HomeMy WebLinkAboutRESPONSE - BID - 6084 OLD TOWN SQUARE IRRIGATIONThe Green Plan, Inc
Professional Landscape Services
645 Compton Street
i •••
Broomfield CO 80020-01634
TO CITY OF FORT COLLINS
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLR
OLD TOWN IRRIGATION - BID NO 6084
BID OPENING 2/07/08 @ 3 00 PM
11 List the more importan7:, protects recently completed by your company
stating the approximate cost of eac7 and the month and year completed
location and type of construction
See Attached
12 List your ma3or equipment available for this contract
Bobcat skids aar, DitChw tch
13 Experience in construction Work similar in importance to this
protect
See Attached
14 Background and experience of the principal members of your organization
including officers
See Attached
15 Credit available $ Unlimited at thi
16 Bank reference Wells Fargo Bank, Kiva Stram 303-441-0344
17 Will you upon request fill out a detailed financial statement and
furnish any other information that may be required by the OWNER
18 Are you licensed as a General CONTRACTORS NO
If yes in what city county and states What
class license and numbers
19 Do you anticipate subcontracting Work under this
Contracts No
If yes what percent of total contract
and to whom
20 Are any lawsuits pending against you or your firm at this time' NO
IF yes DETAIL
Rev 10/20/07 Section 00420 Page 2
21
22
What are the limits of your public liability DETAIL
See attached certificate of insurance.
What companyP Moody Insurance Agency
What are your company s bonding limitations?
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 Brnnmf, el dy [gin this ri-h day of rab mry 20 08
Name of Bidder
By
Title'�/7Cr.-�' _
State of�,Oloy o 0
ybeZcl
Count of
J O — being duly sworn deposes and says that he
Is of � , 4 ��,C�J'Q. �� �3— c. and that
(name of organization)
the answers to the foregoing questions and all statements therein contained
are true and correct
Subscribed and sworn to before me this
LP
day
of !�C[
W
ary Publi
My commission expires r)e G �% L o��
2 00
Rev 10/20/07 Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 10i of the contract
ITEM
SUBCONTRACTOR
NONE
Section 00430 Page 1
The Green Plan, Inc
Professional Landscape Services
645 Compton Street
Broomfield Colorado 80020 1634
Phone 303 938 8230
Fax 303 938 8137
PARTIAL CONSTRUCTION REFERENCE LIST
PROJECT FOOTHILLS COMMUNITY PARK -PHASE 2B
LOCATION Boulder Colorado
OWNER City of Boulder Parks and Recreation
CONTACT Ms Maureen Spitzer
TELEPHONE 303-413-7227
AMOUNT $150 406 00
COMPLETION DATE JULY 2007
PERCENTAGE OF COST 100%
PROJECT
BOULDER COUNTY TRANSPORTATION AND
BOULDER CITY OPEN SPACE BUILDING
LOCATION
Longmont Colorado
OWNER
Winston & Associates
CONTACT
Mr Dave Hopewell
TELEPHONE
303-440-9200
AMOUNT
$ 38 294 00
COMPLETION DATE
OCTOBER 2006
PERCENTAGE OF COST
100%
PROJECT LARIMER COUNTY CORRECTIONS -PHASE H
LOCATION Ft Collins Colorado
CONTACT Nathan Lowery Hensel Phelps Construction
TELEPHONE 970-498-5926
AMOUNT $ 47 357 00
COMPLETION DATE NOVEMBER 2006
PERCENTAGE OF COST 100%
PROJECT
DRY CREEK PEDLSTRIAN BRIDGE EXTENSION
LOCATION
Englewood Colorado
CONTACT
Mr Miguel Ochoa Kiewit Construction
TELEPHONE
303-930-9028
AMOUNT
$ 71 423 00
COMPLETION DATE
AUGUST2007
PERCENTAGE OF COST
80%
PROJECT
LOCATION
OWNER
CONTACT
TELEPHONE
AMOUNT
COMPLETION DATE
PERCENTAGE OF COST
PROJECT
LOCATION
CONTACT
TELEPHONE
AMOUNT
COMPLETION DATE
PERCENTAGE OF COST
BOULDER COUNTYDETOXFACILITY
Boulder Colorado
Boulder County Architects
Mr Alan Watkins
303-441-3286
$ 74 912 00
SEPTEMBER 2007
100%
DENVER NEWSPAPER OFFICE BUILDING
