HomeMy WebLinkAboutRESPONSE - BID - 5670 MULBERRY BRIDGE EXTENSION (3)SECTION 00300
BID FORM
PROJECT: MULBERRY BRIDGE EXTENSION; BID No. 5670
Place heT l_o�IfNS Colo��dp
DatebRurte�
1. In compliance with your Invitation to Bid dated and subI t to all conditions thereof, the undersigned 1, �o0a
C�KGTp-ucTto0 a **
Company, Partnership, Joint Venture, or(SoleoP oprietor)**mitau horizedbtoldo
business in the State of Colorado hereby proposes to furnish and do
everything required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3• Accompanying this Bid is a certified or cashier's check or standard Bid bond
in the sum of �j% o,C 41,1E y� vp2r
Y7 77YGVs=a/..0 Sr=t�iJ F1. NL! .p e, r ira/ �i ( $
in accordance with the Invitation To Bid and
Instructions to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this Bid.
The name and address of the corporate surety with which the Bidder
Proposes to furnish the specified performance and payment bonds is as
follows: Cu11� �NStf2
5• All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by the
CONTRACTOR under one of the items listed in the Bid Schedule, irrespective
of whether it is named in said list.
6• Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7• The undersigned Bidder hereby acknowledges receipt of Addenda No. 0rCE
through WU
7/96
Section 00300 Page 1
Walsh Construction, Inc.
5828 N. W- Louis Ave., Loveland, CO 80538
January, 2002
Name of Project: W
Owner: State of Coll
General Contractor:
Contract Amount: $59 - --✓
Date of Completion: Se211.00 p l
Percent of Work Self -Performed: 95(
Name of Project: 22
Owner: Cky of Boul
General Contractor:
Contract Amount: $90.7- p
Date of Completion: October, 2001
Percent of Work Self -Performed:
Name of Project: TL
Owner: Suffolk Cou
General Contractor:
Contract Amount: 97 485.00
Date of Completion: April_ 2001
Percent of Work Self -performed:
Name of Project: Tc
Owner: Equinox Cm
General Contractor:
Contract Amount: 86 701.00
Date of Completion: February. 2001
Percent of Work Self -Performed: 9;
(970) 622-8227
Contract Date: April 2001
Class of Work: Public Works
Contract Date: FebLry 2001
Class of Work: Public Works
Contract Date: FebruW 2001
Class of Work: Public Works
Contract Date: January2001
Class of Work: Public Works
Name of Project:
Owner: Well Cc
Contract Amount: 28 7l 1 00 w•__.
�-- Conntratract Date: March 2001
Date of Completion: Agri 1, 2001 Class of Work: Public Works Percent of Work Self -Performed: l 00%
Name of Project: Ca
Owner: Suffolk Cou
General Contractor:
Contract Amount: 158 958.00
Date of Completion: April, 2001
Percent of Work Self -Performed:
Name of Project:
Owner: Aranaha
Architect: Ablack ,
Contract Date: J� 2001
Class of Work: Public Works
�_= nvc. are. suu AurOr CO 80014
Contract Amount:: 773.50 Contract Date: November 2000
Date of Completion: Mav-100 _
Percent of Work Self- Performed: 95% Class of Work: Public Works
Name of Project:
Owner: Yips C'
Architect: Alfa Te
General Contractor:
�•, _. Contract Amount: $ I Irill msD 303 221-7000
34 711.00 Contract Date: November 2000
Date of Completion: January 2001
Percent of Work Self- Performed: 100% Class of Work: Commercial
Name of Project: Water SIM e Tank Julesbur CO
Owner: Town of ulesburg, CO
Architect: Jacobson 12640 W Cedar Dr Ste ake a
General Contractor. Advance Tank g i _ u CO 80228
Contract Amount: '011.00
Date of Completion: October er 2000 _
Percent of Work Self -Performed: I
Contract Date: July 30.2000
Class of Work: Industrial
#14.
