HomeMy WebLinkAboutBid PacketBID PROPOSAL SUMMARY PAGE
Complete. the following information and place as the cover page to
your bid packet. Insert all documents into an envelope with project
name and your company name clearly marked on the outside. Seal
the envelo e.
Company:
Caf
Project Name:
PiorME1Vffv bm"W Pirn
Date Submitted:
Base Bid
Amount:
Local Preference Law
1 am claiming Local Preference (Circle One) YES
(All required documentation will be required in a post -bid submittal)
[► V
BIDDER'S- ITEMIZED PROPOSAL
AND DECLARATIONS
City of Carmel
Instructions To Bidders:
This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts
shall be fully and accurately filled in and completed and notarized.
Project: 2016 Cannel View Drainage Improvements
Project #16 -SW -12
Proposal For Construction of : The reconstruction of 1,819 feet of proposed storm sewer
along Carmel View Drive, 4th St. SE, 5t' St. SE, I" Ave. SE
and Rangeline Rd; including inlets, drive culverts, ditch
grading, culvert cleaning, paved side ditch, street patching,
asphalt, concrete, and gravel drive approach replacement,
removal and replacement of existing curb, sidewalk, and
curb ramps, removal of existing pipe and storm structures,
and existing pipe capping and filling.
Date:
To: City of Carmel, Indiana, Board of Public Works and Safety
BID -1
PART 1
BIDDER INFORMATION
(Print)
1.1 Bidder Name: � L -o -' /.�""''s C CJ)
1.2 Bidder Address: Street Address: "I��'� (015-
City: r%�i State: Zip: 7(I017
J.�� ��`���� Fax: -7(p 37 R
Phone:10
1.3 Bidder is alan [mark one] /
Individual Partnership ✓/Indiana Corporation
Foreign (Out of State) Corporation; State:
Joint Venture Other
1.4 [The following must be answered if the Bidder- or any of its partners or joint venture
parties is a foreign corporation. Note: To do business in or with the City of Carmel,
Indiana, foreign corporations must register with the Secretary of the State of Indiana as'
required by the Indiana General Corporation Act as stated therein and expressed in the
Attorney General's Opinion # , dated January 23, 1958.]
.1 Corporation Name: - VJY� S C
.2 Address: AnY
",.r /A-) 46017
.3 Date registered with State of Indiana: �.
4 Indiana Registered Agent:
Name:
Address:
is
Engineers Estimate
(16 -SW -12) Carmel View Drainage Improvements
Item #
Item
Quantity
Unit
Unit Cost
Total Cost
1
Mobilization / Demobilization
1
LS
&. c>oo 1,
, 000 -
2
3
3
4
Maintenance of Traffic
Clearing Right of Way
Linear Ditch Grading
1
1LS
1035
LS
LFT
5006'
/ �0o
2 0 F'
00-
, 000-
S 00_0
o, 7 0 o '
5
J Curb Removal and Replacement
380 1
LFT
q0-
( 5, Zoo `
6
Sidewalk/Ramp Remove and Replace
139
SYS
.23S-4
32, 5
7
Curb and Gutter, Concrete
470
LFT
30--
i (a D `
8
PCCP for Drive Patching - 6"
253
SYS
5 2
S. 1S G `
9
Concrete Cap for Street Cut Repair - 12"
77
SYS
"7 ")
S, 9 2 S °
10
Flowable Fill for Street Cut Repair
454
CYS
j D
°l, °l 0'
11
HMA Surface, 9.5 mm
60
TON
VL O '-717,06,
12
HMA Intermediate, 19.0 mm
105
TON
9S&
13
Compacted Aggregate, No. 53 Stone
250
TON
0270
o'
14
Compacted Aggregate, No. 2 Stone
163
TON
'250,
15
Geogrid
579
SYS
-30
16
12" RCP
705
LFT
0 `
17
12" CMP
26
LFT
S� `
, 0 `
18
24" RCP
766
LFT
65-, 0176 `
19
36" RCP
492
LFT
20
Clean Existing Pipe
221
LFT
/ 5 "
3 3 (S `
21
Mechanically Core Structure
3
EA
/:500'
Z.S 0 0 `
22
Inlet, Type E
4
EA
'?500
C zoo `
23
Manhole, Type C
8
EA
3200 "
