INDIANA DEPARTMENT OF TRANSPORTATION PAGE 1 NOTICE TO HIGHWAY CONTRACTORS DATE OF LETTING: June 19, 2001 TIME OF LETTING: 10:00 AM EASTERN STANDARD SUPPLEMENTAL NO. 1 Sealed proposals for certain highway improvements as described below will be received from contractors holding a valid Certificate of Qualification issued by the Indiana Department of Transportation. ================================================================================================================================== LOCATION OF DEPOSIT: Indiana Department of Transportation, Mr. Wayne H. Wiese, Contracts Engineer Room N855, Government Center North, 100 North Senate Avenue, Indianapolis, IN 46204-2217 LOCATION OF OPENING: All proposals will immediately thereafter be taken to the Auditorium, Government Center South, 402 W. Washington Street, Indianapolis, Indiana where they will be publicly opened and read. ================================================================================================================================== Contract documents may be purchased at the office of the Indiana Department of Transportation, Room N855, Government Center North, 100 North Senate Avenue, Indianapolis, IN 46204-2217, telephone 317-232-5070, fax 317-232-0676. Checks should be made payable to the Indiana Department of Transportation. No refunds will be made for material returned except in cases of error in filling orders. Sample proposals may be purchased for twelve dollars and fifty cents ($12.50) each. Bidding proposals will be issued until 4:30 P.M., eastern standard time, the last work day preceding the bid opening date. Bids will be considered as provided for in the Prequalification and Bidding Regulations on file. Copies are available in Room N855, Government Center North. Contract documents may be examined in Room N855, Government Center North, 100 North Senate Avenue, Indianapolis, Indiana. An executed bid bond and an executed performance bond shall be included with the bid except on contracts for roadside mowing, vegetation control, demolition, landscaping, fencing, seeding and sodding, bridge painting, and guardrail installations of $100,000 or less, the bidder may elect not to furnish a performance bond. All projects are to be constructed in accordance with the applicable Federal, State and Local laws. On applicable Federal Aid projects, the Work Hours Act of 1962 (Public Law 87-851) and the Davis-Bacon Act of 1968 and any subsequent amendments to these Acts will apply. The Indiana Department of Transportation hereby notifies all bidders that minority business enterprises will be afforded full opportunity to submit bids in response to the invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for award. ******************************** * MINORITY BUSINESS ENTERPRISE * ******************************** On Non-Federal-Aid Construction contracts, Indiana Department of Transportation (INDOT) encourages utilization of minority business enterprises (MBEs) in bids; however, award of such contracts will not be based upon achievement of any specific goal. "Minority business enterprise" or "minority business" means an individual, partnership, corporation, limited liability company, or joint venture of any kind that is owned and controlled by one (1) or more persons who are: (1) United States citizens; and (2) member of a racial minority group. "Owned and controlled" means having: (1) ownership of at least fifty-one percent of the enterprise, including corporate stock of a corporation; (2) control over the management and active in the day-to-day operations of the business; and (3) an interest in the capital, assets, and profits and losses of the business