Loading...
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