HomeMy WebLinkAbout2024-184AMENDMENT 1 TO WORK ORDER 21
IRC -2115
INDIAN RIVER COUNTY GO -LINE BUS STOP SHELTERS
This Amendment 1 to Work Order Number 21 is entered into as of this 20th
day ofAugust , 2024, pursuant to that certain Continuing Contract Agreement, dated April 17, 2018,
renewed and amended as of May 18, 2021 (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").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work
Order Number 21, Effective Date July 6, 2021.
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of
Work) attached to this Amendment and made part hereof by this reference. The professional services will
be performed by the Consultant for the fee schedule set forth in Exhibit B (Fee Schedule), and within the
timeframe more particularly set forth in Exhibit C (Time Schedule), all in accordance with the terms and
provisions set forth in the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as
set forth in this Amendment. 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 Amendment 1 to Work Order 21 as of the
date first written above.
CONSULTANT: MBV ENGINEERING, INC.
By:
Print Name: v 44t�ejO�eW_
Title:
BOARD OF COUNTY COMM
OF 11uDYkN-RAVER COUNTY
By:
n'Adams, Chairman
�y �ph1M1Ss`'^
NERS �> • !o✓ .
J F9s
BCC Approved Date: August 20 2024
Attest: Ryan L. Butler, Clerk of Court and Comptroller
By: !]A i
Deputy Clerk
Approved:i
Jo n A. Titkanich, Jr., County Administrator
Approved as to form and legal sufficiency:
40 y-
illiam K. DeBraal, County Attorney
EXHIBIT A — SCOPE OF
WORK
Due to the original contractor resigning from the project, SRA was forced to start the General Contractor
(GC) selection process over again to select a new GC. Therefore, previous Construction Phase efforts
expended by Consultant must be reinitiated to provide the necessary assistance to the new GC selected
for the project. In addition, it was stated by Senior Resource Association (SRA) staff that the previous
number of LNI Bus Shelters reflected in the original permit plans are no longer available due to parts
being removed from these units to repair existing shelters. As such, plans sets for three (3) shelter
locations originally designed for the LNI system must be revised to reflect the BRASCO shelter and pad
system. As such, additional design and construction efforts are required for the above referenced
services and as described below.
Task 1: Civil Design Plans & Permitting
A. Construction Plans
The Consultant will prepare updated 24" x 36" design drawings for each of the revised bus stop
locations which will include the following: Site Plan, Grading and Drainage Plan and Details Plan.
It is understood no utility improvements, design or permitting will be required with this
Addendum and is therefore excluded from this Work Order.
B. Permitting
The Consultant will provide the following scope associated with this Amendment:
• Coordinate with IRC and the new General Contractor for information needed to update the
originally approved applications
• Preparation of new ROW applications for all shelter locations (Indian River County (IRC), City
of Vero Beach (COVB) and City of Sebastian (COS) reflecting the new General Contractor
information
• Submittal of Applications to IRC, COVB and COS with applicable revised construction plans
for re -approvals.
The Consultant will prepare all necessary applications and provide to COUNTY for signature. Permit
Application Fees will be paid for by Consultant and included in this Work Order as a reimbursement to
Consultant by COUNTY.
Task 2: Construction Services
A. Civil Construction Services
• Attendance to meeting with IRC and SRA staff to determine next steps due to original
contractor resigning from project
• Provide assistance to SRA for re -bidding of project
• Coordination with Surveyor to obtain construction and stake -out survey proposal for SRA
• Coordination with new General Contractor in preparation for Pre -Construction meeting
• Attendance to Pre -Construction meeting with IRC, SRA and new General Contractor
EXHIBIT B — SCHEDULE
Upon authorization to proceed by the COUNTY, the above-described services will be provided
based on the following schedule:
• Revised Construction Plans 7 working days from the issuance of Notice to Proceed
• ROW Applications 2 working days from the issuance of Notice to Proceed
• Construction Services Immediately upon issuance of Notice to Proceed
EXHIBIT C— DELIVERABLES
The CONSULTANT shall provide the COUNTY with the following at the designated milestones:
• Revised construction drawings - one (1) set in 24" x 36" format and one (1) set in pdf format.
• Copies of revised ROW permit approvals upon receipt for agencies
EXHIBIT D — FEE SCHEDULE
The COUNTY agrees to pay, and the CONSULTANT agrees to accept for services rendered, pursuant
to this Agreement, the fee of $7,300.00, inclusive of expenses.
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.