HomeMy WebLinkAboutRESPONSE - BID - 5823 CITY OF FORT COLLINS AND CSU TRANSIT CENTER (7)SECTION 00300
BID FORM
PROJECT: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER
PHASE IA; Bid No. 5823
Place Fort Collins, Colorado
Date November 5, 2003
1. In compliance with your Invitation to Bid dated October 13, 2003 ,
and subject to all conditions thereof, the undersigned Sun Construction &
Design Services, Inc. a **(Corporation, xix:kmftexkxxxlxsabtftvq
R�xxlc1#ticxx4t�txi��cxx�zxAad�ac�x�ksx * * 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 estimated bid amount ($
) 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: The Linden Company
4100 E. Mississippi, Denver CO 80246
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. 1
7�96 Received October 13, 2003
Section 00300 Page 1
Major Job Completions
1998 - 2002
2002
Job Name
Contract Amount
OSI PHASE II REMODEL
$1,231,513.00
CITY OF LONGMONT UTILITY CENTER
$1,191,719.00
LUCENT FEDERAL SYSTEMS EXPANSION
$799,684.00
DILL HOMES FLEX BUILDING
$725,717.00
CSU FOOTHILLS FISHERIES
$421,003.00
PHIPPS CU PORTER SCIENCE
$369,354.00
EXABYTE BLDG 3 DEMO & REBUILD
$283,296.00
OSI LOBBY ELEVATOR
$249,706.00
LARAMIE COUNTY SCHOOL: STORY GYM RENOVATIONS
$234,986.00
JACOBS, COORS SURGE BIN
$227,409.00
CSU AYLESWORTH ELEVATOR
$205,081.00
CU HEALTH SCIENCE CENTER DENTAL CLINIC
$203,101.00
COBB MECHANICAL HVAC ELEMENTARY UPGRADES
$188,000.00
PRECISION, LEXMARK DEMO
$160,080.00
ADAMS 12 SCHOOL LEGACY HS DUGOUTS
$157,638.00
CU FACILITIES STADIUM 16 REMODEL
$138,672.00
ENCOMPASS: CU HVAC UPGRADE
$125,804.00
FRONT RANGE HANGAR REROOF
$122,848.00
THOMPSON VALLEY SCHOOL TRUSCOTT ELEMENTARY
$119,130.00
RED ROBIN RESTAURANT REMODEL
$117,788.00
RK MECHANICAL, USPS BULK MAIL CENTER
$103,847.00
CU FACILITIES DALWARD POOL
$103,097.00
MISC JOBS, STANDING ORDER WORK UNDER $100,000.000
$8,381,920.00
TOTAL GROSS VOLUME 2002 $15,861,393.00
2001
Job Name
Contract Amount
Y16496
VALLEY FORD DEALERSHIP
$2,669,702.30
JJ16575
F&PS BUILDING 9 CHILLER ADDITION
$1,737,144.00
L16674
WALL TECH NEW BUILDING INSTALL
$1,514,928.24
B16586
CSU WAGAR CONT MAINTENANCE
$1,300,346.00
W16540
STA LABS NEW OFFICE/LAB
$1,045,817.21
T16591
SIGNAL SOFT RENOVATION
$693,453.21
W16416
ARAMARK COORS LUNCHROOM
$667,924.00
K16696
GILEAD 2970 PHASE I OFFICE RENOVATION
$662,635.93
B16678
GSA CDC LAB REMODEL
$573,674.89
JC16889
AT&T HVAC BUILD OUT
$555,066.10
T16585
AVAYA CELESTICA DEMISING
$529,600.76
DP16469
SUN CONSTRUCTION 2001 NEW BUILDING ADDITION
$518,356.00
T16450
STURGEON METRO WASTE WATER
$549,819.00
W16512
JACOBS COORS U3 UPGRADES
$384,249.00
T16831
MARKETWISE 3RD INTERIOR FINISH
$333,725.00
W16512
JACOBS COORS U5 EXIT UPGRADE
$296,511.00
T16452
RAYTHEON TRENCH FIBRO DUET
$257,552.52
JJ16458
F&PS BUILDING 9 STEEL ERECT
$246,197.00
JJ16837
F&PS BUILDING 2 NCFC
$245,629.00
K16499
GILEAD 2"D FLOOR OFFICE RENOVATION
$228,413.73
JJ16462
F&PS BUILDING 2 COMMAND CENTER
$221,991.00
Y16849
VALLEY SUBARU REMODEL
$221,520.97
B16584
