Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5735 CABLE 27 STUDIO PHASE II (3)SECTION 00300 BID FORM PROJECT: CABLE 27 STUDIO PHASE II; BID #5735 Addendum II Place Fort Collins, Colorado Date October 23, 2002 1. In compliance with your Invitation to Bid dated S =terCber,17, 2002 r and subject to all conditions thereof, the undersigned Sun Construction & Desinn SPrvi -s, Tnca ** (Corporation, �49441+i -��4�F B3Y+ 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% of rase Did ?mount ($ ) 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: Linden/Bartels & Moe 1614 Oakridcre Drive, .Tt. Collins, CO. S0525 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. i through 2 7/96 Section 00300 Page 1 a Construction & Design Services, Inc. General Contractor or Job ComQletions - 1995 - 2000 F1=1C Job Name Contract Amount AMGEN AC22 BUILDOUT $1,296,974.00 CSU LAUREL HALL $1,250,203.00 IBM BLDG 6 CUBICLE SPACE $676,291.00 GILEAD NEXSTAR PHARM. (2860) $591,843.00 GILEAD NEXSTAR PHARM. $449,405.00 IBM BLDG 25-2 BUILDOUT $430,394.00 UNC BUTLER HANCOCK $422,683.00 AT&T ADMINISTRATION RELOCATE $276,856.00 CSU HUGHES STADIUM $263,048.00 YMCA BOULDER LOCKER ROOM $262,536.00 FRCC PENTHOUSE MODIFICATIONS $222,193.00 LEXMARK BLDG 31 PACKAGING $200,000.00 HP BLDG 6 LOBBY REMODEL $197,000.00 LUCENT BLDG 30 CONFERENCE ROOM $195,884.00 IBM BLDG 6 FIBER OPTICS $192,791.00 CSU CDC REMODEL $170,940.00 IBM BLDG 6 $170,057.00 UNC RESIDENCE HALL LANDSCAPE $160,625.00 CITY OF LONGMONT WASTE WATER $146,778.00 CICSCO WASTE WATER — FRITO LAY $121,347.00 AT&T PROSPECT VALLEY VANDALISM $115,491.00 PIC MH3BCH COORS BREWING $107,333.00 Misc. Standing Order Jobs up to $100k $14,421,575.00 TOTAL GROSS VOLUME 2000 U2 342,24.7.00 COLORADO VOLUME $22,342,247.00 OUTSIDE COLORADO VOLUME $0.00 1999 Job Name Contract Amount LUCENT TOILET RENOVATIONS $2,218,099.00 HILLESHOG MONO-HY $1,416,800.00 ADA, PHASE II MODIFICATIONS $1,189,700.00 SUPERIOR TOWN HALL REMODEL $607,562.00 AT&T ZUNI MMOC6 $517,873.00 COORS NB 1 SOUTH EXTERIOR STAIR $509,425.00 RAYTHEON REMODEL 3RD FLOOR $403,868.00 AT&T CHEYENNE MAIN REROOF $383,843.00 AT&T BATTERY RM PROJECT -MEAD $351,628.00 LSI HARMONY BUILDING KITCHEN $351,576.00 AT&T ZUNI BATTERY ROOM $330,919.00 AT&T ZUNI IAQ PROJECT $296,000.00 CU ENGINEER CTR CHILLED H2O $288,366.00 CSU EDDY FLOOD WALLS $270,258.00 HELM CONST-MOORE MIDDLE SCHOOL $249,682.00 SOUTH AGGIE VILLAGE $233,879.00 AT&T WYOMING REGEN HVAC $219,795.00 UNC BIKE TRAIL PHASE II $215,899.00 COORS CELLAR 8 SOUTH STR UPGRADE $208,185.00 COORS SE STAIR ENCLOSURE $200,201.00 UNC ADA PHASE II SITE IMPROVE $189,151.00 AT&T 4TH FLOOR VESDA $180,581.00 ADAMS 12 WESTLAKE MIDDLE SCHOOL $174,301.00 F&PS - IBM BLDG 25 DEMO $170,245.00 F&PS - IBM BLDG 22 CALL CENTER $168,982.00 ELEVATOR UPGRADE $167,500.00 DENTAL HEALTH - NEW CLINIC $161,759.00 CICSCO UNLOAD BLDG FRITO LAY $157,259.00 DR. MCCARTY DENTIST OFFICE $155,320.00 CASE- LOGIC S.RESTROOM ADDITION $133,065.00 CENTER DISEASE CONTROL BSL3-LB $133,014.00 CSU CLARK HALL $123,517.00 CU HOUSE HARD; LIBBY HALL DOOR $116,839.00 Misc. Standing Order Jobs up to $100k $6,128,907.00 TOTAL GROSS VOLUME 1999 $18 624,000.00 COLORADO VOLUME $18,236,257.00 OUTSIDE COLORADO VOLUME $387,743.00 1998 Job Name Contract Amount NCC WEST EXPANSION $6,326,237.00 AT&T NGLN PHASE 2 $1,416,800.00 RHBU AREA FITUP $1,188,521.00 MOUNTAIN VIEW COMPONENTS $685,033.00 GIBBONS BUILDING $805,779.00 CELLAR 9 STAIRS & CATWALK $667,365.00 SINDELIR REMODEL $650,461.00 AT&T NCC WEST SYSTEM 85 HVAC $602,306.00 