HomeMy Public PortalAbout096-2018 - Thor Construction - Pump RehabilitationORIGINAL
AGREEMENT
THIS AGREEMENT made and entered into this � day of June, 2018, by and between the
City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary
Commissioners, with its office at 50 North 51 Street, Richmond, Indiana, 47374 (referred to as
the "City"), and Thor Construction Company, I I I I NW `T' Street, Richmond, Indiana 47374
(hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to .furnish materials and to perform services for installation of new
pumps, piping, controls, valve vault and other work as described in the plans and specifications
for the City's Far North Pump Station Project (the "Project") in Richmond, Indiana. All work
performed under the Agreement shall be as shown in the Project plans and specifications prepared
by the Lochmueller Group, Inc.
City published Notice to Bidders on March 111 and 18th, 2018 in the Richmond Palladium -Item
newspaper for the Far North Pump Station Project. A copy of said bid notice is attached hereto
and incorporated herein by reference as Exhibit "A".
The bid response of Contractor, dated April 10, 2018, for the Far North Pump Station Project, is
set forth and contained in Exhibit "B", which Exhibit `B" is attached hereto and incorporated
herein by reference and made a part of this Agreement. Contractor shall provide all work and
services for the Far North Pump Station Project as set forth above. Exhibit `B" also includes
Contractor's itemized bid for this Project.
Should any provisions, terms, or conditions contained in any of the documents attached hereto
and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or
conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor, material, equipment, and services necessary for the proper
completion of all work specified. Contractor shall submit statements or bills monthly.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or warranties;
2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with
I.C. § 22-5-1.7-1 1(a)(2);and
3. A purchase order has been issued by the Purchasing Department.
SECTION Il. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work.
Contract No. 96-2018
SECTION III. COMPENSATION
City shall pay Contractor in an amount not to exceed Three Hundred Twenty -Six Thousand Three
Hundred Seventy -Five Dollars and Zero Cents ($326,375.00), for complete and satisfactory
performance of the work required hereunder. The monies to be paid to Contractor are based upon
the Far North Pump Station Project Bid Sheet signed by Contractor on April 10, 2018 and
submitted by Contractor, which is set forth in Exhibit `B", and attached with this Agreement and
made a part hereof.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective upon signature by both parties and shall continue in effect
until and including one -hundred twenty (210) calendar days from the authorization to proceed
date to substantial completion, plus thirty (30) additional calendar days for final completion,
unless both parties agree to extend this Agreement by a written and signed agreement.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time by giving at least thirty (30) days written notice specifying the
effective date and the reasons for termination which shall include but not be limited to the
following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written, by the
Contractor to the City that is incorrect, incomplete, or does not meet reasonable -
professional standards in any material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement
is made; or
e. unavailability of sufficient funds to make payment on this Agreement.
This Agreement may also be terminated by either the City or the Contractor, in whole or in part,
by mutual Agreement setting forth the reasons for such termination, the effective date, and in the
case of partial termination, the portion to be terminated.
This Agreement may also be terminated by either the City or the Contractor, without cause, by
giving at least thirty (30) days written notice to the other party.
In the event of termination of this Agreement, the City shall be required to make payment for all
work performed prior to the date this Agreement is terminated, but shall be relieved of any other
responsibility herein.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to
person or property or any other claims which may arise from the Contractor's conduct or
2 1 - .
performance of this Agreement, either intentionally or negligently; provided, however, that
nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts
of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this
Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set
forth below which may arise out of or result from the Contractor's operations under this
Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone
directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may
be held responsible.
Coverage Limits
A. Worker's Compensation & Statutory
Disability Requirements
B. Employer's Liability $100,000
C. Comprehensive General Liability
Section 1. Bodily Injury $1,000,000 each occurrence
$2,000,000 aggregate
Section 2. Property Damage $1,000,000 each occurrence
D. Comprehensive Auto Liability
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage $1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$1,000,000 aggregate
F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence
$2,000,000 aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
3 1
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall
provide to the City its signed Affidavit affirming that Contractor does not knowingly employ
an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor
violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than
thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to
remedy the violation within the thirty (30) day period provided above, the City shall consider
the Contractor to be in breach of this Agreement and this Agreement will be terminated. If
the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then
pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual
damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not
engaged in investment activities in Iran. In the event Board determines during the course
of this Agreement that this certification is no longer valid, Board shall notify Contractor
in writing of said determination and shall give contractor ninety (90) days within which
to respond to the written notice. In the event Contractor fails to demonstrate to the Board
that the Contractor has ceased investment activities in Iran within ninety (90) days after
the written notice is given to the Contractor, the Board may proceed with any remedies it
may have pursuant to IC 5-22-16.5. In the event the Board determines during the course
of this Agreement that this certification is no longer valid and said determination is not
refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right
to consider the Contractor to be in breach of this Agreement and terminate the agreement
upon the expiration of the ninety (90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of race, religion, color, sex,
disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
1. That in the hiring of employees for the performance of work under this
Agreement of any subcontract hereunder, Contractor, any subcontractor, or any
person acting on behalf of Contractor or any sub -contractor, shall not
discriminate by reason of race, religion, color, sex, national origin or ancestry
against any citizen of the State of Indiana who is qualified and available to
perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
4
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
3. That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all money
due or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement.
SECTION XI. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of
its rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall
be binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be
an original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement, including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption
or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
of the provisions of this Agreement.
5
r
Any person executing this Contract in a representative capacity hereby warrants that he or she has
authorization, in writing, by his or her principal to execute this Contract on behalf of the
Contractor and that such authorization has not been revoked or rescinded.
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of
the day and year first written above, although signatures may be affixed on different dates.
"CITY"
"CONTRACTOR"
The City of Richmond, Indiana, by and through Thor Construction Company
its Board of S itary Commissioners
By• �.
ue iller, President
(Printed): Daniel D. Stamper
APPROVED:
Snow
Dated: b `
Title: President
Dated: g
6 1
r
RICHMOND SANITARY DISTRICT
CITY OF RICHMOND, INDIANA
FAR NORTH PUMP STATION PROJECT
Sealed Bids for the construction of the Far North Pump Station Project will be received by The Richmond Sanitary
District, at the office of the District, until 10:00 A.M. EST local time on April 10, 2018, at which time the Bids received
will be "publicly" opened and read. The project consists of upgrading the existing Far North pump station to include
replacing pumps, internal piping, new valve vault and controls.
Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis.
The Issuing Office for the Bidding Documents is: Lochmueller Group, 3502 Woodview Trace Suite 150, Indianapolis, IN
46268. Contact Jeff DeWitt P.E. at 317-222-3880 and jdewitt@lochgroup.com. Prospective Bidders may examine the
Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8:00A.M —4:00 P.M, and may
obtain copies of the Bidding Documents from the Issuing Office as described below.
Bidding Documents also may be examined at the office of the Richmond Sanitary District, 2380 Liberty Avenue,
Richmond, Indiana, on Mondays through Fridays between the hours of 7:30 A.M —4:30 P.M.
Printed copies of the Bidding Documents may be obtained from the Issuing Office, during the hours indicated above, upon
non-refundable payment of a deposit of $100.00 for each set. Checks for Bidding Documents shall be payable to
"Lochmueller Group, Inc.". Upon request and receipt of the document deposit indicated above plus a non-refundable
shipping charge, the Issuing Office will transmit the Bidding Documents via delivery service. The shipping charge amount
will depend on the shipping method selected by the prospective Bidder. The date that the Bidding Documents are
transmitted by the Issuing Office will be considered the Bidder's date of receipt of the Bidding Documents. Partial sets of
Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or
partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office.
A pre -bid conference will be held at 10:00 A.M. EST local time on March 20, 2018 at the Richmond Sanitary District, 2380
Liberty Avenue, Richmond, Indiana, 47374. Attendance at the pre -bid conference is optional.
Bid security shall be furnished in accordance with the Instructions to Bidders.
Bidders shall submit proof of qualifications to perform the Work as described in the Instructions to Bidders.
