Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPrebid - BID - 7025 WATER FEATURE RENOVATION AT FOSSIL CREEK COMMUNITY PARKSECTION 00300
BID FORM
PROJECT:
Place Fort Collins, Colorado
Date April 13, 2009
1. In compliance with your Invitation to Bid dated March 20 _, 2009 and
subject to all conditions thereof, the undersigned
a (Corporation, �d�X�XXx�XtXXNXXX
I$�X authorized to do business in the State of Colorado
hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed
on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this
proposal is made in good faith, without collusion or connection with any
other person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the
Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be
done, all of which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid
bond in the sum of 5%
($ ) 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:
Greenwood Vl CO 80111
5. All the various phases c 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 %
Rev10/20/07 Section 00300 Page 1
13ID BOND
Developers Surety & Indemnity Company
IMOW ALL MEN BY `rYESZ PRESENTS: that we, the undcrsigned Walsh Construction, Inc.
as �rIngipal, and. as Surety, are hereby held and firmly bound unto the City? _f
Fort col] iris r Colorado, as OWNER? in th
e
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort-C-ollin,-,, Colorado the accompanying Bid and
hereby made a part here -of to eater into a Construction Agreement for the
construction of Fort Collins Project, 7025 Water Feature Renovation at Fos4i1
Creek Community Park.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall e_ c:cute and deliver
a Contract• in the form of Contract attached hereto (properly completed irl
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 conne4t.ion therewith, and. Vhall in all
other respects perform the Agreement created by the acceptar_ce of said
Bich, then this obligation shall be void; otherwise the same sha11 reirn
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, hezeky stipulates and agrees that the
obligations of said Starety and its BOND shal,L be in no way impaired or
affected by any extension of the time within which the OWNER may accept such
Bid: and said Surety does hereby waive notice of any such externsi-on.
Surety Companies executing bands inust be authorized to transact business in
the State of Colorado and be accepted by the OWNER.
Rev 90N20W Section 00410 Page 2
TN WITNESS W' HEREDF, the Prz.ncipal and the Surety have hereunto set their hands
and seals this 13th day of April , 9009, and such of them as are
corpozations have caused their corporat.e�-5oals to be hereto affixed and these
presents t10 be sigr_ed by, their proper offic•4rs, the day and year first set
forth above.
PRINCIPAL
2 8'C'C—;Adal sh Constr„r Lion, Inc.
Address: 8139 Open View Place
Loveland, CO 80537
Matthew
Title: SI.C-,fv�
SURETY
Developers Surety & Indemnity Company
5613 DTC Parkway, Greenwood Village, CO 80111
By:
David A. Wooldridge, LUTCF, AAI �L
Title: Attorney In Fact
(SEAL)
Row1af2[W SectiOn 00410 Page 3
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
PO BOX 19725, IRVINE, CA 92623 (949) 263-3300
www.InscoDico.com
KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby make, constitute
and appoint:
***Steven G. Smith, Trent L. Smith, David A. Wooldridge, jointly or severally***
as its true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporation as surety, bonds, undertakings and contracts
of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in
connection therewith as the corporation could do, but reserving to the corporation full power of substitution and revocation, and all of the acts of said Attomey(s)-in-
Fact, pursuant to these presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS
SURETY AND INDEMNITY COMPANY effective as of November 1, 2000:
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute
Powers of Attorney, qualifying the Attorey(s)-in-Fact named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of
suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of
Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,
and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with
respect to any bond, undertaking or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its respective Executive Vice President
and attested by its Secretary this I st day of December, 2005.
By: (:::�
David H. Rhodes, Executive Vice -President
By:_ Z-\�-
Walter A. Crowell, Secretary
STATE OF CALIFORNIA
COUNTY OF ORANGE
S°yJZ XRP 0Rq'y�F?�'
r� %
OCT.
W i 10 : r7
0j':, 1936 ` .
°��j�0 •,/DW P..°ado •'
On December 1, 2005 before me, Gina L. Garner, (here insert name and title of the officer), personally appeared David H. Rhodes and Walter A. Crowell,
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature
(SEAL)
CERTIFICATE
GINA L. GARNER
COMM. # 1569561
NOTARY PUBLIC CALIFORNIA
3 ORANGE COUNTY 3
My comm. expires May 13, 2D09
The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing Power of
Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolution of the respective Boards of Directors of said corporation
set forth in the Power of Attorney, is in force as of the date of this Certificate. ,^
This Certificate is executed in the City of Irvine, California, the L21- day of r!/
By
Albert Hillebrand, Assistant Secretary
ID-1438 (DSI) (Rev. 12/05)
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.
