Asphalt Surface Technologies CorporationIN 4
2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NO. 2925 -09
Opening Time: 10:00 a.m.
Opening Date: Thursday, April 14, 2016
City of Shorewood
5755 Country Club Road
Shorewood, MN 55331
Dear Council Members:
1. The following proposal is made for furnishing and installing all labor and materials necessary for the 2016
Mill and Overlay Improvement Project and Appurtenant Work for the City of Shorewood, Minnesota.
2. The undersigned certifies that the Contract Documents listed in the Instructions to Bidders have been
carefully examined, and that the site of the work has been personally inspected. The undersigned declares that
the amount and nature of the work to be done is understood, and that at no time will misunderstanding of the
Contract Documents be pleaded. On the basis of the Contract Documents, the undersigned proposes to furnish
all necessary apparatus and other means of construction, to do all the work and furnish all the materials in the
manner specified, and to accept as full compensation therefore the sum of the various products obtained by
multiplying each unit price herein bid for the work or materials, by quantities thereof actually incorporated in the
completed project, as determined by the Engineer. The undersigned understands that the quantities mentioned
herein are approximate only, and are subject to increase or decrease, and hereby proposes to perform all work as
either increased or decreased, in accordance with the provisions of the specification, at the unit prices bid in the
following proposal schedule, unless such schedule designates lump sum bids.
3. PROPOSED SCHEDULE: The Bidder agrees to perform all work described in the specifications and shown
on the plans for the following unit prices:
(
2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NUMBER. 2925 -09
No. Mat. No. Item Units Quantity Unit Price Total Price
SCHEDULE A. - SURFACE IMPROVEMENTS
1
2021.501
MOBILIZATION
LS
1
$ V. /
2
2104.501
REMOVE BITUMINOUS CURB
L F
120
$ $
3
2104.505
REMOVE CONCRETE DRIVEWAY
S Y
10
$ $ /
PAVEMENT
4
2104.505
REMOVE BITUMINOUS DRIVEWAY
S Y
80
$ $
PAVEMENT
5
2104.505
REMOVE BITUMINOUS PAVEMENT
S Y
70
$ $
6
2104.509
REMOVE CASTING
EACH
2
$ • $
7
2104.511
SAWING CONCRETE PAVEMENT (FULL
L F
20
$
DEPTH)
8
2104.513
SAWING BITUMINOUS PAVEMENT (FULL
L F
200
$ 3. $
DEPTH)
9
2104.601
REMOVE & REPLACE CONCRETE CURB &
L F
910
$
GUTTER
—
10
2104.602
SALVAGE AND REINSTALL MAIL BOX
EACH
10
$
11
2105.523
COMMON BORROW (LV)
C Y
10
$ $ ® �°
12
2105.603
MINOR GRADING
S Y
70
$ °- $ <
13
2123.610
STREET SWEEPER (WITH PICKUP BROOM)
HOUR
10
$ $ /®
14
2231.501
BITUMINOUS PATCHING MIXTURE
TON
10
$ $ r
15
2232.501
MILL BITUMINOUS SURFACE
S Y
25500
$ • $
16
2331.501
JOINT ADHESIVE - MASTIC
L F
9100
$ . $ , t
PAGE 2
2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NUMBER. 2925 -09
23 2506.516 CASTING ASSEMBLY EACH
24 2506.522 ADJUST FRAME & RING CASTING EACH
25 2506.522 ADJUST FRAME & RING CASTING (STORM) EACH
26 2506.602 ADJUST FRAME & RING CASTING (SPECIAL) EACH
27 2511.501 RANDOM RIPRAP CLASS II C Y
28 2531.501 CONCRETE CURB & GUTTER DESIGN B618 L F
29 2531.507 "6 "" CONCRETE DRIVEWAY PAVEMENT" S Y
30 2535.501 BITUMINOUS CURB L F
31 2557.602 REPAIR DOG FENCE EACH
32 2563.601 TRAFFIC CONTROL LS
33 2573.530 STORM DRAIN INLET PROTECTION EACH
34 2575.505 SODDING TYPE LAWN S Y
Total SCHEDULE A. - SURFACE IMPROVEMENTS
GRAND TOTAL BID
PAGE 3
2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. I6 -03
WSB PROJECT NO, 2925-09
4. RESPONSIBLE CONTRACTOR: The provisions of Minn. Stat. 16C.285 are imposed as a requirement of this
contract. All bidders and persons or companies providing a response /submission to the Advertisement for
Bids /RFP of the Owner shall comply with the provisions of the statute.
