Lifetime Citizen Portal Access — AI Briefings, Alerts & Unlimited Follows
Votes at a glance: Board of Public Works approves street reconstructions, contract amendments and awards; rejects lone Eagle Creek generator bid
Loading...
Summary
At its Aug. 27 meeting the Indianapolis Board of Public Works approved bond resolutions to begin a $4 million Metro Thoroughfare District bond issuance, authorized multiple contract amendments and awards for road and drainage work and rejected a single nonresponsive bid for an Eagle Creek Dam emergency generator replacement.
The Indianapolis Board of Public Works handled a range of administrative, contracting and procurement actions at its Aug. 27 meeting, approving bond resolutions, multiple contract awards and professional-service amendments and rejecting a single nonresponsive bid.
Key votes and outcomes
- Agenda and minutes: The board adopted a revised Aug. 27 agenda (including walk-on items) and approved the Aug. 13 minutes.
- Bond resolutions: Joe Glass, executive director and general counsel of the Indianapolis Bond Bank, presented resolutions 15 and 16 to begin issuance of $4,000,000 in Metro Thoroughfare District bonds to buy eight to 10 large snow trucks and paving/striping equipment. Resolution 15 (preliminary determination) and resolution 16 (declaratory resolution setting a public hearing for Sept. 10) were approved; Glass said the matter passed an Admin & Finance committee unanimously and will go before full council in September. The bond-bank pricing is expected in November or December.
- Encroachments/regulated-drain petitions: DPW staff recommended and the board approved resolutions granting encroachment petitions for Fifth Third Bank (regulated drain easement) and Roche Diagnostics Operations Inc. (encroachment for sidewalk/curb/parking work). Staff said reviews indicate no drainage impacts.
- Bid rejection: The board voted to reject all bids for project LDDash15Dash036, Eagle Creek Dam emergency generator replacement, after the only bidder (James Babcock Inc.) was found nonresponsive; engineering staff said the only submission contained numerous errors and the exact bid amount was unidentifiable. The engineer's estimate was $271,147.88; one bid was received on July 3, 2025.
- Change orders and final change orders: The board approved several contract changes, including • Change Order 1 to BR-46-088 (Derbyshire Road over Derbyshire Creek) with HIS Constructors, Inc., increasing the contract by $167,842.69 to a new not-to-exceed of $1,388,326.69 and adding 104 days to completion. • Final Change Order 1BR to BM-24-115 (16th Street and Dr. Martin Luther King Jr. Street over the canal) with Morphy Construction Inc., decreasing the contract by $104,269.64 to a new not-to-exceed of $1,633,730.36 with no change to completion dates. • Change Order 3BR to SD-22-102 (Thoroughfare drainage improvements, area 3) with Milestone Contractors LP, decreasing the contract by $868,166.33 to a new not-to-exceed of $5,363,930.62 with no days added.
- Professional services amendments: The board approved multiple amendments to professional services agreements: • Amendment 2 to BR-22-053 (Country Club Road over Tansel Creek), a professional services agreement with Kimley-Horn and Associates, increased by $100,700 to a new not-to-exceed of $524,382; the amendment extends the contract to Dec. 31, 2029, and adds design work and resubmittals. • Amendment 5 to ENG-18-009 (on-call design and inspection services) with SJCA Inc., increased by $120,000 to a new not-to-exceed of $752,000 and extended to Dec. 31, 2027; scope includes final plans, permits and cores for BM-17-0660 (Cold Spring Road over Crooked Creek). • Amendment 1 to the tire retreading services contract (RFBDash14DPW-1498) with Jim City Tires Inc., increased by $130,000 and extended for three years; staff said the service reduces tire replacement costs and pricing remains at prior terms.
- Walk-on contract awards (construction bids): The board approved five walk-on construction awards after competitive bidding: • ST-17-052 (20th/30th Streets 2-way conversion) to Calumet Civil Contractors Inc., not to exceed $9,873,000; engineer's estimate $12,430,457.22; bidder reported 50% WBE participation and Office of Minority and Women Business Development found a good-faith effort. • ST-24-777 (Residential Street Reconstruction Sector 1, NW) to Reith Riley Construction Co., Inc., not to exceed $3,100,000; engineer's estimate $4,817,099. • ST-24-078 (Residential Street Reconstruction Sector 2, NE) to Reith Riley Construction Co., Inc., not to exceed $3,250,000; engineer's estimate $4,000,949.35. • ST-24-079 (Residential Street Reconstruction Sector 3, SE) to Howard Asphalt LLC, not to exceed $3,200,463.65; engineer's estimate $5,068,187.69. • ST-24-080 (Residential Street Reconstruction Sector 4, SW) to Howard Asphalt LLC, not to exceed $3,258,375.20; engineer's estimate $4,759,652.64.
Board members and staff noted the low results in competitive bids and attributed some savings to declining asphalt prices. Several board members asked staff for clearer plan extents on some residential reconstruction projects; staff said plan sheets show locations and committed to provide clearer extents.
What the board did not decide: There was no awarding of the Eagle Creek generator project because the only bid was rejected; staff said they will reevaluate procurement options.
Votes and procedures: Most items were approved by voice vote after motions from board members; specific roll-call tallies were provided on only one item (Derbyshire Road change order carried with five yeses and one abstain). Where exact vote counts or roll-call names were not given in the transcript, the minutes record the motion as passed by voice vote.
Next steps and follow-ups: Several approved contract awards include substantial completion dates in 2026–2027; staff said work begins as soon as possible to lock prices and take advantage of current market conditions.
