Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRESPONSE - BID - 8113 REMINGTON GREENWAYSECTION 00300
BID FORM
PROJECT: 8113 Remington Greenway
Place: Fort Collins, CO
Date: 05/12/2015
1. In compliance with your Invitation to Bid dated April 17 , 20~ and subject 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 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: Employers Mututal Casualty Co., PO Box 712, Des Moines, IA 50306
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. One through
One
ITEM NO.
201-01
202-01
202-02
202-03
202-04
202-05
202-06
208-01
208-02
208-03
208-04
210-01
210-02
210-03
210-04
210-05
210-06
304-01
403-01
403-02
412-01
412-02
604-01
608-01
608-02
608-03
609-01
609-02
609-03
609-04
609-05
610-01
610-02
624-01
624-02
624-03
8113 REMINGTON GREENWAY - ADDENDUM 1
BID SCHEDULE - BASE BID
ITEM DESCRIPTION UNIT QUANTITY UNIT COST
Clearing and Grubbing LS 1 $10,000.00
Removal of Asphalt Mat SY 2413 $12.00
Removal of Curb and Gutter LF 1277 $8.00
Removal of Sidewalk SY 276 $16.25
Removal of Concrete Channel LF 82 $20.00
Removal of Sidewalk Culvert EA 2 $168.75
Removal of Sign EA 1 $100.00
Inlet Protection (IP) EA 9 $156.25
Gravel Bag Curb Protection (GB) EA 22 $31.25
Concrete Washout Structure EA 2 $2,500.00
Erosion Control Supervisor HR 20 $37.50
Relocate Sprinkler Valve Box EA 1 $125.00
Adjust Fire Hydrant Assembly EA 1 $6,250.00
Adjust Valve Box EA 1 $625.00
Relocate Water Meter Pit and Curb Stop EA 1 $2,500.00
Relocate Metal Box EA 1 $250.00
Remove and Reset Art in Public Places EA 1 $437.50
Aggregate Base Course (Class 6) (10" Depth) TON 100 $70.63
Hot Mix Asphalt (8" Depth) TON 37 $144.08
Hot Mix Asphalt (10" Depth) TON 122 $126.43
ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST
626-01 Mobilization LS 1 $82,020.19 $ 82,020.19
630-01 Flagging HR 40 $31 .25 $ 1,250.00
630-02 Traffic Control Inspection DAY 50 $150.00 $ 7,500.00
630-03 Traffic Control Management DAY 25 $687.50 $ 17,187.50
630-04 Portable Message Sign Panel DAY 20 $109.37 $ 2,187.40
630-05 Construction Traffic Control LS 1 $15,625.00 $ 15,625.00
LANDSCAPE ITEMS
213-01 Landscape Weed Barrier Fabric SY 1590 $0.43 $ 683.70
213-06 Metal Landscape Border LF 176 $1 .56 $ 274.56
213-09 Inorganic Mulch (Special) (1 .5" Rock Mulch) TON 160 $56.25 $ 9,000.00
213-11 Inorganic Mulch (Special) (3/4" Black Granite Chips) TON 3 $237.50 $ 712.50
613-01 2" Electrical Conduit LF 250 $10.63 $ 2,657.50
623-01 Irrigation - Laurel Intersection LS 1 $6,250.00 $ 6,250.00
TOTAL BASE BID $ 467,711.00
BID SCHEDULE - LANDSCAPE ALTERNATIVE
ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST
208-04 Erosion Control Supervisor HR 5 $37.50 $ 187.50
626-02 Mobilization - Landscape Alternative LS 1 $3,000.00 $ 3,000.00
630-01 Flagging HR 10 $31 .25 $ 312.50
630-02 Traffic Control Inspection DAY 10 $150.00 $ 1,500.00
630-03 Traffic Control Management DAY 5 $687.00 $ 3,435.00
630-06 Construction Traffic Control - Landscape Alternative LS 1 $6,000.00 $ 6,000.00
LANDSCAPE ITEMS
212-01 Fine Grading SF 9500 $0.50 $ 4,750.00
212-02 Topsoil Import CY 80 $50.00 $ 4,000.00
212-03 Soil Amendment - 3 CY per 1,000 SF CY 39 $50.00 $ 1,950.00
213-02 Inorganic Mulch (Special) (3/4" Rock Mulch) TON 48 $56.00 $ 2,688.00
213-03 Inorganic Mulch (Special) (3-6" Cobble) TON 97 $65.00 $ 6,305.00
213-04 Inorganic Mulch (Special) (6-15" Cobble) TON 143 $75.00 $ 10,725.00
213-05 Mulching (Special) (Medium Bark Mulch) CY 18 $65.00 $ 1,170.00
213-07 Boulder - Red Sandstone EA 15 $450.00 $ 6,750.00
213-08 Boulder Slab - Red Sandstone EA 37 $i,ooo.oo $ :J1, ocu.oo
213-10 Inorganic Mulch (Special) (Mexican Beach Pebbles) TON 2 $500.00 $ 1,000.00
214-01 Shrub - 5 Gal. EA 126 $40.00 $ 5,040.00
214-02 Ornamental Grass - 1 Gal. EA 56 $13.75 $ 770.00
ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST
214-03 Perennial - 1 Gal. EA 237 $12.00 $ 2,844.00
623-02 Irrigation - Rain Garden LS 1 $6,000.00 $ 6,000.00
TOTAL ALTERNATIVE BID $ I 05i yi.1.0 0
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 May 12, 2015
Printed Date
President
Title
C1-119
License Number (If Applicable)
(Seai - if Bid is by corporation) Attest:_.,~-.,~!.'=_._-+--'-~-"_--{_ -1f/M -j/ ------------
Address 8139 Open View Place, Loveland, CO 80537
Telephone 970-622-8227
Email matt@walshconstruction.us
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Walsh Construction, Inc.
as Principal, and Employers Mutual Casualty Company , as Surety, are hereby held and firmly
bound unto the City of Fort Collins, Colorado, as OWNER, i.n the sum of$ Five Percent (5%) of Total Amount Bid
for the payment of which, well and· truly to be made, we hereby jointly and severally 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 Bid and hereby made a part hereof to enter into a
Construction Agreement for the construction of Fort Collins Project, 8113 Remington Greenway.
NOW THEREFORE,
(a) If said Bid 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 (pr9perly comp·leted 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 tlie'acceptance of said Bid, then this
obligation shall be void; otherwis'e 'th~ sani"e 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 ofsaid 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 Bid; 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.
.·.·,
~ I : ·,.:I t ." . . 1
' • ; "·I .
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their.hands and seals
this day of _..;12=.; t"h-'- -'--..;..M=;a..y ._ ____ , 20..1.§., and such of them as are corporations have caused
their corporate seals to be hereto affixed and these presents to be signed by their proper
officers, the day and year first set forth above.
PRINCIPAL SURETY
Name: Walsh Construction, Inc. Employers Mutual Casualty Company
Address: 8139 Open View Place P.O. Box 712
Loveland CO 80537 Des Moines, IA 50306
By:~ '~f\C~
Title~s\- ckt-Yr • •: , :Title; .Brooke:Diana Lee Beck
... ·;: . : • • ,. J .:- •
ATTEST: .. , -;..-. . : ; : ." i ; : .. = - ~ ' -: ,-_. f. ·
:· •·- ' · · .....-.
By k d//alL ,. ;.{ · .....
(SEAL) (SEAL)
IEMC INSURANCE P.O. Box 712 •Des Moines, Iowa 50306·0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
TIMOTHY J. BLANCHARD, ASHLEY K. ANDERSON, JONATHAN B. LAND, ROBERT CHARLES TORREZ, VICKIE GOLOBIC, TERRI L. REESE,
BROOKE DIANA LEE BECK, ANITA CLAYTON KELLER, CHRISTINA L. TOWNSEND, INDIVIDUALLY, GRAND JUNCTION, COLORADO
its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond:
ANY AND ALL BONDS
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2018 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney-in-fact at any time
and revoke the power and authority given to him or her. Attorneys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attorney
issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power-of-allorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
PATRICIA A. WRIGHT
~Commission Number 225346
• Commission Expires
,ovember01, 2017
On this 22nd day of June, AD 201 o before me a Notary Public in and for the State of Iowa,
personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly sworn,
did say that they are, and are known to me to be the Chairman, President, Vice Chairman
and CEO, and/or Assistant Secretary, respectively, of each of the Companies above; that
the seals affixed to this instrument are the seals of said corporations; that said instrument
was signed and sealed on behalf of each of the Companies by authority of their respective
Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers,
acknowledged the execution of said instrument to be their voluntary act and deed, and the
voluntary act and deed of each of the Companies.