.25,6oa `
24
Manhole, Type J
5
EA
q-700,
a-� „Soo `
25
Nyoplast Drain Basin, 24"
1
EA
1,500 •
l , $ 0 0
26
Concrete End Section, 12"
8
EA
Q50
6,800'
27
Metal End Section, 12"
2
EA
ASO "
500,
28
Concrete Paved Side Ditch
100
LFT
SS
330 0 '
29
Riprap, Revetment
90
TON
G 5
S8 -so'
30
Geotextiles
90
SYS
54D°
31
Structure Backfill
3024
CYS
��, 59 6 '
32
Topsoil (undistributed)
84
CYS
4S
g `
33
Restoration / Mulched Seeding
1
LS
1 S.-000 "
s-
Is -
34
34
EC Measures
1
LS
000
-7000'
35
Flowable Fill for Existing Pipe
16
CYS
110 '
1? 6 0 °
36
Cap Existing Pipe
5
00`
�S00 `
37
lConcrete Sidewalk, 4 in.
605
42'-
c2ls, `4l o'
38
PCCP for Drive Approach, 6"
392
5Z
2 0,'3 91-1 `
39
Adjust Hydrant to Grade
2
50 O'1,000
'
40
Water Meter Relocation
11
3 o b "
Z'300 '
41
Yard Light, Remove and Reset
1
020 0
42 JInlet,
Type J/M
2
?900,
-,g0o '
43 1 Clearing Right of Way for Sidewalk
Total Preliminary Construction Estimate
1
0500
6q 3, S 5 6 °'
7
PART 2
BID PROPOSAL
2.1 Base Bid
The undersigned Bidder proposes to furnish all necessary labor, machinery, tools,
apparatus; materials, equipment, service and other necessary supplies, and to perform and
fulfill all obligations' incident thereto. in strict accordance with and within the time(s)
provided by the terms and conditions of the Contract Documents for the above described
Work and Project, including any and all addenda � thereto., for the Unit Prices applicable to
the Contract.Items as stated.in Part 3 hereof '(Itemized. Proposal), which Unit Prices, when
multiplied by estimated unit quantities for such Contract Items, total
Dollars ($_ 6 V3, S56 ).
2.3 The Bidder acknowledges that evaluation of the lowest.Bid shall be based on such price
and further acknowledges, that the unitquantities, listed in Part 3 of this. Proposal are
estimates solely for the purpose of Bid evaluation and Contract award, and are not to be
construed , as exact or binding. The Bidder also understands that all Work which may
result on the Contract shall be compensated for on a Unit Price basis and that the
OWNER and ENGINEER cannot and do .not guarantee the amount or quantity of any
item of Work to be performed or furnished under the Contract. The Bidder further
understands that a Contract will be awarded by evaluating the Base Bid if the Owner
wishes to execute.
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013)
Prescribed by State Board of Accounts
refs
PART
(To be completed for all bids. Please type or print)
Date (month, day, year): 03/28/16
1. Governmental Unit (Owner): City of Carmel, Board of Public Works & Safety
2. County: Wabash County
3. Bidder (Firm): Yardberry Landscape Company
Address: 9940 S. 1000 W
City/State/ZlPcode: Anderson, IN 46017
4. Telephone Number: 765-378-5783
5. Agent of Bidder (if applicable): Tim Yarberry
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of City of Carmel, Board of Public Works & Safety
(Governmental Unit) in accordance with plans and specifications prepared by Crossroad Engineers
#16 -SW -12 2016 Carmel View Drainage Improvements and dated March 2016 for the sum of
$ * 6 VS, s5-z�
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 the 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). 1 hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded.
understand that violations hereunder may result in forfeiture of contractual payments.
