Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5804 TROLLEY BARN INTERIOR REHABILITATION (3)SECTION 00300 BID FORM PROJECT: TROLLEY BARN INTERIOR REHABILITATION; BID NO. 5804 Place Fort Collins, Colorado Date September 2, 2003 1. In compliance with your Invitation to Bid dated July 29, 2003 , and subject to all conditions thereof, the undersigned Sun Construction & Design Services Inc a ** (Corporation,it��ixgxS�R�,x txxs�5�aixa��kc�xxRxa4r�a�cx$ca€x) ** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% of estimated project bid amount ($ ) 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 East Mississippi Avenue . Denver, Colorado 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 through 2 7/96 Section 00300 Page 1 AUG-18-03 MON 02158 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707 COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATION OF EEO COMPLIANCE Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts greater than $10,000. This is required by the Equal Employment Opportunity Regulations (41 CFR 60-1.7(b) (1)]. The regulation also requires that if you have participated in a previous contract or subcontract and have not filed a Standard Form 100 (EEO- 1), you cannot be awarded this contract. You may file a report covering the delinquent period for consideration by the Federal Highway Administration or the Director of the Office of Federal Contract Compliance, U.S. Department of Labor. The Standard Form 100 (EEO-1) may be requested from the: Joint Reporting Committee P.O. Box 779 Norfolk, VA 23501 (757) 461-1213 1. Q Yes 3 No I have developed and have on file at each establishment an affirmative action program as required by 41 CFR Chapter 60, Part 60-2. 2. Ll Yes No I have participated in a previous contract/subcontract subject to the equal opportunity clause. 3. ,7 Yes No I have filed with the Joint Reporting Committee, the Director, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I I declare under penalty of perjury in the second degree and any other applicable state or federal laws, that the state- ments made in this document are true and complete to the best of my knowledge. 3v: Sun Con,-Afuction gn Services, Inc 1'Nc: b bidder D proposed subcontractor Dale: rong " Owner/President I 9/2/03 , CWT 1? , x 11/9� CONTRACTOR'S LICENSE NUMBERS CITY LICENSE # EXPIRES Errol Unverzagt Supervisor Certification E011598 11/30/03 City of Boulder LIC-0001670-08 City of Boulder -Right -of -Way LIC-000167-28 City of Broomfield Class A — A2003-529 City of Cheyenne Class B — 03 05174 Larry Hill Certificate Holder 035175 City of Denver Bldg. B 18209 John Sargent Certificate Holder #1016167 City of Erie 1388 Class A City of Federal Heights 94-0129 City of Fort Collins C-1 #84 John Sargent Certificate Holder #872 Town of Frederick 03-112 City of Golden 328 City of Greenwood Village Level A 0301486 City of Lafayette Class A 103-220 City of Lakewood Class A 13362 City of Longmont City of Louisville City of Thornton Updated 7/22/03 Class A - A-00000002 Class A — 00273 A2447 5/15/04 5/15/04 12/31/03 8/15/03 8/15/03 8/31 /03 5/31/05 12/31/03 12/31/03 4/ 18/04 4/18/04 12/31/03 7/22/03 3/25/04 1/31/04 6/4/04 6/30/04 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 11311 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 Matt Area $34,391.00 Rainbow:CU Norlin Library $13,750.00 JCOR:CU Carlson Gym $17,510.00 CUFAC:UMC Trumbo Ftn $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:Harrnony C&G Repair $2,806.00 StewartBoyer:Pladeville $5,016.00 NorthJeffco:Meyers Pool $3,000.00 Coal Creek Fire Station $192,096.00 Walmart:Snow Damage Repr $38,806.00 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 $584,702.00 RedRobin:Glass Rack $2,594.00 East Park 1680 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 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 VALLEY FORD DEALERSHIP $2,748,406.00 F&PS BUILDING 9 CHILLER ADDITION $1,612,528.00 WALL TECH NEW BUILDING INSTALL $1,514,928.24 CSU WAGAR CONT MAINTENANCE $1,166,796.00 STA LABS NEW OFFICEILAB $1,045,817.21 SIGNAL SOFT RENOVATION $693,453.21 ARAMARK COORS LUNCHROOM $667,924.00 GILEAD 2970 PHASE I OFFICE RENOVATION $662,635.93 GSA CDC LAB REMODEL $573,674.89 AT&T HVAC BUILD OUT $547,852.00 AVAYA CELESTICA DEMISING $529,600.76 SUN CONSTRUCTION 2001 NEW BUILDING ADDITION $518,356.00 STURGEON METRO WASTE WATER $513,248.00 JACOBS COORS U3 UPGRADES $384,249.00 MARKETWISE 3RD INTERIOR FINISH $355,000.00 JACOBS COORS U5 EXIT UPGRADE $296,511.00 RAYTHEON TRENCH FIBRO DUET $257,552.52 F&PS BUILDING 9 STEEL ERECT $246,197.00 F&PS BUILDING 2 NCFC $245,629.00 GILEAD 2ND FLOOR OFFICE RENOVATION $228,413.73 F&PS BUILDING 6 COMMERCIAL CENTER $221,99L00 VALLEY SUBARU REMODEL $221,520.97 CSU OLD FTC HIGH ELEVATOR $184,921.00 CU-FAC EXTERIOR LIGHT