HomeMy WebLinkAbout2021-092WORK ORDER 21
Indian River County Go -Line Bus Stop Shelters
This Work Order Number 21 is entered into as of this 6 day of July 2021 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. 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.
" ' �V 1
Title: Vice President
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
By:
osep E. Flescher, Chairman
:tea. � �' ,.off•:
BCC A roved Date: July 6, 2021 •;�ti' ,t'' �;;
R COU��
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Dei uty Clerk A
Approved:
Jason E/ Brown, County Administrator
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 new bus shelters in the County Rights -of -
Way for the County's Go -Line transportation system at the following bus stop locations:
• 37th Street and 17th Avenue - North side of the road, Westbound stop only — (Route 3)
• Highland Drive and Old Dixie Highway - Northbound Only — (Route 6)
• Old Dixie Highway and Georgia Lane (13th Lane SW) - Northbound and Southbound — (Route 6)
• Old Dixie Highway and 4th Place SW - Northbound and Southbound — (Route 6)
• Old Dixie Highway and 1st Street SW -Northbound Only— (Route 6)
• 27th Avenue and 5th Street SW - Northbound and Southbound — (Route 7)
• 27th Avenue and Dollar General (Oslo Road) - Northbound and Southbound - (Route 7)
• St. Lucie Boulevard (Veterans Services Bldg.) — Southbound Only — (Route 8)
• Elm Street and County Road 512 SE corner (City of Fellsmere) - Northbound Only — (Route 10)
• Schumann Drive and Empress Avenue (City of Sebastian) — Southbound Only - (Route 12)
• Schumann Drive and Englar Drive (City of Sebastian) — Southbound Only - (Route 12)
The proposed design improvements will consist of concrete bus shelter pads and covered shelters
pursuant to the COUNTY's new shelter design specification. The bus shelter specification for the project
shall be provided by COUNTY to Consultant and be relied upon for the design parameters. Locations
will most likely require minor drainage infrastructure to accommodate existing drainage flows. This
improvement will require design services and coordination with the COUNTY staff / departments as
applicable. Coordination will also be required with the City of Sebastian and City of Fellsmere for the
shelters proposed in those municipalities. Pursuant to coordination with COUNTY staff, the project will
only be required to obtain IRC ROW permits and in-house reviews by the MPO and Public Works
Departments staff for the proposed locations. IRC Site Plan approvals will not be required and are
therefore not included in this Work Order. It is also understood that an existing conditions survey
consisting of site-specific topography and existing infrastructure will be required for all locations. As
such, MBV Engineering; Inc. will provide the existing conditions survey, civil design, plan details, cost
estimates, permitting services, bidding assistance and construction administration services as related
to the above activities and as further described below.
Task 1: Existing Conditions Survey
The Consultant will provide the existing conditions surveying services for the project at each Bus Stop
Location which will include:
• Provide a minimum of two horizontal and vertical control points for design baseline.
• Perform site specific topographic survey.
• Locate existing aboveground improvements with elevations sufficient for design.
• Locate aboveground utilities with elevations, where applicable, per engineer.
• Depict existing right-of-way lines and adjoining parcel designation
• Provide CAD file to MBV Engineering, Inc. upon request.
• Provide up to 8 certified copies of finished survey upon request.
Consultant will utilize the above information survey information as the base for the existing conditions
for all the bus locations for the proposed design.
Task 2: Civil Design Plans & Permitting
A. Construction Plans
The Consultant will prepare 24" x 36" design drawings for each bus stop location which will
include the following: Cover Sheet, Existing Conditions Plan, General Notes and Specifications,
Erosion Control Plan, Demolition Plan, Site Plan, Grading and Drainage Plan and applicable
details sheets. It is understood no utility improvements, design or permitting will be required
with this project and is therefore excluded from this Work Order.
B. County Reviews
The Consultant will attend two (2) progress review meetings with the COUNTY staff at the 50
and 100 percent levels of design completion. A single set of review comments shall be provided
to Consultant prior/or after each review meeting. This task includes revisions to plans from each
County review within reasonable scope of the project.