ACCEPTANCE
The above bid is accepted this 6 day of April 2016 , subject to the
following conditions:
Contracting Authority Members:
Tim Yarberry
PART II
(For projects of $150, 000 or more — /C 36-1-12-4)
Governmental Unit: City of Carmel, Board of Public Works & Safety
Bidder (Firm) Yardberry Landscape Company
Date (month, day, year):
03/28/16
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
118,091.00
Sewer
09/14
City of Fort Wayne
365,914.37
Culvert Rplcmnt
10/14
INDOT
230,264.90
Ped./Bike Trail
10/14
INDOT
253,822.00
Bank Stabilization
10/14
City of Carmel
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
666,736.50
Ped./Bike Trail
06/15
INDOT
592,695.00
Environ. Mitigation
06/15
INDOT
(% 00,
F4�
12-1-/ 6
e-`/
3. Have you ever failed to complete any work awarded to you?
NO
4. List references from private firms for which you have performed work.
Dan Swails, Indy Parks & Recreation, 317-491-2883
Tim Farley, H Steward Kline & Associate, 765-742-0295
Max Abrell, DCRWD, 765-284-6370
Bob Wiwi, Richmond Sanitary District, 765-983-7477
SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE
If so, where and why?
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 to consider your bid.)
9L)e-
441,11J, 00MP&09¢ PW �- pCo'^- espp-zl
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 by each subcontractor.
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.
16 0 dlyy— B0/71 /),-.) /iq
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.
3/ `icat n 3-t>3�
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
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.
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 Anderson
this 28
day of March , 2016
Yardberry Landscape Company
(Name of Organization)
By
Owner
(Title of Person Signing)
ACKNOWLEDGEMENT
STATE OF Indiana )
Madison ) ss
COUNTY OF � )
Before me, a Notary Public, personally appeared the above-named Tim Yarberry and
swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this 28 day of March 2016
Notary rubAC
My Commission Expires: 11 /06/2021
County of Residence: Madison
BM PEAVLERt
NOTARY PUBLIC
I. SEAL
MADISON COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES NOVEMBER 00, 2M
COMMISSION NO I4/I 3
Part of State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013)
Yardberry Landscape Company
9940 S 1000 W
Anderson, IN 46017
(Contractor)
(Address)
FOR
PUBLIC WORKS PROJECTS
,�19
City of Carmel, Board of Public Works & Safety
Filed
Action taken
4.1
M
PART 4
CONTRACT DOCUMENTS AND ADDENDA
The Bidder agrees to be bound by the terms and provisions of all Contract Documents as
defined in the Standard General Conditions and incorporates such Contract Documents
herein by reference.
The Bidder acknowledges receipt of the following addenda:
ADDENDUM NUMBER
MM .
DATE
PART 5
EXCEPTIONS
Instructions To Bidders:
5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract
Documents in Section 5.3 of this Part.
5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a
material qualification or variance from the terms of the Conta-act Documents may result
in this Bid being rejected as non-responsive.
5.3 Exceptions:
PART 6
FINANCIAL STATEMENT
6.1 . 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 OWNER must be specific enough in detail so
that OWNER can make a proper determination of the Bidder's capability for completing
the Work/Project if awarded. Information on Bidder's company and financial statement
shall be consistent, with the information -requested on the State Board of Accounts Forms
496a and # 102, entitled "Standard Questionnaires and Financial Statement for Bidders".
PART 7
ADDITIONAL DECLARATIONS
7.1 Bidder certifies for' itself and all its subcontractors compliance with all existing laws of
the United States and the State of Indiana prohibiting the discrimination against any
employee or applicant for employment or subcontract work in the performance of the
Work contemplated -by the Agreement with respect to hire, tenure, terms, conditions, or
privileges of .employment. or any matter directly or indirectly related to employment or
subcontracting because of race, religion, color, sex, handicap, national origin, ancestry,
age, disabled veteran status or'Vietnam era veteran status. The City of Carmel reserves
the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated
against.
