Loading...
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.