HomeMy Public PortalAbout105-2023 - Thor Construction Co. - renovations to Firestation #5 AGREEMENT
(6M-,
THIS .AGREE MENT made and entered into this — day of , 2023, and referred
to as Contract No. 105-2023 by and between the City of Richmond, Indiana, a municipal
corporation acting by and through its Board of Public Works and Safety (hereinafter referred to
as the "City") and Thor Construction Company, 111 NW T Street, Richmond, Indiana, 47375
(hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to perform services in connection with the renovation of Fire
Station No. 5 in accordance with the plans and specifications prepared by Maze Design, which
services shall be performed for the Richmond Fire Department (the "Project") and which
services shall include the new kitchen casework alternate bid work also submitted.
Bid Specifications dated March 24, 2023, have been made available for inspection by Contractor,
are on file in the office of the Chief of the Fire Department for the City of Richmond, and are
hereby incorporated by reference and made a part of this Agreement, along with any and all
addendums to said S. cifications. Contractor agrees to abide by the same.
Portions of the response of Contractor to said Request for Responses received April 13, 2023, is
attached hereto as Exhibit A, which Exhibit consists of seven (7) pages, and is also hereby
incorporated by reference and made a part of this Agreement.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, 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 which are
. incidental to the proper completion of all work specified.
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 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.
Contract No. 105-2023
Page I of 7
SECTION II. 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.
SECTION III. COMPENSATION
City shall pay Contractor an amount not to exceed the total amount of Three Hundred Twenty-
four Thousand Dollars and Zero Cents ($324,000.00) for complete and satisfactory performance
of the work required hereunder.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect
until the satisfactory completion of the project, which completion is anticipated to take no longer
than one hundred twenty-eight days (128) days.
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 five (5) working 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 and proper manner its
obligations under this Agreement;
b. submission by the Contractor to the City of reports that are incorrect or incomplete 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.
In the event of such termination, the City shall be required to make payment for all work
performed prior to the effective date by Contractor, but shall be relieved of any other
responsibility herein.
Page 2 of 7
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties
by 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 the City if a force-majeure event occurs and the
results or aftereffects of said event causes the performance of this Agreement to become
impossible or highly impracticable. Said event or results or aftereffects of said event would
include events or effects which the parties to this Agreement could not have anticipated or
controlled. Examples of a force-majeure event, or its results, would include, but would not be
limited to, events such as an Act of God, an Act of Nature, an Act of Law, or an Emergency Act
of Executive Enforcement of the Federal government, the State of Indiana, or local government.
SECTION V. WITEIHOLDINGYETA.INAGE, AND CLAIMS FOR PAYMENTS
Contractor understands, acknowledges and agrees that pursuant to Indiana Code 36-1-12-13 the
City must provide for the payment of subcontractors, laborers, material suppliers, and those
performing services under a public works contractor and further agrees that in the event
Contractor fails to timely pay any subcontractor, laborer, or material supplier for the
.performance of services or delivery of materials under this Agreement that the Board of Public
Works and Safety for the City shall withhold payments in an amount sufficient to pay the
subcontractors, laborers, material suppliers, or those providing services. Contractor further
understands, acknowledges, and agrees that the Board shall proceed with the proper
administrative procedures initiated as the result of any claims timely filed by any subcontractor,
laborer, or material supplier under Indiana Code 36-1-12-12.
SECTION VI. 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
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
Page 3 of 7
B. Employer's Liability $1.00,000
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
$2,000,000 each aggregate
SECTION VII. 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, an.d 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
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 22-5-11.7-11 (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
Page 4 of 7
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 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 City determines during the course of this Agreement
that this certification is no longer valid, City 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 City that the Contractor has ceased
investment activities in Iran within ninety (90) days after the written notice is given to the
Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In.
the event the City 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 City 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 X. 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 5-1.6-6-1, 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 acting on behalf of Contractor
or any sub-contractor shall in no manner discriminate against or intimidate any 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
Page 5 of 7
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 temnnated by the City and all monies
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. Both City and Contractor agree to comply with all applicable Americans with Disability
Act (ADA) requirements and Title VI Civil Rights Act non-discrimination requirements.
D. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION XI. 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 for negligence which may arise in the course of Contractor's
performance of its obligations pursuant to this Agreement.
SECTION XII. 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. It shall be
controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It
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.
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 suit arising
under this Contract, if any, 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.