Matthew Walsh
5828 N. St. Louis Ave., Loveland, CO 80538
(970)635-1828
EDUCATION
B.S. - Construction Management, Colorado State University, Fort Collins, CO 80521
Major GPA: 3.0/4.0 May 1997
Course Content: Construction Project Administration, Scheduling & Planning,
Construction Contracts, Construction Estimating, Safety
Management, Labor Relations, Elementary Structural Design
WORK EXPERIENCE
Walsh Construction, Inc. Loveland, CO. July 1998 - Present
General Contractor
• President/owner
R.D. Stewart, Inc. Loveland, CO. August 1997 - July 1998
General Contractor, Contact: Dave Hail (970) 669-1500
• Project Manager
• Oversaw project operations for commercial and multi -family construction
• Project estimating, budgeting, scheduling, cost control, general administration
• Negotiated, wrote and organized all subcontracts
• Performed on -site supervision
• Reported to Divisional Operations Manager
Amma Construction Corp. Huntington Station, N.Y. Summers/winters 1988-1997
Civil Construction, Contact: Prescott Ammarell (516) 351-6124
• Supervised operations related to concrete, snework and steel fabrication
• Assisted in project estimating
• Modified company's job cost control system
• Diagnosed possible managerial problems in company
• Assisted office engineer in everyday duties
• Assisted in organizing and maintaining companies shops and yard
• Operated wide range of heavy equipment
• Drove tractor/trailer combinations to move equipment and materials to various jobs
• Performed general labor duties
Self - Employed, Walsh Contracting, Northport, N.Y. Summers 1993 - 1995
Residential Landscape Construction
• Initiated company's existence
• Contracted work related to residential landscaping
• Planned, organized and supervised everyday operations
{-and Use Environmental Corp. i�aiting Hopow, N.Y. Summer 1993
• Performed general tasks in accordance with marsh and wetland renovation
IANCIAL STATEMENT
r
- AS OF DECFMBER 31, 1999
ASSE 7 S
UABILITIE5
Bonds
S 556 330,777 Reserve for Losses and Loss Expense
S 321 083.006
Stool[
224.699.341 Reserve for Uneamed Premiums
13g 590331
Conaleral Loans
41- Reserve for expenses. Taxes,
Ureo� and Fees
19.197.327
Crib and Bank 9alarnces
8,461389
s
Reerve for Untaulh=cd Remsuaoce -
9.334.270
Agents Balanrss or Uncollected
Premiun¢
(44.776.279) Funds Held Under Reinsurance
_ Treaties
- 0
Funds Held by or Deposited
with Reinsured Companies
197.026 Payable to Parent, Subsidiaries
and Alfi6les
18.394735
Reinsurance Recwenble an Loss
Payments
95,6n.471 Other liabilities
6,230,039
Receivable from Parent.
Total U baes
S 113.877.708
Subsidiaries and Afriiates
0
-
POLJCYHOLDERS SURPLUS
Other assets
18,518,585
Capital Mock
8500.0W
Surplus
338375.601
Total Policyholders' Surplus
S 34S 275,601
Total Liabilities and
Total Assets
S 859.103 310 Policyholders Surplus
S 859.103310
Bonds and stocks are slued in accordance with the basis adopted by the National Association of
Insurance Commissioners (NAIC).
Securities camed at 519 657.579 in the above 51atement are deposited as reguved by law.
CERTIFICATE -
Sham- E- Sf atoll, Assistant Controller and Wayne R. Zxhary..lr., Assistant Treasurer of the
Gulf Insurance Company bring duty swoon say that they are the above described oIfis. of the said
company and that no the 31st day of December. 1999 the Company was actually possessed (the assess
set forth in the foregoing statement and that such assets were araiUNe for the payment of losses and
claims and held for the protection of is policyholders and creditors, except as hereinbdore
indicated, and that the foregoing statement is a correct exhibit of such assets and liabilities of the
said rnmpamy on the 31 st day of Dec mMer, 1999 according to the best of their information, knowledge
and belie(. respectively.
