Loading...
HomeMy WebLinkAbout2025-0422025oo6 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements Agreement THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called County) and Lawrence Lee Construction Services, Inc. (hereinafter called Contractor). County and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE i — WORK Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as the renovation of the concrete basins of Clarifier Nos.1 and 2, and replacement of equipment in both clarifiers. ARTICLE 2 — PROJECT The Project for which the Work under the Contract Documents is generally described as follows: Project Name: West Regional Wastewater Treatment Facility Clarifiers No.1 and 2 Improvements RFP Number: 20250o6 IRCDUS Project ID: 22.23.556 Address: 8405 8th Street, Vero Beach, Florida, 32966 ARTICLE 3 - CONTRACT TIMES 3.01 Time of the Essence All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the specifications are of the essence of the Agreement. 3.02 Days to Achieve Substantial Completion, Final Completion and Final Payment The Work will be completed and ready for final payment on or before the 547th day (per submitted schedule) after the date when the Contract Times commence to run. 3.03 Liquidated Damages Contractor and County recognize that time is of the essence of this Agreement and that County will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02 above, plus any extensions thereof allowed in writing as a change order to this Agreement. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by County if the Work is not completed on time. Accordingly, instead of requiring any such proof, County and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay County $1,694 for each calendar day that expires after the time specified in paragraph 3.02 for completion and readiness for final payment until the Work is completed and ready for final payment. 3.04 The Contractor shall submit a draft baseline schedule, including the critical path, for review by Indian River County. The County reserves the right to request modifications. Upon such a request, the County and Contractor shall engage in negotiations. The Contractor shall revise the schedule in accordance with the agreed-upon modifications, thereby establishing the Baseline Schedule. This Baseline Schedule will be utilized 20250o6 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements throughout the project duration. Any modifications to the Baseline Schedule will require a review process by the County and may be accepted at the County's discretion. 3.05 The Contractor shall submit a draft budget forecast based on the draft baseline schedule. The County reserves the right to request modifications. Upon such a request, the County and Contractor shall engage in negotiations. The Contractor shall revise the draft budget forecast in accordance with the agreed- upon modifications, thereby establishing the Budget Forecast. This will represent the approved budget for the project and will serve as the standard for measuring and assessing the project's financial performance. 3.o6 The Contractor shall earn a schedule bonus for each day that substantial completion is achieved prior to the date of substantial completion that is listed in the Baseline Schedule. The County shall pay to the Contractor $loo per day of early completion, up to a maximum payable amount of $io,000. Any assigned liquidated damages immediately disqualify the Contractor from receiving this bonus. ARTICLE 4 - CONTRACT PRICE 4.01 County shall pay Contractor for completion of the Work an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 4.oi.A and summarized in paragraph 4.oi.B, below: A. For all Work, at the prices stated in Contractor's Cost Proposal Form, attached hereto as Exhibit 1. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents: Numerical Amount: $2,742,000 Written Amount: Two million seven hundred forty-two thousand dollars ARTICLE s - PAYMENT PROCEDURES 5.01 Progress Payments. A. The County shall make progress payments to the Contractor on the basis of the approved partial payment request as recommended by Engineer in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.7o et. seq. The County shall retain five percent (5%) of the payment amount due to Contractor until substantial completion and acceptance of all work to be performed by Contractor under the Contract Documents. B. For construction projects less than $10 million, at the time the Owner is in receipt of the Certificate of Substantial Completion, the Owner shall have 30 calendar days to provide a list to the Contractor of items to be completed and the estimated cost to complete each item on the list. Owner and Contractor agree that the Contractor's itemized bid shall serve as the basis for determining the cost of each item on the list. For projects in excess of $10 million, owner shall have up to 45 calendar days following receipt of Certificate of Substantial Completion of the project to provide contractor with said list. C. Within 20 business days following the creation of the list, Owner shall pay Contractor the remaining contract balance including all retainage previously withheld by Owner except for an amount equal to iso% of the estimated cost to complete all of the items on the list. D. Upon completion of all items on the list, the Contractor may submit a payment request for the amount of the iso% retainage held by the Owner. If a good faith dispute exists as to whether one or more 2 2025006 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements of the items have been finished, the owner may continue to withhold the iso% of the total cost to complete such items. The owner shall provide Contractor written reasons for disputing completion of the list. 5.02 Pay Requests. A. Each request for a progress payment shall contain the Contractor's certification. All progress payments will be on the basis of progress of the work measured by the Baseline Schedule and Budget Forecast, or in the case of unit price work, based on the number of units completed. 5.03 Paragraphs 5.oi and 5.02 do not apply to construction services work purchased by the County as County which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 5.04 The acceptance by the Contractor of final payment shall be and shall operate as a release to the County from all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with the work under this Agreement and for every act and neglect of the County and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the Contractor or its sureties from any obligations under this Agreement, the Invitation to Bid or the Public Construction Bond. ARTICLE 6 - INDEMNIFICATION 6.oi Contractor shall indemnify and hold harmless the County, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of the Work. ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS 7.01 In order to induce County to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Invitation to Bid documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by Contractor, and safety precautions and programs incident thereto. 3 2025Oo6 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements E. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. F. Contractor is aware of the general nature of work to be performed by County and others at the Site that relates to the Work as indicated in the Contract Documents. G. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. H. Contractor has given County written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by County is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. J. Contractor is registered with and will use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining an affidavit from all subcontractors, as required in Section 448•095(5)(b), F.S., stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. K. Contractor will comply with all the requirements as imposed by the Americans with Disabilities Act of 1990 ("ADA"), the regulations of the Federal government issued thereunder, and the assurance by the Contractor pursuant thereto. L. Contractor does not meet any of the criteria in Section 287.138, Florida Statutes, relating to Foreign Entity Ownership, that would exclude it from eligibility to enter an agreement which may give access to an individual's personal identifying information. ARTICLE 8 - CONTRACT DOCUMENTS 8.oi Contents A. The Contract Documents consist of the following: (1) This Agreement; (2) Notice to Proceed; (3) Public Construction Bond; (4) Certificate(s) of Liability Insurance; (5) Request for Proposals 2025oo6; (6) Addenda (numbers 1 to 2, inclusive); (7) Contractor's submitted proposal in response to RFP 2025oo6; (8) Baseline Schedule; (9) Budget Forecast (1o) Cost Proposal Form; (ii) Sworn Statement Under Section 105.o8, Indian River County Code, on Disclosure of Relationships; (12) Certification Regarding Prohibition Against Contracting with Scrutinized Companies; (13) Anti -Human Trafficking Affidavit 4 20250o6 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements (14) Foreign Entity Ownership Affidavit (15) The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Change Order(s). ARTICLE Q - MISCELLANEOUS 9.o1 Terms A. Terms used in this Agreement will have the meanings indicated in the Request for Proposals. 