Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRESPONSE - BID - 5868 ATMS COMMUNICATIONS SYSTEM PHASE 3 (4)SECTION 00300
BID FORM
PROJECT: ATMS COMMUNICATIONS SYSTEM PHASE 3; Bid No. 5868
Place Ft. Collins, Colorado
Date July 19, 2004
1. In compliance with your Invitation to Bid dated 7unP ?� 9DQ4 ,
and subject to all conditions thereof, the undersigned
Gta,rge= Rlxtric CLM any Inca **(Corporation, L-i�ii-ed-t=ab-i-i�tyiamparry,
-�artn2�-trite,--dairerrtare,--riz-�vYe-Fropri-etvr) ** 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 ce if'ed or ashier's check or standard Bid
bond in the sum of o proposal ($
) 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: SafeCo Insurance
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
21
22
What are the limits of your public liability? DETAIL
See attached Certificate of Liability
What company? A. J. Gallagher
What are your company's bonding limitations? See attached Surety Letter
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 Henderson this 19th day of July 2004_
Sturgeon E1 ctri C , Inc.
Name o Bid r
By:
rRichard S. Swamz
Title: Vice President
State of Colorado
)
County of Adams
Richard S. Swartz being duly sworn deposes and says that he is
Vice President of Sturgeon Electric Company, 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 19thday of
July 2004.
Notkry P lic Judy B. Layne
12150 East 112th Avenue
Henderson, CO 80640
My commission expires November 29, 2004
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 10% of the contract.
ITEM
Boring
Traffic Control
SUBCONTRACTOR
Dishman Corporation
CJ's Construction
Roadway Safety Solutions, LLC
1-1
7/96 Section 00430 Page 1
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO. 5868
ANTI -COLLUSION AFFIDAVIT
LOCATION
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 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.
Of Z
Contractors lum or company name
By
Date
July 19, 2004
Sturgeon Electric C Inc.
5 �anYr
Title Richard z
2nd contractoes fimYg1 company name. (If joint venture.)
By
Date
F
Title
Sworn to b6 ore'me this 19th day of, July 20 04
Notary Publa;
My commission expires Jud B. Layne
November 29 2004
NOTE: This document must be signed in ink.
C06T Form 0606 1/02
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. �] Yes ❑ No I have developed and have on file at each establishment an affirmative action program as
required by 41CFR Chapter 60, Part 60-2.
2. >I Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity
clause.
3. ,I 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 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.
Company
Sturgeon Electric y, U bidder ❑ proposed subcontractor
BY
Title:
Date:
Richard S. Swartz
Vice President
July 19, 2004
CDOT Form #347 11f94
COLORADO DEPARTMENT OF TRANSPORTATION Project#
UNDERUTILIZED DBE BID
Location
CONDITIONS ASSURANCE Fort Collins Colorado
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? M yes ❑ no
Meets contract goals
2) Total intended Underutilized DBE (UDBE) participation: 0 % JtI yes ❑ no
3) List the UDBE firms you intend to use for your UDBE participation
Name of UDBE firm(s) Certification Intended item(s)
expiration date of work
Per page 17,
Special Provisions,
ArMS Conmmications, Phase 3,
DBE goal = 0%
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.
Company name
Date
Sturgeon Electric Company, 4nc.
July 19, 2004
Company officer n lure
Title
Vice Presiden
Previous editions are obsolete and may not be used COOT Form #714 6102
STURGEON ELECTRIC COMPANY, INC.
ANNUAL ORGANIZATIONAL MEETING BOARD OF DIRECTORS
February 5, 2004
An annual organizational meeting of the Board of Directors of Sturgeon Electric
Company, Inc. (the "Company") was held on February 5, 2004 at 1701 West Golf Road,
Rolling Meadows, Illinois. All directors of the Company were present, namely:
William A. Koertner, Chairman
Gerald B. Engen, Jr.
The following resolutions were made, seconded and passed unanimously:
Election of Officers
RESOLVED: That effective February 6, 2004, the following officers are elected to
serve until their successors are elected:
William A. Koertner
President
Marco A. Martinez
Treasurer
Gerald B. Engen, Jr.
Secretary
John A. Fluss
Senior Vice President
Richard S. Swartz, Jr.
Vice President
Robert E. McDaniel
Vice President
Elaine K. Hughes
Vice President — Marketing
Arthur D. Schmidt
Controller and Assistant Secretary
Greg R. Medici
Assistant Treasurer
Judy B. Layne
Assistant Secretary
Sandeep Kumar
Assistant Secretary
Francis J. Barciak
Director of Risk Management
Ratification of All Actions Since Last Meeting
RESOLVED: That, since the last meeting of the Board, all actions taken by the
officers and/or their designates within the scope of their duties in connection with the
business of the Company are acknowledged to be duly authorized acts performed on
behalf of the Company, and are hereby ratified, confirmed and adopted as such.
After all business was completed, the meeting was adjourned.
Gerald B. Engen, Jr., Secretary
KNOW ALL MEN BY THESE
irgeon Elect c n�v, ill�R 4rincipal, and
Buzety, are hereby held and
as OWNER, in tho .sum of $_
Mffle
truly to be made, we hereby
assigns.
