Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRESPONSE - BID - 5802 ATMS COMMUNICATIONS SYSTEM 2 COLORADO BORING (2)SECTION 00300
BID FORM
PROJECT: COMMUNICATIONS SYSTEM PHASE 2; Bid No. 5802
Place215 N. Mason Street
Date st-p ember 29, 2003
1. In compliance with your Invitation to Bid dated Saptemhe�5� 2DD3
and subject to all conditions thereof, the undersigned Tnr rmnun ain
F.le- r' Tnr�_ a **(Corporation, Limited Liability
Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do
business in the State of Colorado hereby proposes to furnish and do
everything required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid bond
in the sum of 5% of the total bid ($
675,354.00 ) 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: HRH of Colorado, 720 S Colorado Blvd_
Penthouse T)ansrcr, rn R0246
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. l
through 1
7/96 Section 00300 Page 1
ATTACHMENT TO CERTIFICATE OF INSURANCE NO.
CERTIFICATE HOLDER:
CITY OF FORT COLLINS
071555-01970-2004A-000630
INSURED:
INTERMOUNTAIN ELECTRIC, INC.
GENERAL LIABILITY POLICY INCLUDES CERTIFICATE HOLDER AS AN
ADDITIONAL INSURED WHEN REQUIRED BY WRITTEN CONTRACT BUT ONLY AS
RESPECTS LIABILITY ARISING OUT OF NAMED INSURED'S WORK FOR
ADDITIONAL INSURED.
AUTOMOBILE LIABILITY POLICY INCLUDES CERTIFICATE HOLDER AS AN
ADDITIONAL INSURED WHEN REQUIRED BY WRITTEN CONTRACT.
SMM/ECB
1/1
Attachment "B"
iE
WILLIAM D. SALZBRENER
PRESIDENT
GENERAL EXPERIENCE
Mr. Salzbrener joined Intermountain in January 1981 working as a Field Coordinator
and Field Engineer on high-rise buildings. He progressed from Coordinator/Engineer to
Estimator, Chief Estimator, Project Manager, and Division Manager. He has over 35
years experience in all facets of electrical work ranging from 15 kv. distribution to fiber
optics and communication. He possesses a well -respected reputation in the Rocky
Mountain area with Owners, Architects, Engineers, and Field personnel. He has
successfully been the Project Manager for projects up to $30 Million. Mr. Salzbrener
became President of Intermountain Electric in 2001.
RELEVANT EXPERIENCE:
MILTEN R. YOUNG POWERHOUSE
CABALLO LOG HANDLING FACILITY
DMA PLAZA RESIDENTIAL
MAY D&F — AURORA, SOUTHGLENN, and NORTHGLENN
SAKS 5T" AVENUE
DENVER ADMINISTRATION & DETENTION FACILITY
REGENCY HOTEL
DENVER PLACE / STELLAR PLAZA
CHERRY CREEK MALL
STAPLETON INTERNATIONAL AIRPORT
DENVER INTERNATIONAL AIRPORT
FT. COLLINS HIGH SCHOOL
US WEST — NETWORK RELIABILITY CENTER
ICG CORPORATE HEADQUARTERS
SWEDISH MEDICAL CENTER
THE CHILDREN'S HOSPITAL
CRAIG HOSPITAL
FITZSIMONS ARMY MEDICAL CENTER — BUILDING 500
ANSCHUTZ CANCER CENTER & CLINICAL ZONE
ANSCHUTZ INPATIENT PAVILION
Intermountain Electric, Inc.
Attachment 'B"
iE
EARNEST L. BROWN
EXECUTIVE VICE-PRESIDENT
GENERAL EXPERIENCE:
Mr. Brown has been Executive Vice -President since 2001. He has years of experience
in all phases of electrical construction including commercial, industrial and government
projects. His experience includes strong background in project estimating, project
management, project cost controls, scheduling, purchasing, project engineering and
marketing; excellent administration skills from bid stage to final completion.
EDUCATION:
University of New Mexico
National Apprenticeship Program JATC/IBEW
Primavera -Scheduling Software
Accubid-Estimating Software
Mc Cormick-Estimating Software
Datatrac-Estimating Software
LICENSE:
IBEW 68 Journeyman Wireman
State of Colorado Journeyman Electrician
RELEVANT EXPERIENCE:
ARROWHEAD REGIONAL MEDICAL CENTER — COLTON, CA
Project Manager - $34M Installation of all electrical, 15KV infrastructure, nurse
call systems, security, fire alarm, and all audio/visual systems. Approx. 1 million
sq. ft. facility including 9-story critical care tower, 3-story diagnostic and treatment
center, 3-story clinics and office building, 4-story mental health center, and facility
central plant.
