HomeMy WebLinkAboutRESPONSE - BID - 8308 TRANSFORT REROOFSECTION 00300
BID FORM
PROJECT: 8308 Transfort Reroof
Place: Fort Collins, CO
Date: 6/2/2016
In compliance with your Invitation to Bid dated April 21 20 16 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 Five percent of the bid amount (5%) Please see attached bid bond
($ 5% ) 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: Developers Surety & Indemnity CO
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
8. The undersigned Bidder hereby acknowledges the documents listed below are required
elements of the bid and must be submitted with the bid. The City may reject any
incomplete bids as non -responsive.
- Bid Form (Section 00300)
- Certified or Cashier's Check Bid Bond (Item 3 above and Section 00410)
- Acknowledgement of Bid Addenda (Item 7 above)
Nathan Lopez has more than 12 years in the roofing industry and over 20 years
in the construction industry as a laborer, estimator, project coordinator, superintendent,
and opprations manager
15. Credit available: $ none needed, self financed.
16. Bank Reference: Guaranty Bank and Trust Company- Tim Hill 970-454-4193
Rory Mill, Branch Manager, 970-267-6803
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER? Yes
18. Are you licensed as a General Contractor? No
If yes, in what city, county and state?
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? No
If yes, what percent of total contract?
And to whom?
20. Are any lawsuits pending against you or your firm at this time? pin
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL None
What company?
22. What are your company's bonding limitations? $500,000.00 bonding capacity/or in progress
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 Z � this 2nd day of June
Company: Select Roofing Contractors, LLC
By: Printed:
Title: Manager
State of _
County of
Colorado
Larimer
is Zack Stanevich
(Name)
20 16
Zack Stanevich
being duly sworn deposes and says that he
of Select Roofing Contractors, LLC
(Organization)
and that the answers to the foregoing questions and all statements therein contained are true
and correct.
Subscribed and sworn to before me this Zn d day of J (A VI e , 20fI0.
4ptaryblic
My commission expires: S 1-1 12 b I &
(Seal)
JOROYN KIRKPATR— I� ACK1E
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID 20144030978
W COWASSION EXPIRES AUGUST 7, 2018
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM
SUBCONTRACTOR
NA (we are self performing all of our work
PROJECT NO.
COLORADO DEPARTMENT OF TRANSPORTATION Transfort Reroof Bid No. 8308
ANTI -COLLUSION AFFIDAVIT LOCATION
6750 Portner Road
Fort Collins CO 80524
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.
S. 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.
Contr cto s firm com ny na e
Selectooing Contractors, LLC
By
Date
6/2/2016
2614 S. Timberline Rd, Unit 109-182
Title
Fort Collins CO 80525
Zack Stanevich, Manager
2nd contractor's tirm oroompanyname. (Ifjoint venture.)
By
Date
Title
Sworn to before me this all day of, J lit h,Q- 20 ((0
Notary Public p�
Gt/I.y
My com NJres
1 k
JORDYN KIRKPATRICK-MACKIE
NOTARY PUBLIC
NOTE: This document must be signed in ink.
STATE OF COLORADO
MVIA T ru cu ldmulAmro OT Form 9606 1/02
W COMPASSION EXPIRES AUGUST 7, Z018
OLORADO DEPARTMENT OF TRANSPORTA
(BIDDERS LIST
Project Name and Number I Project Code I Proposal Date I Contractor Region
Transfort Reroof #8308 8308 6/2/2016 Select Roofing Contractors, LLC CO
ubconiractors[Suppliers/Vendors: The bidder must list all firms seeking to participate on the contract. This information is used by the
Colorado Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to
submit this form may result in the proposal being rejected.