My ComrnrSsion xpires November 1, 2017.
0
) fl
I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of June, 2010, are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this .:@b__ day of-=M=ay'------- , 201 s
----irzl--=-1-_ 1- __;_)_""'&_(--_A- __ Vice President
1s32 src "For verification of the authenticity of the Power of Attorney you may call (515) 345·2689."
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: 8139 Open View Place, Loveland, CO 80537
3. When organized: _D_e_c_1_99_8 _____________________ _
4. If a corporation, where incorporated: _C_o_lo_r:-ad__o ______________ _
5. How many years have you been engaged in the contracting business under your present
firm or trade name? __ 17~e_a_r_s ____________________ _
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
Pinewood Springs Rd & Bridges
2015 Concrete Blanket Project
Poudre Trail @ Mulberry & Lemay
E. Lincoln & Lemay Ave. Improvements
$1,954,506.00
$375,000
$1,127,711.00
$1,732,711.00
7. General character of Work performed by your company:
Aug 2015
Dec 2015
June 2015
July 2015
General Contractor; Municipal Construction, Concrete, Sitework, Civil Bldg., Park Construction
River Stab1hzabon, Erosion Control
8. Have you ever failed to complete any Work awarded to you?_n_o ________ _
If so, where and why?------------------------
9. Have you ever defaulted on a contract?_~n~o~---------------
If so, where and why? _______________________ _
10. Are you debarred by any government agency? __ n_o _____________ _
If yes list agency name.-------------------------
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.
River Restoration@ Woodward Tech Ctr/Fort Collins -Civil Const. $2,374,772.00 March 2015
Aspinwall@ Josephine Commons/Lafayette - Civil Const $2,001,563.00 Nov 2014
Pinewood Reservoir Campground Enhancements $775,661.00 April 2015
12. List your major equipment available for this contract.
see attached list
13. Experience in construction Work similar in importance to this project:
Turnberry Rd. Landscape & Irrigation/ Fort Collins - Civil Const. $225,338.00 Oct 2013
Aspinwall @ Josephine Commons/Lafayette - Civil Const $2,001,563.00 Nov 2014
2014 Concrete Blanket ProjecULoveland - Civil Const. $485,000.00 March 2015
14. Background and experience of the principal members of your organization, including
officers:
see resumes
WALSH CONSTRUCTION INC.
Item name
Chevy p/u 3500
Trailer/Innsbruck 5th wheel
International Truck
Sterling A T9500 TIA Conventional Day Cab
Tagalong 10 Ton
Utility Trailer
Ford F350 XL T
BIG TEX Ulility Trailer
Chevy Utiltty Truck C2500HD (franco)
MACK Dump Truck --- -
Isuzu tfuck
Isuzu Box Truck
Ford F450XL crew 4x4 ilaibed
Ford F250XL Utility Truck -
Everlite End-Dump fraifer
Clement End Dump
Chevy 356oTirnityTruck--
sterling STA Water truck
MACK Truck trailer
International Dump Truck
CTSI Belly Dump
Champion Motor Grader 726A-
CASE Excavator 9030B
Volvo Excavator
Case 1845 Skidsteer
CASE Backhoe 5BOSL
CASE 580M 4x4 Loader Backhoe - -
Caterpillar CP-433C Compactor
Loader Backhoe Hydraulic -Hammer-
JD 210LE 4x4 Loader - --
Kobelco SK50SR-3 Mini Excavator
Komatsu Skidsteei - - - --
ear
2001
1999
1994
2006
--- 1987
2000
2006
2010
- 2605
1992
2004
2010
.2008
2011
1()97
2000
2c)o3-
-T99i)
1999
1999-
2611-
EQUIPMENT LIST
ID/Serial#
1GCJK33G61F157720
1NL 10FM27.Xi639556-
Matthew Walsh
8139 q:ai ViEW Plare, Ioelanl, Cb1nra:b 80537 * 970-290--8141
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, Elementaiy Structural Design
WORK EXPERIENCE
Walsh Construction, Inc. Loveland, CO.