Colfax and Broadway Denver Colorado
Ms Jane Hood Cushman/Wakefteld
303-954-3330
$ 80 41 S 00
JULY 2006
100%
The Green Plan, Inc
Professional Landscape Services
645 Compton Street
Broomfield Colorado 80020 1634
Phone 303 938 8230
Fax 303 938 8137
The Green Plan, Inc - Employee qualifications
Jeffrey S Pope- President 1981 Graduate of Purdue University in Landscape
Architecture, held positions in Sales Management and Operations Management with two
of the larger commercial landscape installation and maintenance fines in the Dallas,
Texas area for six years Started Landscape Specialties, Inc in Grapevine, Texas in 1989
and grew it to the third largest landscape firm in Tarrant County before selling the
operation in 1995 This firm now is part of the TruGreen Land Care Purchased The
Green Plan, Inc in 1996 with revenues of $ 490,000 00 in 1995, presently The Green
Plan, Inc is one of the largest landscape firms in Broomfield County with revenues in
excess of
$ 5,000,000 00
Raymond Tyler- Operations Manager 1988 Graduate of North Dakota State University-
Bottmeau and 1992 Graduate of University of Wisconsin- Stevens Point with a B S in
Urban Forestry and minors in Water Quality, Soils and Environmental Education
Qualified Supervisor licensed with Colorado Department of Agriculture has been
working in the landscape industry for over 18 years
John L Bartley- Division Manager Graduate of University of Illinois, B S in
Floriculture & Ornamental Horticulture, specializing in Golf Course Management and
has been working in the landscape industry for over 30 years
Dale Coffman- Irrigation Supervisor Has been working in the irrigation industry for 23
years, handles all phases of irrigation from design to in stall to maintenance His projects
have included small residential to 200 acre parks
Dan Monahan- Arborist and Chief Estimator Has been working in the green industry for
5 years, attended classes in Arboriculture and Plant Health Care He is a Qualified
Supervisor licensed with Colorado Department of Agriculture in ornamental pest control
Jose Pedro Arellano- Tree Division Supervisor Has been trimming and removing trees
for 8 years He also conducts all the training He is well known at the City of Boulder
Forestry, for his quality of work
Thomas Ritner- Tree Division Forman Has been trimming and removing trees for 10
years
ter 2/6/2008 Time 4r20 PM Tor Yvonne ® 303 938 8137
Pager 002
ACORD CERTIFICATE OF LIABILITY INSURANCE 2/6672ooe')
PRODUCER (303)824-6600 FAX (303)370-0118 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Moody Insurance Agency Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR
3773 Cherry Creek North Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Suite 800
Denver CO 80209-3804 INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURER AMCO Insurance Company 19100
The Green Plan Inc INSURER Nationwide Insurance Co 25453
645 Compton Street INSURER Pinnacol Assurance 41190
Broomfield CO 80020-1634 INSURERE
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY
REQUIREMENT TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
I NSR
ADD
POLICY
POLICY
TYPE OF INSURANCE
POLICYNUMBER
NMIDDNYI
MM ANY)
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1 000 000
AMA
PDREMGE TO RENTED
ISES Ea oanmence
$ 100 000
X COMMERCIAL GENERAL LIABILITY
A
CLAIMS MADE 7XI OCCUR
ACPMCP07512410360
11/1/2007
11/1/2008
MED EXP An one arson
$ 5 000
PERSONAL &AD'INJURY
$ 1 000 000
Add 1 Insured Form
GENERAL AGGREGATE
$ 2 000 000
CG 20 10 10 01 Attached
GENL AGGREGATE LIMIT APPLIESPERCOMP/OPAGG$
2 000 000
O
POLICY X PRLOC
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
