INDIANA DEPARTMENT OF TRANSPORTATION PAGE 1 NOTICE TO HIGHWAY CONTRACTORS DATE OF LETTING: March 16, 2005 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. Michael R. Beuchel, Contract Services Manager, 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 -- March 16, 2005 LETTING ___________________________________________________________________________________________________________________________________ CALL 162 CONTRACT R -27711-C INTERSECTION IMPROVEMENT AND TRAFFIC SIGNAL MODERNIZATION FT. WAYNE DISTRICT PG. 1 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 9800780 | 2280024 INTERSECTION IMPROVEMENT LAGRANGE COUNTY - ON US 20 AT SR 9(RP 121+027) 990078A | 228000W TRAFFIC SIGNAL MODERNIZATION LAGRANGE COUNTY - ON US 20 AT SR 9(RP 121+027) COMPLETION DATE: October 14, 2005 DBE GOAL: 9.0 QUALIFICATIONS: B(A) C(B) PROPOSAL PRICE: $ 12.50 ROAD ITEMS: PLANS: $ 14.00 X-SECT: $ 0.00 ___________________________________________________________________________________________________________________________________ CALL 166 CONTRACT R -27807-A PAVEMENT REPLACEMENT AND BRIDGE DECK OVERLAY LAPORTE DISTRICT PG. 4 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0201262 | 2261060 BRIDGE DECK OVERLAY - STR. NO. 912-45-2550, CONTINUOUS PRE- STRESSED CONC. I-BEAM, 3 SPANS, TOTAL LENGTH 252.33 FT. LAKE COUNTY - ON SR 912 OVER CSX RAILROAD AND AMOCO SERVICE ROAD, 0.45 MILE WEST OF US12/20(RP 0001+082) 0201264 | 2261060 BRIDGE DECK OVERLAY - STR. NO. 912-45-6604, WELDED PLATE GIRDER, 3 SPANS, TOTAL LENGTH 235.32 LAKE COUNTY - ON SR 912 OVER US 12/20, 1.46 MILES EAST OF US 41(RP 002+027) 0400062 | 2261060 ASPHALT RESURFACE LAKE COUNTY - ON SR 912 FROM 1.69 MILES EAST OF US 41 TO BRIDGE OVER SR 312(RP 002+050 TO 006+036) 0400211 | 2261060 PAVEMENT REPLACEMENT LAKE COUNTY - ON SR 912 FROM 0.19 MILE EAST OF US 41 TO 1.69 MILES MILES EAST OF US 41(RP 001+000 TO 002+050) COMPLETION DATE: November 18, 2005 DBE GOAL: 5.0 QUALIFICATIONS: B(A) D(C) PROPOSAL PRICE: $ 12.50 ROAD ITEMS: PLANS: $ 20.40 X-SECT: $ 9.60 PAGE 2 NOTICE TO CONTRACTORS -- March 16, 2005 LETTING ___________________________________________________________________________________________________________________________________ CALL 226 CONTRACT R -28046-B HOUSES AND BUILDINGS, REMOVE GREENFIELD DISTRICT PG. 7 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0401245 | 0454OOH HOUSES AND BUILDINGS, REMOVE JAY COUNTY - ON SR 67 AT SR 1 (RP 167+028) COMPLETION DATE: September 23, 2005 DBE GOAL: 0.0 QUALIFICATIONS: 0163 PROPOSAL PRICE: $ 12.50 ROAD ITEMS: PLANS: $ 1.20 X-SECT: $ 0.00 ___________________________________________________________________________________________________________________________________ CALL 306 CONTRACT RS-27712-B ASPHALT RESURFACE VINCENNES DISTRICT PG. 8 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0200804 | 0561009 ASPHALT RESURFACE SULLIVAN COUNTY - ON SR 154 FROM SR 63 TO US 41 (RP 005+066 TO 013+017) COMPLETION TIME: 60 WORK DAYS DBE GOAL: 6.0 QUALIFICATIONS: B(A) PROPOSAL PRICE: $ 12.50 ___________________________________________________________________________________________________________________________________ CALL 318 CONTRACT RS-27937-C ASPHALT RESURFACE FT. WAYNE DISTRICT PG. 10 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0400641 | 2513015 ASPHALT RESURFACE ALLEN COUNTY - ON US 27 FROM MAPLEGROVE TO EDGEWOOD AVE. IN FT. WAYNE(RP 111+025 TO 115+088) COMPLETION DATE: November 04, 2005 DBE GOAL: 2.0 QUALIFICATIONS: B(A) PROPOSAL PRICE: $ 12.50 ___________________________________________________________________________________________________________________________________ CALL 420 CONTRACT B -27813-B HISTORIC BRIDGE REHABILITATION LAPORTE DISTRICT PG. 12 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0200995 | 9908026 HISTORIC BRIDGE REHABILITATION, STR. NO. CARROLL-018, HOWE TIMBER TRUSS, 4 SPANS, TOTAL LENGTH 127.50 FT CARROLL COUNTY - ON COUNTY ROAD 500 WEST OVER WILDCAT CREEK, 0.5 MILE NORTHEAST OF OWASCO PAGE 3 NOTICE TO CONTRACTORS -- March 16, 2005 LETTING COMPLETION TIME: 125 WORK DAYS DBE GOAL: 3.0 QUALIFICATIONS: 0101 PROPOSAL PRICE: $ 12.50 BRIDGE ITEMS: PLANS: $ 2.40 X-SECT: $ 0.00 ___________________________________________________________________________________________________________________________________ CALL 524 CONTRACT M -27976-B PIPE REPLAVEMENT VINCENNES DISTRICT PG. 14 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0401056 | 60000AI PIPE REPLACEMENT ORANGE COUNTY - ON SR 145 AT 5.66 AND 7.21 MILES NORTH OF SR 164(RP 037+010 TO 038+085) COMPLETION TIME: 20 WORK DAYS DBE GOAL: 0.0 QUALIFICATIONS: C(B) E(E) PROPOSAL PRICE: $ 12.50 ___________________________________________________________________________________________________________________________________ CALL 536 CONTRACT M -28067-B HERBICIDE TREATMENT GREENFIELD DISTRICT PG. 15 PROJECT CONTROL NUMBER | FED/STATE NUMBER LOCATION ------------------------------------------ ----------------------------------------------------------- 0401312 | 30000BF HERBICIDE TREATMENTS MARION COUNTY - VARIOUS INTERSTATES COMPLETION DATE: September 30, 2005 DBE GOAL: 0.0 QUALIFICATIONS: E(N) PROPOSAL PRICE: $ 12.50