2005-05-30 Affidavit of Publication
.,~ ..
..
AFFIDAVIT OF PUBLICATION OF NOTICE
IN THE "CONSTRUCTION BULLETIN"
State of Minnesota, County of Hennepin
Janet Lowery, being first duly sworn, on oath says that she is and during all times herein stated
has been an authorized representative of the trade journal known as "Construction Bulletin", and
has full knowledge of the facts herein stated as follows:
1 . Said journal is printed in the English language in magazine format.
2. Said journal is a weekly publication and is distributed at least once each week.
3. Said journal has fifty percent (50%) of its news columns devoted to building and construction
news of interest to contractors in this state and does not wholly duplicate any other
publication and is not made up entirely of patents, plate matter and advertisements.
4. Said journal contains general and local news, shall contain building and construction news of
interest to contractors, among whom it shall have a general circulation.
5. Said journal has a general circulation throughout the state among contractors with at least
twenty-eight hundred (2800) copies regularly delivered to paying subscribers.
6. Said journal is circulated throughout the state of Minnesota as well as the states of North
Dakota and South Dakota and has its known office of issue in the city of New Hope, County
of Hennepin, established and open during its regular business hours for the gathering of
news, sale of advertisements, and sale of subscriptions and maintained by the publisher and
persons in his employ and subject to his direction and control during all regular business
hours.
7. Affiant further states under oath that the printed advertisement for bids hereto attached as a
part hereof was cut from the columns of said journal, and was printed and published therein
in the English language. -
The following attached advertisement was so publiShed on Friday the 20th day of May, 2005
Subscribed and sworn to before me this 30th day of May 2005.
j~~~
~vertising Billing Coordinator
State of : ILLlONIS
County of: DU PAGE
v:~~
Signature of Notary Public
My Commission expires: ~ 21/'200C::;:-
Of:lcia! 5,,<'1
Vemicfi L Durden. .
Notarv PubHc State of mm?l$
corr;mission E:xp!\"'~':;' 00/:,;1/05
..
to CSAH 5; S.A.P. 09-608-15
(CSAH ~): Lengfh 3.50 miles,
located on CSAH !tfmm J.,-35 at
Moose Lake, MN, west 3.50 miles
to T-290 (Red Hill Rd); SAP. 09-
612-18 (CSAH 12): Length 2.00
miles, located on CSAH 12 from
TH 73 in Kettle River, MN, west
2.00 miles to CR 132; SAP. 09-
612 19 (CSAH 12): Length 2.00
miles, located on CSAH 12 from
T-189, 2.25 miles west of Kettle
River, MN, east 2.00 miles to Br
09501; SAP. 09-613-10 (CSAH
ill Length 3.10 miles, located on
CSAH 13 from CSAH 8, 3.00 miles
east of Moose Lake, MN, northerly
3.10 miles to 1-35 at Barnum, MN;
SAP 09-635-03 (CSAH 35): Length
6.70 miles, located on CSAH 35
from CSAH 6, 4.00miles west of
Barnum, MN, 6.70 miles
northwesterly to CSAH 4; CP 0203
(Carlton Shop): Area 14,109 Sq
Y ds, parking lots and service roads
located at 1630 Co Rd 61, Carlton,
MN; CPo 0419 (CSAH 6): Length
1.98 miles, located on CSAH 6 from
CSAH 22 to TH 73, 4.50 miles
northwest of Kettle River, MN; CP
0420 (CR 123): Length 1.12 miles,
located on CR 123 from TH 73,
3.50 miles south of Cromwell, MN,
west and north 2.3 miles to Jarvi
Rd; ET 2005-1 (T-lOl): Length
0.466 miles, located on T-1 01 (Eagle
Lake Rd) from CR 123,2.50 miles
southwest of Cromwell, MN to
0.466 miles west; MLFD 2005-1
(Moose Lake Fire Haln: Area 732
Sq Y ds, parking lots located at
CSAH 61ffH 73 in Moose Lake,
MN; ML.050l (Clausen Dr): Length
0.207 miles, located on Clausen
Drive in Moose Lake, MN; ML
0502 (Talbot Dr): Length 0.164
miles, located on Talbot Drive in
Moose Lake, MN: SB 05-01 (T-
373): Length 1.177 miles, located on
Maere Rd from CSAH 4, north
1.177 miles to CSAH 18 in
Wrenshall, MN; TT 0501 (Beth
Ann Dr. Megan Circle. Amy Lane.