BOARD OF SANITARY COMMISSIONERS
Sue Miller
Aman Bakshi
Greg Stiens
Publish Dates: March 11 & 18, 2018
Richmond Sanitary District
Far North & Hayes Pump Stations Project EXHIBIT'A' - Page 1 of 1 00 00 50 - 1
216-0076-0 W W
SECTION 00 43 00
BID BOND
Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable.
BIDDER (Name and Address):
Thor Construction Company
1111 Northwest'T' Street
Richmond, IN 47374
SURETY (Name, and Address of Principal Place of Business):
The Guarantee Company of North America USA
1 Towne Square, Suite 1470
Southfield, MI 48076
OWNER (Name and Address):
Richmond Sanitary District
2380 Liberty Avenue
Richmond, IN 47374
BID
Bid Due Date: April 10, 2018
Description (Project Name-- include Location): For North and Hayes Pump Stations Project
BOND
Bond Number: N/A
Date: April 10, 2018
Penal sum Five Percent of the Amount of Bid ------------ ____------- _---- _---------------- $ 5%
(Words) (Figures)
Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause
this Bid Bond to be duly executed by an authorized officer, agent, or representative.
BIDDER SURETY
(Seal) The Guarantee Company of North America USA(Seal)
Thor Construction Company ,
Bidder's Name and Corporate Seal' Surety's Name and Corporate Seal
el
By: D By:
Signature Signature (Attacitower of Attorney)
Dt9-NlF D. 5Z�A 2Prt?
Print Name
AR si,r24'N t
Title
Courtney A Flaska
Print Name
_ Attorney In Fact --
Title
Amlh
�3M't., ' Witness:MAI Attest:# '
Signature Signature
Title
Title Witness
Note: Addresses are to be used for giving any required notice.
Provide execution by any additional parties, such as joint venturers, if necessary.
Richmond Sanitary District
Far North Pump Station Project
216-0076-OWW
00 43 00 - 1
Exhibit'B' - Page 1 of 45
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and
assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the
penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond
shall be Owner's sale and exclusive remedy upon default of Bidder.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding
Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding
Documents and any performance and payment bonds required by the Bidding Documents.
3. This obligation shall be null and void if:
3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any
extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding
Documents and any performance and payment bonds required by the Bidding Documents, or
3.2 All Bids are rejected by Owner, or
3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any
extension thereof agreed to in writing by Bidder and, If applicable, consented to by Surety when required
by Paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after
receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable
promptness, Identifying this Bond and the Project and including a statement of the amount due.
S. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of
Award agreed to in writing by Owner and Bidder, provided that the total time for Issuing Notice of Award Including
extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety's written consent.
6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default
required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due
date.
7. Any suit or action under this Bond shall be commenced only In a court of competent jurisdiction located in the
state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown
on the face of this Bond. Such notices may be sent by personal delivery, comrnerclal courier, or by United States
Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority
of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such
Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any
applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at
length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall
govern and the remainder of this Bond that is not In conflict therewith shall continue in full force and effect.
11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable.
Richmond Sanitary District
Far North Pump Station Project
216-0076-OWW
004300-2
Exhibit 'B' - Page 2 of 45
1. i
Surety Company Acknowledgement
STATE OF ILLINOIS
COUNTY OF COOK SS:
On this loth day of April, 2018, before me personally appeared Courtney A. Flaska ,
to me known, who, being by me duly sworn, did depose and say: that (s)he resides at
Schaumburg, Illinois, that (s)he is the Attorney in Fact of The Guarantee Company of North
America USA, the corporation described in and which executed the annexed instrument; that
(s)he knows the corporate seal of said corporation; that the seal affixed to said instrument is such
corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that
(s)he signed his/her name thereto by like order; and that the liabilities of said corporation do not
exceed its assets as ascertained in the manner provided by law.
Notary Public in and for the above Coun and State
My Commission Expires: 05/23/18
`.. �MEREDITH H. MIELKE
oFFICIAL SEAL
i-t�+NoiaiY pkJblir., Slule of Illinois
My Commission Expires
May 23, 2018
Exhibit 'B' - Page 3 of 45
THE The Guarantee Company of North America USA
GUARANTEEo Southfield, Michigan
POWER OF ATTORNEY
NOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the
laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint
James Stephen Pohl, Carol A. Dougherty, Sherene L. Hemler, James L. Sulkowski, Mike Pohl, Meredith H. Mielke, Kirk Liskiewitz,
Robert B. Schutz, Courtney A. Flasks, Samantha Bradtke
DS&P Insurance Services Inc.
its true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity
and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise.
The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA
as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal
office.
The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws
adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003.
The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority:
1. To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and
undertakings, contracts of indemnity and other writings obligatory in the nature thereof,, and
2. To revoke, at any tKne, any such Attorney -in -tact and revoke the authority given, except as provided below
3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attorney -in -Fad includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation
making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of its obligations under its bond.
4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the
Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department
of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
Further, this Power of Attorney Is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting
duly called and held on the 6th day of December 2011, of which the following Is a true excerpt:
RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification
thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and
such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and
its corporate seal to be affixed by its authorized officer, this 19 day of March, 2018.
STATE OF MICHIGAN
County of Oakland
THE GUARANTEES COMPANY OFF NORTH AMERICA USA
Stephen C. Ruschak, President & Chief Operating Officer
Randall Musselman, Secretary
On this 1st day of March, 2018 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly
sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said
Instrument Is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of said
Company.
u c r Cynthia A. Takal
Notary Public, State of Michigan
County of Oakland
`ti; • • ,: My tanmission Expires February 27, 2024
Acting in Oakland County
IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee
Company of North America USA offices the day and year above written.
1, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true
and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is sb'ti in full force and effect.
rM"'Esc IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 10th day of April 2018
f
Exhibit 'B' - Page 4 of 45 Randall Musselman, Secretary
ARTICLE 1— BID RECIPIENT
1.01 This Bid is submitted to:
The Richmond Sanitary District Office at 2380 Liberty Avenue, Richmond, Indiana 47374
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement
with Owner in the form included in the Bidding Documents to perform all Work as specified or
Indicated in the Bidding Documents for the prices and within the times indicated in this Bid and
in accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS
2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without
limitation those dealing with the disposition of Bid security. This Bid will remain subject to
acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may
agree to in writing upon request of Owner.
ARTICLE 3 — BIDDER'S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, and any data and
reference items identified in the Bidding Documents, and hereby acknowledges receipt of
the following Addenda:
Addendum No. Addendum, Date
One 3/21/18
Two 4/5/18
B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and
adjacent areas, and become familiar with and satisfied itself as to the general, local, and
Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect
cost, progress, and performance of the Work.
D. Bidder has considered the information known to Bidder itself; information commonly
known to contractors' doing business in the locality of the Site; Information and
observations obtained from visits to the Site; the Bidding Documents; and any Site -related
reports and drawings identified In the Bidding Documents, with respect to the effect of
such Information, observations, and documents on (1) the cost, progress, and performance
of the Work; (2) the means, methods, techniques, sequences, and procedures of
construction to be employed by Bidder, and (3) Bidder's safety precautions and programs.
E. Bidder agrees, based on the information and observations referred to in the preceding
paragraph, that no further examinations, investigations, explorations, tests, studies, or data
are necessary for the determination of this Bid for performance of the Work at the price bid
and within the times required, and in accordance with the other terms and conditions of
the Bidding Documents.
E1CDC• C-410, Bid Form for Construction Contracts.
This document Is a MODIFIED version of E1CDC' C-410, Copyright m 2013 by the National Society of Professional Engineers, American
Society of CMI Engineers, and American Council of Engineering Companies, or Is based in part on excerpts from E1CDC documents. Those
portions of the text that originated In published EICDC documents remain subiect to the copyright. Pagel
Exhibit '13' - Page 5 of 45
F. Bidder is aware of the general nature of work to be performed by Owner and others at the
Site that relates to the Work as indicated in the Bidding Documents.
G. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the
written resolution thereof by Engineer is acceptable to Bidder.
