Loading...
HomeMy WebLinkAboutRESPONSE - BID - 22955 5908 PLEASANT VALLEY LKE AND CANAL TRAIL (6)SECTION 00300 BID FORM PROJECT: PLEASANT VALLEY LAKE AND CANAL TRAIL; BID NO. 5908. Place j Date �-jL, 41 Z005 1. In compliance with your Invitation to Bid dated R},QQA-\ zOi�s and s Ject to all conditions thereof, the undersigned a "(Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do 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 certified or cashier's check or standard Bid bond in the sum of g ($ ) 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: Ut rgrcbesTf F- %�-- s . 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. through �. 7/96 Section 00300 Page 1 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All 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. 1. Name of Bidder: Walsh Construction, Inc. 5828-w. St. Louis Ave 2. Permanent main office address: _Loveland, CO 80538 3. When organized: l �l, 1 (<I`�g 4. If a corporation, where incorporated: 00 k 9^ Q 5. How many years have you been engaged in the contracting business under your present firm or trade name? q � pLC-cs 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) oo i c p C11 7. General character of Work pe( formed by your company:: Sh3(ft � C RU CTT ODt�Tt�o�- 8. Have you ever failed to complete any Work awarded to you? If so, where and why? 9. Have your ever defaulted on a contract?f-�C) If so, where and why? 10. Are you debarred by any government agency? 1,\o If yes list agency name. 7/96 Section 00420 Page 1 Current Jobs Reference Bid#5908 4/4/2005 in Progress for City of Fort Collins #10206 Project: Kanemoto Park Irrigation Pump House Replacement Tax Exempt# 10% no bond 33,711.00 Owner: City of Longmont Terry Herbert, P. U start - Purchasing Dept. 303-651-8451 End - 1100 S. Sherman St. Fax#303-651-8759 Longmont, CO 80501 #20105 Project: 303-651-8349 - Fax 661-8588 Riverhead Sewer TOR-152 gg' Bonded Cranberry St. Pump St. 598,450.00 Contract#RDSD 0305-G Owner: Town of Riverhead Start 3101105 #10106 Project: Riverhead Sewer District lWater Quality Vaults ------- �End . .. ....... .................. - Bonded Tax Exempt#89-12280-0016 10% 74,711.00 Owner: City of Loveland Dan Evans, P.E. Start 3115105 Public Works Stormwater 962-2773 End - 410 East Fifth St. Cell 290-3222 Loveland, CO 80537 1970-962-2627- Fax 962-2908 . ............. . . .. ............ w� ... ........ ........................................ ..... ........... . . . . .......... ....... a. ......... ........ #10304 Project: lReynolds Ranch Open Space House Rehabilitation Permit #BP041435 110117 Magnolia, Nederland, CO 80466 Bonded Tax Exempt# 89-12280-0015 48,711 Owner. Boulder County Bid#4577-04 2020 13th St. Mailing: PO Box 471 Start 11/01104 Boulder, CO 80302 Boulder, CO 80306 End - 303-441-3606 - Fax 441-4594 Jenny 914 �rding, Purch agent Glenda Rowe 303-441-4957 303-441-3525 BFUJackhrn 303-286-6489 #20204 Project: Landfill Gas Upgrade Contract#IRRA-2003-1 Bonded $431,400 Owner [slip Resource Recovery Agency 401 Main St. Islip, NY 11751 Current Jobs Reference Bid#5908 4/4/2005 in Progress for City of Fort Collins #20403 Project: Well Head Enclosures Contract#5674 Bonded - $160,000.00 Owner. Suffolk County Water Authority Anthony Scrivano 3 building P.O. Box 37 Joe Vecchio 4060 Sunrise Hwy. Tony Mancusco Fx631-589-5268 Oakdale, Long Island, NY 11769 631-563-0348 SCW-138 920303 Project: 516/589-5200 - Fax 516/218-1156 ...............MIMEM t �.... Two Chemical........................-.......... Treatment Conti Bldg. Fax 589-5277 ........ Contract#5628 98% complete ................. Bonded Evergreen and Edison $297,060.00 Owner: Suffolk County Water Authority Anthony Scrivano P.O. Box 37 Oakdale, Long Island, NY 11769 516/589-5200 - Fax 516/218-1156 SCW-137 98% complete 11. List the more important projects recently completed by stating the approximate cost of each, and the month and location and type of construction. / n ��u�Fti�ue_a Lf "a-Q\l "34n.coo FFev,2 SS1�.tJY - t'u 8►yn 4 your company, year completed, 0.2%0.�Xi� %kct2t-r-7 off- 12. L''st your major equipment available for this contract. 4okhbe, S�c�STe��yA2sovs-t-t�,�.ckS .