2. Permanent main office address: 81 -19 Open Vi ew P1 , I-ox-1 and, CO80537
3. When organized: 1998
4. If a corporation, where incorporated: colnraa n
S. How many years have you been engaged in the contracting business
under your present firm or trade name? H years
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
'.��_ -_- a ••• -... - -- -
• 11 • Qietio •
7. General character of Work performed by your company:
Utilities, Excavation, Park C'nnqtrur'tinn,
Erosion Control
8. Have you ever failed to complete any Work awarded to you?Ne
If so, where and why?
9. Have your ever defaulted on a contract? No
If so, where and why?
10.
Are you debarred by any government agency? No
If yes list agency name.
Rev 10/20/07 Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
See Attached
12. List your major equipment available for this contract.
Backhoe, Skidsteer, various trucks & trailers,
Any i ng thrnugh 1 PA 4P
13. Experience in construction Work similar in importance to this
project:
Walsh Construction Inc. has specialized in work of this
nature since its inception in 1998.
14. Background and experience of, the principal members of your organization,
including officers:
See attached resumes
15. Credit available: $ 2,000,000
16. Bank reference: Guaranty Bank & Trust Co., Loveland, CO
Deanne Slote 970-267-6935
17. Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required by the OWNER?
no
Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state?
class, license and numbers?
Yes
What
19. Do you anticipate subcontracting Work under this
Contract? Yes
If yes, what percent of total contract?
and to whom? Concrete and Shotcrete
20. Are any lawsuits pending against you or your firm at this time?�Y
IF yes, DETAIL
Rev10/20/07 Section 00420 Page 2
Walsh Construction, Inc.
8139 Open View Place, Loveland, CO 80537 - (970)622-8227 - Fax(970)278-9396
email. matt. walsh@skybeam.com
COMPLETED PROJECTS
Name of Project: North Lake Park Pump Station
G.C.: Walsh Construction, Inc
Owner: City of Loveland
500 East Third St., Loveland CO 80537
970-962-2727 — Fax 970-962-2903
Contract Amount: $215,000.00
Date of Completion: 03/15/2009 Class of Work: Municipal
Percent of Work Self -Performed: 80%
Name of Project: Creekside Park Restrooms
G.C.: Walsh Construction Inc.
Owner: City of Wheat Ridge
7500 West 29`" Ave. Wheat Ridge CO 80033
303-234-5900 — Fax 303-234-5924
Contract Amount: $172,711.00
Date of Completion: 12/01/2008 Class of Work: Municipal
Percent of Work Self -Performed: 75%
Name of Project: Restroom Replacement at Kensington & Collyer Parks
G.C.: Walsh Construction Inc.
Owner: City of Longmont
1100 S. Sherman St Longmont CO 80501
303-651-8451— Fax 303-651-8588
Contract Amount: $199,711.00
Date of Completion: 03/15/2008 Class of Work: Municipal
Percent of Work Self -Performed: 70%
Name of Project: Wray Hatchery
G.C.: Walsh Construction Inc.