C. Permitting
The Consultant will prepare the following permit applications and associated submittals for the
following agencies for each bus stop:
Indian River County - Bus Stop Locations:
• Indian River County ROW permit for each individual location
City of Vero Beach - Bus Stop Location:
• City of Vero Beach Minor Site Plan & ROW permit
City of Fellsmere - Bus Stop Location:
• IRC ROW Permit
City of Sebastian - Bus Stop Locations:
• City of Sebastian ROW
No endangered species, wetlands or other ecological permitting is anticipated or included herein.
The Consultant will prepare all necessary applications and provide to COUNTY for signature. Permit
Application Fees will be paid for by Consultant and included in this Work Order as a reimbursement to
Consultant by COUNTY!
Task 3: Structural Design & Permitting
The Consultant will provide the following structural design services for each Bus Stop Location:
A. Design
• Review Bus Shelter Specification(s) as provided by COUNTY
a Establish structural design criteria
• Develop structural design and preparation for the foundation plans and sections based on
conventional, shallow foundation system
• Development of foundation specifications on plans
B. Permitting
The Consultant will prepare application packages and submit to the below listed agencies for
each bus stop location. Consultant will respond to Building Department review comments and
re -submit plans to address comments, as necessary. It should be noted the project contractor
will be responsible for obtaining the building permit and payment of building permit fees for
each location.
Indian River County and City of Vero Beach — Bus Stop Locations:
• Indian River County Building Permit
City of Fellsmere - Location:
• City of Fellsmere Building Department
City of Sebastian - Bus Stop Locations:
• City of Sebastian Building Department
Task 4: Cost Estimates
The Consultant will prepare an Engineer's Opinion of Probable Costs at approximately 50 and 100
percent levels of design completion.
Task 5: Construction Services
The Consultant shall attend (1) Pre -Construction meeting at COUNTY with staff and the selected
contractor, and provide the following scope of services during the construction phase at each Bus Stop
Location:
A. Civil Construction Services
• Shop drawings review of civil site components
• One (1) inspection during subbase construction
• One (1) inspection during sidewalk formboards
• One (1) inspection for punchlist prior to final inspection
• One (1) site visit for final walkthrough with COUNTY inspector in attendance
• Review of testing reports and as-builts provided by Contractor
• Coordination with COUNTY Planning and Public Works inspection staff
• Coordination with Contractor
• Certification by E.O.R. to COUNTY
B. Structural Construction Services
• Shop drawings review of structural foundation components
• One (1) inspection prior to installation of concrete for foundations
• Review of testing reports and as-builts provided by Contractor
• Coordination with COUNTY Planning and Public Works inspection staff
• Coordination with Contractor
Task 6: Permit Fees:
Permit Application Fees will be paid for by Consultant and included in this Work Order as a
reimbursement to Consultant by COUNTY. The following permit fees are included in this Work Order:
• Indian River County Commercial ROW Permit Fee $800 each for (12) locations (Including
Fellsmere CR 512 location)
• City of Sebastian ROW Permit Fee $250 each for (2) locations
EXHIBIT B - DELIVERABLES
The Consultant shall provide the COUNTY with the following at the 50 and 100 percent milestones:
• Two (2) sets of plans in 24" x 36" format (signed & sealed)
• One (1) Opinion of Probable Cost (OPC)
• One (1) electronic version of the plans in pdf and CAD format
EXHIBIT C - 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: Existing Conditions Survey
$
17,700
Task 2: Civil Design and Permitting
$
48,750
Task 3: Structural Design and Permitting
$
12,750
Task 4: Cost Estimates
$
2,250
Task 5: Construction Services:
Civil Construction Services
$
9,000
Structural Construction Services
$
5,250
Task 6: Permit Application Fees & Reimbursables
IRC ROW —12 locations @ $800 each
$
9,600
City of Sebastian ROW — 2 locations @ $250 each
$
500
Reimbursables
$
2,500
TOTAL
$ 108,300
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:
• Initial Submittal (50% design drawings) 60 days from receipt of Survey
• Final Submittal (100% design drawings) 90 days from Receipt of Interim Review Comments