Assistant /
Controller l ' er
State of Texas
County of Dallas
On the T It day of March. 200q before me came the above named officers of the Gulf Insurance
Camparry, to on, personally known to be the individuals and oRicers described herein, and acfmowledge
that they executed the foregoing instrument and affixed the seal of said company thereto by authority /
of their
_ ♦Ppy YVB
(r %* JONNA CANCFFiFEF7 Vona Sandeder - Notary Public
�✓• s � � S My comet ssion expires 1271972000
'qr E4: L7ECEMEER 19, 2000
SECTION 00410
Bid Bond # BE0943113
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Walsh Construction, Inc.
as Principal, and Gulf Insurance Company as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
as OWNER, in the sum of S#20,000.00 for the payment of which, Well and
truly to be made, we hereby jointly and aeverally bind ourselves, successors, and
assigns:
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort Collins, Colorado the accompanying Sid and hereby
made a part hereof to enter into a Construction Agreement for the construction
of Fort Collins Project,- MULBERRY BRIDGE EXTENSION; BID NO. 5670.
NOW THEREFORE,
(a) If said aid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver
a Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid) and shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the .Agreement created by the acceptance of said aid,
then this obligation shall be void; otherwise the same shall remain in
force and effect, it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in .no
event, exceed the penal amount of this, obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations
of said Surety and its BOND shall be in no way impaired or affected by any
extension of the time within which the OWNER may accept such Bidl and said Surety
does hereby waive notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in the
State of Colorado and be accepted by the OWNER.
7/96 section 00410 Page 1
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
and seala this 11th day of February
corporations have Caused their co 2002, and such of them f
presents to be signed b their orate stay; to be hereto affixed and
above. y proper officers, the dap and year first sat
PRINCIPAL
Name:
Address: Walsh Construction, Inc.
Loveland, CO 80538
By. -
Title; f%0 T al5>7, �'zFycY�N%
ATTEST:
By:� 9 G^
( SEAL)
7/96
Gulf Insurance Company
3055 Lebanon Road, Ste. 3-1100
Nashville, TN 37 4
By:
Title: William H. Hutto, Attorney-In-Fac
Attest:
By:,
.�/),.Gsn
(SEAL)
Section 00410 Page 2
GULF INSURANCE COMPANY
HARTFORD, CONNECTICUT
POWER OF ATTORNEY Bond # BE0943113
ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER WITH TEAL INK.
KNOW ALL MEN BY THESE PRESENTS: That the Gulf Insurance Company, a corporation duly organized under the laws of the State of Connecticut, having its
principal office in the city of Irving, Texas, pursuant to the fol lowing resolution, adopted by the Finance & Executive Committee of the Board of Directors of the said Company on
the 10th day of August, 1993, to wit:
"RESOLVED, that the President, Executive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver a Power of Attorney
constituting as Attorney -in -Fact, such persons, liims, or corporations as may be selected from time to time, and any such Attorney -in -Fact may be removed and the authority grant-
ed him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the
Board of Directors.
RESOLVED, that nothing in this Power of Attorney shall be construed as a grant of authority to the attorney(s)- in -fact to sign, execute, acknowledge, deliver or otherwise issue
a policy or policies of insurance on behalf of Gulf Insurance Company.
RESOLVED, that the signature of the President, Executive Vice President or any Senior Vice President, and the Seal of the Company may be affixed to any such Power of
Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon
the Company in the future with respect to any bond and documents relating to such bonds to which they are attached"
Gulf Insurance Company does hereby make, constitute and appoint
William H. Hutto Spencer H. Zettler
its true and lawful after ney(s)-i n -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, as
surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds, undertakings and
documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s)-in-fact,
pursuant to the authority herein given, are hereby ratified and confirmed.
The obligation of the Company shall not exceed five million (5,000,000) dollars.
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto
affixed.
ogANec Co GULF INSURANCE COMPANY
4 40PPo yo
_ l
SEAL 9 P l Y STATE OF NEW YORK i �o �k
COUNTY OF NEW YORK j SS N"E°T ° Lawrence P. Miniter
Executive Vice President
On this 1st day of October, A.D.2001, before me came Lawrence P. Miniter, known to me personally who being by me duly sworn, did depose and say: that he resides
in the County of Bergen, State of New Jersey; that he is the Executive Vice President of the Gulf Insurance Company, the corporation described in and which executed
the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that it was so affixed by order of the
Board of Directors of said corporation and that he signed his name, thereto by like order.
