HomeMy WebLinkAbout2020-044AMENDMENT NUMBER 2 TO WORK ORDER NUMBER 5
Indian River County Conservation / Public Access for Jones Pier — (FTC No.: 05 -039 -FF)
Jones' Pierce Phase 1 Construction Oversight and Certification Services
This Amendment 2 to Work Order Number 5 is entered into as of this 10 day of March
202_Q pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services
entered into as of this 17'h 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. Pursuant to
paragraph 1.4 of the AgKeement, 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 --ate first
written above. ,•�y�°�' F`
CONSULTANT: BOARD OF COUNTY COMMIS
MBV Engineering, Inc. OF IAN RIVER COU Y :Q¢.
Title: Vice President
§usa'Adams, Chairm"a�
BCC Approved Date: March 10, 2020
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By: (61-111) f a a �_J -_—eVk4
Deputy Clerk n
Approved:
Jason f. Brown, County Administ
Approved as to form and legal sufficiency:
Dylan T. Reingold, County Attorney
EXHIBIT A - SCOPE OF WORK
It is our understanding that the COUNTY intends to construct an approximately 1,040 SF open pavilion
with bathrooms and associated parking at the Jones Pier Historic parcel located at 7770 Jungle Trail,
Vero Beach, FL.
The proposed improvements will require construction inspection and certification services during and
through final completion of the work. MBV Engineering, Inc. and Donadio & Associates. will provide
the necessary project oversight and certifications necessary, as outlined below in detail.
CONSTRUCTION PHASE
The Consultant will provide the following scope of services during the construction phase:
Civil
• Attendance to two (2) pre -construction meetings, as requested
• Shop Drawing review of Civil site components
• One (1) inspection during subbase construction
• One (1) inspection for sidewalk formboards
• One (1) inspection for asphalt milling construction
• One (1) inspection for water line testing
• Up to three (3) site visits during on-site sewer pipe and STEP system construction and testing
• One (1) inspection during drainage pipes and structure construction
• One (1) final inspection of civil site components in Phase 1
• Review of testing reports and asbuilts provided by others
• Coordination with Site Contractor during construction
• Certification by EOR to County, SJRWMD and FDEP
NOTE: Above inspections are based on a duration of 2.5 hours each.
Architectural
• Six (6) additional site visits during the 3 -month construction period for observations, meetings
and pay draw reviews
DELIVERABLES
The Consultant shall provide the COUNTY with the following:
• Punchlist of deficient items upon final inspection
• Original letter of certification by Engineer of Record for Phase 1.
• Certifications forms for SJRWMD
• Certification forms for FDEP
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
Construction Phase
Civil Construction Services
$ 6,550
Architectural Construction Services
$ 1,650
Amendment 2 Total
$ 8,200
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.