BLDG 8 RHTC RELOCATE $441,733.00 STK BLDG 8 MPBG OFFICE FITUP $415,344.00 AT&T NGLN PHASE 1 $399,958.00 EXEC. LOBBY & CONF. ROOM $356,232.00 IBM BRS REMODEL $235,967.00 SINDELIR WAREHOUSE $222,241.00 REMODEL SECOND FLOOR $208,576.00 CIGNA 4TH GENERATOR $205,087.00 IBM BLDG 26 REMODEL OFFICES $169,647.00 UCAR ATRIUM TENENT FINISH $148,151.00 RESTRM UPGRADE PHASE 6 FITUP $145,693.00 UNIVERSITY VILLAGE PHASE 3 $145,426.00 BATHROOM RENO PHASE V FITUP $140,738.00 RESTRM UPGRADE PHASE VII FITUP $137,791.00 BLDG 2 CLASSROOM FITUP $111,013.00 Misc. Standing Order Jobs up to $100k $6,165,531.00 TOTAL GROSS VOLUME 1998 P21 991,631.00 COLORADO VOLUME $19,916,383.00 OUTSIDE COLORADO VOLUME $2,075,248.00 1997 Job Name Contract Amount AT&T PROSPECT VALLEY $714,000.00 FITZMORRIS ELEMENTARY $234,021.00 CU DENVER, INFECTIOUS DISEASE LAB $396,832.00 NYPRO CLEAN ROOM $427,242.00 AT&T CHEYENNE NGLN, PHASE 1 $390,545.00 HUGHES INFO.CENTER INVERNESS INTERIOR $840,803.00 STK BLDG. 8 C.S. RELOCATE $396,000.00 LUCENT BLDG. 30 FLOOR REPAIR $233,914.00 UNC CRABBE HALL $244,225.00 HP OUTDOOR TEST AREA $254,889.00 Misc. Standing Order Jobs up to $104k $10,915,529.00 TOTAL GROSS SALES 1997: $_15,048,000.00 COLORADO VOLUME $14,657,455.00 OUTSIDE COLORADO VOLUME $390,545.00 1996 Job Name Contract Amount IBM BUILDING 23 INSTALL $1,500,000.00 LUCENT HAZARDOUS STORAGE FACILITY $1,216,000.00 CU CENTER STORES $755,000.00 AT&T ELEVATOR $512,577.00 CSU MOBY ARENA $477,000.00 CU LAB SAFETY UPGRADE $407,000.00 AT&T TAZ $295,000.00 CSU CONTROLLED MAINTENANCE $286,000.00 WESTVIEW PRESBYTERIAN CHURCH $257,000.00 AT&T EXECUTIVE BRIEF $250,000.00 AT&T FEEDWATER $162,000.00 GOLDEN HIGH SCHOOL $117,875.00 Misc. Standing Order Jobs up to $ I00k $7,464,548.00 TOTAL GROSS VOLUME 1996: $13,700,000.00 1995 Job Name Contract Amount CSU VET HOSPITAL $723,407.00 LARIMER COUNTY ADMIN BLDG. $656,000.00 AT&T AREA 37 $525,000.00 AT&T BLDG. 30 $243,648.00 HUGHES AIRCRAFT $222,118.00 CSU MEAT PACKING $145,029.00 RAM MECHANICAL CHILLER ROOM $138,000.00 CSU REMODEL GREEN HALL $139,134.00 CSU NECROPSY LAB $128,494.00 AT&T ETOP $120,191.00 Misc. Standing Order Jobs up to $100k $5,266,561.00 TOTAL GROSS VOLUME 1995: $8 307.582.00 Gross volume history since incorporation: 2001 $29,000,000.00 2000 $22,342,247.00 1999 $18,951,455.00 1998 $21,991,631.00 1997 $15,048,000.00 1996 $13,700,000.00 1995 $8,307,582.00 1994 $7,546,882.00 1993 $5,698,960.00 1992 $6,154,753.00 1991 $12,060,773.00 1990 $4,881,054.00 1989 $5,815,509.00 1988 $3,446,116.00 1987 $2,979,653.00 Sun Construction & Design Services, Inc. General Contractor Company Owned Equipment - Rental Rates Description City Days Used Daily Rate Weekly Rate Monthly Expendables Extension Telescopic Manlift - 24' $100.00 $250.00 $800.00 Scissor Lift - 24' $110.00 $270.00 1 $850.00 Scissor Lift - 20' $85.00 $240.00 $750.00 Scissor Lift - 18' $85.00 $240.00 $650.00 12' 1 Ton Trucks $180.00 $350.00 $550.00 Fuel 16' 2 Ton Trucks $180.00 $350.00 $550.00 Fuel 60' Extension Ladder $35.00 $100.00 $350.00 Laser & Tripod $45.00 $135.00 $450.00 TIP 800 Chipping Hammer $30.00 $100.00 $300.00 Electric Jack Hammer 40# $50.00 $150.00 $450.00 Gas Welder $40.00 $120.00 $400.00 Gas Wire Welder $55.00 $150.00 $200.00 Wire Torch & Gas Tanks $30.00 $90.00 $300.00 Gas Large Hammer Dril► $25.00 $80.00 $290.00 6000 # Fork Lift $275.00 $900.00 $3,000.00 Fuel Walk behind Saw $60.00 $180.00 $425.00 Blades Compressor & Jack Hammer $100.00 $300.00 $800.00 Gas 45' Snorkel Lift $375.00 $800.00 $1,800.00 Gas Scaffolding (per