SECTION 00410
BID BOND
PRESENTS: that We, the undersigned
as
tine for payment of which, well ana
severally bind ourselveo, successors, and
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, AIMS COMMUNICATIONS SYSTLM EnASE 3; BID NO. 5868_
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall axecute and deliver a
Contract in the form of Contract attached hereto (properly completed in
accordance with said Hid) and Shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing
labor or furnisning materials in connection therewith, and shall in all
other respects perform the Agreement created,by the acceptance of said Bid,
then :his obligation shall be void; otherwise the same shall remain in
farce and effect, it being expressly understood and agreed that the
liability or 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.
9u=ety Companies exveuti.ng 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 WHaRsor, tho Principal aDd the surety have hereunto set their hands
and seals this JM _ day. of My , 20_0a, and sucn of ehem as ara
corporations have caused their corporate seals to be hereto affixed and thes®
presents to be signed by their proper officers, the day and year first set forth
.above.
VRIUCZVJLL
Name:Sturge0n Electric Ce((pany, Inc.
Address: 12150 E. 112th Avenue
Handers , CO 0W
B}7 :
Richard S. Swartz
Title: Vice President
S[ nTr .
Safeco Insurance Cavan of Awrica
Safeco Plaza
Seattle, WA 98185
e
BY:
Title: Sheree Hsieh, Attorney -In -Fact
ATTESTQ44,
By:�
,JuQK B.Cfayne, Assistant Secretary
(SEAL) (SEAL)
.I
7/96
Section 00410 Page 3
SAFECO' POWER
/ OF ATTORNEY
KNOW ALL BY THESE PRESENTS:
SAFECO Insurance Company
PO Box34525
Seattle, WA 88124-1626
No. 12424
That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
sssssMICHAEL M. BILL; MICHAEL H. BILL; EDWARD L. MOURNIGHAN; CYNTHIA L. JENKINS; GINGER J. KRAHN; SHEREE HSIEH; BRENDA JOHNSTON;
RICHARD KALTMANN; Indianapolis, Indiana+++++rssssssssssr++swssr+++r+sssr+s+rsssss+tr+r+r++s+ssrsssrrrssssssgs+sssts*+++sst++++++++++*+rsrsw
its true and lawful atlorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a
similar character issued in the course of Its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such Instruments had
"been duly executed by Its regularly elected officers at its home office.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 1st
, 2004
CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
day of June
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Moe President appointed forthat
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in fact or under other appropriate titres with
authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company in the course of its
business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority
-or Oh ahy bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or In any other manner reproduced; provided,
however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
SAFECO INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(1) The provisions of Article V, Section 13 of the By -Laws, and
(11) A copy of the power -of -attorney appointment, executed pursuant thereto, and
(ill) Certifying that sald power -of -attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be facsimile thereof."
I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution
f -of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution
and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 19th day of July 2004
CHRISTINE MEAD, SECRETARY
S-1300/SAEF 2/01
®A registered trademark of SAFECO Corporation
PDF
EXHIBIT B
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
f
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of
America, General Insurance Company of America, First National Insurance Company, American States Insur-
ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk
Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be
eligible for reimbursement of certain surety bond losses by the United States government under a formula
established by this Act.
Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that
exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act
also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of
terrorism. Losses on some or all of your bonds may be subject to this cap.
This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement
guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
S{248 2/03
ADDENDUM 2
BID #8888 ATMS COMMUNICATIONS SYSTEM PHASE
3 BID SCHEDULE
BASE BID
ITEM #
PAY
ITEM
DESCRIPTION
UNIT
OTY.
UNIT
PRICE
ITEM
COST
1
203
Potholing
Hour
600
$ 80.5D
$ 48,301
2
613
2" Electrical Conduit Plastic
L.F.
3-9-,2-6-3-
5.95
233, 61
3
613
Pull Box 12"x18"
Each
6
285.0
1,71(
4
613
Pull Box 24"x36"
Each
43
5
613
Pull Box 30'x48'
Each
4
971.0
3 88
6
613
Pull Box 48'x60'
Each
2
1,357.0)
2, 71
7
614
Fiber Opdc Cable Install Only)
L.F.
66.244
1.75
115, 92
8
626
Mobilization
Lump
Sum
1
10,262.00
10, 26
9
630
Construction Traffic Control
Lump
Sum
1
53, 000. 0
53100
Total Cost
$488,202
.00
.85
.00
.00
.00
.00
.00
0�
4 h
ti
O
` vco 04 o
N� �L a
?N N r A'- Cl U
0 co Go
`N° E ^ co i
c
0
44)
= Y
F C Ep U E
F C U CCR
_
O
N F
< 0 �s - In Z
o $ o U o a U> L
E FT ' a' ao F n' $' °° L
F
c E a
3 m ° m 3 in AU 3 c4 p°
N fn
O ppE ti O Al E CL
m U E y c
cUi U aEi 9 U LLl p U c
yyLLI 0
0 N U A p
Q+ y z E'er d z o E z 2 w
Ir p^ m p = v wt a
& U y C0 d rig N y C�7 v� U) o
_ c y 2 E'
E E U v
}may 3
Iq _
ce) co
1� u NO O O � CIA CD
N 10
'0
Vl
N
O � � O N J
Uc� ~ U� U� m
z $ O O
z 98 a
L �o
O
O O:.i F N Iq w CD
Cl) F c •D
a to
W a"' z a69
a
Y w O
H U U o w U iS c
�+ O Z z .Z a
J TiV S �W iid S a0 `y=n 1
Q o b 0 �o G� Fz U zci �E
NE 8
¢¢Ep ¢Q i
ICI U e O F 4. F e oFN [r
�|
k
©s
-CID
$a
J
Iƒ
)
E
-
/)
)
/
«
$@
�#
e
b�
e
/m
r
§
//
j
.
