Loading...
HomeMy WebLinkAboutBid PacketPROPOSAL. AUMAN & NEWARK NEIGHBORHOOD IMPROVEMENTS To the City of Carmel, Indiana: The undersigned Bidder declares that it has read the Specifications and other Contract Documents, has examined and understands the plans, has examined the Site of the Work and has determined for itself the conditions affecting the Work, and proposes and agrees that if this Proposal is accepted, to provide, at Bidder's own expense, all labor, insurance, superintendence, machinery, plant, equipment, tools, apparatus, appliances and means of construction, and all materials and supplies, needed to complete, for its intended purpose, the entire Work and all parts thereof described as included under the Contract herein bid upon, in the manner and items prescribed, including all Work incidental thereto, according to the. Plans, Contract Documents and Specifications, Indiana Department of Transportation (INDOT) Standard Specifications (current edition) and INDOT Standard Drawings and such instructions as the ENGINEER may give. And hereby tenders this Bid to construct said Project in accordance with the Contract Documents now on file with the City of Carmel, Indiana, and pursuant to the payment bond and performance bond to be filed herewith, each in the amount of 100 % of the Contract price of- TOTAL f TOTAL BASE BID AMOUNT The Base Bid is for bidding the project as required by the plans, specifications and contract documents, to include the use of storm pipes made only of reinforced concrete. The Itemized Proposal shall be completed under this same condition and the total of the Itemized Proposal as submitted is to match the total of the Base Bid Amount: Five Hundred Ninety Four Thousand Three Hundred Thirty Five Dollars and zero cents Dollars (Words) $594,335.00 Dollars (Figures) This price is the sum of the quoted unit prices times the quantities for each item as shown on the attached Itemized Proposal. Whereas a mathematical computation error exists, on the Itemized Proposal, thus causing the above -stated Bid Amounts to be stated incorrectly, the Bidder acknowledges that the unit prices, as stated on the Itemized Proposal, shall govern. The undersigned further agrees to complete the fiunishing and construction of this Project and have it substantially completed and ready for use on or before 120 Calendar Days from receipt of a Notice to Proceed in accordance with the Instructions to Bidders. P-1 Enclosed is a certified check to the City of Carmel, or a bid bond binding the undersigned and surety to the City of Carmel, Indiana, in the amount of: .Dollars (Words) Dollars (Figures) which amount is not less than 10 % of the total Bid amount, guaranteeing the undersigned will enter into the Contract for the performance of the work if this Proposal is accepted. As required by the Instructions to Bidders, Questionnaire Form 96 (revised 2005), of the Indiana State Board of Accounts is properly executed and attached hereto. It is hereby agreed that this Proposal shall remain in full force and effect, and may not be withdrawn for a period of 30 days from and after the date of bid opening by the City Council, Carmel, Indiana. Respectfully submitted, Calumet Civil Contractors, Inc. CONTRACTOR udkf l) (Partnership) or (C By: Address: 48 Fieldstone Drive Whitestown, IN 46075 Dated: December 16, 2015 The above Bidder acknowledges receipt of Addenda Nos. 1.2 Note: The legal status of the Bidder, whether as an individual, partnership, company or corporation must be indicated as above, and all pertinent information as required by the Specifications must be furnished. P-2 BID PACKAGE ADMAN & NEWARK NEIGHBORHOOD IMPROVEMENTS CARMEL, INDIANA ITEMS Proposal 2 Bid Bond Wage Stipulation Affidavit 4 Form 96 (Revised 2005) 5 List of Subcontractors / Suppliers 6 Non -Collusion Affidavit ITEMIZED PROPOSAL Auman & Newark Neighborhood Improvements Item # Item Description Quantity Unit Unit Cost Total Amount 1 Mobilization/Demobilization 1 LSUM 20, 200.00 20, 200.00 2 Construction Engineering 1 LSUM 15,000.00 15,000.00 3 1 Clearing Right of Way 1 LSUM 1 39,500.00 39,500.00 4 Storm Sewer Pipe, 12" Class III RCP 982 LFT 37.00 36,334.00 5 Storm Sewer Pipe, 15" Class III RCP 178 LFT 40.00 7,120.00 6 Storm Sewer Pipe, 18" Class III RCP 281 LFT 44.00 12,364.00 7 Storm Sewer Pipe, 24" Class III RCP 521 LFT 56.00 29,176.00 8 Draintile, PVC, Undistributed 100 LFT 21.00 2,100.00 9 Adjust Casting to Grade 6 EA 750.00 4,500.00 1'0 Manhole D-7 1 EA 2,800.00 11 Manhole E-4 1 EA 3,600.00 3,600.00 12 Manhole C-7 16 EA 2,200.00 35,200.00 13 Manhole C-10 1 EA 2,400.00 2,400.00 14 Manhole C-4 5 EA 2,200.00 11, 000.00 15 Pipe Catch Basin, 18" 1 EA 1,300.00 1,300.00 16 Inlet E-7 3 EA 1,400.00 4,200.00 17 Inlet J-10 15 EA 2,200.00 33,000.00 18 Inlet F-7 4 EA 1,800.00 7,200.00 19 PCC Base for Patching, 8" 88 SYS 60.00 5,280.00 20 Class A Concrete for Structures 6 CYD 750.00 4,500.00 21 Curb Ramps incl. truncated domes 30 SYD 280.00 8,400.00 22 4" Concrete Sidewalk 866 SYD 55.00 47, 630.00 23 1 Concrete Curb 956 LFT 40.00 38,240.00 24 PCCP for Approaches, 6" 635 SYD 75:00 47, 625.00 25 Linear Grading, incl. Topsoil 2025 LFT 18.00 1 36,450.00 P-3 MI Unsuitable Materials Remove/Replace 26 Undistributed 100 CYD 50.00 5,000.00 Structural Backfill or 26.00 18,148.00 27 Compacted Aqq. No. 53 698 CYD Structural Backfill 3. No. 11 62.00 20, 894.00 28 or 12 337 CYD Structural Backfill 4. 29 Flowable 32 CYD 96.00 3,072.00 HMA Surface, A, for Road 30 Patching 7 TON 500.00 3,500.00 31 Tack Coat 88 SYS 3.00 264.00 Water Service Line Replacement, all sizes, 26.00 8,580.00 32 incl. fittings 330 LFT 33 Relocate Water Meter 20 EA 300.00 6,000.00 34 Maintenance of Traffic 1 LSUM 12, 344.00 12, 344.00 Construction Fencing, 35 Undistributed 100 LFT 18.00 1,800.00 36 Ditch Inlet Protection 29 EA 1 71.00 2,059.00 37 Straw Bale Ditch Check 6 EA 190.00 1,140-00 Existing Tree Protection / 38 Trimming 1 LSUM 4,000.00 4,000.00 39 Protection of Utilities 1 LSUM 7,500.00 7,500.00 40 Nursery Sodding for Lawns 1733 SYD 5.00 8,665.00 41 Water 1 LSUM 700.00 700.00 42 Signs, Reset/ Relocate 4 EA 250.00 1,000.00 43 Mailbox, Reset/ Relocate 19 EA 200.00 3,800.00 24" Thermoplastic Line, White, for Stopbars and 25.00 1,800.00 44 Crosswalks 72 LFT 45 QC Testing / Videotaping 1 LSUM 9,850.00 9,850.00 Sanitary Lateral Replacement 380.00 7,600.00 46 undistributed 20 EA Sanitary Connection Replacement 800.00 8,000.00 47 undistributed 10 EA Televising Sanitary and 48 Laterals 1 LSUM 3,500-00 3,500.00 TOTAL: 594,335.00 MI WAGE STIPULATION AFFIDAVIT AUMAN & NEWARK NEIGHBORHOOD EMPROVEMENTS CARMEL, INDIANA The undersigned Bidder, as a part of the Bid for the above Project hereby stipulates that if awarded the Contract for such Project, the Bidder shall pay the minimum, or higher, hourly wages for the various classifications of labor as set out in the Wage Requirements as described in the Contract Documents and as determined by the OWNER. Witness our hands this 16th day of December , 2015. Name: Calumet Civil Contractors, Inc. Address: 4898 Fieldstone Drive By: W-1 President Title EXHIBIT D AFFIDAVIT Kevin S. Green , being first duly sworn, deposes and says that he/she, is familiar witli and has personal knowledge of the facts herein and, if called as it witness in this matter, could testify as follows; 1. I am over eighteen (13) years of age and am competent to testify to the facts contained herein. 2. 1 am now and at all times relevant herein have been employed by Calumet Civil Contradtors, Inc. (the "Employer") in the position of President 3. I am familiar with the employment policies. practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E-Vcrify program. Documentation of this enrollment and participation is attached and incorporated herein. 6. The Employer does not knowingly employ any unauthorized aliens. 6.. To the best of my information and belief, theEmployer does not currently employ any unauthorized aliens. 7. FURTHER AFFIANT SAYETH NOT. EXECUTED on the 10th day of March 2016 v/ Kevin S. Green I certify under the penalties for perjury under the laws of the United States or America and the State of Indiana that the foregoing factual statements and representations are true and correct_ NON -COLLUSION AFFIDAVIT ADMAN & NEWARK NEIGHBORHOOD IMPROVEMENTS CARMEL, INDIANA The Bidder, by its officers and agents or representatives present at the time of filing this Bid, being duly sworn on their oaths, say that neither they nor any of them have in any way directly or indirectly entered into any arrangement or agreement with any other Bidder or with any public officer whereby such affiant or affiants, or any of them, has paid or is to pay such other Bidder or public officer anything of value whatsoever, that such affiant or affiants, or any of them, has not directly or indirectly entered into any arrangement with any other Bidder or Bidders which tends to or does lesson or destroy free competition in the letting of the Contract sought for by the attached Bid, that no inducement of any form or character other than that which appears upon the face of the Bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said Bid or awarding of the Contract, nor has this Bidder any agreement or understanding of any kind whatsoever with any person whomsoever, to pay, deliver to, or share with any person in any way or manner any of the proceeds of the Contract sought by this Bid. Witness our hands this 16th day of December , 2015. ,-Name: Calumet Civil Contractors, Inc. Address: 4898 Fieldstone Drive Whitestown, IN 46075 NCA -1 President Title 4. BYD BOND KNOW ALL MEN BY THESE PRESENTS, that we the undersigned: CALUMET CIVIL CONTRACTORS, INC. (Name of Principal) as PRINCIPAL, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND .es SURETY are held and firmly bound unto the City of CaEMI, Indianal hereinafter called the "OWNER" m the penalsumof TEN PERCENT OF THE TOTAL BID Doliars(S l 1 Ogs 1 ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presence. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated DECEMBER 16 , 2015, for AUA AN & NEWARK NEIGHBORHOOD IMPROVEMENTS NOW, THEREFORE, if the Principal shall not withdraw said Bid within the period specified therein after the opening of the same, or, if no period is specified, within ninety (90) days after the said opening, and shall within the period specified therefore, or, if no period be specified within ten (10) days after the prescribed forms are presented for signature, enter into a written Contract with the OWNER in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the OWNER the difference between the amount specified in said Bid and the amount for which the OWNER may procure the required work or supplies or both, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, but shall otherwise to remain in full force and virtue. IN WITNESS WHEREOF, the above -bounded parties have executed this instrument under their several seals this 16TH day o f DECEMBER , 2015, the name and corporate sea] of each corporate party being hereto affixed and these presence duly executed by its undersigned representatives who have been duly authorized to execute some, pursuant to the authority of their respective governing bodies. BB -1 In the presence of Att t: Coulntmigned ROBERT L. SHERFICK (Individual Principal Seal) (Business address including City, State and Zip Code) (Business address including City, State and Zip Code) CALUMET CIVIL CONTRACTORS, INC. (Corporate Principal) 4898 FIELDSTONE DRIVE (Business address including WHITESTOWN, IN 46075 , to Zip Code) Kevin S. Green, Pxident FIDELITY AND DEPOSIT COMPANY OF MARYLAND (Corporate Surety) N/A gyrate By FByERICM. WAHLSTROM Seal Attorney -in -Fact, State of I ND I ANA (rower of Attorney for person signing for surety company must be attached to bond) BB -2 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Nick J. RUTIGLIANO, Robert M. RUTIGLIANO, Eric M. WAHLSTROM, Robert L. SHERFICK, Brian T. MORTON and Terry R. HURST, all of Indianapolis, Indiana, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 31 st day of August, A.D. 2015. ATTEST: n- ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND otr "'las ",,•• V1� ti S 4� S :41f'2G� �inp}lP2 BEAL � = ; rase • �; ya......... 9"- Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland County of Baltimore On this 31st day of August, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals• of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ``•�`,' 01F-. ids ••� o Maria D. Adamski, Notary Public My Commission Expires: July 8, 2019 POA -F 044-0465E Part of State Form 52414 (R2 / 2-13) / Fonn 96 (Revised 2013) SID OF Calumet Civil Contractors, Inc. (Contractor) 4898 Fieldstone Drive (Address) Whitestown, IN 46075 FOR PUBLIC WORKS PROJECTS OF City of Carmel Filed: December 16, 2015 Action taken ba ow; CONTRACTOR'S BID FOR PUBLIC WORK — FORM 96 sus ;4w = State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013) n� Prescribed by State Board of Accounts 17111,1-748I (To be completed for all bids. Please type or print) Date (month, day year): December 16, 2015 1. Governmental Unit (Owner): City of Carmel 2. County: Hamilton 3. Bidder (Firm): Calumet Civil Contractors, Inc. Address: 4898 Fieldstone Drive City/State/Zipcode: Whitestown, IN 46075 4. Telephone Number: (317) 769-1900. 5. Agent of Bidder (if applicable): Kevin S. Green Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Carmel (Governmental Unit) in accordance with plans and specifications prepared by Eagle Ridge Civil Engineering Services, LLC. and dated November 9, 2015 for the sum of Five Hundred Ninety Four Thousand Thee Hundred Thirty Five Dollars and zero cents 6594,335.00 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 addendums 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 unit. If the bid is to be awarded on a unit basis, the itemization of units shall be shown on 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 respect 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 contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, 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. 