Notice to Pre-Qualified Bidders
NOTICE TO PRE-QUALIFIED TIER 1 BIDDERS
Notice is hereby given that sealed bids will be received for a Public CMc Project under IC 5-32:
By: The Skillman Corporation
For: Interior Finishes for New Lodge at Potato Creek State Park
At: November 6, 2025
Until: 2:00 PM (Eastern time)
Via: eBid Electronic Bid Submission
All work for the complete construction of the Project will be under one or more sub-contracts with the Construction Manager based on bids received from pre-qualified Tier 1 bidders and on combinations awarded. Award of contracts will be in accordance with Indiana Public Bidding Laws. The Construction Manager will not self-perform any of the work on this project.
Construction shall be in full accordance with the Bidding Documents which are on file with the Owner and Construction Manager and may be examined by prospective bidders at the following locations:
Office of the Construction Manager
The Skillman Corporation
3834 S. Emerson Avenue, Building A
Indianapolis, IN 46203
Indiana Department of Administration
Division Of Public Works
42 W. Washington Street, Room 478 IGCS
Indianapolis, IN 46204
The Skillman Plan Room
www.skillmanplanroom.com
Pre-Qualified Bidders, sub-subcontractors and material suppliers must place an order on www.skillmanplanroom.com to be able to download documents electronically or request printed documents. There is no cost for downloading the bidding documents. Bidders desiring printed documents shall pay for the cost of printing, shipping and handling. Reprographic Services are provided by:
Eastern Engineering 9901 Allisonville Road, Fishers, IN 46038, Phone 317-598-0661.
A Pre-Bid Conference will be held virtually on October 15, 2025, at 2:00 PM Eastern Time via Microsoft Teams:
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 271 355 825 134 8
Passcode: Uz38eh3p
Dial in by phone
+1 317-762-3960,,974491257# United States, Indianapolis
Find a local number
Attendance by bidders is optional, but recommended, to clarify or answer questions concerning the Drawings and Project Manual for the Project.
Bid security in the amount of ten percent (10%) of the Bid must accompany each Bid in accordance with the Instructions to Bidders.
The successful Bidders will be required to furnish Dual Obligee Performance and Payment Bonds for one hundred percent (100%) of their Contract amount prior to execution of Contracts.
Subcontractors submitting bids for the performance of Work as specified in this building Project should make such Bids to The Skillman Corporation. Contractors shall enter into a sub-contract with The Skillman Corporation as the Construction Manager CMc for the Owner.
The Owner and the Construction Manager reserve their rights to accept or reject any Bid (or combination of Bids) and to waive any irregularities in bidding. All Bids may be held for a period not to exceed 60 days before awarding contracts.
Bid proposals for the scopes of work outlined in Section 01 12 00 – Multiple Contract Summary must be received on or before the due date and time. Bids are to be submitted via eBid Electronic Bid Submission (refer to Section 00 10 00 – Instruction to Bidders for detailed instructions). eBid will not allow bids to be submitted past the due date and time. Bid proposals from bidders that have not prequalified for the project will not be accepted.
BIDS WILL BE PUBLICLY OPENED AND READ ALOUD AT 2:00PM CT ON NOVEMBER 6, 2025, VIA MICROSOFT TEAMS AT THE LINK BELOW:
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 259 985 924 300 2
Passcode: or2SZ9b8
Dial in by phone
+1 317-762-3960,,534321217# United States, Indianapolis
Find a local number
Phone conference ID: 534 321 217#
THE SKILLMAN CORPORATION
________________________________________________
Notice to Contractors - Pre-Qualification
Re: Indiana Department of Administration – Division of Public Works
Interior Finishes for New Lodge at Potato Creek State Park
25601 State Road 4
North Liberty, IN 46554
The Skillman Corporation Project No. 221740
All first tier subcontractors wishing to bid and contract for this project must be prequalified in order to participate in the bidding process and to be considered for an award of contract. The prequalification process will be administered by the Owner's Construction Manager as Constructor (CMc), The Skillman Corporation.
The following are the Bid Categories under consideration for this project.
09 – Hard Tile
10 – Flooring
11 – Painting & Decorating
12 – Millwork & Casework
In order to prequalify, first tier subcontractors must submit their completed Prequalification Form conforming to the requirements set forth below by no later than October 30, 2025. The CMc reserves the right to extend this deadline in its sole discretion. The Prequalification Form is available for pick up by interested first tier subcontractors at The Skillman Corporation's Office. Prequalification Form will also be available via email; requests shall be sent to Andrew Huehls at ahuehls@skillman.com. Bid documents will be available on or after October 6, 2025.
Prequalification requirements set forth by Indiana Department of Administration – Division of Public Works are as follows:
All bidders must be prequalified by the State of Indiana Department of Administration. Prequalification applications must be submitted utilizing the link below prior to the bid opening date. Bidders are required to be prequalified under the following DAPW categories:
BC 09 - DAPW Prequal Category 1743.01
BC 10 - DAPW Prequal Category 1752.02
BC 11 - DAPW Prequal Category 1721.01
BC 12 - DAPW Prequal Category 1751.02
https://www.in.gov/idoa/state-property-and-facilities/public-works/certification-board/contractors-and-sub-contractors/.
Performance & Payment Bond from company with a rating of A+ VII, A VII or A- VII by A. M. Best and lawfully authorized to do business in the jurisdiction in which the Project is located.
Must be able to obtain Insurance in the amount of $1 Million Commercial General Liability; $2 Million Aggregate; $5 Million Umbrella from company with a rating of A+ VII, A VII or A- VII by A. M. Best and lawfully authorized to do business in the jurisdiction in which the Project is located.
Provide an arbitration and litigation history on all construction contracts in the last 10 years.
Provide record of safety history to include EMR, DART, TRIR and history of OSHA violations.
Provide history of contracting with or hiring minority, women, and veteran business enterprises on prior projects.
Sub-contractors must commit and be able to comply with applicable laws including but not limited to the requirements detailed in the bidding documents and found in applicable public works and contract statutes.
First tier subcontractors may be found to be unqualified for this project if the CMc, Architect, or Owner determines that: (i) the above requirements have not been satisfied, (ii) a history of non-compliance by the first tier subcontractor that has negatively impacted the schedule, budget, safety or quality of a project, (iii) if the first tier subcontractor's experience on comparable projects is insufficient, or (iv) the first tier subcontractor's available manpower is insufficient based on its current workload.
The Skillman Corporation
HSPAXLP
October 4, 11 2025
LSBN0382065