ƒ)
33
°
(
2 \
S
E
/
\
-
CD
;
)
S
(
a
f
�
b`
cn�
.
#
3
%
m
ƒ
K
2
/3
2£
\/
)2
§
§k
FA
a
!\
)_
a
\G
�E
_
ao
E
/.or
Ĥ04
■
�
]}
)
■
c
04
\
■
/
)
#
co
&
ƒ:)
£e
~
\
�
�
/ \
f
ƒG2
�
�
-
�
�
/
§
�
�
�
0"
01;
�q5yZ cIt
CD
� i
N
A C
N
f=
CO
co
N
woo
�Fo CIO
c
3 m
aU
c
_�
N
C
O
c
E
y
U
�
9
U
o
N
Cl.
_N
W
p
N
U
c
—
z
o
yL, C
p J
cm
o
m
v
MA
r
cli
O
00
c
o
O
3
d
ti
C
�U
yCCcn
S
C
rN
�p
O
n
E
y
rn
o
U
S
G y
m
N
J
Vi
W
JO
j+ y
O
J
V] 65
c
0
Z
O
N
a
Z
p
D
ao
l0
Z
U
U
O
N
^
i0
W
U�
W
d'
o
N
�
=
U
U
.W
yg
.�
Fic
Y
o9
F.
Lc)
O
L
N
0
N
w
N
0
U >
)
m
N
H
c
CCU
0
3
O
�c
N U
E
ci
c
o
a
C
c
O
E
CO
U
U
�
U
Y33
fps
In
U
U
O
tm
U
A J�
ti iq
Cl)
v
N
J
>
O
Q
m
a
a
v
c
(_�
Em
Obi
Cl)
U8o
p
W
U
O
an
D
�s
o>
C
Y
E
U
m'
J
y9
�
9t
OZ
N
t U$
W
U
€€
U
a
60
o:
04
N
0
y (O u p c)
Otq 1pp M pu M
001 O �i 0) D O N
nt N C P• v E ^�' N �• � aZ' c
z tom' U z a tN U �A t0
W °NC d p v� zy
Qx .�i 00 L p� C n ONO " �Go
3. U' CG 0 w m
N
L
C
/1 Q
}� O
L Uy 0) �>1 «
t Q1 m u t $ L°
O o t
wo
�
o v
� m
CD Cj
v �gg
U c o c o U> o v 0 m Cl)
CCU co
V1 0 F N VJ 0 CD
CD E 4) co3: F N V1 or-)N
6 c d
3vi �� 0 3 £U rn 3v,OU
ci lV c ci lV c
C qpp a C ,� = C 9pp O
>;LM
a3
OU E O O E y U CL ti a)
U
U U v Y U U U c c
0 d to 0 O tf6 S ° t>
Q 2 m
Q C o ya. yp W Q D yE lL J c
y O C N U w a0i CL U c � O fn
d z�1 a zm v c a�i zLM U
A co
� -0wit {_p F
N N N �o
Ol y by
G] Cb(D
LL O
w � t W 0o t� a 0 G3
m a N $�Lo g
OCcg 0; LE
p Uo H Urn 5 Urn
*42 G p LV ow ito cNn
co
0 F OD W F� ,p F 00 W
4.0 N
z
CQ Q = z m
C O N
F O N ` U Q N V U F W z� L`U
a g Ug
5w LE ,moo° d� w O gv m
3�'
.
l4k
&o
E
f
) \
\ ?
