Loading...
HomeMy WebLinkAbout2024-3182023015 — Continuing Consulting Engineering Services AMENDMENT TO WORK ORDER FOR Fire Station No. 2 Boat Ramp & Dock Improvements (Project Name) This Amendment 01 to Work Order Number 02 is entered into as of December 17, 2024 , pursuant to that certain Continuing Contract Agreement, dated May 2, 2023, ("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 02 , with an Effective Date of March 5, 2024 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Modification to Scope of Work), attached to this Amendment and made part hereof by this reference. The professional services will be performed by the Consultant within the timeframe set forth in the Work Order, or as amended in Exhibit A, 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 modified 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 as of the date first written above. CONSULTANT: Do.OY si _ Oy Ro001f0 V M-., ON: CN=ROO V9i.maa,, Rodolfo VillamizarO- ENGIN RING, CzU69OD1A51B0000FDE9. O•M, ENGINEERING, C=US LOn1b": Vs0 Beed, FL Rw'M .12.014,13. Ihiatlocument By: Dale 202e 12.1010:1]:26-05'00' Print Name: Rodolfo Villamizar, P.E. Title: Senior Vice President Approved as to form and legal BOARD OF COUNTY COMMISSIONERS •••"" ••• �.%'••. OF INDIAN RIVER COUNTY By: eph . Flescher, Chairman : Q' .2a9✓ r + oQo; • •. 9��fR COUN�'�'+ BCC Approved Date: December 17, 202C+"'••- »•• Atte: yan L. Butle , lerk of Court and Comptroller By: O1�✓ DepLy Clerk Approved: 1 Scope, thresholds and amendment number confirmed by: ohn A. kanich, Jr., County Administrator Y e ifer W. Shuler, Count Attorney DIpIWy slgieU Oy JrN er Nyee nnifer Hyde°°N=Je ntteHMemYI=I a.®IMerWvar 9oG US 0 D202i.1224A21 Ries Cant' W = Pu,Wcvg Mvager erv. .016:16W -05'00' Purchasing EXHIBIT A - SCOPE OF WORK It is our understanding that the COUNTY intends to construct an 880 SF dock with an optional roof for boat shelter for the County Fire Station No. 2 located at 3301 Bridge Plaza Drive, Vero Beach, FL 32963. The proposed design will consist of structural engineering design of a dock system with a total footprint area of 880 square feet with the option for roof cover on the boat shelter. As such, MBV Engineering, Inc. will provide the design, plans, and plan details, as related to this Phase of the project. A description for each service is provided below in further detail. Structural Engineering Design Services a. Construction Plans The Consultant will prepare 24" x 36" design drawings for the above-described improvements in accordance with direction from the Fire Rescue staff. The design drawings for the IRC Fire Station No. 2 Boat Ramp and Dock Improvements will include development of plans to include Foundation, Framing System, Roofing System, and Structural Connections. b. County Reviews The Consultant will coordinate with the COUNTY Fire Rescue staff during design development for this Phase. COUNTY Fire Rescue staff shall provide review comments to Consultant and their respective structural requirements in order for Consultant to be able to incorporate into the design plans package. C. Bidding Services The COUNTY shall be responsible for setting and providing the front-end bid documents, bid opening date, advertisement of the bid, scheduling the pre-bid meeting, and scheduling the bid opening. The CONSULTANT will provide the following: • Preparation of Structural Documents for Bidding • Attendance at (1) Pre -Bid Meeting • Response to requests for additional information (RAls) for bidders NOTE: All construction specifications will be on the applicable plan sheets in lieu of a specifications manual. The Consultant will prepare a pdf file of the final bid package for the COUNTY's use in distribution to prospective bidders via Demandstar. d. Structural Construction Services The CONSULTANT shall provide the following scope of services during the construction phase: • Attendance at (1) Pre -Construction meeting at COUNTY with selected contractor and COUNTY staff • Shop drawings review of civil site components • Three (3) on-site inspections at the 30%, 60% and 90% completion phases • Review of testing reports and as-builts provided by Contractor • One (1) site visit for final walkthrough with COUNTY inspector and Fire Department staff in attendance • As -Built review and coordination with selected Contractor (Contractor responsible to select licensed Surveyor during construction phase who will provided the necessary surveying services and as -built documents) • Coordination with Contractor during Construction phase • Certification by E.O.R. to COUNTY and jurisdictional agencies No endangered species or other ecological permitting is anticipated or included herein. DELIVERABLES The Consultant shall provide the COUNTY with the following: • Two (2) hard copies 24" x 36" of the Structural plans • One (1) electronic version of the Structural plans in pdf format TIME SCHEDULE Upon authorization to proceed by the COUNTY, the above-described services will be provided based on the following schedule: • Structural Engineering Design 45 days from the date of authorization EXHIBIT B - RATE 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 Structural Engineering Design Services: a. Construction Plan $ 4,000 b. County Reviews $ 1,800 c. Bidding Services $ 2,400 d. Structural Construction Services $ 3,600 TOTAL $ 11,800 This task includes costs and expenses such as print costs, mileage, courier deliveries, and overnight deliveries 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. 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.