HomeMy WebLinkAbout2021-079WORK. ORDER 42
CENTRATE GST CONVERSION
This Work Order Number 42 is entered into as of this 18 day of _Max_� 2021, pursuant to
that certain Continuing Consulting Engineering Services Agreement for Profess'Mal Services entered
into as of this 17th day of April, 2018 and that Renewal and Amendment No. I entered into as of
this 18th day of May, 2021 (collectively referred to as the "Agreement"), by and between INDIAN
RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and __� �Ie -Q_ornand
AssqEiates Inc ("Consultant").
The COUNTY has selected the Consultant to per -form 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 fee schedule set forth in Exhibit B
(Fee Schedule), attached to this Work Order and made a part hereof by this reference. The Consultant
will perform the professional services within the timeframe.more particularly set forth in Exhibit
C (Tirrie 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: BOARD OF COUNTY COMMISS1014ERS,����'I'�')"'
Kimley-Horn and Associates, Inc.
By:
.... ............ ......
'e'ier,
Print Name: Peter Van Rens
Title: Senior Vice President
M
OF INDIAN RIVER COUNTY
7 7
Joseph E. gleuc&,Chairma
BCC Approved Date: May 18, 2021
Attest,: Jeffrey R. Smith, Clerk of Court and Comptroller
X W.Y
By: i"L L� "", I'll �, - �� � I I �# --
L..........................
e%%rU
Approved as to form and legal sufficiency.
Dylan "T. Reingold, County Attorney
Work Or Number 42
CENTRATE YANK CONVERSION
EXHIBITA
SCOPE C. WORK
PROJECTUNDERSTANDINC
Indian River County (County) solid waste disposal district (SWDD) is in the process of'
evaluating treatment options for leachate collected from the Class I municipal solid waste
landfill, in an effort. to cease disposal to the C,(.wnty's West Regional wastewater
treatment facility (WWTF'). A potential treatment prqject will not likelybegin
implementation for several months,, In the meantime, gas production from the landfill
gas collection wells is being severely hampered by infiltration of leachate intro the wells.
The County installed pumps to remove the leachate from these gas wells, but the
resulting concentrated leachate is causing treatment and disposal issues at the WWTF.
The County also operates a biosoNds dewatering facility located on the SWDD landfill
property,,"The biosolids facility design originally included a 0., -million -gallon. ground
storage tank (GST) for storage of dewatering centrate prior to pumping of site. "rhe GST,
however, has not been utilized for centrate storage for the past several years.
SWDD is considering converting the unused GS'I'to store the concentrated leachate until
such time as the treatment project is in scm,ice. Repurposing the tank would require
recoating of" the; interior with a material suitable for leachate storage, installation of a
mixer to prevent stagnation/so lids settling, a potential modification to the vent on the tank
for off -gassing and piping modifications to get the leachate (and potentially reclaimed
water for dilution) into/(.,)ut of the GIST.
Kimley-Horn ("Consultant") will prepare a recommendation for installation of a mixer,
specify the tank and piping modifications needed to repurpose the existing GST,'prepare
the necessary utility permit and provide services during construction as outlined in the
following Scope of Services.
SCOPE (WSERVICES
Task 1: Mixing Evaluation (Lump SUDI)
Consultant Will conduct an evaluation of the mixing options ftwr the existing GIS"I''. The
Consultant will rely on the most recent water quality data for, the concentrated leachate to
determine the best mixing option(s) fir preventing adverse: settling or stagnation of the
leachate wfiile being stored over a period of several months.. 'I"he evaluation will consist of
areview of a floating mixer, a tank -bottom mixer and jet pump mixers in the GST walls to
determine which option(s) provide acceptable rnixing patterns. Once the fi.-,asible options
Mage I of 7
are identified, the Consultant will work with the equipment manufacturers to specify time
appropriate make/model -and obtain cost estimates ffir equipment pr(.)curorient.
" Fhe (.,onsultant will also coordinate with the tank manuf4cuirer (`roman) to request a budget -
level quote for the instaHation of the selected mixer option(s). The Consultant will
surnmarize the mixing evaluation and mixer recommendations, along with the opinion of
probable cost for each option in a draft technical memorandurn. "'The Consultant will
facilitate a discussion with the Gounty to review, the recommendations in the memorandurn
and select the best fit for the County's installation. The technical memorandum w°ill then
i)e finalized and submitted to the County in electronic format.