Molly Lane. Amanda Dr): Length
1.155 miles, located in the plat
"Esko on the Midway" from CSAH
61,0.75 miles west of Esko, MNto
1.155 miles southeast; TT 0502 (T-
1032 & T-491 ): Length 2.024 miles,
located on Erickson Road and Stark
Road from CSAH 2, 5.0 miles east
of Cloquet, MN to 1.0 miles north
and 1.0 miles east; TLT 05-01 (T-
408): Length 1.39 miles, located
on Hay Lake Rd from CSAH 4, 4.5
miles southwest of Carlton, MN to
1.39 miles north east; TLT 05-04
(Wilderness Dr): Length 0.405
miles, located on Wilderness Drive
from CSAH 4, 4.25 miles southwest
o f Carlton, MN to 0.405 miles
north; TLT 05-05 (White Pine Dr):
Length 0.216 miles, located on
White Pine Drive, from CSAH 24 to
CSAH 26 at the south limits of
Cloquet, MN; TLT (T-353. T352):
Length 2.08 miles, located on West
acppubs.com
Chub Lake Rd and Godbout Rd
from CSAH 3, 0.50 miles south of
Carlton, MN to 1.56 miles west and
0.52 miles north. ALL PROJECTS
ARE TIED. The major quantities
of work are: 350 Rd Sta of Subgrade
Preparation; 1,000 Tons of
Aggregate Base, Class 5; 24,413
Tons of Aggregate Shouldering,
Class 1; 7,420 Sq Y d of Mill
Bituminous Surface; 23,985 Tons
of Type LV3 Wear Course Mixture
(B); 16,280 Tons of Type LV3 Wear
Course Mixture (C); 1,246 Tons of
LV3 Wear Course Mixture (F);
23,359 Tons of Type LV3 Non-wear
Course Mixture (B); 16,752 Tons of
Type LV3 Non-wear Course
Mixture @); 654 Tons of Type LV3
Non-wear Course Mixture (F);
22,961 Gallons of Bituminous
Material for Tack Coat; 235,967
L.F. of 4" wide Solid Line, White
Epoxy; 81,047 L.F. of 4" wide Solid
Line, Yellow Epoxy; 25,231 L.F.
of 4" wide Broken Line, Yellow
Epoxy; 24,310 L.F. of Temporary
Lane Marking.
Proposals, plans and
specifications may be purchased
from the Carlton County
Transportation Department, 1630
Co Rd 61, Carlton MN 55718 at
the following non-refundable prices:
Plan and Proposal (8-1/2"x II"
Size) $40 Mailed price
Plan and Proposal (8-l/2"x II"
Size) $36 Counter price
Proposal Only $30 Mailed
price
Proposal Only $25 Counter
price
BIDS MUST BE SUBMITTED
TO THE CARLTON COUNTY
AUDITOR, P.O. BOX 130,
CARLTON, MN 55718, TO
ENSURE DELIVERY PRIOR TO
THE BID OPENING. Mail is
delivered to the Transportation
Department in the afternoons and
may arrive too late for bid opening.
Bids must be accompanied by a
certified check made payable to the
Treasurer, Carlton County,
Minnesota; or a corporate surety
bond made in favor of Carlton
County, Minnesota, in an amount as
designated on the back of the
proposal form.
The owner reserves the right to
reject any or all bids, to waive
irregularities and informalities
therein, and further reserves the
right to award the contract in the
best interest of the County.
Wayne L. Olson, PE
County Engineer
Paul G. Gassert
County Auditor/Treasurer
5-20 15-27 I 6-3
tree
Improvements
CLOSING DATE 5/26/2005
ADVERTISEMENT FOR
BIDS
RECEIPT AND OPENING
OF PROPOSALS: Sealed
proposals for the work described
below will be received at the Office
of the City Administrator, City of
Albertville, 5975 Main Avenue NE,
Albertville, MN, 55301-9776 until
11:00 a.m. on May 26, 2005 at
which time the bids will be opened
and publicly read.