CSU OLD FTC HIGH ELEVATOR
$184,921.00
D16804
CU-FAC EXTERIOR LIGHT UPGRADES
$180,544.00
T16731
BW SYSTEM DENVER MINT
$211,200.00
T16719
AVAYA Q&R LABS
$175,361.00
DP16596
WELD COUNTY WEST ANNEX
$159,059.00
D16434
CU-FAC STANDING ORDER T&M
$153,259.16
DPI6470
UNC SIGN PROJECT
$151,062.00
D16589
CENTRAL FIRE CU KETCHUM FIRE
$148,908.00
D16650
CU-FAC FARRAND HALL ARCH
$144,516.14
G16926
PRATT HAWTHORN SITE REMODEL
$126,749.00
JJ16715
F&PS BUILDING 25-1 ALTER CUBE
$122,529.00
D 16951
ADAMS 12 AUTO SHOP
$122,372.00
T16508
RAYTHEON SKIF 3RD FLOOR
$121,328.50
T16653
CELESTICA GATE 3 ENTRY
$117,387.00
DP16497
UNC TENNIS COURT REPLACE
$115,727.00
PRATT MAXTOR
$106,522.94
MISC JOBS, STANDING ORDER WORK UNDER $100,000.000
$10,804,342.40
TOTAL GROSS VOLUME 2001
s2s_600_oas_oo
2000
Job Name
Contract Amoun
AMGEN AC22 BUILD OUT
$1,296,974.0
CSU LAUREL HALL
$1,250,203.0
IBM BUILDING 6 CUBICLE SPACE
$676,291.0
GILEAD NEXSTAR PHARMACEUTICAL (2860)
$591,843.0
GILEAD NEXSTAR PHARMACEUTICAL
$449,405.0
IBM BUILDING 25-2 BUILD OUT
$430,394.0
UNC BUTLER HANCOCK
$422,683.0
AT&T ADMINISTRATION RELOCATE
$276,856.0
CSU HUGHES STADIUM
$263,048.0
YMCA BOULDER LOCKER ROOM
$262,536.0
FRCC PENTHOUSE MODIFICATIONS
$222,193.0
LEXMARK BUILDING 31 PACKAGING
$200,000.0
HP BUILDING 6 LOBBY REMODEL
$197,000.0
LUCENT BUILDING 30 CONFERENCE ROOM
$195,884.0
IBM BUILDING 6 FIBER OPTICS
$192,791.0
CSU CDC REMODEL
$170,940.0
IBM BUILDING 6
$170,057.0
UNC RESIDENCE HALL LANDSCAPE
$160,625.0
CITY OF LONGMONT WASTE WATER
$146,778.0
CICSCO WASTE WATER —FRITO LAY
$121,347.0
AT&T PROSPECT VALLEY VANDALISM
$115,491.0
PIC MH3/BCH COORS BREWING
$107,333.0
MISC. STANDING ORDER JOBS UP TO $100k
$14,421,575.0
TOTAL GROSS VOLUME 2000 $22 342,247.0
COLORADO VOLUME $22,342,247.0
OUTSIDE COLORADO VOLUME $0.0
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 I SOUTH EXTERIOR STAIR
$509,425.00
RAYTHEON REMODEL 3RD FLOOR
$403,868.00
AT&T CHEYENNE MAIN RE -ROOF
$383,843.00
AT&T BATTERY ROOM 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 CENTER 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 STORAGE UPGRADE
$208,185.00
COORS SOUTHEAST STAIR ENCLOSURE
$200,201.00
UNC ADA PHASE II SITE IMPROVE
$189,151.00
AT&T 4TH FLOOR VESTIBULE
$180,581.00
ADAMS 12 WESTLAKE MIDDLE SCHOOL
$174,301.00
F&PS - IBM BUILDING 25 DEMO
$170,245.00
F&PS - IBM BUILDING 22 CALL CENTER
$168,982.00
ELEVATOR UPGRADE
$167,500.00
DENTAL HEALTH - NEW CLINIC
$161,759.00
CICSCO UNLOAD BUILDING FRITO LAY
$157,259.00
DR. MCCARTY DENTIST OFFICE
$155,320.00
CASE- LOGIC SOUTH 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 $84624,000,00
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 FIT -UP
$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
BUILDING 8 RHTC RELOCATE
$441,733.00
STK BUILDING 8 MPBG OFFICE FIT -UP
$415,344.00
AT&T NGLN PHASE 1
$399,958.00
EXEC. LOBBY & CONFERENCE 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 BUILDING 26 REMODEL OFFICES
$169,647.00
UCAR ATRIUM TENANT FINISH
$148,151.00