�RfZiouS—if�Ri 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including {{officers: 15. Credit available: $ 16. Bank reference&Oyeot- 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? �jt5 18. Are you licensed as a General CONTRACTOR? ye 5 If yes, in what city, county and state? C �fn. ��{ \(pis What class, license and numbers?y�r� S'fgp"eS C\- kkn 19. Do you anticipate subcontracting Work under tl'�.js Contract? y IFS If yes, what pe ent of total contract? Q and to whom? hj(}0MNd Cc tAS MLLr--"©rj S �. 20. Are any lawsuits pending against you or your firm at this time? O If yes, DETAIL 7/96 Section 00420 Page 2 Walsh Construction, Inc. 5828 N. St. Louis Ave., Loveland, CO 80538 (970) 622-8227 SIMILAR PROJECTS Reference Bid #5908/City of Fort Collins Name of Project: Reconstruction of Brooksite Horse Trail Bridge Owner: CoMly of Suffolk Dept of Public Works 335 Yaphank Ave Yaphank NY 11980 William S. Shannon 631-852-4010 Contract Amount: $59,618. Date of Completion: March 2005 Class of Work: Public Works Percent of Work Self -Performed: 85% Name of Project: Eagleview Park Owner: City of Loveland Parks and Rec Dept 500 East Third St., Loveland, CO 80537 Contract Amount: $418,711. Date of Completion: Dec. 2002 Class of Work: Public Works Percent of Work Self -Performed: 75% Name of Project: Rehabilitation of Bridge Abutments, Weld County, CO Owner: Board of Weld County Commissioners Weld County Public Works Dept., 1111 "H" St. Greeley CO Contact: Drew Scheltinga (970) 356-4000 Architect: Weld Co Greeley CO Contract Amount: $247,711.00 Contract Date: October 1999 Date of Completion: March 2000 Class of Work: Public Works Percent of Work Self -Performed: 100% 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 Hall (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, sitework 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. Paiting Hollow, N.Y. Summer 1993 9 Performed general tasks in accordance with marsh and wetland renovation TRENT WILHELM ASBURY PROJECT MANAGER Trent Alshwy has over 8 years experience in construction operadons, project management; supervision, estimating and pfe- construction activities for commefrW, felail technical TI, biopharmaceutical, residential and large multi -family projects Trent provides a broad range of management services for complex systems, from precon &1Kffon to project kick-off thfWgh closeout for large and small-scale projects ■ Bachelor of Science in Construction Management Colorado State UnivemW 1999 ■ Certified Associated Constructor - AIC Constructor Certification Commission AIC Constructor #800 • $10M T-Mobile Wlrekw, Small Format Retail Rollout (highly branded 300-1000 square foot ground up stick framed buildings), Program Management of over 100 sites responsible for everything firm Lease bhru Design and receipt of C of O. locations include TJ, Ur, MA IN, NV, C41 14 NH, CO, PA, ■ $300k Robeks Fruit Smoothies and Healthy Eats, 1000 square foot food seer 0ces TI, 160 street mall Denver, CO, • $2M Convergent Group, 70,000 square foot ofice facility with 2,500 square foot computer room, Greenwood V2//age, CO. • $3.5M PIPES Communications, 10,000 square foot facility with 4,000 square foot colocaton space and state, of the art network operation center Denver, CO. $39M Regional Transportation Distn'ct, Batt Light Rail Maintenance Fadlity, 100,000 square foot structural steel maintenance building, light rail spied& tools Induding (wheel truing lathe, sanding s)stem, vehide lift) as well over S miles of light rail track., Denver, CO ■ $40M Gfeystar Real Estate and Development; 12 story high-rise apartment complex comprised of 267 High end apartment units, induding a 3 story par ong garage Denver, CO ■ $6M IDEC Pharmaceuticals, 70,000 sf R & D laboratory space, San Diego, 04. ■ $8M Alexandria Technology Center two story shell and core building, designed for research and laboratory space induding a 40,000 sfsub-grade garage, San Diego, CA. 21. What are the limits of your public liability? 1,000(13co •EPch Cccbia%a,� 2,mo,o_oo. tna What company? DETAIL :4ZjRh 5j0W,D00 for 22. What are your company's bonding limitations? i CX`AFl^,00 i 1 o'Z S OO -- 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. Dated at �pU��WNO` this day of 2005- ..