l 000 000
X
ANY AUTO
(Ea ecadenry
$
BODILY INJURY
B
ALL OANEDAUT0-
ACPSA7512410360
ll/l/2007
11/1/2008
SCHEDULED ALITOo
Par' s n)
$
BODILY INJJPV
HIRED AUTO,
NON OWNED AUTOS
(Per ScPdont)
$
PROPERTY DAMAGE
$
IPeracadanO
GARAGE LIABILITY
AUTOONLY EAACCIDENT
$
OTHER THAN ACC
$
ANY AUTO
$
AUTO ONLY AGG
EXCESSNMBRELLA LIABILITY
EACH OCCURRENCE
$ 5 000 000
X OCCUR CLAIMS MADE
AGGREGATE
$ 5 000 000
A
DEDUCTIBLE
ACPCAA7512410360
11/1/2007
11/1/2008
$
X RETENTION 10 000
C
WORKERSCOMPENSAMONAND
X WC STAT OTH
EMPLOYERS LIABILITY
EL EACH ACCIDENT
$ 100 000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED/
4044669
11/l/2007
11/1/2008
100
fyes des rbaunder
EL DISEASE EA EMPLOYEE$
000
EL DISEASE POLICY LIMIT Is
500 000
SPECIAL PROVISIONS baI W
OTHER
DESCRIPTION OF OPERATIONS&OCATIONS EHICLES XCLUSIONS ADDED BY ENDORSEMENTSPECIAL PROVISIONS
R8 Old Town Square Irrigation System Project #6084 City of Fart Collins in named as Additional Insured with regards
to General Liability 10 Day Notice of Cancellation Applies to Non -Payment of Premium This certificate is subject
to the terms conditions and exclusions of the policies
1:ANUI:LLATION
(303)938-8137 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City Of Fort Collins EXPIRATION DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL
Purchasing Division 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT
215 North Mason Street
2nd Floor FAILURE TO DO SO $HALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
Fort Collins CO 80524-4402 INSURER, ITS AGENTS OR REPRESENTATIVES
ACORD 25 (20(
NS025 to t oe) oea
AUTHORIZED REPRESENTATIVE
Charlene Navarra �.nn.a..Gcil+-�'--�-•----
9)ACORD CORPORATION 1988
Page I of 2
tea 2/6/2008 Time 4,20 PM Toy Yvonne ® 303 938 8137
Page, 003
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an
endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such
endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing
insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively
amend extend or after the coverage afforded by the policies listed thereon
ACORD 25 (2001/08) --
NS025 toioe) oea Page 2 of 2
SEC ---ON 00300
BID FORM
PROJECT 6084 Old Town Square Irrigation
Place_ Broomfield, Colorado
Date 02/06/08
1 In compliance with your Invitation to Bid datea Tanuary 16 2d18 and
subject to all conditions thereof the unaersigned
a (Corporation Limited Liability Company Partnership Joint Venture or
Sole Proprietor) authorized to do business in the State of Coloraao
hereby proposes to furnish and do evervthing requirea 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 ant that it is made _n
oirsuance of and ssbDect to all the terms a-�a cona�zions of the
n an on to Brn and=n__=tzsc_lcrs to Blaoers the =eemer- the
aeta___, Scec---ca--_ - a-::
_-
ao'e
3 Accc^ican�rna :,I-s Bid is a certir_ea or casiie� s c-iec) o_ standard B-d
bond in the sum of 5% of total amount
($ ) in accordance with the Invitation To Bid aria Instructions
to Braders
4 The undersigned Bidder agrees to execute the Agreement and a Peizormance
Bond and a Payment Bond for the amount of the total of th-s Bid within
fifteen (15) calendar nays from the date when the written notice cf the
awara 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 Moody Insurance Agency, 3773 Cherry Creek North Drive,
Suite 800, Denver, Colorado 80209-380
5 All the various phases of Work enumerated in the Contract Documents with
their individual lobs 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 it the Contract Documents
7 The undersigned Bidder tereby acknowledges receipt of Pdaenaa No
