HomeMy WebLinkAboutRESPONSE - BID - 7212 WEST MYRTLE ALLEY - DOWNTOWN ALLEY ENHANCEMENTSSECTION 00300
BID FORM
PROJECT:7212 West Myrtle Alley - Downtown Alley Enhancements
Place r7 S Go
Date -5/cf r i"
1. In compliance with your Invitation to Bid dated March 1 , 2011 and
subject to all conditions thereof, the undersigned
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 Flat or- -r" -rzx - S/V
($ S 7, ) 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: gUgL% g MA0r Ae- 'zAZ'4&e.-rY GaanP.i vY 0 0 6a�
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.
_through 0—
Rev 10/20/07
Section 00300 Page 1
21. What are the limits of your public liability? DETAIL
What company? WMImr
22.
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 `ojff - jplthis 50K day of 201t.
Name of
By:
Title:
State of
County of
being d worn deposes and says that he
is P of y RcAu y+ff� and that
(name of organiz tion)
the answers to the foregoing questions and all statements therein contained
are true and correct.
Subscribed and sworn to before me this 3&- day of (�/t , 20N .
.' C�YS�AL •'•
:. gRUNKER : �c
My cc
Rev10/20/07 Suction 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 1M of the contract.
ITEM
SUBCONTRACTOR
<k2,CC,Kt' 6e1.Q5Nt-WjrS
I0A,07-W<Ad, i I { �SGkP� SV ST cs
ors
Section 00430 Page 1
TECHNOLOGY
CONSTRUCTORS
INCORPORATED
March 30, 2011
City of Fort Collins
215 N. Mason St.
Ft. Collins, CO 80522
RE: Downtown Alley Enhancement — Section 01010-1.3.A.4
To whom it may concern:
Pursuant to the above -mentioned Section, we hereby submit the following infonnation.
A) Business access and coordination including issues such as trash collection and deliveries.
Action will be taken as outlined in Section 01010-1.8A of the specifications.
B) Utility installation and relocation.
Before the storm drainage work begins, a representative from each utility company should
attend the preconstruction conference to bring up any issues they may have that could
possibly affect this installation. Keeping in mind the local businesses, the disturbance must
try to be kept at a minimum.
C) Schedule and cost control.
Weekly meetings will be held to go over the current schedule and to discuss any cost
concerns such as change orders.
Please review and call me if you have any questions or concerns.
Sincerely,
Edward R. Callejo
Project Manager/Estimator
5636 Kendall Court, Unit A, Arvada, CO 80002, (303) 431-2961, (303) 431-0091 fax
TECHNOLOGY CONSTRUCTORS, INC
5636 KENDALL CT UNIT A
ARVADA, CO 80002
#11
Completion Type of Construction Owner Cost Location
Construction of a gateway sign,
03/2007
site reremovals, gateway
Arvada Urban
$90,654.00
NW corner of Wads Bypass
monument, signage w/ lighting,
Renewal Auth
& Olde Wads.
plantings, & irri ation
05/2008
Traffic signal improvement for 5
City of Lakewood
$1,342,286.28
5 Intersection (see
interesection
comment
02/2008
Improvement of intersection
City of Lakewood
$394,529.44
Wads & Ohio
05/2008
Concrete foundation & slab for kiln
City of Lakewood
$106,741.00
6375 W 1 st Ave
Addng (1) lane w-bound & (1) e-
Lincoln Ave w-bound (1-25 &
09/2008
bound
City of Lone Tree
$1,762,577.70
Park Meadosw Dr) & e-
bound 1-25 & Oswego ST
12/2007
Remove/repair-section of ramp &
RTD Civic Ramp
$34,200.00
1560 Broadway
curb
08/2009
Box culvert extension, intersection
City & County of
968,152.00
Leestdale & Mississippi
improvement
Denver
09/2008
Intersection Improvements
City of Aurora
$108,850.50
Buckley & Illiff
11/2008
Apartment drainage
Chestnut Ridge
$120,824.00
Hampden Village Apts
Improvements
Investors
09/2008
Intersection Improvements
City of Lone Tree
$439,136.00
Chester St & Yosemite
0812009
Pedistrian Crossings
CDOT
$275,081.24
125 Pedstrian Crossing
06/2010
Traffic signal improvement for
City of Greenwood
$1,423,637.40
Fiddlers Green Circle
multiple interesections
Village
Roadway
09/2010
Granite Art relocation &
RTD
$23,180.00
16th& California
replacement
09/2010
Safe Routes to School
City & County of
$323,674.00
Ashley & Swansea Schools
Denver
10/2010
Sutton Road Shoulder
Jefferson County
$493,358.00
Sutton Road & Wolff St.