5-16-8-2). I 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. ACCEPTANCE The above bid is accepted this day of conditions: Contracting Authority Members: , subject to the following PART II (For projects of $150,000 or more — IC 36-1-12-4) Governmental Unit: City of Carmel Bidder (Firm) Calumet Civil Contractors, Inc. Date (month, day, year): December 16, 2015 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 What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner 497,020 Asphalt Paving 2013 INDOT 748,159 Asphalt Paving 2013 INDOT 764,090 Asphalt Paving 2013 INDOT 303,854 Asphalt Paving 2013 INDOT 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner 2,192,866 Asphalt Paving 2014 INDOT 1,063,608 Asphalt Paving 2014 Indianapolis 546,103 Asphalt Paving 2014 Indianapolis 1,227,677 Asphalt Paving 2014 Indianapolis 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. R. N. Thompson Brenwick Development The Skillman Corporation Duke Construction Management Verkler, Inc. SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples 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. consider your bid.) In accordance with the plans and specifications 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 of the work done b each subcontractor. Unable to provide a listing at this time 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. Unable to provide a listing at this time 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. As needed to properly perform the work 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing you 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 bidder's capability for completing the project if awarded. SEE ENCLOSED. 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 Whitestown, Indiana this 16th day of December, 2015. Calumet Civil Contractors, Inc. f Organization) By S. Green, President (Title of Person Signing) ACKNOWLEDGEMENT STATE OF Indiana ) ) SS COUNTY OF Boone ) Before me, a Notary Public, personally appeared the above-named Kevin S. Green, and swore that the statements contained in the foregoing document are true and correct. %.%J41111, Subscribed and sworn to before me this 16th day of December, 2015. My Commission Expires:09/19/2021 County of Residence: Hamilton %0" p.1�1 �-• JO 00 Nor ARY " ° 40" a : 2 AL PUBLIC = L.J &n, Notary Pu T'•,, O� OF NDS 0eua \\ dii®�IOO�d4 CONTRACTOR'S STATEMENT OF FINANCIAL CONDITION OF Calumet Civil Contractors, Inc. - Employer identification Number {Federal Tax iVumberj 3 5 •-- 1 1 5 1 7 7 1 ❑ An Individual A Partnership A Corporation Condition at Close of Business —' Mtt�'c.s� Zt 20 ►y ASSETS DETAIL TOTALS Current Assets 1 Cash2. -__---- 1, ........... 3. Bid Deposits and Guarantees _•_ _ ------ - ------------ . ..... . . . ......... 4. Accounts Receivable from Completed Construction Contracts 5. ------------- Accounts Receivable from Incomplete .Construction Contracts -,______-___-_ ......................................... 2,424.057 G. Casts of Incomplete Contracts in Excess of related Billings ......................................... 7. ................ Costs and Estimated Earnings in Excess of Billings on Incomplete Contracts -__ 1,282,946 B. Equipment Rentals and Other Accounts Receivable -------------------- ..................... - - -- - 9. Materials in Stock Not Included in Items 4 and 5 ----------------------- .-----•-----• •-•--------- .............. 10. Stocks. Bonds and Ocher Securities ------------------------------ ................ --------- ----•-•----.. 11. Accrued Interest and 011ier Current Assets --------------------------- ---------•--•----------- - -173,082 Subtotal, Current Assets ------------------------------------ S 12. Construction Equipment - Net Book Value1 •---•---------------5:539:913 ------------------------- 442,541 Fixed and Other Assets 13. Other Plant and Equipment __, ... .............................. ------------------------- 106,566 14. Real Estate ------------------------------------------------- -------------------------------------------- ..................•-----..-----•--•- 1,524,039 15. Cash Surrender Value of Life Insurance Policies (Net of policy loans) 185,701 16. Other Assets -� --•------------•-------------•-- 66,983 Subtotal, Fixed and Other Assets_ _ --_ - 1,883,289 Tota( Assets _- $ 8,865,743 LIABILITIES AND NET WORTH Current Liabilities 17. Notes Payable and Other Long -Term Liabilities (DueIthrn One Year) -------- 0 W- 976,90 18. Accounts Payable ______ -6, 1,1 - I - 2 . - 164 19. Billings on Incomplete Contracts in Excess of Related Costs 20. Billings on Incomplete Contracts in Excess of Costs and Estimated Earnings _-_285,643 21. Accrued Taxes and Other Liabilities Due Within One Year -_--__ ---------- -................. .............. - -- 166,349 Subtotal, Current Liabilities -___ ---------------------- $ 2540,446 , ............--•-•-. -- _ Long -Term Liabilities 22. Notes Payable and Other Long -Term Liabilities (Balance After One Year) _____ _ $2,081,848 23. Deferred Income Taxes (Non -Current Portion) ........................ 680,000 Subtotal, Long -Term Liabilities ---------------------------------- S 2,761,848 Net worth 24. Irtciiriduaf or P�rinc-rs.�cp Cal�itat _ __ - S 25, Capital Stork; ............................... 968,500 B. Additional Pai3-in Capslal --- - —_— rinedEamings ----•----•--- ___-- - ___-- 2,594,949 Total Liabitities and Met Worth _ —___-- — --- ------ - -- S 28- Contingent Liabilities ----------------- S IMPORTANT, All items shown In tine above FINANCIAL STATEMENT must he detailed In the schedules on subsequent pages. Da not change the descriptive title of any balance sheet item or supporting schedule. For [Wnn(s) not speciflcaRy listed, use the applicable schedule(si. Page 7 DETAILS RELATIVE TO ASSETS Cash: (a) On hand ---------------------------- ------- ------- --------------------- (b) Deposited in banks named below ---- ------------------------------------------ $ 1.659.828 NAIVE OF BANK TYPE OF ACCOUNT DEPOSITED IN THE NAME OF AMOUNT Stock Yards bank and Trust Checking Calumet Civil Contractors, Inc. $ 1,ij59,828 { Notes Receivable Due Within One Year ----------------------------••--____-- _-- $-----__----_-_--__.-.-----__---__------_- ---__ RECEIVABLE_ FROM FOR WHAT DATE OF MATURITY HOW SECURED AMOUNT Have any of the above been discounted. sold or pledged? ❑ Yes ❑ No It so state amount, to whom and for what reason Rill Deposits and Guarantees -------------------------------------------------------------- DEPOSITED WITH FOR WHAT WHEN RECOVERABLE AMOUNT What amount, if any. has been assigned. sold or pledged? -------------------------------------------- $.._........................ _................ _.... 4 Accounts Receivable From Completed Construction Contracts (exclusive ot`claims not approved) -___ $ .—..........--------- ---------------------------- RECEIVABLE FROM NATURE OF CONTRACT AMOUNT OF CONTRACT AMOUNT DUE Have any of the above been discounted. sold or pledged? ❑ Yes ❑ No It so. state amount. to uftom and for what reason Page 8 DETAILS RELATIVE TO ASSETS (Continued) 5 Accounts Receivable from Incomplete Construction Contracts (as shown by engineer's or architect's estirnate). (a) Amount retained to date• due upon completion of contracts________________________ $ ............... (bj Amount receivabieafter deducting amount retained -------------------------------- - ...... 478'274 1,970,783 it DESIGNATION OF CONTRACT AND AMOUNT Of AMOUNT AMOUNT RETAINAGE FOR WHOM PERFORMED CONTRACT BILLED RECEIVED WHEN AMOUNTEXCLUSIVE DUE. AMOUNT DUE OF AMOU14T RETAINED Archer Daniels Midland $ 905,893 City of Indianapolis $ 275,442 $ 253,704 Town of Fishers i $ 27,058 $ 262,504 Indot $ 108,567 Pepper Construction 112.650 $113,854 Others individually less than $100,000 $ 163,124 $ 326,265 details available upon request Have any of the above been disco led. sold or pledged' ❑ Yes [ No tf so, stale amount, to whom and for vihat reason !i 71i Casts of Incomplete Contracts in Excess of Related Billings ______________• (Completed Contract Method) Amount receivable after deducting amount retained Costs and Estimated Earnings in E=xcess of Billings on Incomplete Contracts ----------------------------- $ .................-.-1 (Percentage of Completion Method) 282,946 8 Equipment Rentals and Other Accounts Receivable_____________________ ---- g ._.._.._....--------------.._...---- RECEIVABLE FROM FOR WHAT WHEN DUE AMOUNT E What amount, if any, is due after one year? ------------------ g - --------------------------------------------- Assigned, sold or pledged? ------------ -------------------------- - Page 9 DETAILS RELATIVE TO ASSETS (Continued) Materials in Stock Not Included in Items 4 and 5. Inventory Values: (a) For use on own construction contracts __-______ _ S (b) Non-construction or for sale to others --........... .--.......... DESCRIPTION OF MATERIAL QUANTITY PRESENT VALUE FOR INCOMPLETE OTHER CONTRACTS MATERIALS 10 Stocks. Bonds. and Other Securities (a) Listed -Book Value s (b) Present Market Value------------------------------------- ---- ------­--­- ----•------•---- No consideration as working capital will be given unless book value and market value, determined or verified by the accountant, is given. ISSUING COMPANY DESCRIPTION PRESENT MARKET VALUE BOOK VALUEUNIT QUANTITY AMOUNT UNIT AMOUNT If any are pledged or in escrow, state to whom and for what reason. Specify co-owner or beneficiary of non-negotiables. Accrued Interest and Other Current Assets --------------------------------------------------------- _.173.082 DESCRIPTION AMOUNT Other Current Assets $ 173,082 Page 10 DETAILS RELATIVE TO ASSETS (Continued) Net Back Value ---------------- ,biles, radio equipment, barricades. harriers, construction signs. asphalt plants) 1014 Year Date If Rebuilt PURCHASE PRIG dZycturer, Etc.) Mfgd, Purrbased by Mfgr. {m nldq!yy) Give Date New Second Hang! c x.01.1■ w►.i�n + $ 8,190,880 Page 11 S 1,442,541 ACCUMULATED NET BOOK DEPRECIATION VALUE $ 6,748,339 11 $ 1,442.541 Encumbrance 1,133,847 [Did I Year rFaicgarer, Efc.) } Mfgd. Date If Rebuilt Purchased by Mfgr. fmmlddlvvl I Give Date Page12 PURCHASE PRICE New I Second Hand ACCUMULATED DEPRECIATION NET BOOK VALUE Encumbrance Calumet Civil Contractors Comprehensive Depreciation [Depreciation] GAAP For the Period April 1, 2013 to March 31, 2014 Page: 1 Phnt1'41: 410412014 10:30:400 BNeMfd Del" Aunt Belwl DepmeLble Bata Cu"W R Aoeum 0ip1MI jp A%aetW PiwWIn GVvioDisousalbale Beginning Addition% 0"lone Ending Depr LYe BoekCoel Credl111dueilen Bue. 1LIGINAA PdarNoodad DWecWHe Beginning CunW001a WOW NotAddpialc ry&vAt:om Not bwkV" Doe AIMhIGonv Yr Ido Amount Ike K AFYD Dcpnohtlon Bcc1c Accum Dep, AFYD INIT9n Ddwoni Dept Class' 7310 Autos and PUckS 000013 1997 Ford 18044 812911996 33.315.00 O.OD 0.00 33,315.00 SLIOORA 50 33,315.00 0.60 100.00 O.DO 33.315.00 33.315.00 33,315.GO 0.00 000 0.00 33315.00 0.01 000017 1995 Ford F250 PU 15735 1011121994 19,972.70 0.00 0.00 19,972.70 SLI00FL1 SO 19.972.70 O.GO 100.00 0.00 19.972.70 19.972.70 13,972.70 000 000 000 19.972.70 001 000020 1997 F150674473 312111997 17,692.15 0.00 0,00 17,892.15 SL100FM 50 17.892.15 0.00 100.00 0.00 17,892,15 17,892.15 17.892.15 0.00 0.00 000 17,892.15 0.01 000021 1991 F150 874457 3121/1997 17.89215 000 0.00 17,892.15 SLIOOFM 50 17.892.15 0.00 10000 0,D0 17.892.15 17,892.15 17,69215 0100 0.00 000 17,892.15 0.01 000024 98 Ford F250 46971 4125-1998 19,915.50 000 000 19.915.50 SLIGOFM 50 19.915.50 0,00 100,00 O.DO 19,915.50 19.915.50 19,915.50 0,00 0.00 000 19,915.50 Oft 0GOD27 99 Ford F550 48902 110999 43,53135 000 000 43,531.35 SLIOOFM 50 43,53135 0.00 100.00 0.00 43.531.35 43,531,35 43,531,35 6.00 000 1106 43,53135 0.0 000039 Mach Triaxle 3/212001 42.735.01 000 0.00 42,735.01 SLIOOFM 50 42,735.01 0.00 100.00 0.00 42,735.01 42,735.01 42,735.01 0,00 0.00 Ono 42.73501 O,a 000189 Chevy 260OHD 265252 090 71512002 17464.50 0.00 0.00 17.464.60 SLIOOFM SD 17,464.60 0.00 100.00 0.00 17,464.60 17.464.60 17,464.60 0 D 0.00 0,00 17464,60 O,0 000190 Ford F550 53554 491 IW312002 V20/2014 45.503.06 0100 45.503.06 O.OD SL100FI,1 50 45,503.06 0.00 100.00 0.00 45,503.06 45,SD3.06 45.503.05 000 000 •45,503,06 0.00 0.0 000192 Chevy 16935 4177 311212DO3 25,194 20 0.00 0.00 25.194,28 S1.100FM 50 25,194.28 0.00 100.00 O.OD 25.194.28 25.194.28 25,194.28 0. on 0 D 0.00 25194.28 0.0 000207 Mack Tnad907974 411612003 64,57600 0.00 O.DO 64,576.00 S1.10OR.I 50 64,576.00 0,00 100.OD 0.00 6078.00 64.576.00 64,576.00 0.01D 0,00 000 64.61606 00 000209 03 Silverado 215946 5/1912003 25,052.01 0.00 000 25.052.01 SL100FRt 50 25,052.01 0.00 100.00 0.00 25,052.01 25,05201 25.05201 000 OOD 0.00 25.052.01 0.4 000210 04 SAwado 113307 112312O(14 26.635 i0 000 0.00 26.635.16 SLIOOFM 50 26.635.16 0.00 100.00 0,00 26,635,16 26.635.16 26.635.16 0.00 0.00 0,00 1 26.635.16 0.0 000231 MackTnaxle 15319 5113!2004 68.15546 000 0.00 68.15548 SLIOOFM 50 63.155.48 0.00 10D.OD 0.00 68,155.48 68,15548 68.155.48 0.00 0 O 0.00 68,155,46 0.0 000237 GMC Envoy 12;1912004 37.319.52 0.00 0,00 37,319.52 SLIOOFI.1 SD 37,319.52 0.00 100.00 0.00 37,319.52 37,319.52 37,319.52 0.00 0.00 0.00 37,319.52 0.0 000249 Chevy 250D 310870 617/2005 30.52180 0.00 0.00 30,527.80 SLIOOFM 50 30.527.60 0.00 10000 0.00 30.527.80 30,527.80 30.527.60 0.00 0.00 0.00 30,52780 00 D00251 Chevy. 