Task 2: Tank ModifleafrionS (1,,UMP SUM)
The Consultant will utilize the final recommendation in the technical memorandum (Task
F) to prepare the ncccssary details for modification to the tmmk. These details shall consist
of specifying, anchor systems (if tank -bottom mixer is selected), details for securing the
Floating mixer (if' selected), coring details (if jet pump option is selected), ventilation
modifications, andJor coating details. It is anticipated that the Consultant will be
coordinating the implementation of these modifications directly with Croni; therefore., this
task does not include the preparation of detailed plans and specificiitions typically used to
obtain competitive bids through advertisement. This task will consist of Lip to four
responses to questions/requests for clarification from Crom and.one site visit.
'Task 3: Piping Modifications (LUMP SUM)
The County r plans to redirect the concentrated leachate from the gas wells to the GST
via a dedicated force main, utiflizing the pneumatic purrips in the existing wells for
conve " f`h -WAa r line located
yance� c County also intends to connect into the reclaimed te
along. the southern side of the biosolids dewatering facility (existing, on-site) for x)th:theu
within the tank. This task provides for design of the piping modifications tom)
V
concentrated leachate and the reclaimed water into the existing GST, as well as for
consideration of future outfall piping modifications to accommodate a future
treatment system., Future piping design and installation will be the responsibility of" the
treatment system provider.
The County, luras indicated that the piping modifications will be constructed by one of the
current on-callpipin, g labor contractors. This task will include preparation of details
sufficiew to direct the on. -call contractor. 'This task will not include preparation offull
plans, project specifications or competitive bid docurnents. 'Task 5 will include detailed
oversight ofthe construction phase to determine compliance: witthe design intent.
Paple 2 W'7
fask : Perinitting (LUMP Sum)
Pennitfing is airificipated to be: Ilimited to subinitfing a County, utility permil application
forconnection to thercclairnc-d The ( ' ultant will prepare the neCeSS"Irry,
Permit application and supporting diesign docurnents for submittal to the ("(writy for
permit issuance - This task inc]udies up to two (2) resporrses to requestsfor additional
infimnation. The County shall provide the pennit application fee, if applicable,. No
adiditional permit applications are included in this task,
It is not anticipated thialthe Florida I I )epartment of F,nvironmental Protection (l"
1:will
require modification to Lhe Coujjq's Solid Waste Operations perinit Similarly, F)EY
does niol.
to the reclaimedwatex systern, "I"his pt,qject
is not anticipated to requin-, County Site Nan require
modifications to the existing stormwater permits fi)r the site.
Fask 5: Coustr,uetion Phase Services (Not -to -Exceed)
will observre c(,onstruction wh/ifics for the dpiping modifications, GST
c,oating and GST mod i fi cat ions. Otice Crom has coiftipleted the initial clicarfin,g and
sandblasting M the tarda interior, the enginicer,�sffl condtict an
internalvisual inspection of" the tank f6rstructural iritegrity-This Visoal inspection, will be
limited to the extent of the tank wallvisible froar the floor of the tank, unless appropriate
scaffolding is provided and in place by, Crorn. Due to the tank age, it is not anticipated
that any, structural deficiencies will be: pivseril. C,rom will also be requirett to perform a
detafled inspection offlic ta#*,� during the resurfacing effi,)n. Any structural deficiencies
rioted during the observation v611 require addressing and erseparate authorizalion.
Tile Consultant anticipates that the, consirruction phase maul span a duration of3 monChs'.
During this time, the Consultant wifl prcwide ain average (W4 hours per week of
i,wversight, as well as 2 U) 4 additional site visits b specialty technical personnel,and will
'Y
Prepare weekly summary reports in the form of an email to the appropriate County staff
rnepn)ers, "rhe Consultant will specifically be on site to (.6serve any below -grade
piping/componerits prior to backfilling, observe the tank walls prior to recoating,confirni
appropriate coating isbeing titifized Prior to application, observe insullation of the,
selected mixer, anid other key pr(iject inilestones agree(rl upon with the Coun�y.