k
\ Cl)
N
!3
q�
k
u0
�
k\
®
a
§
u
\
2
0.S
)
�
q
$
&
k
`
f
A
§
f2
0
ƒR
2�
°
Lo
CM
\
co
-
■
IF
�
_
a
a
2
_
k
w
®k
\
LLJ
§
Ĥ
fj
»
f
2
%
Ora
00
2\
o
�#
0
\
/
�
0
w
2
f
2
�Lo
fk
$\
o
\
�
�
�
f
�
fill
0�'
_
N
V 0)
Cl)
0
a
O
OD
U
zv
co
co
Zv
Cl)
Cl)
aND
V
r O
6
«�
pN�
n aO
$5Fx
N
N
«
Yy
7p]
a
LSI+
r
C
O M
m
❑❑��jj L°
F
p
O N
v O
L°
Y
o U
V m'
b
z
€g d
F
)
5m
of
>. N
N
Nto a-
(00 C
? y C O LL �i, p C m O O p C O
COspa
,�n_Y r% m Q F 0 L
m .}� ,fie
S N $ 5 2
3� a� Sin Qo 3U)
ci N ci
0 T 'Cc
O Cl. e cc
O n y h p n y co
U O U C cli
U U
W G N N C G O tg C 'C t LO_l
W W ` Ln ) C
'r W Q N W VV 0 =
07 C >>
•~ V O U }WCI if
rn a21 o Q �
a�
W onto c Q vim o
..q W y = y
U
a o o F=o
V g$� 6 d } $o t� m �o ai o
pNCD m
¢p t1 O
17i I N p N N N
o M = a C co� C
b J U co v V 2 U I
CD
•� Z °g�gc p d o 06 8ggo c
4GI: � G7rn c �� � ❑rn O
:r In F d ° °i m N °act 1
.41
0 >a
Lei 06 _I o
�+ cA J Z u
2 Fn
W ai } Lj n
a �ZN w t� ���
PC I FW o zaNi �'^ U FY o zm [=lL o zv° E
a > � sE . � � y- a tqg �� bO >
H E 12
Z o C 9 U a (n LL � e ao O
F 9 V w C7
C�
OF
ppco o
0
cs
So �,co
��
o 0 o_
C co zv o E� Goi E U cn Z�
cc� z p
8 = n a0 N04
o _
_ n cO
o
oe ca
rn o
C C
V ? y tE N
�i2 h O U y o
S F �i
��
T
d
b �� CD��
U > c`_oo U > N aoi c
a04
° y c g y c o 'D y >c o a
p cn 0 F N v� 0 o > r� v� o °D >
�t C .F�e.
E QO 3 O (D s ac
rn o p ai
3 in p U t 3 ib p, U t
N ci i3 c ci N c
m E m cc vi 9 vi
9
O E n y O E y K m O E v. '�° €
& CJ >` 8 06 U v m = U v m
v8i €€ n C y � = E y c v U m E
w 5c$ a w_ N w_ 'per'
U E O O U C O h Ur C O a
Ih•�!'ll �j Nn ;Z � O m '�00
O ��7,
W iU 0 fn C CO C
a in c
o wo
y 0) N a
r� vCD cn
d c a c
�CIA w Vui O q3 BCD m
004 o O$ CD
co Q Q 04
C M 8€ Lo
UZ Urn ~ >- Urn F-
a
o g CD
o
a°� to €y_ p �_ p
C N C 5 N MA O
bFN LL o > 0`� o
y O 49 w
Q
H 2 W 2
od � � 0)
F Cl) p o F. P< L O z c E" F V o " 'ah^
a.
b } u� E w m pxp � EEded
FBI U'
t
C;
0`
al'
?'
O
p
N
O
g°'��E44
Iy
L
LO
V
q
o
CD
V
��
k,
8 9�
t xa
US
n
G
" W'O+
Cl)
N
aD
x n
D
Q"
E
..
Y
W
'�o
UU
�p
U=
CL
U7
d
yc
co
coFT
X,?
yc
v� O
o
y
X, 0
pc
CD
y
.
3
a°
Sin
a0
3m
U
p, U
iV
qp
ci
C
iV
qpC
�6
f0
ci
C
N
qpp
c
`
O
n
y
OCL
y
L
O
CML
E
po
y
y
9
U
v
�
U :
y
c.4
8
U
U >:
CO
wa
m
S
0
r�
U _
c
p
Mu16
Eq O
to
N
(j d
w
a
co
4U.. V
z Np
m
Z 01
j
v
d
Ny
N
Viy
O
d
wU)
Gj
.^
N
NV
C
N
O
�
0
y
0
FE
OLM
O
i'i (i C
'�
C
•ate
dSp
co
$N
y
V1
17i
N
yH
N
Y
N
p
N
W
D.
p
p
N
€ N
s
U
�
La
r
u n
C
F
oy
p
p
p
O
c
p
D
p
L9
O
a
CL
10
>
>
7
LaiV
a
«
0
O
Q
O
F
J
C
fn
U
0
u
d
45
m
c0
co
r
=
'^may
rr
F
Fy Z
^ p
F^
F (n
0
O
F
y
yQ.
C
b
ad
Qy. p
,CD
F
p
O
FS.
°
dSj
w
I.Q.I
aLL
aN
OU
'U
y
\22
«
a 0 /
/!
#
iLa )
w )
0
�
\(CD
f) n� °
«@
»J
S
\
�
ca
`
]
§
{
$
2
2
D
)
/)
UL
g
013)
2|
2A
0
k
«
»
a
o
e
44
q
§
$\
ƒ 2
u&
_|
2j
\
\�
#
LU
2
■
)
q
3
/
)�
!)
)
8
-
f £
/\
/
\/
/
#
$:
)co
J /
£a
�`
20
2g
/k
/i
=
f(
CD
CD
))
kk
°
2 \
�S
\
�
!
§
00
2
co
;
bk
/§
m
»«
!
