HomeMy WebLinkAbout2024-092IRC -2104 TRAFFIC OPERATIONS FACILITY
ENGINEERING SERVICES WORK ORDER 3
This Work Order Number 3 is entered into as of this23 day of Apri 1 P 2024,
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 ENGINEERING, INC.
By:
Print Name: Todd Howder
Title: Vice President
BOARD OF COUNTY COMMIS E
OF IMNAN-RMER COUNTY"'
By:
usan Adams, Chai
BCC Approval Date: April 23, 202
4
<ONWIS
19
S
•'+ °'LR��fR COUN���'
Attest (cyan L. Butler,_Clerk of Court and Comptroller
By:
By:
n A. Titkanich, Jr., County Administrator
Approved as to form and legal sufficiency: ed
n.x (-2ju
William K. DeBraal, Co my Attorney
EXHIBIT A - SCOPE OF WORK
It is understood the COUNTY desires post -design services for the Bidding and Construction phase of the
Indian River County Traffic Operations Facility, Project No. IRC -2104. CONSULTANT (MBV Engineering,
Inc.) proposes to provide to COUNTY the below detailed scope of work associated with the Bidding and
Construction phase services.
BIDDING SERVICES:
Task 1— Bidding Phase Services
The COUNTY shall be responsible for providing the front-end bid documents, bid opening date,
advertisement of bid, scheduling of pre-bid meeting and bid opening date. The CONSULTANT
will provide the following:
1. Pre -Bid Plans. The CONSULTANT will prepare the Civil Plans and Civil Cost Estimate and
transmit to COUNTY to be included in the Bidding package.
2. Pre -Bid Meeting. The CONSULTANT will attend the pre-bid meeting at the COUNTY for the
project bidding phase kick-off with the COUNTY and project team.
3. Response to RFIs. The CONSULTANT will provide the necessary responses to the Request
for Additional Information (RFI) from the bidders and COUNTY.
4. Final Civil Bid Plans package. The CONSULTANT will provide the final updated Civil bid
package back to COUNTY reflecting any revisions/clarifications on the plans or in the
documents form the Bidding RFIs.
Task 2 — Construction Phase Services
The CONSULTANT will provide the following:
1. Pre -Construction Meeting. The CONSULTANT 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 CONSULTANT will attend the Bi -Weekly
Construction meetings every other week at the site during the Construction Phase. It is
assumed the Bi -weekly meetings will continue until the project has obtained substantial
completion as deemed by COUNTY.
3. Shop Drawings and Samples. The CONSULTANT 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 related to safety precautions and programs. Shop drawings,
samples or certifications are anticipated to be submitted related to the following:
• Roadway and Drainage elements
• Water and Sewer elements
• Signing and Marking elements
4. Clarifications and Interpretations. The CONSULTANT 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.
5. Change Orders. The CONSULTANT may recommend Change Orders to the COUNTY and will
review and make recommendations related to Change Orders submitted or proposed by
the Contractor.
6. Applications for Payment. CONSULTANT will provide assistance to ARCHITECT for the
Civil portion of the Monthly applications for payment.
7. Project Coordination. The CONSULTANT or CONSULTANT'S Inspector shall attend
miscellaneous field meetings and provide coordination services to the team
representatives and COUNTY as required for the civil site work related items to assist
with construction related issues or concerns.
8. Record Drawing Review and Permit Certification. The CONSULTANT will review the Record
Drawings as submitted by the Contractor. Based upon receiving acceptable Record
Drawings from the Contractor, the CONSULTANT 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 CONSULTANT 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 CONSULTANT
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
CONSULTANT may recommend, in writing, final payment to Contractor. Accompanying the
recommendation for final payment, the CONSULTANT shall also provide a notice that the
Work is generally in accordance with the Contract Documents to the best of the
CONSULTANT'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.
FEE SCHEDULE
(See EXHIBIT B)
The COUNTY agrees to pay and the Consultant (MBV Engineering, Inc.) 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:
Fixed Fee:
Task
Task 1— Bidding Phase Services
Labor Fee
$ 6,025
Task 2 — Construction Phase Services $ 31,370
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
EXHIBIT B - RATE SCHEDULE
Project Name IRC 2104: IRC Traffic Operations Facility - Bidding & Construction Phase Services
Task Summary Manhours for project
PRE-BID PHASE ESTIMATE
Task
Principal
Senior
Senior
Jr.
Inspector
Support
Engineer 11
Engineer
Engineer
Staff
$240
$210
$185
$160
$140
$75
Bidding Phase Services
0
8
18
4
0
5
Total Hours =
0
8
18
4
0
5
Labor Fee=
$0
$1,680
$3,330
$640
$0
$375
Total Labor Fee $6,025
CONSTRUCTION PHASE ESTIMATE
Task
Principal
Senior
Registered
Jr.
Inspector
Support
Professional
Professional
Engineer
Staff
$240
$210
$185
$160
$140
$75
Construction Phase Services
0
94.5
0
24
49
11
Total Hours =
0
94.5
0
24
49
11
Labor Fee =
$0
$19,845
$0
$3,840
$6,860
$825
ota or ee =
TOTAL LABOR FEE 1 $37,395
Exhibit B - Traffic OPs COA Manpower Estimates Page 1
COA Phase Services
Activity: BIDDING SERVICES
Task
Principal Senior
E Ineerll
Senior
En ineerI
Jr. Engineer Inspector
Support Remarks
Staff
Pre -Bid Plans
2
1
Bi -Weekly Construction Meetings
2
Pre -Bid Meeting
2
1
4
Response to RFIs
2
10
2
Final Civil Bid Plans Package
2
6
2
3
Subtotall 0 1 8
1 18
1 4 1 0 1
5
Activity: CONSTRUCTION SERVICES
Pre -Con Meeting
2.5
2
Bi -Weekly Construction Meetings
16
4
Assumes an 8 -month COA process for substantial competion based on 2 phases
Request for Information (Clarifications and Interpretations)
12
4
6
Change Order Coordination
10
4
Shop Drawing Review
4
4
Applications for Payment
8
Project Coordination
24
10
24
5
Record Drawings Review and Project Certifications
10
6
6
4
Final Acceptability Notice Site Inspection & Coordination
8
3
2
Subtotall
0
94.5
0
24
49
11
Page 1