CM PROPOSAL REAM WILSON TRAIL BRIDGE RESTORATION - MCMULLEN BOOTH RDMay 11, 2023
TO: Mathew Anderson, Parks Senior Manager
City of Clearwater — Parks & Recreation
100 South Myrtle Ave, Suite 120
Clearwater, FL 33756
RE: CM Proposal Ream Wilson Trail Bridge Restoration
McMullen Booth Road, Clearwater, FL 33759
Dear Mr. Anderson,
I am pleased to submit the following Construction Management Proposal in accordance
with plans and specifications issued by Biller -Reinhart Engineering Group titled, Ream
Wilson Trail Bridge Restoration dated 1-27-23. More specifically outlined below for the
Guaranteed Maximum Price of ($1,119,595.70) One million, one hundred, nineteen
thousand, five hundred, ninety-five and 70/100 dollars.
Cost Detail:
Work item
Description
Bid Amount
1
Contractor mobilization
$ 55,606.13
2
Bonding, Preconstruction Coordination and Permitting
$ 27,798.92
3
The Contractor's General Conditions — All work
required for successful completion of this project that
is not listed or accounted for below. Lump sum.
$ 227,472.60
4
The maintenance of traffic (MOT) required for all the
work of this project. The Contractor shall provide his
MOT plan prior to commencement of the work. Lump
sum.
$ 46,237.52
Ream Wilson Bridge Restoration
5
Concrete preparation: Pressure washing and cleaning
of all concrete surfaces. Including removal of graffiti
paintings at bridge structure. Lump sum.
$ 30,306.38
6
Concrete sounding and surveying: Sound all concrete
surfaces of the bridge structure, induding bents,
columns, caps, beams, walls, slabs/walkways, curbs,
and stair structure. Locate all cracking. Mark areas for
repair and allow Engineer to review. Lump sum.
$ 30,176.03
7
Repair delaminated and spalling concrete on bridge
structure, including at bents, columns, caps, beams,
walls, slabs, curbs, and stair structure. Refer to
Specification 03720. Base bid quantity is 10 cubic feet.
$ 5,599.13
8
Repair concrete cracking on bridge structure via epoxy
injections, including bents, columns, caps, beams, walls
and stair structure. Refer to Specification 03740. Base
bid quantity is 175 linear feet.
$ 10,131.75
9
Cheek walls repair - Remove and replace thin
cementitious layer on cheek walls located at MSE Wall
to Concrete Bridge transitions. Refer to drawing sheet
S3.4 for scope of work. Work indudes removing
existing thin cementitious layer at cheek wall surfaces;
preparing existing concrete substrate to a CSP-4/5 and
installing new concrete vertical repair mortar layer to
match existing built-out thickness. Lump sum.
$ 5,794.65
10
Remove and replace all existing horizontal (deck)
expansion joint sealants. Refer to drawing plan sheets
S2.0, S2.1 and S2.2 for ocations and S3.3 and S3.5 for
details. Install backer rods within the expansion joint
prior to installation of new joint sealant. Refer to
Specification 07920. Lump sum.
$ 3,845.33
11
Remove and replace existing vertical expansion joint
sealants. Refer to drawing plan sheets S2.0 and S2.1 for
locations and S3.6 for details. Install backer rods within
the expansion joint prior to installation of new joint
sealant. Refer to Specification 07920. Lump sum.
$ 2,150.78
12
Install joint sealant along horizontal to vertical surface
interfaces, induding along the interface of concrete
curbs and concrete slab (refer to S3.3), and along the
interface of concrete wall and concrete stairs (treads
and risers; refer to S3.2). Refer to Spedflcation 07920.
Lump sum.
$ 54,391.50
Ream Wilson Bridge Restoration
13
Install joint sealant within control joints of deck slab of
bridge structure. Refer to Specification 07920. Lump
sum.
$ 1,416.08
14
Remove and replace delaminated and damaged areas
of thin cementitious layer on stair risers. Refer to
drawing sheet S3.2 for scope of work. Ensure existing
concrete substrate has a CSP -4/5 and install new
concrete vertical repair mortar layer to match existing
built -out thickness. Base bid quantity is 15 square feet.
$ 716.93
15
Seal concrete stair tread and landing surfaces
(horizontal surfaces) with 40% silane penetrating
sealer. Refer to drawing sheet 53.2 and Specification
09900. Lump sum.
$ 5,907.23
16
Recoat Metal Bridge Structure: Clean of surface
contusion and unsound existing coating and recoat all
currently coated surfaces along the metal truss bridge,
induding framing and truss members, Including
underside surfaces, all bolts and hardware. Refer to
Specflcation 09900. Lump sum.
$ 215,670.00
17
Recoat Metal Fence Cage/Canopy Structure Replace
Chain Unk
$ 52,257.32
18
Recoat Metal Handrail and Guardrail: Clean of surface
contusion and unsound existing coating and recoat all
handrail and guardrail systems, induding posts, rails,
hardware, and other surfaces. Refer to specffication
09900. Lump sum.
$ 145,636.50
19
Coat/Recoat Concrete Bridge Structure: Clean and
recoat/coat the concrete bridge structure, including all
currently coated surfaces including bents, columns,
caps, beams, walls, MSE walls, curbs, and stair
structure walls, as well as stair structure risers. Work of
this item shall include removal and replacement of any
and all existing joint sealants not addressed in all work
items above (e.g. MSE walls, etc.). Refer to
Specifications 07920 and 09900. Lump sum.