The County will conlracl directly Writh the contractar(pipelines) and ("Torn (lank
modifications) to perform the work.The (,,onsultant vvill review, pay applications from
each contractor on behall" ofthe County and pr l recornmendation, fj)r paryllielit or
List i ficall ion for, reJection. "The C,onstidlant will paifrcil!.mte in a substantial c(�)mplcfion
%Akthre,ugh at the appropriate point of constmetion and generate a punich list, if"
�WppficaWc, to be addressed Iby ithe appropriate contractor,, as livieflas ec)ndiact a final
W�IHWWOIU,gh to observe that each punCII fiSt jtrlt'ljmm has bevrt safisfctorfly, cornpleted.
Consultant will not supervise, dimel, or cc:mlroj C'LontracU,)r's work, and ivill not have
authority, t stop the Work or respo josibility fi t the means, metho ds, techniques,
equipment choice and use, schedules, or.procedures of construction selected by
Contractor, t safety programs incident to Contractor's work, or For fladure of Contractor
to CoIrIply Writil laws. Consullant does, not guarantee ("antra ctor's peribmiance and has no
responsibility, 14 Contractor's failure to perIbrm in accordance with the Contract
Documents.
P:age 4 of 7
. . . . . . ..........................
FEE SCHEDULE
We will provide these services in accordance with our t ont ' inuing Consulting
S, r6ees Agreement for Professional Services dated May 18, 2021, by and
F'Ingineering ��, e h
between INDLAN R IV FR (701 NTY, a political subdivision of the State of Florida
("COUNTY") and 11 infley-14orri and Associates, Inc., ("Consultant").
Kimley-Horn will perforni " Uasks I through 4 for, the total lump sum fee below.
Individual task amounts pare informational purposes only., All permitting, application, and
similar project fees will be paid directly, by the County.'Task 5 will be completed on a
labor fee plus expense basis with the maximum labor fee shown below.
Lump sum fees will be invoiced rnonthly based upon the overall percentage of services
performed. Labor fee will be billed monthly on an hourly basis according to our then -
current rates.. Payment will be due, per the contract terms.
ADDITIONAL SERVICES
["he following services are not included in the Scope of Services for t1ris proJect but may
be required depending on circum stances that inay arise during the execution of this
project Additional services may iticlude, but not be limited to the following:
• Preparation of bid documents for competitive bid
• Design or execution of structural repairs to the (;s,r,
• Florizontal directional drill details
Vag,e 5 or'?
Page 6 of' , P
TIME SCHEDULE
Task I Defiverahles� Draft Technical Memorandum 4 weeks fter° N'YP
Final'Technical Meinorandurn 2 w�eek,�., f"n..)m receipt of CoUntry'
Comrnents/RevieMeeting
Task 2 Deliverables: Draft'Fank Modification Plans -- 8 weeks after NI?
Final Tank Modification Plans- 2week.stromi-,e,ceiptcC(.)unty
Comments
"I ask :3 Deliverables: Draft Piping Modific-ation plans 8 weeks after NI?
Final Piping Modification Plans 2 weeks from receipt of County
CornnIODtS
Task 4 Deliverables: Permit Application I week frorn Final Piping Modification Plans
Task 5 Duration: Approximately, 3 Months
KlmleyoHorn
Attachment 1
Budget -Level Cost Estimate for GST Resurfacing
April 30, 2021
Mal
CROM Coatings and Restorations (CCRa Division of CROM, LLC, proposes to provide labor and material
for the coatings of the prestressed concrete t
44
ank for Kirinley Horn, 5 24 th Street, Suite 200, Vero Beach, FIL
32960 ("Client"), All work will be completed in accordance with all applicable codes and standards including
OSHA, AWWA, ACI and standard prestressed concrete tank design.
oil a cle'a"understanding
and adequate information, including, but not limited to, maps, site plans, reports, surveys anal-M-7gM, to NO-,
CCR to properly complete the specified services, The Client shall also communicate changes in the nature and
scope of the project as soon as possible during performance of the work so that the changes ran be
incorporated into the work product.
w
specifications. If, in the opinion of CCR, adequate data is not available or is incomplete, Client will bc
inforry-lied and arrangements made for creation of needed data. CCR will not perform engineering studies
or perform work requiring professional engineering duties but will assist Client in obtaining such services.
01 I
Upon your execution of this proposal, CCR will be prepared to start work 30 days after approval of our
submittal information; and will undertake to furnish sufficient labor, materials, and equipment to complete
the work within approximately 8 Crew Weeks working time thereafter.