)
Oa
§
G
2§
z�
f=
2«
co
)
\
a
/§
]
\
f\0
T
e
2\
a«
■
)
j
2
w
°
/
2 06
ƒ�
77
f k
fg
/
/u
�/
�
�
�
�
�
STURGEON ELECTRIC COMPANY EQUIPMENT
INVENTORY LISTING
DESCRIPTION
TYPE
QUANTITY
PASSENGER VEHICLES
V
18
PICKUP TRUCKS
V
383
VANS
V
49
TRUCKS/MATERIAL
V
107
DUMP TRUCKS
V
30
AERIAL TRUCKS
V
85
BOOM TRUCKS
V
64
FIFTH WHEEL TRACTORS
V
8
PRODUCTION DIGGER
V
5
BACKHOES
E
79
TRENCHERS
E
30
CRAWLER TRACTOR W/B
E
10
DIGGER DERRICK
V
88
COMPACTORS
E
27
SKIDDER
g
20
POLE TRAILERS
T
27
REEL TRAILERS
T
66
HOTSTICK TRAILERS
T
4
FLATBED/EQUIPMENT TRAILERS
T
103
OFFICE TRAILERS
T
21
SEMI TRAILERS
T
75
COMPRESSORS
E
57
CEMENT MIXERS
E
I
WELDERS
L
10
BORING MACHINE/MISSILES
L
5
SAWS
L
6
WATER TANKS, TRAILERS OR TRUCK
T
7
PULLER -UNDERGROUND
E
30
FORK LIFTS
E
I I
PNEUMATIC HAMMERS
L
3
TENSIONERS
E
9
SOD CUTTERS
L
0
BLOWER
L
10
RIPPER BUCKET
T
5
MISCELLANEOUS
T
15
ARROW BOARDS
T
2
POLELINE PROP DOLLY
L
3
STRINGING ROLLER
L
5
FINGER LN DOLLY, SINGLE DRUM
L
3
FINGER LN DOLLY, THREE DRUM
L
3
ROPE PAYOUT RACK
L
3
CABLE PULLING REEL
V
6
LEASE PURCHASE/RENT
V
35
TOTAL
1528
TYPE V-- VEHICLES
878
TYPE E -- EQUIPMENT
274
TYPE T -- TRAILERS
325
TYPE L -- LARGE TOOLS
51
Sturgeon Electric Company, Inc.
Winter 2004 1 Programs
The following Alternate Work locations are to be bid
as separate work items.
ALTERNATE BID
ITEM #
PAY
ITEM
DESCRIPTION
UNIT
QTY.
UNIT
PRICE
ITEM
COST
Laurel St
1
203
Potholing (hr)
Hour
25
$ 80.50
$2 012.50
2
613
2" Conduit (If)
LF
3030
3
613
Pull Box 12 x 18 (ea)
Each
1
285.00
285.0
4
613
Pull Box 24 x 36 (ea)
Each
9
5
613
Pull Box 30 x 48 (ea)
Each
0
0.00
0.0
6
613
Pull Box 48 x 60 (ea)
Each
0
7
614
Fiber Optic Cable
(install)
LF
3528
8
630
Construction Traffic
Control
Lump
Sum
1
TOTAL COST
1
31,713.0
S. College
1
203
Potholing (hr)
Hour
50
$ 80.50
$ 4,025.0
2
613
2" Conduit (lf)
LF
15834
5.95
94,212.3
3
613
Pull Box 12 x 18 (ea)
Each
1
285.00
285.0
4
613
Pull Box 24 x 36 (ea)
Each
17
5
613
Pull Box 30 x 48 (ea)
Each
0
0.00
0.0
6
613
Pull Box 48 x 60 (ea)
Each
0
7
614
Fiber Optic Cable
(install)
LF
17514
8
630
Construction Traffic
Control
Lump
Sum
1
17,922.00
17,922.0
TOTAL COST
154,505.8
7/96 Section 00300 Page 3
& MEPwawcrwie
RICK SWARTZ
Vice President
Construction & Industrial
21 Years of Experience
Client Development in Western U.S.
• Extensive Management experience in the areas of outside
plant, construction, service, telecommunications and traffic.
• Experience in various facility types ranging from commercial
and industrial, hospitals, airports, high tech and
processing/manufacturing facilities to utilities.
• Extensive experience and understanding of all phases of the
electrical construction industry.
• Representative for Labor Relations
Work History 2003 - Present MYR Group & Sturgeon Electric
Vice President
C&I
2002 - 2003 MYR Group
Vice President
Transmission & Distribution
1982 - 2002 Sturgeon Electric Company, Inc.
Vice President
Notable Experience
• P&L responsibility for all Sturgeon Construction & Industrial
divisions throughout the western U.S.
• Business development and diversification of services in
throughout the U.S.
• Thorough knowledge of electrical construction industry from
transmission and distribution to infrastructure and inside
electrical
• Developed and implemented business plans
• Management, planning and supervision in the operation of a
full -service electrical construction company
• Responsible for day-to-day operations including approval of
estimates, tool and equipment utilization and purchases,
contract and overhead accounting reports, client relations,
contract negotiations and claims management
• Representative for labor relations, negotiations, management
and apprenticeship committees
peon
wawerwie
FRANCIS MARCOTTE
Manager Service/TeleCom
24 Years of Experience
Experience Highlights
• Qualified in all phases the electrical industry, with
experience extending over 24 years.
• Strong background in estimating and project management
with special expertise in design build and special projects.
• Administered projects from bid stage to final completion.
Work History 1984 - Present Sturgeon Electric Company, Inc.