H. The Bidding Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for the performance and furnishing of the Work.
I. The submission of this Bid constitutes an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article, and that without exception the
Bid and all prices in the Bid are premised upon performing and furnishing the Work
required by the Bidding Documents.
ARTICLE 4 — BIDDER'S CERTIFICATION
4.01 Bidder certifies that:
A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed
Individual or entity and Is not submitted in conformity with any collusive agreement or
rules of any group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false
or sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing
for the Contract. For the purposes of this Paragraph 4.01.D:
1. "corrupt practice" .means the offering, giving, receiving, or soliciting of any thing of
value likely to influence the action of a public official in the bidding process;
2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to
Influence the,bidding process to the detriment of Owner, (b) tp establish bid prices at ,
artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and
open competition;
3. "collusive practice" means a scheme or arrangement between two or more Bidders,
with or without the knowledge of Owner, a purpose of which is to establish bid prices
at artificial, non-competitive levels; and
4. "coercive practice" means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or
affect the a execution of the Contract.
ARTICLE 5 — BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for a lump sum
price:
A.
EJCDC* C-410, Bid Form for construction Contracts.
This document is a MODIFIED version of EJCDCO C-410, Copyright ® 2013 by the National Society of Professional Engineers, American
Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those
portions of the text that originated in published EJCDC documents remain subject to the copyright. Page 2
Exhibit 'B' - Page 6 of 45
Item
Description
Unit
Estimated
Bid Unit
Bid Price
No.
Quantity
Price
Richmond Sanitary District - Far North Pump Station Project
Vaughan Chopper Pumps
1
With Soft Starts & Guide Rail
LS
2
69,375.00
Systems
2
Existing Wet Well Work
LS
1
85,000.00
3
Valve Vault Replacement
LS
1
57,000.00
Electrical & Control Panel
LS
1
115,000.00
4
Work
TOTAL:
326,375.00
TOTAL FOR Far North Pump Station $ 326,375.00
Project:
And in words:
Three Hundred Twenty —Six Thousand Three Hundred Seventy —Five Dollars and 00/100
ARTICLE 6 — MANDATORY ALTERNATES FOR ADDITIONAL WORK
6.01 MANDATORY ALTERNATE 1: VFD Controls in Lieu of Soft Starts. Provide a price to use VFD
controls for pumps.
A. Alternate ADD DEDUCT] (circle one) 8,300.00
6.02 MANDATORY ALTERNATE 2: Barnes Pumps with Soft Starts in Lieu of Vaughan Chopper
Pumps. Provide a price to use Barnes 4XSCDG150N4, 15 hp, 1750 rpm, 50' 208-230v plug n play
cord assembly with soft start controls in lieu of Vaughan Chopper Pumps.
A. Alternate 2: [ADD 4 EDUCT ircle one) S —26,000.00
6.03 MANDATORY ALTERNATE 3: Barnes Pumps with VFD's in Lieu of Vaughan Chopper Pumps.
Provide a price to use Barnes 4XSCDG150N4, 15 hp, 1750 rpm, 50' 208-230v plug n play cord
assembly with VFD controls in lieu of Vaughan Chopper Pumps.
A. Alternate 3: [ADD / EDU circle one) $ —26,400.00
6.04 MANDATORY ALTERNATE 4: Control Panel Shelter. Provide a price to construct a shelter over
the control panels as shown on sheet E8 of the plans.
A. Alternate 3 [ADD) DEDUCT] (circle one) S 5,760.00
EJCDC' C-410, Bid Form for Construction Contracts.
This document is a MODIFIED version of EJCDC' C-410, Copyright ® 2013 by the National Society of Professional Engineers, American
society of Civil Engineers, and American Council of Engineering Companies, or Is based in part on excerpts from EJCDC documents. Those
portions of the text that originated in published EICDC documents remain subject to the copyright. Page 3
Exhibit B' - Page 7 of 45
ARTICLE 7 —TIME OF COMPLETION
7.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for
final payment in accordance with Paragraph 15.06 of the General Conditions on or before the
dates or within the number of calendar days indicated in the Agreement.
7.02 Bidder accepts the provisions of the Agreement as to liquidated damages.
ARTICLE 8 — ATTACHMENTS TO THIS BID
8.01 The following documents are submitted with and made a condition of this Bid:
A. Required Bid security;
B. Indiana State Form 96 and required attachments.
ARTICLE 9 — DEFINED TERMS
9.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions
to Bidders, the General Conditions, and the Supplementary Conditions.
ARTICLE 10 — NON -COLLUSION STATEMENT
10.01 By submission of this Bid, the undersigned certifies, and in the case of a joint Bid, each party
thereto certifies as to his own organization, that in connection with the Bid:
A. The prices in the Bid have been arrived at independently, without consultation,
communication, or agreement, for the purpose of restricting competition, as to any matter
relating to such prices with any other Bidder or with any competitor,
B. Unless otherwise required by law, the prices which have been quoted in the Bid have not
knowingly been disclosed by the Bidder, prior to opening, directly or indirectly to any other
Bidder or to any competitor.
C. No attempt has been made or, will be made by the Bidder to induce any other person or
firm to submit or not to submit a Bid for the purpose of restricting competition.
D. He is the person in the Bidder's organization responsible within that organization for the
decision as to the prices being Bid and that he did not participate, and will not participate,
In any action contrary to paragraphs 1 through 3, above.
E. He is not the person in the Bidder's organization responsible within that organization for
the decision as to the prices being Bid but that he has been authorized to act as agent for
the persons responsible for such decision in certifying that such persons have not
participated, and will not participate, in any action contrary to paragraphs 1 through 3,
above, and as their agent shall so certify; and shall also certify that he has not participated,
and will not participate in any action contrary to paragraphs 1 through 3 above.
ARTICLE 11— BID SUBMITTAL
BIDDER: [Indicate correct name of bidding entity]
THor Construction Company
EJCDC' C-410, Bid Form for Construction Contracts.
This document is a MODIFIED version of EJCDC* C410, Copyright ® 2013 by the National Society of Professional Engineers, American
Society of Civil Engineers, and American Council of Engineering Companies, or is based In part on excerpts from EJCDC documents. Those
portions of the text that originated In published EJCDC documents remain subject to the copyright. Page 4
Exhibit 'B' - Page 8 of 45
[Signature]
[Printed name] Daniel D. Stamper
(if Bidder is a corporation, a limited liability company, a partnership, or a Joint venture, attach
evidence of authority to sign.)
Attest: QIYI" d 1 /7
[Signature]
[Printed name] Amber �q
Title: SfcrmN I Tao A,iirtK
Submittal Date: Aril 10 2018
Address for giving notices:
1111 Northwest "T" Street
Richmond, IN 47374
Telephone Number: 765-962-6553
Fax Number: 765-966-9020
Contact Name and e-mail address: , Dan Stamper
dan@thor—construction.net
Bidder's license No.:
(where applicable)
EJCDC' C-410, Bid Form for Construction Contracts.
This document is a MODIFIED version of EJCDCe C-410, Copyright 0 2013 by the National society of Professional Engineers, American
Society of ChAI Engineers, and American Council of Engineering Companies, or Is based in part on excerpts from EJCDC documents. Those
portions of the text that originated in published EJCDC documents remain subject to the copyright. Pages
Exhibit'B' - Page 9 of 45
E-Verify Requirements:
Definitions:
E-Verify Program — A electronic verification of work authorization program of the Illegal
Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208), Division C, Title
IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or
successor work authorization program designated by the United States Depart of Homeland Security
or other federal agency authorized to verify the work authorization status of newly hired employees
under the Immigration Reform and -control Act of 1986 (P.L. 99-603).
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance;
2. The City is in receipt of any required affidavit signed by Contractor in accordance with
Indiana Code 22-5-1.7-11 (a) (2); and
3. A purchase order has been issued by the Purchasing Department.
rrrrrrrrrrrrrrrrrrrr urrrrrrrrrrrrrrru rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr•
COMPLIANCE WITH INDIANA E-VERY PROGRAM REQUIREMENTS
Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll in and verify the work eligibility
status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor
is not required to verify the work eligibility status of all newly hired employees of the contractor through
the Indiana E-Verify program if the Indiana E,Verify program no longer exists. Prior to the ,
performance of the Agreement, Contractor shall provide to the City its signed Affidavit affirming that
Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In
the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no
later than thirty (30) days after the City notifies the Contractor of the violation. If the Contractor fails to
remedy the violation within the thirty (30) day period provided above, the City shall consider the
Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City
determines that terminating this Agreement would be detrimental to the public interest or public
property, the City may allow this Agreement to remain in effect until the City procures a new contractor.
