CM @ RISK PROPOSALKEYSTONE EXCAVATORS, INC.
371 Scarlet Blvd
Oldsmar, EL 34677
Phone 813-854-2342
C'UC 1225782
FPC22-000140
Fax 813-854-2993
CM @ Risk Proposal
November 13, 2024
To: Mr. Craig Wilson
Parks Senior Division Manager
City of Clearwater
100 S. Myrtle Ave., Suite 120
Clearwater, FL 33756
RE: Clearwater Parks & Recreation — State Street Park
City Project No. - TBD
As requested, enclosed is the proposal for site improvements at State Street Park for a
Guaranteed Maximum Price of $1,356,526.25.
Scope of Work:
Overall site improvements to include; Undcrdrain, Storm Pipe, Sidewalks, Detention Pond
Modifications, and New Pedestrian Bridges.
Cost Detail:
Description
Amount
$ 1,206,076.25
Cost of Work
Subtotal
$ 1,206,076.25
General Conditions (Bond)
$ 27,130.00
Contingency 10 %
$ 123,320.00
Guaranteed Maximum Price
$ 1,356,526.25
Project Duration shall be _270_ calendar days from the date of the Notice to Proceed.
KEYSTONE EXCAVATORS, INC.
371 Scarlet Blvd
Oldsmar. FL 34677
Phone 813-854-2342
CUC 1225782
FPC22-000140
Fax 813-854-2993
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
October 3.2024, based on RFO #51-24.
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.
For work performed, invoices shall be submitted to the City of Clearwater, Parks Department,
Attention: Craig Wilson, 100 S. Myrtle Avenue, Suite 120, Clearwater, Florida, 33756.
Contingency services may be billed only after written authorization is provided by the City to
proceed with those services.
KEYST NE EXCAVATORS, INC.
By:
uxton. President
CITY OF CLEARWATER, FLORIDA
(1 I 1.3/2.021
Date
Approved as to form: Attest:
Melissa Isabel
Senior Assistant City Attorney
Countersigned:
Bruce Recto
Mayor
Date
/41(1.,-(
By: ` � 1 /1/L121L
Rosemarie Call
City Clerk
Jennifer Poirrier
City Manager
01 JO /AA
Date
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 certified copy 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
KEYSTONE EXCAVATORS, INC.
371 SCARLET BLVD.
OLDSMAR, FL 34677
813-854-2342
SURETY
THE OHIO CASUALTY
INSURANCE COMPANY
9721 EXECUTIVE CENTER DR., STE 105
ST. PETERSBURG, FL 33702
727-568-8728
OWNER
City of Clearwater
Parks & Recreation Dept
100 S. Myrtle Avenue
Clearwater, FL 33756
(727) 562-4285
PROJECT NAME: State Street Park
PROJECT NO.: TBD
PROJECT DESCRIPTION: Overall site improvements to include; Underdrain, Storm Pipe, Sidewalks, Detention
Pond Modifications, and New Pedestrian Bridges.
BY THIS BOND, We, KEYSTONE EXCAVATORS, INC, as Contractor, and THE OHIO CASUALTY INSURANCE
COMPANY, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of
$1,356,526.25, 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 November 7, 2024, between Contractor and Owner for construction of, the contract
documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract,
Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, 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.:
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).
keystone Excavators, Inc.
By:
Title: President
Print Name: Jeff Truxton
WITNESS: WITNESS:
Corporate Secretary or Witness Print Name:
Print Name: Christie Truxton
(affix corporate seal) The Ohio Casualty Insurance Company
By:
ATTORNEY-IN-FACT
Print Name: _Warren M. Shrum, Jr.
(affix corporate seal)
(Power ofAttorney must be attached)
PROPOSAL
From: Keystone Excavators, Inc.