1983 - 1984 Howard Electric
1982 - 1983 Baseline Electric
Notable Project History
Leprino Foods
Morning Fresh Farms
Adams County Library
Pepsi Bottling Company
Hewlett Packard
Purina Mills
Colorado Anodizers, Inc.
Windsor Substation
Stapleton International Airport
Martin Marietta
Samsonite
Electrical addition to process plant.
Generating plant.
Construction of new facility.
Bottle and can lines, service changes, remodel.
Photo Lab remodel.
Automation controls.
Automation controls.
Control House wiring.
Underground runway lighting, manholes.
Industrial construction and maintenance
Industrial construction and maintenance
Education & Training • University of Northern Colorado Greeley, CO
Business Administration major
Associates Degree Construction Management
�eoo
ILICTI/C
STEPHEN E. MOORE
Traffic, Communications
Operations Manager
21 Years of Experience
Experience Highlights
• Over 20 years electrical experience in traffic systems,
airport lighting, medium and high voltage installations
and telecommunications infrastructures.
Work History
1989 - Present Sturgeon Electric Company, Inc.
1984 - 1989 Lee Wan Associates (Western Area
Power Administration)
1980 - 1984 Tri-State Electric Generation &
Transmission Association
1978 - 1980 Reed Veach Wurdeman & Associates
(REA Design Consultant)
Notable Project History
Colorado Department of
Department and Project Manager: Heavy Highway electrical
Transportation and various
installations- responsible for oversight of traffic signalization,
Municipalities
highway lighting, fiber optics interconnects and maintenance.
US West
Department Manager: Responsible for oversight of regional
telecommunications outside plant construction projects
Denver International Airport Project Manager: Responsible for oversight of runway/taxiway
and Regional Airports lighting and safety systems.
Various Industrial Facilities Project Manager: Responsible for the installation of overhead
and underground medium voltage electrical distribution
systems.
Western Area Power
Facilities design and construction projects; substations,
Administration
transmission lines from 115 kV to 345 kV, substation relaying
and testing.
Southwestern Area Power
Facilities inventory and upgrade design for electrical substation
Administration
and hydropower plants.
Tri-State Electric Generation
Energy Management System Design and Construction - power
& Transmission Association
plant, substation, and transmission facilities.
Rural Electrification
Electrical and communications facilities design and
Administration Public Power
construction, overhead and underground.
Districts
Education & Training
University of Colorado; MBA
• Regis University; BSBA
• Northeast Technical College; ASA
Senn
wcwerwie
GARY L. ECKLEY
Senior Project Manager
17 Years of Experience
Experience Highlights
• Perform oversight construct and management for traffic
signal and highway lighting projects.
• Managed scheduling, job -site purchasing, quantity tracking
and reconciliation, billing and job close out.
• Supervise and train employees on various aspects of traffic
signal construction.
Work History 1992 - Present Sturgeon Electric Company, Inc.
1992 Collier Electric
1990 - 1992 Traffic Systems, Inc.
1985 - 1990 City of Kansas City, Missouri
Notable Project History
Sturgeon Electric
Qualifications
Education
Colorado Boulevard Fiber Optic Interconnect
City of Denver Fiber Infrastructure
City of Thornton Traffic Signal Interconnect
Metro Area Municipalities Traffic Signal
Maintenance/Installation
2 years bench experience (PC board level)
Traffic Counting Peek Equipment — Western Signal
IMSA Microprocessor
IMSA Level I,II,III
3M Certified Technician
Outside Plant Fiber Optic Systems
OSHA Certified
JATC Instructor for Apprenticeship
Journeyman Traffic Signal Technician
Missouri Western State College
St. Joseph, Missouri
B.S. Electronic Engineering Technology
ACORD CERTIFICATE OF LIABILITY
INSURANCE DATE (MM DD/YY)
PRODUCER 1-312-704-0100
Arthur J. Gallagher & Co.
125 S. Wacker Drive
Suite 500
10/30/03
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.
Chicago, IL 60606
Attn: Paulette Konrad
INSURERS AFFORDING COVERAGE
INSURED
Sturgeon Electric Company, Inc.