DESCRIPTION OF WORK:
The work includes the construction
of approximately:
4825 SY FEATHER
MILLING EXISTING
BITUMINOUS
15,300 SY 2" BITUMINOUS
OVERLAY
815 LF CONCRETE CURB
REMOVAL
720 SF CONCRETE
DRIVEWAY REMOVAL
885 LF B618 CONCRETE
CURB & GUTTER
1860 SF 8" CONCRETE
DRIVEWAY PAVEMENT
1400 LF 4" EPOXY
STRIPING
355 SY BITUMINOUS
PATCHING
together with numerous related
items of work, all in accordance
with Plans and Specifications.
COMPLETION OF WORK:
No work shall begin on this project
until June 20, 2005. Final
completion must be accomplished
by August 12,2005.
PLANHOLDERS LIST,
ADDENDUMS AND BID
TABULATION: The planholders
list, addendums and bid tabulation
will be available on-line at
www.bolton-menk.com. Any
addendums will be mailed or faxed
to all planholders.
TO OBTAIN BID
DOCUMENTS: Plans,
specifications and all contract
documents may be obtained at the
office of Bolton & Menk, Inc., 2638
Shadow Lane, Suite 200, Chaska,
MN 55318,952-448-8838, Fax
(952) 448-8805, by payment of
$35.00 (non-refundable) for each
set obtained. Bid documents may
also be ordered on -line at
www.bolton-menk.com.
BID SECURITY: A certified
check or proposal bond in the
amount of not less than 5 percent of
the total amount bid, drawn in favor
of City of Albertville shall
accompany each bid.
OWNER'S RIGHTS
RESERVED: The Owner reserves
the right to reject any or all bids
and to waive any irregularities and
informalities therein and to award
the Contract to other than the lowest
bidder if, in their discretion, the
interest of the Owner would be best
served thereby.
Dated: May 5,2005.
Isl Larry Kruse
City Administrator
5-13 I 5-20
CITY OF ANDOVER, MN
2005 Overlay Project
CLOSING DATE 5/25/2005
ADVERTISEMENT FOR
BIDS
City Project No. 05-02
Notice is hereby given that sealed
bids will be received by the City
of Andover until 10:00 a.m.
Wednesday, May 25, 2005 at the
Andover City Hall, 1685 Crosstown
Boulevard N.W., Andover,
Minnesota 55304, at which time
they will be publicly opened and
read aloud, for the furnishing of alii
labor and material for the' I
construction of the 2005 Overlay
improvement project. Major
quantities include approximately:
Item Units Ouantity
Bituminous Milling - Full Depth
SY 58,000 I
Bituminous Mixture Ton
11,500
Concrete Curb and Gutter L.F.
5,800
Proposal forms, contract
documents, drawings, and
specifications as prepared by the
City of Andover, are on file for
inspection in the office of the City
Clerk at the Andover City Hall
located at 1685 Crosstown Bonlevard
N.W., Andover, Minnesota 55304.
Contractors desiring drawings'l
specifications and related documents
for the purpose of submitting a bid
may secure them from the City of
Andover Engineering Department
upon payment of a non-refundable
$25.00 fee.
No bid will be considered unless
it is securely sealed in an envelope
and filed with the City Clerk prior
to the time noted above for closing
of bids. Each bid must be
accompanied by a bid bond or
cashier's check payable to the City
of Andover in an amount not less
than five percent (5 %) of the total
bid as a guarantee that the bidder, if
successful, will enter into a contract
with the Owner for the work
described in the proposal. This
deposit will be subject to forfeiture
as provided by law. The Owner
will retain the deposits for the three
lowest bidders until the contract
has been awarded and executed, but
for no longer than sixty (60) days.
No bid may be withdrawn for a
period of sixty (60) days following
the bid opening.
The owner reserves the right to
reject any or all bids, to waive
informalities or to award the contract
to the lowest responsible bidder, in
the interest of the Owner. The City
Council will consider award 0
CONSTRUCTION BULLETIN May 20, 2005 111
contracts at a regular meeting to be
held on June 7, 2005.
