Loading...
HomeMy WebLinkAbout2018-086I WORK ORDER 2 43rd Avenue Sidewalk Improvements from Airport West Drive to 41St Street IRC Project No. 1503 This Work Order Number 2 is entered into as of this 8thday of may 2018., 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 COMMISSIONERS OF INDIAN RIVER COUNTY . ' .o��MlSSI0NF9• By: BY: :•�, Peter D. O'Br an CfiairMan Got Title: Vice President n o. BCC Approved Date: May 8, 2018 ���tipgNRIVE����?� Attest: Jeffrey R. Smith, erk of Court d mptrollei'' By: Dep y Clerk Approved: Jason f. Brdwn. County Administrator Approved as to form and legal sufficiency: Dyan T. Reingold, County Attorney EXHIBIT A - SCOPE OF WORK It is our understanding that the COUNTY intends to provide sidewalk improvements along 43,d Avenue between Airport West Drive and 4151 Street. The proposed design improvements will consist of 8' wide sidewalks with pedestrian ramps and crossings, drainage design, culvert, and headwall with pedestrian railing. Utility coordination with Utility owners within 43,d Avenue right-of-way will be conducted as part of the design process. MBV Engineering, Inc. will provide the design plans and cost estimates as related to this project. A description for each service is provided in below in further detail. 1. Survey (Existing Conditions) The Consultant will utilize the existing boundary and topographic survey provided by Indian River -County for the area to receive the improvements. 2. Desien 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 typical sections, summary of - quantities, project layout and control, roadway plan and profiles, cross sections, and erosion control details. b. Construction Cost Estimate The Consultant will prepare estimates of probable construction costs (based upon FDOT Basis of Estimates) at 90, and 100 percent levels of the design completion. C. County Reviews The Consultant will attend two (2) progress review meetings with the COUNTY Engineering Department staff at approximately 90, and 100 percent levels of the 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 agencies: • Indian River County Right -of -Way Permit (Fee Not Applicable) • St. Johns River Water Management District ERP General Permit ($250) No 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 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 Survey and Design Services $19,350 Permitting, Utility Coordination, and Bidding Services $ 3,110 Work Authorization Total $ 22,460 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: • Survey and Design Services 120 days from the date of authorization • Permitting, Utility Coordination, and 90 days from completion of design and Bidding Services