2003 used 165630 712612005 13.558,00 0.00 0.00 13.568.00 SLIOOFM 60 13.568.00 0.00 100.00 0.00 13,568.00 13,558.00 13,568.00 0.00 000 0.00 13,568.00 0.0 OD0260 Chevy Tahoe 109644 ' 112612006 40,492 60 0100 0.00 40.492 80 SLIOGRJ 50 40,482.80 0.00 100.00 0.00 40.402.80 40,482.80 40,482 80 0,00 0.00 0.00 40,482 60 00 060261 Mach Truele 6869 313112006 116293.83 0.00 000 116.293.03 SLIOOFM 50 116,293.83 0.00 100.00 0.00 116,293.83 116,293.83 116.293.83 0.00 000 0.00 116,293.83 0,0 0002265 06 S9verado 412Q, 006 10;1812013 2147340 9.00 24,47340 0.00 SLIOOFM 50 24,473.40 0.00 100.00 O.OD 24,473.40 24,473.40 24.473.40 0,00 0.00 -24,473.40 0,00 0.0 060266 06 Chevy Pickup 182303 TO V21)[16 21,',53.40 0.00 0.00 21353.46 SLIOOFM 50 11,353.40 000 100.00 0.00 21,353.40 21,353.40 21,353.40 0.00 0.00 000 21,353.40 0.0 OU0267 07 Mack Tractor 007477 7,1212006 82.707.42 0.00 0.00 82.707 42 SL100FM 5 0 82,707 42 O.GO 100.00 0.00 82.707.42 82.707.42 82,707.42 0.00 0.00 0.00 82.707.42 0,0 000266 Chevy 1500 PU 190130 1/2312007 33,64134 000 0.00 33.841,34 SL100FRi 50 33.841.34 0.00 100.00 0.00 33,641.34 33,84134 33,841.34 0.00 0.00 0.00 33.041,34 0.0 000269 Chevy 2500 PU 184919 1123!2007 25,0-138 0.00 0.00 25.811.30 SLIODFM 50 25,811.38 0.00 100.00 0.00 25,811.38 25,811.38 25,811.3-8 ODD 000 0,00 26,811,38 0.0 000270 Chevy 2500 PU 197144 1123/2067 25.12090 0.00 0,00 26.120.90 SLIOOFIv1 50 26,120.90. 0.00 100.00 0.00 26.120.90 26.120.90 25.12090 0,00 0:30 0.00 28,120,90 0.0- 000272 Chevy 2500 PU 174765 112312007 25,811.38 000 0.00 25.81138 SLIOGFI3 50 25,811.36 O.OD 100.00 0.00 25.81138 25.811.30 25,81139 0.00 0.00 0.00 25,81138 0.0 000288 2007 Mack Tri2xie 1690 31,2012007 -62,45464 0,00 0.00 102,454.84 SL100FI.1 50 102.454.84 0.00 100.00 0.00 102,45484 102,454.84 102,454.64 0.08 000 0.00 102,454.84 0.0 000291 2007 Chevy HD 2500 ri$12007 7,36000 0.00 0.00 7,300.00 SLIOOF61 50 7,300.00 0.00 100.00 0.00 7,30000 7,300.00 7,300,00 0.00 O00 0.00 7,300.00 0.0 Page: 1 Phnt1'41: 410412014 10:30:400 Page: 2 Printed: 4/04/201410:30:40M salautad Gales A" Branca Oepredebb oral► Cumrd 6 "Ift Qyl"W" (laoado Sarylp►ONpaglOab Bptantry A&W- OYalbhc E1109q D6pr LMe Book Coral CreMkWuolim Bus, kW817WA& PrIogPAwW DopreelaW BaBlimft CunaMDept& NOW WA*Wm EtAi@Awo N11BoMV&%N AtsetlU IWh0mm Yrllo Ananl deal'. AFYD Dpraoh4lon Brk Awn Dept AFI¢ 11?"A D aiaYnna low Clese: 1310 Autos and Trucks 000292 2317 Chevy i rWUlater 07529 91111,2007 2o,6n422 0.00 0.00 29.894.22 SLIOOFM 50 29,694.22 0.00 100.00 0.00 29.694.22 29,694.22 29,694.22 0.00 O.OD 0,00 29.694.22 0.1) 000293 2007 Chevy Sllverado 29704 1012412007 33.55156, 0.00 0.00 33,55156 SLI009M 50 33,551.56 000 100.00 0.00 33,551.56 33,551.56 33,55156 0,00 0.00 0.00 33.551.56 0.0 000294 2007 Chevy SAverado 35224 111512007 35,002.16 000 0.00 35,002.06 SL100FM 50 35.002.06 0.00 100,00 0,00 35,002.06 35,002.06 35,002.06 0.00 0.00 0.00 35.002.06 0.0 000295 2007 Chevy SJverado 48599 12JS12007 33,670.70 000 000 33.670.70 SL10DFM 50 33.670.70 0.00 100.00 O.OD 33,670.70 33,670.70 33,670.70 0.00 0.00 0.00 33670.70 0.0 000311 Dodge Truck 131689 413012008 64862.83 0.00 0.00 64,862.83 SLIOOF61 50 64.862.83 0.00 100.00 0.00 63.78178 64,862.83 63,781.70 1,081.05 0.06 0.00 64.662.83 0.0 000313 2008 Chevy S1lverado 21139 5!712008 37403.65 0.00 0.00 37.403.65 SLIOOFM 50 37,403.65 0.00 100.00 0.00 36,780.26 37,403.65 36,780.26 623,39 000 0.00 37.403.65 0.0 000314 Mack Water Truck 16277 5!1512008 36.500.60 0.00 0.00 36,500.00 S1.10OFk1 50 36,500.07 0,00 100.00 0.00 35,891.67 36,500.00 35,891.67 608..33 0.00 000 36.50000 0.0 000318 Fire Water Truck 632627 10113!23111 7.500.00 0.00 0 O 7500.00 SL100FM 50 7,500.00 0.00 100.00 OOD 6,750.00 7.500.00 6.750.00 750.00 0,00 0,00 7,500.00 NO, 000336 Acura 2010 HS24934 102112009 42,982 92 000 000 42.982.92 SL100Fk1 50 42,982.92 0.00 100.00 _ 0.00 27.938.89 42,902.92 27,936.119 8.596.59 0.00 0.00 36.535 47 6.4474 D00337 Chevy K1500 2206319 2009 1212112009 34.711.95 0.00 0.00 34,713.95 SL10OFM S0 34.713.95 0.00 100.00 He 22.564.07 34,713.95 22.564.07 6,942,79 0.06 0,60 29.50686 5.207.0 000338 Chevy K1500 G27?0282009 102112009 35.107.60 0.00 0,00 36,132.60 SL100FiA 50 38,132.60 0.00 100.00 0.00 24,76619 38.132.60 24.786.19 7,626.52 0.00 0.00 32,41271 5.719.8' 000339 Chevy2500HO AF1025D7 2010 1212112009 1!912014 39,959.15 0.00 39.969 15 0.00 S000F!,t 50 39,969.15 0.00 100,00 0.00 25,979,95 39,969.15 25,979.95 6,651 62 0.00 -32,64147 0,00 0.0 000340 Chevy 2500 HD F1909797 2009 1212112009 •19.267.30 0.00 0.00 39,26730 SLIOOFM so 38.281.30 0.00 100.00 000 25,536.75 39.287.30 25.536.75 1,66146 000 ADD 33,394.21 5.093.0 000344 Ford Saw Truck 1995 SEA05819 211012010 10.76640 0.00 0.00 10,766.40 SLIOOFIJ 50 10,?66.40 0.00 1MOD 0,00 6,818.72 10,766.40 6.818.72 ?,153.28 0.00 0. DO 8,972.00 1,794.4 000348 Chevy Pick Up 4!102010' 36.976.00 000 000 36,976.00 SL100FIA 50 36.976.00 0.00 1MOD 0.00 22,185.60 36,976.00 24185.60 7,395.20 O.OD O.DO 29,61D 00 7.395.2 000353 Chavy Pick Up 0050 611812010 36,497,95 0.00 0,00 36.49795 SL100FL1 50 36.49795 0.00 100.DO 0.00 20,073.87 36,497.95 20.073.07 7,290.59 0.00 O,DO 27,373.45 9,124.4 000357 Saw Truck 04 08!2010 28,600.00 000 0.00 26.600.00 SL!OOFM 50 20.600.00 0.00 100.00 0.00 17,160.00 28,600.00 17.160.00 5.720.00 000 0,00 22,8110.00 5,720.0 000366 Pcuc Up from Valento Held 812612010 1.500.00 0.00 0.00 1,500,00 SLIOOFM 50 1,500.00 0.00 100.00 0.00 775,00 1,500.60 775.00 3x000 O.OD 000 1,07500 425.0 000369 2001 GMC Truck 101102010 4.500.00 0.00 0.00 4,500.00 SLIOOF!A so 4.500.00 0.00 100.00 D.00 2,250.00 4.500.00 2,250.00 900,00 0.00 Ono 3,160.00 1.350.0 000372 2005 Chevy 3500 112012011 14,942.38 000 0,00 14,942.38 SLIOOFG 50 14,942.36 0.00 100.00 0.00 6.475.04 14,942.38 -6,475.04 2,980.48 000 0.00 9.463.52 5AMS 000373 2007 Chevy 3500 112812011 19.72363 0.00 0.00 19.723.63 SL100FLI 50 19,723.63 0.00 100.00 0,00 8,546.91 19.723,63 8,546.91 3,94473 0.00 0,00 12,49!.64 7,231,9 000374 1994 Ford F70D Flalbed 113112011 14.950.00 0.00 O.OD 14,960.00 SL100FM 50 14,980.00 0.00 100.00 ODD 6,491.33 14,980,00 6491.33 2,996.00 000 0.00 9.48733 5.492.6 000376 Lube Truck 01512011 85.00]0 0.00 0.00 65.000.00 SLIO0Fk1 50 65,000.00 000 100.00 0.00 28,166.67 65,ODO.00 28,166.67 13,000.00 000 000 41,16667 23,813.3 000379 2011 Chevy Pkk Up 6661 311112011 32,764,00 000 000 32 764.00 SLIOOFM so 32, 764.00 OM 100.00 0.00 13,651.67 32,764.00 13,651.61 6,552.80 0.00 0.00 20.204 47 12.559.5 000380 2011 Chevy Rk Lip 3544 311112011 23,668.00 0,00 0.00 23,668,00 SLIOOFM 50 23,668.00 0.00 160.00 0.00 9.861.67 23.668.00 9,861.61 4.733.60 OAO 0.00 14,595.27 9.072.7 006382 Chevrolet 1500352506 1Of712011 36.694.00 0.00 0.00 36.694,00 SL10GFM 50 36,694.00 0,00 100.01) 0,00 11,008.20 36.694.00 11,008.20 7,3.!8.811 0.00 000 18,34701 18.347,0 DOWN Dan S.v401 SUV 101112012 29.316.00 0.00 0.00 29,318,00 SLIOOFM 50 29,318.00 0.00 100.00 DAO 1,954,53 29.318.00 1954.53 5.803.60 0.00 0,00 7,818.13 21,499.8 000397 Mochmlc Truck INTJSSKK2CJG09472 5(7!2013 000 50163.15 0.00 50,163.15 SLIOGFt,I 50 50.163.15 0,00 100.00 0.00 0.00 50.163.15 0.00 9.19(:58 000 GOD 9,196.58 40,966.5 000396 Chevy Pick Up 69346 612712013 G,DO 27,76045 0.00 27.760.45 SLIOOFM 50 27,760.45 0.00 100.00 0.00 0.00 27.760.45 0.00 4,6$4.74 000 O.fn1 4.626.74 23.133,7 OD0399 Chevy Pick Up 45284 6127!2013 0.00 27,623.04 0.00 27.823.04 SLIOOFIA 50 27,82.1.04 0.00 100.00 0.00 0.00 27,623.04 0.00 4.63?. 17 0.0 0.00 4.637.17 23,185,8 Less Disposals Adiuslmenl to bkninale cast values of disposad abuts •109,945.61 0.00 O.OR •95,956.41 -109,945.61 0.00 0.00 U,00 0.00 0100 0,0 Page: 2 Printed: 4/04/201410:30:40M 8nM I4d DYM A&W B*F M wisaMYk BMM aww' A"" DW -O wkn Mw@dlnWAoDWMWDgb Bpinnim M41ons 06WO S Fsdlnp Dapr L11a Book Coat CredltReduelen Bug. N96179rA0 Prlotliepotisd Dglenhble B"Mn0 QwWDepr4 NN14ie NoA440m GdlepAceM Not Book VAM Ip D+y uwxotw Yr Mo Amount We% AFYD OWNWke Bok AcmmDepr AFYD i?MM 0111,10M 04pr Subtotal- 9310 Aulos an0' fttli(s (59) 1.88S, II 05.746.64 109.945.61 1,880,902.79 1. .79 0.00 0.00 1,617.281.36 1,880,902.79 1,6 3,247.77 Class: 9350 Construction Equipment 000062 Dresser Rolar 62353 28.050.00 SLIODFM 70 28,050.00 0.00 101.00 0.00 28,050,00 20.USO.00 28.050.00 0.00 000 0.DO 28,010.00 pr17I1993 20,050.00 0.00 0.00 000066 Car 120 G Grader 9074 0.00 34.695.48 SLIODFI,1 70 34,695.48 0.09 100.00 0.00 34,695.46 34.695.48 34,695.48 0.D0 O.OD O,DO 34,695.48 7,1411994 34.665.48 0.00 600068 Inger Rand Rayer 5054 41.262.07 SLIOOFM 70 -01,26207 0.00 10000 0.00 41,26287 41.26287 47,262.87 0.00 DOD Ohl 41,262,87 B1301t994 41,212.87 0.00 0.00 000069 Rlow•Knox Widener IOD21 0.00 133.038.15 SLIDOFM 70 133,03B.15 0.00 100.00 0.00 133,038.15 133.038.15 133.038.15 0,00 0.00 0,00 133,038.15 513011995 1.33,03815 0.00 005171 93 Risd SweeperSN33072 0.00 19.740.00 SLIDOFM 50 19,740.00 0.00 100.00 O.OD 19,74000 19,740.00 19.740.00 0,00 0.00 0.00 19,740,00 711411995 19740.OD 0,00 09OD72 Ford Tractor Loader 0.00 37,614.15 SLIOOFPA 70 37,614 15 0.00 100.DO 0.00 37,614.15 37,614.15 37.614.15 0.00 0.00 0.00 31.614.15 gm1995 37,61415 0.00 0110076 Neal310406 0.00 0.00 43.100,00 SLIOOFM 70 43,10000 0.00 100 00 0.00 43.100.90 43.100.00 43.100.00 0,00 0.00 0.00 43.100.00 4,261199696 43160.00 000079 Ing Rand Roger 07180 0.90 47,250,00 SLIODFM 70 47,250.00 0.00 100.00 O.OD 47,250.00 47,250.00 47,250.00 0.00 0.00 0.00 47,250.00 111111998 47.41100 0.00 000087 Cat Hoe 416C 2560 56,490.00 SLIOOFM 70 56.490.00 0.00 100.00 0.00 56,490.00 56,490.00 MAUD 0.00 0.00 0.00 56.490.00 8:2811997 56.490.00 0.00 0.00 g00p08 Gehl Skid 12686 61411997 40, 190 P.5 0.00 0.00 40.190.85 SLIODFM 70 40.190,85 0.00 100.00 0.00 40,190.85 40,190,85 40,190.85 0.00 D 0 0.00 40,190.85 p00D89 IR Roller Vib 140613 0.00 54.600 DO SLIOGFM 70 54.60000 0,00 ?00,00 0.00 54.600.00 54,fi00.00 54.600.00 O.OD Do 000 54.80(1.00 10128'1997 54600 DU 0.00 000090 IR 14 Ton 5066 IVIS11997 11430,00 0.00 0.00 11,430.00 SL100FM 50 11,430.00 0.00 100.00 0.00 11,4311.00 11,430.00 11,430.00 0.04 000 0,00 11.430A0 060091 Dresserllol r470202 41301199/ 14.28fi 45 0.00 0 00 74 2116 49 SL100FM 5 0 14,286 49 0.00 100.00 0.00 14,286,49 14.286.49 14,286.49 0 00 000 0.00 14,266.49 DMO97 Distributor 1290 9;3011997 47.52660 0.00 DOG 47.526,60 SLI00FM 50 47.526.80 0.00 100.00 O.DD 47,526.80 47,526.00 47.526.80 6.00 0.00 D,00 47,526.80 000094 Mack DI;t 02712 1111199644.62500 000 0.00 44.625.00 SLIODFM 50 44,62500 0.0 101. D0 O.OD 44,625.00 44.625.00 44,625.00 0.00 060 0.00 44,625.00 000097 tlib Rollar 410 512511998 26.09000 0.00 0.00 26,D90.D0 SL100FR1 5D 26,090.00 0.00 100.00 0.00 26,09D.00 26,09O.GO 26.09D.09 0.00 0.00 0.00 26,090.00 000102 IRDD24 140518 2126r1999 15.75000 0.00 000 15.75000 SLIODFM 50 15,750.00 0.00 100.00 0.00 15,750.00 15,750.00 15.750.00 0.00 0 D 0.00 15,760.00 000103 Compressor 291166 0.00 12.600.00 SLIODFIA 50 12.60000 0.00 100.00 0.00 12,600.00 12,600.00 12.60D.DO 0.00 0.08 0.00 12.600.00 212511999 12.600.011 0.00 C60107 Cal CB 534 C Reeser 0.00 80.64000 SLIOOFM 70 80.640,00 0.00 100.00 0.00 80,640.00 80.640.00 80,640.00 G,DD DOU 0.00 00,640.00 712911999 80.640.00 0.00 000111 Less Boy Paver 11611 0.00 32,OOD.00 SLIOD"M 5D 32000.00 0.00 100.D0 0,00 32,000.00 32OD0.00 32.0611.00 0.00 0,00 0.00 32.000.00 311012000 32.000,00 0.00 000112 Case Tractor 0.00 000 38.309.25 SLIOOFM 50 38,309.25 O.OD 160.00 0.00 38,309.25 38.309.25 38.309.:5 01.00 000 0.00 38.3D9.25 311012000 38,'309.25 000113 Loader With Planar 0.60 41430.90 SL100R.1 5U 41,430.90 0.00 10000 0.00 41,430.90 41,430.90 41,430.90 0.00 000 0.00 41,430.90 312712DOO 41,43090 O.OD OOD714 40'Trakr2556 21.065.70 SLIOOFIA 50 21,066.70 0.00 10000 0.00 21,066.70 21,066.70 21.066.70 0,00 000 000 21.066.70 312012000 21,066.70 0.00 000 000119 Cal Dozer - COI[ 0.00 35.000.00 SL100FR1 50 35,000.00 0.00 100,00 0.00 35,000.00 35,000.00 35.000.00 0.00 000 OA35.000.00 9/112000 35,GJO.CD 0.00 000178 Cal Guder 411100663 0.00 104,475.00 SL100FM 70 1C4,475.00 0.00 100.00 0.00 104,475.00 104,475.00 104,475,00 6.00 000 0.00 .1D4,475.00 31512002 194,475.00 0.00 000100 Royer 163786 0.00 10.568.65 SLIOOFM 50 10,568.65 0.00 100.60 0.00 10,568.65 10,568.65 10.568.65 0.00 000 O.OD 10,568.65 713012001 10,56865 0.00 000193 Cal Roller 05911 40.76625 SLIMI'M 50 40,766.25 0.00 160 00 0.00 AO.7fi40.766.25 40,766.25 40.706.25 0.00 000 0.00 40.166 25 A/20002 40,766,25 0.00 0.00 000214 Cal Paver Iowa 00338 SLIOOFM 70 199,500.00 0.00 1W.00 0.00 199,500.00 199,500.00 199,500.DD 0.00 0.00 0.60 199.500.00 0127/2003 "99,510.00 O.OD 000 199.50000 440215 Cat Paver 655C 208 225.582.25 SL100FM 70 22S,682.25 0.00 100.00 0.00 225,582,25 225,511225 225,582.25 0,00 000 0,00' 225,582.5 911MOD3 225.56x.250.00 0.00 OOD216 Btaee Broom 304 Printed: 4!0412014 10:30'40A% Page: 3 Page: 4 -` Prutletl: 4/04/2014 10:30:40AN sew" now Awl Below" Doproekble8rk t7wnM l AeeMr+DrindMlan p1od,1InGoNleellkpo elDde Bylenbp AdabAt Ddo" v who Owl Lite BookCoel 0"lR.olr Bus. MM81791AL dudl RlorFlepUM Depteda6le Boovilnp owWlow JIL Ma Soo IWA*N Ae raft - Own W kskWitit 8666410 Date Wildco w Yr Ma Amount Uu % AFYD DsprooleMn Beelo Atcum Depr AFYD M?SA bile"° Dopy Class: 1350 Construction Equipment 912612003 18,500.00 0.00 0,00 18,500.00 SL100FId 50 18.500.00 0.00 100,00 0.00 18,50000 18,500.00 10,500.00 OAO 0,00 0,00 18,600.00 0.0 000229 Cat Compactor 5631024 6/412004 69.14x.00 0.00 0.00 69.144.00 S1.100FIA 50 69.144.00 000 100.00 0.00 69,14400 69,144.00 69,144,00 0100 0.00 0,00 69,14400 0.0 000230 Boma" Steel Roller 3400 512512004 ft._00.00 0.00 0,00 61.200.00 SL100FII 50 61,200.00 0.00 100.00 0.00 61.200.00 61.200.00 61.200.00 0.00 0.170 000 61.200.80, 00 006232 Fiat AMS Grader 5114 810/2004 3,060.00 000 0.00 3,000.00 SLIOOFLI 50 3,000.00 0.00 100.00 0.00 3.00000 3.000.00 3,000.00 0.00 000 0.00 3.000.00 0a 000233 Cel Paver 0491 912712004 5189700 000 0.00 51.887.00 SL100FL7 50 51087.00 0.00 100.OD 0.00 51,887.00 51,887.00 51.887.00 0.00 0,00 000 51.887.00 0,0 000236 Lee Boy Paver 42615 1213112004 4?.90000 0.00 0.00 42.900.00 SLIODFI3 50 42,900.00 0.00 100.00 0.00 42,900.00 42,900.D0 42.900.00 9.00 000 0.00 42,900.00 0.0 OOD23B ACCurala lacer 21512DD5 31,460.00 0.00 000 21480.00 SL100FL1 50 21,480.00 0.00 100.00 0.00 21,480.00 21,480.00 21,480.00 0.00 000 0.00 21,480,00 0.0 ODD246 Recewed in trade for asset 4110 315112005 32110.00 0.00 0,00 92.110.00 SL100FLI 70 32.110.00 0.00 160.00 0.00 32,110.00 32,110.90 32.110.00 0,00 0.00 000 32,116.00 0.0 000253 Shutm Buggy 81212005 252,690.00 0.00 0.00 252690,00 SL10OFt,1 100 252,690.00 0.00 100.00 0.00 252,690.00 252,690.00 262.690.00 0.00 0,00 0,00 252,690.00 0.0 000258 Dynapec CC712 Roger 913012005 32,33000 000 0.00 32.330.00 SLIGOFM 70 32.330.00 0.00 100.00 0.00 32,330.00 32.330.00 32,3330.00 0.00 000 0.00 32.330.00 0,0 000262 Sheep Foot Rollet 11111 31192006 19.216.34 0.00 0.00 79276.34 SLIOOFM 70 79.276,34 0.00 100.00 0.00 79,276.34 79.276.34 79,276.34 000 O.OD 0,00 79,216,34 0,0 000273 Cal Rollet 00384 4!1712006 103.032.03 000 0.00 1033,032.00 8Ll0OF61 70 103,032.00 0.00 16000 0,00 163,032.00 103,03200 103,032.00 0.1/1 0.00 0.00 103.032,00 0.0 000274 Karwteu BWIDoze r2319 4126!2008 90.59502 0.00 0.00 90.595.02 SL100FI,1 50 90.595.02 0.00 180.00 0.00 90,595.01 90,595.02 90.595.02 D.DO 0.00 0,00 90.595.02 0.0 000275 Mase PIAIs Canpaclor 4!2612006 19.610.60 0.0G 0.00 19.610,00 SLIODF67 50 19,610,00 0.00 100.00 0.00 19,610,00 19,610.00 19,610.00 000 000 O.W 19.016.00 0.0 000276 Favor 00135 4126!2006 29Gc41 S4 000 0.00 296,941.54 SLI0OFM 100 266,941.54 0.00 100.00 0.00 267,954.30 296,941.54 267.954.30 28,987,18 000 060 295,941.54 0.0 000277 Eager Bever Lav Boy 070654 5130.12006 40.19140 0.00 0.00 40,191.40 SL100FL1 50 40,191.40 0.00 1GO.W 0.00 40.19140 40.191.40 40391.40 0.00 6C{1 000 40,190140 0.0 000278 GonTm Rupp 6' Pump 46912 611512006 25.33396 000 0.00 25,333.98 SLIOOFM 50 25.333.98 000. 