Victoria Volk - City Clerk
5-13 I 5-20
CITY OF ARDEN IDLLS, MN
2005 Pavement Management
Program
CLOSING DATE 6/14/2005
NOTICE OF
ADVERTISEMENT FOR BIDS
RED FOX ROAD,
NORTIlWOODS DRIVE, GREY
FOX ROAD
FRONTAGE ROAD AND
DUNLAP STREET
RAMSEY COUNT~
MINNESOTA
Notice is hereby given that sealed
proposals will be received by the
City Council of the City of Arden
Hills, Ramsey County, Minnesota,
at Arden Hills, City Hall, 1245 West
Highway 96, Arden Hills, Minnesota
55112, until 10:00 AM CDT,June
14, 2005, and will be publicly
opened at said time and place by
two or more designated officers or
agents of the City of Arden Hills,
said proposals to be for the
furnishing of all labor and materials
for the construction, complete and
in place in accordance with the plans
and specifications for the following:
10,300 CY Common
Excavation
11,200 SY Bituminous
Pavement Removal
3,400 CY Select Granular
Borrow
2,300 CY Aggregate Base
5,000 Tons Bituminous Wear
Course
1,300 Tons Bituminous Base
Course
4,600 LF Concrete Curb and
Gutter
3,500 LF Storm Sewer (15" -
48" HDPE or RCP)
The bids must be submitted on
the proposal forms provided in
accordance with contract documents,
plans and specifications as prepared
by URS, Inc., Consulting Engineers,
700 Third Street South, Minneapolis,
Minnesota 55415, which are on file
with the City Clerk of Arden Hills
and may be seen at the office of the
Consulting Engineer.
Federal Labor Standards and
Equal Employment Opportunity
requirements shall apply on this
project.
Copies of the plans and
specifications will be furnished upon
request and a non-refundable deposit
of $25.00 sent to URS, Inc., 700
Third Street South, Minneapolis,
Minnesota 55415.
Each bidder shall file with his
bid an acceptable certified check,
cash deposit, cashier's check, or bid
bond in an amount of not less than
10% of the total amount of the bid.
No bid may be withdrawn within
sixty (60) days after the bids are
opened. The Owner reserves the
right to reject any or all bids or to
accept the bid deemed in their best
interest.
All bidders for contract amounts
of $50,000 or more shall require
contractors, subcontractors and
vendors which have 20 or more full-
time employees to submit a copy
of their Affirmative Action
Certification for the current period
with their bid.
The bids will be considered by
the City of Arden Hills, at their
meeting on June 27, 2005.
Dated: May 9, 2005 By Order
of the City Council
Published: Isl Michele Wolf,
City Administrator
City of Arden Hills, Minnesota
5-20 I 5-27 I 6-3
CITY OF ARDEN HILLS, MN
2005 Roadway Seal Coating
Project
CLOSING DATE 6/14/2005
NOTICE OF
ADVERTISEMENT FOR BIDS
RAMSEY COUNT~
MINNESOTA
Notice is hereby given that sealed
proposals will be received by the
City Council of the City of Arden
Hills, Ramsey County, Minnesota,
at the Arden Hills City Hall, 1245
Highway 96 West, Arden Hills, MN
55112, until 10:00 AM CDT, June
14, 2005, and will be publicly
opened at said time and place by
two or more designated officers or
agents of the City of Arden Hills,
said proposals to be for the
furnishing of all labor and materials
for the construction, complete and
in place in accordance with the plans
and specifications for the following:
54,503 SY Bituminous Seal
Coat
The bids must be submitted on
the proposal forms provided in
accordance with contract documents,
plans and specifications as prepared
by URS Corps., 700 Third Street
South, Minneapolis, Minnesota
55415, which are on file with the
City Clerk of Arden Hills and may
be seen at the office of the
Consulting Engineer.
Federal Labor Standards and
Equal Employment Opportunity
requirements will apply on this
project.
Copies of the RJans, and
specifications will be tiJl'iished upon
request for the price of $25.00 per
set sent to URS Corp., 700 Third
Street South, Minneapolis,
Minnesota 55415. Plans and
specifications, so purchased, become
the property of the purchaser, and no
refund will be issued for any portion
of the purchase price.
112 May 20, 2005 CONSTRUCTION BULLETIN
Each bidder shall file with his
bid an acceptable certified check,
cash deposit, cashiers check, or bid
bond in an amount of not less than
10% of the total amount of the bid.
No bid may be withdrawn within
sixty (60) days after the bids are
opened. The Owner reserves the
right to reject any or all bids or to
accept the bid deemed in their best
interest.