a. Any prime contractor or subcontractor that does not meet the minimum criteria established for a "responsible
contractor" as defined in Minn. Stat. § 16C.285, subd. 3, 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.
b. A responding contractor shall submit to the Owner a signed statement under oath by an owner or officer
verifying compliance with each of the minimum criteria in clauses (1) -(6) of Minn. Stat. § 16C.285, subd. 3, at
the time that it responds to this solicitation document. A responding contractor must also submit a list of first -
tier subcontractors it intends to retain on the project, at the time that it responds to this solicitation document.
c. Prior to being awarded a contract, the apparent successful prime contractor must submit a supplemental
verification under oath confirming that all subcontractors and motor carriers meet the minimum criteria of Minn.
Stat. § 16C.285, subd. 3. The apparent successful prime contractor has an ongoing duty to submit supplemental
verification forms for each additional subcontractor retained for the project.
d. A false statement under oath verifying compliance with any of the minimum criteria shall make the prime
contractor or subcontractor that makes the false statement ineligible to be awarded a construction project and
may result in termination of a contract awarded to a prime contractor or subcontractor that submits a false
statement.
5. The basis of award of the Contract will be on the Total Bid. The Owner reserves the right to delete any item
prior to final contract.
6. The undersigned further proposes to execute the Contract Agreement and to furnish satisfactory bond within
ten (10) days after notice of the award of contract has been received. The undersigned further proposes to begin
work as specified, to complete the work on or before date specified, and to maintain at all times performance and
payment bonds, approved by the Owner, in an amount equal to the total bid.
7. Accompanying this proposal is the Bid Security, in the amount of five percent (5 %), required to be furnished by
the Contract Documents, the same being subject to forfeiture in the event of default by the undersigned.
8. In submitting this proposal, it is understood that the right reserved by the Owner to reject any or all proposals
and to waive informalities.
9. In submitting this proposal, the Undersigned acknowledges receipt of and has considered the following Addenda
issued to the Contract Documents:
10 Addendum No. 1 Dated 4 -8 -16 Addendum No. Dated
Addendum No. Dated Addendum No. Dated
Signed "" / Mary L. Popp, Vice — President
If any Addenda are a ired as de er ined by the Engineer, it is the responsibility of the Contractor to
verify the issuance and receipt of any Addenda, and to properly acknowledge such Addenda in the
appropriate location on the Proposal Form.
11. If a corporation, what is the state of incorporation?
Minnesota
President /Treasurer: Bruce R. Batzer Address: PO Box 1025, St. Cloud MN 56302
12. , Corporate Officers:
VP /Secretary: Mary L. Popp Address: PO Box 1025, St. Cloud MN 56302
Vice— President: Dale R. Strandberg Address: PO Box 1025, St. Cloud MN 56302
Official Address Firm Name Asphalt Surface Technologies Corporation
PO Box 1025 a /k /a ASTE H C rp. (NO CORPORATE SEAL)
St. Cloud MN 56302 By
An th rized Signature)
Date: April 14, 2016 Title Mary L. pp, Vice — President
PAGE 4
Affidavit of Non - Collusion:
I hereby swear (or affirm) under the penalty for perjury:
(1) That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a
partnership), or an officer or employee of the bidding corporation having authority to sign on its
behalf (if the bidder is a corporation).