Owner: State of Colorado / Division of Wildlife
6060 Broadway Denver CO 80216
970-472-4433 — Fax 970-472-4458
Contract Amount: $110,761.00
Date of Completion: 10/01/2007 Class of Work: Municipal
Percent of Work Self -Performed: 80%
Matthew Walsh
8139 opm vlaa Place, Io a aod, aalcmda %- 531 * ' 970-2%-$141
EDUCATION
B.S. - Construction Management, Colorado State University; Fort Collins, CO 80521
Major GPA: 3.0/4.0 Mav 1997
Course Content: Construction Project administration, Scheduling & Planning,
Construction Contracts. Construction Estimating, Safety
Nlanagennent, Labor Relations, Elementary Structural Design
WORK EXPERIENCE
Walsh Construction, inc. Loveland, CO. July 1998 - Present
General Contractor
Q PresidentIO,vner
R.D. Step; -art, Inc. Loveland. CO. August 1997 - July 1998
General Contracio. Contact: Dave Hall (970) 669-1500
Project yianq-,er
m Oversa«- project operations for commercial and multi -family construction
Project estirnarii-i , budgeting, scheduling, cost control, general administration
Negotiated. ,wrote and organized all subcontracts
® Performed on -site supervision
a Reported to Diti isional Operations Manager
kaurra Construction Corp. Huntington Station, N.Y. Surnmers/Winters 1988-1997
CPI-J. Construction. Contact: Prescott Ammarell (516) 351-6124
© Super-, iced operarotis related to concrete, sitework and steel fabrication
® 'A-ssided iIi project estimating
® Mc)dified coi?rpatn 's job cost control system
• Diagnosed 'possible managerial problems in compan}%
e ASS step office eri_:veer n everyday dunes
m assisted 71 ors:anizing and maintaining companies shops and yard
o Operated -,vide range of heavy equipment
Drove tractot-litrailer combinations to move equipment and materials to various jobs
o Performed general labor duties
Self- Employed. \ alsh Contracting, Northport, N.Z. Summers 1993 - 1995
Residential Landscape Construction
a Initiated compan-v's existence
o Contracted work related to residential landscaping
© Planned, organized and super.-ised everyday operations
_:and Use Environmental Corp. Baiting Hollow, N.Y. Summer 1993
o Performed general tasks in accordance with marsh and wetland renovation
TRENT WILHELM ASBURY
PROJECT MANAGER
Trent Asbury has over 8 years
experience in construction
operations, project management,
supervision, estimating and pre -
construction activities for
commercial, retail, technical TI,
biopharmaceutical, residential and
large multi -family projects
Trent provides a broad range of
management services for complex
systems, from preconstruction to
project kick-off through closeout
for large and small-scale projects
Professional Data
• Bachelor of Science in
Construction Management
Colorado State University 1999
Certified Associated Constructor
- AIC Constructor Certification
Commission
AIC Constructor #800
Tenant Improvement Protects - Corporate / Retail /Food
rvices
■ $10M T-Mobile Wireless, Small Format Retail Rollout (highly
branded 300-1000 square foot ground up stick framed buildings),
Program Management of over 100 sites responsible for
everything from Lease thru Design and receipt of C of O.
locations include TX, UT, MA, IN, NV, G4, IL, NH, CO, PA,
• $300k Robeks Fruit Smoothies and Healthy Eats, 1000 square
foot food services TI, l e street mall Denver, CO,
■ $2M Convergent Group, 70,000 square foot office facility with
2,500 square foot computer room, Greenwood Village, CO.
■ $3.5M PIPES Communications, 10, 000 square foot facility with
4,000 square foot colocation space and state of the art network
operation center, Denver, CO.
Industrial
$39M Regional Transportation District, Elati Light Rail
Maintenance Facility, 100,000 square foot structural steel
maintenance building, light rail specific tools Including (wheel
truing lathe, sanding system, vehicle lifts) as well over 5 miles
of light rail track., Denver, CO
Mu/t/fami/y Hiahrise
■ $40M Greystar Real Estate and Development, 12 story high-rise
apartment complex comprised of 267 High end apartment units,
including a 3 story parking garage. Denver, CO
Biopharmaaeutica/
• $6M IDEC Pharmaceuticals, 70,000 sf. R & D laboratory space,
San Diego, CA
Green Field Protects
■ $8M Alexandria Technology Center, two story shell and core
building, designed for research and laboratory space including a
40,000 sfsub-grade garage, San Diego, CA.
21. What are the limits of your public liability? DETAIL
1,000,000 each occurance, 1,000,000 personal, 2,000,000 aggregate
What company? Scottsdale Insurance Company
22. What are your company's bonding limitations? 2,000,000
23. The undersigned
corporation to
verification of
Qualifications.
Dated at Loveland
hereby authorizes and requests any person, firm or
furnish any information requested by the OWNER in
the recital comprising this Statement of Bidder's
this 13th day of
WALSH CONSTRUCTION INC.