All bidders for contract amounts
of $50,000 or more shall require
contractors, subcontractors and
vendors which have 20 or more
full-time employees to submit a
copy of their Affirmative Action
Certificate for the current period
with their bid.
The bids will be considered by
the City of Arden Hills at their
meeting on June 27, 2005.
Dated: May 9,2005
By Order of the City Council
5-20 I 5-27 I 6-3
CITY OF BEMIDJI, MN
2005 Utility Improvements
CLOSING DATE 6/14/2005
ADVERTISEMENT FOR
BIDS
Supreme Estates and Senger
Subdivision
Northern Township, MN
WSN Project # 80lJ0005
Separate sealed BIDS for the
furnishing of all labor, materials,
and equipment for 2005 Utility
Improvements - Supreme Estates
and Senger Subdivision will be
received by the City of Bemidji,
Minnesota, at the City Clerks
Office, Bemidji City Hall, 317 4th
St. NW, Bemidji, MN 56601, until
the hour of 2:00 PM on Thesday,
June 14th, 2005 at which time they
will be publicly opened and read
aloud.
The proposed work includes, but
is not limited to, the following:
Aggregate Base (CV) Class 5
116 CY
Type LV3 Bituminous Wear
Course 70 TON
Type LV3 Bituminous Base
Course 70 TON
8" x 6" PVC Wye 15 EACH
8" x 4" PVC Wye 37 EACH
Sanitary Manhole - Design F
214 LF
8" PVC Sewer Pipe (SDR-35)
4736 LF
6" PVC Sewer Pipe (SDR-35)
224 LF
4" PVC Sewer Pipe (SDR-35)
1249 LF
4" PVCSewyf Pipe (C-900)
100 LF .., .
6" Sanitary Force Main 1332
LF
16" Steel Casing Pipe 85 LF
Sanitary Lift Station 1 LS
Trench Dewatering 1 LS
1" Curb Stop and Box 37
EACH
6" Gate Valve and Box 6
EACH
...
Hydrant 5 EACH
6" WatermaiIl-lJUctiW"Iron Pipe
CL52 .242F~LF
1" Type K Copper Pipe 1002
LF
Seeding 1.72 ACRE
The CONTRACT
DOCUMENTS may be examined at
the Bemidji City Clerks Office, or
at the office of Widseth Smith
Nolting & Associates, Inc., 315 5th
Street NW, Bemidji, Minnesota
56619-0398.
Copies may be obtained at the
office of Wid seth Smith Nolting &
Associates, Inc., 315 5th Street NW,
PO Box 398, Bemidji, Minnesota
56619-0398 upon advance payment
of $20.00 per each set, non-
refundable.
Each Bid will be accompanied
by a Bid Bond in an amount equal
to Five (5%) percent of the total
amount of the bid made payable
without condition to the Owner, as
a guarantee that the Bidder, if
awarded the Contract, will promptly
execute the Agreement in
accordance with the Bid and the
other Contract Documents.
The successful Bidder will be
required to furnish a Performance
Bond and Payment Bond
guaranteeing faithful performance
and payment of all bills and
obligations arising from the
performance of the contract.
The City reserves the right to
waive any informalities or to reject
any or all bids.
No bidder may withdraw his bid
within sixty (60) days after the actual
date of the opening thereof.
Dated this 16th day of May 2005.
Shirley Sherman
City Clerk
5-20 I 5-27
CITY OF BLOOMINGTON,
MN
2005-901 Storm Sewer
Maintenance Project
CLOSING DATE 6/1/2005
INVITATION FOR BIDS
Sealed bids will be received at the
office of the City Engineer, 1700
West 98th Street, Bloomington, MN
55431, up to the time of bid opening,
for construction of the:
2005-901 STORM SEWER
MAINTENANCE PROJECT
which consists of:
1. Approximately 450 linear
feet of storm sewer removal;
3. Approximately 15 manholes
and catch basins;
4. Approximately 440 linear
feet of 15" RCP storm sewer;
6. Approximately 560 linear
feet of (21 "-60")cured in place
thermosetting resin pipe;
8. Approximately 180 tons
aggregate base;
9. Approximately 200 tons of
bituminous plant mix; and
10. Approximately 330 linear
feet of concrete curb and gutter
acppubs.com