HomeMy WebLinkAbout2023-177WORK ORDER 1
This Work Order Number 1 is entered into as of this 29 day of Augus t , 2023
pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (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 mutually agreed upon lump sum or
maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing,
and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a
part hereof by this reference. The Consultant will perform the professional services within the
timeframe more particularly set forth in Exhibit A (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 ENqRJEERING, INC.
By• -
Print Name: Todd Howder
Title: Vice President
+ yGpblMlSs��✓
BOARD OF COUNTY COMMISSIONE "---
OF
- OF INDIAN RIV R COUNTY
By: Com—`— r oQ
Josep H. Earm liIrman
LRi✓ER CO�N�''+•
BCC Approval Date: August 29,
Attest: Ryan L. Butler, Clerk of Court and Comptroller
By
By
App oved as t r an legal sufficiency: 5VSOLV� pro&o
/fi A-�A-T) C a"
Coo �
iam al, /Atorney
EXHIBIT A - SCOPE OF WORK
It is understood the COUNTY desires post -design services for the construction phase of 11th Drive and
37th Street Roadway and Intersection improvements project. It is understood that COUNSULTANT shall
provide the construction phase services as discussed previously with staff and shall include those
services and necessary consultants as stated below. CONSULTANT shall also engage and contract with
a licensed MEP firm for the 11th Drive roadway lighting design that was not part of the original design
Work Order. The CONSULTANT proposes to provide to COUNTY the below detailed scope of work
associated with the 11th Drive and 37th Street Roadway and Intersection construction services.
ROADWAY DESIGN CONSTRUCTION SERVICES:
Task 1— Construction Phase Services
The ENGINEER will provide professional construction phase assistance as specifically stated
below:
1. Pre -Construction Meeting. The ENGINEER will attend the pre -construction meeting at the
COUNTY for the project construction phase kick-off with the selected contracting team and
applicable governmental agencies.
2. Bi -Monthly Construction Meetings. The ENGINEER will attend the Bi -Weekly Construction
meetings every other week pursuant to COUNTY request at the site or COUNTY Building
during the Construction Phase. It is anticipated that Substantial Completion will be attained
by January 20, 2024, and the Bi -weekly meetings will continue until that date.
3. Clarifications and Interpretations. The ENGINEER will respond to reasonable and
appropriate Contractor requests for information and issue necessary clarifications and
interpretations of the Contract Documents to the COUNTY as appropriate to the orderly
completion of Contractor's work. Any orders authorizing variations from the Contract
Documents will be made by the COUNTY.
4. Change Orders. The ENGINEER may recommend Change Orders to the COUNTY and will
review and make recommendations related to Change Orders submitted or proposed by
the Contractor.
5. Shop Drawings and Samples. The ENGINEER will review and approve or take other
appropriate action in respect to Shop Drawings and Samples and other data which
Contractor is required to submit, but only for conformance with the information given in
the Contract Documents. Such review and approvals or other action will not extend to
means, methods, techniques, equipment choice and usage, sequences, schedules, or
procedures of construction or to related safety precautions and programs. Shop drawings,
samples or certifications are anticipated to be submitted related to the following:
• Roadway and Drainage elements
• Signing and Marking elements
6. Applications for Payment. Monthly applications for payment will be reviewed and
approved by the COUNTY.
Project Coordination. The ENGINEER or ENGINEER'S Inspector shall attend miscellaneous
filed meetings and provide coordination services with the various utilities and team
representatives as required to assist with construction related issues or concerns.
8. Record Drawing Review and Permit Certification. The ENGINEER will review the Record
Drawings as submitted by the Contractor. Based upon receiving acceptable Record
Drawings from the Contractor, the ENGINEER will prepare and submit certifications to the
following jurisdictional agencies:
• Indian River County
• St. Johns River Water Management District
9. Final Notice of Acceptability of the Work. The ENGINEER will promptly, after notice from
Contractor that it considers the entire Work ready for its intended use, in company with the
COUNTY and Contractor, conduct a site visit to determine if the Work is substantially
complete. Work will be considered substantially complete following satisfactory completion
of all items with the exception of those identified on a final punch list. The ENGINEER will
conduct a final site visit to determine if the completed Work of Contractor is generally in
accordance with the Contract Documents and the final punch list so that the ENGINEER may
recommend, in writing, final payment to Contractor. Accompanying the recommendation
for final payment, the ENGINEER shall also provide a notice that the Work is generally in
accordance with the Contract Documents to the best of the ENGINEER's knowledge,
information, and belief based on the extent of its services and based upon information
provided to Consultant upon which it is entitled to rely.