In the event Client desires to execute a separate agreement, such agreement shall include this proposal an�t
all the conditions herein unless both parties agree in writing to specifically omit any condition, in writing,
specifically referencing the omitted condition(s).
in the event that CCR cannot start the job by July 26, 2021 because of delays of any nature which are
caused by the Client orother contractor employed by him or other circumstances over which CCR has no
control, then the contract price may be renegotiated to reflect any increased costs.
3,,INSURANCE
-111- . . . . .............. --.
CCR represents and warrants that it land its agents, staff and Consultants employed by it is and are
A lch 6J,tjl J LIrldpi P c Wa I I nd
A1111,1' b"I"t
S-
I.
250 61W. 38TH" RACE I Pel MLLE,, FLORIDA i 3e607-2889
PHONE 382,,3'7M3438 1 FAX352,372.BL=08 I WWW,CR1OMC0RPC0M
C� W-W,401013A, "M - FORT MYERS, 11�=L -, GA�NESVU, EFL, RALEK311 i, �'14C VVEs'r RALM eir=A,D11, FL
21--195 Int es-ior,Coating Applicatiori
Vero each, Florida
responsinle Tor anj 1U, �1�4
or the limits described in Section 8, whichever is less The Client agrees to defend, �ndemmfy and save
CCR harmless for loss, damage or liability arising from acts by Client, Clierd's agent, staff and other
consultants employed by Client. Any bond requirement(s) 'by Client will carry an additional cost unless
the parties agree otherwise.
CCR proposes to furnish all supervision, labor, material, and equipment required to complete the work,
except as noted in Paragraph 5. The services to be furnished by CCR are specifically".
500,000 Gallon Ground Storage Tank
60'-C" I D x 23'-6" SWD
(GROM .Job N o.. (2009-M-0 15)
(1) Foundation and Wall Exterior'.
(a) Wall foundation or footing, it exposed (dips,, damp spots, bearing andlor joint filler pads, if
present, and gap between wall and subgradeor wall and footing)
(b) Checkfor cracks
(c) Check architectural finish coating (paint)
(d) Manhole (cover, frame, bolts, and gasket)
(e) Pipe sleeves, if present (frame and seal by modular, mechanical type, inter locking:, synthetic
rubber "link"' units)
(f) Ladder (risers, rungs, wall brackets, all connections including welds, fasteners, and safety rail)
(g) Liquid level indicator, if present (fiberglass board, target, wall brackets, connections, fasteners,
cables, float, pulleys, and mechanism)
(2) Dorne Exterior:
(a) Check for cracks and hollows
(b) Check architectural firrish coating (paint)
(c) Ventilator if present (screens, fasteners, and caulking)
(d) Handrail, if present (rails, posts, toe -boards, flanges, brackets, all connections including welds,
and fasteners)
(e) Hatch, if present. (precast concrete curb, fiberglass cover, insect barriers, hasp, fasteners, and
mechanism)
(f) Aerator, if present. (screens, fiberglass, bolts)
(g) Overflows, if present. (precast concrete, screens, fasteners, and caulking)
(h) Pipe penetrations, if present. (frame and seal by modular, mechanical type, inter locking,
synthetic rubber"link" units)
(3) WaU Interior:
(a) Check for cracks
(b) Ladder (risers, rungs, wall and base brackets, braces, connections, fasteners, and safety rail)
(c) Baffle walls/curtains, if present,,
CUM I - 311612021
,21 195 — Interior Coating Application
Vero Beach, Florida
(4) Floor Interior: M
(a) Check for cracks (note size and length)
(b) Pipes (encasements, coatings, support brackets, and bolt
(c) Waterstop, 4 applicable. (irregularities, holes, encasemen
(d) Gap between wall and waterstop, if applicable I
(5) Dome lnterior�
(a) Check for damage from hydrogen sulfide attack,,
(b) Check for cracks. (note size and length)
A�tml I
. . .. . . ........
April 301, 2021
Page 3
(1) Pressure wash at a minimum of 3,500 psi to remove salts, dirt, dust, grease, oil, and other soluble
contaminants from the substrate,
(2) Ultra high water blast at a minimum of 20,000 psi to remove existing coatings, laitance, curing
compounds, and other foreign contaminants from the substrate while achieving a surface profile equal
to ICM -CSP.
(3) Resurface with Tnemec Series 2,18 Mortarclad at a nninimurn rate of 1116 -inch.
