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