Im rovements
TECHNOLOGY CONSTRUCTORS, INC
5636 KENDALL CT UNIT A
ARVADA, CO 80002
#13
Streetscape-concrete curbs, brick
03/2006
pavers, pavement, sidewalk,
City of Fort Collins
$1,005,456.86
Tenney Court & Trimble
landscaping & irrigation, street
Court
v- 1ti
TECHNOLOGY CONSTRUCTOR INCORPORATION
5636 KENDALL COURT UNIT A
ARVADA CO 80002
Phone: 303-431-2961 Fax: 303-431-0091 E-mail: tecconst@hotmail.com
Equipment Owned
1 1999 Melroe 873 Loader (Bobcat)
1 2006 John Deere Skidsteer
1 2006 John Deere Skidsteer
1 1996 John Deere 31 OD Backhoe
1 1999 Buck Dandy Trailer
1 1992 Butler Trailer
1 1993 Butler Trailer
2 Generator 10kw Yokohuma
1 1998 Briggs 20" Saw
2 1998 Wacker Trench Roller
4 2000-2004 Demolition & Slab Saws
3 98 Vibratory Roller
1 40' Van Trailer
1 1998 F800 Flatbed/Dump Truck
1 1998 Mikasa Compactors
1 1999 Mikasa Compactors
3 2002 Melroe Breaker
1 E-Z Drill Slab Rider
2007 Concrete Forms
1 1999 Dodge Ram 2500
1 1999 Dodge Ram 2500
TECHNOLOGY CONSTRUCTOR INCORPORATION
5636 KENDALL COURT UNIT A
ARVADA CO 80002
Phone: 303-431-2961 Fax: 303-431-0091 E-mail: tecconst@hotmail.com
Superintendent:
Michael Trujillo
Employed with Technology Constructors, Inc. since August 16, 2010
Certifications/Training
Traffic Control Supervisor
Construction Supervisory Training
OSHA- Hazardous Waste
CODT Certificate of Stormwater Management & Erosion Control
CPR 1 st Aide
Certificate of Decorative Concrete Design & Troubleshooting
Current responsibilities include:
a. Scheduling of work crews, equipment, materials, and contractors for on site work.
b. Supervise job site personnel
c. Supervision of job site construction activities
Experience prior to Technology Constructors, Inc.
K.E.C.I. Colorado, Inc. April, 1998 - August, 2010
Responsible for all supervision of sub -contractors & crews in all facets of heavy highway constrcution
including scheduling, utilities, dirt work, removals & reconstruction of projects.
Experience in: concrete work, wall and flatwork, renovation work of government building.
Inlet Structures 1995- 1998
Supervisor in all facets of flatwork- residential, commerical, and heavy highway, including bidding,
scheduling and invoicing.
1� TECHNOLOGY CONSTRUCTOR INCORPORATION
5636 KENDALL COURT UNIT A
ARVADA CO 80002
Phone: 303-431-2961 Fax: 303-431-0091 E-mail: tecconst@hotmail.com
Secretary:
Edward Callejo
5636 Kendall Ct unit A
Arvada. CO 80002
Employeed with Technology Inc. since April 1, 2001
Degree
Bachelors of Science Degree in Construction Management
Colorado State Unioversity
Graduated 1982
Certification s/Train ing:
Supervisor Certification - City of Aurora
Ersion Control Supervisor
Current responsibilities with Technology constructors, Inc. Include:
1. Estimating
a. Preparation of bid
b. Preparation of subcontracts
2. Project Management
a. Preparation of bid for contract changes
b. Purchase of major material items for jobs
Experience prior to Technology Constructors, Inc.