Name of Bi der
By: r
Matthew T. lsh
Title: President
State of Colorado
County of Larimer
April
20 09
Matthew T. Walsh being duly sworn deposes and says that he
is President of Walsh Construction Inc. and that
(name of organization)
the answers to the foregoinq questions and all statements therein contained
are true and correct.
f
Subscribe and s ern t e e me this 13th day of April 2aO9
r � —
Igo 'a r y 4ublic .0%,PG�; � �;"r�
Loveland, CO 80537
My commission expires
Rev 10/20/07
11-29-2009
Nora : -
.A ,
• O�
Section 00420 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
SUBCONTRACTOR
(Nt1-ic=�.tn� i SC=
Section 00430 Page 1
8. BID SCHEDULE (Base Bid)
1. BIDDER will complete the Work for all bid items listed in Schedule 1.
2. Bid Form Abbreviation Legend
a. LS = Lump Sum
b. EA = Each
c. LF = Linear Foot
d. SF = Square Foot
e. SY = Square Yard
f. CY = Cubic Yard
SCHEDULE1
Provide materials and labor associated with installation, maintenance, start-up and Owner training, as
indicated on the drawings and in the Specifications, for each of the following bid items. Owner is
responsible for payment of Building Permit application fees.
Bid Item #1 Bid Bond and Mobilization
To include all materials complete, in place (such as but not limited to the following: Bid Bond and
Mobilization), as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ -7! '0O 0
In Writing Cevz!N jive" llixDL,�eV
Bid Item #2 Demolition, Site Clearing, Temporary Controls, Construction Staking
To include all materials complete, in place (such as but not limited to the following: Demolition, Site
Clearing, Disposal, Protection and Stockpiling of Items to Remain, Tree Protection, Erosion Control
Plan and Implementation, Traffic Control, Construction Staking), as indicated on the Drawings, and in
the Specifications.
Lump Sum Price $ -7,Q0 9
In Writing SFyew si>ovstf,vo >=tVc' HvvOc.rfi9 '"/ion
Bid Item #3 Landscape
To include all materials complete, in place (such as but not limited to the following: Sod, Shrubs and
Perennials, Boulders, Dry -Laid Rock Walls, Sand, Concrete Mow Strips, Fences), as indicated on the
Drawings, and in the Specifications.
Lump Sum Price $ 2600020
InWriting Twt Alry -OAC 7�ovSIWO ""loo
Rev 10/20/07
Section 00300 Page 2
Bid Item #4 Irrigation
To include all materials complete, in place (such as but not limited to the following: Irrigation System)
as indicated on the Drawings, and in the Specifications.
Lump Sum Price $_ 9000
00
In Writing ni mir TH o usi4.y4 "" 1100
Bid Item #5 Earthwork and Utilities
To include all materials complete, in place (such as but not limited to the following: Water Control,
Earthwork, Erosion Control, Sanitary Sewer, Subdrains, Perimeter Drains), as indicated on the
Drawings, and in the Specifications.
Lump Sum Price $ l 2,, onc)
In Writing fw,1 L✓t" 7-toysi*,vo �oo
Bid Item #6 Spray Feature
To include all materials complete, in place (such as but not limited to the following: Aquatic Play
Equipment, Recirculation System, Power Distribution and Controls and revisions to Existing Pump
System), as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ S". ®©O
In Writing c,jr->V glyt. 711eygr.wO ''c'`A011
Bid Item #7 Hardscape
To include all materials complete, in place (such as but not limited to the following: Site Preparation,
Base Materials, Structural Fill, Sidewalks, Plazas, Concrete Steps, Shotcrete Walls, Vault Door), as
indicated on the Drawings, and in the Specifications.
Lump Sum Price $ 3-3, 000 00
In Writing 7�ih.7-Y 76pht" 7i-1aysufv-y —1iun
TOTAL BASE BID — BID ITEMS 1 THROUGH 7
Lump Sum Price $ /S`�d,, �� V
In Writing nArr H✓Nokt. o eyi<>Y -11adsu A(p u,'4011
ADDITIONS/DELETIONS
Add or subtract the following amounts for the items listed below.