Firm Name Email Work Proposed I DBE I Selected
(Select all that apolv7 (Y/N) (Y/N)
Roofing Supply Group Mwerpy(wrsgroot. com I ru Materials N Y
Streamline Crane Service streamlinecrane ahoo.com Hoistin Service N I Y
Heimbuck Disposal tim(cDheimbuckdisosal.com Trash Service N I Y
II certify that the information provided herein is true and corrgct to tjte best of my knowledge_ I
(Name (S[t naturellnifials ITitle (Date I
Work Proposed Caregodes:
1 A.fatenals and Supphes
2 Flagging and Ttaflrc Control
3 Trucking and Hauling
4 Precast Concrete Foundations and
Footings
5 Concrete Paving Flatuork and Repair
6 Lighting and Elecincal
7 Signs Signal installation, and Guardrail
8 Fencing
9 Buildings and vertical Structures
10 Uvlrf/ Water and Sevmr Lines
form must be submitted by the
1 f Structural Steel and Steel Reinforcement
12 Riprap and Anchored Retaining Wails
13. Landscape and Erosion Control
14 Bridge and Bridge Deck Construction
15 Asphalt Paving
16 Road and Parking Lot Alarking
17 Chip Seal Crack Seat Joint Seal and
Crack Fill
16 Bridge Painting and Coaling
19 Stain,vay and Ornamental Afetal
20 Parking Lots and Commercial Sidewalks
deadline. For CDOT projects, submit to
2f Cleanng Demolition Excavation and
Earthwork
22. Engineering and Surveying Services
23 Public Relations and involvement
24 Piles and Deep Foundations
25 Waste 1.lanagement and Recycling
26 Site Clean Up
27 Afechanical and HVAC
28 Tunnel Construction
29 Profiling and Grinding
30 Environmental Health and SafePy
CDOT Form #1413 01114
COLORADO DEPARTMENT OF TRANSPORTATION
ANTICIPATED DBE PARTICIPATION PLAN
Bidder:
Select Roofing Contractors, LLC
Project:
Transfort Reroof
Contact
Zack Stanevich
Project Code:
8308
Phone:
970-290-5393
Date of Proposal:
6/2/2016
Email:
Zack@selectroofingcontractors.com
Contract Goal:
°
Preferred Contact
Method: email
Region.
Colorado
BE Commitments
DBE Firm Name
Work to Be Performed
Commitment
Amount
Eligible
Participation
American Industrial & Const. Supply
Supply Insulation for the project
$73,951.00
Yes, 22%
Horizon Sheet Metal Inc.
Fabricate Sheet Metal for proiect
$4,875.00
Yes 1
Total Eligible
Participation
Total Bid Amount
$332.316.00
Total Eligible Participation Percentage
23%
Bidden Signature
This section must be signed by an individual with the authority to bind the Bidder. By signing this form, as an authorized
representative of the Bidder, you declare under penalty 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 your knowledge. Further, you attest that you have read
the Standard Special Provision Disadvantaged Business Enterprise Requirements and understand the following:
CDOT shall not award a contract until it has been determined that the contract goal has been met or that you have otherwise
demonstrated good cause. Once your proposal has been submitted, commitments may not be modified or terminated without the
approval of CDOT. If selected as the lowest apparent bidder, you shall submit a Form 1415 for each commitment listed above. If you
have not met the contract goal, you will also be required to submit documentation of all good faith efforts to meet the contract goal.
It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and that their eligible participation
has been properly counted. For additional information and instructions on calculating eligible participation, see the Standard Special
Provision Disadvantaged Business Enterprise Requirements.
Zack Stanevich
Manager
6/2/16
Name
Title
Signature
Date
This form must be submitted by the proposal deadline. For CDOT projects, submit to cdot—hqjbeforms@state.co.us.
Civil Rights and Business Resource Center CDOT Form # 1414 01/14
BUY AMERICA
The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide
that Federal funds may not be obligated unless steel, iron, and manufactured products used in
FTA-funded projects are produced in the United States, unless a waiver has been granted by
FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7,
and include final assembly in the United States for 15 passenger vans and 15 passenger
wagons produced by Chrysler Corporation, and microcomputer equipment and software.
Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R.
661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic
content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification
(below) with all bids or offers on FTA-funded contracts, except those subject to a general
waiver. Bids or offers that are not accompanied by a completed Buy America certification
must be rejected as nonresponsive. This requirement does not apply to lower tier
subcontractors.
BIDDER MUST SIGN ONE (1) OF THE FOLLOWING:
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S. C. 53236) (1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1)
and the applicable regulations in 49 C.F.R. Part 661.5.