Any person executing this Contract in a representative capacity hereby warrants that he has been
duly authorized by his or her principal to execute this Contract.
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 due to the enforcement of
this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit
is filed.
Page 6 of 7
In the event that an ambiguity or 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.
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, THOR CONSTRUCTION COMPANY
INDIANA by and through its 111 NW T Street
Board of Public Works and Safety Richmond, IN 47375
1/2 /,
.._„
By: _ t tt-x .By•
_
Vicki Robinson, President
By k Printed: .:Ji/1/ 7" R
mil. Palmer, Member
By: 4N
Matt Evans, Member
Date: Date: 6 / le>2 3
--
APPROVED:_rf
Sno May.0•
Date: Z-3
Page 7 of 7
2247-2 02/2023
BID FORM 96 Supplement
BID TO:
City of Richmond, Indiana
Renovation Fire Station #5
Richmond, Indiana 47374
BID FROM: Thor Construction Company
Address 1111 N.W. "T" Street
City / State Richmond, IN 47374
Telephone No. 765-962-6553
BID FOR:
Renovation Fire Station #5
Richmond, Indiana 47374
PROJECT 2247-2
The Undersigned, having visited the site of proposed construction
of this project, and having familiarized himself with local
conditions affecting the cost of the Work and with all
requirements of the Contract Documents and Addenda thereto as
prepared by Maze Design, Inc. , hereby offers to furnish all labor
and materials required by the Contract Documents and Addenda
thereto for the completion of the Contracts below for which an
amount is provided:
BID SCHEDULE
Base Bid
e n
Dollars ( e---)c;,0,CO)
Alternate #1 New kitchen casework
Dollars ($ /6? Goo e) )
ADDENDA RECEIVED
Receipt of Addendum Nos . ONE , is hereby
acknowledged.
BID ACCEPTANCE
If written notice of the acceptance of this Bid is received by the
Undersigned within 60 days after the date for opening of Bids or
(EXHIBIT PAGE OF 19D FORM 96 SUPPLEMENT 00300 - 1
2247-2 02/2023
any time thereafter before this Bid is withdrawn, the Undersigned
will, execute the required Agreement and furnish Performance and
Payment Bonds in accordance with the Contract Documents and Bid as
accepted.
If Bidder is an individual complete the blanks in the following box.
IN TESTIMONY WHEREOF, the Bidder (an individual) has hereunto
set his hand this day of 20
Individual
If Bidder is a partnership complete the blanks in the following box.
IN TESTIMONY WHEREOF, the Bidder (a Partnership) have hereunto
I set their hands this day of 20
Name of Partnership
Name of Partners
If Bidder is a Corporation complete the blanks in the following box.
IN TESTIMONY WHEREOF, the Bidder (a Corporation) has caused this
Bid to be signed by its President and Secretary and affixed its
Corporate Seal this 13th day of April 20 23 .
Name of Corporation Thor Construction Company, a division of
Carroll Electric, Inc.
President
1,17ti 1 7) ,fid,
Secretary ( m- /
(Seal) I
!EXHIBIT IL PAGE 0E--1 -ID FORM 96 SUPPLEMENT 00300 - 2
,.. .. ,
L. JO • (7-, EIOVd 911911-1XRI
,m,.........„_......,.._,...,______
o co
E.9. .0
"E -0
0
CO
(....)1—
L1.1
co-
0
al
0 4-3 CK 1
cs4 CD
a.
cd a)
'H
LI- . I-,
Ct Ct 1:1
0 E 4.J. ) U.
cn rx
0 0 Hi 4j
(1) N
Ci —)
Li
(.0 - .../ LL
.
(7)
0 cr) .4,1*
4.)
E
4.i
u). „4,
u
4 4 Z
0 (0 ..) U 4--) H
u.. f
—,-4 1.--1
.H in
I 4.) ,..0
'
(/) 4,) .
