Loading...
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