proportionate to the percentage of ownership. "Racial minority group" means: (1) Blacks; (2) American Indians; (3) Hispanics; (4) Asian Americans; and (5) other similar racial minority groups. INTERNET ADDRESS For additional information, visit the INDOT Contract Services website at http://www.state.in.us/dot/TS/contract PAGE 1 NOTICE TO CONTRACTORS -- June 19, 2001 LETTING ___________________________________________________________________________________________________________________________________ CALL 101 CONTRACT R -25057-B ASPHALT RESURFACE CRAWFORDSVILLE DISTRICT PG. 1 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0012740 | 3223009 ASPHALT RESURFACE FOUNTAIN COUNTY - ON SR 234 FROM 2. 51 MILES TO 1.51 MILES WEST OF US 41 THROUGH KINGMAN (RP 014+007 TO 015+007) COMPLETION DATE: June 30, 2002 DBE GOAL: 6.0 QUALIFICATIONS: B(A) C(B) E(E) PROPOSAL PRICE: $ 12.50 ROAD ITEMS: PLANS: $ 17.80 X-SECT: $ 0.00 0.00 ___________________________________________________________________________________________________________________________________ CALL 105 CONTRACT R -25144-C ROAD REHABILITATION, SIGNAL MODERNIZATION ANS SIGNS CRAWFORDSVILLE DISTRICT PG. 3 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0100411 | 0252002 UTILITY RELOCATION- WATER MAIN VIGO COUNTY- ALONG US 40 FROM 9th STREET TO MACKVILLE AVE. IN WEST TERRE HAUTE(RP 04+064 TO RP 05+027) 9154125 | 0252002 ROAD REHABILITATION VIGO COUNTY - ON US 40 FROM 9TH ST TO MACKVILLE AVE IN WEST TERRE HAUTE (RP 04+064) 945412X | 0252002 SIGN MODERIZATION AND NEW SIGNS VIGO COUNTY - ON US 40 FROM 9TH ST TO MACKVILLE AVE (RP 04+064) 975412A | 0252002 TRAFFIC SIGNAL MODERNIZATION VIGO COUNTY - ON US 40 AT 3RD ST (RP 05+005) 975412E | 0252002 TRAFFIC SIGNAL MODERNIZATION VIGO COUNTY - ON US 40 AT 7TH ST (RP 04+078) COMPLETION DATE: October 31, 2002 DBE GOAL: 8.0 QUALIFICATIONS: C(B) E(E) PROPOSAL PRICE: $ 12.50 ROAD ITEMS: PLANS: $ 21.80 X-SECT: $ 0.00 0.00 ___________________________________________________________________________________________________________________________________ CALL 229 CONTRACT RS-25438-B ASPHALT RESURFACE LAPORTE DISTRICT PG. 7 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0017470 | 2126028 ASPHALT RESURFACE MARSHALL COUNTY - ON US 6 FROM US 31 TO SR 106 (RP 69+58 TO RP 76+25) PAGE 2 NOTICE TO CONTRACTORS -- June 19, 2001 LETTING COMPLETION TIME: 50 WORK DAYS DBE GOAL: 3.0 QUALIFICATIONS: B(A) PROPOSAL PRICE: $ 12.50 ___________________________________________________________________________________________________________________________________ CALL 231 CONTRACT RS-25439-D ASPHALT RESURFACE LAPORTE DISTRICT PG. 8 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0017480 | 1465004 ASPHALT RESURFACE CASS COUNTY - ON SR 25 FROM US 35 TO US 24( RP 071+022 TO 073+030) 0017485 | 4309003 ASPHALT RESURFACE CASS COUNTY - ON SR 17 FROM MARKET STREET TO NORTHERN AVENUE IN LOGANSPORT(RP 001+019 TO 001+092) COMPLETION TIME: 45 WORK DAYS DBE GOAL: 2.0 QUALIFICATIONS: B(A) PROPOSAL PRICE: $ 12.50 ___________________________________________________________________________________________________________________________________ CALL 365 CONTRACT B -25557-B BRIDGE REHABILITATION GREENFIELD DISTRICT PG. 9 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0065978 | 0703217 BRIDGE REHABILITATION-I-70-81-2424B & 2424JB-CONTINUOUS COMP STEEL BEAM (TWO STRUCTURES), 9 SPANS TOTAL LENGTH 209.4 m MARION COUNTY - ON I-70 OVER ROOSEVELT AVENUE, MASSACHUSETTS AVENUE AND CSX RR, 6.8 km WEST OF I-465 (E LEG) (RP 85+07) COMPLETION DATE: October 15, 2001 DBE GOAL: 5.0 QUALIFICATIONS: D(C) PROPOSAL PRICE: $ 12.50 BRIDGE ITEMS: PLANS: $ 2.60 X-SECT: $ 0.00