(4) Apply a prime coat of T'nernec Series 120-5002 Vinester at 115. 0 16.0 mils DFT.
(5) Apply a finish coat of Tnemec Series 120-5001 Vinester at 15.0-118. 0 mils DFT.
(6) Perform high voltage holiday testing,,
(7) Tank disinfection in accordance with A 0652.
(1) Pressure wash at a minimum of 3,500 psi to remove salts, dirt, dust, grease, oil, and other soluble
contaminants from the substrate.
(2) Ultra high water blast at a minimum of 20,000 psi to remove existing coatings, laitance, curing
compounds, and other foreign contaminants from the substrate while achieving a surface profile equal
to ICRI-CSP5..
(3) Resurface with"'I"nemec Series 218 Mortarclad at a minimum rate of 1/16 -inch,
(4) Apply a prime coat of I nernec Series 120-5002 Vinester at 15.0-18.0 mils DFT.
(5) Apply a finish at of Tnemec Series 120 5001 Vinester at 15.0- 18.0 mils DFT.
(6) Perform high voltage holiday testing.
(1) Pressure wash at a minimum of 3,500 psi to remove salts, dirt, dust, grease, oil, and other soluble
contaminants from the substrate.
CCH011 - MW2021
21-195- lnterioir '.rooitNfigAppiicaiPion
Vero Florida
April 310, 20, 21
�Page 4
(2) Abiasive blast to remove existang co tun rust, corrosion, mid other foreign contairninantsfrom the
subawhate while achieving a minirrium angular ancl-ior profile of 3,0 mils.
(3) Apply a prime coal of TriernecSeries 120 5100' 'Vinest r at 15,x,..18.10 mils. DF -F,
(4) Apply a finish, coat of 1 nearer: Series 120-5001 Vinester at 15,0 18 .0 mils Dl V
5 MATERIALS AND SERVICES FURNISJ IED BY .0 LI OR 074111ERS
It is understood that the following slervilcesshatl be provided by others without expense toCCR�
,a. Chent WH grant or obtain free access to the site for all equipment and personnel necessary for CC R, 'to
perform th(� lwr,.)rk set forth in, this Proposal. The Client wilil notify any and all processors of the projec-1 site
that Client has granted CCR free access to the site. C CR will take reasonable precautions to minimize
damage to the site, but iit is understood by Client that, iru the normal course of work, some damage may
occur,, and the correction of such damage is riot part of this Agreement unless so specified in the ProposaL
b. The Client is responsible for the accuracy of locations for all subterranean structures and utilities, CCR will
take responsible precautions to avoid known subterranean structures, and the Client waives any clairn
against CCR 1, and agrees to diefend, indemnify, and hold CCR harmless from arry clairn or liability for injury
or loss, including costs to defend, arising from damage done tf::r subterranean structures and utildies not
identffied oir gar ;urately located Iri addition, Client agrees to compensate CCIII:-t for any time spent or,
expenses incurred by GC in de%nse of any such claim with c*mpensation t'o be based upon MR's
prevailing teeschedule and expense reirnbursement policy,,
c. A continuous supply of potable water under minimium pressure for the use of the CCR crewwithin,100 feet
of the tank site,
d,. A cointinuloussuprAy of electricity during the (period of work: one 100 -AMP, 110/2.20, volt service for the
operation cif our power tools acid wxeassodes, located not more than '100 feet from the tank, Please be sure
that all circuit breakers are groun&,fault piroteCted,, If: it is necessary for CCR to supply its own electric
power, add $500,00 per week to the contract arnount,,
e. Any permit or other fees from any AFII as may be required for the work including but not limited to all
connect/disconnecti impact and buildingiconstrOction fees.,
f. Drainage and disposal of the tank's cxmtents.
g. Refilling of the tank's contents.
h. Cleaning the exterior of the tank and accessories.
L Complete lock,out and tag -out of the subject tank prior to personnel entering the, tank. The Client will be
required to provide all materials for this process. "I"he Client will be responsible f6r demonstratingto
that the lock -out procedure is cornpIete and the tank is rendiered "safe" before GOCIR will performair, quality
testing to enter the tank.
j,, AH professional engineering design sh.avic.,les,
CCR0 I I -- Y? 60021
21-195 - Intedof Coatiing Application Apr4 30, 2021
Vero Beach, Florida Page 5
6. BACK Q JARGES AND Q1 AIMS FOR [�.XTRAS,
1-1 . ....... . ...... . .