���o ►JSTQ.U.C'�� O N �NC3 Nama•• ofC�idd B 'r� X r L :r � ' t a t0 Qp C-ot C) Coun�i�r�b��.,•'j' � . V1fRkLS1(1 being duly sworn deposes and says that he is PR�S�cEN� of STRUCCiO(S _1:jKAC, and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 1 L- 2 OOG Notary PLPblic Sgo7 g- lJ . -�- Lay1 S f4UE- uE %tl ruC� 'C e 0aOS38 My commission expires C? .q4 Z: OigRY N'•, P U B L� Q W96 Section 00420 Page 3 ADDRESS: 8. BID SCHEDULE (Base Bid) Bid items are described in Section 01800 P\sh �ot�s-r�.u�cT i oN ;fie: •: � `- CONTRACTOR BY: Walsh Construction, Inc. 8828 Ni at Louis Ave - Loveland, CO 80538 BID EST. UNIT ITEM ITEM # DESCRIPTION QTY. UNIT PRICE TOTAL 1 Mobilization 1 LS -,000 pop 2 Traffic Control 1 LS L3, oo0 0,060 3 Demo of Existing 5' & 8' Wide Trail 561 SF 0 /, 683 4 Stump & Tree/Shrub Removal 1 LS 3, 000 3,400 5 4" Topsoil Removal/Replacement 120 Cy a5oo pp 6 Class 5 ABC 100 TON �1°6 ,:_ SC- 7 5" Colored Concrete Paving 9,910 SF _.5', °� 550 8 Earthwork Cut 100 Cy p ,`° 000 9 8' Wide Pedestrian Bridge 1 LS a 7-7 r,7_ R 77 � 10 Raise Manhole 1 LS / p0 V500- 11 Hydro Seeding 7,000 SF fAL OF B,SE BID �i e uoCtmo( 6 V� rK06Uof r� & X a, 9'7, 711 '�. yvs„� s§ (-C Y 0/)C ("d $ (written) 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. 7/96 Section 00300 Page 2 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. A'ESPECTFULLY SUBMITTED: :w,, yly'zaOS ;.signature Date Title License Number (If Applicable) (Seal - if id is✓byhco ^pora Attest: �ILI/W Waff Address � LpUfS ALIC Lone C'a Telephone 9`70' 'Foot 970- yga-93LLQa -7/96 Section 00300 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 150 of the contract. ITEM 7/96 SUBCONTRACTOR �i n-mo�► d a.�s—�—�.v`ci�ot�l Section 00430 Page 1 A+ THE AMERICAN INSTITUTE OF ARCHITECTS 0 AIA Document A310 e • i0=6 KNOW ALL MEN BY THESE PRESENTS, that we WALSH CONSTRUCTION, INC. 5828 North St. Louis Avenue, Loveland, CO 80538 as Principal, (Here insert full name and address or legal title of Contractor) hereinafter called the Principal and Westchester Fire Insurance Company 140 Broadway, 41st Floor, NYC, N.Y. 10005 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of New York as Surety, hereinafter called the Surety; are held and firmly bound unto City of Fort Collins 215 North Mason Street,Fort Collins, CO 80321 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Total Amount of Bid Dollars ($5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) Fort Collins Co- Construction of One (1) 8' Mile Pedestrian Bridge, including 9,910 of colored concrete paving and associated Paving & Landscaping NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the.Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract witF,,;:_ another party to perform the Work covered by said bid, then this obligation ,shal1 ..," be null and void, otherwise to remain in full force and effect. Signed a d sealed March 29,2005 WALSH CONSTRUCTION, INC. (Principal) .,'.(41at,r .. e. 41 41 (Witness) (Witness) - i'VM.ih(Title) estchester Fire Insurance Com n . r (Surety) '3eal Diana P. Alesci, Attorney in Fact' ++= ATA nr)0rnVVh1T A41 n . nTn ❑nMr) . ATA VVUDr1ADV 1 O'7n Vn TDD AUrn To'A J ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF C�/d'60 } COUNTY OF1W Cv( s8: T 1, / On th iO i day of daa Zo05 before me personally came A�� 1, � v A ��� to me known, who being by duly sword did depose and say that he/she resides at 8 /V �'f Zz Ui S 74 bJ6%gyp CD Fig 538 and that he/she is the 105 ire N�unm1nr� W� (?o�sr Feu e�-(onl 1NCi • jl%`�5M 1 f, the corporation described in and which executed the fo oing instrument/ that he/ he knoVi`�11 shal of �•.,• said corporation; that one of the seals affixed to said i rum su seal, that i s so18etl by or of the directors of said corporation, and that he sign 'his name t eto by like er. = Q; p� G s V NO A Y PU IC ......' MYGwakmj ACKNOWLEDGMENT OF PRINCIPAL IF A PARTN STATE OF COUNTY OF }ss.: On this day of , before me personally appeared to me known and known to me to be one of the members of the firm of described in and who executed the foregoing instrument and