If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor
will remain liable to the City for actual damages.
Exhibit'B' - Page 10 of45
Affidavit of.Employm.ent Eligibility verification
The Contractor, Thor 'Construction Compa40irms under the penalties of perjury that
Contractor does not knowingly employ an unauthorized alien. • If Contractor is self-employed
and does not employ any employees, Contractor verifies he or she is a United States citizen
or qualified alien.
The Contractor has not knowingly employed or contracted with an unauthorized alien and
shall not retain an employee or contract with a person that the Contractor subsequently learns
is an unauthorized alien. Pursuant to Indiana Code •22-5-1.7, Contractor has enrolled in and
verifitd•the workfeligibility status of all newly hired employees of the contractor through the
Indiana E-Verify program.
The Contractor has required Contractor's subcontractors to certify to.-the*Contractor that the
subcontractor does not knowingly employ or contract with an unauthorized alien and that the
subcontractor has enrblled and is participating- in the E-Verify program. The Contractor will
maintain this certification throughout the duration of the term of a contract with a
subcontractor.
I hereby verify under the penalty of perjury that the foregoing statement is true.
Dated this 10thday of April , 20 18
_Daniel D. Stamper
(printed name)
Exhibit 'B' - Page 11 of 45
THOR CONSTRUCTION
(A DIVISION OF CARROLL ELECTRIC, INC.)
FINANCIAL STATEMENTS
YEARS ENDED DECEMBER 31, 2016 AND 2015
Exhibit 'B' - Page 12 of 45
THOR CONSTRUCTION (A DIVISION OF CARROLL ELECTRIC, INC.)
TABLE OF CONTENTS
YEARS ENDED DECEMBER 31, 2016 AND 2015
Page
INDEPENDENT ACCOUNTANTS' COMPILATION REPORT 1-2
FINANCIAL STATEMENTS
Balance Sheets 3
Statements of Operations and Retained Earnings 4
SUPPLEMENTARY INFORMATION
Schedules of Cost of Contract Revenue Earned 5
Exhibit 'B' - Page 13 of 45
BRADY. WARE
&SCHOENFELD
INDEPENDENT ACCOUNTANTS' COMPILATION REPORT
Dan Stamper
Thor Construction
Richmond, Indiana
Management is responsible for the accompanying financial statements of Thor Construction
(a division of Carroll Electric, Inc.), which comprise the balance sheets as of December 31, 2016 and
2015, and the related statements of operations and retained earnings for the years then ended in
accordance with accounting principles generally accepted in the United States of America. We have
performed a compilation engagement in accordance with Statements on Standards for Accounting and
Review Services promulgated by the Accounting and Review Services Committee of the AICPA. We did
not audit or review the financial statements nor were we required to perform any procedures to verify the
accuracy or completeness of the information provided by management. Accordingly, we do not express
an opinion, a conclusion, nor provide any form of assurance on these financial statements.
The Division utilizes the percentage of.completion method of contract accounting. Progress billings are
issued periodically during the course of a contract. Revenues are recognized equivalent to costs incurred
at the date of billing, plus proportional estimated earnings based on projected gross margins; billings in
excess of or less than that amount are reflected as liabilities or assets, respectively. The percentage of
completion method is used because management considers costs incurred to be the best available
measure of progress on these contracts. Changes in job performance, job conditions, and estimated
profitability may result in revisions to costs and revenues in the next year. The entire amount of an
estimated loss on a contract is provided1or when it becomes known that a contract will result In a loss.
The supplementary information contained in the Schedules of Cost of Contract Revenue Earned is
presented for purposes of additional analysis and is not a required part of the basic financial statements
The supplementary information has been compiled from information that is the representation of
management. We have not audited or reviewed the supplementary information and, accordingly, do
not express an opinion or provide any assurance on such supplementary information.
Management has elected to omit substantially all of the disclosures and the statements of cash flows
required by accounting principles generally accepted in the United States of America. If the omitted
disclosures and statements of cash flows were included in the financial statements, they might influence
the user's conclusions about the Division's financial position, results of operations, and cash flows.
Accordingly, the financial statements are not designed for those who are not informed about such
matters.
3601 Rigby Road a Suite 400 • Dayton, Ohio a 45342-4981
1 Woodside Drive a Richmond, Indiana a 47374-2630
4249 Easton Way'* Suite 100 . Columbus, Ohio a 43219-6170
2340 Perimeter Park Drive a Suite 100 a Atlanta, Georgia • 30341-1318
10375 Old Alabama Road Connector * Suite 300 • Alpharetta, Georgia a 30022-1122
WS-MbbiatdRp%mVWWarn
B RADY WARE
Fasatuicwesu+
INDEPENDENT ACCOUNTANTS' COMPILATION REPORT - CONTINUED
This report is not intended to be a complete financial statement presentation of Carroll Electric, Inc.,
and is intended for the information and use of the management of Carroll Electric, Inc., and should not be
used by anyone other than these specified parties.
Richmond, Indiana
January 30, 2017
2
Exhibit 'B' - Page 15 of 45
THOR CONSTRUCTION (A DIVISION OF CARROLL ELECTRIC, INC.)
BALANCE SHEETS
DECEMBER 31, 2016 AND 2016
2016 2015
ASSETS
CURRENT ASSETS
Cash $ 258,682 $ 263,043
Accounts receivable 863,813 570,420
Related party receivable 79,513
1,112,495 968,245
PROPERTY AND EQUIPMENT - Net of accumulated
depreciation of $137,699 and $133,950 16,706 18,833
CERTIFICATE OF DEPOSITS 106,368 55,269
$$ 1�69 $ 987,078
LIABILITIES AND STOCKHOLDER'S EQUITY
CURRENT LIABILITIES
Accounts payable - trade $ 632,569 $ 476,746
Billings in excess of costs and estimated earnings on
uncompleted contracts 66,369 28,938
698,938 505,684
STOCKHOLDER'S EQUITY
Paid -in capital 39,400 39,400
Retained earnings 497,231 441.994
636,631 481,394
$$ 1,569 S__2.;7A78
See independent accountants' compilation report. 3
Exhibit B' - Page 16 of 45
THOR CONSTRUCTION (A DIVISION OF CARROLL ELECTRIC, INC.)
STATEMENTS OF OPERATIONS AND RETAINED EARNINGS
YEARS ENDED DECEMBER 31, 2016 AND 2016
CONTRACT REVENUE EARNED
COST OF CONTRACT REVENUE
EARNED
GROSS PROFIT
OPERATING EXPENSES
INCOME FROM OPERATIONS
OTHER INCOME - NET
NET INCOME
RETAINED EARNINGS
Beginning of year
Distributions
End of year
2016
2015
Amount
Percent
Amount
Percent
$ 6,069,091
100.0
$ 1,932,423
100.0
4,662,732
92.0
1,634,505
84.6
406,359
8.0
297,918
15.4
232.175
4.6
226,311
11.7
174,184
3A
71,607
3.7
1,621
1.016
0.1
176,806
_��
72,623
3.8
441,994 393,518
(120,668) (24.14D
$$ 497,231 $$ 441,994
See independent accountants' compilation report. 4
Exhibit 'B' - Page 17 of 45
THOR CONSTRUCTION (A DIVISION OF CARROLL ELECTRIC, INC.)
SCHEDULES OF COST OF CONTRACT REVENUE EARNED
YEARS ENDED DECEMBER 31, 2016 AND 2016
2016
2015
Amount
Percent
Amount
Percent
Materials
$ 334,235
6.6
$ 113,138
5.9
Labor
165,157
3.3
56,503
2.9
Subcontract
4,036,336
79.6
1,368,885
70.8
Other direct costs
127,004
2.6
95,979
5.0
$$ 4_
92.0
$$ 1�
84.6
See independent accountants' compilation report. 5
Exhibit 'B' - Page 18 of 45
CARROLL ELECTRIC, INC.