Alternate Bid Item #1. Sand Play Area
To include all materials complete, in place, as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ qOZtl 0"
(add)
In Writing 1::�ui,- -r'Hev. Wv0 7we'W-fY leak x��an
Rev10/20/07 Section 00300 Page 3
Alternate Bid Item #2. Fence and Landscape Improvements on top of Vault
To include all materials complete, in place, as indicated on the Drawings, and in the Specifications.
ao
Lump Sum Price $ JdQ1M
(add)
In Writing f 4ii-7c-Y-V 7,41ousww0 -A11uvF-y s/ x "I`�/oa7
Alternate Bid Item #3. Existing Shelter Relocation
To include all materials complete, in place, as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ 0 90 00
(add)
In Writing !'I,,c 7HYofj& AM 7N�P- HUA10n-C� NlAkf'72' Ira'
Alternate Bid Item #4. Sandscape Concrete in Spray Feature
To include all materials complete, in place, as indicated on the Drawings, and in the Specifications.
00
Lump Sum Price $ '?M0
(add) k�
In Writing siw &WD'u-20 Iva
Alternate Bid Item #5 Color Concrete Perimeter of Spray Feature
To include all materials complete, in place, as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ 2-,9SO 00
(add)
In Writing 7GJa 7;9ougA-4to /4I1 i Hu/0^ 0 E14 o'LL /�Vd
Alternate Bid Item #6 Remove Sandstone Retaining Wall Type 2
To include all materials complete, in place, as indicated on the Drawings, and in the Specifications.
Lump Sum Price $ ,KY40 Q00—
(subtract)
In Writing Sim '7;7o,,1TAV0 9/CH-, Ht/NO%n �ioo
UNIT PRICES
For additions and deletions to the Contract, the following unit prices shall be applicable for the specific
items listed. Unit Prices shall be complete, in place including required labor, materials, permits,
equipment, implements, testing, parts and supplies necessary for, and incidental to proper installation,
as indicated on the Drawings, and in the Specifications.
1. The Contractor agrees that for requested and/or required changes in the scope of work, the
Contract Sum shall be adjusted in accordance with the following unit prices, where the Owner
elects to use this method of determining costs.
2. The Contractor is advised that the unit prices will enter into the determination of the successful
bidder. Unreasonable prices may result in rejection of the entire bid proposal.
Rev 10/20/07 Section 00300 Page 4
3. Unit prices for irrigation shall include pipe, fittings, valves, concrete thrust block and stablizers, and
other items shown on the Drawings, as described in the Specifications or recommended by the
manufacturer as part of the installation.
ITEM UNIT PRICE
Demo - Existing Curb $ J LF
Demo - Existing Asphalt Roadway $ Z'1 . SY
Demo - Asphalt Saw Cutting $ 2 LF
Protection Fence - 4' Snow Fence with 'T' posts $ 3 LF
EARTHWORK AND UTILITIES
ITEM
UNIT PRICE
Pot Holing
$
200 ✓
CY
Imported Fill
$
25" -
CY
Earthwork - Cut and Stockpiling
$
/ I-
CY
Earthwork - Fill
$
/ #
CY
Imported Structural Fill
$
2x -
CY
Topsoil Stripping and Stockpiling
$
I T �
CY
Topsoil Spreading and Placement
$
/B -
CY
Vehicle Tracking Pads
$
3 -
SF
Sanitary Sewer Pipe - 6" PVC
$
IS'"
LF
Sanitary Sewer - Cleanout
$
/do `
EA
Sanitary Sewer - Manhole
$
add& _
EA
Erosion Control Fabric - NAG C350
$
/
SF
Erosion Control Fabric - NAG 120
$
/
SF
Erosion Control - Silt Fence
$
2
LF