No, dWirn for extra services rendered or rnatierials furnished will be vallid by either paiirty urliess written
notkx.-, thereof is, given during the first ten days of the c4alendarr month -following that in which the cA�airn
orig4iated CCIR's cairns -for extras shall car 301% for overhead and 11010,161for pirofit Any mutually agreed
upon deductive changeorder will provide only a credit for 101% profit but will not provide a credit for 30%
overhead.
ft is agreed timt CCR shall Ibe permitted to prosecute work without intetruption, If delayed at any time for
,a period of 24 hat,irs or rniore by an act or omission of the Client, the Authority Having Jurisdiction (AHIJ),
any representative, agents or other contractors employed Iby Client, or by reason of any changes ordered
�in the work, CCR shall be reirribursed for actual additional expense caused by such deIay, and loss of
use of our equiprrient, and 30% for, overhead.
LqUT-1
0
THESE PARTIES.
8. RISK ALLOCATION
. . . ...... . . ........................ . ..
Ciient agrees that CCRs liability for arry darnage on account of any error, omr ssion or other, professional
negligence will lx� limited to a sum not -to exceed $50,000 �or CCR's fee, whichever is greater. Client agrees
that the foregoing firnitsof liability extend to all of CCIR's employees and professionals who perform any
services for Client,, If Client prefers to have higher limits on general or professional liability, CCR agrees to
increase thie lirnits up to a imaximurn of $11,00 ,000.. upon Clients' written request at the time of accepting
our proposal provided that Chent agrees to pay an additional c(:)nsideralion of four percent of the total fee, or
$400.00, whicl-iever is greater,. The additional charge for the higher liability firnits is becauvR of tlhe greater risk
assumed and is not strictly a charge for additional professional liability insurance.
9. ASSIGNIVIENTAND THIRD PARTIES
,SSS.I' . .1 . I........ ... . ............. . . . . . . . ......... . . . ... ...
Neither the Chent nor CCF:', may delegate, assign, sublet or transfer their Juties or any interest in this
Proposal without -the writtren consent of the other, party. N.Ah parties agree there are no intendled third
party Ibeneficiariesto this Proposal including other contractors or parties woiking on the project., or, if
necessary, a surety,of GCR.
This proposal is predicated on open shop labor conditions,, using our own! ersonneL If we are required to
P
employ persons of an affiliation desirable to the Client o� other contractor employed by him or the general
contractor thereby re:sulting in increased costs to, us, the contrao;t price shall be adjust(. -,d accordingly. Such
requireirner�t stRill not provide thal CGR, sign a (,*ntract with any labor organization. Nes event of a labor
-ess of this contracl or
stoppage, mw w,4iaU inot, he in default or be deemed respomsible for delay of the proigF
darnage to the Client or the contractorso long as CCR has sufficient qualified employees available to Perforrn
the work.
CCR11011 YM2021
X "1-•1'95 - Intenor Coating Appbcabon
Vero Beach, Florida
,April 30, 2t.)21
Page 6
Our proposal is based ort our crew perfoirr-rung luur Scope of Woik in accordance with our standard safety
prograrn. If any additional safety requiienrents are �placed on us (not required by OSHA)skwh as: site, training,
additional safety e�qk,mipryient or permit required confined space, the cnst for suchaddltional requirements plus,
30% for, overhead stiall be mimbinsed to us.
'11. QUO TATION
.... . .................. . . . . . ........