FINANCIAL STATEMENTS
YEARS ENDED DECEMBER 31, 2016 AND 2016
Exhibit'B' - Page 19 of 45
CARROLL ELECTRIC, INC.
TABLE OF CONTENTS
YEARS ENDED DECEMBER 31, 2016 AND 2016
Page
INDEPENDENT ACCOUNTANTS' REVIEW REPORT
1-2
FINANCIAL STATEMENTS
Balance Sheets
3
Statements of Operations and Retained Earnings
4
Statements of Comprehensive Income
5
Statements of Cash Flows
6
Notes to Financial Statements
7 -11
SUPPLEMENTARY INFORMATION
Schedules of Cost of Contract Revenue Earned
12
Schedules of Operating Expenses
13
Schedules of Other Income (Expense)
14
Schedule of Revenue - Completed Contracts - 2016
15
Schedule of Revenue - Uncompleted Contracts - 2016
16
Divisional Balance Sheet - 2016
17
Divisional Statement of Operations - 2016
16
Exhibit 'B' - Page 20 of 45
BRADY WARE
_.0 S C G'E R F E T
INDEPENDENT ACCOUNTANTS' REVIEW REPORT
Board of Directors
Carroll Electric, Inc.
Richmond, Indiana
We have reviewed the accompanying financial statements of Carroll Electric, Inc. (a Corporation),
which comprise the balance sheets as of December 31, 2016 and 2015, and the related statements of
operations and retained earnings, comprehensive income and cash flows for the years then ended, and
the related notes to the financial statements. A review includes primarily applying analytical procedures
to management's financial data and making inquiries of Carroll Electric, Inc. management. A review is
substantially less in scope than an audit, the objective of which is the expression of an opinion regarding
the financial statements as a whole. Accordingly, we do not express such an opinion.
Management's Responsibility for this Financial Statements
Management is responsible for the preparation and fair presentation of these financial statements in
accordance with accounting principles generally accepted in the United States of America; this includes
the design, implementation, and maintenance of internal control relevant to the preparation and fair
presentation of financial statements that are free from material misstatement whether due to fraud or
error.
Accountant's Responsibility
Our responsibility is to conduct the review engagements in accordance with Statements on Standards for
Accounting and Review Services promulgated by the Accounting and Review Services Committee of the
AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for
reporting whether we are aware of any material modifications that should be made to the financial
statements for them to be in accordance with accounting principles generally accepted in the United
States of America. We believe that the results of our procedures provide a reasonable basis for our
conclusion.
Accountant's Conclusion
Based on our reviews, except for the matter discussed in the following paragraph, we are not aware of
any material modifications that should be made to the accompanying financial statements in order for
them to be in accordance with accounting principles generally accepted in the United States of America.
3601 Rigby Road • Suite 400 a Dayton, Ohio • 45342-4981
I Woodside Drive • Richmond, Indiana • 47374-2630
4249 Easton Way • Suite 100 • Columbus, Ohio • 43219-6170
2340 Perimeter Park Drive * Suite 100 • Atlanta, Georgia • 30341-1318
10375 Old Alabama Road Connector a Suite 300 • Alpharetta, Georgia • 30022-1122
w MkWbi0'Ba4'A§*Qn ®t 40 m
BRADY WARE
AS CNO Eli 4fi5��
INDEPENDENT ACCOUNTANTS' REVIEW REPORT
Known Departure From Accounting Principles Generally Accepted in the United States of America
As disclosed in Note 1, the Corporation operates two divisions. The accompanying financial statements
do not reflect the elimination of inter -divisional sales and costs of sales of $543,330 for the year ended
December 31, 2016, and $73,232 for the year ended December 31, 2015. Elimination of these inter -
divisional transactions is required by accounting principles generally accepted in the United States of
America.
Supplementary Information
The supplementary information, as identified in the accompanying table of contents, is presented for
purposes of additional analysis and is not a required part of the basic financial statements. The
information is the representation of management. We have reviewed the information and, based on our
reviews, we are not aware of any material modifications that should be made to the information in order
for it to be in accordance with accounting principles generally accepted in the United States of America.
We have not audited the information and, accordingly, do not express an opinion on such information.
Richmond, Indiana
February 20, 2017
Exhibit 'B' - Page 22 of 45
CARROLL ELECTRIC, INC.
BALANCE SHEETS
DECEMBER 31, 2016 AND 2015
2016
2015
ASSETS
CURRENT ASSETS
Cash and cash equivalents
$ 466,006
$ 619,344
Accounts receivable
1,209,317
1,018,334
Investment in common stock
176,290
120,033
Costs and estimated earnings in excess of billings on
uncompleted contracts
37.686
28.428
1,888,299
1,786,139
PROPERTY AND EQUIPMENT - NET
59,882
79,937
RELATED PARTY NOTE RECEIVABLE
-
66,137
CERTIFICATES OF DEPOSIT
262,963
110,538
$ 2_211,161 $ 2_ ,042,761
LIABILITIES AND STOCKHOLDER'S EQUITY
CURRENT LIABILITIES
Accounts payable - trade $ 608,740 $ 534,316
Accrued expenses 24,833 62,982
Billings in excess of costs and estimated earnings on
uncompleted contracts 97,372 56,287
730,945 653,685
STOCKHOLDER'S EQUITY
Common stock, $61 stated value, 1,000 shares authorized,
500 shares issued and outstanding 26,664 25,564
Paid -in capital 116,000 115,000
Retained earnings 1,216,196 1,180,419
Accumulated other comprehensive income 124,440 68,183
IA80.199 _ 1,389,166
$$ 2,221_1,144 $$ 2,042751
See independent accountants' review report and notes to financial statements. 3
Exhibit 'B' - Page 23 of 45
CARROLL ELECTRIC, INC.
STATEMENTS OF OPERATIONS AND RETAINED EARNINGS
YEARS ENDED DECEMBER 31, 2016 AND 2015
CONTRACT REVENUE EARNED
COST OF CONTRACT REVENUE EARNED
GROSS PROFIT
OPERATING EXPENSES
INCOME FROM OPERATIONS
OTHER INCOME (EXPENSE)
NET INCOME
RETAINED EARNINGS
Beginning of year
Distributions
End of year
2016
2015
Amount
Percent
Amount
Percent
$ 6,616,401
100.0
$ 4,083,416
100.0
6,767,906
87.2
3,313,878
81.1
848,496
12.8
769,538
18.9
674,038
8.6
607,324
14.8
274,467
4.3
162,214
4.1
5,113
0.1
3.552
0.1
279,670
_ 4.4
165,766
4.2
1,180,419
1,262,803
(244,794)
(248,150)
$$ 1216,196
$ 1,180,419
See independent accountants' review report and notes to financial statements. 4
Exhibit 'B' - Page 24 of 45
CARROLL ELECTRIC, INC.
STATEMENTS OF COMPREHENSIVE INCOME'
YEARS ENDED DECEMBER 31, 2016 AND 2015
NET INCOME
OTHER COMPREHENSIVE INCOME.
Unrealized holding gain on marketable securities arising
during the year
COMPREHENSIVE INCOME
2016 2015
$ 279,570 $ 165,766
66,257 12.185
336,827 $$ 177.951
See independent accountants' review report and notes to financial statements. 5
Exhibit V - Page 25 of 45
CARROLL ELECTRIC, INC.