100.00 0.00 25,333.98 25,333.98 25,333.98 Cr.00 000 000 25.33398 0.0 OD0279 TraOing Trailer IK40 066352 711712008 25.07600 0.00 0.00 25.075.00 SL1001'L1 50 25,075.00 0.00 100.00 0.00 25,075.00 25,075.00 25.075.00 6,00 0.00 0.00 25;07500 0.0 000280 Generals 7!17!2006 iS1S.6O 0.00 Ono 1925.00 SL100Fn1 50 1,925.00 0.00 100.00 0.00 1,926.00 1,925.00 1@.MDO 0.00 0.0 0.00 1.92500 0,0 000281 M SCA 24 RoHot 11512007 12,260,60 D.00 0.00 22,260.00 SL1OMI 50 22,260.00 0.00 100.00 0.00 22,260.00 22,260.OD 22,260.00 0.00 000 OOO 22,26000 0.0 OD0282 06 BCA 24 Roller 1!512007 30.740,00 0.00 0,00 30,740.00 SL100Fl.7 50 30,740.00 0.00 100.00 0.00 30.740,00. 30,740.00 30.740.00 0,00 000 0,00 30,740.00 0.0 000203 Cat 315 CL ESLavaw 01028 1!2712007 1!2012014 93.154.75 0.00 93194.75 0.00 SL106FI3 50 03,194.75 0.00 100.00 O.DO 93,194.75 93,194.75 93,19475 0.00 0.00 •93,194.75 0.00 0.0 000284 Cal315CL Excavator 02340 1!22'2007 99,223.87 0.00 0.00 99.223.87 SLIOOFLI 50 99,223.81 0.00 100.00 0.00 99,223,87 99,223.87 99.223.87 O.OD 0.60 0.00 99,223.87 0,0 W0285 Gehl Skid Loader wlkWnq Elapid 3W D07 3!3112014 48.124.00 0.00 49124,00 0.00 SLIOOFLI 50 48124.00 000 100.00 0.00 48,124.00 48.12400 48,124.00 0.00 DOD •48.124,00 0.00 0.0 000260 Rosso Distributor Truck 47874 319!2057 107.?0:95 DC43 000 103,702,98 SLIOOM 70 103,702.98 0.00 100.00 0.00 90722.82 103.70298 90,122.82 i3.380.16 000 0.00 103,70298 0.0 000289 DyrWao Holler C2321-iF 7102 313412007 105.47000 0.00 0,00 105.470,00 SLIODFL7 70 105470.00 0.00 100.00 0.00 90,402.84 105.470.00 90.402.84 15,061.16 000 000 106,47000 0.0 000290 GPS an Equipm6nl 313002007 70.134.00 0.00 000 70.134.00 SLIODFMI 60 70,134.00 0.00 100.00 0.00 70,134.00 70.134.OD 7034.00 0,00 000 000 70,13400 0.0 OOD296 Cal 06 Doter 411112007 190 225 54 '0.00 0.00 190 226.54 SLI00FL1 70 190,226.54 ' 0.00 100.00 0.00 163.051.32 190,226.54 163.051.32 21.175.2: O n0 0 Da 190.226.54 0.0 000297 Tack Trailer 4123!2007 8 sad GO 0.00 0.00 6.586.00 SL100FL1 50 8.586.910 0.00 160.00 O.OD 8,588.00 8,586.OD 8,586.00 0,00 0.00 0.00 8,586,00 0.0 000298 BA25 Broom Altachrranl 5!2912007 14112800 0.00 000 74.628.00 S1.106171,1 50 14,028.00 0.110 100.00 0.00 14,628.00 14,628.00 14,628.00 0.00 000 0.00 14,626.00 0.0 000299 345 CL C8t EFcavala 1011712007 296.240.00 0.00 0.00 296,240.00 SL100r1,1 70 296,240.00 0XIO 100.00 0.DO 232.760.00 296,240.00 232,760.00 42,326.00 000 000 275.08006 21.160.0 000300 Low Boy Trader 2044 Page: 4 -` Prutletl: 4/04/2014 10:30:40AN Prinlea: 410412014 1D,3OADAh Page: 5 6OMW D41" Aral Bdw74ee » 11fai{ 4wtaA1 dcmwa trltr4lgMFD Anal ID PWaW laSwvW DlwW DaW BegWrill Aidit+ant Delell"t Ew* Dept LIN Book feat Credit i4riw0on But, kit 61790 S Plot IYpotlal Depreolabfe BapWrilt Caws IDyt i fid gat+ kit Al 066 EM4 ,Hero lit Book udui . AWMOanv Yr No Amwhl Ike% AFYD DWSCM n now AmmDepr AFM 171H1N DaWlpht low Oda Class: 7350 Con91ructlon £qulptnent 111112008 5.379.50 0.00 O.GO 5,379.50 SLi0OF1,1 50 5.379.50 0.00 100.00 0.00 5,37950 5,379,50 5,379.50 0.00 BOB 0,00 5.319.50 0,0 OLD306 Concrete Drop Hammer 311512008 3,31885 0.00 0.00 3,318.86 SLIOOFLI 50 3,318.86 0.00 10000 0.00 3.318.86 3,318.86 3,318,66 OA 0.00 0.00 3.31886 0.0 000308 Brace Broom 404283 412412608 25690.00 0.00 O.OD 25.680.00 SL100FId 50 25.880.00 0.00 100.00 0.00 25,252.00 25,660.00 25,252.00 428.00 000 000 26,680.00 00 000309 Broce Broom 405053 4129/2008 25.690.00 000 0.00 25.680.00 SL100R1 50 25,600.00 0.00 100.00 0.00 25,252 DO 25,66000 25,25200 428.00 000 000 25.680,00 00 000310 Cal 31 5a Excavator 2057 413012008 1GS.CAM 000 0.00 105.000,00 SLiGOFM 50 105.000.00 O.DO 100.00 0.00 103.250.00 105,000.00 103,250.00 1,76090 0.00 0,00 105.000.0D 0,0 000312 AG TEK 413012000 10,612.10 000 0.00 19,612.10 SL100FIA 50 19.6112.10 0.00 100,00 0.00 19,286.23 19,612.10 19,285.23 326.87 0,00 0.00 19,612.10 0.0 000315 Hammer 6 VIDralory Plate far ExcavaWri 512712008 29.3DV 00 O,OG 0.00 29.300.00 8LIODFI.1 50 29.300.00 0.00 100.00 0.00 28,323.33 29,300,00 28.323.33 976,67 07,00 0;00 29,300.00 Go OD0316 200A Case Track Loader 512412006 57,06161 0.00 0.00 57.081,61 SL100FAI 50 51.081.6i 0,00 1GO.OD 000 55,178.88 57.087.61 55.118.86 1.202.73 0,00 000 67,081.61 0.0 DOOM Barrier wall seclktns 1002008 26 400 OQ 006 0.00 26.400.00 SL100FM 50 26,400.00 0.00 100.00 0.00 23.760.00 26.400.00 23,760.00 2.640,00 0.00 0.00 26.400.00 0.0 000320 Arrow Boards Bfl/2DO6 6,65100 DDG 0.00 86511,00 SLIOOFIA 50 8,651.00 0.00 10700 0.00 8,074.27 8,65100 0.074.27 016.13 0.00 000 81651.00 DO 000321 Trager Ha0lntark 2005 - H135399 412212009 2,500.00 0.00 0.00 2.500.00 SLIGORA so 2,500.00 O.OD 100.00 O.OD 1,958.33 2.500.00 1,958.33. 561 67 0.00 0.00 2,500,00 0,0 000325 CAT 420E hackhx Xk1WOOG48 811312009 19005.4'3 O.DD 0.00 19.005.43 SLIODFIA 50 19.005.43 O.OD 100.00 0.00 15,204.36 19,005.43 15.204.36 3.001 Di 0.00 0.00 19,05.43 0,0 000328 Forms Vision 91302009 49DO.00 000 0.00 4,900.00 SL100FI,1 30 4,900.00 O.OD 16,.00 0.00 4,900.00 4,900.00 4,900.00 0.00 0.00 0.00 4,900.00 0.0 000327 Vision- TrocksdTrailars 913021109 104;4800 0.00 000 104.548.00 SLIOOFIA 60 104,548.00 O.OD 100,00 0.00 94,093,20 104,548.00 94,093.20 tUA54.Q0 0.00 9 O,Ik 104.548,00 0.0 000328 Cal 420 E backhoe- MAC kmw02 101812009 72 900 00 000 0.00 72.400 00 SL10GFM so 72.900.00 0.00 100.00 0.00 51,030.00 72,900,00 51,030.00 14,580.00 0,00 0.00 65,610,00 7,290.0 000329 Laser SaWiila 11/412009 49.12440 0.00 0.00 49 724 40 SL100FI.1 so 49,724.40 0.03 100.00 0.00 33.978.34 49,724.40 33.978.34 4,944.89 0.00 0,00 43.923,22 5.801,1 000332 CAT 345 ARach Pin Grabber -XCX 1112412009 9.011500 0.60 0.00 9.095.00 SL100FI3 50 9095.00 0.00 1DOM 6.00 6,063.33 9,095.00 6,053.33 1,81900 0.00 O.00 7,882.33 1,212.6 000333 VIS ROLLER C834 - 1-134500165 1?l4/2009 41,140.25 O.OD 0.00 41148.25 SL100FR1 50 41,148.25 O.DO 100.00 O.DO 27,432.17 41.148.25 27.43217 8,289.65 0.00 0.00 35.661.82 5A66A GOD334 CLIC Siena 2006 12/1612009 11,00000 0.00 0.00 11.000.DO S1.100F61 30 11,000.00 0.00 100.00 0.00 10.694.45 11,000.00 10,694.45 305.55 0.00 0,00 11.000.00 0.0 000335 CortUale W Behind Suu - 907001 12/2112009 23,112,00 0.00 0.00 23.112,00 SWUM 50 23,112.00 0.00 100.00 0.00 15,022.80 23.112.00 15.02280 4,622.40 04D 000 19.845.20 3.466.6 600341 Stone Box 1/2/19010 3 546 73 000 0.00 3,546.73 62. 10OFL1 5 0 3.546.73 0.00 160.00 0.00 2,246.27 3,546.73 2.245.27 108.35 ODD 0.00 2,955.62 591.1 000342 GPS System • DLP 21512010 11.25SOO 0.00 0.00 11,258.00 SL100F61 50 11,258.00 0.00 100.00 0.00 7,130.07 11,258.00 7.130.07 2.251.60 O.OD 0.00 9.301.51 1.876.3 0003113 Cal Roller Sheem Foot CP433C - 23 2/1712010 26750:30 0.00 000 26.750,00 SLIOOFh1 50 26,750.00 0.00 100.00 0.00 16.496.83 26,750.00 16.49583 6.390 DO 0 Q 0.00 21.845.63 4.904.1 000346 Cal RokerCB534CFGH0G822.199 2122.2010 75,00000 0.00 000 75.000,00 SLIOOFLI 50 75000.00 000 100.00 0.00 46,250.00 75,000.00 46,250.00 15.500.00 000 D.00 611250.00 13.750.0 OOD346 Sheet Pk Driver 3111/2010 112012014 4110000 0.00 41,100.00 000 SL100FIA 60 41100.00 0.00 100.00 0.00 25,345.00 41,100.00 25.345.00 6,189.00 0.00 -31.61000 0.00 0.0 000347 VAC System FX30- FX30XKA000 3f102010 4190080 ODD 0.00 41,986.60 SL100FId 50 41,986.80 0.00 100.00 O.OD 25,192,06 41,986.00 25.192.08 11139? 36 0W 0.00 33,509.44 8.397,3 000350 Skid Loadar d115/2010 51,135.30 O.OD 0.00 51.135.30 SLIOOFLI 50 51.135.30 0.00 10000 000 30.881,16 51,135.30 30,681.16 10,22706 OOG 0.00 40.906.24 10.2270 000354 CerrentFornis 617/4010 19.460.00 0.00 0.00 19.450,00 SLIOOFM 50 19,450.00 0.00 1DO.00 0.00 11,021.67 19,450.00 11.02;.67 3,800.00 0.00 0.00 14,011.67 4.538.3 000355 Barrels 6121/2010 11.3340.00 000 0,00 11.340.00 SL100Fh1 50 11.340.00 0.00 100.00 0.00 0,237.00 11,340.00 6,23700 2.268 DO 0.00 000 8,505.00 2,635.0 000356 Gas 6 Pipe Lacer 6121/2010 20,87456 0.00 O.DO 20.874.56 SL10OFM 50 20,874,56 0.00 IDO.00 0.00 11.481.00 20,874.56 11,481.00 4,17491 :+OD 0 D 15,655.91 5.218.6 000358 3Light Towers 71512010 14,10000 000 0.00 14100.00 SLIOOF61 50 14,1641.00 0.00 100.00 0.00 7485.00 14,100.00 7.485.00 9,820.00 0.60 0.00 10.305.00 3.795.0 000359 GPS Base,Rover Prinlea: 410412014 1D,3OADAh Page: 5 Class. 1360 Sundry Equipment S4ikfed D*s Aug Bdmor DapuN" Palo Cwlw. if 6w" hM 9gh Asad PjWWllnSwl4ab4aWDNe Bsph*4 Additims U0110116 Erdhv Drapr LA BoaliCest CmAtRrad filen Baa. W817WAL PdarPaporW DepreDleble 8411111W 0--MIOW& NNP- NyAtialwee BWk4AMM NN8=kVaW4 000 1012312003 3535.00 0.00 000 AWxDnv Yr Me 50 ArrwW Ike% AM 0.30 100.00 ow"We" Bldg ADMDapr AFM 17'010., 0"al Ow 3.535.00 ent Ctass:1350Construction t?,1201D 000256 A, Compressor 7l3 R'201D 24270,00 0.00 0.00 24.270.00 SL100FAi 50 24,270.00 0.00 100.00 0,00 12.944.00 24,270.00 12944.00 4,054.00 4.00,0.D0 0.00 17,798.06 6,472,0 000360 Sheet Piling 112312007 16,85400 711312010 35.01467 000 0 D 35,000.67 SLIOOFM 50 35.000.67 0.00 100.00 0.00 19.250.36 35,000.67 19,25036 7,00013 000 0 D 26,25049 8,7501 000361 Volvo Loader 611412007 2,346.00 0.00 0.00 71612010 152.636.57 0.00 000 152.636.57 SL1OOFk1 7 D 152,636.57 0.00 100.00 0.00 59,964.36 152.63G.57 59.964.36 21,605.22 000 0.00 81,769.58 70,866.9' 000370 Cat 420 Leader 4,12212009 10.200.00 000 0.00 10.200.00 SLIOOFht 101712010 90.74136 0.00 0.00 90741.35 SL100Ff,1 70 90.741.35 0.00 100.00 0.00 35,000.24 90,741.35 35.000.24 12.963.05 0.00 0.00 47,963.29 42,7711.0 OOD371 Cold Planer 613012009 646 29 0.00 0.00 646.29 SL 100FM so 64620 1111012010 11,021.00 0.00 0.00 11.021 OD SLIGOFf,I 50 11,02100 0.00 1DO.00 0.00 5,326.82 11,021.00 5,326.81 2.20.20 O.OD 0.00 7,53102 3.4899 000376 2 Diesel Au Compressors 81212010 8,000.00 000 O.OD 8,000.00 SL100FM 50 6,000.00 0.00 100.00 0.00 213/2011 17.000.00 0.00 0.00 17.000.00 SLIGOFM 50 17.06000 0.00 100.00 0.00 7,366.67 17.000,00 7,366.67 3.00.00 000 0.00 10766.67 6.233.3 000377 Trail King Trail TK 116 42,514,99 3,9 .2 0, 46.464.2S 2.1 .6 211612011 65,309.58 000 0.00 65.309.58 SL100Ff,1 70 65.309.58 0.00 100.00 0.00 19.748.37 65,309.58 19.748.37 9,329,94 0,00 000 29,078.31 36,331.2 000373 CatSk!dS!eer 2/2312011 24,000.00 0.00 0.00 24 000.00 SL IOOFM so 24,000.00 0.00 100.00 0.00 10.000.00 24,600.00 10.000.00 4.800,OD 0.00 000 14.800.00 9,200.0 000383 Stanley Drop Harmar 1700001 101112011 21.000 00 000 0.00 21.000.00 S1.100F61 50 21,000.00 0.00 100.06 0.DO 6.300.00 21,000.00 6.300.00 4,200.00 0.00 0.00 1000.00 10,500.0 000384 Accurate Laser 101112011 24.200.00 0.00 O.OD 24,200,00 SL100FM 50 24,200.OD 000 100.00 0.00 7,260.00 24,200.00 7.260.00 4.64000 0.00 O.OD 12,100.00 12.100.0 000385 CalPaver00256 1011011 %01.834.00 0.00 0,00 201,834.00 SL100Ffd 100 201,834.00 0.00 100.00 0.00 30,275.10 201,834.00 30,215.1a 20.183.40 0,00 0.00 50.458.50 151,375.5 000306 TrpoerStealth 8837 101112011 3.932.00 0.00 0.00 3.932.00 S1.10OF1,1 50 3,932.00 0.00 100 GO 0.00 1,179.60 3,932.00 1.179.60 7;8.40 0.00 0.00 1.966.00 1.966.0 000308 Mack BOOLowBay 313112012 49.56000 O.OD 0.00 49.500.00 S1.100FM 70 49.500.00 0.00 100.00 0.00 7,071.43 49,500.00 7,071143 7.071.43 0.00 000 14.142.86 35,357.1 000390 Cat 328 front Ttiaxte 71612012 192.168.87 0.00 0.00 192165.87 SLIOOFIJ 50 192.168.87 0.00 1DO.00 0.00 28,825.33 192,168.87 28,825.33 38.43377 0.00 0,00 67,259.10 124,909.7 000391 Gomaw Cure Machine 762012 011312013 30,954.66 0.00 20.954,88 0.00 SLIOOFI.I 5D 20,954.80 0.00 100.00 0,00 3,143.23 20.954.88 3,14323 1.396.90 0,00 •4.540,22 0.00 0,0 000392 Cam Pro Trager 59147 1211NO12 9.097.09 000 0,00 9.097.09 SLIOOFIJ 50 9.097.09 0.00 100.00 0.00 606.47 9,097.09 605.47 1,019.42 0,00 0.00 2.42.5.89 6,871.2 000393 Mack Violet Trk 2105 01050 12/21!2012 34000.00 000 0.00 34.000.00 SLIOOFIJ 50 34.050.00 0.00 1DO.00 0.00 2,266.67 34,000.00 2,256.67 6,800.00 0.00 0,00 9.066.67 24.933.3 000394 VAC AS100 1212812012 258.825.00 0.00 0.00 258.825.00 SLIOOFM 50 258,825.00 6.00 100.00 0.00 17,255.00 258,825.00 17.255.00 51,745.00 0.00 0.00 69,020.00 189,805.0 000400 CAT AP 1 GOOD Paver 411112013 0.00 181,000.00 0.00 181000.00 SLIOOFIJ 5O 181,00000 0.00 100.00 0.00 0.D0 181,000,00 0.00 36,20D,DO 000 0.00 36,200.00 144.800,0 000401 GOM.ACO GTJB00 Curb Machine all Y2013 0.06 248.852.00 O.OD 246.852.00 SLIOOFIJ 50 246.852.00 0.00 100 00 000 O.OD 248,852.00 O.Ou 33.180.27 GOO 000 3'43.180.27 215.6717 Less Disposals Adjustment t4 e4oaadle cost values of disposed assets _ -203,313.53 000 000 -169.80690 -203,373.63 0.00 0.00 0,00 0,00 0.00 0.0 Subtotal1350 Consrrucvon EaurpmFnl (112) 5.093 498 76 429.652.00 203.373,63 6,309,977,13 ,309.977.0 0. DO 0.00 4,590,133.33 6.309.977.13 4,759,- 0.31 524, 4422 000 .177.38 .97 5.107:315.56 1.202.661.5 Class. 