INDIANA DEPARTMENT OF TRANSPORTATION PAGE 1 NOTICE TO HIGHWAY CONTRACTORS DATE OF LETTING: August 16, 2001 TIME OF LETTING: 10:00 AM EASTERN STANDARD EMERGENCY LETTING 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 N855 Conference Room, Gov. Center North, 100 N. Senate Avenue, 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 -- August 16, 2001 LETTING ___________________________________________________________________________________________________________________________________ CALL 100 CONTRACT B -25931-A BRIDGE REPAIR & PCC PAVEMENT REPLACEMENT SEYMOUR DISTRICT PG. 1 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0101030 | 470300E BRIDGE REPAIR & PCC PAVEMENT REPLACEMENT - STR 31-36-4249C - R C GIRDER & CONT STEEL BEAM, 4 SPANS TOTAL LENGTH 227.0' JACKSON COUNTY - ON US 31 OVER I-65, 4.24 MILES SOUTH OF US 50 (RP 45+18) COMPLETION DATE: December 15, 2001 DBE GOAL: 0.0 QUALIFICATIONS: A(B) D(B) PROPOSAL PRICE: $ 12.50 BRIDGE ITEMS: PLANS: $ 1.60 X-SECT: $ 0.00 SCHEDULE OF PAY ITEMS PAGE 1 CALL ORDER : 100 CONTRACT ID : B -25931-A LETTING DATE : 08/16/01 10:00 AM ------------------------------------------------------------------------------------------------------------------------------------ ITEM NO. DESCRIPTION QUANTITY UNITS ------------------------------------------------------------------------------------------------------------------------------------ SECTION NO. 0001 BRIDGE REPAIR AND PCC PAVEMENT REPLACEMENT 1 105-06790 FIELD OFFICE, 300 SFT 6.000 MOS 2 105-06845 CONSTRUCTION ENGINEERING LUMP LUMP 3 110-01001 MOBILIZATION AND DEMOBILIZATION LUMP LUMP 4 202-02240 PAVEMENT, REMOVE 5,305.200 SYS 5 202-51328 PRESENT STRUCTURE, REMOVE PORTIONS LUMP LUMP 6 202-60820 SURFACE MILLING, ASPHALT 120.000 SYS 7 202-96128 GUTTER, CONCRETE, REMOVE 2,989.000 LFT 8 303-52308 COMPACTED AGGREGATE, O, 53 4,354.000 TON 9 304-06464 SUBBASE FOR PCCP 1,451.000 CYS 10 402-05477 HMA SURFACE 9.5 mm, MAINLINE 10.000 TON 11 406-05520 ASPHALT FOR TACK COAT 00.100 TON 12 501-06266 PROFILOGRAPH, PCCP LUMP LUMP 13 502-06329 PCCP, 12 IN. 4,953.000 SYS 14 503-05240 D-1 CONTRACTION JOINT 2,955.000 LFT 15 503-05310 TERMINAL JOINT 48.000 LFT 16 601-07024 ENERGY ABSORBING TERMINAL, CZ, TL-3 1.000 EACH 17 602-06646 TEMPORARY CONCRETE BARRIER 50.000 LFT 18 605-04510 LIP GUTTER 2,989.000 LFT 19 610-05527 HMA FOR APPROACHES 35.400 TON 20 610-06259 REINFORCED CONCRETE BRIDGE APPROACH, 12 IN. 175.200 SYS 21 617-04488 GEOGRID, SUBGRADE 5,803.000 SYS 22 703-51030 REINFORCING STEEL 3,622.000 LBS 23 703-51032 REINFORCING STEEL, EPOXY COATED 12,915.000 LBS 24 704-51002 CONCRETE, C, SUPERSTRUCTURE 51.400 CYS 25 706-51020 CONCRETE, C, RAILING 12.200 CYS 26 709-51821 SURFACE SEAL LUMP LUMP 27 711-51038 STRUCTURAL STEEL LUMP LUMP 28 713-51820 TEMPORARY SUPPORT LUMP LUMP 29 722-51874 OVERLAY DAM 135.900 SFT 30 724-03276 EXPANSION JOINT SEALING SYSTEM 189.800 LFT 31 801-06640 CONSTRUCTION SIGN, A 16.000 EACH 32 801-06645 CONSTRUCTION SIGN, B 2.000 EACH 33 801-06710 FLASHING ARROW SIGN 30.000 DAY 34 801-06775 MAINTAINING TRAFFIC LUMP LUMP 35 808-06713 LINE, PAINT, SOLID, WHITE, 4 IN. 4,020.000 LFT 36 808-06714 LINE, PAINT, SOLID, YELLOW, 4 IN. 4,100.000 LFT 37 808-75994 PRISMATIC REFLECTOR 50.000 EACH 38 808-75998 SNOWPLOWABLE RAISED PAVEMENT MARKER 50.000 EACH