RESTROOM UPGRADE PHASE 6 FIT -UP
$145,693.00
UNIVERSITY VILLAGE PHASE 3
$145,426.00
BATHROOM RENOVATION PHASE V FIT -UP
$140,738.00
RESTROOM UPGRADE PHASE VII FIT -UP
$137,791.00
BUILDING 2 CLASSROOM FIT -UP
$111,013.00
MISC. STANDING ORDER JOBS UP TO $100k
$6,165,531.00
TOTAL GROSS VOLUME 1998 $21,991� 631.00
COLORADO VOLUME $19,916,383.00
OUTSIDE COLORADO VOLUME $2,075,248.00
Personnel Profile
Stephen B.Strong
Owner/President
Years of Experience: 30
Steve has 30 years experience in the construction industry. In 1985 Steve became the owner of
Sun Construction & Design Services, Inc. As CEO, he provides long range planning and
maintains key relationships with clients. Steve's philosophy is that the most successful
construction projects are those that fulfill the client's needs. This is one reason why over 90% of
Sun's customers become repeat clients. Steve's community and charitable organization
involvement have provided him the opportunity to utilize the resources of Sun Construction to
aid numerous worthy causes/
Bill Prout
Vice President/General Manager
Years of Experience: 36
Bill has been involved with project management and controls for his entire career since receiving
a degree in Construction Management from Colorado State University. His project experience
ranges from small jobs for standing order clients to very large projects valued to $250 million.
Bill assists in the day-to-day operation of Sun Construction, while maintaining project manager
responsibilities on specific projects. Additionally, Bill adds strength and experience to our pre -
construction services where he provides guidance in budget estimating, preliminary scheduling,
constructability reviews, value engineering and guaranteed maximum price development for
design -build projects.
John Sargent
Vice President of Design and Development/Project Manager
Years of Experience: 35
John is a results oriented construction management professional with over 30 years of experience
in all phases of commercial construction. Moving through the ranks of tradesman to Chief
Estimator to Project Manager for a large design/build firm in Denver and currently Sun's Vice
President of Design and Development, John has spent the past decades working on a wide range
of projects. He has satisfied clients whose projects include a large industrial plant, a medical
complex, school remodels, retail buildings, and a daycare facility at the Pentagon and numerous
high profile and high tech facilities. The scope of these projects has ranged from small to over
$20 million. During his tenure at Sun, John has been instrumental in the company's evolution
from being primarily a tenant finish contractor to the full service general contractor it is today.
John developed and heads Sun's newest segment, the Design Build Division. His attention to
detail, superior organization and problem solving skills, combined with a considerate manner
have contributed to his consistent and considerable success.