AURARIA PERFORMING ARTS CENTER
Project Manager $4M Installation of electrical, telecommunications, fire alarm,
security, and facilities management systems.
KMM PARKING GARAGE
Project Manager-$1.6M electrical subcontract. Installation of electrical and Fire
Alarm Systems.
Intermountain Electric, Inc.
EARNEST L. BROWN
Page 2 of 2
COLORADO SPRINGS AIRPORT NEI
Project Manager $2M Prime Contract -Installation of "in -Pavement", Centerline,
and Touchdown Zone Runway Lighting Fixtures. Colorado Springs Runway
171/35R.
BUCKLEY AIR FORCE BASE
Project Director/Senior Project Manager $3M Prime Contract, rebuilding of
existing ESS infrastructure including fiber optics, power distribution, storm
drainage control, fencing, curb/gutter, and misc. civil works.
MIRAGE ROOM REMODEL -Las Vegas, NV
Project Manager - $4.5M Installation of all electrical, fire alarm, and audio/visual
systems for remodel of rooms and suites for the Mirage Resort and Casino.
HENDERSON COLD STORAGE, Las Vegas, NV
Project Manager/Estimator $1.2M Installation of electrical, telephone and data
systems.
ELECTRICAL ESTIMATOR -Las Vegas, NV
Sole Estimator for regional office in Las Vegas, NV. Duties included estimating
electrical projects in range of $.25M-$100M. Projects included industrial, public
transportation, commercial, entertainment, and telecommunications. Regional
office generated $30M in annual revenues.
SOUTHERN PACIFIC RAILROAD
Project Engineer/Estimator $3M GMP-5 story remodel of all electrical systems
including fire alarm.
DENVER INTERNATIONAL AIRPORT
Project Engineer $68M Terminal Building/Parking Structures. Installation of all
electrical systems, lighting, fire alarm, telephone and data infrastructure, UPS
Systems, etc.
GENERAL FIELD EXPERIENCE
From 1987-1991 served at various electrical contractors in New Mexico and
California as electrical apprentice, journeyman wireman, and general foreman.
Duties included installation of all aspect of electrical and specialty systems,
service work and environmental controls.
SUMMERLINE MEDICAL CENTER OFFICE BUILDING -Las Vegas NV
Project Manager $3M Installation of all electrical, security, fire alarm and
audiovisual systems for 6-Story Medical Office Building.
Intermountain Electric, Inc.
Attachment "B"
iE
CHARLES L. PEART
ASSISTANT SECRETARY/CONTROLLER
GENERAL EXPERIENCE:
Mr. Peart has been a CFO, Controller/Assistant Controller since 1968.
His experience includes both general and cost accounting areas. He is currently
responsible for all job cost reporting, receivables, payables, payroll and fiscal policies.
EDUCATION:
Metropolitan State College — Denver, CO
REVELANT EXPERIENCE:
• Adapted software to accommodate service operation.
• Worked with project management to implement monthly job profit projections based
on estimated cost at completion.
• Standardizing the financial reporting function.
• Prepared Financial Reports/tax returns.
Intermountain Electric, Inc.
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO.
ANTI -COLLUSION AFFIDAVIT LOCATION
Various Locations
in Fort Collins
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:
t. 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 prime 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 firm or person who is a bidder or potential prime bidder to
refrain 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 form of complementary bid on this project.
4. The bid of my firm 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 firm 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 firm 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 firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or
services to any firm 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 firm'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 firm with responsibilities
relating to the preparation, approval or submission of my firm'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
other conduct inconsistent with any of the statements and representations made in this affidavit.
8. 1 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 for this
contract.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST
OF MY KNOWLEDGE.
Contractor's firm or company name
Intermountain Electric, Inc.
2 d contractor's firm or company name. (if joint venture.)
Sworn to before me this 'It day of,
Notary Publi a _
My commission
r✓ /a!i� (, �?_ov7 C�
NOTE: This document must be signed in ink.
Title William D. S
President
Title
Date
Date
O C Q CDOT Form #686 8193
COLORADO DEPARTMENT OF TRANSPORTATION Project #
UNDERUTILIZED DBE BID Bid No. 5802
CONDITIONS ASSURANCE Location various Locations
Instructions: Contractor - Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participa-
tion which qualifies under the contract goal specification for this project.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have
maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds.