section) $10.00 $30.00 $50.00 Texture Machine $30.00 $90.00 $300.00 Large Generator $35.00 $140.00 $425.00 Gas Demo Saw with Blades $50.00 $150.00 $275.00 Blades 2.5 Cubic Feet Concrete Mixer $25.00 $75.00 $300.00 4 Cubic Feet Concrete Mixer $50.00 $150.00 $450.00 62' Snorkel Lifts $400.00 $1,200.00 $3,500.00 Gas 10,000# all terrain Forklift $400.00 $1,200.00 $3,500.00 Gas Equipment Rental Rates Updated 2/19/02 a Construction & Design Services, Inc. General Contractor License Numbers Sun Construction & Design Services, Inc. General Contractor CONTRACTOR'S LICENSE NUMBERS CITY LICENSE # EXPIRES City of Aurora 101119871 00 CL Class B 1/l/03 Errol Unverzagt Supervisor Certification E011598 11/30/03 City of Boulder LIC-0001670-08 5115103 City of Boulder -Right -of -Way LIC-0980025-28 03/20/03 City of Broomfield Class A — A2001-529 12/31/02 City of Cheyenne Class B — 02 05174 8/15/02 Larry Hill Certificate Holder 025175 8/15/02 City of Commerce City Class B 102270 12/31/02 City of Denver BLDG. B 18209 8/31/02 City of Erie 2001-267 Class A 12/31/02 City of Federal Heights 94-0129 12/31/02 City of Fort Collins C-1 #84 4/18/04 John Sargent Certificate Holder #872 4/18/04 Town of Frederick 02-115 12/31/02 City of Golden 99-603 7/22/02 City of Longmont Class A - A-00000002 6/30/03 City of Louisville Class A — 00273 12/31/02 City of Loveland Class II 2220 11/03/02 City of Thornton A1088 9/05/02 Updated 4/19/02 Certificate of Insurance ["HIS CERTIFICATE IS ISSUED AS A :NI ATTI.1, OF INP iRNINFION ONLY AND CONFERS NO RIGH'IS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOGS NOT AMEXD, EXTEND, OR ,AIXER THL C:OVEI:At_.L AFFORDED RY"I'I It: I'ULICI I'S LIS["ED 13ELOW. This is to Certify that 10� SUN CONSTRUCTION & DESIGN SERVICES INC Name and Li(bertX 1232 BOSTON AVE ,— address of Nlutua.L. LONGMONT CO 80501 � Insured. Is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued. EXP. DATE ❑ CONTINUOUS TYPE OF POLICY EXTENDED POLICY NUMBER LIMIT OF LIABILITY POLICY TERM WORKERS COMPENSATION 4/1/2001 TO 4/1/2002 WC7-191-097457-011 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: COLORADO EMPLOYERS LIABILITY Bodily Injury By Accident 500,000 Each Accident Bodily Injury By Disease 500,000 Policy Limit Bodily Injury By Disease 500,000 Each Person GENERAL LIABILITY 1/1/2002 TO YY2-191-097457-042 General Aggregate - Other than Products/Completed 1 /1 /2003 2,000,000 OCCURRENCE Products/Completed Operations '1,000,000 ❑ CLAIMS MADE Bodily Injury and Property Damage Per 1,000,000 Occurrence Personal Injury RETRO DATE Per Person/ 1,000,000 Organization Other Other AUTOMOBILE LIABILITY 1/1/2002 TO 1/1/2003 AS1-191-097457-032 1000000 Each Accident- Single Limit ,,B.I. and P.D. Combined Each Person IVI OWNED TVI o NON -OWNED Each Accident or Occurrent QHIRED Each Accident or Occurrent OTHER I ADDITIONAL COMMENTS I If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. SPECIAL NOTICE-OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD. IMPORTANT NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION ABOUT THIS CERTIFICATE FOR ANY REASON. PLEASE CONTACT YOUR LOCAL SALES PRODUCER, WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LOWER RIGHT HAND CORNER OF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS NUMBER. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE Liberty Mutual Group THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: Sandra J. F CERTIRCATE Hi AUTHORIZED REPRESENTATIVE Englewood CO (303) 799-0818 OFFICE PHONE NUMBER DATE ISSUED BS772A R12 This ccrtlricate e; executed by LIBERTY NIU'TUAL GROUP is respects such insurancepis a mforded by Those Companies BS 772L R2 ACORD CERTIFICATE OF LIABILITY INSURANCE n DATE (MM/DD/YY) 04/01/2002 PRODUCER (303)939-9921 FAX (303)939-9926 Herbert -Leavitt Insurance Agency, Inc. 275 South Main Street Suite 208 Longmont, CO 80501 INSURED Sun Construction & Design Services, Inc. 1232 Boston Ave Longmont, CO 80501 COVERAGES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Plnnacol Assurance INSURER 0: INSURER C: INSURER D: INSURER E: THE POLICIES CF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A80VE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONOITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _TR TYPE OF INSURANCE POLICY NUMBER DATE (MMlDDIYY) DATE (MM/DDlYY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑ OCCUR EACH OCCURRENCE S FIRE DAMAGE (Any one fire) S MED EXP (Any one person) S PERSONAL & ADV INJURY S GENERAL AGGREGATE S GEML AGGREGATE LIMIT APPLIES PER: POLICY PROECT LOC J PRODUCTS - COMP/OP AGG S AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTCS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea aoadent) $ BODILY INJURY (Per person) S BODILY INJURY (Per acadent) S PROPERTY DAMAGE (Peracadent) S GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC AUTO ONLY: AGG S S EXCESS LIABILITY OCCUR ❑ CLAIMS MADE DEDUCTIBLE RETENTION S EACH OCCURRENCE S AGGREGATE 5 S S S A WORKERS COMPENSATION AND EMPLOYERS LIABILITY 4054777 OFFICERS INCLUDED 04/01/2002 04/01/2003 X I TORY LIMITS ER E.L. EACH ACCIDENT $ 500,000 E.L DISEASE - EA EMPLOYEE S 500,000 E.L DISEASE - POLICY LIMIT S 500,000 OTHER 'ESCRIPTION OF OPERATIC NSILOCATIONSIVEHICLESIEXCLUSIOINS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 11 Operations / All Locations ,=M I I1-1(,A I t MULUtht ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. Sall SIMILAR WORK COMPLETED UNC ADA, Phase H Modifications $ 1,189,700.00 Description of Work: This project contained work in 22 buildings around the UNC campus including 2 new elevators, 6 new handicap ramps, a building addition, restroom modifications and door alterations. Owner: University of Northern Colorado Facilities Management Greeley, Colorado Architect: Randall E. Larson 215 Nottingham Dr. Huntersville, NC. 28078 Contact: Randall Larson (704) 947-6150 CSU International House $ 94,248.00 Description of Work: Construction of a spillway along the International House Buildings on the Colorado State University Campus. This project included a berm, storm drain, concrete cut-off wall, retaining wall, installation of road base, and landscape protection and restoration. Owner: Colorado State University Facilities Management Fort Collins, Colorado Engineer: Ayres Associates Fort Collins, Colorado Contact: Chris Carlson, P.E. UJ)I-lu-uc NEU Ul7-lu nil Vlll/r1 uVLL1110, rUnQr= rMA 11U. �IIU ddlOfUl r uo/ i �- Sun Cons ruction & Design Services, Inc. CONTRA T ��,,-------- ------ BY : William B. Prout Vice President__ General Manacer ADDRESS: 1232 Boston Avenue Longmont, Colorado 80501 8. BID SCHEDULE (Base Bid) LUMP sum 2L6 7t/uex--�e +Len-Ay--jet.IC-L DOLLARS (s ),A3, once • -7o ) add: ADD ALTERNATE #1 ($ 6700,00 ) See Drawing - Sheet A3.1; Building Section 1. Roofing -waterproofing membrane 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. RES E TF/� L�LY UBMI .ED: Uri - � / 10/23/02 Signature William B. Prout Date Vige President/General Manager Title - C-1 #84 Expires: 4118/04 License Number (If' Applicable) (Seal -- jiff Bid is by corporation.) Attest: �7: (z y��k rfL, � � (� (� nu,tv Pamela K. Belcamino / Secretary Address -12-32 Boston Avenue Longmont. Colorado 80501__ Telephone. _ (303) 444-4780 7/96 Section 00300 Page 2 Personnel Profile (Continued) Mark McMahon Project Manager - Cabinet Shop Years of Experience: 21 Before taking the position as the Project Manager for the Cabinet Shop, Mark worked eleven years at Sun Construction. After six years as a project superintendent, Mark took on the duties of managing Sun Construction's Cabinet Shop. The Cabinet Shop has serviced Sun Construction for 16 years, and specializes in standard wood and plastic laminate casework fabrication and millwork. Projects have varied from restaurants and kitchens to labs and classrooms. The Cabinet Shop has completed projects for CU Boulder, CSU, University of Colorado Health Sciences Center, IBM, Amgen, Hewlett Packard, Lucent Technologies, just to name a few. John Chavez Project Manager Years of Experience: 21 After approximately 17 years in the nuclear weapons industry, as both a foreman and coordinator, John brings to us a strong background of government knowledge, which proves very helpful in his coordination and management of the AT&T Communications projects for Colorado, Wyoming and Nebraska. John is also OSHA 510 certified. John works with Primavera software including "Expedition" and "SureTrak" to track projects from start to finish and is also experienced in Microsoft Word, Excel, and Corel WordPerfect. Anthony M. Landi, Jr. Project Manager Years of Experience: 21 Tony has a B.A. in Architecture from Kent State University. After receiving his architect's license, he worked for an interior contractor in Cleveland, whose projects included new tenant finish, shopping centers, hotels and hospitals. In 1987, he opened his own interior contracting company, which he owned and operated until his move to Colorado in 1997. He is currently project manager for a variety of projects including tenant improvement jobs and ground -up new construction. He is the Company's principal contact for Amgen Pharmaceuticals. Personnel Profile (Continued) George Warner Project Manager Years Experience: 37 With an extensive background and 36 years of experience in architecture and construction, George has coordinated and managed the construction of a variety of projects. These projects have ranged from relatively small tenant finish projects to large and complex retail, industrial, institutional and public works projects. Thoroughly versed in all aspects of construction project management, he is proficient in maintaining cost and the established construction schedule. George is experienced in effectively interfacing with the client to produce a high quality finished product. Dennis L. Haney Project Manager Years of Experience: 26 Dennis has served as a senior landscape architect and project manager at the University of Colorado - Boulder campus for 20 years. He has prior work experience including three (3) years in private practice and two (2) years in the Peace Corps. Dennis has gained a wide variety of experience in building construction; renovation; planning; budgeting; specification writing; cost estimating; project management as well as landscape and irrigation design and construction. His experience, proven organizational skills and effectiveness contribute significantly to his projects' success. Tom Gilliland Project Manager Years of Experience: 28 Tom comes from the Project Control Group of Coors Brewing Company where he served as a project estimator