7.2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and
informed. himself/herself ' fully regarding all conditions under which. he/she will be
obligated to operate and that in any way affect the Work, and knows, understands and
accepts the existing conditions. The Bidder further certifies that he/she has thoroughly
reviewed the Contract Documents, including all Addenda, and has had the opportunity to
ask questions and obtain interpretations or clarifications concerning Contract Documents.
C1�'
PART 8
NON -COLLUSION AFFIDAVIT
The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and
state(s) that the Bidder has not directly or indirectly entered into a combination, collusion,
undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed
herein or to be bid- by another person, or (ii) to prevent any person from bidding, or (iii) to induce
a person to refrain from Bidding;, and furthermore, this Bid Proposal is made and submitted
without reference to any other bids and without agreement, understanding or combination, either
directly or indirectly, with any persons with reference to such bidding in any way or manner
whatsoever.
PART 9
SIGNATURES
[Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution
of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE
MUST BE PROPERLY NOTARIZED.]
Bidders Name: 1' Lon�
Written Signature:
Printed Name: r YEN
Title:
Important- Notary Signature and Seal Required in the Space Below
STATE OF) nc1 ICyYtz_,
COUNTY OF 11�,(��1��
BM PEAVLER
NOTARY PUBLIC
SS: SEAL
MADISON COUNTY, STATE OF INDIANA
W COMMISSION EXPIRES NOVEMBER 06, 2021
COMMISSION NO 648813
Subscribed and sworn to before me this day of
20'1
My commission expires:1 c?
Residing in ki _j�
(Signed)
LEa� (Pce.aA_
Printed: 1�ah.
County, State of �(�U4 COta_
POST BID SUBMITTAL
SEE ITB SECTION 6.4
MANUFACTURERS LIST
Instructions To Bidders:
The Bidder shall enter, in the spaces provided below, the name of the manufacturer of
equipment that the Bidder proposes to furnish for each item of equipment listed in the
Manufacturers List, which follows. The Bidder shall. enter the name of only one
manufacturer foreach listed equipment item. Failure to enter a manufacturer's name for
each listed equipment item may render the Bid non-responsive if it is determined that
such omission is material by affording the Bidder a substantial .advantage over other
Bidders.
Upon award of a contract, each listed equipment item shall be furnished by the named
manufacturer, unless changes are specifically authorized. Equipment substitutions will be
permitted only with the OWNER'S prior consent.
Preliminary acceptance of equipment listed by the manufacturer's name shall not in any
way constitute a waiver of the Drawing and Specification requirements covering such
equipment. Acceptance will be based on full conformity with the Drawings and
Specifications covering the equipment.
Equipment Item (Contract Items)
S - �It
ffA Lf
JQPj
/O fi�),G
POSTBID-1
Manufacturer
12" Imo- J,(v
�z win, JUpp
1/wi��ru
Z L -A-0
POST BID SUBMITTAL
SEE SECTIONS ITB 6.5
SUBCONTRACTORS LIST
Instructions To Bidders:
The Bidder. shall enter the names and the type of work to be done in the Subcontractors
List which follows for each Subcontractor that the Bidder proposes to use for the Work
who will be providing work for an agreed price of five percent (S%) or greater of the
amount Bid as stated above in Part 2.
Only one Subcontractor shall be listed for each work item. Upon award of a contract, the
named Subcontractors shall be employed to perform the work, unless changes are
specifically authorized by the OWNER. Failure to furnish all information requested may
render the Bid non-responsive if it is determined that such omission is material by
affording the Bidder a substantial advantage over other Bidders.
Except as otherwise specifically stated by the Bidder in this Part, omission of any names
of Subcontractors herein shall constitute an affirmative representation and statement that
the Bidder proposes to use his own workforces for most of the Work such that he will
have no Subcontractors providing work in the amount of five percent (S%) or greater of
the amount Bid.