9.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.03 Successors andAssigns A. County and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon County and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.05 Venue A. This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Agreement shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.o6 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. 5 2025oo6 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE Contractor HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords (n) indianriver. gov Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. Article io: TERMINATION OF CONTRACT A. The occurrence of any of the following shall constitute a default by Contractor and shall provide the County with a right to terminate this Contract in accordance with this Article, in addition to pursuing any other remedies which the County may have under this Contract or under law: (1) if in the County's opinion Contractor is improperly performing work or violating any provision(s) of the Contract Documents; (2) if Contractor neglects or refuses to correct defective work or replace defective parts or equipment, as directed by the Engineer pursuant to an inspection; (3) if in the County's opinion Contractor's work is being unnecessarily delayed and will not be finished within the prescribed time; (4) if Contractor assigns this Contract or any money accruing thereon or approved thereon; or (5) if Contractor abandons the work, is adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for Contractor or for any of his property. B. County shall, before terminating the Contract for any of the foregoing reasons, notify Contractor in writing of the grounds for termination and provide Contractor with ten (1o) calendar days to cure the default to the reasonable satisfaction of the County. R 2025006 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements C. If the Contractor fails to correct or cure within the time provided in the preceding Sub -Article B, County may terminate this Contract by notifying Contractor in writing. Upon receiving such notification, Contractor shall immediately cease all work hereunder and shall forfeit any further right to possess or occupy the site or any materials thereon; provided, however, that the County may authorize Contractor to restore any work sites. D. The Contractor shall be liable for: (i) any new cost incurred by the County in soliciting bids or proposals for and letting a new contract; and (2) the difference between the cost of completing the new contract and the cost of completing this Contract; (3) any court costs and attorney's fees associated with any lawsuit undertaken by County to enforce its rights herein. E. TERMINATION FOR CONVENIENCE: County may at any time and for any reason terminate Contractor's services and work for County's convenience. Upon receipt of notice of such termination Contractor shall, unless the notice directs otherwise, immediately discontinue the work and immediately cease ordering of any materials, labor, equipment, facilities, or supplies in connection with the performance of this Contract. Upon such termination Contractor shall be entitled to payment only as follows: (1) the actual cost of the work completed in conformity with this Contract and the specifications; plus, (2) such other costs actually incurred by Contractor as are permitted by the prime contract and approved by the County. Contractor shall not be entitled to any other claim for compensation or damages against the County in the event of such termination. F. TERMINATION IN REGARDS TO F.S. 287.135: Contractor certifies that it and those related entities of Contractor as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to S. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, Contractor certifies that it and those related entities of Contractor as defined by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. County may terminate this Contract if Contractor, including all wholly owned subsidiaries, majority- owned subsidiaries, and parent companies that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. County may terminate this Contract if Contractor is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. 7 2025006 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements IN WITNESS WHEREOF, County and Contractor have signed this Agreement in duplicate. One counterpart each has been delivered to County and Contractor. All portions of the Contract Documents have been signed or identified by County and Contractor or on their behalf. This Agreement will be effective on February 11, 2025 (the date the Agreement is approved by the Indian River County Board of County Commissioners, i t 4, the Effective Date of the Agreement). County: IND By: B John A. COUNTY *.. E. APPROVED AS SUFFICIENCY: Jr., County Administrator TO FORM AND LEGAL By: YY Ififer- W. uler, County Attorney Ryan L. Butler, Clerk of Court and Comptroller Attest: Deputy Cler (SEAL) Designated Representative: Howard Richards, P.E., Manager, Capital Projects 1801 27th Street, Vero Beach, FL 32960 (772) 226-1821 hrichards@indianriver.gov Contractor: Lawrence Lee '* COMPA fY NAME AIISI A-_ �'3 N n•S��ryi�P,�a Inc. RUCQJ Tj�''•, ; ,.GOR�or.�r` •• s� mow: SE 2017 (Corporate Seal) (If Contractor is a corporation or p'at niers*, attach evidence of authority to sign) Attest:—C�vi�i� Name: EFryIA Frank Title: Witness Designated Representative: Name: Geoffrey L. Schmidt Title: President Address: 800 SE Lincoln Ave, Stuart, FL 34994 Phone: 561-578-7715 2025oo6 West Regional Wastewater Treatment Facility Clarifiers No. 1 and 2 Improvements Exhibit 1 to the Agreement — Cost Proposal Form RFP 2025006 - West Regional WWTF Clarifiers 1 and 2 Cost Proposal Form - Addendum 1 Lawrence Lee Construction Services, Inc. Contractor Name Table A-1 will be completed with unit prices provided by the Manufacturer to Proposer, which are to be attached. Table A-1: WPE Costs ITEM DESCRIPTION UNIT UNIT PRICE # TOTAL A. Equipment Supply 1 Clarifier center mechanisms and all components including but not limited to center assemblies, influent wells, drive cages, collector arms, skimmer arms, squeegees, troughs, motors, gear reducing assemblies, local control panel, GFCI outlet, and over -torque switch LS $533,400.00 1 $533,400.00 2 Peripheral equipment packages including v -notch weirs, weir cleaning systems, and scum troughs LS $78,700.00 1 $78,700.00 3 Replacements of Existing Weir Cleaning Systems LS $20,000.00 1 $20,000.00 4 Accessory and/or integral components LS $1.00 1 $1.00 5 Shop pre -assembly, coatings, assembly, testing, packing LS $1.00 1 $1.00 6 Shipping, free -on -board to jobsite LS $52,900.00 1 $52,900.00 7 Miscellaneous equipment costs* LS $1.00 1 $1.00 Subtotal A $685,003.00 B. Manufacturer Services (total all personnel) 1 Round Trips, incl. Expenses EA $4,050.00 4 $16,200.00 2 Lodging Room Nights EA $1,593.75 8 $12,750.00 3 Field Services, person -hours EA $158.75 64 $10,160.00 4 Shop Drawings and O&M Manuals, including resubmittals LS $1.00 1 $1.00 5 lCertifiications* I LS 1 $1.001 1 $1.00 6 Imiscellaneous Services costs* I LS 1 $1.001 1 $1.00 Subtotal B $39,113.00 TOTAL QUOTED TO PROPOSER $724,116.00 *These items should be detailed on the quote from Walker Process Equipment Page 1 of 4 RFP 2025006 - West Regional WWTF Clarifiers 1 and 2 Cost Proposal Form - Addendum 1 Table A-2 is for each Proposer's base proposal. Costs other than those listed should be included as miscellaneous line items provided in the price form. Proposers will attach additional sheets if needed. Table A-2: Proposer's Base Cost ITEM I DESCRIPTION UNIT UNIT PRICE # TOTAL A. General Conditions 1 Bonds and Insurance LS $95,000.00 1 $95,000.00 2 Mobilization and demobilization LS $95,000.00 1 $95,000.00 3 Temporary Facilities LS $50,000.00 1 $50,000.00 4 Progress documentation (Appendix B) LS $1,000.00 1 $1,000.00 5 Shop drawing submittals LS $75,000.00 1 $75,000.00 6 Record drawings LS $2,000.00 1 $2,000.00 7 Closeout and site restoration as required LS $1,000.00 1 1 $1,000.00 Subtotal A $319,000.00 B. Equipment Procurement 1 WPE Quote LS $724,116.00 1 $724,116.00 2 Federal, State, and local