General Contractor
• President/Owner
July 1998 - Present
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
:J.-f!Hd Use Environmental Corp. ~aiting HolJow, N.Y. Summer 1993
• Performed general tasks in accordance with marsh and wetland renovation
-1-
CONSTRUCTION MANAGEMENT
www.AsburyConstruction.Net
Celine E. Asbury I Celine@AsburyConstruction.net IC 303-506-17641o303-651-79761F720-221-0772
Fo~used on preconstruction, detailed planning and estimating,..., Celine adds
immediate value to any project with over 11 years of industry experience.
Celine's ability to dive into the detail and find cost savings is remarkable,
she can value engineer and balance any budget.
Strengths
Experience
Owner
Estimator
Project Engineer
• Pre-Construction • Project Management
• Estimating • Value/Cost Engineering
• Project Controls • Scheduling
• Contract Negotiations/ Admin • Project Engineering
• Asbury Constmction Management. Longmont, CO. (4/05 - Current)
Owners Representation and Construction Management services, focused on
preconstruction services, effective management and successful project delivery. We
have built lasting relationships with clients throughout Colorado and the Country. Our
goal has always been to create a positive construction experience by optimizing our
clients' profits and on time project delivery.
Recently completed a supporting role on the JW Marriott Hotel Resort and Spa in San
Antonio TX , valued at $550M, complete with 1002 guest rooms, over 1.5 million
square feet of conditioned space, full service spa, conference center, water park and two
I 8 hole PGA TOUR golf courses.
Responsible for supporting: Budgeting ,Contracts, Purchase Orders, Change Order
Management, (OCIP) Owner Controlled Insurance Program, Insurance Claims,
Scheduling, Quality Assurance/Quality Control, Closeout, Retail TI Leasing and Project
Closeout.
• M.A. Mortenson. Denver, CO. (12/00 - 5103)
Responsible for estimating, buyout, budgeting for numerous projects including: The
Denver Art Museum, Exempla Hospital, 2200 Market Street Lofts, RTD Elati
Maintenance Facility.
Prior to estimating Celine worked as a Project Engineer on the Broadmoor Hotel, Phase
2 including: new pool, pool house and Northlake Hotel renovation $22M.
• Roel Construction Inc, San Diego CA. (2000) Internship
Management of documentation and record keeping by way of maintaining Procurement, RFI's
and Submittals as well as meeting minutes. Other support roles include, Change Orders,
Contracts and Scheduling.
Ce/i11e@4sb11ryC011str11ctio11.11et-J l l 2 E. 5'1
' Ave. lo11gmo11t CO 8050 J-Plio11e-720.987.4374 Fax-720.221. 0772
O.Jj'ice Engineer • AMMA Construction Inc. Huntington Station, NY. (95- 97) Summers
Responsible for maintenance of correspondence, review of submittals, RFI's As-Builts
and closeout documents.
Education and Licenses
Notable Projects
Hospitality
Mixed use
Development
Industrial
Multifamily
Municipal
• Bachelor of Science in Construction Management Colorado State University 2000
• Currently working on LEED Certification.
• ECS -(CDOT 2010) - Erosion Control Supervisor Certification
• $550M - The JW Marriott San Antonio Hill Country Resort & Spa is a 1,002 room
resort hotel. The property features 140,000-square-feet of meeting space, two TPC golf
courses and a sophisticated spa. This is a ground-up development which consists of 12
structures; seven contiguous structures housing guest floors, the lobby and restaurants; one
337,440 square foot conference center structure that includes the executive boardroom; four
structures related to recreation including a Spa, Golf Clubhouse and Pool Bar. The project
also includes the development of 36 holes of TPC golf with courses designed by Greg
Noonan and Pete Dye. The Resort is positioned to be an AAA Four to Five Diamond resort
of superior quality. Scheduled opening January 2010. San Antonio, TX.
• $60M - Talking Waters Mixed Use Development, 65 acres on the Uncompaghre River in
Montrose CO. Green Field Phased project complete with 70 single family units, commercial
pads and room for assisted living facilities.
• $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 oflight rail track. Denver, CO
• $1.4M - TruStile Door Manufacturing, Retrofit of existing 40,000sfwarehouse complete
with new electrical service, door prime line, as well as 5,000 sf of office space. Responsible
for estimating, buyout, and supervision. Denver, CO.
• $12M - Blue River Crossing, four story upscale condominium development in Silverthorne
CO. Works as CM through as Owners Rep through RFP pricing.
• $300k - Children's Garden, interactive park for the City of Fort Collins CO. Complete
with a waterfall, pond, picnic shelter with hydroscape grass roof and hand pumps for
children related activities. Fort Collins, CO.
