved:
Jason .JBron, County Administrator
Approved as to form and legal sufficiencZ.-Dylan
T. Reingold, County Attorney