OPV\D dq��
�pTAgL y
STATE OF NEW YORK v Arc\o �o�
COUNTY OF NEW YORK } SS �pF rJ�
David Jaffa
Notary Public, State of New York
No. 02JA4958634
Qualified in Kings County
Commission Expires December 30, 2001
I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER
OF ATTORNEY remains in full force.
Signed and Sealed at the City of New York. sSUPANCC oo Dated the I Ith day of February 2002.
GOPPo�1F, % t�7
SEAL
0
0ECT\
George Biancardi
Senior Vice President
ACKNOWLEDGMENT OF PRINCIPAL (Individual)
STATE OF
COUNTY OF
On this day of in the year , before me personally come(s)
to me known and known to me to be the person(s) who
(is) (are) described in and who executed the foregoing instrument and acknowledges to me that he executed the same.
NOTARY PUBLIC
ACKNOWLEDGMENT OF PRINCIPAL (Partnership)
STATE OF
COUNTY OF
On this day of in the year , before me personally come(s)
a member of the co -partnership of
, to me known and known to me to be the person who is
described in and who executed the foregoing instrument, and acknowledges to me that he executed the same as and for the act
and deed of the said co -partnership.
NOTARY PUBLIC
ACKNOWLEDGMENT OF PRINCIPAL (Corporation)
STATE OF &&aA
COUNTY OF /n A I Ylpn
On this day of-, aAYy+ t , in the year �, before me personally come(s)
, to me known, who, being by me duly
sw dep9ses and says that he resides in the City of Jpe�&d that he is the
of the the corporation described in and
which executed this foregoing instrument; that he knows the seal of the said core ration; that the seal affixed to,,�twotw ,,,
instrument in such corporate seal; that it was so affixed by the order of the Boar of Directors of said c of
signed his name thereto by like order.
N TARYP UBLIC O T A R y
3 �. —
�1'WI1NiSSION EXPIRES 1111912� ,;:,P u e � ► �: <
ACKNOWLEDGMENT OF SURETY ,�T�; •., • • • •. •�Q.?
STATE OF NEW YORK
COUNTY OF NEW YORK
On this l 1" day of February in the year 2002 , before me personally come(s) William H. Hutto,
Attomey(s)-in-Fact of Gulf Insurance Company with whom I am personally acquainted, and who, being by me duly sworn,
says that he reside(s) in Old Greenwich, CT. that he is (are) the Attomey(s)-in-Fact of Gulf Insurance Company the
company described in and which executed the within instrument; that he know(s) the corporate seal of such Company; and that
the seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said
Company, and that he signed said instrument as Attomey(s)-in-Fact of said Company by like order.
5j,4113 Vy dK� SPENCER N. ZETPLER
Notary Pubikk Stab Of Naw York
NONV P No.OIZE5082314
Qwllfled In Nanw OmIV
Com ialoe Expires July 21, 2008
ADDRESS:
.-valsh Construction, Inc.
5828 N. St. Louis Ave.
CONTRACTOR
BY: J�-
'�Y1HYh�(�f1n! .r V�1fl1S1., ESI EfJ-('
Walsh Construction, Inc.