taxes or fees LS $32,054.00 1 $32,054.00 3 Proposer's add-on, including contingencies LS $277,514.00 1 $277,514.00 4 Receiving and temporary storage LS $20,000.00 1 $20,000.00 Subtotal B $1,053,684.00 C. Demolition 1 Pipe and conduit removal LS $50,000.00 1 $50,000.00 2 Recovery and temporary storage of items slated for reuse LS $100,000.00 1 $100,000.00 3 Removal and approved disposal remaining equipment LS $180,000.00 1 $180,000.00 Subtotal C $330,000.00 Page 2 of 4 RFP 2025006 - West Regional WWTF Clarifiers 1 and 2 Cost Proposal Form - Addendum 1 D. Basin Renovation (by CCR) 1 Pressure Wash — Outer walls and tops of wall, 3500 psi SF $1.76 7,500 $13,200.00 2 Inspection — Outer walls and tops of wall SF $0.47 7,500 $3,525.00 3 Replace wall pipe modular rubber seals EA $4,872.75 4 $19,491.00 4 Ultrasonic pulse velocity testing LF $12.33 100 $1,233.00 5 Leak injection — Outer walls and tops of wall SF $426.33 100 $42,633.00 6 Major crack repair — exterior walls and tops of wall LF $10.49 100 $1,049.00 7 Spall repair - Exterior walls and tops of wall SF $327.30 100 $32,730.00 8 Stripe coating minor cracks - exterior walls and tops of wall LF $5.05 100 $505.00 9 IDual coating — exterior walls and tops of wall SF $3.46 7,500 $25,950.00 Subtotal D $140,316.00 E. Installation 1 Installation of procured and recovered items LS $250,000.00 1 $250,000.00 2 Installation and reconnection of piping and conduit LS $95,000.00 1 $95,000.00 3 Startup, testing, rework, commissioning LS $5,000.00 1 $5,000.00 Subtotal E $350,000.00 F. Other 1 IMiscellaneous (attach sheets as necessary)* I LS $0.00 1 $0.00 2 lRemoval of water from basin as needed I LS $5,000.00 1 $5,000.00 Subtotal F $5,000.00 TOTAL BASE COST $2,198,000.00 * Please list. Attach additional sheets with detail. Page 3 of 4 RFP 2025006 - West Regional WWTF Clarifiers 1 and 2 Cost Proposal Form - Addendum 1 Table A-3 outlines an additive alternate cost for complete abrasive blasting and recoating of all interior and launder surfaces of both basins. The Owner will implement the scope of Table A-3 and the Proposer's listed prices if extensive damage to the basin interior is discovered during the Work. Table A-3 must be filled out to be considered a complete proposal. Table A-3: Additive Alternate - Interior Basin Repairs ITEM I DESCRIPTION UNIT UNIT PRICE # TOTAL A. Interior Basin Renovation (by CCR) 1 Pressure Wash — Inner walls and launders, 3500 psi SF $2.05 8,500 $17,425.00 2 Inspection — Inner walls and launders SF $0.51 8,500 $4,335.00 3 Leak injection — Inner walls and launders LF $436.68 100 $43,668.00 4 Sandblasting - Inner Walls and launders SF $21.77 8,500 $185,045.00 5 Major crack repair — Inner walls and launders LF $190.18 100 $19,018.00 6 Spall repair — Inner walls and launders SF $3.62 8,500 $30,770.00 7 Resurfacing minor cracks - Inner walls and launders LF $30.07 100 $3,007.00 8 Dual coating — Inner walls and launders SF $5.75 8,500 $48,875.00 9 RHemoval of water from basin as needed LS $8,857.00 1 $8,857.00 TOTAL INTERIOR BASIN REPAIR $361,000.00 Table A-4 outlines an additive alternate cost for refinishing the grout floor of each clarifier. The Owner will implement the scope of Table A-4 if the basin floors are not sloped regularly at 12:1 from the outer walls to the centers. The Owner may implement all or part of the listed scope. Table A-4 must be filled out to be considered a complete proposal. The total cost of Table A-4 will be added to the base cost of Table A-2, if necessary. Table A-4: Additive Alternate - Floor Resurfacing ITEM I DESCRIPTION UNIT UNIT PRICE # TOTAL A. Floor resurfacing 1 Pressure Wash — Basin floors, 3,500 psi SF $2.41 7,700 $18,557.00 2 Inspection and measurement of basin floors SF $1.20 7,700 $9,240.00 3 Removal of existing grout SF $11.00 7,700 $84,700.00 4 Apply grout to a slope of 12:1 SF $8.00 7,700 $61,600.00 5 RHemoval of water from basin as needed LS $8,903.00 1 $8,903.00 TOTAL FLOOR RESURFACING 1 $183,000.00 Page 4 of 4 have any miscellaneous cost that is why we put $0 Table A-3 A6 (Spall Repair) — It is listed as 8500 SF, it is our understanding after communicating with the Engineer that the correct SF should be 100. With that being said our extended price of $30,770.00 is correct and based on 100 SF. The unit price is incorrect and had to be lowered to get the right calculation to get to our extended price of $30,770.00