071218 Premier Elect Bid ProposalSECTION 00 41 00 - BID FORM
PROJECT IDENTIFICATION:
Shorewood Boulder Bridge MCC Replacement
City of Shorewood
Shorewood, MN
CONTRACT IDENTIFICATION NUMBER:
Contract No. 1 - Shorewood Boulder Bridge MCC Replacement
THIS BID IS SUBMITTED TO:
City of Shorewood
c/o Larry Brawn, Director of Public Works
5755 Country Club Road
City of Shorewood, MN 55331
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Bidding Documents to perform all
Work as specified or indicated in the Bidding Documents for the prices and within the
times indicated in this Bid and in accordance with the other terms and conditions of the
Bidding Documents.
2.01 Bidder accepts all of the terms and conditions of the Advertisement for Bids and
Instructions to Bidders, including without limitation those dealing with the disposition of
Bid security. The Bid will remain subject to acceptance for forty-five (45) days after the
day of Bid opening. BIDDER will sign and deliver the required number of counterparts of
the Agreement with the Bonds and other documents required by the Bidding
Requirements within fifteen (15) days after the date of OWNER's Notice of Award.
3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:
A. Bidder examined and carefully studied the Bidding Documents, the other related
data identified in the Bidding Documents, and the following Addenda, receipt of
all which is hereby acknowledged:
Addendum No. Addendum Date
1 7/6/2018
B. Bidder has visited the Site and become familiar with and is satisfied as to the
general, local, and site conditions that may affect cost, progress, and
performance of the Work.
C. Bidder has obtained a copy of the City Standard Specifications and Detail Plates
from the City of Shorewood, MN Revised Jan 2018.
Shorewood, Minnesota 00 41 00 -1 BID FORM
Boulder Bridge MCC Replacement -ao
D. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, and performance of the Work.
E. The undersigned Bidder hereby expressly acknowledges his understanding of his
agreement to comply during the performance of any work under any contract
resulting from this Bid with all equal opportunity obligations as set forth in 40 CFR
Part 8 and 41 CFR Parts 60 -1 and 60-4.
F. Bidder has carefully studied all: (1) reports of explorations and tests of
subsurface conditions at or contiguous to the Site and all drawings of physical
conditions in or relating to existing surface or subsurface structures at or
contiguous to the site (except Underground Facilities) which have been identified
in the Supplementary Conditions as provided in paragraph 5.03 of the General
Conditions; (2) reports and drawings of a Hazardous Environmental Condition, if
any, which have been identified in the Supplementary Conditions as provided in
paragraph 5.06 of the General Conditions.
G. Bidder has obtained and carefully studied (or assumes responsibility for having
done so) all such additional or supplementary examinations, investigations,
explorations, tests, studies, and data concerning conditions (surface, subsurface,
and Underground Facilities) at or contiguous to the site or otherwise which may
affect cost, progress, or performance the Work or which relate to any aspect of
the means, methods, techniques, sequences, and procedures of construction to
be employed by Bidder, and safety precautions and programs incident thereto.
K Bidder does not consider that any additional examinations, investigations,
explorations, tests, studies, or data are necessary for the determination of this
Bid for performance of the Work at the price(s) bid and within the times and in
accordance with other terms and conditions of the Bidding Documents.
I. Bidder is aware of the general nature of Work to be performed by OWNER and
others at the Site that relates to Work as indicated in the Bidding Documents.
J. Bidder has correlated the information known to Bidder, information and
observations obtained from visits to the Site, reports and drawings identified in
the Bidding Documents, and all additional examinations, investigations,
explorations, tests, studies, and data with the Bidding Documents.
K. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents and the
written resolution thereof by ENGINEER is acceptable to Bidder.
L. The Bidding Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for the performance of the Work for
which this Bid is submitted.
Shorewood, Minnesota 004100-2 BID FORM
Boulder Bridge MCC Replacement
4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on
behalf of any undisclosed individual or entity and is not submitted in conformity with any
agreement or rules of any group, association, organization, or corporation; Bidder has
not directly or indirectly induced or solicited any other Bidder to submit a false or sham
Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding;
and Bidder has not sought by collusion to obtain for itself any advantage over any other
Bidder or over OWNER.
5.01 Bidder will complete the Work, whether specifically listed on the BID FORM, shown on
the Drawings, or described in the Specifications, in accordance with the Contract
Documents for the following price(s):
A. Base Bid - Lump Sum Bid Price:
Contract No. 1 - Shorewood Boulder Bridge MCC Replacement:
One H_ undred Fifty -Nine Thousand Four Hundred Forty and 00 /100s------- - - - - -- Dollars
(use words)
($159,440.00 }
(use figures)
6.01 Bidder agrees that the Work will be substantially complete by December 21, 2018 and
completed and ready for final payment in accordance with paragraph 15.06 of the
General Conditions by January 11, 2019.
7.01 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of
failure to complete the Work within the times specified above in Article 6.01, and to pay
OWNER specified liquidated damages as indicated in the Agreement.
8.01 The following documents are attached to and made a condition of this Bid:
A. Completed Bid Form (See Section 00 4100).
B. Non- Collusion Affidavit (See Section 00 45 19).
8.02 The following documents are to be submitted to the Engineer within 48 hours of Bid
Opening:
Responsible Contractor Verification Form
Bidder Qualifications Form
9.01 The terms used in this Bid with initial capital letters have the meanings indicated in the
Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
Shorewood, Minnesota 004100-3 BID FORM
Boulder Bridge MCC Replacement
SUBMITTED on July 12, , 2018.
If Bidder is:
A Corporation
Corporation Name:
State of Incorporati<
1
Type (General Business, Professional, Service, Limited Liability): General Business
(Signature) Y'
Name (typed or printed): Colin Olson
Title: President_ _
Attest:
r'
Lonnie R. Bellin, See/Treas
(Signature)
Business Address: 4401 85th Avenue North, Brooklyn Park, MN 55443 -1937
Phone No.: 763 424 -6551
Fax No.: 9763) 424 -5225
Date of Qualification to do business is: 7/6/1987
A Partnership
Partnership Name:
By:
(Signature of general partner)
Name (typed or printed):
Business Address:
Phone No.:
Fax No.:
Shorewood, Minnesota 004100-4
Boulder Bridge MCC Replacement
BID FORM
I
An Individual
Name (typed or printed):
By:
(Individuals Signature)
Doing business as:
Business Address:
Phone No.:
Fax No.:
Shorewood, Minnesota 004100-5 BID FORM
Boulder Bridge MCC Replacement
A Joint Venture
Joint Venture Name:
By:
(Signature of joint venture partner)
Name (typed or printed):
Title:
Business Address:
Phone No.:
Fax No.:
Joint Venture Name:
By:
(Signature of joint venture partner)
Name (typed or printed):
Title:
Business Address:
Phone No.:
Fax No.:
(Each joint venture must sign. The manner of signing for each individual, partnership,
and corporation that is a party to the joint venture should be in the manner indicated
above).
END OF SECTION
Shorewood, Minnesota 004100-6 BID FORM
Boulder Bridge MCC Replacement
4401 851H AVE. NO., BROOKLYN PARK, MINNESOTA 55443 -1937 PH. (763) 424 -6551 • FAX: (763) 424 -5225
PremierELECTRICAL CORPORATION
July 12, 2018
13. 10 Communication Information:
• Steve Swanson, Project Manager
• Premier Electrical Corporation
• 4401 85`h Avenue North, Brooklyn Park, MN 55443 -1937
• (612) 919 -2697 (Cell)
• sswanson Vremiercorp.net
F.QUAI.OI'PORTUN11Y FAIPI.OYER