HomeMy WebLinkAbout2022-161AIndian River County Fire Station No. 2 Boat Ramp and Dock Improvements
Preliminary Agency Coordination
This Work Order Number 26 is entered into as of this}, day of 2022, pursuant to that
certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this
17"' 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:
MBV Engineering, Inc.
}
By:
Print Name: Todd Howder
Title: Vice President
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER CO Nix
By:
Jason . B own, County Administrator
Approved Date: -�
Approved as to form and legal sufficiency:
'bilan T. Reingold, County Attorney
EXHIBIT A - SCOPE OF WORK
It is understood the COUNTY Fire Rescue Department desires to conduct preliminary coordination with
the jurisdictional agencies for the reconstitution of the existing boat ramp, boat dock re -configuration
and new boat shelter for the Fire Rescue Boat area located at Fire Station No. 2.
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— Development of Conceptual Sketch
MBV and FEC (the Environmental Consultant) will jointly develop a Conceptual sketch of an aerial
exhibit that will depict the exiting Fire rescue Boat Ramp / dock and the proposed re -configuration of
the dock, along with a proposed covered roof structure of the boat. The Conceptual sketch plan will
be utilized in the meetings with the jurisdictional agencies to determine the necessary design and
permitting efforts that will be required for formal permitting of the proposed improvements.
Task 2 -- Pre -Application Meetings with Jurisdictional Agencies
MBV and FEC will coordinate and attend the Pre -Application meetings with the following jurisdictional
agencies: City of Vero Beach (COVE), St. Johns River Water Management District (SAWMD) and Florida
Department of Environmental Protection (FDEP). MBV will complete the necessary applications and
coordinate with COUNTY as applicable.
EXHIBIT B - SCHEDULE
Upon authorization to proceed by the COUNTY, the above described services will be provided based
on the following schedule:
• Conceptual Sketch Plan Development
• Agency Pre -Application Meetings
10'days from the issuance of Notice to
Proceed
Anticipate within 45 days from the issuance
of Notice to Proceed*
*NOTE: Pre -Applications time frame is estimated due to not being controlled by CONSULTANT.
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: Conceptual Sketch Plan Development $ 850
Task 2: Pre -Application Meetings with Agencies $1,350
LUMP SUM TOTAL $ 2,200
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.