1360 Sundry Equipment 000217 Pao Van Trait2rs 1012312003 3535.00 0.00 000 3.535.00 SL100FM 50 3.53500 0.30 100.00 0.00 3.535.00 3,535.00 3.535.G0 0.00 0.00 0.00 3.535.00 0.0 000256 A, Compressor WINGS 7,036.60 O.OD 0.00 7.036.60 SLIOOFIJ 70 7,036,60 0.00 100.00 0.00 7,036.60 7,036.60 7.03660 0.00 000 0.00 7.036.60 D,0 OOD287 Fork Lilt Shop 112312007 16,85400 O.00 0.00 16,854.00 SL100Fh1 50 16,854.00 1.110 100.00 0.00 16,65400 16,854.00 16,854.00 0.00 000 0.00 16.854.00 0.0 000301 Storage Pad 611412007 2,346.00 0.00 0.00 2.348,00 SLIOOFIJ 5 D 7.34800 6.00 100.00 0.00 2.34800 2,348.00 2,346 DO 0.00 0.00 0,00 2,34800 0.0 000322 Accurate 4,12212009 10.200.00 000 0.00 10.200.00 SLIOOFht 50 10,200.00 0.00 100.00 0.00 7.990.00 10.200.00 7,990.00 7,.21000 DDD 0,00 1D.200.00 GD 000323 Hard Drives . ESI 613012009 646 29 0.00 0.00 646.29 SL 100FM so 64620 0.00 100.00 0.00 48472 646.29 484.72 129.28 0 00 0.00 613.96 321 OD0367 Software Development 81212010 8,000.00 000 O.OD 8,000.00 SL100FM 50 6,000.00 0.00 100.00 0.00 4,266.67 8,000.00 4,266.67 1,600.00 O,OO 0 D 5,866.67 2.1333 Subtotal- 1360 Sundry Egwpmenl(7) 48,61969 0.00 OAD 48.61989 48,619.9 0.00 O.DO 42,514,99 4B.619.89 42,514,99 3,9 .2 0, 46.464.2S 2.1 .6 Page: 6 Punted. 4104.12014 10:30:40A? 0ek" Ddm_ Aced ID Plcoed In 8srvbsDkpasr Dae Dds Brglneing A&W Bdseoss Addllblta Dslslbtlr Ending OW 14AWComr We Yr Lin Book 044 Dyteakbls Be* (rirNtRsduollon Our. Not GI IA& Amount llrs % ARD Prior ReporMd . Daprrlolebb Dsp **Wkn Bok Bapinohl0 Awn Dqw Qutrenl A Atom O4rt400" Curlsnl DsAr A tad Boo AF/ID 172"M IW AdMbna 0"ns FJrr"Aoilm tad Book V M beer Class: 1365 i5vilding & Land OGODO7 Furniture Incl Telephone OODO01 LaDO 11,2012007 91.23300 0.00 000 91233.00 SLIOOFI,1 50 91,233.00 0.00 100.00 0.00 91,233.00 91,233,01) 11;2012007 696.98400 0.00 0.00 506.984,00 None 0 0 586,984.00 0.00 100.00 0.00 0.00 0.00 0.00 0.00 0.00 000 0 00 606.9840 000002 Bolding 41112000 6,1'50.00 GIGO 0.00 6 DOD 00 SLIODF61 so 6,010.00 0.00 100.00 0.00 1112012007 837,084.60 000 0 00 637 084.00 SLIOOFM 39 0 837.084.00 0.00 100.00 0.00 109.107.09 837,004 00 109.107 09 2140.69 0.00 0.00 130,570.78 706,513.2 000006 Out Building 712012007 16,412 76 0.00 0.00 18.412.76 SLI OCRA 50 18,412 76 110012007 50,977.00 0.00 000 50.97700 SL100FM 100 50,977,00 0.00 100.00 O.DG 25.913.31 50.977.00 25.91331 S,6Q7.7D 0.00 0.00 31,011.01 19,965,9 Subratal- 1365 Building & Land (31 1 475,0;5 DO 0,00 0.GO 1.475,045.00 1,475,046.00 GAG 0.00 135.02 .40 888,061.00 136,020.46 26,66139 0.00 0 rO 11611.581.79 .313,4b .2 Class. 1370 Office Eauiprrrent OGODO7 Furniture Incl Telephone 11,2012007 91.23300 0.00 000 91233.00 SLIOOFI,1 50 91,233.00 0.00 100.00 0.00 91,233.00 91,233,01) 91,233.00 0.00 000 0.00 91,23300 0.0 000008 Telephone 41112000 6,1'50.00 GIGO 0.00 6 DOD 00 SLIODF61 so 6,010.00 0.00 100.00 0.00 6,000.00 6,ODO.00 6.000.00 0.00 000 0 DO 6,000.00 0.0 000302 Plan Pdntersc2nner 712012007 16,412 76 0.00 0.00 18.412.76 SLI OCRA 50 18,412 76 0.00 100.00 0.00 18,412.76 18.412.76 18.412.76 0.00 000 0,00 10.412.76 010 000303 Electronic Strategies 11!2012007 :.73300 000 0.00 2133,00 SL100FNI so 2,133.00 0.00 100.00 0.00 2.133.00 2133.00 2.133.00 6.00 0.00 000 2.133.00 0.0 000304 ElrrlronlcStrategies 1112012007 2.44375 O.OD 0.00 2.443.75 SLIOOF6l 50 2443,75 0.00 100.00 0.00 2.443,75 2,44375 2.443.75 0.00 ROD 0.00 2,443.75 00 000305 Servsrfor BaCkup 12!2612007 3.04114 0.00 0.00 3.04114 SL100F1a 50 3,04114 0.00 100.00 0.00 3,04114 3.04114 3.041'14 0.00 0.0 0.00 3.04114 00 600324 New Server • ESI 6130.'2009 29,813.66 0.00 050 29.81366 SL10OF41 50 29.813,66 0.00 100.00 OR 22,360.24 29.813.66 22,360.24 5.062.73 0.00 0,00 28,322.97 1.490.6 090362 Electronic Strt4egKr - 711012010 3155.47 000 0.00 3,155.97 SLIOOF61 50 3,155.97 0.00 100.00 0.00 1,735.78 3,155.97 1.735.78 1131.19 009 .0.00 2.366.97 789C 000363 Tim Smith Office Furriilure 812/2010 4.62320 0.00 O.OD 4,623.20 SLIOOF61 50 4,623.20 0.00 100.00 0.00 2.465.71 4,623.20 2.465.71 924.64 0,00 0.00 3.390.35 1,232.8 000381 Linda's Office Furniture 12)1512010 7,91200 0.00 0.00 1,912. GO SLIODFN 50 191200 0. DO 110000 0.00 764.80 1,91200 76480 38240 0.00 0,00 1,747.20 764.8 000301 CdmpulerSeraor 101112011 12,035 DD 0.00 000 12,03500 SLi00FM 50 12,035.00 0. GO 10000 O.OD 3.610.50 12,035.00 3,610.50 <40700 0.00 0.00 6.017.50 61017.5 000395 Maxwell Systems (accounting software) 10131012 10212013 56,^61,60 0.00 56,081.6D 0.00 SLIOOITM 30 55,081.60 0.00 100.00 0,00 9,346.93 56,081.60 9,346.93 9,346.93 000 18,64386 0.00 OC 000396 Projector Eglepment 11,1112013 4.60800 000 0.00 4,609.00 SLIOOFM 100 4,606,00 0.00 100.00 0.00 115.20 4,608.00 115.20 480.60 0.00 CAD 576.00 4,032.0 060402 Sew wl related soNare 31112014 000 52,726.96 0.00 52,726.96 SLIODFM 50 52,726,96 0.00 100.00 0.00 0.00 52,726.96 0.00 078.78 0.00 DAO 87876 51,8481 Less Oisposais Aduitmenl to ekninale cost values or disposed assets -56,081,60 0.00 0.00 -9.346.93 •55,081,60 0.00 5.00 944 000 0.00 0.0 Subtotal- 1370 GLSce EOuiprnunl (15) 3]8.493.b8 52,726. 6, 0111.60 232.138.44 232,13B.44 O.DO 0,00 154,315.08 232.138.44 163,652,61 .18, 1 5, .42 8.175.0 Class. 1380 Leashold 000003 Land Improvement 1112012007 336,433.00 D.DD 0.00 336,43300 SLIOOF61 150 330433,00 0.00 100.00 0.00 114,013.42 336,433.00 114,013.42 22.42887 000 0.00 136,442.29 199,990.7 000011 Ten Smith otia,:e 811412010 11,653.48 0.00 000 11,653.48 SLIOOFM 400 11,653,48 0.00 100.00 0.00 776.90 11,553.48 776.90 :91.34 0.00O.00 1,088.24 10.685.2 Subtotal: 1380 Leashold 121 ~-'149, 6.40 00 .00 340,OB6A8 349,056.48 0.00 0.00 114,79D. 348.08648 114.790.32 2e,720.21 O D 37,51 .S3 f0. 75 Class: 1385 Building PArsonal Prop 000004 Manutaelunng Personal Propetty 11/2012007 133.09700 0.00 0.00 133.097.00 SLIOOFM 70 133.09700 0.00 100.00 0.00 96,653.79 133,097.00 96.653.79 18,013.86 0.00 O,W 115,607.65 17,429.: 000105 Other Building Parsons Property III2NOOT 82,58100 0.00 000 82,581.00 SLIOOFM 70 82,581.00 0.00 100.00 0.00 59,969.56 82,581.00 59.969.56 11,797.29 0.00 0.00 71.766.65 10,6141 000009 Sign 61812008 4.718.39 000 000 4,718.39 SL100Fh1 70 x718.39 0.00 100,00 0.00 3,257.95 4,718.39 3.25795 0,06 0.00 0.0(1 3.93201 7861 OOD010 Sh64 Pole Barn 1231712009 15,%442 0.00 O.OD 15,994.42 SLIOOFM too 15,99442 0.00 100 OD 0.00 5,198.18 15,994.42 5,198.16 1,519°.14 0.00 1.11 6,797.62 9,196.8 Subtotal: 1385 Building Personal Piop (4) 23690.81 0.00 0.00 236.300.81 .90.1 0.00 0.00 165.07 .48 236, 90.61 165,079,43 ,16 .1 • 2 ,6 Page: 7 Printed: 4104/201410'30:40A1 swam Dan A" BAWW" Dapraat" Bak Nod 8 Anew Da�rrdyk+n Attat10 Plow (aWWWOkpo"Dab 8pfnafq Addition& D&WIm 6rdln0 Dapr lift Soak Cal OreMPAdaaYon Bua, Na1617WAi PdOfPWpwW Daptw Wa Bapknkp GWanlD4p; FW* NalA.Wtbaa edlnpAoown IWBO*Valu Dak &WWOnv Yr Mo Amount LIM% AFYD Dwv*tkn Bale AWWDapr AM 1iWhA OOWJMt Dept Grand Total 10,51,1,235A7_ 566,325.60 369.460,84 10.531,160.54 10 31160,54 0.00 O.OD 6,719,145.76 9.944.17654 6,994.256.00 76$4HQ41 0.; •29@,60017_6 7,4$6.013.73 107314_U Page: 8 Pdnted: 4/041201410:30:40AI DETAILS RELATIVE TO ASSETS (Continued) Other Plant and Equipment - Nat Boot: Value --------------------------------------------- 106,566 --------------------- S '13 (List office equipment, plant and operating equipment of gravel pits, quarries• commercial concrete products, steel fabrication plants, aircraft, etc.. as welt as equipmeni of any non -construction business enterprise, including recreational and pleasure boats. Do not include such items in Schedule 12.) DESCRIPTION YEAR COST Accumulated NET ACQUIREE? Depreciation BOOK VALUE Encumbrance general office and computer equipment $ 517,149 $ 410,583 $ 106,566 $ 4.898 i 14 1 Real Estate and Net Book Value of Improvements------------------.--_----•------•.................... — ----------- LOCATION AND DESCRIPTION OF PROPERTY TITLE HELD IN WHOSE NAME NET BOOK VALUE AMOUNT OF ENCUMBRANCES Land and Property at 4898 Fieldstone Dr. Whilestown IN Calumet Civil Contractors, Inc $ 1,524,039 $ 684,375 15 Cash Surrender Value of Life Insurance Policies (exclusive of loans) _________________ ____ $185,701 .................... .................. _._..._.._.... CORPORATIONS - Policies carried on officers or supervisory employees of the corporation. payable to and under control of the corporation. PARTNERSHIPS - Polices carried on partners or supervisory employees payable to and under control of the partnership. INDIVIDUALS - Policies carried on the individual under his exclusive control and payable to any beneficiary; policies carried on supervisory employees, payable to and under exclusive control of the qualifying individual or his estate: policies carried on members of the immediate family, payable to and under exclusive control of the qualifying individual or his estate. CARRIED ON BENEFICIARY WHO HAS CONTROL AS TO SURRENDER LOANS OR SURRENDER VALUE AMOUNT OF LOANS Various - Detat7 available upon request Face Value greater than 2..5 million dollars $ 185,701 $ 0 t 161 OtIu--r r%,sseis _•_—_-- 66,983 DESCI I�PTii0t+t AMOUNT Re comic ing Fees $64,133 Deposits $ 2•$50 Page 13 DETAILS RELATIVE TO LIABILITIES 17 and 22 lNotes Payable and Other Long-Term LiabiNes PAYMENT CREDITOR TERMS DATE OF MATURITY rrtirrldQl 1 (A) PRINCIPAL BALANCE (13) DUE WITHIN 12 MONTHS (C) (A) - (B) BALANCE AFTER 12 MONTHS (D) DUE WITHIN 13-24 MONTHS (E) _ (C) - (D) BALANCE AFTER 24 MONTHS Caterpillar Finance 1 28,739/mo 413012016 $ 680,073 $318,3601 $ 361,713 $ 361,713 $01 Stock Yards Bank 5571/mo I 6/30/2017 $684, 75 $ 37,500 $ 646,875 $ 37,500 $ 609,375 Stock Yards Bark Interest 4130/2015 $ 250,000+ $ 0 $ 250,000 $ 250,000 $01 monthly Caterpillar Finance Capital Lease 1119/m0 10/15/2015 $ 48,446 $ 11,739 1 $36,7071 $ 36,707 $ 0 Caterpillar Finance Capital Lease 3481/mo 7/31/2015 $110,247 $ 38,453 $71,7941 $ 71,794 $ 0 Caterpillar Finance 4570/mo 8/5/2014 $ 173,276 $ 48,017 $ 125,259 $ 50,223 $ 75,036 Note Payable - SPM 6/30/2014 $ 357,721 $ 357,721 $ 0 $ 0 $ 0 Note Payable - DJY 313112018 $ 274,000 $ 68,500 $ 205,500 $ 68,500 $ 137,000 Note Payable - RJE 313112019 $ 480,000 $ 96,000 $ 384,000 $ 96,000 $ 288,000 TOTAL $ 3,058,138 $ 972,437 $ 1,109,411 TOTAL FOR ITEM 17 (TOTAL COLUMN B) TOTAL FOR ITEM 22 (TOTAL COLUMN C) $ 976,290 1 $ 2,081,848 18 Accounts Payable------------------------------------------- s 1,112,164 PAYABLE TO FOR WHAT DATE PAYABLE AMOUNT concrete industries material supplier 912014 $ 512,191 gears inc material supplier 912014 $ 71,454 martell electric subcontractor 712014 $ 26,614 signal construction subcontractor 8/2014 $ 26,371 specialties company subcontractor 412014 $ 30,822 others less than $25,000, detail available upon request various $ 444,712 Page 14 DETAILS RELATIVE TO LIABILITIES (Continued) ,� Billings on Incomplete Contracts in Excess of Related Costs (a) Cost Portion (Completed Contract Method) (b) Unrecorded earned income S S 20 Billings on Incomplete Contracts in Excess of Costs and Estimated Earnings ------------------------- (Percentage of Completion Method) $ ---------------------------------- 2_85,643 ------•- 21 Accred Taxes and other Liabilities Due Within One Year ______--___--____________________ _ __ 5 166,349 DESCRIPTION DATE PAYA13LE AMOUNT Deferred Income Taxes (Current Fo,-tion) accrued taxes and other withholdings 612013 $ 166,349 22 Notes Payable and Other Long -Term Liabilities _______ _______ -_ Refer to Schedule 17 and 22 on Page 14 23 Deferred Income Taxes (Non-current Portion) - - - __-- _ S 680,000 NET WORTH 24 Individual cr Partnership Capital----------------------••--------------------------------------- $ •-----..___._........_....._._._._-•-___-.- 25 f CapitalStock (a) Common____________________________________________________________ $966,500 (b) Preferred ------ - -........ _........... W...................... 26 Additional Paid -in Capital ---------------------------------------------- 27 Retained Earnings------------------------------------------------------------------------- $2,594,949 CONTINGENT LIABILITIES 28 Total Contingent Liabilities: Attach supplementary schedule explaining the item(s) listed below ________ ______ S On notes receivable, discounted or sold On accounts receivable. pledged, assigned or sold __________________________ _ ___-___-_-__-___--_ As a bondsman As guarantor on contracts, notes or accounts of others ------------------------------------ On lawsuits pending but not reduced to judgment________________ ___-_________________ -___ Other (specify) - - - - Page 15 CONTRACTOR'S STATEMENT OF EXPERIENCE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter trade. 1. How many years has your organization been in business as a contractor (a) under your present business name? 45 years. (b) Under the name of Calumet Asphalt Paving Co., Inc. then Calumet Civil Contractors, Inc. ears. - -y .................................................... . -----•----------•---------•-•----•------•••.... 2. How many years experience in Heavy Highway _ construction work has your organization had: (a) As a general contractor? 