INSURERA.Gulf insurance company (A X)
INSURERB:Zurich American Insurance company (A Xv)
12150 E. 112 th Avenue
INSURER C:
Henderson, CO 80640
INSURER D:
INSURER E:
COVERAGFS
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
B
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
GLOS37415409
09/30/03
LIMITS
09/30/04
EACH OCCURRENCE
32, 000, 000
FIRE DAMAGE (Any One fire
S100,000
CLAIMS MADE O OCCUR
MED EXP One r
$ 5, 000
PERSONAL d ADV INJURY
52.000,000
GEN'POLICY GATE LIMIT APPLIES PER:
POLICY PRO-
LOC
GENERAL AGGREGATE
54,000,000
PRODUCTS - COMPIOP AGG
S4,000,000
B
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
TAP837415607 (TX)
BAP631915507 (A/O/S)
09/30/03
09/30/03
09/30/04
09/30/04
COMBINEDSINGLELIMIT
f2,000,000
ALL OWNED AUTOS
BODILY INJURY
(Per Person)
S
SCHEDULED AUTOS
HIRED AUTOS
BODILY INJURY
(Per ecoO )
S
NON -OWNED AUTOS
X
PD Comp Dad $100,000
X
PD Coll Ded $100, 000
PROPERTY DAMAGE
(Per ecC0en1)
S
GARAGE LIABBJTY
ANY AUTO
AUTO ONLY - EA ACCIDENT
S
OTHER THAN EAACC
S
S
S10, 000, 000
A
_
EXCESS LIABILITY
X OCCUR CLAIMS MADE
CU2859517
09/30/03
09/30/04
AUTO ONLY: AGG
EACH OCCURRENCE
AGGREGATE
S 10, 000. 000
$
DEDUCTIBLE
X RETENTION $10, 000
$
B
B-
B
WORKERS COMPENSATION AND
EMPLOYERS'LULBKITY
WC837415107 (CA)
WC837415307 (WI/OR)
WC837415207 (A/O/S)
09/30/03
09/30/03
09/30/03
09/30/04
09/30/09
09/30/04
X CRST MT OTH
S
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE -EA EmPLoYEEj
51. 000, 000
E.L. DISEASE -POLICY LIMIT I S1, 000, 000
L
OTNER
-
-
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
CERTIFICATF MnI nFoI I
For Bid Purposes Only
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 50 SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
AUTHORIZEDREPRESENTATWE
ACORD 25-S (7i97) stesim
1399250 IP Ir Vnu L,Umrvrcn 1 lum Iwo*
Powered BYCertificatesNow"'
le
M-J INSURANCE, INC • MICHAEL M. BILL
EDWARD L. MOURNIGHAN
JAN R. BEDNARZ
DULNE
...AMIC
N ASSUREX PARTNER S. CUNNIN
MICHAEL ILCHAPMAPMAN
STEVEN B. SMITH
MARK B. JONES
BRIAN D. FIELD
STEVEN B. CARRAWAY
KATHY W. KEBO
BRAD A. FRAWLEY
MICHAEL H. BILL
AB
March 25, 2002 J. BAUMGCOLIN RTNER
A. ROBERT BAUMGARTNER
MICHAEL D. MUNDY
W. ROBERT SCOTT
JOHN R. LONG
JOHN D. RESLEY
HIDEYUKI KAWASHIMA
LIFE. HEALTH AND
EMPLOYEE BENEFITS
• 317-805-7520
Future Contractual Client of Sturgeon Electric Company, Inc. .FAX317-805-7529
FRANK T CROSSLAND
Corporate Office 12150 East 112th Avenue JOSEPH A. PERKINS
E. BILL
Henderson, CO 80640 JULIIEE AEBURRIS
BRIAN J. ELSON
SOR.ORM DIVISION
CINDY H. STELLHORN
RE: Bonding Program
To Whom It May Concern:
We have been the Surety for Sturgeon Electric Company, Inc., which
is a member of MYR Group for over of twenty-five years. We have
issued bonds in excess of $40 million, however we do not reveal
maximum single job or work program limits as this is a matter
between the contractor and ourselves and each job must be considered
in light of the current circumstances and contract.
We highly recommend Sturgeon Electric Company_, Inc. as a very
knowledgeable firm in their field. We believe you will find your
relationship with this firm to be most beneficial. SAFECO Insurance
Company, through M-J Insurance, Inc. is Sturgeon's current bonding
company and has developed a bonding program that has proven to be an
asset to Sturgeon Electric Company's clients.
Should you have any questions, or if we may be of further service,
please do not hesitate to contact our office.
Sincerely,
SAFECO Insurance Company
Cynthia L. Jenkins
Attorney -in -Fact
P.O. BOX 50435 ■ INDIANAPOLIS, IN 46250-0435 ■ 317-805.7500 ■ FAX 317-805.7515
3750 PRIORITY WAY S. DR. ■ SUITE 200 ■ INDIANAPOLIS, IN 46240-1490 ■ www.mjinsurance.com
■
STATE Oft,�"
DEPARTMENT OF
STATE
CERTIFICATE
I, DONETTA DAVIDSON, Secretary of State of the State of Colorado,
hereby certify that, according to the records of this office,
STURGEON ELECTRIC COMPANY, INC.
(Michigan CORPORATION )
File # 19871056740
was filed in this office on August 31, 1946 and has complied with the applicable provisions
of the laws of the State of Colorado and on this date is in good standing and authorized and
competent to transact business or to conduct its affairs within this state.
Dated: May 5, 2004
For Validation:
Certificate ID: 795863
To validate this certificate, visit the following
web site, enter this certificate ID, then follow the
instructions displayed.
www.sos.state.co.us/ValidateCertificate
SECRETARY OF STATE
■
■ 0
ACTIVE .
MASTER ELECTRI
1705 J/ . UNl�
�05�
SSELL CT=
CO 80007
ROSEMARY MC COOL
DIRECTOR DIVISION OF REGISTRATIONS LICENSEES SIGNATURE
z
STATE OF COLORADO
DEPARTMENT OF REGULATORY AGENCIES
DIVISION OF REGISTRATIONS
BOARD OF ELECT CAL '
ACTIVE �'
ELECT A ACTOR
13 /01/2003 XPIRES
/2005 QUtECTO
(VISION F REGISTRATIONS
NUM ISSUED f'
STUR ON ELEC CO INC .n
GARY THIAVILLE
12150 E. 112TH AVENUE
HENDERSON CO 80640 �^C
LICENSEE' SIGNATURE
CONTRACTOR LICENSE
Licellsi
11
STURGEON ELECTRIC CO, INC.