CO 4 "C) (1)
S.4 ni
4-1 '
LH
0 0 0 o co
0 ,.4 0
a. 0 E
I c
Z ,-0
4-1 U 13 0
—
0 r--4 U
'H. 0 •H CLI 4-,
c.,) if) PG =
.ri
' '
State Form 52w1^
Prescribed by State Board u.Account, Form No.ys(Revised 2005)
CONTRACTOR'S BID FOR PUBLIC WORK — F[lRyN 96
PART |(To be completed for all bids. Please type or print)
Date: 4/13/2023
1. Governmental unit (Owne¢ City of Dicbmood, Indiana
2. County : Wayne
3. Bidder(Firm): Thor Construction Company
Address: IIlI N.W. «7/' Street
City/State: Richmond, IN 47374
4. Telephone Number: 765-962-0553
5. Agent of Bidder(if opp|icable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of City of Richmond, Indiana
(Governmental Unit) in acco(dance with plans and specifications prepared by Maze Design, Inc.
and dated 3/14/2023 for the sum of
See attached "Bid Form" $
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified /n the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material Included in the contract are naeded, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on o unit
basis, the itemization of the units shall be shown ona separate attachment.
The contractor and his subcondnadoro, if any, shall not discriminate against or intimidate any employe*,
or applicant for employment, to be employed in the pedbmnonne of this contnsct, with respect to any matter
directly or indirectly ne|obsd to employment because of rane, m|igion, no|or, aex, national origin or ancestry.
Breach of this covenant may be regarded ese material breach of the contract.
CERTIFICATION OF USE OFUNITED STATES STEEL PRODUCTS
(If applicable)
|, the undersigned bidder or agent aa a contractor on o public works pnoject, understand my statutory
obligation to use abam| products made in the United States (iC. 5'16'8-2). | hereby certify that | and all
subcontractors employed by me for this project will use U.G. steel products on this project if awarded, |
understand that violations hereunder may result in forfeiture of contractual payments.
___-,
ACCEPTANCE
The above bid is accepted this day of . . subject hnthe
following conditions:
Contracting Authority Members:
PART ||
(For projects Of$100.0000[ mnVre — |C 36-1'12-4)
Governmental Unit: City of Richmond, Indiana
Bidder(Firm) Thor Construction Company
Date: 4/15/2023
These statements to be submitted under oath by each bidder with and as a part of his bid,
Attach additional pages for each section eoneeded.
SECTION | EXPERIENCE QUESTIONNAIRE
1. What public works p jects has your organization completed for the period of one (1) year prior to the
date of the current bid?
Completion
Con�oactAmuunt Class cfWork Date Name and Address of Owner
� 988,000.00 Prime Contract 9/2022 Richmond Community ScbooIs
J '
%. What public works p,ojects are now in process of construction by your organization?
Expected
Contract Amount of Work Completion Name and Address of Owner
Date
5,340,000. Contract 9/2023__ _ Fayette Co. Commissioners
8,240,000. I Trades 3/2023 Ceo�_ervilIe Schools
----- - - --- - ---
3. Have you ever failed&o complete any work awarded toyou? No |f so, where and why?
4. List references from private firms for which you have performed work,
Ceo�era�ooe
� `
Cope Environmental Center
Boys & Girls Clubs of Wayne County
West End Bank (IRivero)
WezoIe Youth & Family Services
SECTION U PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative ofwhen
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 to be coordinated with
Owner and Arch'tect.
2. Please list the names and addresses of all subcontractors (i.e. persons or firms 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 uf the work done by each subcontractor. List to folIo1q.
3. |f you intend to sublet any portion uf 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 tncurrently providea listing, please understand a listing must be provided prior tncontract
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. 0o subcontractor 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 tobe listed by the governmental unit.
All. equipment required is readily available.
S. Have you entered into contracts or received o-lero 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. Teo.
SECTION ||| CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement os required by statute shall thereby be rendered invalid. The financial statement provided hereunder 0o
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded.
iEXHI -- L o� —1
SECTION |V CONTRACTOR'S NON — COLLUSION AFFIDAVIT
The undersigned bidder magent, being duly sworn on oath, says that he has not, nor has any other
member, repreoentahvm, or agent of the finn, uwmpany, corporation or partnership represented by him, entered
into any oombinaiion, 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 biddinQ, and that this bid is
made without reference to any other bid and without any aQnaement, understanding or combination with any other
person in reference to such bidding.
He further says that no person or pensonn, finno, 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 /N THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT.
Dated atlIIl NW "7x St this 13tb day of April . 2023
Thar Construction Company, a division of Carroll
( i"")' Electric, Inc
/l `
By�'����"°��-
President
(Title of Person Signing)
ACKNOWLEDGEMENT
STATE OF Indiana )
) us
COUNTY OF Wayne )
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 methis l3tb day of April . 2023Notary Public
MABER N.REACH
M
Nly Commission Expires: 5/13/2023
County ofResidence: Wayne