STATEMENTS OF CASH FLOWS
YEARS ENDED DECEMBER 31, 2016 AND 2015
OPERATING ACTIVITIES
Net income
Adjustments to reconcile net income to net cash and cash
equivalents provided by operating activities:
Depreciation
Changes in operating assets and liabilities:
Accounts receivable
Costs and estimated earnings in excess of billings
on uncompleted contracts
Accounts payable - trade
Accrued expenses
Billings in excess of costs and estimated earnings
on uncompleted contracts
Net Cash and Cash Equivalents Provided by
Operating Activities
INVESTING ACTIVITIES
Purchase of certificates of deposit
Purchases of property and equipment
Payments received on related party note receivable
Net Cash and Cash Equivalents Provided (Used) by
Investing Activities
FINANCING ACTIVITIES
Principal payments on long-term notes payable
Distributions
Net Cash and Cash Equivalents Used by
Financing Activities
NET INCREASE (DECREASE) IN CASH AND CASH EQUIVALENTS
CASH AND CASH EQUIVALENTS
Beginning of year
End of year
2016 2015
$ 279,670 $ 165,766
21.678
301,248
(190,983)
(9,268)
74,424
(38,149)
41.085
24.677
190,443
(276,030)
25,509
277.403
45,889
36.673
178,367 299,887
(162,425) (661)
(1,623) -
66.137 110,000
(5,242)
1244,7941 (248,1501
(244,794) (253,3921
(154,338) 155,835
619,344 463,509
466.006 $ 619,344
See independent accountants' review report and notes to financial statements. 6
Exhibit B' - Page 26 of 45
CARROLL ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
Carroll Electric, Inc. (the "Corporation") is an Indiana corporation operating as an electrical contractor in
the eastern Indiana region. The Corporation also performs general contracting services under the name
of Thor Construction in the eastern Indiana region. All inter -divisional activity has been eliminated in the
accompanying balance sheets at December 31, 2016 and 2015. The accompanying statements of
operations and retained earnings do not reflect the elimination of inter -divisional sales and costs of sales
for the years ended December 31, 2016 and 2015, as required by accounting principles generally
accepted in the United States of America. With the exception of the elimination of inter -divisional sales
and costs of sales, the accounting and reporting policies of the Corporation conform to accounting
principles generally accepted in the United States of America and to general practices within the industry.
The following is a description of major accounting and reporting policies of the Corporation:
Financial Estimates - The preparation of financial statements in conformity with accounting principles
generally accepted in the United States of America requires management to make estimates and
assumptions that affect the reported amounts of assets and liabilities, and disclosure of contingent assets
and liabilities at the date of the financial statements, and the reported amounts -of revenues and expenses
during the reporting period. Actual results could differ from those estimates.
Cash Equivalents - Cash equivalents include amounts in certificates of deposit with a maturity of three
months or less at the date of purchase.
Concentrations - Financial instruments that potentially subject the Corporation to credit risk consist
principally of trade account receivables. The Corporation derives most of its revenue from customers
located in Indiana.
Additionally, the Corporation's cash as of December 31, 2016 was on deposit with a financial institution in
excess of FDIC insurance limits. The FDIC insurance for December 31, 2016 and 2015 was $250,000 for
all accounts.
Accounts Receivable - The Corporation provides credit to their customers based on management's
assessment of their credit history and current relationship with them. The Corporation charges -off
overaged account balances that are still outstanding after management has used reasonable collection
efforts (the direct write-off method). Management deems an account to be uncollectible when all internal
collection efforts have been exhausted. The difference between this method and the "allowance" method
required by accounting principles generally accepted in the United States of America is not material.
Fair Value Measurements - Generally accepted accounting principles (GAAP) has established a single
definition of fair value, and a framework for measuring fair value that is intended to result in increased
consistency and comparability in fair value measurements. Further, GAAP defines the disclosure
requirements about fair value measurements, and whenever other authoritative literature requires (or
permits) certain assets and liabilities to be measured at fair value, but does not expand the use of fair
value. Items carried at fair value in the accompanying balance sheets are common stocks. The
Corporation also uses fair value concepts to test various long lived assets for impairment, in the event a
triggering event has occurred.
Exhibit 'B' - Page 27 of 45
CARROLL ELECTRIC, INC.
NOTES TO FINANCIAL, STATEMENTS
NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - continued
Property and Equipment - Property and equipment are stated at cost and depreciated over their
estimated useful lives using the straight-line method. Routine repairs and maintenance are charged to
expense when incurred.
The Corporation reviews for impairment of long-lived assets in accordance with accounting standards.
These standards require companies to determine if changes in circumstances indicate that the carrying
amount of its long-lived assets may not be recoverable. If a change in circumstances warrants such an
evaluation, undiscounted future cash flows from the use and ultimate disposition of the asset, as well as
respective market values, are estimated to determine if an impairment exists. Management believes that
there has been no impairment of the carrying value of Its long-lived assets at December 31, 2016.
Accounting for Uncertainty in Income Taxes - Accounting standards require the evaluation of tax
positions taken, or expected to be taken, in the course of preparing the Corporation's tax returns, to
determine whether the tax positions are "more -likely -than -not" of being sustained by the applicable tax
authority. This statement provides that a tax benefit from an uncertain tax position may be recognized in
the financial statements only when it is "more-likey-than-not" the position will be sustained upon
examination, including resolution of any related appeals or litigation processes, based upon the technical
merits and consideration of all available information. Once the recognition threshold is met, the portion of
the tax benefit that is recorded represents the largest amount of tax benefit that is greater than 50 percent
likely to be realized upon settlement with a taxing authority. No significant uncertain tax positions exist as
of December 31, 2016.
Income Taxes - The Corporation has elected to have its income taxed directly to its stockholder under
the provisions of Subchapter S of the Internal Revenue Code, the effect of which is to eliminate federal
and state income taxes at the corporate level. It Is the intention of management to distribute income to its
stockholder in amounts at least sufficient to pay the increased personal taxes, which result from the
election.
Employee Benefit Retirement Plan - The Corporation has established a 401(k) retirement savings plan
covering essentially all employees upon attainment of age eighteen. •Participants' contributions are tax
deferred and may not exceed 15% of total compensation. Plan participants are immediately vested.
The Corporation does not make any matching or discretionary contributions to the plan.
Advertising Expense - Advertising costs are expensed as incurred. Advertising expense was $11,019
and $9,671 for the years 2016 and 2015.
Construction Revenue and Contracts In Process - The Corporation utilizes the percentage of
completion method of contract accounting. Progress billings are issued periodically during the course of
a contract. Revenue is recognized equivalent to costs incurred at the date of billing, plus proportional
estimated earnings based on projected gross margins; billings in excess of or less than that amount are
reflected as liabilities or assets, respectively. The percentage of completion method is used because
management considers costs incurred to be the best available measure of progress on these contracts.
Changes in job performance, job conditions, and estimated profitability may result in revisions to costs
and revenues in the next year. The entire amount of an estimated loss on a contract is provided for when
it becomes known that a contract will result in a loss.
Exhibit 'B' - Page 28 of 45
CARROLL ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - continued
Comprehensive Income - Comprehensive income is defined as the change in equity during a period
from transactions and other events from non -owner sources. Comprehensive income is the total of net
income and other comprehensive income which, for the Corporation, is comprised entirely of unrealized
gains on investment securities (common stock) available for sale.
Subsequent Events - In preparing these financial statements, the Corporation has evaluated events and
transactions for potential recognition or disclosure through February 20, 2017, the date the financial
statements were available to be issued.
NOTE 2 - ACCOUNTS RECEIVABLE
Receivable on completed contracts and billed charges on
uncompleted contracts, excluding retainages
Retainages
Employee receivables
Accounts receivable - related party
NOTE 3 - FAIR VALUE MEASUREMENTS
2016 2015
$ 623,892 $ 710,395
353,878 225,233
400 -
231.147 82.706
1.2_ 09.317 1,018,3
Accounting standards define fair value, and establish a framework for measuring fair value, in accordance
with generally accepted accounting principles, and expands disclosure about fair value measurement.
This framework provides a fair value hierarchy that prioritizes the inputs to valuation techniques used to
measure fair value. The hierarchy gives the highest priority to unadjusted quoted prices in active markets
for identical assets or liabilities (level 1 measurements) and the lowest priority to unobservable inputs
(level 3 measurements).
Following is a description of the valuation methodologies used for assets measured at fair value.
Common Stock. The value of common stock is based on quoted prices in active markets.