K.E.C.1. Colorado, Inc. February 1985 - February 2000: Project Manager/Estimator
February 2000 - March 2001: Vice President
Responsible for site work municipality contracts throughout the state of Colorado. Took on projects
as a general contractor in the areas of intersection improvements, short span bridges, concrete box
culverts and roadway improvements. As a subcontractor, the responsibilities were to bid and oversee
traffic control, permanent signing and concrete flatwork contracts.
El Paso Asphalt January 1984 - January 1985: Estimator
Responsible for bidding paving projects in the Colorado Springs area.
Colorado Department of Transportation March 1983 - September 1984: Engineers Aid
Responsible for preparing cost estimates for projects under $500,000.00.
TECHNOLOGY CONSTRUCTOR INCORPORATION
5636 KENDALL COURT UNIT A
ARVADA CO 80002
Phone: 303-431-2961 Fax: 303-431-0091 E-mail: tecconst@hotmail.com
Vice President:
Mark DeMane
5636 Kendall Ct unit A
Arvada. CO 80002
Employeed with Technology Inc. since June 1, 1978
Degree
Bachelor of Science in Civil Engineering
The State University of New York, Buffalo
Graduated 1976
Certifications /Training :
Traffic Control Supervisor
Excavations and Confined Space
Current responsibilities with Technology constructors, Inc. Include:
1. Overall project management
a. Scheduling of work crews, equipment, materials, and subcontractor
b. Administration of job cost budgets
c. Supervision of all field personnel
d. Procurement of field construction equipment
e. Supervise all equipment maintenance
Experience prior to Technology Constructors, Inc.
In the Denver area, Mark DeMane worked as a Project manager for a small commercial
construction company involved with: windmill tower erection, wastewater treatment plant construction,
diversion dam construction, park construction, commercial remodeling. He also worked as a design
engineer and field inspector for an engineering firm. Prior to graduation, he worked summers and part-.
time in various trades as: iron worker, equipment operator, and general laborer.
TECHNOLOGY CONSTRUCTOR INCORPORATION
5636 KENDALL COURT UNIT A
ARVADA CO 80002
Phone: 303-431-2961 Fax: 303-431-0091 E-mail: tecconst@hotmail.com
President:
Richard Lee
5636 Kendall Ct unit A
Arvada. CO 80002
Employeed with Technology Inc. since June 1, 1978
Degree
Bachelor of Science in Civil Engineering
The State University of New York, Buffalo
Graduated 1976
Class B License: Supervisor for Building Construction
City and County of Denver
Current responsibilities with Technology constructors, Inc. Include:
1. Overall Company operations
a. Relationship with bonking and insurance company
b. Relationship with banker
c. Other relationships vital to Technology Consturctors, Inc's operation
d. Company policy and procedures
e. Company budgets
2. Office operations
3. Oversee contracting
a. Preparation of bid
b. Preparation of subcontracts
c. Negotiations
d. Purchase of major material items
e. Compilation of job cost control information
Experience prior to Technology Constructors, Inc.
In the Denver area, Richard Lee worked as an estimator and project manager for a small commercial
construction company involved with: windmill tower erection, waste water treatment plant construction,
diversion dam construction, park construction, commercial building, and commercial remodeling. He
also worked as a design engineer for an engineering firm. Prior to graduation he worked summers and .
part time as an electrician's helper, sheet -metal worker and general laborer
8. BID SCHEDULE (Base Bid) Lump sum with separate cost schedule for contract
additions/deletions.
Contractor to provide for the construction of 7212 West Myrtle Alley
Downtown Alley Enhancement work per these specifications, drawings, and
contract documents.00
ALLEY IMPROVEMENTS LUMP SUM: $ /1`( /mil 1 f7
ALLEY IMPROVEMENTS EXCAVATION PERMIT FEES COSTS: $ 7,000.00
TOTAL BASE BID COST (LUMP SUM):
IN WORDS:
0400 - UNIT COSTS FOR ADDITIONS/DELETIONS TO CONTRACT
SECTION NUMBER ITEM UNIT UNIT
COST
DEMOLITION
02070-1
Remove Existing Concrete and Asphalt
S.F.
02070-2
Remove Curb and Gutter
L.F.