Personnel Profile
(Continued)
Tim Strong
Operations Manager / Project Manager
Years of Experience: 21
Tim's responsibilities through the years with the company have grown and changed as the needs
have arisen. His position as Operations Manager requires his attention to labor and personnel
issues, office and yard management, policy implementation, fleet and equipment management,
quality control, safety and training. Tim's Project Manager experience has allowed him to work
on multiple projects ranging from high tech facilities maintenance, pharmaceutical offices and
labs, higher education campus projects, ground up construction, design build projects and tenant
finish build -outs.
Mark McMahon
Project Manager - Cabinet Shop
Years of Experience: 24
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.
Anthony M. Landi, Jr.
Project Manager
Years of Experience: 25
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, ground -up new
construction and design built projects.
Personnel Profile
(Continued)
George Warner
Project Manager
Years Experience: 40
With an extensive background and 40 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: 29
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: 32
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. J. (Bob) Ferene
Staff Architect
Years of Experience: 33
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 entities.
David Bode
Project Manager
Years of Experience: 14
David employs practical working knowledge of the construction industry with over 14 years of
field and management experience in design build, construction management and construction
projects. David is currently engaged in project management at Colorado State University and
pursues tenant, finish and construction opportunities in the Northern Colorado metro area,
including State and Federal projects.
Joel Johnson
Project Manager
Years of Experience: 29
Before taking a Project Manager position, Joel held a Project Superintendent position with Sun
Construction. He has been regularly involved in projects at Lexmark and 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.
Personnel Profile
(Continued)
Douglas Wagner
Project Manager
Years of Experience: 20
Doug has provided comprehensive project management services for a variety of facilities in the
Western region for 20 consecutive years. Starting out as a sheet metal craftsman for a
mechanical firm in the Southwest, he understands and appreciates the efforts and skills it takes to
make a construction project a success. In 1986, Doug received a Bachelor of Science degree
from The School of Engineering and Applied Sciences at Arizona State University and started
his career in construction management. With projects ranging from $100,000 to over $24
million, he has extensive experience with office buildings, light industrial buildings, auditoriums,
classrooms, high -end tenant finish, along with general practice medical offices, hospital bed
tower, and outpatient surgery centers.
Mark Lepro
Assistant Project Manager
Years of Experience: 10
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: 11
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.
through Addendum #1 dated September 3, 2003 and Addendum No. 3 dated October 6, 2003
Sun Con ruction & Des' n Services, Inc.
CONT R
BY:
William B. Prout
Vice President/General Manager
ADDRESS: 1232 Boston Avenue
Longmont, Colorado 80501
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
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 EfTFULLY S MITT D.
11/5/03
Signature Date
William B. Prout
Vice President/General Manager
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Pamela K. Belcamino
Address 1232 Boston Avenue
Longmont, Colorado 80501
Telephone 303-444-4780
7/96 Section 00300 Page 2
Personnel Profile
(Continued)
Andy Welch
Operations Coordinator
Years of Experience: 10
Andy has worked up through the trades, 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 various other aspects of human resources and safety. Andy also acts
as a project manager including estimating, quality control and labor management.
CONTRACTOR'S LICENSE NUMBERS
CITY
LICENSE #
EXPIRES
City of Aurora
2003 037712 00 CL< Gisss B
1,11103
Errol Unverzagt Supervisor Certification E011598
11/30/03
City of Boulder
LIC-0001670-08
5115104
City of Boulder -Right -of -Way LIC-000167-28
5/15/04
City of Broomfield
Class A — A2003-529
12/31/03
City of Cheyenne
Class B — 03 05174
8/15/03
Larry Hill Certificate Holder 035175
8/15/03
1*; u.