(2) That the attached bid or bids have been arrived at by the bidder independently, and have been
submitted without collusion with, and without any agreement, understanding, or planned common
course of action with, any other vendor of materials, supplies, equipment or services described in
the invitation to bid, designed to limit independent bidding or competition;
(3) That the contents of the bid or bids have not been communicated by 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
the official opening of the bid or bids; and
(4) That I have fully informed myself regarding the accuracy of the statements made in thys affidavit.
My commission expires: January 31 20 19
Bidder's E.I. Number:
(Number used on employer's quarterly federal tax return, U.S. Treasury Department Form 941):
41- 1581447
Fair Trade Items:
List below each item upon which a bid is made, the price of which is affected by a resale price
maintenance or "fair trade" contract between the bidder and the person or firm supplying the item to the
bidder. (Use reverse side if necessary.)
2016 MILL AND OVERLAY IMPROVEMENT PROJECT AFFIDAVIT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSS PROJECT NO. 2529 -09
By signing this document I certify that I am an owner or officer of the company, and I swear
under oath that:
My company meets each of the minimum criteria in subclauses (1) — (6) of Minn. Stat. §
16C.285, subd. 3, the Responsible Contractor statute.
The undersigned understands that a failure to meet or verify compliance with the
minimum criteria established for a "responsible contractor" as defined in Minn. Stat. § 16C.285,
subd. 3, renders a bidder ineligible to be awarded a construction contract for the Project or to
perform work on the Project.
The undersigned understands that a false statement under oath verifying compliance with
any of the minimum criteria shall make the undersigned, ineligible to be awarded a construction
project and may result in termination of a contract awarded to the undersigned. A contracting
authority shall not be liable for declining to award a contract or terminating a contract based on a
reasonable determination that the contractor failed to verify compliance with the minimum criteria
or falsely stated that it meets the minimum criteria.
The undersigned understands that, if the undersigned is the apparent low bidder, the
undersigned will be required to submit a supplemental verification under oath as a condition
precedent to the execution of the contract. If the undersigned fails to provide the required
supplemental verification, it could forfeit its bid bond.
I have attached a list of all of my company's first -tier subcontractors that it intends to
retain for work on the project.
Date: April 14, 2016
Contractor:
Asphalt Surface Technologies Corporation
a /k /a ASTECH Corp.
Z
Signature
Its
2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NO. 2629 -09
Mary L. Popp
(please print nar6e,
(pleas ign name)
Vice —PresL nt
By signing this document I certify that I am an owner or officer of the company, and I swear under
oath that:
My company meets each of the minimum criteria of Minn. Stat. § 16C.285, subd. 3, the
Responsible Contractor statute.
Pursuant to Stat. § 16C.285, subd. 3(7), my company has obtained from all
subcontractors and motor carriers with which it will have a direct contractual relationship a signed
statement under oath by an owner or officer verifying that they meet all of the minimum criteria in
subdivision 3 prior to execution of a construction contract with each subcontractor or motor
carrier.
The undersigned agrees that, if it retains additional subcontractors on the project after
submitting its verification of compliance, it shall obtain verifications of compliance from each
additional subcontractor with which it has a direct contractual relationship and shall submit a
supplemental verification confirming compliance with Minn. Stat. § 16C.285, subd. 3(7), within 14
days of retaining the additional subcontractors.
Upon request, the undersigned shall submit to the contracting authority copies of the
signed verifications of compliance from all subcontractors of any tier and all motor carriers
providing for -hire transportation of materials, equipment, or supplies for a project.
The undersigned understands that a failure to meet or verify compliance with the
minimum criteria established for a "responsible contractor" as defined in Minn. Stat. § 16C.285,
subd. 3, renders a bidder ineligible to be awarded a construction contract for the Project or to
perform work on the Project.
The undersigned understands that a false statement under oath verifying compliance with
any of the minimum criteria shall make the undersigned, ineligible to be awarded a construction
project and may result in termination of a contract awarded to the undersigned. A contracting
authority shall not be liable for declining to award a contract or terminating a contract based on a
reasonable determination that the contractor failed to verify compliance with the minimum criteria
or falsely stated that it meets the minimum criteria.
Date: April 14, 2016
Contractor:
Asphalt Surface Technologies Corporation
a /k /a ASTECH Corp.