t'irouah -
Rev 1DJ20107 Section 00300 Page 1
8 BID SCHEDULE (Base Bid) Lump Sum for Two Work Phases
Phase I -Sixty Eight Thousand and Fourty Dollaftllars ($68,040 00
In words
Phase II Sixteen Thousand One Hundred and Dollars ($16,165 00
Sixty FEavwcodalars
TOTAL -Eighty Four Thousand Two Hundred Dollars ($84,205 00
and Five TXokDads
ALTERNATE BIDS
Deletion of Phase II --- No Bid
In words
Two -wire Control System --- No Bid
In words
Upright Steel Pipe --- No Bid
In words
9 PRICES
Dollars ($ --- NoRTB )
Dollars ($ --- No Bid
Dollars ($ - - - No Bid
The foregoing prices shall include all labor materials transportation
shoring removal dewatering overhead prof= insu-ance etc to cover
the complete Work in place o-- the several rinds callea fo-
Olga__ ac}rooieoges tea' _� OWNS- na_ t -_o^t _c a__et= - =ns _ tn=
Bio ir change quantities at. -ls sole a_scret�on wit out Git�ccing t7e
Agreement or prices of any item so long as the deletion or change does
not exceed twenty-five percent (251) of the total Agreement Price
RESPECTFULLY SUBMITTED
The Green Plan, Inc
CONTRACTOR BUSINESS NAME
C BY Jeffrey Pope, President
S 02/06/08
Signature Date
Jeffrey Pope
Printed Name
License Number (If Applicable)
Address 645 Compton Street
Broomfield, CO 80020-1634
Telephone 303-938-8230
Far 303-938-8137
President
Title
Email ]pope@thegreenplan com
(Seal- if Bid is by corporation) NO CORPORATE
SEAL
Attest
Check
One
Individual Doing Business in Company Name
% Corporation
Partnership
Rev 10/20/07 Section 00300 Page 2
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder S Qualifications
00430 Scneaule of Subcontractors
SECTION 00410
Rev 10/20/07 Section 00410 Page 1
00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned The Green Plan
Inc as Principal, and Contractors Bonding and
Insurance Company as Surety, are hereby held and firmly bound unto the
City of Fort Collins, Colorado, as Owner, in the penal sum of Five Percentof
Amount 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 Contract Agreement for the
construction of City of Fort Collins Project, Old Town Square Irrigation System as
per Project No 6084
WHEREAS, the Owner, as a condition for receiving said bid, requires
the Principal to deposit with the Owner a Bid Guaranty equal to five
percent (5%) of the amount of said bid
NOW, THEREFORE,
(a) If said bid shalt be rejected, or in the alternate,
(b) If said bid shall be accepted and the Principal
shall execute and deliver a Contract Agreement
(properly completed in accordance with said bid) and
shall furnish a Performance and Payment Bond upon
the forms prescribed by the Owner for the faithful
performance of said Agreement, and shall in ail
other respects perform the agreement created by the
acceptance of said bid,
then this obligation shalt be void, otherwise the same shall remain in
force and effect, it being expressly understood and agreed that the liabi-
lity of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated
00410 continued
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.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set
their hands and seals this 7th day of February , 2008 , 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 The Green Plan Inc
645 Compton Street
Address Broomfield CO 800�634�
By 1DJ✓� �\
SURETY
Contractors Bonding
and Insurance Company
5300 DTC Parkway, Suite 490
Greenwood Village, Co 80111
By
Title Vera Kalba Attorney In Fact
a �
(SEAL) (SEAL) y `�
NOTE Surety Companies executing bonds must be authorized to tranitat
business in the State of Colorado and be acceptable to the Owner.