INTENDED UNDERUTILIZED DBE PARTICIPATION
1) Will your company's intended Underutilized DBE (UDBE) participation meet contract goals? XX yes ❑ no
2) Total intended Underutilized DBE UDBE Meets contract goals
( )participation: 6.5
❑ yes ❑ no
3) List the UDBE firms you intend to use for your UDBE participation
Name of UDBE firm(s)
Independent Traffic
Certification Intended item(s)
expiration date I of work
01-31—
I understand that, if my company is determined to be the low bidder for the contract on this product, I must submit a
completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION to the Transportation
Department by 4:00 pm the day after the bids are opened. In addition, if my company does not meet the intended
contract goals, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before
the above stated deadline.
I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age,
sex, national origin, or handicap in the bidding process or the performance of contracts.
I DECLARE UNDER PENALITY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE
STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE
TO THE BEST OF MY KNOWLEDGE.
ipany name
Intermountain Electric, Inc.
Company officer signature
r��
Date
9/29/03
Previous editions are obsolete and may not be used
President
CDOT Form #714a 6/02
s
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned in PUNWtain
Rle trio, ar as Principal, and Federal Insurance Company - as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
as OWNER, in the sum of $ Five Percent (5%--) * 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, COMMUNICATIONS SYSTEM PHASE 2; Bid No. 5802.
NOW THEREFORE,
(a) If said Bid shall be rejected, or-.
(b) If said Bid shall be accepted and the Principal shalI-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 iilailBid; 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.
*of the Total Amount Bid --------------
7/96 Section 00410 Page 2
3
IN WITNESS WHEREOF, the Principa and the Surety have,hereuato set their hands
and seals this 29th— day of swul1twx r 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
Name: Intermountain Electric, Inc.
Address: 602 S. Lipan
SURETY
Federal Insurance CampanY
15 Zbuntain View Road, P.O. Boa 1615
Denver., W 80223 W.Zam
J,.07061-1615
By,���pp
Vlltl=laiwl11 .. By,
William D. Salzb ner e men
Title: President Title: Attorney -In -Fact
ATTEST:
By:
Mar lla McCarthy
(SEAL)
(SEAL)
ofC loradRogaand Hamilton Company
of Colorado
P.O. Box 469025
!!S!rT1ngte Way Denver, CO 80246-9025
Tel 303-722-7776 • Fax 303-722-8862
Surety bonds and insurance
7/96 Section 00410 Page 3
a
This Notice pertains to the following Surety Bond issued by a member insurer of the Chubb Group of
Insurance Companies,: including Federal Insurance Company, Vigilant insurance Company and
Pacific Indemnity Company;
Bond Number: AW BOlex
POLICYHOLDER DISCLOSURE NOTICI3
TERRORISM RISK INSURANCE ACT OF 2002
You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the
-Act") effective November 26, 2002, we are making available to YOU coverage for losses
arising out of certain acts of international terrorism. Terrorism is defined as any act
certified by the Secretary of the Treasury, in concurrence with the Secretary of State and
the Attorney General of the United States, to be an act of terrorism; to be a violent act or
an act that is dangerous to human life, property or infrastructure; to have resulted in
damage within the United States, or outside the United States in the case of an air carrier
or vessel or the premises of a United States Mission; and to have been committed by an
individual or individuals acting on behalf of any foreign person or foreign interest, as part
of an effort to coerce the civilian population of the United States or to influence the
policy or affect the conduct of the United States Government by coercion. Coverage for
acts of terrorism is already included in the captioned Surety Bond.
You should know that, effective November 26, 2002, any losses caused by acts of
terrorism covered by your Surety Bond will be partially reimbursed by the United States
under the formula set fortis in the Act. Under this formula, the United States of America
pays 90% of covered terrorism losses that exceed the statutorily established deductible to
bepaidby the. insurance company providing the coverage. The portion of your premium
that is attributable to coverage for such acts of terrorism is zero, because we could not
distinguish (and separately charge for) acts of terrorism from other causes of loss when
we calculated your premium.
If you have any questions about this notice, please contact your agent or broker.
®J
Intermountain Electric, Inc.
CONTRACTOR
BY: Brandon Landis
ADDRESS: 602 S. Lipan
Denver, CO 80223
8. BID SCHEDULE (Base Bid)
PHASE II
BID SCHEDULE
IITEM
#
PAY
ITEM
DESCRIPTION
UNIT
QTY.
UNIT
PRICE
ITEM COST
1
203
Potholin _
Hour
600
200.00
120 000.00
2
613
Proof Existing Conduit
L.S.