are prepared to marry out this work in accordance with the foregoing for the lump sum price of:
Mobilization: $ 2,000.00
Tank Inspection: $ 3,500.00
Surface Preparation: $48,000.00
Resurfacing: $37,750.00
Coatings Application: $49,000.00
DisiTf6ZtkM-. $ SAMM
Total: $140,760-00
0
j2tion al Add On No. 1. Interior Dome
Surface Preparation: $ 20,300.100
Resurfacing: $16,000.00
Coatings Application: 119
.225. Op
Optional Add On No.1 Total: $56,525.00
Optional Add On No.. 2,.:
Surface Preparation,., $ 2,620. O
Coatings Application: $L2 O5�-00
Optional Add On No.2'Total: $ 5,425.00
Periodic and final payment, including any retention, shall be made within 7 days frorn the date our work is
completed or the billing is received, or in accordance with applicable state Prompt Payrnent law, whichever is
earlier, and into be received bus iin our amounting officeat250 S'W3691 Terrace, Gainesville, Florida 32607. All
CIDStS for thio -d party contracis and billing management services, or use of any software:, as may be, required by
the Customer or Owner, will Ibe *added' toe the C'Ontract Price, by change or -der, Final payrnent shall not Ibe held
due to delays lin testing. Payment not re(,xAAved by that date will Na corisidered past due and will be subject to
a late payment charge of 1%11/6 per calendar imonth, or any fraction thereof until received in ouroffice,
If CCR does not receive payment within 7 days after such payment is due, as defined herein, CCR may give
notice, without prejudicee to and in addition to any other legal rernedies, and may stop work, until payment of the
full amount owing has bpen received. The Proposal AMOUnt and I ime shall be adjusted by the amount of CSC R's
reasonable and verified cost of shutdown, dehay, and startup, which shall be effected by an appropriate change
order.
Any reamnable legal or other expet sse riecessa ry for thio enforcemerit ofthis F'FIDPOSE'31 our for the coflection of
rnion Dues d ue sh a 11 be borne by the party at falu It � If sales tax is excluded from our pirice i, or ori mater iials, contained
in r prioel, in amoirdance with project specifications, such exclusion is subject to receipt of adequate. tax
exe n, -i ption docurnen ts from yo u or the project own er prior to com rnei ice i ne nt of Work to al low for our a pp ication
CCRO III - W1611121021
21-195 - Interior Coating Application
Vero Beach, F]orida
12, A—RBT. R.A.T.IO..N/31SPUTERESOL.U.TION AND VENUE
.... --
rt
.
I 1111LANXIAIIIFIV WAVIZAGA lilt' 1PI 011 IMP] K
I'll 4 � 1 914
if the Client wishes to have CCR perform any additional repairs or remediation of the tank or accessories, it
shall authorize such work in writing and pay CCR its standard rates for such work.
It is agreed that CCR shall not be responsible for any consequential, special or delay darnages or any force
majeure events, including but not limited to acts of God and pandemic, CCR does not assume responsibility
for differing, latent or conceWed conditions, which differ materially from those indicated in the
Work ingWing
Cal It
evenT7.7-07715-Tatiorl,
termination expenses.
contemplated oyme propoFa), UMN may cornplete S -Ful MOP— dilu leculuti k1b
files and may also complete a report on the services performed to the date of notice of termination or
suspension. "The expense of termination or suspension shall include all direct costs of CCR in completing such
analyses, records and reports if necessary.r
16. GUARA.N, T EE
CrR01 � .- 311 W021
1...19 5 ........... Interior Coatirig At.rplicatiara
Ve() Beach, Honda
April 30,2021
F'age 8
disinfection servict,�s ("Services"), CGR!shall endeavor to perforcrrS tse ervices with timt degree ofrkill ardinarily ercisd twidr sirnflair cirurntnces by wntraors practicing in the sarne discipline at the,
-t be responsible for, nor fiable farl, delarnination of previous coatings
N firne and 10CMIDw, CR lite
no
applicatiori,any ordinary wear and tear ov for.
or darnage caused frorn niegligent or �nappropiriale use or by any
other entity beyond our controi, in ludin abut not limited to niodi-ficAtions, work or repairs by others.
If a bond is irequired for the Scope of Work included in thK-iront,ract, CCR wilifurnish a one year Performance
arid Payment Bond, The cost of this and is not included in our, price,, Please add $9.00 per $1,000 of contract
value,
W A EPT,ANCE
This proposal is offered for your acceptance within 30 days from the proposal date,, We reserve the right after
that period to arnend our bid to reflect our changing construction schedules and materiais and labor rate,
changes,, The return to this company of a copy of this proposal wifti your acceptance endorsed thereon within
the time aforesaid will constitute a contract between u&'This proposal shall be rnade a part of any subcontract
agreement or purchase order,
CROM COATINGS AIND tit, ,Z TORATIK)NS
Jose phWalsh
Prqect Manager
M
ACCEPTED BY CLIEN1
IBM
UNII/M
Robert G. Oyenarte ,, PE
Piresident
CCRO I I -- 3/1 &202 f