for 15 years. He has estimated projects valued up to $20 million with an expertise in structural and mechanical construction. Tom is currently responsible for work throughout the northern metropolitan Denver area with projects ranging from renovations and additions to new facilities. Personnel Profile (Continued) R I (Bob) Ferenc Staff Architect Years of Experience: 28 Bob comes to Sun with a diverse background in the full service design -build arena. His career in building began early with immersion in general construction trade work for his father, a Colorado custom -builder. This grounding in the practical side of design -build relationship was broadened by advanced academic training on the design side of the equation, culminating in licensing as an Architect. His career has encompassed industrial design, facilities planning, design & management, and construction project management on projects up to $25 million. His past clients include Colorado Memory Systems; Hewlett-Packard; Storage Technology Corporation; ARAMCO (Saudi Arabia); U.S. Dept. of Energy, Sandia Labs; The University of Colorado; Rocky Mountain Solar Glass; and numerous private commercial, ecclesiastic, and residential clients. David Bode Project Manager Years of Experience: 10 David employs practical working knowledge of the construction industry with over 10 years of field and management experience in design / build and bid construction projects. David is currently engaged in project management at Colorado State University and the University of Northern Colorado. Dean Peck Project Manager Years of Experience: 29 Before taking a Project Manager position, Dean held a Project Superintendent position with Sun Construction for 3-1/2 years and was regularly involved in projects at the Colorado State University. He was involved with tenant finish and large-scale demolition & reconstruction of buildings on campus. Dean started out as a Laborer and worked his way to Master Carpenter. He has held the positions of Customer Service and Warranty Manager for commercial and high - end residential custom homes. Dean is currently engaged in projects at Weld County and the University of Northern Colorado campus. Personnel Profile (Continued) Joel Johnson Project Manager Years of Experience: 26 Before taking a Project Manager position, Joel held a Project Superintendent position with Sun Construction. He has been regularly involved in projects at the IBM Facility in Boulder for the past 24 years. Joel has been involved with tenant finish, interior and exterior demolition, all phases of concrete and additions to various buildings on the IBM campus, including recently completing a $2 million chiller building addition. Joel started out working as a laborer/carpenter for his father in residential construction, was employed by a painting contractor for 2 years and then returned to commercial general contracting as a laborer, worked into carpenter, foreman and then superintendent. Mark Lepro Assistant Project Manager Years of Experience: 7 Mark has an associate's degree in architectural and mechanical drafting, and a two-year certificate of completion in drafting, Mark has extensive training in the computer aided drafting field. He has experience on the following systems: AutoCAD, versions 12-14, AutoCAD 2000, Pro -Engineer, and Draft Choice. Along with the CAD training Mark also has a good deal of knowledge in Microsoft windows 98-2000, Microsoft Excel, Microsoft Project, and programming and HTML experience. Mark has experience