Date
Signat
6/2/ 16
Company Name Select Roofing Contractors LLC
Manager
Title
Certificate of Non -Compliance with 49 U.S. C. 53236) (1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C.
53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
Company Name
Title
Certification requirement for procurement of buses, other rolling stock and associated
equipment.
Certificate of Compliance with 49 U.S.C. 53236)(2)(C).
The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C.
53230)(2)(C) and the regulations at 49 C.F.R. Part 661.11.
Date
Signature
Company Name
Title
Certificate of Non -Compliance with 49 U.S.C. 53236)(2)(C)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
53230)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C.
53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7.
Date
Signature
Company Name
Title
SECTION 00480
APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any
person for making lobbying contacts to an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions [as amended by "Government wide Guidance
for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in
paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying
Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)]
(3) The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the
Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such
failure.
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited
expenditure or fails to file or amend a required certification or disclosure form shall be subject to
a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure
or failure.]
The Contractor, Select Roofing Contractors, LLC certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor
understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this
certification anq disc+osure, if any.
Signature of Contractor's Authorized Official
Zack Stanevich, Manager Name and Title of Contractor's Authorized Official
6/2/2016
Date
Statement of Bidder's Qualifications (Section 00420)
- Schedule of Subcontractors (Section 00430)
- CDOT Form #606, Anti -Collusion Affidavit (Section 00440)
CDOT Form #1413, Bidders List (Section 00450)
CDOT Form #1414, Anticipated DBE Participation Plan (Section 00460)
Buy America Certification (Section 00470)
Appendix A, 49 CFR Part 20, Certification Regarding Lobbying (Section 00480)
9. The Bidder acknowledges this is a Federally funded project subject to the Federal Terms
and Conditions incorporated herein as part of the Invitation to Bid. This project has a
DBE goal of 5%. In order for a bidder to be responsive one must make a good faith
effort to meet the DBE goal. The bidder can meet this requirement in either of two ways.
First, the bidder can meet the goal, documenting commitments for participation by DBE
firms sufficient to meet the goal. Second, the bidder can document adequate good faith
efforts. These good faith efforts must be completed prior to submittal of the bid. To
meet the DBE eligibility requirements, DBE firms must be certified by CDOT. The CDOT
DBE Directory is available at https://www.codot.gov/business/civiIrights/dbe. If the
apparent low bidder does not meet the project DBE goal, three copies of the contractor's
good faith effort needs to be submitted to the City of Fort Collins Purchasing Department
by 4PM on the next business day after bid opening.
10. BID SCHEDULE (Base Bid)
Total Base Bid (lump sum) $ 347,284.00
IN WORDS Three hundred forty seven thousand two hundred eighty four dollars
ADD/ALTERNATES:
AT THE CITY's SOLE DISCRETION, AWARD OF THE CONTRACT SHALL BE BASED ON
THE LOWEST QUALIFIED RESPONSIVE AND RESPONSIBLE BIDDER FOR ANY OF THE
BELOW OPTIONS:
- BASE BID; OR
- CUMULATIVE TOTAL OF THE BASE BID PLUS SELECTED ALTERNATES; OR
- CUMULATIVE TOTAL OF SELECTED ALTERNATES AND NO AWARD OF BASE
BID.
Additions/Alternates:
1. Provide a cost to re -roof the lower roof section of the building. This work would include
the removal of the existing roof/ballast and install the new ISO insulation and 60 mil
TPO roof per plans and spec's. This price would include all asbestos abatement
necessary to complete the project.
$ 269,492.00 each
2. Provide a cost to re -roof the upper roof section of the building. This work would include
the removal of the existing roof/ballast and install the new ISO insulation and 60 mil
TPO roof per plans and spec's. This price would include all asbestos abatement
necessary to complete the project.
$ 99,959.00 each
3. Provide a cost to add new roof drains (as needed). This would include the full
assembly, including baskets, which will tie -into the existing roof drain plumbing.
$ 479.00 each
4. Provide a lump sum price for all asbestos abatement work to be done. The asbestos
abatement work is not included as part of the base bid. This work will be added to the
contract base bid if awarded. It is at the City's discretion on whether this work will be
part of the low bidder's contract or if the work will be handled in-house.
$ 13,903.00 lump sum
11. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work.