UPGRADES $180,544.00 BW SYSTEM DENVER MINT $175,729.00 AVAYA Q&R LABS $175,361.00 WELD COUNTY WEST ANNEX $159,059.00 CU-FAC STANDING ORDER T&M $153,259.16 UNC SIGN PROJECT $151,062.00 CENTRAL FIRE CU KETCHUM FIRE $148,237.00 CU-FAC FARRAND HALL ARCH $144,516.14 CU-FAC CIRES CATWALK $135,873.00 AMGEN LONGMONT STANDING ORDER $127,309.50 PRATT HAWTHORN SITE REMODEL $126,749.00 F&PS BUILDING 25-1 ALTER CUBE $122,529.00 ADAMSI2 AUTO SHOP $122,372.00 RAYTHEON SKIF 3RD FLOOR $121,328.50 CELESTICA GATE 3 ENTRY $117,387.00 UNC TENNIS COURT REPLACE $115,727.00 PRATT MAXTOR $106,522.94 TOTAL GROSS VOLUME 2001 $1.8,368,623.00 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 MH3BCH COORS BREWING $107,333.0 MISC. STANDING ORDER JOBS UP TO $100k $14,421,575.0 TOTAL GROSS VOLUME 2000 $22,3420247.0_ 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 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 $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 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 Sun Construction & Design Services, Inc. General Contractor Company Owned Equipment - Rental Rates Description OX Days Used Daily Rate Weekly Rate Monthly Expendables Extension Telescopic Manlift - 24' T.1 nn nn 0.� ,n nn xnnn nn Scissor Lift - 24, $110.00 $270.00 $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 TP 800 Chipping Hammer 1 $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 Drill $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 r 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 2119/02 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 $20 million. During his tenure at Sun, John has been instrumental in the company's evolution from being primarily a tenant finish contractor to the full service general contractor it is today. John developed and heads Sun's newest segment, the Design Build Division. His attention to detail, superior organization and problem solving skills, combined with a considerate manner have contributed to his consistent and considerable success. 3 7/96 Sun Construction & Design Se ices, Inc. CONTRACTO BY: t p e trong Owner/President ADDRESS: 1232 Boston Avenue Longmont, Colorado 80501 BID SCHEDULE (Base Bid) / /� ,j� LUMP SUM &,, y, ,&.lf�—DOLLARS ($ i Including four ADD Alternates as described on drawing: Sheet Al. Add Alternate #1 Provide and install five 5 ( ) new gas fired unit heaters $`� Add Alternate #2 Provide and install new R-22 batt insulation $ 3_ q4t_�" Add Alternate #3 Provide and install new light fixtures & electrical outlets $ o� Add Alternate #4 Refurbish three (3) steel sash windows $ 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. Section 00300 Page 2 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) Ferenc 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. 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. SSECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Sun* as Principal, and lJnftpfi S a Fir_e_.InSuranra cnm as Surety, are hereby held and firmly bound unto the City of E'orr. Collins, Colorado, as OWNER, in the sum of $Fives parnant of** 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 AgreemenL for the construction of Fort Collins Project, TROLLEY BARN INTERIOR REHABILITATION; BID NO. 5804. 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 tt:e form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performaxnce ot- 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 e'fect., 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 Slid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be author.izod to transact business in the State of Colorado and be accepted by 1-he OWNER. *Construction & Design Services, Inc. **Total Amount Bid(5%) 1/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 2nd day of September 2CA3 , 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 Sun Construction & Design Name: Services Inc United States Fire Insurance Company Address: 1919 Boston Avanng P.O. BOX 469025 —I ougmout, a -005ne Deny g3lorado 80246-9025 By: By: zen rong - Title: _ Owner/President Titie: Pamela J. ansen, Attorney -In -Fact ATTEST: Pamela K. Belcamino (SEAL) (SEAL) 7/96 Section 00410 Page 3 POLICY NUMBER: Bid Bond 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 ANY COVERAGE 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) $ -0- 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 Declarations. 