45 (b) As a subcontractor 45 ..........._ -- - - --- -- —------- -- -- -- - — -- - -- - 3. Show the projects your organization has under contract or pending award - TYPE OF WORK CONTRACT PERCENT LOCATION OF WORK AND FOR WHOM PERFORMED AMOUNT COMPLETE, T 32652 $ 843.468 28% MARION COUNTY, HOOSIER SR 24-021 $ 717,717 10% MARION COUNTY, INDIANAPOLIS ST 45-007 $ 596,500 1% MARION COUNTY, INDIANAPOLIS RS 13-003 $ 2,894,553 64% MARION COUNTY, INDIANAPOLIS RS 13-006 $ 790,875 79% MARION COUNTY, INDIANAPOLIS RS 13-007 $ 2,598,000 1% MARION COUNTY. INDIANAPOLIS R 30320 $ 775,000 1% HAMILTON COUNTY, INDOT N MERIDIAN SEWER AND RECONSTRUC $ 2,743,366 7% BOONE COUNTY, LEBANON R 364405 $ 780,385 10% MARION COUNTY, INDOT VARIOUS < 500,000 $ 8,760,130 52% VARIOUS 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 4. What is the construction experience of the principal individuals of your present organization? PRESENT POSITION Years of NAME OF INDIVIDUAL IN YOUR Construction MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY ORGANIZATION Experience Kevin S. Greeem President 27 Street, Highway, Commercial Estimate/supervise/ mgr Ned M Pearcy Vice President 43 Street, Highway, Commercial Inspect/ manage Jeffrey L Thixton Vice President 17 Street, Highway, Commercial Estimate/ Supervise/ Mgr Page 16 52.2 a�cui►.Q. �- 5. RECORD OF PAST EXPERIENCE This Information Is Used To Determine Worts Type Ratings. neci by your own forces for the past three (3) years, including Federal, State, County, City and private work. The total dollar must be listed for each project. Do not include work performed by subcontractors. ;rfo4-rned by your own forces for the past fiscal year-. including Federal, State, County, City attd private %mo.rk. The total dollar must be fisted for each project. Do not include work performed by subcontractors. Page 17 A B(a) C C 0 E(a} E(c) E(e) E(f) E(h) E(1) E(k) OTHER PGC PVMT SITUM PVMT PLANT MIX EXCAV & GRAD AGG BASE & SURF STR OVER, 20' SPAN I ELEC INSTAL STR REPAIR SMALL STR & DRAIN' MISC CONC DEEP SEWER I SEED & SOD G.R. &. FENCE 0 0 0 0 0 0 0 0 0 0 -t 0 0 0 0 0 Page 17 ryQt_ aAd,�11 5. RECORD OF PAST EXPERIENCE (continued) This Information is Used To Determine Work Type Ratings. le -d by your- own forces for the past three (3) years, including Federal, State, County, City and private work. The total dollar m-,ist be listed for each project. Do not include work performed by subcontractors. rformed by your oven forces for the past fiscal year, including Federal, State, County, City and private work. The total dolls; must be listed for each project. Do not include work performed by subcontractors. A i3(a) C C D E(a) E(c) E(e) E(f) E(h) E(i) E(k) OTHER PCC PVNIT SITUM PNMT PLANT mix (I) EXCAV & GRAD P AGG BASE & SURF STR OVER 20, SPAN ELEC 114STAL W STR REPAIR (5) SMALL STR & DRAIN (i;) W115C CONC LEEP SEINER W SEED & SOD (`p) G.R. & FENCE (s) (i;) (s) (s) 0 0 0 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 07FO-- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Page is S. RECORD OF PAST EXPERIENCE A EO C C OA 0103 DO_- - E(c) _-E(e)---- E(11 E(h) EU) 333 __ _ 1OfAL S'S PCC 811UM E%CAV AGG BASE SIR SIR ULWA1£1 SIR S(d SIR MM UEEP SLLD SOUND R:oicct (1,OOD'S) NfA? PVMT GRADE t- SURF OVER 70` OVFR 7D' REPAIR P DRAIN CQNL_ 5FWFR 8SOD WAIL 11018__ _R5 10-05_4_ 110 lie 11064 833350 76 20 56 SLD_% NPUINEWROAD 31 11 11O.M RS i]-531 776 ' _ 27G _ _ _ _ _ I M95 RS II-512 450 450 171107 6511506I'eS -M1 - 101 - '-- - - - - 24 12009 IR 3-W9 - _ 4 12074 R3!216 1,389 7119 225 5 295 25 - - - 12025 1131397US13600LLI 260 130 15 _ 6S _ $O _120_1S__ JAY SI 175 24_5 12046 0312-001 - _ 120548512.6!8 ^W344I1G 723 723 12058 41 40 1 1205_9_ ST 11-0I9 3D! 77 52 172 12_OG2 57,2' -176 ALASAMA HLL•1 W 238 126 23 _ ZJ 67 11060 7 7 IIOG6 IR[S11 caCVEaC1aG 236 276 12067 SPRUCCADGEAPi _ 3r 372 - 12G70 _Ni TECH PMXING 37 37 _i2071 IR307IN __ _ 20 _ _- _ - 70 _ 17D00 60 . SR 24.2 I, m 712 301 ISO 12082 . IMUbT VILLAGE 16 16 12083 ;YDOETSC80DILIALLCREEE 1486 725 22G - 15 220 17064 : WkWISTOY117 RCRM! - 13: _138 12066 � 1O3 5 910335 322 237 48 37 1208! It 2-906 114_ _ _ 25 1574 12068 ECLARK MEADOWS 12069 'WLSFMUAGE 2R 28 - -- - 12091;,PAMPPRISIVJICC n n ]31 '732652 00_ 193 22 50 _ 25 96 13002 PAVLS[LVAN_C_C 13 13 13003 RS 34669 _ _ 116 176 - -- - ]3006 •OEf/NET P_RY_WY BOX CULVI RT 79(1 280 130W O170 &v5lAi RD 630 405 326 _ 250 -- 49 - -- 13008 :1535-001 319 267 30 22 _ 13009 • SR 24-021 - 6767.090 _3146 _ ... 13011 :CJJ77-13 346 _13017 R3_37B0 _--S- _ -. - _ 8E _ _ _13034 _ LANOCRSOM ITrAN- 1.37 125�)_ _ - _ .. 130]5 RAY IYJP LUT STAIIOII 103 _ 103 13016 L'AYSTAI LAKES _ 7D_ 70 - _13017 .14:AP-ILAMUM0 60 50 - - 10 - - 13018 fITIZFWWATFR _ 7_5 37 38 13010 PA03.008MONON 236 15 203 13_07_3 .NI RON TJWISLRLL 57_2 571 — 1131 13025 ; 5D 00.44 - - _63 .. -374 __. .. . _ _ 61 IM76 `STVINCENT - ._ _. -. -58 374-- _ 13027 RM 19-00 _ Be 13028 GREE14PARKE 935 645 170 170 13029 R35546 137 137 13.030 RETAIL PRUCfEXT ----- - --� 413 _ - -- 338 55 - - - - - — - 20 - - _13032__ LOOuy[N 108 106' 13035 WALKER FARMS 62 67 13037 5041.007 _ _ 225 _ 75 150 13038 ST 09.030 734 2.40 110 L64 220 13042 10674 ST SANITARY 56 SE 1..3043 AVALON Al FISHERS 68 13045 Vr[Illl[GSAIAE PA1CH 24 22 -- -- -2 _3307! IIOIISVIILEH0 621 422 Se 29 1.21- 13048 (C0%WJTA HAUL ROAD 303 303 13049 WILUIGE Of WEST CLAY 42 42-- 13050 .834605 650 3S0 76 25 197 13051 `R 34470 _ _ _ -_ _ _ 345 _- -. - 262 , __- 41 . _-. _ _ -_ 42 13052 CULMER1AND 59 59--- _ 13055 I50VIN AVAION _ 47 .._ _ 47. _ 108 ;HAMILTON COUNTY 175 170 5 ' 13059 ;RS 13.003 _ 1500 _ _ _ 130G1 iSTONECFIASE - 148 _ _ 1_48 ' 13062 IFDRNRIE 303 303 13063 _WINDCMERE STORMWATER 165 _ _ _ - - - - -- 2� - -.-- - 163--- -'-- - - - - - -- - - 13-064-AIRWES_38 . --_ 13 130G5 S 35603 174 92 i3066 F194FiS 357 -_6B 349 n 13'<6X 40318[[9 - 6t - - 13B6_9 A11UW4IOVVtWM!aiXS 2i2._ 140 .RSam6 - 530 479 Tot 23D72 V,67fwGsmtf rA1(x 37 50 2 1303 _ Off*9Gt.E 21 29 1 - - 13074 E12 332 Ti0'K _AVON 35D 350 13f17G ED t3OT EAJS 47 4� . 13D78 31Rb.10uMt::lAac GL 3L 3p 13079 CNITILwy.EES 57 57 130Y4 1G0 30O 23015 _ MAti MELOO 76 101 101 - 340P7 II WEA1OfW iMAXON 186 40 66 'TOTALG 22 ]5,067 I 59 7 2,036 3,539 R6 CONTRACTOR'S STATEMENT OF EXPERIENCE (Continued) NOTE: Be specific on Number 6 through Number IO by giving complete address including ZIP code and person to be contacted, 6. For what corporations or individuals have you performed work. when and to whom do you refer? Pulte Homes 11590 N Meridian St. Suite 530 Carmel, IN 46032 Matt Lohmeyer 3'17 575-2350 Beazer Homes 9202 N Meridian St Suite 300 Indianapolis, IN Steve Cook 317 843-9514 7. For what cities have you performed work, when and to whoa do you refer? City of Indianapolis Town of Fishers City of Carmel Town of Zionsville Town of Whitestown City of Lebanon City of Beech Grove I ti For what counties have you performed work, when and to wham do you refer? Hamilton County 9. For what state bureaus or departments have you performed work, when and to whom do you refer? INDOT- Greenfield, Crawfordsville and Seymour Districts 10. For what U S. Government Bureaus or Departments have you performed work, when and to whom do you refer? none i 11 With what other states are you prequalified to perform highway work? none 12. Have you ever failed to complete any work awarded to you? ❑ Yes © No If so. where and why? 13. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? ❑ Yes © No If so, state the name of the individual, other organization and reason therefore. 14. Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? ❑ Yes(❑ No If so. state the name of the individual. name of owner and reason therefore. t5. In what otf•:rr ry es of business are you Onanc:aRy inferested? — f Page 19 CONTRACTOR`S STATEMENT OF EXPERIENCE(Continued) 16. List equipment that you lease on a regular basis. Describe each piece by listing manufacturer, lend and capacity none 17. if you are a corporation, list names of those indMduals or firms who have stock in your organization. Also, indicate the percentage owned by each. If owned by a parent company show the name of parent and its stockholders. Jed Pearcy 46% Kevin Green 20% .lames Sylvester 20% Jeffrey Thixton 10% David Thomas 4% 18. If you are a corporation. list names and addresses of all subsidiary and affiliate companies. SUBSIDIARIES AFFILIATES none 19. Describe briefly the kinds of work you usually perform with your own forces. see notes to financial statements 20. Describe briefly the kinds of work you usually subcontract to others. traffic Signals, Landscaping, Pavement Markings, Guardrail 21. If you are a corporation, do you have on file with the Indiana Department of Transportation a certified copy of the minutes covering the election of the current officers and authority to sign contracts binding the corporation? © Yes ❑ No 22. Has any officer, employee or representative of your organization been convicted of a bidding crime (i.e. Bid Rigging, RICO) resulting from a jury or bench trial, entered into a plea of guilty or nolo contendere, made a public admission, made a presentation as an unindicted co-conspirator, or gave testimony, which is protected by a grant of immunity, in any jurisdiction within the past five (5) years? ❑ Yes © No If so. provide information as to date of the offense and conviction, details of the offense, court. documents (indictment, Judgment and Probation/Commitment Order), and other pertinent information. ORGANIZATION i PLAN OF AFFIRMATIVE ACTION Sy signing Ile appropriake affidavit on page, 2.1 *r22. Me applicant theceby a.;.,epts and will abide by the Indiana Departinent of Transporfatio++ r4an W Affirmative Action on Equal moment Opportunity bated Juty 1 iM. A cagy of tine plan is included in the appfscagm packet€of fust liar — appfirarris to review. The plan is available to, renewal applicauis upon request, Page 20 ORGANIZATION AFFIDAVIT FOR PARTNERSHIP STATE OF SS. COUNTY OF _____ being duty sworn, deposes and says: That he is a partner of the partnership of ; that said partnership is submitting the foregoing statement of experience and financial position: that he has read the same and that the same is true of his own knowledge; that the statement is for the purpose of inducing the Indiana Department of Transportation to award the submitter a contract and that any depository. vendor. or other agency therein named of with whom they have had business relations is hereby authorized to supply said Department with any information necessary to verify the statement. Signature of mernber of irr, Sworn before me this day of ..- ......................... -.............................. 120 ...... _........................................ -....... .................... Resident of County. State of Notary Public My Commission expires (mm/dd/yy) ___-__ Date of organization (mmh tUyyl Is partnership general, limited or association? The foregoing statement and affidavit are hereby affirmed: The following partners or others are authorized to execute contracts (Remaining partners ofTrrm must sign below.) binding the partnership. Signature of partner I. Typed or printed name of partner 2. Signature of partner 3. Typed or printed name of partner 4. Signature of partner 5. Typed or printed name of partner G, Signature of partner 7. Typed or printed name of partner B. AFFIDAVIT FOR INDIVIDUAL STATE OF COUNTY OF ,tieing duly sworn: deposes and says: That he is the person submitting the faregoing,statenera; of experience and ftan6tal position, that he has read Tie same and that Uie sane is true of his awl krtrawfe?dge; that t* statenwnt is for tt-tee PuTrQse of inducing the Indiana Department of Transportatioc to award the submitter a contract and Mat any depository, vendor,, or other agency therein named or with whom he has had business reWons is 1mereby auti-lorzed to v-g4y tete Depwtm t with any information necersary to vetify the statement. Signature of alVimnt Sworn before me this day of 20 . Resident of County, State of Notary Public My Commission expires (mm/dd(yy) - Page 21 AFFIDAVIT FOR CORPORATION - By virtue of the original Articles of Incorporation or some The following officers and others are authorized to eneCUte subsequent official action of the Stockholders or Board of contracts binding the corporation: Directors, the #oliovJing are the current officers of the corporation: Chairman of the Board 1. Kevin S Green 2. James A Sylvester President Kevin S Green 3. Daniel T Sweet Vice President 4. Jeffrey L Thixton Ned M Pearcy 5. William R Ream Jeffrey L Thixton 6. 7. 8. Secretary James A Sylvester 9. Treasurer 10. Capital paid in cash When incorporated? In what state? $ 968,500 11968 Indiana If a foreign corporation, give date admitted to do business in Indiana (mm1dd1yyj Is the corporation in good standing with the S2crelar/ or Stale of Indiana in the matter of annual reports' .STATE OF Indiana SS. COUNTY OF Boone James A Sylvester , being duly sworn, deposes and says: That he is Secretary of Calumet Civil Contractors, Inc. - ..------------------------------•------.......•---•------------ --------------••--•--•--......--------•-•---.-........••••------•--••--••••-•--•- , the corporation Submitting the foregoing statement of experience and financial position; that he has read the same and that the same is tru knowledge; that the statement is for the purpose of inducing the Indiana Department of Transportation to award the submitt any depository. vendor, or other agency therein named or with whom they have had business relations is hereby authorize Department with any information necessary to verify the statement. Signature of officer Sworn befo me this H..-----------------•--------- day of -20_1 --------- - - - . __J( ......--...-•--•-----------•-. - _.1._.........•--• Resident of >14h'l�e, County, State of - - - • °—•-----......................... �_. _. ..�:'V f`�'- ...._...-_....... Notary Publi r yti(•yt , . . , 1y� tuSy CornrfilSSltJi1 eXCiii (1 ii117rfjLiIf/,k) ..1._t.Z—!.............. . .......... NOTE; The Indiana Department of Transportation will rust accept any docttmen'E;'thai isY a � wito is an of "r, stoakftvAder of the corporation, or by any relative of ttie signatory. E - --- i '� �• i 4i�/� ILS .