No preview available
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