• $140K- Nix Farm, Historic Barn renovation and construction of new loafing shed. City of
Fort Collins, CO.
• $140k - Saint Stephens Plaza, new hardscape park on Main Street, including 400SF
fountain with tiered water feature, Lower Downtown Development Authority. Longmont,
co.
Trent@;4sburyConstruction.net-1112 E. s"' Ave. Longmont CO 80501-Phone-720.987.4374 Fax-720.221.0772
Page2
2338 Whistler Drive
Longmont, Colorado 80504
Brian G. Becker
Experience Summary
720. 987.3954
tarflog@hotmail.com
Over 15 years of experience successfully managing and supervising projects in the construction
industry. Projects valued between $SOK and $20M. Projects have been completed in the public
sector for the Army Corps of Engineers, the U.S. Department of Energy, the State of Colorado,
multiple counties, school districts and municipalities in Colorado. In the private sector
successfully completed projects in aviation, tenant finish and residential custom homes. A
detailed, energetic and well liked manager delivering projects on time, on budget and to the
client's satisfaction.
Areas of Expertise
• Commercial, institutional and residential • Supervision/coordination of subcontractors
• Project management • Safety and OSHA compliance
• Schedule management • Estimating and budget creation
• Change management • Excellent communication skills
Professional Experience
Walsh Construction, Inc. - General Contractor Mar 2013 - Present
Loveland, Colorado
Project Superintendent
• U.S. Army Corps of Engineers -Army Reserve Center, Windsor, CO
• City of Fort Collins - Turnberry Road improvements
• City of Fort Collins - Spring Creek Trail
• Town of Berthoud - Pioneer Park
CG Construction, Inc. - General Contractor Feb 2010 - Feb 2013
Englewood, Colorado
Project Manager/ Superintendent
• NREL Field Test Laboratory Building -Thermo-chemistry Lab 101
• NREL Field Test Laboratory Building - Synthetic Chemistry Labs 235/236
• NREL Alternative Fuels User Facility- Process Development Unit
• NREL Vehicle Test Pad
• Widefield Water and Sanitation District - Air Stripper Plant #2
• Colorado Department of Agriculture - Security Envelope Upgrades
F&D International, LLC - Project Management/Owner's Representation Feb 2007 - Oct 2009
Niwot, Colorado
Project Manager I Engineer
• Grand County Judicial Center
• Grand County Administration Building remodel
• Steamboat Springs School District - Soda Creek Elementary
• Steamboat Springs School District - Strawberry Park Elementary
• Steamboat Springs School District - Steamboat Springs Middle School
• West Grand School District - PK-8 School
• East Grand School District - Middle Park High School
• East Grand School District - Granby Elementary School
• East Grand School District - Fraser Valley Elementary
• XJET FBO - Centennial Airport ·
• XJET Fuel Farm - Centennial Airport
Walsh Construction, Inc. - General Contracting Jan 2001 - Dec 2006
Loveland, Colorado
Superintendent
• City of Loveland - Marianna Butte Golf Course on course bathrooms
• City of Loveland - The Old Course on course bathrooms
• City of Fort Collins - Spring Park
• City of Loveland - Eagleview Park
Wildflower Homes, LLC- General Contracting Mar 1999 -Apr 2005
Fort Collins, Colorado
Owner /Partner
• Custom Builder - 9 Houses design/build
• Tenant Finish - multiple projects
• Site Development - Dunes Park Neighborhood Pool/Playground