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. IL 09 35 01 03 O ISO Properties, Inc., <003 Page 1 of 1 0 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY 183452 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 Florietta Acosta, Donald E. Appleby, Gloria C. Blackburn, Cynthia M. Burnett, DiLynn Guern, Pamela J. Hansen, Susan J. Lattarulo, Kristen L. McCormick, Kevin W. McMahon, Frank C. Penn, Courtney T. Peterson, J.R. Richards, James S. Rosulek, and Douglas J. Rothey, of Denver Colorado, each its true and lawful Agent(s) and Attomey(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 Moms 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 revokes all previous powers issued in behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 7a' day of May, 2003. Assistant Sec David Pesce OF NEW JERSEY) ss.: COUNTY OF MORRIS . ) TES CE COMPANY e for Vice Presiden Peter J. Daly On this 7d' day of May, 2003, 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 Moms, the day and year first above written. ��10"Xi 1E A. (Signed) �� �`•.••.....�•��� ii (Seal) VQ� • c10TA9� ' G '''���4• J A����`` PublicNotary 's Catherine A Sinmvage ^ �' Notary Public of New Jetaey My Commission Expires July 12, 2004 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. RESPECTFU SUBMI TE . 9/2/03 gnatu S ephen B. Strong Date Owner/President Title C-1#84 License Number (If Applicable) (Seal - if Bid is by corporation) Attest:�j amela K. belcamino Address 1232 Boston Avenue 7/96 Longmont, Colorado 80501 Telephone (303) 444-4780 Section 00300 Page 3 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid 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.) Please See Attached Work In Progress 7. General character of Work performed by your company: Concrete, mist. light metals, cabinetry and casework, door, frame and hardware installaI on, painting, 111 ywa ins a a ion, ui ing n. B. 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. Please See Attached Major Jobs Completed 12. List your major equipment available for this contract. Please See Attached Equipment List 13. Experience in construction Work similar in importance to this project: Please See Attached Proiect Narratives 14. Background and experience of the principal members of your organization, including officers: Please See Attached Personnel. Profiles 15. Credit available: $ Line of Credit 16. Bank reference: First National Bank, P.O. Box 1159, Longmont, CO 80502 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes. 18. Are you licensed as a General CONTRACTOR? Yes. If yes, in what city, county and state? What class, license and numbers? Please See Attac e icense is 19. Do you anticipate subcontracting Work under this Contract? Yes. If yes, what percent of total contract? 65% and to whom? Finishes, plumbing, mechanics an e ectrica 20. Are any lawsuits pending against you or your firm at this time? No. If DETAIL yes, 7/96 Section 00420 Page 2 3 21. What are the limits of your public liability? DETAIL Please See Attached Insurance Certificates. What company? First National Bank Insurance Group 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 Tong on , CO this 2nd day of September 2003 Name By: Stephen A. Strong Title: Owner/President State of Colorado County of Boulder Stephen B. Strong bein_gg duly sworn deposes and says that he is caner rest ent of un ion & Design Services, Inc.and that (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 2nd day of September 20 03. Notary Public My commission expires otQ a� c�DQ7 dr 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 200 of the contract. ITEM 7/96 SUBCONTRACTOR Section 00430 Page 1 AUG-18-03 MON 02:58 PM CITY/FT COLLINS, PURCHAS FAX NO, 970 2216707 P,07/11 COLORADO DEPARTMENT OF TRANSPORTATION ANTI -COLLUSION AFFIDAVIT PROJECT Nc. LOCATION Bid No. 5804 Fort'Collins, Colorado I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prrme bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firth or person who is a bidder or potential prime bidder to retrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other forth of complementary bid on this project. 4. The bid of my firth is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firth has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firth or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firth has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firn or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my fiirm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firth with responsibilities relating to the preparation, approval or submission of my fir m's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or othor conduct inconsistent with any of the statements and representations made in this affidavit. 8. l understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids Tor this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND I OF MY KNOWLEDGE. .e .'.omra ors firm or mmp,ry to" Sun Construction & Design Services, Tnc Sworn to before me this 2nd day of, N*Wy Puo4e My mmmi-zitll eXprms NOTE: This document must be signed in ink. TWO Owner/President TRIe September 20 03 .E STATE OR TO THE BEST Dery COW sae, 8606 IM