Loading...
071218 EIM Bid BondBID BOND BIDDER (,Name and Address): AE2S Construction, LLC dha EIM 52SS East River Road, Suite 208 _. Fridley, MN S5421 SURETY (Name and Address of Principal Place of Business): North American S ecial Insurance Company 5200 Matcalf OPN 111 Qy2dand Park KS 66202-1391 BID BID DUE DATE: 7112118 PROJECT (Brief Description Including Location): Electrical rehabilitation of the Boulder Ridge Well Facility. BOND BOND NUMBER: Bid Bond DATE (Not later than Bid due date): July 12, 2018 PENAL SUM: Five Parceat (5%) of Total Amnunt Rid ° (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER AE2S Construction. LLC dba EIM (Seal) Biddees Name and Corporal By. 4. Signature and Ti Attest: Signature and Title GO—A-',t5 Cterf` SURETY North American Specialty Insurance Company (Seal) Surety's By: R.C. Bowknan Signature and Title Attomey -in -Fact (Attach Power of Attorney) Attest: �Li.[i�L" 4' Emily White Signature and Title Surety Account Representative Note: (l) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. Shorewood, Minnesota 00 43 13 -1 BID SECURITY Boulder Bridge MCC Replacement 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void if 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. l0. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable. Shorewood, Minnesota 004313-2 BID SECURITY Boulder Bridge MCC Replacement LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of North Dakota ) ss County of 6and2' } On this 12th day of July 2018 , before me app�Xed -�- to be known, who, being by me duly sworn, did say that (s)he is the I kA All k A I of the Limited Liability Company described in and which executed the foregoing instrument, and that (s)he signed his name thereto by order of the Board of Governors of said Limited Liability Company. FJANICE A. ERICKSON tary Public of North Dakota on Expires Dec 2T, 2021 State of Minnesota ) )Ss County of Hennepin ) NokWublic (:�M My commission expires SURETY ACKNOWLEDGMENT County, On this 12th day of July _ 2018 , before me appeared R.C. Bowman to me personally know, who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of North American Specialty Insurance Company , a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said R.C. Bowman acknowledged said instrument to be the free act and deed of said corporation. EMILY R. WHITE NOTARY PUBLIC - MINNESOTA My Cwnm =wo Eap m January 31, 2021 Lot-- Notary Public Hennepin County, Minnesota My commission expires 1/31/2021 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: R. W. FRANK, R. SCOTT EGG[NTON, JOHN E. TALrEP, CRAG REMICK, JOSHUA R. LOMS. TINA L. DOMASK, ROSS S. SQUIRES, RACHEL THOMAS, NIOOLE STILLINGS, SANDRA M. ENGSTRUM, BETSY WRIGHT JEROME T. DUIMET, KURTC. LUNDBLAD, BRIAN L OSSIREICH, UN ULVEN, EMILY WRITE, TED JORGENSEN. MELINDA C- BLODGETT. R.C. BOWMAN, COLBY P. WHnB. ALLISON H[LL sod RICK GIBBS JOINTLY OR SEVERALLY Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the sea[ of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company 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 or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By Steve■ r. Andersoo, Senior al of W&AIngloa 126"Saflenal ranee Company & Sedor Vice Preddeat of North Anwilm SpecUlty f■ arance Cempa ■y i Senior Vice PreeWent of WWe/rftpenn IRs■ta■tt Corporal" By Mine A. Ito, Seater Vke PraWe■t of W kIbIN9 oa laeer■atie■al 1■s■rartee CatnpaRy Q Senior Vice Predde■t of North Arnerkon Specialty I■sun■ee Company & Senior Vke President of Westpon Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 7th day of November 20 17 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 7th day of November ' 20 17 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. 0FR IAt SE L IL KENNT M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 12th day of July , Jeffrey Goldberg, Vice Pmideat & Assistant S;emlary of Washington tntemational Laurance Company & North American Specialty Insurance Company & Vice President & Assistant Secreury of Westport Insurance Qwparatarn Responsible Contractor Verification AE2S Construction, LLC I am an owner or officer of dba EIM [name of bidder] ("Bidder"). I hereby verify that Bidder is in compliance with the minimum criteria required of a "responsible contractor" as that term is defined in Minnesota Statutes § 16C.285, subdivision 3, and as explained in the attached document entitled "Responsible Contractor Requirement." I further agree that Bidder has received a signed statement under oath from each subcontractor that Bidder intends to use to perform work on the project verifying that the subcontractor meets the minimum criteria under Minn. Stat. § 16C.285, and that Bidder will furnish such statements to the contracting authority upon request. Bidder intends to retain the following first -tier subcontractors for work on this project: rV1�nn��p -� ALCWxr% a LJ 6oly t10 n,5 If Bidder is awarded the contract for the project, I further agree that Bidder will submit the attached document entitled "Additional Subcontractor List" as required. Signed this 12th day of July $2018 ZZ,; - By: «erlST�c�'� _ [printed name] (ecfnc�� s t4!! "fit i of �o .45'[r-VAon lC L [name of bidder] CP4 STATE OF MINNESOTA ) COUNTY OF MAL Cl ) ,Signed and sworn to before me on �L+n % 20J�3, Lmj &2�D- Notary Public by !