HomeMy WebLinkAbout2019-021WORK ORDER 7
IRC WELCOME SIGN PROJECT (IRC -1816)
This Work Order Number 7 is entered into as of this 5th day ofFebruary, 2011, 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:
odd Ho der
Title: Vice President
BOARD OF COUNTY COMMISSIONERS.��Sv cOniM;ss
OF INDIAN RIVER COUNTY
*:
c-
Bv:
.9i• • • :41.
•
BCC Approved Date: February 5, 2019 9curaN'
.�;
Bob Solari, Chairman
Attest: JeffreSmith, Clerk of Court and Comptroller
By:
Approved:
Approved as to form and legal sufficiency:
OfrfliA.
Deputy Clerk
Jason n, County Administrator
Dylan T. Reingold, County Attorney
EXHIBIT A - SCOPE OF WORK
It is our understanding that the COUNTY intends to permit and construct Welcome Signs at (4) locations
throughout Indian River County.
The County has identified (4) locations for the signs at various entries into Indian River County and are
listed below:
• North County:
• North County West:
• Central County West:
• South County:
Median at US #1 just south of Roseland US #1 bridge
Median at CR 512 and & 106th Ave
Median at SR 60 east of 90th Ave
US #1 East ROW, south of Vero Shores
These signs will require site permits from FDOT and IRC to be constructed at these locations. As such,
MBV Engineering, Inc. will complete a Welcome Sign Site Plan, including site details for each location,
and permit applications for each location and any minor Structural Sign modifications that may be
required for the North County US #1 sign and South County US #1 sign. It is understood that the
previously designed Welcome Sign by Kimley-Horn and Associates will be utilized as the sign and
structural modifications mentioned previously will only be to adjust the sign height and / or width. It
is also understood that all existing conditions survey services will be provided by IRC and that the
surveys will be provided to MBV in both CAD and pdf formats to be utilized in the design. A description
of services provided for each sign is listed below in further detail.
North County: Median at US #1 South of Bridge
a. Design Plans
The Consultant will prepare 24" x 36" design drawings for the above described improvements
in accordance with directions from the IRC Public Works staff. The design drawings for the North
County sign location will include Existing Conditions plan, Site Plan and Details Plan. Consultant
will also coordinate with FDOT & the County for sign locations and design parameters / permit
issues and complete the necessary agency permit applications.
b. Structural Plans
The Consultant will prepare 24" x 36" design drawings for any minor modifications to the sign's
width that may be necessary to accommodate FDOT width standards inside the median. MBV
will utilize the previously designed Welcome Sign plans (by others and provided to MBV by
County) for any structural modifications.
c. County Reviews and Revisions
The Consultant will coordinate with COUNTY staff during design development for these plans
at the 50%, 90% and 100% completion phases. COUNTY staff shall provide review comments to
Consultant for each phase. Consultant will revise plans pursuant to COUNTY comments within
reasonable scope of the project.
North County West: Median at CR 512 and 106th Ave
a. Design Plans
The Consultant will prepare 24" x 36" design drawings for the above described improvements
in accordance with directions from the IRC Public Works staff. The design drawings for the
Northwest County sign location will include Existing Conditions plan, Site Plan and Details Plan.
Consultant will also coordinate with IRC for sign locations and design parameters / permit issues
and complete the necessary agency permit applications.
b. County Reviews and Revisions
The Consultant will coordinate with COUNTY staff during design development for these plans
at the 50%, 90% and 100% completion phases. COUNTY staff shall provide review comments to
Consultant for each phase. Consultant will revise plans pursuant to COUNTY comments within
reasonable scope of the project.
Central County West: Median at SR 60, east of 90th Ave
a. Design Plans
The Consultant will prepare 24" x 36" design drawings for the above described improvements
in accordance with directions from the IRC Public Works staff. The design drawings for the
Central County sign location will include Existing Conditions plan, Site Plan and Details Plan.
Consultant will also coordinate with the County for sign locations and design parameters /
permit issues and complete the necessary agency permit applications.
b. County Reviews and Revisions
The Consultant will coordinate with COUNTY staff during design development for these plans
at the 50%, 90% and 100% completion phases. COUNTY staff shall provide review comments to
Consultant for each phase. Consultant will revise plans pursuant to COUNTY comments within
reasonable scope of the project.
South County: US #1 east ROW, south of Vero Shores
a. Design Plans
The Consultant will prepare 24" x 36" design drawings for the above described improvements
in accordance with directions from the IRC Public Works staff. The design drawings for the South
County sign location will include Existing Conditions plan, Site Plan and Details Plan. Consultant
will also coordinate with FDOT & the County for sign locations and design parameters / permit
issues and complete the necessary agency permit applications.
b. Structural Plans
The Consultant will prepare 24" x 36" design drawings for the modifications to the signs height
to the previously designed Welcome Sign (by others). This modification is required pursuant to
the existing US #1 bridge pedestrian wall at this location that will otherwise impede full view of
the Welcome Sign.
c. County Reviews and Revisions
The Consultant will coordinate with COUNTY staff during design development for these plans
at the 50%, 90% and 100% completion phases. COUNTY staff shall provide review comments to
Consultant for each phase. Consultant will revise plans pursuant to COUNTY comments within
reasonable scope of the project.
BIDDING PHASE
The COUNTY shall be responsible for setting the providing the front-end bid documents, bid opening
crate, 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
• Response to Bidding comments from Contractors
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:
• Attendance at (1) Pre -Construction meeting
• Shop Drawing review of Structural items
• Response to Request for Information
• (2) site visits per sign during construction
• As- Built review
Exclusions:
Proposal does not include drainage modeling and / or permitting, any utility relocation design and / or
permitting, environmental reports or permitting, traffic studies or any permit application fees.
DELIVERABLES
The Consultant shall provide the COUNTY with the following:
• Three (3) hard copies of the plans in 24" x 36" format
• One (1) electronic version of the Plans in pdf 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:
Sign Location
Fee
North County Welcome Sign*
$ 5,500
North County West Welcome Sign
$ 3,900
Central County West Welcome Sign
$ 4,700
South County Welcome Sign*
$ 4,800
Bidding Services
$ 1,500
Construction Services
$ 4,400
Work Authorization Total
$ 24,800
*Includes structural design for existing monument sign revisions.
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:
• Design Services 30 days from receipt of survey (provided by IRC)
• Permitting Services 60 days from applications submission