James Construction Company, Inc- General Contracting Dec 1997-Jun 1999
Fort Collins, Colorado
Superintendent
• Miramont Village PUD - completed 42 luxury patio homes
• Site development for Phases 2 & 3 - utilities, curb and gutter, roadway for 30 new lots
Education
Colorado State University Aug 1993 - Dec 1997
Bachelor of Science - Construction Management
Training
OSHA 10 Hour Training Course- Miller Safety Consulting - March 2010
Heartsaver First Aid I CPR - Miller Safety Consulting - September 2010
Fall Protection - Miller Safety Consulting - February 2012
Scaffold Training - Miller Safety Consulting - February 2012
Aerial Lift Training - Miller Safety Consulting - November 2012
15. Credit available: $ __ 3_·
0_
00_·
0_
0_
0·_
00 ____________________ _
16. Bank Reference: Adams Bank & Trust Company, Greg Harrell 970-667-4308
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER? _Ye_s ____________ _
18. Are you licensed as a General Contractor?_v_es ________________ _
If yes, in what city, county and state? Various Counties & Cities
F . ..,t C..,O'<ftlll'""rts.,., "l"cLO"'"v""el"'"ar"'1dt-, r.tamrl""'lll""et_,.C..,,O'"'ut""ltyrr-, "1"cto..,.1 ""'1y"'ITl""01...-lt,.,G'""'re""e""le"'"y ,-TIV'rf>Ve"""ld'""'C..,.r "'"ily,..,&.,.rnore
What class, license and numbers? --------------------
19. Do you anticipate subcontracting Work under this Contract?-16\Jlt-..\~,i l~&.-t..pltt:J
+--\~ffl~ Q~,~~
If yes, what percent of total contract? --'\_5..,..,?"--"o"----------------
And to whom? __________________________ _
20. Are any lawsuits pending against you or your firm at this time? __ n_0 _______ _
IFyes,DETAIL ________________________ _
21. What are the limits of your public liability? DETAIL _2_,o_oo_,0_00_.o_o _________ _
What company? United Specialty Insurance
22. What are your company's bonding limitations? _4_,o_o_o._oo_o_.o_o ___________ _
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 _L_o_ve_ia_n_d _____ this 12th day of_M_a_Y _______ , 2Q15 .
Company: _w_a_1s_h_C_o_ns_t_ru_c1_io_n_1n_. c_ _____ _
Printed: Matthew T. Walsh
Title: President
State of Colorado
-------------~
County of _La_ri_m_e_r -----------
_M_a_tth_e_w_T_. _w_al_sh ____________ being duly sworn deposes and says that he
is President of __ W_al_sh_C_o_n_st_ru_c_tio_n_ln_c_. __________ ~
(Name) (Organization)
and that the answers to the foregoing questions and all statements therein contained are true
and correct.
_1_2_th __ day of_M_a_y ____ , 20~ .
My commission expires:_1_1_3_-0-_2_01_7 ____ _
N~MARIEHA
STAT/ARY PUBLIC LL
NOTARY OF COLO~
J - MYCOMMISSIONel~R1~34017431
O'JEMBER 30, 2017 l '
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15 % of the contract.
ITEM SUBCONTRACTOR
iHTSDPPNORHSlB074
-- - - 2FWJA3CVX6AW03674
- - 119Tar- -
- -4S4TSEH22YN023122
1 FDwW37P26EB9SS36
-15v8x242xA.2660445
1 GBHC24ui5-E258727
1M2AA.13YDNW016322
JALE5B1454i9031.29 __ _
JALC<lw162A7000676
- -1 FDXW47R58EC865ff
- -1FDBF2A668EB90079
1E9EB3925VL185089-
- 5C2883200-YM66.2243
1G-BJK34G23E352712
- 2FZHLJM8xAA3597T
1M1M13YOXW10T202
THTSCAAMBXH682534
- 5TU114024BSOITT10
1994 - - -- -x02424x-
-T998-- DAC 0302418
2005 - -- ---v11241
1996
2006
199_8_
2000
2005
2005-
JAF0134-48o ___ _
JJG0197231
NSC4o2139--
-2JM00581
JD Loader --2002
T0210LE880441
PJ04-04050
-378Tl'sofa3
584662
DAC130K5NSSADH 78
--- - DJA6062:2 -