MOODY INSURANCE AGENCY, INC
3773 CHERRY CREEK NORTH DRIVE SUITE 800
DENVER COLORADO 60209 3804
PHONE (303) 824 6600
ff �A 7A Fr-
L•IMITEDAIMPIOVVER OF
Not Valid 4or Bands "
Executed an or AAer- mLy 31$T, list*
x g
ATTORNEY,
+ Y,
3
Power ofAUGrney
,Nuanbgr 131.'t91
vn7yanunalter0dorigtnalatt�iis,prsm�C!'aPiA4ttailYt¢Y tutne3tttsvAj A voll"r0tWofffiladovii etasprmtadbngr4
security paperwithblack,atnlredtak and bears the sealof CQntiactors l3Q0dmg acid insitranre CAmSany(the "Company")
The original dommsmcoatatmAwate5ptardtwjth4hej,4tters"'cMf tmtb ddbsl�n tepaper.aat�teft�anlunnted#ilienri The
watermark appears in the bleak space lipneath the W is "Limtted fower of Attolney at the top of'the riocupaetu and is
visible when the doeilment abeld to di4ighL Thwilocumeatis valtdsolely 19 e04.eeb" WIM the e)Wutmn atiddeliver# of
thobondbeanitgtheuumlgrmn#cdedbeio%an prov iedaisoi3t *ebon" offtJtypeipdacatcitbeiow Thtsdocumeut
is valid only if the bond is executed on orbefoirAc Aite indurated above,
MOW AL;, mm 'Ay T11009 '@ S tbikt the y /does tterehy zw$*' onstittate
A" appoint the fptlitiwj, W- � A, F�` TA'iF $v, l ..s�bt60�lr, BRADLIEY �
MOODY, �L S F111116LM, k'$RA�T UL14, �J) Ri titto N sand SCOTT J, SONOD its;
trite and lawfu'i Attorney f,sl-,in-lfaat with f4l ail ram attitAtor ty .itere'hy
codferred Ui Its pates, plaos &MA 84adr to estetiitte, 'aokiibwleflge.rand le ver on
behalf isf'the company t1) atny end-all bdnds and underlsakings of suret biii
given for arty purpose, provided: Uwgevor, that no suoh parson shall be
mintoiorx edvtwo ereiQut,0 Ann doiv r asiy doted or Atndertak,�iag 1aat # in'1.1, ot, igat#
t%a Comet& 4r shy povtiob of La peaatl such thereof %n ianowets of 410,V00,040"
nd aprovided, further, tl*t Twist ttnrpa t-r;#- tt shell Have else eutTibriW t
.>,si6e a'bi4 of prbposal #mnd f0 a1�'7 pftleCt� Where f .a cotri''t3rde`t �s awarded,a W bond m0 akiritr *Ould b`ue radii*eil'SY°fth rpeTA3 4e6m ivjwedejsB bf 0
Itiai000vocci And (2) VmtsentA, sel aaeaf a usC t�ttaez tau ar �ntYs`regtiiiad dry
a bli)Yee 4 Or * gp+ntreet Ikwt4&d r AO* ctgpanys �lu3s appointa�eati isiitiade
Wmder tare >iut orate of the ggar# of Directors of thm C*Manvr.............. Y_
-- ----------------------- w__a--------"_--�_
-------`--- ------ .ram--------------.n-_-y,..-------------- ------- -------
_------"--------`---------------__--_-----^"------------ ------ —----- """-------
€---_-------rw,__r-..-._--- _- -------- -a.-------- ----- `-- -
-------------... —,._ __8---Tel—`_—E`=--_n...c.._..-_i._�s.__--_s
beret0rY of I Ontrgbtort 1, endmg and Insfa a Co"any, a vf#slifngton
i�ttth,DOIt TIFYdhatitivg,l+o abfAt t*niin" �ifttJbrce�and f1eetanti'
In not been revoked, atad, "ermort", thst the rcii0luttoim of to Board of Directors set forth oil the
rOVerse are-Aow In tails force agd Meet
Bmd Number
idseated" is 7th day of 1'ebTu11TY z"ll
E �
MC
Y n
9
Y�
1'ta`l+�'i V eyjh'6et M#6142 149it16 Aiig 3 7#
06) 6 2- 533w j$ ) 6�t Tttl itrce� e 806?5W15 #A,V
Certificate of Appointment and Resolutions of the Board of Directors
The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed
the Attorney(s) in Fact identified on the front side of this power of attorney under and by the authority of the following resolutions
adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15 1993
RESOLVED that the CEO President CFO any Vice President Secretary of any Assistant Secretary and any othei
employee as maybe specifically authorized by a particular board resolution (hereafter Authorized Officer or Employee )
may appoint attorneys in factor agents with authority as defined or limited in the instrument evidencing the appointment
in each case for and on behalf of the Company to execute and deliver and affix the seal of the Company to bonds
undertakings recognizances and suretyship obligations of all kinds and any Authorized Officer of Employee may