$ 90,946.38
20
Repair of Metal Fence Cage Base Plates: Remove and
repair steel base plates with severe corrosion and
section Toss greater than 1/8". Refer to details 2/S3.7
and 3/S3.7. Base Bid Quantity is 20 base plates.
$ 5,753.18
21
Subtotal
$ 1,017,814.28
22
Owner Contingency
$ 101,781.43
23
Total
$ 1,119,595.70
Ream Wilson Bridge Restoration
General Qualifications and Exclusions:
1. Maintenance of Traffic for both pedestrian and vehicular traffic is included.
2. Tree trimming required for completion of this scope and removal of two trees
from median is included.
3. Tree Replacement and landscape restoration is by others.
4. Design Engineering or Architectural Work is excluded.
5. Warranty of any materials or equipment furnished by owners.
6. Builder's Risk Insurance.
7. Cost paid to governmental agencies are excluded
8. Temporary Utilities and Restrooms (we will utilize what is onsite).
9. Civil, Mechanical, Electrical, Plumbing, irrigation and landscaping are
excluded
Project Duration shall be 180 calendar days from the mutually agreed upon date of
Notice to Proceed.
Existing Contract: This proposal is submitted in conjunction with the existing Construction
Manager at Risk Services Continuing Contract entered into with the City of Clearwater on
08/24/2020 based on RFQ #40-20.
If GMP Exceeds $150,000: Per Section III, Article 5.1 of the Contract Specifications, the
contractor shall provide to the public entity a certified copy of the recorded bond. Once
the City receives a certified copy of the recorded bond, a Notice to Proceed may be issued.
Include the attached bond form as well as the Power of Attorney. (If GMP is less than
$150,000 a bond is not required)
For work performed, invoices shall be submitted to Mathew Anderson, City of Clearwater-
-Parks and Recreation Department 100 S. Myrtle Ave., Suite 120 Clearwater, FL 33756.
Contingency services may be billed only after written authorization is provided by the City
to proceed with those services.
KHORS CONSTRUCTION, INC.
Kori Khorsandian, President
Date: J/i/2
3
Ream Wilson Bridge Restoration
CITY OF CLEARWATER, FLORIDA
Countersigned:
Brian J. ' ngst Sr.
Mayor
Approved to as form:
Owen Kohler
City Attorney
&Q4 AV't-
Jennifer Poirrier
City Manager
Attest:
Rosemarie Call
City Clerk
Ream Wilson Bridge Restoration
Bond No.:
PUBLIC CONSTRUCTION BOND
(1)
This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under
this bond for payment must be in accordance with the notice and time limitation provisions in subsections
(2) and (10).
Pursuant to § 255.05(1)(b), Florida Statutes, "Before commencing the work or before recommencing the
work after a default or abandonment, the contractor shall provide to the public entity a certil dl eoov of
the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment
for construction services, the public entity may not make a payment to the contractor until the contractor has
complied with this paragraph."
CONTRACTOR SURETY OWNER
Khors Construction, Inc.
6251 44th St N. Ste 1909
Pinellas Park, FL 33781
813-728-3689
FCCI Insurance Group
Surety
6300 University Parkway
Sarasota, FL 34240
City of Clearwater
Parks & Recreation Dept.
100 S. Myrtle Ave. Suite
120
Clearwater, FL 33756-5520
RE: Ream Wilson Trail Bridge Restoration Project
McMullen Booth Road, Clearwater, FL 33759
PROJECT DESCRIPTION: Structural and Cosmetic Improvements to pedestrian overpass.
BY THIS BOND, We Khors Construction, Inc., as Contractor, and FCCI Insurance Group Surety, a
corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of
(51,119,595.70) One million, one hundred, nineteen thousand, five hundred, ninety-five and 70/100
dollars for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns,
jointly and severally.
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the proposal dated May 11, 2023, between Contractor and Owner for construction of the,
Ream Wilson Trail Bridge Restoration Project, McMullen Booth Road, Clearwater,
FL 33759 the contract documents, being made a part of this bond by reference (which include the Contract,
Surety Bond, Plans and Technical Specifications, and such alterations as may be made in said Plans and
Specifications as therein provided for), at the times and in the manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes,
supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the
prosecution of the work provided for in the contract; and
3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate
proceedings, that Owner sustains because of a default by Contractor under the contract; and
Bond No.:
Ream Wilson Bridge Restoration
PUBLIC CONSTRUCTION BOND
(2)
4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their
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
Contractor and persons employed or utilized by Contractor in the performance of the construction contract;
and
5. Performs the guarantee of all work and materials furnished under the contract for the time specified
in the contract, then this bond is void; otherwise it remains in full force.
6. Any action instituted by a claimant under this bond for payment must be in accordance with the
notice and time limitation provisions in Section 255.05(2), Florida Statutes.
7. Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes does not affect Surety's obligation under this bond,
and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms
of the contract or to the work or to the specifications.
IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of
, 20 .
(If sole Ownership or Partnership, two (2) Witnesses required).
(If Corporation, Secretary only will attest and affix seal).
Khors Construction. Inc.
By:
Title:
Print Name:
WITNESS: WITNESS:
Corporate Secretary or Witness Print Name:
Print Name:
(affix corporate seal) FCCI Insurance Comnanv
(Power of Attorney must be attached)
By:
ATTORNEY-IN-FACT
Print Name:
(affix corporate seal)
Ream Wilson Bridge Restoration