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:
Select Roofing Contractors, LLC
CONTRACTOR
BY:
Zack Stanevich 6/2/2016
Printed Date
Manager
Title
R-2414+
License Nur�qer (If Mpl�cable)
(Seal - if Bid is by corporation) Attest:
Address 26114 South Timberline Road, Unit 109-182
Telephone
Collins CO 80525
970-290-5393
Email zack@SelectRoofingContractors.com
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Select Roofing Contractors LLC
as Principal, and Developers Surety & Indemnity Co , as Surety, are hereby held and firmly
bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ five percent of amount of bid (5%)
for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has submitted to the City
of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a
Construction Agreement for the construction of Fort Collins Project, 8198 Transfort Reroof.
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 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.
Surety Companies executing bonds must be authorized to transact business in the State of
Colorado and be accepted by the OWNER.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this day of May 23 , 20 16 and such of them as are corporations have caused
their corporate seals to be hereto affixed and these presents to be signed by their proper
officers, the day and year first set forth above.
PRINCIPAL
Name: Select Roofing Contractors LLC
Address: 2614 S Timberline Rd #109-182
Fort Collins, CO 80525
By: Zack Stanevich :�—'A '4<�
T
Q
0
SURETY
Developers Surety & Indemnity Company
5613 DTC Parkway, Suite 825
Greenwood Village, CO 80111
By: Scott Runyan 1w'f--
�J
Title: Attorney -in -fact
(SEAL)
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263-3300
KNOWALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
"'Ryan Hicks, Jay Helzer, Scott Runyan, jointly or severally —
as their true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of
suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as
each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these
presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this January 29, 2015.
N PA
y Daniel Young, Senior Vice -President 5J`�,ORPOA'Ar -?i_, �G 4APOgq
F 2 F, G
t 2 OCT.
w OCT.
10 n 5 O
a
By: = 0 1 9 3 6 / o= 1967
Mark Lansdon, Vice -President o
'h`7Jj'.,••.....�OW,P�,.:..�-a „s � 9�1FOP1� -la
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange
On January 29, 2015 before me, Lucille Raymond Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Daniel Young and Mark Lansdon
Names) of Signer(s)
LUClllf RAYMOND
II Commission 0 2081945 =
_ '+ Notary Public • California
z Orange County
M Comm. Expires Oct 13, 2018
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed
to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature
Lucille'' RaAond, Notary Public
CERTIFICATE
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of
said corporations set forth in the Power of Attorney are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, this day of
Cassie J. rrisford, Assistant Sectfitary
ID-1380(Rev.01/15)
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.
Name of Bidder: Zack Stanevich with Select Roofing Contractors, LLC
2. Permanent main office address: 2614 S. Timberline Rd Unit 109182. FC CO 80525
3. When organized: October 2013
4. If a corporation, where incorporated:
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 2.6years Lover 20 years in the roofing industry)
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
Clayton Elementary School: $229,098.00 completion date of July 31, 2015
Ross Charter School, NG Aurora & Frisco, Aims: $700,552 completed by Aug 31, 2015
Big O Tires, Memory Care, Foothills, Columbine Apts: $513,010 completed by Sept 30, 2015
7. General character of Work performed by your company:
In' •• 1• •1111- ..• . A 03 1•. .• -- 1.- I'm- FEIN •• HATOMIKOR3111116
8. Have you ever failed to complete any Work awarded to you? NO
If so, where and why?
9. Have you ever defaulted on a contract? NO
If so, where and why?
10. Are you debarred by any government agency? NO
If yes list agency name.
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.
•. to• ►- •MoM 111 11 • ee - -• ,"IM, t=21111111Ell
Windsor Charter Academy New Const Windsor: $125,000 completed Summer 2015
12. List your major equipment available for this contract.
All associated roofing tools and equipment including chute, cutters, rollers, carts,
dumpsters cranes lifts etc
13. Experience in construction Work similar in importance to this project:
We complete all roofing projects including new construction reroofing, repairs and
service.
14. Background and experience of the principal members of your organization, including
officers:
Zack Stanevich: Graduate from CSU with a focus in construction management
with more than 8 years in the roofing industry and over 15 years in construction.