Erosion Control - Bales
$
/0
EA
Erosion Contol - Gutter Wattle
$
/00 -
EA
Erosion Control - Inlet Wattle
$
Zcm "
EA
Erosion Control - Ditch Wattle
$
zoo
EA
4" Perforated Pipe
$
16 -
LF
Acid Wash and Seal Wet Wells
$
/ "d "
LS
Concrete Seal exterior of Wet Wells
$
2006"
LS
Perimeter Drain at rock wall
$
/ o _
LF
Rev10/20/07
Section
00300
Page 5
HARDSCAPE
Standard Grey Concrete Pavement (5" thick)
$
u
Z/ s
SF
Color Concrete Pavement (5" thick)
$
S' sV
SF
Asphaltic Concrete Paving
$
30
SY
Concrete Curb and Gutter
$
25'
LF
Concrete Mow Strip
$
/5- -
LF
Sandstone Wall Type 2
$
-76 -
LF
Boulder Wall Type 1
$
5�s "
LF
Boulder set in concrete
$
/ S`0
EA
AQUATIC EQUIPMENT VAULT
Core Drills for 1.5" Pipe
$
/d0
EA
Core Drills for 3" Pipe
$
/5-0
EA
Core Drills for 2" Pipe
$
/ V "
EA
Water Tight Seal for 3" Wall Hole
$
EA
Water Tight Seal for 4" Wall Holes
$
6O
EA
Sch. 40 PVC Water Feature Piping and Fittings - 1.5"
$
13
LF
Sch. 40 PVC Water Feature Piping and Fittings - 3"
$
16 r
LF
Sch. 40 PVC Water Feature Piping and Fittings - 2"
$
/y
LF
Sch. 40 PVC Water Feature Piping and Fittings - 6"
$
Z/
LF
Sch. 40 PVC Water Feature Piping and Fittings - 8"
$
2.2 ,
LF
Sch. 40 PVC Water Feature Piping and Fittings -10"
$
-2* "
LF
Sch. 40 PVC Drain Pipe from Sump/Filter to S.S. - 3"
$
20
LF
Sump Pump -1/2HP
$
by "
EA
Sump Pump -1/3HP
$
ka "
EA
Sump Pump Controls
$
/o00 s
LS
SikaPlug Water Stop (Sealant for open spaces at wet well
access
doors)
$
EA
SikaFix HHLV (Sealant for joint between top of wet well and floor)
$
/S'
LF
Super Thoro Seal (Wetwell Sealant)
$
2TV6 -
LS
Rev10/20/07 Section 00300 Page 6
AQUATIC PLAY EQUIPMENT
ITEM
"Team Spray"
"Sidewinder"
"Water Jelly"
"Ground Geyser"
Deck Drain
Foot Activator
Lawson drain base & grate
IRRIGATION
UNIT PRICE
$ 002"
EA
$ 2400 -
EA
$A
EA
$ /5-00
EA
$ 175-0
EA
$ 300 "
EA
$ /so0 "
EA
ITEM UNIT PRICE
Irrigation for Turf (seed or sod) areas less than 10 feet in width $ 2 Y11 SF
Irrigation of Turf areas (seed or sod) 10 feet or greater in width $ 2 �5, SF
Drip Irrigation — per Shrub, Perennial or Grass in planting bed $ 2 = EA
Sleeve Pipe - 2" $ A LF
Sleeve Pipe - 3" $ 9 J LF
Remote Control Valve Assembly for Sprinkler Laterals —1" $ 2-Z - EA
Remote Control Valve Assembly for Drip Laterals — 1" $ zsD - EA
Mainline Connection Fittings to Add Valves $ 2--z EA
Control Wire
Flush Cap Assembly
Lateral Pipe —1"
Lateral Pipe —1.25"
LANDSCAPE
Finish Grading
Organic Amendment — Class 2
Bluegrass Sod
Buffalo Grass Sod
Deciduous Shrub - #5 container
Perennial - #1 container
Ornamental Grass - #1 container
Weed Barrier
LF
$ 12 EA
$ LF
$ 3 J LF
$ (3.2a
SF
$ _
CY
$ 6.6,C-
SF
$ / 3=
SF
$ q0
EA
$ /C'
EA
$ /A
EA
$ C.35'
SF
Rev10/20/07 Section 00300 Page 7
Organic Mulch
Sand
MISCELLANEOUS ITEMS
Vault door and installation
END OF SECTION
$ 0190 SF
$ 3S" CY
$ 20c90 EA
Rev10/20/07 Section 00300 Page 8
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:
WALSH CONSTRUCTION, INC.
CONTRACTOR
BY: Matthew T. Walsh
04/13/2009
Signat •re Date
President
,4 Title
"ticense Number (If Applicable)
.(Seal cif id is by cor orat4on)
Attest: t;�L Y E✓u a/,.-
Address WISH SANSTRI�6TI9N, M!G
8139OPEN VIEW PLACE
LO VELAND. CO M37
Telephone 970-622-8227
Email matt.walsh@skybeam.com
Rev 10/20/07 Section 00300 Page 9