City ofCommerce City
Glass B 1022710
121 02
City of Denver
Bldg. B 18209
8/31/03
John Sargent Certificate Holder #1016167
5/31/05
City of Erie
1388 Class A
12/31/03
City of Federal Heights
94-0129
12/31/03
City of Fort Collins
C-1 #84
4/18/04
John Sargent Certificate Holder #872
4/18/04
Town of Frederick
03-112
12/31/03
City of Golden
328
7/22/03
City of Greenwood Village Level A 0301486
3/25/04
City of Lafayette
Class A 103-220
1/31/04
City of Lakewood
Class A 13362
6/4/04
City of Longmont
Class A - A-00000002
6/30/04
City of Louisville
Class A — 00273
12/31/03
City of ]Lovelatd
Glass 12220
11
City of Thornton
A2447
8/31/03
L4; . ss
City ofWestatinater
Glass A -63590
"36-W
Updated 7/22/03
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersi ned Sun Construction
g Design Services, Inc.
as Principal, and United States Fire Insurance Company as
Surety, are hereby held and firmly bound unto the Cit of Fort Collins, Colorado,
as OWNER, in the sum of $ 5%T�--------- ** for the payment of which, well and
truly to be made, we hereby jointly and severally bind ourselves, successors, and
assigns. ,* Five Percent of Total Amount Bid -----
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, CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY
TRANSIT CENTER PHASE 1A;.Bid No. 5823.
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 WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 5th day of November , 2003 , 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
San Construction &
Name: Design Services, Inc.
Address: 12,V Boston Ave.
Lo on , 00 8050 _
i
By:
William B. Prout
Title: V;re PSPS' Pn�/GM
ATTEST:
By
Pamela K. Belcamino
(SEAL)
SURETY
United States Fire Insurance Company
P.O. Bog 469025
Denver, 80246-9025
By. � -
Title: Pamela J. Hansen. Attorney -in -Fact
(SEAL)
7/96 Section 00410 Page 3
POWER OF ATTORNEY
UNITED STATES FIRE INSURANCE COMPANY 180492
PRINCIPAL OFFICE, NEW YORK, N.Y.
KNOW ALL MEN BY THESE PRESENTS: That the UNITED STATES FIRE INSURANCE COMPANY a Corporation duly
organized and existing under the laws of the State of New York, and having its administrative offices in the Township of Morris, New
Jersey, has made, constituted and appointed, and does by these presents make, constitute and appoint Kevin W. McMahon, Donald
E. Appleby, Frank C. Penn, Pamela J. Hansen, Dilynn Guern, Gloria C. Blackburn, Kristen L. McCormick, and Florietta
Acosta, of Denver, Colorado, each
its true and lawful Agent(s) and`Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and
stead, to execute, seal, acknowledge and deliver: Any and all bonds and undertakings= --------- -------------------
----- ------------- --—--- - ------------------------------------ ------------------ -----------
and to bind the Corporation thereby as fully and to the same extent as if such bonds had been duly executed and
acknowledged by the regularly elected officers of the Corporation at its offices in Morris Township, New Jersey, in their
own proper persons.
This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,
and they have no authority to bind the Company except in the manner and to>the extent therein stated.
This Power of Attorney, rev6kes all previous powers issued'in. behalf of the attorney( )-in-fact named above.
IN WITNESS'' WHEREOF the United States Fire Insurance Company has caused these presents to be signdd and attested
by its appropriate officers and its corporate seal hereunto affixed this 2"d day of July, 202.
Attest: UNITED STATES IRE INSURANCE COMPANY
< Assistant Secretary Vice President
David Pesce Craig M. Golden
STATE OF NEW JERSEY)
ss.:
COUNTY OF MORRIS
On this 2_d day of July, 2002, before the subscriber, a duly qualified Notary Public of the State of New Jersey, came the
above -mentioned Vice President and Assistant Secretary of United States Fire Insurance Company, to me personally
known to be the officers described in, and who executed the preceding instrument, and they acknowledged the execution
of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that
the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their
signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said
Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my seal at the Township'of Morris, the, day and
year first above written.
`����11111111111//// j
A.