SIGNALIZATION CONSTRUCTION SERVICES:
Task 2 — Construction Phase Services
The ENGINEER will provide professional construction phase assistance as specifically stated
below:
1. Pre -Bid Meeting. The ENGINEER will attend the pre-bid meeting to assist the COUNTY in
describing the scope of work contained with the construction documents. The ENGINEER
shall provide oral and/or written clarifications to questions presented relative to the scope
of work identified within the construction documents.
2. Clarifications and Interpretations. The ENGINEER will respond to reasonable and
appropriate Contractor requests for information and issue necessary clarifications and
interpretations of the Contract Documents to the COUNTY as appropriate to the orderly
completion of Contractor's work. Any orders authorizing variations from the Contract
Documents will be made by the COUNTY.
3. Change Orders. The ENGINEER may recommend Change Orders to the COUNTY and will
review and make recommendations related to Change Orders submitted or proposed by
the Contractor.
4. Shop Drawings and Samples. The ENGINEER will review and approve or take other
appropriate action in respect to Shop Drawings and Samples and other data which
Contractor is required to submit, but only for conformance with the information given in
the Contract Documents. Such review and approvals or other action will not extend to
means, methods, techniques, equipment choice and usage, sequences, schedules, or
procedures of construction or to related safety precautions and programs. Shop drawings,
samples or certifications are anticipated to be submitted related to the following:
• Signalization structure elements
• Signalization elements
5. Applications for Payment. All applications for payment will be reviewed and approved by
the COUNTY.
6. Final Notice of Acceptability of the Work. The County will be responsible for project
acceptance, as -built drawing review and permit certifications.
7. Limitation of Responsibilities. The ENGINEER shall not be responsible for the acts or
omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other
individual or entity performing or furnishing the Work. The ENGINEER shall not have the
authority or responsibility to stop the work of any Contractor.
8. Record Drawing Review and Permit Certification. The ENGINEER will review the Record
Drawings as submitted by the Contractor. Based upon receiving acceptable Record
Drawings from the Contractor, the ENGINEER will prepare and submit certifications to the
following jurisdictional agencies:
• Indian River County
9. Final Notice of Acceptability of the Work. The ENGINEER will, promptly after notice from
Contractor that it considers the entire Work ready for its intended use, in company with the
COUNTY and Contractor, conduct a site visit to determine if the Work is substantially
complete. Work will be considered substantially complete following satisfactory completion
of all items apart from those identified on a final punch list. The ENGINEER will conduct a
final site visit to determine if the completed Work of Contractor is generally in accordance
with the Contract Documents and the final punch list so that the PROFESSIONAL may
recommend, in writing, final payment to Contractor. Accompanying the recommendation
for final payment, the ENGINEER shall also provide a notice that the Work is generally in
accordance with the Contract Documents to the best of the ENGINEER's knowledge,
information, and belief based on the extent of its services and based upon information
provided to the Consultant upon which it is entitled to rely.
LIGHTING DESIGN & CONSTRUCTION SERVICES:
Task 3 — Design & Construction Phase Services
The ENGINEER will assist with plan updates, coordination and contract directly with a licensed
lighting design consultant to provide professional design and construction phase assistance as
stated below:
1. Street Lighting Design. The ENGINEER shall update the construction plans as needed for
the street lighting pursuant to the lighting consultant's design. ENGINEER shall contract
with a licensed MEP subconsultant for the requested street lighting design. ENGINEER shall
provide project oversight with the subconsultant and update the necessary roadway
construction drawings with the completed lighting design / information provided by
subconsultant and as further detailed in the subconsultants proposal, attached as Exhibit
A. MEP subconsultant shall also provide services during the construction phase for shop
drawings review and coordination with the contractor for RFIs.
Kimley-Horn and Associates, Inc.
Exhibit A to Work Order 1, dated
July 6, 2023.