working in the field with residential homebuilders, electricians, and painting contractors as well. His responsibilities include: Drafting plans, shops, elevations, etc., estimating, project coordination, bid administration, client relations, budget spreadsheets and the many other tasks that project management includes. Ginni Ayres Assistant Project Manager Years of Experience: 7 Ginni has work with residential homebuilders as well as commercial general contractors. She has been involved with renovation, design -build and ground up projects. Ginni has worked with a variety of Owners including State and Government Projects. She acts as the principal coordinator for project manager assistants for the Company. Personnel Profile (Continued) Andy Welch Operations Coordinator Years of Experience: 7 Andy has worked his way through the ranks, starting as a laborer and working his way through superintendent, on to assistant project manager and Operations Coordinator. While starting as an interior finish apprentice in residential construction, Andy made the move to commercial construction where he has been responsible for all carpentry and supervisory levels of construction. In his current capacity Andy handles labor distribution and assists in various other aspects of human resources and safety. Andy is also responsible for estimating, quality control, field management, and is involved in most every aspect of project management and estimating processes. Sun Construction & Design Services, Inc. SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and Travelers Casualtv & SurettT Co. of America as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ 5% 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, 27 STUDIO PHASE II; BID #5735. 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 (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such 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. 7/96 Section 00410 Page 2 IN WITNESS WHERE93Ffd the Princigafl bend the Surety have hereunto set their hand. and seals this day of c ° 2002, and such of them as ar, 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 fort] above. PRINCIPAL SURETY dame,_Sun Construction & Design Services Inc. Travelers.Casaulty & Surety Company of America Address:1232 Boston Avenue 7600E Orchard Rd Suite 330N Lovel d, CO 0501 Greenwood Village, CO 8 111 ' A By Wlliam B. Prout Sharon Pond Attorne In Fact Title: 7`i.CiP_ prPsi dent-/C;eneral Managef'itle: ATTES'P�: B y : �GL�r Q `A h, atu r� Pamela K. Belcamino / Secretary t SE:AL) 7/96 (SEAL) Section 00410 Page 3 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (Ni•einafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Sharon K Pond, Dean A. Meyer, Renee Stein, Michael D. Pierce, Lawrence E. Lutgen, Rae L. Campbell, of Fort Collins, Colorado, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)- in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11.00 standard) 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: Sun Construction & DesicTn Services, Inc. 2. Permanent main office address: 1232 Poston Avenue, Lon(mont, Co. 00501 3. When organized: Februarv, 1985 4. If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 17 Years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) Please see work in progress - attached 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? If so, where and why? P-To. 0 Have your ever defaulted on a contract? TTo. If so, where and why? 10. Are you debarred by any government agency? TTo. If yes list agency name. 