SITE LIGHTING AND ELECTRICAL
03300-1
Pedestrian Light Footing
EA.
-NC
16520-1
Pedestrian Light
EA.
^ Vu
—71) �-
SITE WORK
03300-1
12" Concrete Header
L.F.
03300-2
18" Concrete Curb
L.F.
o
03300-3
Concrete Bench A&B
EA
03300-4
Concrete Pavement - 5" thick
S.F.
�^^
03300-5
Concrete Sidewalk - 6" thick
S.F.
03300-6
Concrete Pavement -additional 1"thickness
S. F.
�=
02780-1
Interlocking Concrete Pavers
S.F.CPO
'�=r
02510-1
Asphalt Patch
TON
/sb
Rev10120/07 Section 00300 Page 2
FURNISHINGS AND SITE STRUCTURES
02870-1
Planter Pots - 3' dia.
EA.
7So o�
02870-2
Trash Receptacle
EA.
02870-3
Ash Um
EA
o�
o
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:
CONTRACTOR
i�
_z//
Siena -arm— Date
_CAS 14 .cLT
Title
License Number (If Applicable)
(Seal - if Bid is by corp'o/raatt�iioonyn)),
Attest:
Address 25L.34 44£k PP,9C,L Gi v",e 77A
.p�e..spfb G-o �oOrJ2
Telephone C3c?31 4'k -.�9p /
Email _(aA� �GiQ
Rev 10/20/07 Section 00300 Page 3
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
SECTION 00410
Rev10120/07 Section 00410 Page 1
BID BOND
KNOW AhL MEN BY THESE PRESENTS: that we, the undersigned Technol gy, Cnnctn ir3nrc one.
as Principal, and -as Surety, are hereby held and firmly bound unto the cites
Port Collins, Colorado, as OWNER, in the sum of $ Five Percent of"
for the
payment of which, well and truly to be made, we hereby jointly and severally
bind ourselves, successors, and assigns.
T13E CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort CQ11insr. Colorado the accompanying Bid and
hereby made a part hereof to enter into a Construction Agreement for the
construction of Fort Collins Project, 7212 West Myrtle Alley - Downtown Alley
Enhancements.
NOW THEREFORE,
(a) if said Bid shall be rejected, or
(b) If said Bid shall be accepted and the principal shall execute and deliver
a Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid) and shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said
Bid, then this obligation shall be void; otherwise the same shall remain
in force and effect, it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated_
The Surety, for value received, hereby stipulates and agreest
he
obligations of said Surety and its BOND' shall be in no way m paired or
affected by any extension of the time within which the OWNER may accept such
Bid; and said Surety does hereby waive notice of any such extension_
Surety companies executing bonds must be authorized to transact business in
the State of Colorado and be accepted by the OWNER_
' Employers Mutual Casualty Company
" Amount Bid (5%)
Rev 102=7 Section 00410 page 2
IN WITNESS W17-REGF, the Principal and the Surety have hereunto set their hands
and seals this 31st day of March , 20_11, and such of them as are
corporations have caused their corporate seals to be hereto affixed and the e
presents to be signed by their proper officers, the day and year first set
forth above.
Name
PRINCIPAL
Technology Constructors, Inc.
(SEAL)
SURETY
Employers Mutual Casualty Company
P.O. Box 712
Des Ifioines, IA 5036-0712
Title- Florietta Acosta Attomey-in-Fact
(SEAL)
ROV1D20i07 Section 00410 Page 3
/EMC Insurance Companies No. 930308
P.O. Box 712 - Des Moines, IA 50306-0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company. an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
KEVIN W. MCMAHON, ANNE E. HILL, TIFFANY MCGONIGLE, DONALD E. APPLEBY,FLORIETTA ACOSTA, DILYNN GUERN, SUSAN J.
LATTARULO, J.R. RICHARDS, MARK SWEIGART, SARAH BROWN, INDIVIDUALLY, DENVER, COLORADO..........................................
its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
ANY AND ALL BONDS
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of
the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire APRIL 1, 2012 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney Is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer. any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact at anytime and revoke
the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them,
to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory, in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed.