THIAVILLE GARY
LICENSE # : ME-63
FXPIRATI ON: 04/10/2005
-mmn trator
City of Fort Collins
No. ME-63
This certi ies that
STURGEON ELECTRIC COMPANY, INC.
GARY THIAVILLE
is C'censed 6y the
City of Fort- Coffins, Co%rado as a:
REGISTERED MASTER ELECTRICIAN CONTRACTOR
Date Issued:
APRIL 101 2004
Expiration Date: APRIL 10, 2005
License Class
Contractor Signature
ustomer Service Supervisor
W. Harmony
1
203
Potholing (hr)
Hour
0
2
613
2" Conduit (lf)
LF
20
10.25
205.
3
613
Pull Box 12 x 18 (ea)
Each
0
0.00
0.
4
613
Pull Box 24 x 36 (ea)
Each
7
437.00
3,059.
5
613
Pull Box 30 x 48 (ea)
Each
3
971.00
2,913.)
6
613
Pull Box 48 x 60 (ea)
Each
0
0.00
0.
7
614
Fiber Optic Cable
(install)
LF
5780
1.75
10,115.
8
630
Construction Traffic
Control
Lump
Sum
1
715.0
715.)
TOTAL COST
$ 17,007.
W.
Elizabeth
1
203
Potholing (hr)
Hour
25
80.50
2,012.
2
613
2" Conduit (lf)
LF
1628
5.95
9,686.
3
613
Pull Box 12 x 18 (ea)
Each
1
285.00
285.
4
613
Pull Box 24 x 36 (ea)
Each
1
437.00
437.
5
613
Pull Box 30 x 48 (ea)
Each
0
0.00
0.
6
613
Pull Box 48 x 60 (ea)
Each
0
0.00
0.
7
614
Fiber Optic Cable
(install)
LF
1785
1,
8
630
Construction Traffic
Control
Lump
I Sum
1
1 2,079.00
2,079.
TOTAL COST
1
1 17,623.
7/96 Section 00300 Page 4
20
ill
E
'5
Horsetooth
Rd.
1
203
Potholing (hr)
Hour
25f
80.5
$ 2,012.
2
613
2" Conduit (lf)
LF
1853
5.95
11,025.
3
613
Pull Box 12 x 18 (ea)
Each
0
0.0
0.
4
613
Pull Box 24 x 36 (ea)
Each
4
437. 00
1,748.
5
613
Pull Box 30 x 48 (ea)
Each
0
0.0
0.
6
613
Pull Box 48 x 60 (ea)
Each
0
0.0
0•
7
614
Fiber Optic Cable
(install)
LF
2168
1.7
3,794.
8
1 630
Construction Traffic
1 Control
Lump
Sum
1 1
2,850.01)
2 850.
TOTAL COST
y. rxtt,na
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 (250) of the total Agreement Price.
RESP CTFU Y S /BMT D:
July 19, 2004
Signature Richard S. gwz Date
Vice President
Title
3
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Judy B. a e, Assistant Secretary
Address 12150 E. 112th Avenue
Henderson, CO 80640
Telephone 303-286-8000
7/96 Section 00300 Page 5
50
35
)0
)0
)0
)0
)0
If
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.
RESPECT LLY UB IT ED:
July 19, 2004
Signature Ri and S. Swartz Date
Vice President
Title
9�1
License Number (If Applicable)
(Seal - if B'd is by corporation)
Attest:
Layne . Ass . Secretary
Address 12150 E. 112th Avenue
Henderson, CO 80640
Telephone 303-286-8000
7/96 Section 00300 Page 5
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement 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: Sturgeon Electric Company, Inc.
12150 East 112th Avenue
2. Permanent main office address: Henderson, CO 80640
3. When organized:
4. If a corporation, where incorporated: Mi�h;gan
5. How many years have you been engaged in the contracting business under your
present firm or trade name? 92
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
See attached proems -in progress
7. General character of Work performed by your.,company:
Commmications & Electrical - Division 16
M
Have you ever failed to complete any Work awarded to you?
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.
n o
no
m
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.
12. List your major equipment available for this contract.
See attached inventory listing
13. Experience.in construction Work similar in importance to this
project:
See attached similar work
14. Background and experience of the principal members of your organization,
including officers:
See attached resumes
15. Credit available: $ parent, MYR Group, Inc., has made arrangements with First
Energy, it's parer , - t
16. Bank reference: is needed. Bank One, Wilibaldo Tovar, 312-732-8031
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? Coiorado What
class, license and numbers? electrical V. We a so hold iicenses Ui many of the
State of Colorado cities, towns an munici i ies.
19. Do you anticipate subcontracting Work under this Contract? Yes
If yes, what percent of total contract? 55%
and to whom? Dishman Corp., CJ's Construction, Roadway Safety Solutions, LLC.
20. Are any lawsuits pending against you or your firm at this time? no
If yes,
DETAIL
7/96 Section 00420 Page 2