Subcontractor Name Work Price
(use additional sheets if necessary)
POSTBID-2
BID BOND FORM
00430
BID BOND
BIDDER (Name and Address):
Yardberry Landscape Company dba Yardberry Landscaping & Excavating
9940 South 1000 West
Anderson, IN 46017
SURETY (Name and Address):
Merchants Bonding Company (Mutual)
P.O. Box 14498, Des Moines, IA 50306-3498
OWNER (Name and Address):
BID
BOND
City of Carmel
One Civic Square
Carmel, IN 46032
BID DUE DATE: April 6, 2016
PROJECT (Brief Description Including Location):
#16 -SW -12 Carmel View Drainage Improvements
BOND NUMBER: 278112
DATE (Not later than Bid due date):March 30, 2016
PENAL SUM:Ten Percent of Bid Amount 10%
(Words) (Figures)
IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the
terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its
behalf by its authorized officer, agent, or representative.
BIDDER
Yardberry Landscape Company
dba Yardberry Landscaping & Excavating (Seal)
Bidder's Name and Corporate eal
By:
eogf,fafure and Title
Ti arberry
caner
kftest-
6ibk-t�
Signature dnd Title
Note: (1)
(2)
CON 0690 (9/13)
SURETY
Merchants Bonding Company (Mutual}- (Seal)-
Surety's Name and Corporate Seal f
By:
S�Iure and Title
(Attach Power of Attorney)
Holly Coffinan Attorney -in -Fact
Attest: 9
J `h .1N1G1 �L � CSS
Signature and Title
Above addresses are to be used for giving required notice.
Any singular reference to Bidder, Surety, OWNER or other party shall be
considered plural where applicable.
00430-1
Bid Bond Form
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to OWNER upon default of Bidder the
penal sum set forth on the face of this Bond.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by
the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the
executed Agreement required by the Bidding Documents and any performance and
payment Bonds required by the Bidding Documents.
3. This obligation shall be null and void if:
3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the
Bidding Documents (or any extension thereof agreed to in writing by OWNER) the
executed Agreement required by the Bidding Documents and any performance and
payment Bonds required by the Bidding Documents, or
3.2. All Bids are rejected by OWNER, or
3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the
Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if
applicable, consented to by Surety when required by paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default by Bidder and within 30
Calendar Days after receipt by Bidder and Surety of written notice of default from
OWNER, which notice will be given with reasonable promptness, identifying this Bond and
the Project and including a statement of the amount due.
5. Surety waives notice of and any and all defenses based on or arising out of any time
extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that
the total time for issuing Notice of Award including extensions shall not in the aggregate
exceed 120 days from Bid due date without Surety's written consent.
6. No suit or action shall be commenced under this Bond prior to 30 Calendar Days after
the noticeof default required in paragraph 4 above is received by Bidder and Surety
and in no case later than one year after Bid due date.
7. Any suit or action under this Bond shall be commenced only in a court of competent
jurisdiction located in the state in which Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by
personal delivery, commercial courier or by United States Registered or Certified Mail,
return receipt requested, postage pre -paid, and shall be deemed to be effective upon
receipt by the party concerned.
9. Surety shall cause to be attached to this Bond a current and effective Power or
Attorney evidencing the authority of the officer, agent or representative who executed
this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the
Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this Bond shall
be deemed to be included herein as if set forth at length. If any provision of this Bond
conflicts with any applicable statute, then the provision of said statute shall govern and
the remainder of this Bond that is not in conflict therewith shall continue in full force and
effect.
11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable.
00430-2
CON 0690 (9/13)
iVMERCHA TS Bond #: 278112
BONDING COMPANY,
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint,
individually,
Holly Coffman
their true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings
and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of.
Five Million ($5,000,000.00) Dollars
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the
Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants
National Bonding, Inc., on October 24, 2011.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of
Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship
obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and
construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida
Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company
of any of its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of October , 2015
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
By 77�
STATE OF IOWA ffff n'iiraN 1% % • • • • • • • • •
COUNTY OF Dallas ss. President
On this 8th day of October , 2015 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that
he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed
to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the
Companies by authority of their respective Boards of Directors.
hPa'p4s WENDY WOODY
0
v Commission Number 784654
7 My Commission Expires
�owP June 20 2017
Notary Publ, , County, Iowa
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 30th day of March , 2016 .