By Mary L. Popp
A (please print
Signature
Its Vice— kroident
2016 MILL AND OVERLAY IMPROVEMENT PROJECT SUPPLEMENTAL VERIFICATION
AND APPURTENANT WORK
CITY OF •- OO • -• s
TO . �,.
Au��W .141
PROJECT TITLE: 2016 Mill and.Overlay Improvement Project and Appurtenant Work
Attach Additional Sheets if Necessary
Contractor:
Asphalt Surface Technologies Corporation
a/k/a ASTECH Corp.
2016 MILL AND OVERLAY IMPROVEMENT PROJECT SUBCONTRACTOR LIST
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16-03
WSB PROJECT NO. 2529-09
6. INTERPRETATION OF ESTIMATES - The Engineer's estimate of quantities as shown in the
proposal shall be used as a basis of calculation upon which the award of contract will be made,
but these quantities are not guaranteed to be accurate and are furnished without any liability on
the part of the Owner.
7. DELIVERY OF PROPOSALS - All bids shall be placed in a sealed envelope with a statement
thereon showing the work covered by the bid, and addressed as stipulated in the Advertisement
for Bids. Proposals may be mailed or submitted in person. No bids will be received after the time
set for receiving them. Bids arriving by mail at the office of the Owner after the hour designated
for receiving bids will be returned to the sender unopened.
8. REJECTION OF PROPOSAL - Proposals may be rejected if they show any omission, alteration
of form, additions not called for, conditional bids or alternate bids not specified, or irregularities of
any kind. Proposals in which the prices are obviously unbalanced may be rejected.
9. WITHDRAWAL OF PROPOSAL - A bidder may withdraw his proposal without prejudice to
himself, provided he files a written request to the Owner before the hour of opening of bids, and
such withdrawn proposal may be modified and resubmitted by the bidder at any time prior to the
hour set for the opening of bids.
10. PUBLIC OPENING OF PROPOSALS - Proposals will be opened publicly and read aloud in such
place as designated at the time and the date set in the "Advertisement for Bids ". Bidders or their
authorized agents are invited to be present.
11. DISQUALIFICATION OF BIDDERS - More than one proposal for the same project from an
individual firm, partnership or corporation under the same or different names will not be
considered. Evidence that any bidder is interested in more than one proposal for the same work
will cause rejection of all such proposals. Collusion between the bidders will be considered
sufficient cause for the rejection of all bids so affected.
Failure on the part of any bidder to carry out previous contracts satisfactorily or his lack of the
experience or equipment necessary for the satisfactory completion of the work may be deemed
sufficient cause for his disqualification.
12. EQUIPMENT - When requested by the Owner, the bidder shall furnish a complete statement of
the make, size, weight (where weight is one of the specified requirements), condition and
previous length of service of all equipment to be used in the proposed work.
13. FURNISHING OF EVIDENCE OF RESPONSIBILITY -When requested by the Owner, the bidder
shall furnish a balance sheet, certified by a certified public accountant as to a date not more than
sixty (60) days prior to the date of the opening of the proposals which shall set forth outstanding
assets and liabilities in reasonable detail. The bidder shall also furnish when requested, a list of
work of a similar nature performed with dates of completion thereof. The bidder shall also furnish
any other additional information relative to financial responsibility and competence to do the work
as may be requested by the Owner prior to the acceptance of any proposal.
14. AWARD OF CONTRACT - The award of the Contract will be made to the lowest responsive,
responsible Bidder, based on the Proposal Form with the lowest TOTAL BID.
Discrepancies between words and figures will be resolved in favor of words. If discrepancies
exist between an extension or indicated sum of any column of figures, the corrected extensions or
sum thereof will govern.
2016 MILL AND OVERLAY IMPROVEMENT PROJECT INSTRUCTIONS TO BIDDERS
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NO. 2925 -09 PAGE 2
Owner reserves the right to reject any and all bids, the right to waive any and all informalities, and
the right to disregard all nonconforming or conditional bids or counter proposals.
