HomeMy WebLinkAbout2024-114A TRUE COPY
CERTIFICATION ON LAST PAGE
!?Y" tii t. RUTLER, CLERK
ENGINEERING SERVICES WORK ORDER 4
This Work Order Number 4 is entered into as of this —day of _ , 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
Eneineerins, 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:
C
Print Name:
Title:
Todd Howder
BOARD OF COUNTY COMMISSIONERS
OF IND N RIVER COUNTY
By:
Mn A. Tiil4niA, Jr., County A ministrator
Vice President App iciency:
APPROV:VJn'eey
By William K. DeSmal at 2:40 pm
Willia
Purchasing Approval:
Jennifer
Y M•a ,..�.,aa....,
4wry0u• W.n�.9wrY.'
Department Head Approval:
M.r w�.M 6.e.wnm
David Johnson.a
For work under $35,000 only GL# 10322019-066510-20037
J,
�i A j T
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. SUTLER, CLERK
EXHIBIT A - SCOPE OF WORK
It is understood the COUNTY Emergency Services Department desires to construct an approximate
7,400 SF warehouse on the existing Emergency Operations Center (EOC) parcel located at 4225 43rd
Avenue. The addition will require water and sewer services as well as providing additional parking to
be located on the south side of the proposed Warehouse. In addition, we understand a concrete
driveway from the south parking area to the north parking area, and following the perimeter of the
edge of the existing wet pond will be installed to support the testing operations of the IRCFD's pumper
trucks. The proposed development will require various site improvements such as paving, grading,
stormwater and utilities. Should any Landscape design/permitting be required, that service shall be
provided by others and is not included in this Work Order. All Building/Elevations drawings to be
provided by project architect to CONSULTANT. The CONSULTANT proposes to provide the COUNTY the
below scope of work associated with the Warehouse Addition and site improvements and as further
described below.
Task 1— Preliminary Plans & Pre -Application Meeting
The CONSULTANT will provide the following Task 1 services:
A. Preliminary Plans
The CONSULTANT will prepare preliminary design drawings for the proposed improvements to
include the following: Existing Conditions Plan, Demolition Plan, Site Plan, Grading Plan, and
Utility Plan.
B. Pre -Application Meeting
The CONSULTANT will prepare preliminary the IRC Pre -Application Plan and meeting application
and submit to IRC. CONSULTANTwill attend the IRC Pre -Application meeting and conduct post -
meeting coordination with EOC staff.
C. Post -Meeting Coordination with EOC Staff
The CONSULTANT will attend a post pre -application meeting with EOC staff to discuss COUNTY
comments and obtain any EOC review comments in preparation for construction plans
development under Task 2.
NOTE: CONSULTANT will utilize the previously obtained Existing Conditions Survey from Masteller,
Moler & Taylor, Inc. (MM&T) for the proposed design improvements. Should additional survey be
required, COUNTY will contract directly with MM&T for that scope.
Task 2: Civil Design & Permitting
The CONSULTANT will provide the following Task 2 services:
A. Construction Plans
The CONSULTANT will prepare construction design drawings for the proposed improvements
to include the following: Cover Sheet, Existing Conditions Plan, General Notes and Specifications
Plan, Erosion Control Plan, Demolition Plan, Site Plan, Grading Plan, Utility Plan, and applicable
details sheets.
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
B. County Reviews
The CONSULTANT will attend two (2) progress review meeting with the EOC staff, one at the 50
percent level of construction design completion, and one at 100 percent level of completion. A
single set of review comments shall be provided to CONSULTANT prior/or after the review
meetings, as applicable. This task includes revisions to plans from the EOC review within
reasonable scope of the project.
C. Permitting
The Consultant will prepare the following permit applications and associated submittals for the
following agencies. CONSULTANT will provide revised plans and respond to agency permit
comments as applicable. Note: Permit Application packages to the agencies will be submitted
after addressing the COUNTY's 50 percent review comments.
• IRC Major Site Plan
• IRC Land Clearing
• IRC Tree Removal
• IRC Concurrency (Conditional and Final)
• IRC Stormwater
• IRC Utilities
• IRC Fire Review
• SJRWMD ERP Permit Modification
• IRFWCD Permit Modification
• FDEP Water Exemption
• FDEP Sewer Exemption
The CONSULTANT will prepare all necessary applications and fee requests and provide to COUNTY for
signature and check processing. Permit Application Fees will be paid for by COUNTY.
Task 3: Cost Estimate
The CONSULTANT will prepare an Engineer's Opinion of Probable Costs at 100 percent level of design
completion.
Task 4 — Reimbursable
This task includes costs and expenses associated with the project. Permit application fees are not
Included In this Task and will be paid directly by the Owner. MBV will coordinate with the agency and
Owner on the required fee and provide to Owner the applicable fee schedules / information from the
agency.
SCHEDULE
Upon authorization to proceed by the COUNTY, the above-described services will be provided based
on the following schedule:
• Preliminary Plans and Meetings 45 days from Notice to Proceed
• 50% Construction Plans 45 days from receipt of IRC Pre -Application Comments
• 100% Construction Documents 120 days from the Permit Applications Submission
STATE OF FLC410A
INDIAN RIVER CUUNT*
THIS IS TO CE00eF ' tfiAt THIS IS ATRUE ANDCORr&=
COPY OF THE CA'i6 NA! (NI FILE IN THIS OFFICE,
w.;t� L OUTER, QLER►fI
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: Preliminary Plans and Meeting
$
5,835
Task 2: Civil Design & Permitting
A. Construction Plans
$
16,110
B. County Reviews
$
840
C. Permitting
$
6,740
Task 3: Cost Estimate
$
955
Task 4: Reimbursables
$
1,000
TOTAL
$
31,480
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.