Loading...
HomeMy WebLinkAbout2022-081WORK ORDER 25 Indian River County Traffic OPs Complex Wash Rack -MThis Work Order Number 25 is entered into as of this '25 day ofMq , 2022, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Ss 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 D (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 B (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 MBV Engineering, Inc. OF INDIAN RIVER COUNTY, By: BY: A+ Jason E.ro , County A ministrator Print Name: Todd Howder 2 Title: Vice President Approved Date: p & Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney EXHIBIT A - SCOPE OF WORK It is understood the COUNTY Public Works Department (Traffic Operations) desires to develop a Wash Rack apron in conjunction with the new Traffic Operations new building project. The proposed Wash Rack apron will be located on the north end of the Traffic Ops complex and will support the necessary infrastructure and utilities to support the wash down of IRC equipment at this location. The CONSULTANT proposes to provide the COUNTY the below scope of work associated with the Master Development Plan and as further described below. Task 1— Civil Design & Permitting A. Construction Plans The CONSULTANT will prepare 24" x 36" design drawings for the Wash Rack pad which will include the following: 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 the Wash Rack design shall be incorporated into the Master Traffic Ops new building plans set as it will be constructed in conjunction with the Traffic Ops re- development. B. County Reviews The CONSULTANT will coordinate with the COUNTY on two (2) progress reviews with at the 50 and 100 percent levels of design completion. Either a single set of review comments may be provided to CONSULTANT prior/or after each review meeting, or comments may be provided via redlines to proposed design plans. 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 applicable agencies required for review and approval of the Wash Rack. • Indian River County Department of Health permit • Florida Department of Environmental Protection • Indian River County Department of Utilities • Indian River County Site Plan NOTE: With the exception of the FDEP Industrial Wastewater Permit /and or Exemption, all other permits required for the Wash Rack shall be included in the Traffic Ops New Building permits. Task 2 - Cost Estimates The CONSULTANT will produce an Opinion of Probable Cost (EOPC) at the 100% design milestone of the project. The final plan and estimate will be provided to COUNTY based upon English units and provided in digital and PDF formats. EXHIBIT B - SCHEDULE Upon authorization to proceed by the COUNTY, the above described services will be provided based on the following schedule: • 50% Master Development Site Plan • 100% Master Development Site Plan 30 days from the latter of the issuance of Notice to Proceed 30 days from receipt of IRC review comments from 50% Review Phase EXHIBIT C - DELIVERABLES The CONSULTANT shall provide the COUNTY with the following: • Three (3) sets of the Master Development Plan in 24" x 36" format • One electronic version of plans set including the Cost Estimate and Plan in PDF format EXHIBIT D - 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: Master Plan Development $ 4,320 Task 2: Cost Estimates $ 450 LUMP SUM TOTAL $ 4,750 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, bythe 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.