Excavator CXi36B
CAT D6N XL Dozer
Skidloader JD2fOLE--
Trail King trailer
TRI/A Equipment Trailer
John Kerrttll oiopbeck trailer
Volvo A3SC Haul Truck
2008
2008
1984
- 1971
2008
T0210LE88412o--
- - --TIKc6242xE:M624335
K7777H - -- -- -
- --------
1999 _____ ~-A35Cvs652
Po1aiis Arv ___ -~ 2cfff~ -4XAWH76A7E2296679
Gen-Pro 7500 Generalor
Wacker Tandem Vibratory Roller 2003
Ingersoll-Rand Alreompiessor - -- 1992
NPK Hydraulic loader backhoe liiaie-compactai--
wacker BSElOO Jumping Jack Tamper
Jumping Jack/Rammer -- -2608
Multiequip MT-75HS Jumping Jack
Craftsman Air Compi9ssof- - - -
Laser Level 800" dual beam
Laser
Mulliquip GA 6HZR Generator
5337588
2iJ4f67tJ328 __ _
5264705
3379
P1i11i60
10748104901
--- 5484217
Excalibur Manual Thumb
Mobile Office 2011 S52877W
Metrotecli Pipe & Cable Locator
Magnum Light tower- - - - --
uttmaster boor Opener
Multiquip 5000 V\lau soool<w Gen sei/Ffoiicia ____ _
HydralJk Loader Backhoe Plate Compactor
Excalibur X36 Excavator Thumb- - -- - --
Wacl<erP3fA Hand Concrete Power/Hand
concrete Power Screed
Target 18in.-wali<seflinCl coiicreiesalv-
-----------
--------
2008 89105
--- 0912N1454 --- --
oemo Saw TS420A STIHL - - ---------- -------- -- 1749690347
Demo saw 14" K760
Demo saw
6" Skidsteer Broom
68'" Skidsteer Bucket
(2) Mustang CV35-6ocorlcrete vlbfators
Honda 3500 PSI Pressure Washer
Plate Tamper
saw Concrete sll1i Prop --
14" K760 Gas CIJt~oti saw-partner
Bedding Box-Stone Mizei- ----- -
Trenching Box
Pneumatic Air Hammer
Pneumatic Air Hammer
Multiquip-QP3TH 3 In. Pump
Multiquip QP3TH 3 In. Pump
Multiquip QP4TH 4 In. Pump
30' Steel Storage Container
Pvr'er Screed
Qty of Orange Traffic Barrels
Qty oi Bases for Barrels
Max Tie -- - ----- - -
Lot of Hand Tools
Lot of Scaffokiing- -
Hot water pressure washer
Welder - MITier185 - - -
2007
- - --- - -----
R7535
483772
9310905
Rammer Large 2011 0653-
VIB Plate Me-dium -- ---- ------ - -----------2669 ___ --- 6670996
Case 445CT Loader 2006 N6M417279
case 580D Forklift - - -9671793
Case 450CT - --- - ------------ 2007 ---N7M45o396 __ _
Dodge Truck 5500 201 i 3D6WU7EL2BG586123
Dodge Ram 2500 -2014 -:lc6TJR5HJ5EG2771ar
Dodge Ram 2560 - - - - - - -2615- - ·:iceuRSHJSFG53773T
Dodge Rani 2500 2015 3C6UR5HJXFG538069
Dodge Ram 2500 - -- 2615- -- ·- 3C6URSRJ6-FG528574-
Jeep 20-12 - fc48JWD-88cC289-16
5/11/2015
Concrete Pavement (8 Inch) SY 880 $60.00
Concrete Pavement (Special) (8 Inch) SY 121 $110.00
Modified Area Inlet EA 1 $6,250.00
Concrete Flatwork (6 Inch) SY 365 $54.00
Concrete Curb Ramp SY 174 $70.00
Sidewalk Chase LF 50 $187.50
Vertical Curb and Gutter LF 1263 $25.00
Rollover Curb and Gutter LF 430 $25.00
Barrier Curb LF 42 $20.00
Gluedown Curb LF 551 $14.00
Concrete Channel (2 Foot) LF 17 $90.44
Median Cover Material (8" Patterned Concrete) SF 1814 $14.00
Median Cover Material (4" Patterned Concrete) SF 3153 $7.00
Pipe (Perforated 6") LF 38 $16.25
Cleanout (Underdrain) EA 1 $200.00
LID (Rain Garden) LS 1 $6,452.50
COST
$ 10,000.00
$ 28,956.00
$ 10,216.00
$ 4,485.00
$ 1,640.00
$ 337.50
$ 100.00
$ 1,406.25
$ 687.50
$ 5,000.00
$ 750.00
$ 125.00
$ 6,250.00
$ 625.00
$ 2,500.00
$ 250.00
$ 437.50
$ 7,063.00
$ 5,330.96
$ 15,424.46
$ 52,800.00
$ 13,310.00
$ 6,250.00
$ 19,710.00
$ 12,180.00
$ 9,375.00
$ 31,575.00
$ 10,750.00
$ 840.00
$ 7,714.00
$ 1,537.48
$ 25,396.00
$ 22,071.00
$ 617.50
$ 200.00
$ 6,452.50