he acknowledged to me that he executed the same anf or the act and deed of said firm. NOTARY PUBLIC ACKNOWLEDGMENT OF PRINCIPAL IF AN INDIVIDUAL STATE OF } . COUNTY OF }�" On this day of , before me personally appeared to me known and known to be to be the person described in and who executed the foregoing instrument and acknowledged that he/she executed the same. NOTARY PUBLIC ACKNOWLEDGEMENT OF SURETY STATE OF New York) COUNTY OF Nassau }ss.. On March 29, 2005 before me personally came Diana P. Alesci, to me known who, being by me duly sworn, did depose and say that he/she resides at 255 Executive Drive Plainview, New York 11803, that he/she is the Attorney in Fact of Westchester Fire Insurance Company the corporation described in and which executed the foregoing instrument; and that he/she signed his/her r thereto ty order of the Board of Directors of said corporation. n , l NY No Text WESTCHESTER FIRE INSURANCE COMPANY FINANCIAL STATEMENT DECEMBER 31, 2003 ADMITTED ASSETS BONDS $1,211,249,339 SHORT - TERM INVESTMENTS 32,096,506 STOCKS 2,499,900 REAL ESTATE 0 CASH ON HAND AND IN BANK 2,502,736 PREMIUM IN COURSE OF COLLECTION' 77,829,346 INTEREST ACCRUED 13,923,276 OTHER ASSETS 94,597,742 TOTAL ASSETS 1,434,698,845 LIABILITIES RESERVE FOR UNEARNED PREMIUMS $379,073,789 RESERVE FOR LOSSES 747,946,558 RESERVE FOR TAXES 8,300,884 FUNDS HELD UNDER REINSURANCE TREATIES 13,943 OTHER LIABILITIES f176.810.2731 TOTAL LIABILITIES $958.524.901 CAPITAL: SPECIAL SURPLUS $117,300,000 CAPITAL: 928,592 SHARES, $4.85 PAR VALUE 4,503,671 CAPITAL: PAID IN 128,333,500 SURPLUS (UNASSIGNED) 226,036.772 SURPLUS TO POLICYHOLDERS 476,17043 TOTAL $1,434,698,844 (-EXCLUDES PREMIUM MORE THAN 90 DAYS DUE.) STATE OF PENNSYLVANtA COUNTY OF PHILADELPHIA John P. Taylor, being duly sworn, says that he is Vice President of Westchester Fire Insurance Company and that to the best of his knowledge and belief the foregoing is a true and correct statement of the said Company's financial condition as of the 31 st day of December, 2003. Sworn before me this 16th day of April, 2004. Vice Pr sident t 0 Notary P My comrrfissi6n expires /short forms 2003WIici PaOT ' RIAL Sri L JOAN il94RIi ZARZYCKI, Notary Public C%ly Cr` Philadelphia, Phila. Ccumy My Commission Expires Oct. 8.2004 POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE Named InsuribdEndorsement of s Cwskame-4 Number Policy'Symbol Policy Number Policy Period Effe ve Date of Endorsement Issued y ame oi Insuranggrompiny" �SfiGI r' i7rl-e Suta�rci� THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. You should be aware that under the Terrorism Risk Insurance Act of 2002 ("The Act") effective November 26, 2002, any losses caused by certified acts of terrorism under your existing coverage may be partially reimbursed by the United States under a formula established by federal law (applicability is subject to the terms and conditions of each individual policy). The Act was specifically designed to address the ability of businesses and individuals to obtain property and casualty insurance for terrorism and to protect consumers by addressing market disruptions and ensure the continued availability of terrorism coverage. Under the terms of The Act, you may now have the right to purchase insurance coverage for losses arising out of acts of terrorism; as defined in Section 102(1) of the Act: The term "act of terrorism" means any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State, and the Attorney General of the United States -to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property; or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Responsibility for Compensation under The Act is shared between insurance companies covered by The Act and the United States. Under the formula set forth in The Act, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible, which is paid by the insurance company providing the coverage. We are providing you with the terrorism coverage required by The Act. We have not established a separate price for this coverage; however the portion of your annual premium that is reasonably attributable to such coverage is: JQa Authorized gent TRIA12 (5/03)