FORWARD TO A FRIEND

Sending...

EMAIL UPDATES

Stay updated for Legal Notices - Construction in , please enter your contact information below.

CSAH 10 (BASS LAKE RD) BOX CULVERT REPLACEMENT
Want these enhanced features? Subscribe Now!
State
***
County
***

Menu 1

Ut enim ad minim veniam, quis nostrud exercitation ullamco laboris nisi ut aliquip ex ea commodo consequat.

Want these enhanced features? Subscribe Now!
Company
***

Menu 1

Ut enim ad minim veniam, quis nostrud exercitation ullamco laboris nisi ut aliquip ex ea commodo consequat.

Want these enhanced features? Subscribe Now!

Menu 1

Ut enim ad minim veniam, quis nostrud exercitation ullamco laboris nisi ut aliquip ex ea commodo consequat.

Ad Text
CSAH 10 (BASS LAKE RD) BOX CULVERT REPLACEMENT

April 19, 2025

ADVERTISEMENT FOR BIDS CSAH 10 (BASS LAKE RD) BOX CULVERT REPLACEMENT CP 2200800 SP 027-610-034; MINN PROJ NO STBG 2725 (135) BIDS CLOSE: 2:00 PM, TUESDAY, MAY 13, 2025 HENNEPIN COUNTY, MINNESOTAElectronic bids for the above referenced project will be accepted through Hennepin County's online electronic bid system (ProcureWare) until 2:00 p.m., Tuesday, May 13, 2025, at which time they will be publicly opened by the Hennepin County Purchasing and Contract Services office. Bid results will be posted immediately after opening on Hennepin County's ProcureWare website. Location: CSAH 10 in the Cities of Brooklyn Center and Crystal. The major items of work are approximately: 1 LUMP SUM MOBILIZATION; 51 EACH GRUBBING; 1 EACH REMOVE BOX CULVERT; 1 EACH REMOVE CATCH BASIN; 6 EACH REMOVE SIGN; 169 LIN FT SAWING CONCRETE PAVEMENT (FULL DEPTH); 149 LIN FT REMOVE PIPE SEWERS; 43 LIN FT REMOVE CURB & GUTTER; 76 LIN FT REMOVE CHAIN LINK FENCE; 1033 SQ YD REMOVE PAVEMENT; 1002 SQ FT REMOVE BITUMINOUS WALK; 1999 SQ FT REMOVE CONCRETE WALK; 1 LUMP SUM FIBER UTILITY PROTECTION; 385 CU YD EXCAVATION - COMMON; 448 CU YD EXCAVATION - SUBGRADE; 1569 CU YD SELECT GRANULAR EMBANKMENT (CV); 523 CU YD COMMON EMBANKMENT (CV); 1014 SQ YD GEOGRID TYPE 2; 806 SQ YD GEOTEXTILE FABRIC TYPE 6; 130 SQ YD GEOTEXTILE FABRIC TYPE 7; 50 HOUR STREET SWEEPER (WITH PICKUP BROOM); 5 M GALLON WATER; 277 CU YD AGGREGATE BASE (CV) CLASS 6; 358 TON TYPE SP 12.5 WEARING COURSE MIX (3;F); 1 LUMP SUM STRUCTURE EXCAVATION; 4 EACH 10X6 PRECAST CONCRETE BOX CULV END SECT; 176 LIN FT 10X6 PRECAST CONCRETE BOX CULVERT; 61 CU YD PLASTIC SOILS CAP (CV); 356 CU YD MEDIUM FILTER AGGREGATE (CV); 2 EACH 30" RC PIPE APRON; 100 LIN FT 15" RC PIPE SEWER DES 3006 CL V; 60 LIN FT 30" RC PIPE SEWER DES 3006 CL IV; 2 EACH CONNECT TO EXISTING STORM SEWER; 4 EACH CASTING ASSEMBLY; 10 LIN FT CONST DRAINAGE STRUCTURE DES 48-4020; 14 LIN FT CONST DRAINAGE STRUCTURE DES 60-4020; 41 CU YD RANDOM RIPRAP CLASS III; 2194 SQ FT 4" CONCRETE WALK; 30 EACH DRILL & GROUT REINF BAR (EPOXY COATED); 283 SQ FT CONCRETE CURB RAMP WALK; 410 LIN FT CONCRETE CURB & GUTTER DESIGN B624; 22 SQ FT TRUNCATED DOMES; 80 LIN FT PORTABLE PRECAST CONC BARRIER DES 8337; 2 EACH GUIDE POST TYPE B; 2 EACH ELECTRICAL GROUND; 93 LIN FT WIRE FENCE DESIGN 60-9322; 1 LUMP SUM TRAFFIC CONTROL; 1 LUMP SUM ALTERNATE PEDESTRIAN ROUTE; 20 UNIT DAY PORTABLE CHANGEABLE MESSAGE SIGN; 10 SQ FT CONSTRUCTION SIGN-SPECIAL; 24 SQ FT SIGN; 80 LIN FT TEMPORARY FENCE; 1 LUMP SUM STABILIZED CONSTRUCTION EXIT; 1 LUMP SUM EROSION CONTROL SUPERVISOR; 6 EACH STORM DRAIN INLET PROTECTION; 445 LIN FT SILT FENCE; TYPE HI; 86 LIN FT FLOTATION SILT CURTAIN TYPE MOVING WATER; 587 LIN FT SEDIMENT CONTROL LOG TYPE COMPOST; 1 LUMP SUM TEMPORARY STREAM DIVERSION SYSTEM; 41 CU YD BOULEVARD TOPSOIL BORROW; 1 LUMP SUM TURF ESTABLISHMENT; 1481 SQ YD RAPID STABILIZATION METHOD 4; all in accordance with specifications and bid forms. Minimum wage rates to be paid by the Contractors have been predetermined and are subject to the Work Hours Act of 1962, P.L. 87-581 and implementing regulations. READ CAREFULLY THE WAGE SCALES AND DIVISION A OF THE SPECIAL PROVISIONS AS THEY AFFECT THIS/THESE PROJECT/PROJECTS The Minnesota Department of Transportation hereby notifies all bidders: in accordance with Title VI of the Civil Rights Act of 1964 (Act), as