IN WITNESS WHEREOF, the Companies have caused these presents to be signed for each by their officers as shown and the Corporate seals to be hereto affixed this
29TH day of JULY 2010
Seals
SEAL 1863 T 1953
% . o
R.nLR4 NC., AV
_ Q,4 , n.,, Div Q5 ,u Wf'•:
(, pi l., L NVONq C W` NPnJ
SEAL =?_ SEAL SEAL
. Y ,.., ! vy''„ ...• n :�Ff" ,,.,,.,,CSC �-
�CWP �'k�e naeps. 'NOiNes �O
JSUAL
c�
469*
Bruce G. Kelley, hairman Michael reel
of Companies 2, 3, 4, 5 & ; President Assistant Secretary
of Company 1; Vice Chairman and
CEO of Company 7
On this 29THday of JULY AD 2010 before me a
Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Michael
Freel, who, being by me duly swom, did say that they are, and are known to me to be the
Chairman, President, Vice Chairman and CEO, andlor Assistant Secretary, respectively, of
each of The Companies above; that the seals affixed to this instrument are the seals of said
corporations; that said instrument was signed and sealed on behalf of each of the Companies
by authority of their respective Boards of Directors; and that the said Bruce G Kelley and
Michael Freel, as such officers, acknowledge the execution of said instrument to be the
voluntary act and deed of each of the Companies.
My Commission Expires October 16, 2011.
`•t 1 CHERYL CROWNOVER
Commission Numoer 719064 l� UUs/ SSSll�llU���V//
OF.�'t'SUFt 6�P My Comm, Exp, Oct. 16. 2011 Notaryf',, ;in an,f for trip, State of Iowa
SM tN S
CERTIFICATE "-•�--•441,��
I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing t sofiion of t#ie'B hrds of Directors by each of the
Companies, and this Power of Attorney issued pursuant thereto on JULY 29 2010
on behalf of Kevin W. McMahon, Anne E. Hill, Tiffany McGonigle, Donald E. Appleby, Rorietta Acosta, Dilynn Guern, Susan J. Lattarulo,
are true and correct and are still in full force and effect. J.R. Richards, Mark Sweigart, Sarah Brown
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this3l is t day of March 2011 ..
Vice -President
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
Please refer to Section 01010, Summary of Work, Part 1 - General, 1.3
Contractor Qualifications in the Project Manual/Specifications. 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. r�� n�\` ,`
1. Name of Bidder: TeWNOUe+U CNSn"UcnP-S (( I"c-
2. Permanent main office address: JSivaw -r"T
��Qnn"1'R1�
��CJlJ2
3. When organized:
4. If a corporation, where incorporated: (/Ul�ctoli�
5. How many years have you been engaged in the contracting business
under your present firm or trade name? 3' uInaM
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropri to ant}''c-i-pate at of cpmpletion.)
A�,nrn rn (AlnrwA/7 4 AmIJ� 19n1 I
7. General character of Work performed by your company:
MYiiFrrn rvc VnorU-a1.Vii:lrc cry
8. Have you ever failed to complete any Work awarded to you?K_
If so, where and why? IJ o N E
9. Have your ever defaulted on a contract? MO
If so, where and why? NONE
10. Are you debarred by any government agency? NO
If yes list agency name. N WE7
Rev10/20/07 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 hrTr Vr i 1:)
13. Experience in construction Work similar in importance to this
pro
ti
14. Background and experience of the principal members of your organization,
including officers:
6EE ftiTPrG++FJD ��SUMES
15. Credit available: $& �—yV�-�— Q���1, �1 Q� ,,l'll'-
16. Bank reference: 0-OL&P(gQ GTFY bprpAK.� c rO(()5—�4 t�
17
18.
we
Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required by the OWNER?
Are you licensed as a General CONTRACTOR?
If yes, in what city, county a d sLta't--err?, U What
class, license and numbers?I "A� a�71� of unyer ullarado(b ctin
Do you anticipate subcontracting 'Work under this
Contract? S
If yes, what percent of total contract? r5l5lt
and to whom? ��� rr�l7orf On�/&o A,7J71d -
20. Are any lawsuits pending against you or your firm at this time? NO
IF yes, DETAIL Nt)N F
Rev10/20/07 Section 00420 Page 2