1
15,935.0
15,935.00
3
613
1-1/2" Electrical Conduit Plastic
Lin. Foot
5,800
7.50
43 500.00
4
613
2" Electrical Conduit (Plastic)
Lin. Foot
26,500
12.65
335,225.00
5
613
Pull Box 08"x30"
Each
15
540.00
8r100.00
6
613
Pull Box 18"x30" Stacked
Each
35
580.00
20, 300.00
7
613
Pull Box 30"x48"
Each
4
1 035.00
4, 140.00
8
614
Communication Hub
Each
3
5 625.00
16,875.00
9
614
Fiber Optic Cable (Install
Onl 48 s.m.)
Lin. Foot
38,590
1.10
42, 449. 00
10
626
Mobilization
Lump
Sum
1
15,000.00
15,000.00
11
630
Construction Traffic Control
Lump
Sum
1
53,830.0
53,830.00
_
Total
675 354.00
Six Hundred Seventy Five Thousand, Three Hundred Fifty Dollars
Four and Zero Cents
7/96 Section 00300 Page 2
No Text
Know All by These , That FEDERAL INSURANCE COMPANY, an tndiarla er n.; yieuvir INSURANCE COMPANY,. a Now York
trorpofatforro,andPACOIC MNFFYCOMPANY, aWisconsin corporation , doeaehherebyconstitute and, appoint Gloria t'. Blackburn,,,
Kristen MiEcrzmick, Florietta Sanebeax Courtney Doran* Frank C, Pennt D 1y0yi Guei r
Don R. Broyles3
3 Pame1 : Hansern, Donald L. Appleby. and Kevin W: hialah©n a I)env >~,
Ealorric�-„
---------------------------- _ _ ___ _
each as their true and 4w4ulAtfomey-ir!-Fact to execute under such designation in their names and to aff x their corporate seals to and deliver for and
on their behalf as surety thereon or, otherwise, bonds (other than bail bonds) and undertakings given or executed in the course of its business (but not
to include any instruments.amending or altering the same, nor consents to the modmcatton or akeration of any instrument referred to in said bonds or
obilgationel
In Wines; Whereof, said FEDERAL INSURANCE COMPANY, VICaItANT INSURANCE COMPANY, aril PACIFIC INFIEM[NVITY COMPANY have
each executed and attested these presents and affixed their corporate seals on this 13 th day of November, 2000
neth C. VJendet, Assistant Secrete dA
Gerardo G. Mauriz, Vice Presi snt
STATE OF NE_W JERSEY l
Slotrrih of Sotnertel . j `c
Qnthis 1It- h dpyadvetnbe; 2U00 : $et me mNb(aryFicofNewJ p',,,1'" t�eni!hc.weerdait
iu' m4 lhfpvan t!i t7tl�:A'eiaistanl mart! of=pEbfkAL INSUR�WE6'COMRyNY, �tWSU�If 6CANY, and PAOIFIC IWD�IITY CE3MPAtJSr; rha
oompgntes whioi! eteaouled.the forogoinq Power of Aaomeg, "ant! the said Kenneth C. Warxiel ma du swpm dal Ss�ry M1-E_DEiti1L INSURANtE 6'OMPANY• VIGILANT INSURANCE Cd1NP)tNV_ end aenctnwnnsv �..:..•.. _ ®� �`:thel he is Assistant
elo
wALSFiI
'o�Hetv�etatgi
%L-a l:V210sApa M 2009 Notary Pubaa
CERTIFICATION
INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:,
.Pfau nr e,e --A -un - " .. ..
No Text
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid
or change quantities at his sole discretion without affecting the Agreement
or prices of any item so long as the deletion or change does not exceed
twenty-five percent (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
SP
Signature William Dlzb� Date
President
Title
#32
License Number (If Applicable)
(Seal - ) 'd is rpo a i )
Attest:
Charles P art
Address 602 S. Lipan
Telephone 303-733-7248
7/96 Section 00300 Page 3
03
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: In rmo3n ain p.lartrir,. rnr
2. Permanent main office address: 602 S Lipan, Denver, CO 80223
3. When organized: 1946
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?1983
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
270 & I-76 $9640953 11/1/03
UHCS Roadway $385,600 10/24/03
CBD Event Signal System $7160000 10/31/03
Union Blvd. Reconstruction $315,000 11/14/03
7. General character of Work performed by your company:
Building electrical, industrial, traffic signal,
fihPr o to ins, and law voltage
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?
If so, where and why?
10. Are you debarred by any government agency?
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.