The fair value of the Corporation's financial assets measured on a recurring basis at December 31, 2016
and 2015 is as follows:
Assets
Investments
Common stock
Quoted Prices in
Active Markets for
Identical Assets
Fair Value (Level 1)
$ 176,290 1 176,290
Significant Other
Observable Inputs
(Level 2)
Inputs
(Level 3)
Exhibit 'B' - Page 29 of 45
CARROLL ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
NOTE 3 - FAIR VALUE MEASUREMENTS - continued
2015
Quoted Prices in Significant
Active Markets for Significant Other Unobservable
Identical Assets Observable Inputs Inputs
Fair Value (Level 1) (Level 2) (Level 3)
Assets
Investments
Common stocks $ 120.033 $ 120,033 $
NOTE 4 - PROPERTY AND EQUIPMENT
Leasehold improvements
Vehicles
Office equipment
Machinery and equipment
Total cost
Less accumulated depreciation
NOTE 5 - LINE OF CREDIT
2016 2015
$ 58,270 $ 58,270
276,288 276,288
40,797 40,174
66,627 65.627
441,982 440,359
382.100 360,422
69,882 $$ 79.937
The Corporation has a $500,000 line of credit available with a bank. Interest is payable monthly at the
prime rate (3.75% at December 31, 2016), plus .5%, but Is not to be less than 4.0% per annum.
The Corporation had a $500,000 line of credit available with a bank. Interest was payable monthly at the
prime rate (3.5% at December 31, 2015), plus 1%, but was not to be less than 4.25% per annum.
The line of credit is secured by all business assets and a personal guarantee of the stockholder. The
line of credit matures September 17, 2017. There were no outstanding borrowings on the line of credit at
December 31, 2016 and 2015.
There was no interest paid on the line of credit for the years 2016 and 2015.
NOTE 6 - COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS
2016 2015
Costs incurred on uncompleted contracts $ 2,460,736 $ 1,215,408
Estimated earnings 317,116 229,208
2,777,861 1,444,616
Less billings to date 2,837,637 1,472,475
$ (69,686) $ (27,859)
10
Exhibit 'B' - Page 30 of 45
CARROLL ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
NOTE 6 - COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS - continued
Included in the accompanying balance sheets under the following captions:
Costs and estimated earnings in excess of billings on
uncompleted contracts
Billings in excess of costs and estimated earnings on
uncompleted contracts
NOTE 7 - RELATED PARTY TRANSACTIONS
2016 2015
$ 37,686 $ 28,428
197,372) (56,2871
S (59,686) $ (27,859)
The office building occupied by the Corporation is leased on a month -to -month basis, with varying
monthly rental payments, from the Corporation's stockholder. The Corporation is responsible for all real
estate taxes, property taxes, maintenance and insurance. Rent expense was $51,767 and $56,484 for
the years 2016 and 2015.
The Corporation has $231,147 of accounts receivable from three related entities at December 31, 2016.
These receivables are included in accounts receivable on the balance sheet. The Corporation had
$82,706 of accounts receivable from two related entities at December 31, 2015. These receivables are
included in the accounts receivable on the balance sheet.
The Corporation has a note receivable from a related entity 50% owned by the stockholder with balances
of $0 and $66,137 at December 31, 2016 and 2015. The note receivable has no stated interest rate or
repayment terms.
NOTE 8 - SUPPLEMENTAL CASH FLOW INFORMATION
2016 2015
Cash paid during the year for:
Interest $ $ 11
11
Exhibit B' - Page 31 of 45
CARROLL ELECTRIC, INC.
SCHEDULES OF COST OF CONTRACT REVENUE EARNED
YEARS ENDED DECEMBER 31, 2016 AND 2016
2016
2015
Amount
Percent
Amount
Percent
Materials
$ 925,180
14.0
$ 1,173,646
28.7
Labor
493,184
7.6
468,657
11.5
Subcontract
4,169,869
63.0
1,471,313
36.0
Other direct costs
179,683
2.7
200,362
4.9
$ 6,767,906
87.2
$ 3,313,878
81.1
See independent accountants' review report. 12
Exhibit 'B' - Page 32 of 45
CARROLL ELECTRIC, INC.
SCHEDULES OF OPERATING EXPENSES
YEARS ENDED DECEMBER 31, 2016 AND 2015
2016
2015
Amount
Percent
Amount
Percent
Officer compensation
$ 62,400
0.9
$ 98,600
2.4
Insurance
122,102
1.8
132,741
3.3
Bad debt expense
Utilities and telephone
2,807
38,778
0.6
31,715
-
0.8
Property taxes
10,868
0.2
11,680
0.3
Professional fees
19,891
12,635
0.3
0.2
25,086
11,918
0.6
0.3
Office expense
License and permits
30,620
0.6
17,016
0.4
Dues and publications
2,331
11,019
-
0.2
3,172
9,671
0.1
0.2
Advertising
Vehicle expense
42,821
51,767
0.6
0.8
36,644
56,484
0.9
1.4
Rent
Repairs and maintenance
14,726
0.2
16,980
0.4
Blueprints and plans
1,409
-
1,375
331
-
Travel and entertainment
1,632
-
Charitable contributions
8,140
21,678
0.1
0.3
16,270
24,677
0.4
0.6
Depreciation
Office wages
113,063
1.7
110,954
2.7
Miscellaneous
5A71
0.1
2.010
674,038
8_6
$ 6073
�1.4.8
See independent accountants' review report. 13
Exhibit B' - Page 33 of 45
CARROLL ELECTRIC, INC.
SCHEDULES OF OTHER INCOME (EXPENSE)
YEARS ENDED DECEMBER 31, 2016 AND 2015
Interest expense
Interest Income
2016 2015
Amount Percent Amount Percent
$ - - $ (11) -
6,113 0.1 3.563 0.1
$ 5,113 --- 0.1 $ 3,552, 0.
See Independent accountants' review report. 14
Exhibit 'B' - Page 34 of 45
CARROLL ELECTRIC, INC,
SCHEDULE OF REVENUE - COMPLETED CONTRACTS
YEAR ENDED DECEMBER 31, 2016
Revenue
Contract
Total
Gross
Recogntwd
2016
Job Number
Amount
Cost
Profit
In Prior Year
Revenue
SS-2
$ 11,594
$ 7,700
$ 3,894
$ 4,794
$ 6,800
IUE-4
80,520
46214
34,306
78,328
2,192
NCWF1
97,366
74,446
22,920
53,533
43,833
FF-1
43,218
31,565
11,653
35,605
7,613
MF-1
68,467
63,893
4,564
43,256
25,201
TSC-1
178,048
134,423
43,625
138.470
39,578
LH-1
31,665
14,720
16,945
-
31,885
HA-1
61,000
47,284
13,710
-
61,000
RC-1
104,129
57,765
46,364
104,129
OM_1
46,817
33,093
13,724
-
46,817
HH-1
37,000
19,043
17,957
-
37,000
CH-1
31,262
20,967
10,295
-
31,262
NCW 1
796,341
718,856
77,485
736,407
59,934
BRA
286,347
216,684
70,663
-
286,347
CC-2
1,569,658
1,429.223
140,435
88,182
1.481,476
LH-1
725,327
610,282
115.045
255.951
469,376
HA-2
753,221
720,980
32,241
-
753,221
.��
Time and material Jobs
See Independent accountants' review report
S 4.246,138 S 675,832
15
Exhibit 'B' - Page 35 of 45
CARROLL ELECTRIC, INC.
SCHEDULE OF REVENUE - UNCOMPLETED CONTRACTS
YEAR ENDED DECEMBER 31, 2016
Projected
Total
Total
Contract
Projected
Gross
Billed
Costs
2016
Over.
Under -
Job Number
Amount
Cost
Profit
To -Date
To -Date
Revenue
billing
bllling
RC-1
$ 143,820
$ 54,201
$ 89,819
$ 143,820
$ 43,214
$ 114,668
$ 29,154
$ -
SS-1
77,117
60,929
18,188
71,373
55,148
69,800
1,573
-
TM-1
316,630
241,021
75,609
268.050
205,124
269,472
-
1,422
CC-1
245,378
223,856
21,522
226,706
212,342
226,005
6,051
TC-1
23,000
18,365,
4,635
21,398
16,865
17,784
276
-
WEA
483,300
350,000
133.300
171,887
146,358
202,099
-
30,212
WE-2
4,331,512
4,131,512
200.000
1,934,303
1,781,685
1,867,934
68,369
-
RS-1
323.500
295,500
28.000
S 5,944,257
S5,375,384
S 508,873
S 2.837.537
E 2A60.736
$ 2.767.760
S 97,372
S 37.685
See Independent accountants' review report.