Loveland, CO 80538
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid
or change quantities at his sole discretion without affecting the Agreement
or prices of any item so long as the deletion or change does not exceed
twenty-five percent (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
Signature ► ED2llr�Ry (6 , o�COa
Date
�"Res;de N-r
Title q
C�-k� 1
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Address gSBa� N, �w• LDu/-s 4e
( OtJE Imo. CC SO S.3 $
Telephone y-0-6.)d -€aa7 FAI 97d a7a 93yG
7/96
Section 00300 Page 2
...� I'll .,,., 111 I uvLq,llYa. rtlmunm rVIA NU, N(U ;"tb(lJ(
P. Q2/05
Bid 05670
Addendum #1 Bid Schedule
MWbwq 8rMV RowwWAMtoru ow wo
Sid Sch6Wb A i B
Mulberry Bridge Extension
Mulberry spanning Larimer County Canal #2
Bid Schedule FOR INFORMATION ONLY
Item
Number
ption
Streetsca ing Improve
Quantity
Unit
1
clearin and rubbing1
LS
2
removals1
LS
3
structure excavation190
CY
4
structure backfill class
165
CY
5
hot bituminous avemeas halt
aacl-n-18.75
8.5
TON
6
hot bituminous avemeas halt
13
TON
7
water roofin membran118
SF
8
concrete class B bride13
CY
9
concrete class D bride8
CY
10
class 5 finish330
SF
11
reinforcin steel2220
LB
12
reinforcin steel e o
1925
LB13
uardrail e 3 3'-1 1/218.75
LF14
end anchora a3K1
EA
15
brid a rail
21
—IF
16
utter an 2'-6" wide
24
LF
17
relocate utilities
1
LS
18
construction surveying
1
LS
19
mobilization
0.8
LS
20
construction
traffic control
0.8
LS
SECTION 300 Page 4
Laporte Guardrail Replacement
Laporte spanning New Mercer Ditch
Bid Schedule B FOR INFORMATION ONLY
Item
Description
Quantity
Unit
Number
Streetscaping Improvements
7
removal of existing rail
2
concrete class D
3
reinforcingsteel e x coated
4
bridge rail
5
river rock stone facing6
!Mdg
mobilization
7
construction traf0c control
SECTION 300 Page 5
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
ITEM
PA✓wL
Kuwhnn;41/
7/96
SUBCONTRACTOR
— LALE 4r-.0 c-'
Section 00430 Page 1
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
IAll questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
' Walsh Construction, Inc.
1. Name of Bidder: 5828 N. St Louis Ave.
Loveland, CO 80538
I2. Permanent main office address:
3. When organized: 1.fl I�nR
' 4. If a corporation, where incorporated: clo�of_Ro�O
5. How many years have you been epgaged in the contracting business under your
' present firm or trade name? y
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the approp ate anticipated dates of completion.)
' �M�IEViCva�l< yi&,_7i� �url4/oa
7. Ggneral^ character of Work performed by your company:
8. Have you ever failed to complete any Work awarded to you? rjo
' If so, where and why?
' 9. Have your ever defaulted on a contract? ro
If so, where and why?
' 10. Are you debarred by any government agency? NC)) If yes list agency name.
1 7/96 Section 00420 Page 1
11. List the more important projects recently completed by your company, statingl
the approximate cost of each, and the month and year completed, location
RIM
13.
14.
HI uype OL TO F LUCLl On.
�eE A�1-act D
List your major equi ment available for this contract.
i2 ceS� �2Pc'� �c2 �x �Khoe
Experience in construction Work similar in importance to this
project:
,d
Background and experience of the principal members of your organization
including officers:
Credit available: $ 1 DG CSC) _
Bank reference: -4 'R bW� tQI iD 1. CK-K 90-4 S-33
Will you, upon request, fill out a detailed financial statement and furni
any other information that may be required by the OWNER?
Are you licensed as a General CONTRACTOR? k= S
If yes, in what city, county and state? R i�j 1tiMF� Wha
class, license and numbers? RAl
Do you anticipate subcontracting Work under this Contract? S
If yes, what p rcent of total contract>
and to whom?
Are any lawsuits pending against you or your firm at this time?
if yes;
DETAIL
7/96 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
_)iyOU, i C oc Cam)
What company? �«t w1rSS Win. �44cE
1 22. What are your company's bonding limitations?_
' 23. The undersigned hereby authorizes and requests any person, firm or
corporation to furnish any information requested by the OWNER in
verification of the recital comprising this Statement of Bidder's
' Qualifications. I
Dated at lyVV�Nj 10-0 this is) day of _ �-.EI2uRQ
W2op�
NST� u,QT i oti Sty .
Name of.B}$
By:�.s�
Title:
State of C,6-ptao
County of Lf�-P-k ryle p )
' {�J'FT- °� T �� being duly sworn deposes and says that he is
ESi enof l,. .- boSTi2uo'Piot,1 and that
(name of orggaa nization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
�.a*`A �MARI'una
Subscribed and sworn to before me sa6 ay of
Rbtzua'a 2OCQ, 3' A R Y
r1ntn� 4g.,-
No-otary PHubli p AN- P BL ,'�=
O
OFnC��'
MY commission expires „n
1 7/96 Section 00420 Page 3