remove any such attorney in fact of agent and revoke any power of attorney previously granted to such person
RESOLVED FURTHER that any bond undertaking recognizance or suretyship obligation shall be valid and
binding upon the Company
(i) when signed by the Authorized Officer or Employee and attested and sealed (if a
seal be required) or
(11) when signed by the Authorized Officer or Employee and countersigned and sealed
(if a seal be required) by a duly authorized attorney in fact or agent or
(in) when duly executed and sealed (if a seal be required) by one or more attorneys in
fact or agents pursuant to and within the limits of the authority evidenced by the
power of attorney issued by the Company to such person or persons
RESOLVED FURTHER that the signature of any Authorized Officer or Employee and the seal of the Company may
be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any
bond undertaking recognizance or other suretyship obligations of the Company (unless otherwise specified in the
power of attorney itself) and such signatute and seal when so used shall hai e the same force and effect as though
manually affixed
RESOLVED FURTHER that all previous resolutions of the Board of Directors concerning powers of attorney and
attorneys in fact remain in full force and effect that all forms of powers of attorney previously or in the future
approN ed by the Board of Directors including but not limited to so called fax of facsimile powers of attorney
where the entire power of attorney is a facsimile remain in full force and effect and that one form of a power of
attorney may be attached to one bond (for example the form for which this resolution is a pan may be attached to a
bid bond) and another form of power of attorney may be attached to another bond (for example a fax power of
attorney may be attached to the final bond for a project for which the different form of power ri as attached to the bid
bond) without affecting the validity of either power of attorney or bond
IN WITNESS WHEREOF Contractors Bonding and Insurance Company has caused these presents to be signed by its president and
secretary and its corporate seal to be hereunto affixed this 13tb day of May 2004
on Surkin, Prest ent
State of Washington
County of King
Attest R ICuk Eland Secretary
On May 13 2004 before me Brenda J Scott Notary Public personally appeared Don Sirkin and R Kirk Eland personally known to me
to be the persons whose names are subscribed to the within instrument and acknowledged to me all that they executed the same in their
authorized capacities and that by their signatures the entity upon behalf of which they acted executed the instrument
WITNESS my hand and official seal aCp l
Signature '�A�,L�{�(Lt!(J,Y,1xuv� (seal) � [�[
Brenda Scott Notary Public :10A *& �p _
41 7,�%p3 30 O€OQ_
irr/ryiOR1WAS```,
SECTION 00420
STATEMENT OF BIDDER S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive This statement must be notarized If necessary questions may
be answered on separate attached sheets The Bidder may submit any additional
information he desires
1 Name of Bidder The Green Plan, Inc
2 Permanent main office address 645 Compton St , Broomfield, CO 80020-
1634
3 When organized 04/1996
4 If a corporation where incorporated Colorado
5 How many years have you been engaged in the contracting business
under your present firm or trade names 11 years
6 Contracts on hand (Schedule these showing the amount of eacn
contract and the appropriate artic�pated gates of completion )
nrnott Hall Renovation - CU Boulder
7 General character of Work performed by your company
Landscaping and Irrigation
8 Have you ever failed to complete any Work awarded to your NO
If so where and whys
9 Have your ever defaulted on a contract
If so where and whys
10 Are you debarred by any government agency
If yes list agency name
gut
Rev 10/20/07 Section 00420 Page 1