16
Exhibit 'B' - Page 36 of 45
CARROLL ELECTRIC, INC.
DIVISIONAL BALANCE SHEET
DECEMBER 31, 2016
Carroll
Thor
Electric
Construction
Division
Division
Eliminations
Total
ASSETS
CURRENT ASSETS
Cash and cash equivalents
$ 206.324
0 258.682
$ -
$ 465,006
Accounts receivable
663.523
$53,812
(198,018)
1,209,317
Investment In common stock
176,290
-
176,290
Costs and estimated earnings in excess of billings on uncompleted contracts
37,686
-
37,686
973,823
1,112,494
(196,018)
1,888,299
PROPERTY AND EQUIPMENT - NET
43.176
16,707
59,882
CERTIFICATES OF DEPOSIT
156,594
} 1.173.b92
106,389
} 1.235.670
3 (198,0181
262,963
S 2,211.144
LIABILITIES AND STOCKHOLDER'S EQUITY
CURRENT LIABILITIES
Accounts payable -trade
6 174,107
$ 032,671
$ (198,016)
$ 608,740
Accrued expenses
24,833
-
24,833
Billings In excess of costs and estimated earnings on uncompleted contracts
31.002
230,022
68,370
$95,941
1198.018)
97,372
730,945
STOCKHOLDEFrS EQUITY
Common stock, $61 slated value, 1.000 shares authOd d, 500 shares
Issued and outstanding
pw" capita
Retelned earnings
Accumulated other comprehensive income
See independent accountants' review report.
25,554 - 26,664
76,600 39.400 - 115,000
717,966 497,229 - 1,215,196
124A40 124A40
943,570 538,629 IIA50,11sv
S 1,173,592 S 1,235,570 } (198.0181 S 2,211,144
17
Exhibit 'B' - Page 37 of 45
CARROLL ELECTRIC, INC.
DIVISIONAL STATEMENT OF OPERATIONS
YEAR ENDED DECEMBER 31, 2016
Carroll
Thor
Electric
Construction
Division
Division
Total
CONTRACT REVENUE EARNED
$ 1,547.310
$ 5,069.091
$ 6,616,401
COST OF CONTRACT REVENUE EARNED
1,105,171
_ 4,662,735
5,767,906
GROSS PROFIT
442,139
406,356
848,495
OPERATING EXPENSES
341,867
232,171
674,038
INCOME FROM OPERATIONS
100,272
174,185
274,457
OTHER INCOME (EXPENSE)
3.492
1.621
5,113
NET INCOME
$ 103,764
S 175.806
! 279.670
As disclosed In Note A, the Corporation operates two divisions. The amounts presented herein do not reflect the elimination of Inter-divislonal sales and
costs of sales of $543,330 for the year ended December 31, 2016. Elimination of these Inter -divisional transactions is required by accounting principles
generally accepted in the United States of America.
See Independent accountants' review report.
18
Exhibit 'B' - Page 38 of 45
11
ji
co
a)
,r
is
O
z
r♦
t\
M
r
z
H
.d
A
A
u
•rI
a
O
LL
vI
U
w
w
a
Y
O
CIO
a
LL
O
I
a
H
b
O
A
u
4
44
U
Exhibit 'B' - Page 39 of 45
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
(Ios')
State Form 52414 (R212-13)1 Forth 66 (Rev"d 2013)
Prescribed by State Board of Accounts
PART
(To be completed for all bids. Please type or print)
Date (month, day, year): 4/10/2018
1. Govemmental Unit (Owner): City of Richmond, Indiana
2. County : Wayne
3. Bidder (Firm): Thor Construction Company
Address: 1111 Northwest "T" Street
City/State2lPcode: Richmond, IN 47374
4. Telephone Number: 765-962-6553
5. Agent of Bidder (Happlicab/e):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of Richmond Sanitary District
(Governmental Unit) in accordance with plans and specifications prepared by Lochmueller Group
and dated for the sum of
See "Bid Proposal Fbrm" $
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each In accordance with the
notice. Any eddendu rns attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract If accepted by the governmental unlL If the bid Is to be awarded on a unit
basis, the Itemization of the units shall be shown at a separate attachment
The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed In the performance of this contract, with reaped to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contrail.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(If applicable)
1. the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States (i.C. 5-16-5-2). 1 hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project If awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
Exhibit 'B' - Page 40 of 45
ACCEPTANCE
The above bid is accepted this day of
following conditions:
Contracting Authority Members:
PART it
(For projects of $150,000 or more — IC 36-1-12-4)
, subject to the
Governmental Unit: City of RIchmond , Indiana
Bidder (Firm) Thor Construction Company
Date (month, day, year): 4/10/2018
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
J. What public worn projects has your organization completed for the,perlod of one (1) year prior to the
date of the current bid?
Comp a ilon
Contract Amount Class of Work Date Name and Address of Owner
363 233.00 Floorinp, 9 2 1
101.907.00 JPrime
18 lWayne Co. Commissioners
2. What public works projects are now in process of construction by your organization?
Expected
Contract Amount Class of Work Completion Name and Address of Owner
Date
1,025,000.00 Prime 6 1
Exhibit 'B' -Page 41 of 45
3. if you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
Immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project.
No bonds are required
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
All necessary equipment is readily available
Have you entered Into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
Yes
SECTION IiI CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement Is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered Invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the blddei's capability for completing the project if awarded.
Exhibit 'B' - Page 42 of 45
3. Have you ever failed to complete any work awarded to you? No If so, where and why?
4. List references from private firms for which you have performed work.
P&S Associates, LLC
Earlham College
Wernle Youth & Family Services
West End Bank
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Ekamples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid.)
Work scheduled per specifications
2. Please list the names and addresses of all subcontractors (i.e. persons or fnns outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
Subcontractor list to follow
Exhibit 'B' - Page 43 of 45
SECTION IV CONTRACTOR'S NON — COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by him, entered
Into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such
letting nor to prevent any person from bidding nor to Include anyone to refrain from bidding, and that this bid is
made without reference to any other bid and without any agreement, understanding or combination with any other
person In reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
Indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
SECTION V OATH AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT.
Dated at 1111 N.W. T St this loth day of April, 2018
Th,
rresiaenu
(This of Person Stning)
ACKNOWLEDGEMENT
STATE OF Indiana )
COUNTY OF Wayne ss
Before me, a Notary Public, personally appeared the above -named Daniel D. Stamper and
swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this 10th day of April 2018
(9WCWM"NExp.6MXM
AMBER N. BEACH
Notary
ry Pubic b and for
The &* of h2W
My Commission Expires: May 13, 2023
County of Residence: Wayne
Dunk A 16e"
Notary PubAc
:ric Inc.
Exhibit 'B' - Page 44 of 45
SUBCONTRACTOR REQUEST FORM
(Must be submitted with bid)
The Bidder requests approval of the following Subcontractor(s), to
be used in the capacity as outlined below, for this project. All
Subcontractors that will be used on this project shall be listed.
(Please make additional copies of this form if necessary.)
Subcontractor Name: Bvrco, Inc
Address: Liberty, Indiana
Bid item numbers that will be done by this Subcontractor:
Divisions-2; 25; 31; 32; 33.
Percentage of total work provided by this Subcontractor: 70
Subcontractor Name: Carroll Electric Inc.
Address: 1111 Northwest "T" Street Richmond
Bid item numbers that will be done by this Subcontractor:
Division 26
Percentage of total work provided by this Subcontractor: 20
Subcontractor Name:
Address:
Bid item numbers that will be done by this Subcontractor:
Percentage of total work provided by this Subcontractor:
Exhibit 'B' - Page 45 of 45