(Signed) AZ�*�;• OTA •�9L ''
(Seal) 4 _ �%• ; Notary Public
o
Catherine A Sincavage
Zia L Notary Public of New Jersey
��r ti �'••••.•.•••' '� �� My Commission Expires J* 12,2M
POLICY NUMBER:
IL 09 85 01 03
THIS ENDORSEMENT IS ATTACHED TO AND MADE PART OF YOUR POLICY IN
RESPONSE TO THE DISCLOSURE REQUIREMENTS OF THE TERRORISM RISK
INSURANCE ACT OF 2002. THIS ENDORSEMENT DOES NOT GRANT ANXCOVERAGE
OR CHANGE THE TERMS AND CONDITIONS OF ANY COVERAGE UNDER THE POLICY.
DISCLOSURE PURSUANT TO TERRORISM RISK
INSURANCE ACT OF 2002
SCHEDULE*
Terrorism Premium (Certified Acts)
$ -o-
Additional information, if any, concerning the terrorism premium:
* Information required to complete this Schedule, if not shown on this endorsement, will be shown in the
A. Disclosure Of Premium
In accordance with the federal Terrorism Risk
Insurance Act of 2002, we are required to provide
you with a notice disclosing the portion of your
premium, if any, attributable to coverage for
terrorist acts certified under that Act. The portion
of your premium attributable to such coverage is
shown in the Schedule of this endorsement or in
the policy Declarations.
B. Disclosure Of Federal Participation In Payment
Of Terrorism Losses
The United States Government, Department of
the Treasury, will pay a share of terrorism losses
insured under the federal program. The federal
share equals 90% of that portion of the amount of
such insured losses that exceeds the applicable
insurer retention.
City of Fort Collins & Colorado State University
Transit Center -Phase 1 A
BID SCHEDULE
Each following Items shall include the costs of all labor, materials, tools, equipment,
services, incidentals, overhead, profit, and bonds.
ITEM
1. LANDSCAPE / IRRIGATION IMPROVEMENTS (INSIDE FENCE)
Provide and install landscaping / irrigate improvements inside fence
Also, include hydrant and drain sump as shown
SUBTOTAL
2. PHONE SERVICE INCLUDING CONDUIT / BORING
Two (2) 1" conduits including boring, trenching, backfill with flowfill,
installation of emergency phone provided by others.
SUBTOTAL $ PAC— 7.3 5Y, w a
3. All required work less above Items 1 and 2.
SUBTOTAL $ % % e Fe.
TOTAL LUMP SUM $ 2�
Section 00300 Page 3
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
7/96 Section 00410 Page 1
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder: Sun Construction & Design Services, Inc.
2. Permanent main office address: 1232 Boston Avenue, Longmont CO 80501
3. When organized: February 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? 18 Years
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
See Work in Progress
7. General character of Work performed by your company:
Misc. light metal install, doors, drames and hardware install, concrete work,
painting, -=install, restroom accessories install, metal ui ing erection.
8. Have you ever failed to complete any Work awarded to you? No.
If so, where and why?
9. Have your ever defaulted on a contract? No.
If so, where and why?
10. Are you debarred by any government agency? No.
If yes list agency name.
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.
See Major Jobs Completed
12. List your major equipment available for this contract.
See Equipment List
13. Experience in construction Work similar in importance to this
project:
See Attached List
14. Background and experience of the principal members of your organization,
including officers:
See Personnel Profiles
15. Credit available: $ Line of Credit
16. Bank reference: FNB - Chuck Allen
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
Ya.c.
18. Are you licensed as a General CONTRACTOR? Yes
If yes, in what city, county and state? See Attached List What
class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? Yes.
If yes, what percent of total contract? 85%
and to whom? Landscapers, Electrical, Painting,
20. Are any lawsuits pending against you or your firm at this time? No.
if
yes,
DETAIL
7/96 Section 00420 Page 2
21. What are the limits of your public liability?' DETAIL
See Attached Certificates
What company? FNB Insurance
22. What are your company's bonding limitations? $10M Aggregate
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 LenQmont. Coloradothis 5th day of November , 2003 .