{ b fcfffClEtb�� Page 22 then the Employer agrees to be responsible for, and to pay, all expenses and costs of collecting such delinquency including attorney's fees incurred by the Association in pursuit and collection of such delinquency. Section 4. It is expressly agreed and understood that no Employee, Employer, or Union has any vested or proprietary interest in or right to any monies constituting a part of such Substance Abuse Testing Program. Section 5. The costs of the tests associated with this program will be paid from the contributions identified in Section 2 in accordance with the terms of the SAT Program. 1103 A; 11: SUBSTANCE ABUSE TESTING PROGRAM I. POLICY STATEMENT. All signatory- Employers to this Agreement and the Union have a commitment to protect people and property, and to provide a safe worldng environment. The purpose of the following program is to establish and maintain a drug free, alcohol free, safe, healthy work environment for all of its Employees covered by this Agreement. II. DEFZyITIOhi S. a. Accident - Any event resulting in injury to a person or property to which an Employee contributed as a direct or indirect cause. b. Accredited Laboratory - A laboratory certified by the Substance Abuse and Mental Health Services Administration (SAMHSA) for testing of Prohibitive Items & Substances. C. Adulteration - To degrade a test sample by substitution or addition of other ingredients in an effort to mask the presence of unauthorized drugs. An adulterated test shall be considered a positive test. d. Diluted S=1e — Urine samples which the laboratory reports as unacceptable with regards to measured levels of creatinine or specific gravity will be considered diluted samples. The Employee shall be required to provide another urine sample for testing. e. Employees — All individuals who are covered by this Agreement, provided that individuals referred for employment by the Union under the hiring provisions of the Agreement are considered "Applicants" until they are hired and put to work by the Employer. f. "S-rtanel US DOT" Approved Test — Describes a laboratory- test conducted by a SAN1HSA certified laboratory for the presence of one or more of the five drugs or 29 classes of drugs described under the definition of "prohibited items and/or substances" and listed in Section IV. Lb of the ICI SAT Program. g. Incident — An event which has all the attributes of an accident, except that no harm was caused to person or property. h. "Medical Review Officer MOl" — The MRO is a licensed physician who has knowledge of substance abuse disorders and the appropriate medical training to interpret and evaluate positive substance abuse test results together with the individual's medical history and any other relevant biomedical information. The MRO is the individual responsible for receiving laboratory- results. i. Not Suitable for Testing — A urine sample that the Medical Review Officer QVIRO) determines as not meeting the requirements for a valid test.. After consultation with the Employee, a retest may be required. j. Premises — All construction job sites for which'the Employer has responsibility. This includes all job areas, offices, facilities, land, buildings, structures, and all company vehicles used in the performance of covered work. k. Probable Cause — Probable cause shall be defined as observable abnormal or erratic behavior such as noticeable imbalance, incoherence, and disorientation. Prohibited Items and/or Substances — Prohibited substances include illegal drugs (including controlled substances, look alike drugs and designer drugs), prescription drugs used by one for whom they were not prescribed, drug paraphernalia in the personal possession of or being used by an Employee on the premises. Also prohibited is alcoholic beverages being consumed by an Employee on the premises. M. Random Test — An unannounced test pursuant to an objective method for selection. Cost of such testing will be paid for by the Indiana Constructors, Inc. Substance Abuse Testing Program (ICI SAT Program). n. Rehabilitation Program — An Employer approved confidential counseling service, designed to help Employees resolve problems that involve alcohol or drug abuse, staffed by certified and credentialed human services professionals. o. Reinstatement — Refers to the requirements that a person who tested positive for prohibiter) items and/or substances under the ICI SAT Program must satisfy before he is eligible to return to work. P. Retest — A second separate test necessitated by an adulterated or intentionally diluted sample or a test considered not suitable for testing. A retest that is considered as an adulterated or a diluted sample (whether diluted intentionally or unintentionally), or as a test not suitable for testing shall be considered a positive test. Costs of retesting necessitated by an unintentionally diluted and/or a test considered not suitable for testing will be paid for by the ICI SAT Program. Costs of retesting an adulterated or intentionally diluted sample will be paid for by the individual. q. Substance Abuse Professional (SAP) -- A SAP is a licensed physician or a licensed or certified psychologist, social worker, employee assistance professional, or addiction counselor (certified by the National Association of Alcoholism and Drug Abuse Counselors Certification Commission) with knowledge of and clinical experience in the diagnosis and treatment of disorders relating to alcohol and drug abuse. Test — Is defined as the collection of an individual's urine specimen and the subsequent 5 -panel US DOT analysis of that specimen, in accordance with federal standards. For alcohol, a test is defined as the collection and analysis of an individual's breath specimen in accordance with federal standards; most often a specimen analyzed by a breathalyzer listed on the US DOT's Conforming Products Liss. M. CO1NTMENTIALITY. a. All parties to this program should encourage any Employee with a substance abuse problem to accept assistance in dealing with the problem. All parties will take the necessary actions to assure the problem is handled in a confidential manner. b. When a test is required, the specimen will be identified by a code number associated with a Chain of Custody Form to insure confidentiality of the Employee. The Employee must witness this procedure. C. Results will be reported to the Employer and the Union by the MRO. IV. RULES — DISCIPIR iARY ACTIONS —GRIEVANCE PROCEDURES 1. RULES — All Employees must report to work in a physical condition that will enable them to perform their jobs in a safe and efficient manner. Employees shall not: a. Use, possess, dispense or receive prohibited substances on or at the job site, or during working hours. b. Report to work with above the measurable amount of the following prohibited substances in their system. 31 DRUG OR INIETABOLUE LN'IT IAL TEST CO-N'FIRNIATION TEST DETECTED (GCAM) Amphetamine 500 ng/m1 250 ng/ml (includes Methamphetamine) Cannabinoid 50 ngIml 15 ng/ml (Marijuana, Hashish) Cocaine 150 ng/ml 100 ng/ml Opiate: Morphine, Codeine 2,000 ng/ml 2,000 ng/ml 6-Acetylmorphine 10 ng/ml 10 ng/ml Phencyclidine (PCP) 25 ng/ml 25 ng/ml MDMA 500 ng/ml 250 ng/ml Ethanol (Alcohol) .04% w/vol .04% w/vol (enzyme assay) (GC/FD) New drugs may 'be added as they are determined to be illegal or considered to be prohibited items and/or substances by mutual agreement. 2. Discipline — When the Employer has probable cause to believe an Employee is under the influence of a prohibited substance, for reason of safety, the Employee may be suspended until test results are available. If no test results are received after three (3) working days, the Employee, if available, shat be returned to work with back pay subject to the test results. If the test results prove negative, the Employee shall be returned to work with back pay. In all other cases: a. Applicants testing positive for drug use will not be hired. b. Employees who refuse to cooperate with testing procedures will be subject to immediate termination. If an individual does not provide a suitable specimen within two hours (2 hours), it will be considered a refusal and treated as a positive test result and the individual will be subject to immediate termination. C. Employees found to be in the possession of prohibited items and/or substances will be terminated. CL Employees found selling or distributing prohibited items and/or substances will be terminated. e. Employees who test above the measured amount of prohibited items and/or substances as provided for in IV. Lb while on duty, or while operating a company vehicle, will be subject to termination. 32 f. First Positive Test Result: The provisions below apply to an Employee wfio is tested pursuant to this policy and who receives a positive test result. 1) Consequence for First Positive Test Result: The Employee is subject to immediate termination, upon notice to the Employer by the NIRO, of the positive test result. 2) Reinstatement: Employee is not eligible for work until he has taken, at his own expense, a `,5 panel US DOT" approved test, at an approved clinic and the results of this test have been analyzed by a SAMFISA certified laboratory and the test results must have been reviewed by an MRO and certified as being negative for the prohibited items and/or substances listed in IV.I.b. and the ICI SAT Program, Union and Employer have received the certified negative test results. 3) Sporadic Testing of Reinstated Employees: A reinstated Employee, who has previously tested positive, is subject to unscheduled sporadic testing for one year from the date of reinstatement. Cost of such testing will be paid for by the ICI SAT Program. g. Second Positive Test Result: The provisions below apply to an Employee who has previously tested positive, and tests positive a second time pursuant to such random testing, sporadic testing or any other testing under this policy: r 1) Consequence for Second Positive Test Result: The Employee is subject to immediate termination, upon notice to the Employer by the MRO, of the positive test result. 2) Reinstatement: Employee is not eligible for work until he has, at his own expense, been evaluated by an accredited SAP, successfully completed an SAP recommended rehabilitation program and the SAP has written a letter releasing the person to return to work and the ICI SAT Program, Union and Employer have received the results of a "5 panel US DOT" approved test, a copy of the letter written by the SAP and a copy of the rehabilitation program successful completion letter, taken at an approved clinic, analyzed by a SAMBA certified laboratory and the test results must have been reviewed by an MRO and certified as being negative for the prohibited items and/or substances listed in IV. Lb. 3) Sporadic Testing of Reinstated Employees: A reinstated Employee, who has previously tested positive, is subject to unscheduled sporadic testing for one year from the date of reinstatement. Cost of such testing will be paid for by the ICI SAT Program. 33 h. Third and Additional Positive Test Results: The provisions below apply to an Employee, who tests positive three or more times pursuant to such random testing, sporadic testing or any other testing under this policy: 1) Consequence for Third and Additional Positive Test Results: The Employee is subject to immediate termination upon notice to the Employer by the MRO, of the positive test result and he will not be eligible for reinstatement for a period of six (6) months from date of the positive test. 2) Reinstatement: Employee is not eligible for work until he has, at his own expense, been evaluated by an accredited SAP, successfully completed a SAP recommended rehabilitation program and the SAP has written a letter releasing the person to return to work and the ICI SAT program, the Union and Employer have received the results of a "5 -panel US DOT' approved test, taken at an approved clinic, analyzed by a SAMHSA certified laboratory and the test results must have been reviewed by an MRO and certified as being negative for the prohibited items and/or substances listed in IV. Lb. 3) Sporadic Testing: A reinstated Employee, who has previously tested positive three (3) or more times, is subject to unscheduled sporadic testing for two (2) years from the date of reinstatement. Cost of such testing will be paid for by the ICI SAT Program. 3. Prescription Drugs — Employees using a prescribed medication which may impair the performance of j ob duties, either mental or motor functions, must immediately inform their supervisor of such prescription drug use. For the safety of all Employees, the Employer will consult with the Employee to determine if a reassignment of duties is necessary. If a reassignment is not possible, the Employee will be relieved of duties until released as fit for duty by the prescribing physician, at which time the Employee shall be reinstated to his former employment status if work for which he is qualified is available at that time. If the Employee is tested and the test is positive, and the Employee has not previously informed the Employer of the use of prescription drugs, the Employee may be suspended for two weeks and is subject to unscheduled sporadic testing for six months. 4. Grievance - All aspects of this program shall be subject to the grievance procedure spelled out in the Collective Bargaining Agreement. 