Colfax phase IT $709,000 7/03 trafficsignal, _fiber optic
in rconne _ Thorn on 2002 traffic signals $565,000 1/03
12. List your major equipment available for this contract.
Diggerd rQ rick, din truck,huk-t truck, cube vans, air
compressors, hank hoes, and line trunk
13. Experience in construction Work similar in importance to this
project:
urrently completing CBD Event Signal..System for Denver,
24,000 iF fiher on in cahle — rpplaced 40 cabinets & controllers
7r800 TY 2" conduit, in tower downtown
14. Background and experience of the principal members of your organization,
including officers:
See a to _hm -nt "B"
15.
Credit available: $parent company
manages cash and
pays all debts
16.
Bank reference:Bank of America
1401 Elm
St 5th
floor, Dallas TX
75202 Janice Hock
(800) 711-0725
17.
Will you, upon request, fill out
a detailed
financial
statement and furnish
any other information that
may be
required
by the OWNER? _
yes
18.
Are you licensed as a General CONTRACTOR?No,
Electrical
Contractor
If yes, in what city, county and state?
State of
Colorado What
class, license and numbers? i,icense
#32
19.
Do you anticipate subcontracting
Work under
this Contract?
yes
If yes, what percent of total contract?
42
3$
and to whom? Independent Traffic
Control
Services,
Drill Tech
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
Please see Attachment "A"
What company?Tohn L. Wortham & Son L L P
22. What are your company's bonding limitations?Our aggregate bonding
`nnat-ity iG q;300.000.000. We have $200.,000,000 available
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 11-ISam this 26th day of RantPmhg-r 20_03•
Tntarmnlintain Flartrjo, Tnr
Name o Bidder
By: I cQSkA/Wn D
William D. Salzbreneir
Title: President
State of Colorado
County of nPnvPr
William D. Salzbrener being duly sworn deposes and says that he is
_president _ofrnte mountain Electric, 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
200
3.
Notary Public
0 44-14- t1
My commission expires
day of
7/96 Section 00420 Page 3
I
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 10a of the contract.
ITEM
Traffic Control
Directional Drilling
7/96
SUBCONTRACTOR
Drill Tech
Section 00430 Page 1
H'1"1'Hl:ril�!l;LV"1" li
DATE (MMIDD/YYI
...::......:..........................
PRODUCER
JOHN L. WORTHAM & SON, L.L.P.
P.O. BOX 1388
HOUSTON, TEXAS 77251-1388
-01970-2004A-000630
INSURED
INTERMOUNTAIN ELECTRIC, INC.
602 S. LIPAN ST.
DENVER, CO 80223
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANY
A OLD REPUBLIC INSURANCE COM
COMPANY
B ASSOC. ELECTRIC & GAS INS.
COMPANY
C
COMPANY
D
..:.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE 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 SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE (MMIDD/YY) DATE (MMIODIYY)
A GENERAL LIABILITY MWZY55734 03/01/2003 08/01/2005 GENERAL AGGREGATE $ 1,750,000*
X COMMERCIAL GENERAL LIABILITY SELF -INSURED RETENTION PRODUCTS - COMP/OP AGO $ 1 750,000*
CLAIMS MADE Fx] OCCUR $250,000 PERSONAL& ADV INJURY $ 750,000*
OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 750, 00O*
*EXCESS OF SELF -INSURED FIRE DAMAGE (Any one fire) $ 750,000"
RETENTION MED EXP (Any one person) $ EXCLUDED
A AUTOMOBILE LIABILITY MWT318597 08/01/2003 08/01/2005
COMBINED SINGLE LIMIT $ 3,000,000
ANY AUTO
X ALL OWNED AUTOS BODILY INJURY $
SCHEDULED AUTOS IIPer person)
X HIRED AUTOS BODILY INJURY $
X NON -OWNED AUTOS I IPer accident)
PROPERTY DAMAGE I $
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
$
B
EXCESS LIABILITY CLAIMS MADE
UMBRELLA FORM
X OTHER THAN UMBRELLA FORM
RETRO DATE 08/01/2002
X2059AlAO3
08/01/2003
08/01/2004
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
$
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
THE PROPRIETOR/ X INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
MWC108554 00
03/01/2003
08/01/2005
X I STATUTORY LIMITS
EACH ACCIDENT
$ 1,000,000
DISEASE - POLICY LIMIT
$ 1,000,000
DISEASE - EACH EMPLOYEE
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONSAOCATIONS/VEHICLES/SPECIAL ITEMS SEE ATTACHED
BY • C . dk�
EDWARD C. BENEDIX
CITY OF FORT COLLINS
281 N. COLLEGE AVE.
FORT COLLINS, CO 80522-0850
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.