371 Scarlet Blvd.
Oldsmar, FL 34677 USA
Contact: Marcus M. Epling
Phone: 813 854 2342
Email: marcus@keystoneexcavators.com
ITEM / DESCRIPTION
Project:
Description:
Bid Location:
BID QTY U/M
CLEARWATER CM @ RISK - STATE ST
R1
Clearwater CM @ Risk
Clearwater, FL
UNIT BID
AMOUNT
100
Mobilization
110
Maintenance of Traffic
1.000 LS
1.000 LS
$67,500.00
$12,500.00
$67,500.00
$12,500.00
120 1.000 LS $74,000.00 $74,000.00
Survey and Layout
130 1.000 LS $27,130.00 $27,130.00
Bond
200
Silt Fence
210
Inlet Protection
220
Tree Barricades
3,860.000 LF
7.000 EA
5,010.000 LF
$2.25 $8,685.00
$225.00 $1,575.00
$8.25 $41,332.50
PROPOSAL
ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT
505 2.000 EA $1,250.00 $2,500.00
6" Underdrain Cleanout
510
12" HP Storm
515
15" HP Storm
170.000 LF
38.000 LF
$105.00 $17,850.00
$132.50 $5,035.00
520 55.000 LF $142.00 $7,810.00
15" RCP
525 1.000 EA $1,500.00 $1,500.00
12" Mitered End Section
530 1.000 EA $1,750.00 $1,750.00
15" Mitered End Section
535 2.000 EA $3,950.00 $7,900.00
15" Nyloplast Inlet
540
Storm Manhole
545
Outlet Control Structure W/ Skimmers and Sump
Pad
1.000 EA
2.000 EA
$9,500.00 $9,500.00
$12,500.00 $25,000.00
PROPOSAL
ITEM / DESCRIPTION BID QTY U/M
UNIT BID AMOUNT
700 3,425.000 SF $18.85 $64,561.25
Concrete Sidewalk
705
ADA Ramp
710
D Curb
4.000 EA
130.000 LF
$3,775.00 $15,100.00
$68.00 $8,840.00
715 1.000 LS $1,500.00 $1,500.00
Concrete Curb & Gutter (15" RCP Restoration)
720 1.000 EA $1,550.00 $1,550.00
5' x 10' Concrete Pad (Bike Rack)
725 9.000 EA $1,625.00 $14,625.00
5' x 11' Concrete Pad (Bench)
750
Pinellas County Road Restoration for 15" RCP
(Index 1290)
1.000 LS
$31,825.00 $31,825.00
755 1,875.000 SY $4.75 $8,906.25
Proof Roll Subgrade (Raised Shell Trail)
760
6" Thickness #57 Stone W/ Filter Fabric (Raised
Shell Trail)
1,875.000 SY
$57.75 $108,281.25
PROPOSAL
ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT
765
2" Thickness Crushed Washed Shell (Raised Shell
Trail)
800
Re -Clean / Re -Shape Detention Areas Prior to
SOD
1,875.000 SY
1.000 LS
$25.00 $46,875.00
$24,250.00 $24,250.00
930 4.000 EA $22,500.00 $90,000.00
Mid -Block Pedestrian Crossing RRFBs
935 6.000 EA $475.00 $2,850.00
Mid -Block Pedestrian Crossing Signs
970 2.000 EA $91,500.00 $183,000.00
Pedestrian Bridges
Alternates 1
1000
Contingency
1.000 LS
$123,320.00 $123,320.00
TOTAL BID: $1,356,526.25
Project Comments
Project Notes / Exclusions:
• No permits, fees, or testing of any kind figured unless explicitly stated within this proposal's notes or
bid line items.
• Site furniture is not included (shade canopys, trash receptacles, benches, signage, playground
PROPOSAL
equipment).
• Undercutting of unsuitable soils and backfill with suitable materials has not been figured.
• All fills required to bring site to proposed subgrade shall be accomplished with on-site material,
imported fills have not been figured.
• Pricing does not figure encountering underground obstructions such as rock, unmarked utilities or
utilities not clearly marked on the bid plans.
• Rerouting, fixing, or replacement of encountered existing utilities in the way of proposed work has not
been figured.
• All items within the legend on plan sheet C4 of 15 are not included (Legend Items 01-13).
• No electrical or lighting work figured.
• Pavilion is not included (grading, foundations, slab, structure, downspouts, restoration, etc.).
• No work figured within future playground area.
• Temporary chain Zink construction fencing has not been figured for this project.
• Pole and telecom relocation by others.
Timber Bridge Notes:
• 10,000 GVW (5T) LOADING CAPACITY
• BRIDGE #1 10' X 45'
• BRIDGE #2 10' X 25'
• TIMBER PILING, CAPS, STRINGERS, AND HANDRAIL POST
• COMPOSITE (CEDAR) DECK AND HANDRAIL FRAMING W/ WIRE MESH
• 3" DECK/HANDRAIL STAINLESS STEEL SCREW FASTENERS
• 5/8 HDG HEX BOLTS HANDRAIL POSTS
• All materials, unless otherwise specified, to be CCA treated Southern Yellow Pine (SYP).
• Composite structural 2x "wear deck " from Owens Corning
PROPOSAL
ITEM / DESCRIPTION BID QTY U/M UNIT BID AMOUNT
230 1.000 EA $4,250.00 $4,250.00
Temp Gravel Interceptor Berm
240
Root Pruning
3,460.000 LF
$7.50 $25,950.00
300 1.000 LS $1,850.00 $1,850.00
Chain Link Fence Removal
310 1.000 EA $250.00 $250.00
Chain Link Fence Removal - Gate
330 1.000 LS $162,000.00 $162,000.00
Clearing and Grubbing
400 375.000 CY $18.00 $6,750.00
On Site Cuts and Fills
410 2,750.000 CY $28.00 $77,000.00
Excavation and Disposal
420
Grading
1.000 LS
$34,000.00 $34,000.00
500 44.000 LF $168.75 $7,425.00
6" Underdrain W/ Filter Stone and Fabric