34 V. DRUG/ALCOHOL TESTS G. . The parties to this program agree that under certain circumstances the Employer will find that it is necessary for testing to be conducted for prohibited items and/or substances pursuant to the following procedures. a. A pre-employment drug and alcohol test may be administered to all Applicants without a valid ICI SAT identification card. The Applicant will be placed on the payroll and put to work pending receipt of the drug and alcohol test. Such employment shall be probationary in the sense that continued employment of the individual shall be contingent upon successful passage of the drug and alcohol b. All Employees shall. be subject to random testing. C. A test may be administered in the event there is probable cause to believe that the Employee has reported to work under the influence of a prohibited item and/or substance, or is or has been under the influence of a prohibited item and/or substance while on the job; or the Employee has violated this drug program. During the process of establishing probable cause for testing, the Employee has the right to request his on-site steward to be present, if available. d. Testing may be required if an Employee is involved in a work place accidentlincident or injury. e. Employees may also be tested on a voluntary basis f. Sporadic testing as provided for in N.2. may be required as part of a follow-up to counseling or rehabilitation for substance abuse, for up to a two (2) year period. Each Applicant or Employee to be tested will be required to sign a consent and chain of custody form, assuring proper documentation and accuracy. If an Applicant or Employee refuses to sign a consent form authorizing the test, ongoing employment by the Employer will be terminated. The Employee shall be paid for the time lost for the following tests to be conducted only if the test results are negative, Random, Post Accident, Incident, and Probable Cause. The Employer will permit the Employee who is required to take a drug test to obtain. a "split sample," and the Employee may request the laboratory to send the "split sample" to an accredited laboratory of his choosing, at his own expense, as described in'IV.2. The test result of the split sample must be released to the Employer within a maximum of five (5) working days. If the split sample test result is negative, the Employee may be retumed to work on the same job site providing work for which he is qualified is still available. Any Employee who successfully challenges the accuracy of a positive test result shall be reimbursed for his cost for the second testing and any time loss from work up to a maximum of five (5) work days. If the split sample tests positive, then the Employee shall be subject to immediate termination_ 35 Dru= and alcohol testing will be conducted by an accredited laboratory, and may consist Of either blood or urine tests, or both, as required. Blood tests (for drugs and alcohol) will be utilized for post accident investigation only if a urine or breathalyzer test cannot be administered. VI. EDEN TIFICATION CARD. a. An ICI SAT identification card will be issued to each person who tests negative in a valid test. The card will contain. the Applicant's name, photo and a unique ICI SAT database identification number. The ICI SAT card will be valid until the Employee tests positive. The Employee shall carry their valid ICI SAT card whenever they are on a job. Failure to produce the ICI SAT card on request by the Employer or their agent may cause the Employee to be suspended until the card is presented or until it is verified by the testing agency that the Employee's last test wras negative. Replacement of a lost or damaged ICI SAT card shall be at the Employee's expense. b. New hires, with an ICI SAT identification card. If an Applicant has a valid Employee ICI SAT card they will present the card for photocopying to the prospective Employer when they present themselves for employment. The Employer shall have the right to further validate the ICI SAT card by contacting the agency responsible for insuring the Employee's ICI SAT card is presently valid. The Applicant will be placed on the payroll and put to work pending receipt of the result of the inquiry. Employment shall be probationary and continued employment of the inditiidual shall be contingent upon the validity of the Employee's ICI SAT card being verified. The Employer shall have three days to validate the ICI SAT card. If the ICI SAT card is invalid the Employee will have no right to continued employment and maybe terminated. C. New hires, without an ICI SAT card. If the Applicant does not have a valid ICI SAT card, employment shall be probationary and continued employment shall be contingent upon successful passage of the drug and alcohol test. d. When tested for any reason, the Employee will surrender the ICI SAT card to the testing agent. If the test is negative, the Employee's valid ICI SAT card will be sent to the Employee. If the test is positive, the ICI SAT card will not be returned. VII. REIELABILITATION AND EMPLOYEE ASSISTANCE PROGRAM Employees are encouraged to seek help for a drug or alcohol problem before it deteriorates into a disciplinary matter. If an Employee voluntarily notifies supervision that he may have a substance abuse problem, the Employer may assist in locating a suitable SAP and rehabilitation program for treatment. The Employer will inform the Employee that medical benefits may be available under the Health and Welfare Program - For Benefit information, within Indiana, call 1-800-962-3158. M- If treatment necessitates time away from work, the Employer may provide for the Employee an unpaid leave of absence for purposes of participation in an agreed upon treatment program. An Employee who successfully completes a rehabilitation program may be reinstated to his former employment status, if work for which he is qualified is available at that time. Employees returning to work after successfully completing the rehabilitation piogr in will be subject to drug tests without prior notice for a period of one year. A positive test will then result in disciplinary action as previously outlined in this program. VIII. COST — Except as previously noted the costs of the tests associated with the program will be paid for by the Employer. The cost of a rehabilitation program and consultation with a SAP will be the responsibility of the Employee. IX. SUBSTANiCE ABUSE TESTENG PROGRAM a. Each Employer agrees to pay to the Indiana Constructors, Inc. Substance Abuse Testing Program ("ICI SAT"} three ($.03) cents for each hour worked by each Employee working under this Agreement. Each Employer who participates in the ICI SAT Program is strongly encouraged to contribute to the Indiana Constructors Industry Advancement Fund (ICIAF). b. The contribution to the ICI SAT Program shall be deposited each month, or at regular intervals as may be determined by the Highway, Heavy, and Utility. Division — ICA, Inc., to the depository designated by the Highway, Heavy, and Utility Division — ICA, Inc. and such contributions shall be reported on such forms as may be designated by the Highway, Heavy, and Utility Division — ICA, Inc. The activities shall be determined by the Highway, Heavy, and Utility Division — ICA, Inc. and shall be financed from the payments provided for herein. The Employer expressly ratifies and adopts the ICI SAT policy. By execution of this Agreement, the Employer ratifies all actions taken by the Highway, Heavy, and Utility Division — ICA, Inc. within the scope of its authority. This Substance Abuse Testing Program has been ratified, signed and sealed as of by the Highway, Heavy, and Utility Division — ICA, Inc. and Local Unions of Laborers' International Union of North America, State of Indiana District Council. 37 SUBSTANCE ABUSE TESTIING PROGRAMP AUTHORIZATION FOR CONSEN-T TO DRUG AND ALCOHOL ANALYSIS AND AUTHORIZATION FOR RELEASE OF RESULTS I, the undersigned do hereby authors the testing of my body fluids and/or breath for employment reasons and understand and agree that the results of any such testing will be turned over to the Employer and the Union, further that the testing procedures will be limited to tests for prohibited and illegal drugs and controlled substances and alcohol. I understand that the results of these tests may be used for employment and disciplinary reasons and hereby authorize the release of such information from the laboratories to the designated Employer and Union representatives. I further certify that any urine specimen collected from me is mine and not adulterated or altered in any manner. I have been advised that matters affecting me relative to the interpretation or application of the Drug Policy are subject exclusively to the grievance and arbitration procedure under my Collective Bargaining Agreement Signature of Prospective Employee / Employee Fitness Date Time LETTER OF UNDERSTANDL tG LETTER OF UNDERSTANDING FOR THE AGREEMENT by and between Highway, Heavy, and Utility Division — ICA, Inc. and the Local Unions of Laborers' International Union of North America State of Indiana District Council concerning the Substance Abuse Testing Program. In regard to the Substance Abuse Testing Program, it is understood between the parties that under this program, the following guidelines will be followed when a person tests positive: First Positive Test Results in immediate termination. 38 For Reimtatement: • Provide a negative "5 -panel US DOT'' test result as interpreted by an NIRO. • Sporadic testing for one (1) year following reinstatement. Second Positive Test Results in immediate termination. For Reinstatement: • Be evaluated by an SAP. • Complete an SAP -recommended rehabilitation program. • Secure written release from the SAP to return to work. • Provide a negative "5 panel US DOT" test result as interpreted by an MRO. • Sporadic testing for one (1) year following reinstatement. Third and Additional Positive Test Results in immediate termination; not eligible for reinstatement for six (6) months. For Reinstatement: • Be evaluated by an SAP. • Complete an SAP -recommended rehabilitation program. • Secure written release from the SAP to return to work. • Provide a negative "5 panel US DOT" test result as interpreted by an MRO. • Sporadic testing for two (2) years following reinstatement. FURTHER it is understood that any costs associated with the SAP, MRO, Rehabilitation Program, and testing required to be reinstated, are the Employee's responsibility. ARTICLE X30CIV EFFECTIVE DATE THIS AGREEMENT shall be in full force and effect from March 1, 2012 when ratified by a majority of the Parties of the First Part and the duly authorized representative of the Party of the Second Part, State of Indiana District Council and continue for the period next ensuing, expiring as of March 31, 2017. This agreement may be re -opened to negotiate adjustments in economics, if and when Federal Davis Bacon Law or the Indiana State Prevailing Wage Law is repealed or modified to the extent that it would be a detriment to signatory contractors in being competitive on Highway, Bridge, Utility and Railroad projects. It is agreed that prior to re -opening the agreement either Party may request, in writing, a joint meeting between the "Employers , and the `Union". This meeting shall take place within seven (7) days. After seven (7) days if no agreement has been agreed upon, then i anytime thee-eafcer a five (a) day advanced written notice may be given of desire to re- open the contract by either party, The parties shall have sixty (60) days from that date of notice to reach an agreement If at the end of the sixty (60) day period no agreement has been agreed upon the contract shall expire on the next anniversary date. Each party shall have reserved to itself its' full economic and legal options, including but not limited to strike or lockout. THIS AGREEMENT has been ratified, signed and sealed as of February 22, 2012 by the following: PARTY OF THE FIRST PART, HIGHWAY, HEAVY, AND UTILITY DIVISION — ICA, LNC. Steven . Crider, Chairman 3-5-/Z, Highway, Heavy, and Utility Division — ICA, Inc. . 0j, JJ 7��,,-P Charles v. 3/W'/ Highway, Heavy, and Utility Division — ICA, Inc. PARTY OF. THE SECOND PART, LOCAL UNIONS OF LABORERS' LNI TERNATIONAL UNION OF NORTH AMERICA, STATE OF NDIANA DISTRICT COUNCIL A - David- Davi - A. Frye, President Frank DeGraw, Secretary - Treasurer & Business Manager Highway, Heavy, and Utility Division — ICA, Inc. 1 North Capitol Ave Suite 1000 Indianapolis IN t 46204 Phone (317) 472-6777 Fax (317) 472-6767 40 PARTY OF THE FIRST PART - "E1VIPLOYERS" American Contracting & Services, Lic. Anlaan Corporation MK Betts Engineering & Contracting, Inc. Bowen Engineering Corporation Brooks Construction Co., Inc. Calumet Civil Contractors, Inc. Crider & Crider, Inc. C -Tech Corporation, Inc. Deig Bros. Lumber &, Cons`.n:ction Co., Inc. James H. Drew Corporation E & B Paving, Inc. Earth Lnages, Inc. Far West Construction, Inc. Feutz Contractors, Inc. Fox Contractor Corp. Gaunt & Son Asphalt, Inc. Gradex,Inc. Grand River Construction, Inc. Grimmer Construction, Inc. Harmon Construction, Inc. HIS Constructors, Inc. Hi -Way Paving, Inc. Insituform Technolod cs USA, Inc. JBI Construction, hic. LaPorte Construction. Co., Inc. LICA Construction Corporation Lutgring Bros., Inc. Martell Electric, LLC R. L. McCoy, Inc. Mid-America M21in6 Co., LLC (NIAMCO) Midwest Mole, Inc. Morphey Construction, Inc. Phend & Brown, Inc. Poindexter Excavating, Inc. R.ieth-Riley Construction Co., Inc. J. H. Rudolph & Co., Inc. Schutt-Lookabill Co., Inc. Shelly ,& Sands, Inc. Sims and Pedigo Co., Inc. Slusser's Green Thumb, Inc. Specialties Company, LLC ST Construction, Inc. Superior Construction Company, Inc. The Hoosier Company, Inc. The Hunt Paving Company, Inc. Walsh & Kelly, Inc. Walsh Constriction Company Walsh Construction Company H, LLC WB Koester Construction, LLC Weddle Bros. Highway Group, LLC 41