The Consultant shall perform the following Services:
Task B — Post Design Services
The ENGINEER will provide professional construction phase assistance as specifically
stated below:
1. Pre -Bid Meeting. The ENGINEER will attend the pre-bid meeting to assist the
COUNTY in describing the scope of work contained with the construction
documents. The ENGINEER shall provide oral and/or written clarifications to
questions presented relative to the scope of work identified within the
construction documents.
2. Clarifications and Interpretations. The ENGINEER will respond to reasonable
and appropriate Contractor requests for information and issue necessary
clarifications and interpretations of the Contract Documents to the COUNTY
as appropriate to the orderly completion of Contractor's work. Any orders
authorizing variations from the Contract Documents will be made by the
COUNTY.
3. Change Orders. The ENGINEER may recommend Change Orders to the
COUNTY and will review and make recommendations related to Change
Orders submitted or proposed by the Contractor.
4. Shop Drawings and Samples. The ENGINEER will review and approve or take
other appropriate action in respect to Shop Drawings and Samples and other
data which Contractor is required to submit, but only for conformance with the
information given in the Contract Documents. Such review and approvals or
other action will not extend to means, methods, techniques, equipment choice
and usage, sequences, schedules, or procedures of construction or to related
safety precautions and programs. Shop drawings, samples or certifications are
anticipated to be submitted related to the following:
• Sig nalization structure elements
• Signalization elements
5. Applications for Payment. All applications for payment will be reviewed and
approved by the COUNTY.
6. Final Notice of Acceptability of the Work. The County will be responsible for
project acceptance, as -built drawing review and permit certifications.
Limitation of Responsibilities. The ENGINEER shall not be responsible for
the acts or omissions of any Contractor, or of any of their subcontractors,
suppliers, or of any other individual or entity performing or furnishing the
Work. The ENGINEER shall not have the authority or responsibility to stop
the work of any Contractor.
Rev. 7-23
8. Record Drawing Review and Permit Certification. The ENGINEER will review
the Record Drawings as submitted by the Contractor. Based upon receiving
acceptable Record Drawings from the Contractor, the ENGINEER will prepare
and submit certifications to the following jurisdictional agencies:
• Indian River County
9, Final Notice of Acceptability of the Work. The ENGINEER will, promptly after
notice from Contractor that it considers the entire Work ready for its intended
use, in company with the COUNTY and Contractor, conduct a site visit to
determine if the Work is substantially complete. Work will be considered
substantially complete following satisfactory completion of all items with the
exception of those identified on a final punch list. The ENGINEER will conduct
a final site visit to determine if the completed Work of Contractor is generally in
accordance with the Contract Documents and the final punch list so that the
PROFESSIONAL may recommend, in writing, final payment to Contractor.
Accompanying the recommendation for final payment, the ENGINEER shall
also provide a notice that the Work is generally in accordance with the Contract
Documents to the best of the ENGINEER's knowledge, information, and belief
based on the extent of its services and based upon information provided to
Consultant upon which it is entitled to rely.
For the Additional Services set forth above, the Client shall pay the Consultant the following
additional compensation:
The Consultant will perform these services described above based upon a Cost Plus Max
fee of $30,355.
Rev. 7-23
EXHIBIT
Consulting
Reply to: Fort Pierce
July 18, 2023
Aaron Stanton, P.E.
Project Manager
MBV Engineering, Inc.
1835 20th Street Vero Beach, FL 32960
P: 772.569.0035 x 111 F: 772-778-3617
ryanm@mbveng.com
RE: 11th Dr & 37th St Roadway Lighting
Vero Beach, FL
Dear Aaron:
Shareholders
Art Kamm, P.E., CxA, LEED AP
Bradly L. Brown, P.E., LEED AP
Rick Gonzalez, LEED AP
Greg Kemp
Duane Millar, LEED AP
John Chirgwin
John Mayr, LEED AP, BD+C
Michael Freire, P.E.
We are pleased to provide the following proposal for Site Lighting Photometrics and drawing
specifications for the above -referenced location.
Design scope to include: power and photometric design for new Roadway Lighting.
Kamm Consulting shall perform its work in character, sequence and timing so that it will be
coordinated with that of the Client and in accordance with mutually agreed schedules
provided by the Client. Work shall be performed with the standard of care, skill, and
diligence normally provided by a Professional Engineer.