Name ai'd,®0der
By UJUM
William B. Prout
Title: Vjce Prpsident /GPn al Manager
State of Colorado
County of Boulder
William B. Prout being duly sworn deposes and says that he is
Vice President/GM of un onstruction & Design and that
(name of organization) ervices, nc.
the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this 5th day of
November 20
. 0`3
Notary Public Pamela K. Belcamino
1232 Boston Avenue
Longmont, Colorado 80501
My commission expires
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 150 of the contract.
ITEM
J� xCa u xr/o rc.-
t
i r
C'LecTV/cs�
7/96
SUBCONTRACTOR
13ev'D
FI�eO ehi �!�
F1A-Tu>arK roedc.e4T5
�u!/x1iK Y LQa
Section 00430 Page 1
WORK IN PROGRESS
JUNE, 2003
TOTAL
CONTRACT
JOB NAME
AMONT
CSU:USDA
$794,222.00
C.Greeley:Plumb House res
$59,949.00
UNC:Site Improvements
$904,476.00
CSU:Hard,MRB Rms 355/361
$28,165.00
RKMI:CSU Animal Sciences
$770.00
GSA:CDC Freezer & Trans
$705,448.00
CSU:Advancement Sery
$27,252.00
CUFAC: Dalward Pool
$113,853.00
Encompass:CU HVAC Upgrade
$130,822.00
CUFAC:Muenzinger Fire Spr
$385,239.00
Kimmell:CU Marine Ct
$99,939.00
CUFAC:Eng ECCH 1811 Lab
$123,434.00
CUFAC:Muenzinger Phase 2
$14,154.00
CUFAC:Ramaley 1B31 Rmdl
$21,955.00
CUFAC:Stadium 135 Rmdl
$19,439.00
CUHOUSE: William Vill ADA
$61,130.00
CUREC:Ice Meft Area
$34,391.00
Rainbow:CU Nodin Library
$13,750.00
JCOR:CU Carison Gym
$17,510.00
CUFAC:UMC Trumbo Fin
$167,200.00
Creative Years Construction
$1,184,238.00
Longmont Florist:Building
$444,759.00
CUHSC:Roof, Window
$247,648.00
COLOSCHMINES:CTLM Reno
$54,229.00
JEFFCO:Westgate Impr
$141,315.00
JEFFCO:Hutchinson Elem
$201,960.00
BestFoods:Storage Area
$32,254.00
LSI: Air Separator
$1,082.00
Thompson:Electrical Upgrd
$293,412.00
Thompson:Berthoud Nurse
$5,703.00
Thompson:Winona Modular
$9,235.00
Thompson:Mtn View Modular
$15,121.00
Thompson:Conrad Modulars
$9,510.00
LSI:Concrete Pads
$4,290.00
LSI:Danfield Humidification
$270,000.00
LSI:Harmony C&G Repair
$2,806.00
StewartBoyer:Platteville
$5,018.00
NorthJeffco:Meyers Pool
$3,000.00
Coal Creek Fire Station
$192,096.00
Walmart:Snow Damage Repr
$38,606.00
UCAR:Smow Damage Repr
$9,125.00
F&PS Lightning Rods
$1,153.00
F&PS Remodel 001-3C7
$72,452.00
Natkin:Asphalt R&R IBM
$2,150.00
F&PS IBM Lateral Bracing
$87,466.00
F&PS IBM Concrete Bldg 023
$1,105.00
StateColo:Ft.Logan Renov
$29,814.00
StateColo:Kitchen Cabinet
$2,507.00
StateColo:lnst Shelving
$1,273.00
Amgen AC 22 Backfill
$684,702.00
RedRobin:Glass Rack
$2,594.00
East Park 1880 Demo
$281,513.00
Pratt:Front Range College
$2,333,100.00
OSI:Labs 158 & 159
$51,050.00
Intercolor; Plant Office
$3,443.00
Ward:Flex Building
$765,085.00
STA Labs GreenHouse Design
$20,000.00
—
-------------------------
$11,227,910.00