amended and Title 49, Code of Federal Regulations, Subtitle A Part 21, Non-discrimination in Federally-assisted programs of the Department of Transportation, it will affirmatively assure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded maximum opportunity to participate and/or to submit bids in response to this invitation, and will not be discriminated against on the grounds of race, color, disability, age, sex or national origin in consideration for an award; in accordance with Title VI of the Civil Rights Act of 1964 as amended, and Title 23, Code of Federal Regulations, Part 230 Subpart A-Equal Employment Opportunity on Federal and Federal-Aid Construction Contracts (including supportive services), it will affirmatively assure increased participation of minority groups and disadvantaged persons and women in all phases of the highway construction industry, and that on any project constructed pursuant to this advertisement equal employment opportunity will be provided to all persons without regard to their race, color, disability, age, religion, sex or national origin; in accordance with the Minnesota Human Rights Act, Minnesota Statute 363A.08 Unfair discriminatory Practices, it will affirmatively assure that on any project constructed pursuant to this advertisement equal employment opportunity will be offered to all persons without regard to race, color, creed, religion, national origin, sex, marital status, status with regard to public assistance, membership or activity in a local commission, disability, sexual orientation, or age; in accordance with the Minnesota Human Rights Act, Minnesota Statute 363A.36 Certificates of Compliance for Public Contracts, and 363A.37 Rules for Certificates of Compliance, it will assure that appropriate parties to any contract entered into pursuant to this advertisement possess valid Certificates of Compliance. If you have employed more than 40 full-time employees in any state, on any single working day during the previous 12 months, you must have a compliance certificate issued by the Minnesota Department of Human Rights to bid on any job in this advertisement. Please contact the Department of Human Rights immediately if you need assistance in obtaining a certificate. The following notice from the Minnesota Department of Human Rights applies to all contractors: "It is hereby agreed between the parties that Minnesota Statute, section 363A.36 and Minnesota Rules, parts 5000.3400 to 5000.3600 are incorporated into any contract between these parties based on this specification or any modification of it. A copy of Minnesota Statute 363A.36 and Minnesota Rules, parts 5000.3400 to 5000.3600 is available upon request from the contracting agency." "It is hereby agreed between the parties that this agency will require affirmative action requirements be met by contractors in relation to Minnesota Statute 363A.36 and Minnesota Rules 5000.3600. Failure by a contractor to implement an affirmative action plan or make a good faith effort shall result in revocation of its certificate or revocation of the contract (Minnesota Statute 363A.36, Subd. 2 and 3)." This Project has a Disadvantaged Business Enterprises (DBE) goal. See the DBE Special Provisions for requirements. All project plans, specifications, instructions for bidders, the bid form and all other requirements are available at https://hennepin.procureware.com. The advertisement for this project may also be viewed at the Minnesota Department of Transportation State Aid for Local Transportation eAdvert web site.(Published in Finance and Commerce April 19, 26, May 3, 2025) 4049855

Prior Ad #

Ad # 4054831
Finance & Commerce has abstracted these listings from public notices submitted to us for publication, which we do not independently verify. Where we've been able to enhance listings with supplementary information, that information is unofficial and uncorroborated. For the official version of a public notice, consult the print edition. BridgeTower Media assumes no responsibility for any errors or omissions in these listings and makes no representations regarding their accuracy or reliability.