HomeMy WebLinkAbout2019-097WORK ORDER 10
IRC -1908 - Jackie Robinson Training Complex Walking Trail
This Work Order Number 10 is entered into as of this 18 day of June , 2019, 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:
Title:
Vice President
BOARD OF COUNTY COMMISSIO
OF INDIAN RIVER COUNTY=_
z
cnt
•
By: '0,4 er•
Bob Solari, Chairman • `"TUU «T�
"
BCC Approved Date: June 18, 2019
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Approved:
Approved as to form and legal sufficiency:
Deputy Clerk
for -Dylan T. Reingold, COUNTY Attorney
EXHIBIT A - SCOPE OF WORK
It is our understanding that the COUNTY intends to construct a pedestrian walking trail on the west
side of the Jackie Robinson Training Complex on the vacated golf course.
The proposed design improvements will consist of a 12' millings walking trail, two (2) asphalt driveway
connections to the adjacent roadways (43rd Avenue and Aviation Blvd.), a milling access road
connecting the (2) driveway aprons, installation of a new tree line along the west side of the parcel
(adjacent to 43rd Avenue) and a wooden / recyclable material pedestrian bridge connecting the walking
trail parcel to the cloverleaf fields to the east.
The improvements will require an Existing Conditions Survey (provided by COUNTY), Demolition Plan,
Erosion Control Plan, Site Plan, Paving, Grading and Drainage Plan, Tree Landscape Plan and various
Details sheets. Pursuant to coordination with COVB Engineering Department, stormwater calculations
must be conducted for the volumetric storage and design for 1.5" of treatment for the new impervious
areas. In addition to the Civil plans, a Structural Plan with Details will be required for the design and
permitting of the proposed pedestrian bridge. As such, MBV Engineering, Inc. will provide the design
and permitting services for this project items stated above and as described below in further detail.
Task 1- Civil Design Services
a. The Consultant will prepare 24"x 36" design drawings for the above described improvements
and will include the following: Existing Conditions Plan (Existing Conditions survey to be
provided by IRC), Demolition Plan, Erosion Control Plan, Site Plan, PGD Plan, Tree Planting Plan
and applicable Details sheets. Consultant will also prepare volumetric stormwater calculations
as required for the new impervious area (millings are included in impervious area) pursuant to
COVB Engineering Department requirements and coordination.
b. If needed, the Consultant will attend up to three (3) meetings regarding the project with IRC
Staff / BCC / CoVB P&Z City Council to review the proposed Walking Trail plans. Consultant will
prepare one 24" x 36" colored Exhibit plan for each of the meetings for presentation to the
public.
c. The Consultant will prepare Cost Estimates for the project at 60% and 90% phases.
d. The Consultant will coordinate with the COUNTY staff during design development for these
plans at the 60% and 90% completion phases. COUNTY staff shall provide review comments to
Consultant for each phase. Consultant will revise plans for up to two (2) rounds of comments
from COUNTY within reasonable scope of the project prior to submitting to CoVB.
Task 2 - Structural Design Services
a. The Consultant will prepare 24" x 36" design drawings for the above described wooden bridge
improvements and will include the following:
• Project Coordination with IRC and Design Team
• Review survey of cross section of subsurface soils data (See Geotechnical Investigation
section below)
• Coordination with Geotechnical Company and review
• Preparation of preliminary layout of bridge crossing.
• Structural Design of the foundation and framing systems
• Preparation of drawings of the bridge with applicable structural details.
• Certification of the drawings for compliance with local building codes and wind load
requirements.
b. The Consultant will prepare Cost Estimates for the project at 60% and 90% phases.
c. The Consultant will coordinate with the COUNTY staff during design development for these
plans at the 60% and 90% completion phases. COUNTY staff shall provide review comments to
Consultant for each phase. Consultant will revise plans for up to two (2) rounds of comments
from COUNTY within reasonable scope of the project.
Task 3- Geotechnical Testing Services
a. The Consultant will coordinate with the Geotechnical Company on the following scope:
• Perform two (2) soil borings to a depth of 40' on each side of the existing lake in the area
that will support the pedestrian bridge in accordance with ASTM Standards and as described
in ASTM D1586, known as the Standard Penetration Test (SPT)
• Perform probes in the lake bottom to determine if any unsuitable soils exist, and if so, to
what depth.
• Perform Dynamic Cone Penetrometer to refusal to estimate the soil density below the
water.
• Provide a report covering the investigation including the boring logs of the soil classification,
thickness of each layer, number of blows per foot (N Value), groundwater depth,
recommendations for site preparation, allowable bearing capacity soil with piling
recommendations.
Task 4 - Permitting Services
The Consultant will prepare the following permit applications and associated submittals for the
following agencies:
• City of Vero Beach Minor Site Plan Approval (assumes staff level approval)
• City of Vero Beach ROW Permit
• St. Johns River Water Management District Exemption Request Letter
• Indian River Farms Water Control District Exemption Request Letter
• Indian River COUNTY Building Division Permit (Bridge)
This Work Order does not include stormwater modeling, permitting (other than specifically listed),
wetlands permitting, other ecological permitting or attendance.
The Consultant shall respond to up to two (2) request for additional information by the permitting
agency.
The COUNTY will be responsible for the above listed permit fees and the Consultant will prepare all
necessary applications and provide to COUNTY for signatures.
Task 5 — Bidding Phase
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 Structural Plan Documents for Bidding
• Attendance at Pre -Bid Meeting (Both Civil and structural representatives will be in attendance)
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 6 — Construction Phase
The Consultant will provide the following scope of services during the construction phase:
a. Civil
• Attendance at one Pre- Construction meeting
• Shop Drawing review of Civil items
• Response to Requests for Information
• (5) visits during construction
• Development and submittal of Certification documents to agencies as required
b. Structural
• Attendance at one Pre- Construction meeting
• Shop Drawing review of Structural items
• Response to Requests for Information
• (5) visits during construction
DELIVERABLES
The Consultant shall provide the COUNTY with the following:
• Three (3) hard copies in 24" x 36" format of the design plans
• One (1) electronic version of the plans in .pdf and CAD 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:
Task
Fee
Task 1 - Civil Design Services
$ 16,000
Task 2 - Structural Design Services
$ 5,500
Task 3 — Geotechnical Testing Services
$ 3,200
Task 4 — Permitting Services
$ 5,500
Task 5 — Bidding Phase
$ 2,000
Task 6 — Construction Phase
a. Civil
$ 4,000
b. Structural
$ 2,800
TOTAL
$ 39,000
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:
• Permit Ready Design Plans
• Final Plans and Permits
45 days from receipt of Survey
60 days from Permit Submission