The services provided by Kamm Consulting shall include the following:
(a) Coordinate with Client to establish design criteria for site lighting
photometrics.
(b) Site Lighting Layout showing photometric light values, pole locations, and
fixture types.
(c) Coordinate and conform to applicable Building Codes and building
departments.
(d) Pole Boxes and electrical wiring / Circuitry design.
(e) Responses to city review comments, if required.
(f) Shipping / delivery of signed and sealed permit drawings.
Providing the services set forth above, the Client shall pay Kamm Consulting, Inc. fees in
the amount of: $ 3,250.00
Florida:
1407 W Newport Center Drive
Deerfield Beach, FL 33441
954-949-2200
954-949-2201 FAX
OFFICES
www.kammconsulting.com
Florida:
1408 Orange Avenue
Fort Pierce, Florida 34950
772.595.1744
772.595.1745 FAX
• SITE LIGHTING CERTIFICATION, if required at end of project, is not
included in the scope or fees quoted herein, and will be an additional fee
of.• $750.00
To Include:
(a) Perform one (1) on-site, Site Lighting Photometric analysis.
(b) Provide three (3) copies signed and sealed of report of findings.
Initial here to authorize
• CONSTRUCTION ADMINISTRATION, if required, is not included in the
scope or fees quoted herein, and will be an additional fee of.
$1,850.00
To Include:
(a) Perform up to two (2) site visits as needed.
(b) RFI responses.
(c) Submittal review.
Initial here to authorize
Any additional services, other than those outlined herein, will be billed at rates listed
below:
$75.00 / Hr. - Clerical
$85.00 / Hr. - CADD
$95.00 / Hr. - Designer
$110.00 / Hr. — Engineering / Field Technician
$125.00 / Hr. — Project Manager
$225.00 / Hr. - Principals
Please allow 3-4 weeks (excluding weekends and holidays) for Construction
Documents after proper design criteria has been established and CADD files have been
received.
If you have any questions or need additional information, please let me know.
Sincerely,
KAMM CONSULTING, INC.
Duane Millar LEED AP
Project Manager
** NO WORK SHALL BEGIN WITHOUT
CUSTOMER WRITTEN AUTHORIZATION **
1111 Dr and 37th St Roadway Lighting (07-18-23)
Page 2
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:
A. Professional Services Fee
The basic compensation mutually agreed upon by the Consultant and the COUNTY is as
follows:
Hourly Not to Exceed:
Task Labor Fee
Task 1— Construction Phase Services - Roadway $ 51,750
Task 2 — Construction Phase Services - Signalization $ 30,355
Task 3 — Lighting Design & Construction Services $ 5,850
Total Not To Exceed: $ 87,955
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
EXHIBIT B - RATE SCHEDULE
Project Name IRC 2001: 37th Street and 11th Dr - Construction Phase Services
Task Summary Manhours for project
ROADWAY CONSTRUCTION PHASE ESTIMATE
Task
Principal
$240
Senior
Engineer 11
$210
Senior
Engineer
$185
Jr.
Engineer
$160
Inspector
$140
Support
Staff
$75
Contract Fee =
$5,850
(See Exhibit A for scope)
(Sub -Consultant to MBV)
Total Hours =
Labor Fee=
0
$0
157
$32,970
37
$6,845
10
$1,600
54
$7,560
37
$2,775
Total Labor Fee =
SIGNALIZATION CONSTRUCTION PHASE ESTIMATE
Task
Principal
$300
Senior
Profes.sionaq
$270
I Registered
Professional
$210
I Professional
II
$160
Professional
1
$130
Support
Staff
$75
Contract Fee =
$5,850
(See Exhibit A for scope)
(Sub -Consultant to MBV)
Total Hours =
Labor Fee=
0
$0
68
$18,360
24
$5,040
28
$4,480
0
$0
33
$2,475
Total Labor Fee =
LIGHTING DESIGN - KAMM CONSULTING
Task
Vendor
Contract
Fee
Contract Fee =
$5,850
(See Exhibit A for scope)
(Sub -Consultant to MBV)
Total Labor Fee =
TOTAL LABOR 1 $87,955
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)