15. RESPONSIVE /RESPONSIBLE BID - A responsible Bid is one from a Bidder that has:
Financial resources, technical qualifications, experience, organization and facilities
adequate to carry out the project, or a demonstrated ability to obtain these;
Resources to meet the completion schedule contained in the Agreement;
C. A satisfactory performance record for completion of other projects.
A "responsive" bid must include the following:
Complete Proposal Form.
Affidavit and Information Required of Bidders form.
C. Initial Contractor Verification of Compliance form including Subcontractors List.
Bid Security.
16. RESPONSIBLE CONTRACTOR - The provisions of Minn. Stat. 16C.285 are imposed as a
requirement of this contract. All bidders and persons or companies providing a
response /submission to the Advertisement for Bids /RFP of the Owner shall comply with the
provisions of the statute.
a. Any prime contractor or subcontractor that does not meet the minimum criteria
established for a "responsible contractor" as defined in Minn. Stat. § 16C.285, subd. 3, 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.
b. A responding contractor shall submit to the Owner a signed statement under oath by an
owner or officer verifying compliance with each of the minimum criteria in clauses (1) -(6)
of Minn. Stat. § 16C.285, subd. 3, at the time that it responds to this solicitation
document. A responding contractor must also submit a list of first -tier subcontractors it
intends to retain on the project, at the time that it responds to this solicitation document.
C. Prior to being awarded a contract, the apparent successful prime contractor must submit
a supplemental verification under oath confirming that all subcontractors and motor
carriers meet the minimum criteria of Minn. Stat. § 16C.285, subd. 3. The apparent
successful prime contractor has an ongoing duty to submit supplemental verification
forms for each additional subcontractor retained for the project.
d. A false statement under oath verifying compliance with any of the minimum criteria shall
make the prime contractor or subcontractor that makes the false statement ineligible to
be awarded a construction project and may result in termination of a contract awarded to
a prime contractor or subcontractor that submits a false statement.
17. REQUIREMENTS OF CONTRACT BOND - The successful bidder, at the time of the execution of
the Contract, shall furnish and at all times maintain a satisfactory and sufficient bond in full
amount of the Contract as required by law with a corporate surety satisfactory to the Owner. The
form of bond is that required by statute. Personal sureties will not be approved.
AND APPURTENANT WORK
PROJECT CITY OF SHOREWOOD, MN PROJECT NO. 16-03
WSB 0,
IZR'U iTMtrel01&* - 415111 :1
PAGE 3
18. FAILURE TO EXECUTE CONTRACT - Failure to furnish the Contract Bond in a sum equal to the
amount of the award, or to execute the Contract within ten (10) days, as specified, shall be just
cause for the annulment of the award, and it shall be understood by the bidder that in the event of
the annulment of the award, the amount of the guaranty deposited with the proposal shall be
retained by the Owner, not as a penalty, but as liquidated damages.
19. UNIT PRICES - In case of error in the extension of prices, the unit bid prices shall govern. The
Owner reserves the right to waive any informality in the bids at his discretion.
20. OWNER DELETION RIGHT - The Owner reserves the right to delete any line item from the bid
prior to final contract execution.
21. NONDISCRIMINATION IN EMPLOYMENT - If awarded the project, the Bidder agrees not to
discriminate on account of race, creed or color as per Minnesota Statutes, Section 181.59 and
Minnesota Statutes 363.
22. SURETY DEPOSITS - All out -of -state contractors on construction work over $100,000 will be
required to file an exemption from Surety Deposit (Form SIDE) prior to their first progress
payment.
23. ADDENDA - If any addenda are required as determined by the Engineer, it is the responsibility of
the Contractor to verify the issuance and receipt of any addenda, and to properly acknowledge
such addenda in the appropriate location on the Proposal Form.
2016 MILL AND OVERLAY IMPROVEMENT PROJECT
AND APPURTENANT WORK
CITY OF SHOREWOOD, MN PROJECT NO. 16 -03
WSB PROJECT NO. 2925 -09
fICc3!