7/96 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. Please see Major jobs completed - Attached 12. List your major equipment available for this contract. Please see Equinment List - Attached 13. Experience in construction Work similar in importance to this project: Please see project Narrative - Attached 14. Background and experience of the principal members of your organization, including officers: please see personnel profiles - Attached 15. Credit available: $ 16. Bank reference: Wells Farcro West, "%A. - Lonamont, Co. 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? Yes. If yes, in what city, county and state? What class, license and numbers? please see License rdumbers Attached 19. Do you anticipate subcontracting Work under this Contract? yes. If yes, what percent of total contract? Over 500 and to whom? Please see Schedule of Subcontractors -,Section 00430- Attached 20. Are any lawsuits pending against you or your firm at this time? If yes, DETAIL 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL Pl Pa-,P 4PP Tn,hranr-P Attarharl What company?Liberty mutual and Herbert -Leavitt Insurance Acxenc-V, Inc. 22. What are your company's bonding limitations? S4 million/Sinale 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 T_onc on , Co. this 23rd day of October f 20 02- william z. 'rout Title: Vic e President/ General 14anaaer State of C'ol orado County of rn„l c1Pr Sri;1l;am R Prn„i- being duly sworn deposes and says that he is Vice president,/ CrZ Of�in Cnnstructinn k DPGI c*n Se c tInc . (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 23rd day of nr+-nhPr 20_U. Notary Public Pamela K. Belcamino / Secretary My commission expires y 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM b . V 7 Ac��- U `�%5,14�T U / 0 ,. ov-C� i U, 61 13 v, PVAC k)r U bi U SUBCONTRACTOR AG e ALciz : tb %l e , 31- C,r,4 I A c A-I2-usl; V, aG r 7/96 Section 00430 Page 1 Sun Construction & Design Services, Inc. General Contractor Work Currently Under Contract Sun Construction & Design Services, Inc. General Contractor WORK IN PROGRESS TOTAL CONTRACT JOBNAME AMONT Market Wise office Bldg $2,45 1,496.00 Sturgeon: Wastewater Reclm $550,999.00 BW:Denyer Mint $203 232.00 Avava:Ext Repr Fec $15,210.00 Market wise 3rd Flr Finish $364,970.00 CBRE:Cooling Tower Platfm $6,339.00 Graham Familv Room $7,351.00 Lucent:Fed Systems Water $4,320.00 CBRE:Relocate Solder Train $12,592.00 CelesticaThase II Bays $6,131.00 Celestica:Reinstl Rollup $1,541.00 CBRE:6"Watennian R&R $17,955.00 Celestica:Phase III Bays $3,152.00 CBRE:Ceiling Bdlg 21 $1,300.00 Market Wise patio $6,500.00 Celestica:Break Area $3,735.00 ColoPipe-CU Arch Support $40,247.00 CUFAC:Ext Light upgrade $180,544.00 LPI Prop Tenant Finish $68,330.00 STA Labs New Office $1,101.500.00 Jacobs Roche Alcove Demo $50,639.00 Sk'vway Commercial Center $3,167,673.00 CSU Wager $1,277,708.00 GSA:CDC Lab Foothill $572,386.00 CSU:CDC Modular Office $58,610.00 CSU:Green Hall Remodel $61,489.00 Aguirre:CDC Insect Screen $2.924.00 MS Strong Befus Anexation $20,000.00 Wall Technology $1,505,937.00 City of Longmont Bdg Maint $75,049.00 Westview Pres Church Remd $6,600.00 F&PS Bldg 9 Chiller Add $1,701,344.00 F&PS IBM ADA Bath $531.546.00 F&PS Bldg 2 NCFC $246,1129.00 Valley Ford Dealership $2,782,000.00 Valley Subaru: remodel $245.000.00 Pratt:Bodv Works $15,679.00 Dr Towner Vet Clinic $39,945.00 Samsonite Reloc Turnstile $6.062.00 $16,938.164.00 $0.00 Biro Construction & Design Services, Inc. NGeneral Contractor Major Job Completions