� DARNEL RAMOS Notary POW low" Mlnnasm My Commission Explros Jan 31, 2023 P me on �L+n % 20J�3, Lmj &2�D- Notary Public by RESPONSIBLE CONTRACTOR REQUIREMENT To be eligible to be awarded this contract, each bidder must submit a signed statement, under oath, verifying that it is a "responsible contractor" as that term is defined in Minnesota Statutes § 16C.285, subdivision 3. To be a "responsible contractor," a contractor must be in compliance with the following minimum criteria: (1) the contractor: (i) is in compliance with workers' compensation and unemployment insurance requirements; (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii) has a valid federal tax identification number or a valid Social Security number if an individual; and (iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; (2) the contractor or related entity is in compliance with and, during the three -year period before submitting the verification, has not violated Minnesota Statutes sections 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or 181.722, and has not violated the United States Code, title 29, sections 201 to 219, or United States Code, title 40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: (i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of $25,000 or more within the three - year Prod; (ii) has been issued an order to comply by the commissioner of labor and industry that has become final; (iii) has been issued at least two determination letters within the three -year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv) has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or (vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties; (3) the contractor or related entity is in compliance with and, during the three -year period before submitting the verification, has not violated Minnesota Statutes section 181.723 or chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; (4) the contractor or related entity has not, more than twice during the three -year period before submitting the verification, had a certificate of compliance under Minnesota Statutes section 363A.36 revoked or suspended based on the provisions of section 363A.36, with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; (5) the contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise, or veteran -owned business goals, due to a lack of good faith effort, more than once during the three -year period before submitting the verification; (6) the contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and (7) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. Any prime contractor or subcontractor that does not meet the minimum criteria in Minn. Stat. § 16C.285, subd. 3, which section is set forth above, or fails to verify that it meets those criteria is not a "responsible contractor" and is not eligible to be awarded a construction contract for the project or to perform work on the project. A false statement under oath verifying compliance with any of the minimum criteria shall render the prime contractor or subcontractor that makes the false statement ineligible to be awarded a construction contract on the project and may result in termination of a contract awarded to a prime contractor or subcontractor that submits a false statement. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first -tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verification of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification conforming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to Minn. Stat. § 16C.285, subd. 3(7). A Responsible Contractor Verification form is provided with the bid documents. Each bidder must submit the form with its proposal. SECTION 00 4513 Submit within 48 hours of bid opening BIDDER QUALIFICJkTIONS FORMS Shorewood, Minnesota 00 4513 -1 BIDDER QUALIFICATIONS Boulder Bridge MCC Replacement - Full Legal Name: AE2S Construction, LLC dba EIM Organization Type: Electrical Contractor State of Incorporation: North Dakota 5255 East River Road, Suite 208 Address for Notices: Fridley, MN 55421 Contact Name: Contact Number: Nevin Fenstermacher 763. 479-3744 Years In Business: 3.5 under current legal name, 30+ as EIM Dollar Value of Pump Station Construction Work in Past 5 $2,000,000 Years: Description of Work that will be Self- Performed: Electrical installation complete, no subcontract work. Shorewood, Minnesota 00 4513 -1 BIDDER QUALIFICATIONS Boulder Bridge MCC Replacement Bidder's Name: AE2S Construction, LLC dba EIM Project Name: ! Year Constructed: Contract Amount ($): Roseville Boaster Station Phase 1 1017 -18 $W1000 Project Owner Contact City of Roseville, Paul Coone, 651.792.7053 Name and Number Project Engineer Contact AE2S, Aaron Vollmer, 763463 -5036 Name and Number Project Description Replacement of electrical service, new standby generator, new service entrance equipment with automatic transfer switch and distribution gear. All completed with single 1.5 hour shutdown period. Current Employees with Experience on this Project Name Nevin Fenstermacher Mark Paddock Jim Schlosser Rick Cariveau Journeyman Electricians Responsibility District Manager Project Manager/Estimator Estimator Foreman de) General Installation Shorewood, Minnesota 004513-2 BIDDER QUALIFICATIONS Boulder Bridge MCC Replacement SECTION 00 4519 - NON - COLLUSION AFFIDAVIT STATE OF #A tA11 COUNTY OF 4CY1AV n I hereby swear (affirm) under penalty or perjury: 1. That I am the Bidder (if Bidder is an individual), a partner in the Bidder (if Bidder is a partnership), or an officer or employee of the Bidder (if Bidder is a corporation) having authority to sign on its behalf; 2. That the attached Bid or Bids have been arrived at by the Bidder individually and have been submitted without collusion with, and without any agreement, understanding or planned common course or action with any vendor of materials, suppliers, equipment, or services described in the invitation to bid designed to limit individual bidding or competition; 3. That the contents of this Bid or Bids have not been communicated by Bidder or its employees or agents to any person not an employee or agent of the Bidder or its surety on any bond furnished with the Bid or Bids, and will not be communicated to any such person, prior to any official opening of the Bid or Bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. e2 ignature of Bidder E 1e d 1 AA Position AE2S Construction, LLC dba EI M Company Name July 12th, 2018 Date Subscribed and sworn before me this END OF SECTION Shorewood, Minnesota 00 4519 -1 Boulder Bridge MCC Replacement rw DARML RAMo5 Notary Public Minnesota M commission Expires rSe* 31, 2023 NON - COLLUSION AFFIDAVIT