POA 0014 (6/15)
Secretary
co
y 1933 c:
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
By 77�
STATE OF IOWA ffff n'iiraN 1% % • • • • • • • • •
COUNTY OF Dallas ss. President
On this 8th day of October , 2015 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that
he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed
to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the
Companies by authority of their respective Boards of Directors.
hPa'p4s WENDY WOODY
0
v Commission Number 784654
7 My Commission Expires
�owP June 20 2017
Notary Publ, , County, Iowa
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 30th day of March , 2016 .
POA 0014 (6/15)
Secretary
NON -COLLUSION AFFIDAVIT
State Form 4391 (R4 11-00)
roie
STATE OF: / ti
COUNTY OF
} SS:
The undersigned, being duly sworn on oath says, that he is the contracting parry, or that he is the representative, agent; member, or officer of
the contracting party, that he has not, nor has any other member, employee, representative, agent or officer of the firm, company, corporation or partnership
represented by him, directly or indirectly , entered into or offered to enter into any combination, collusion or agreement to receive or pay, and that he has
not received or paid, any sum of money or other consideration for the execution of the annexed contract other than that which appears upon the face of
the contract.
Signature
Printed name
Title v
bliYilLr
Company
Before me, a Notary Public in and for said County and State personally appeared,
who acknowledged the truth of the statements in the foregoing affidavit on this 1 day of 20
BETH PEAVLER
NOTARY PUBLIC
WAL
MADISON COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES NOVEMBER 00, 2021
AOMMWG" NO 6"13
E -Verify Affidavit
Pursuant to Indiana Code 22-5-1.7-11, the Contractor entering into a contract with the City is
required to enroll in and verify the work eligibility status of all its newly hired employees through
the E -Verify program. The Contractor is not required to verify the work eligibility status of all its
newly hired employees through the E -Verify program if the E -Verify program no longer exists.
The undersigned, on behalf of the Contractor, being first duly sworn, deposes and states that the
Contractor does not knowingly employ an unauthorized alien. The undersigned further affirms that,
prior to entering into its contract with the City, the undersigned Contractor will enroll in and agrees
to verify the work eligibility status of all its newly hired employees through the E -Verify program.
(Contractor):
By (Written Signature):
(Printed Name): I
(Title): V vw p� v
Important - Notaty Signature and Seal Required in the Space Below
STATE OF {'l G� aw�-✓ BM PEAVLER
NOTARY PUBLIC
SS: . SEAL
COUNTY OF VY-tVA- (;u�-��- MADISON COUNTY, STATE OF INDIANA
MY COMMISSION EXPIRES NOVEMBER 06, 2021
COMWSWN NO MIS
20 V0. Subscribed and sworn to before me this Ll/�xCjl day of fflpk — ,
My commission expires: i l l 1, I (Signed) &7� YQaA,�—
Residing
in Ma� )Dj� County, State of In (-4 AC(jX-V—
John R. Sandlin CPA ABV
Sandlin & Company, LLC
w
F
s
S a n d l i n& Company, LLC John R. Sandlin, CPA/ABV
Certified Public Accountants Jacob J. Goossen, MBA
REPORT OF INDEPENDENT AUDITORS
To the Board of Directors
Yardberry Landscape Company
d/b/a Yardberry Landscaping & Excavating
Anderson, Indiana
We have audited the accompanying financial statements of Yardberry Landscape Company d/b/a
Yardberry Landscaping & Excavating (an Indiana Corporation), which comprise the balance sheets as of
December 31, 2014 and 2013, and the related statements of income, changes in stockholder's equity, and
cash flows for the years then ended, and the related notes to the financial statements.
Management's Responsibility for the Financial Statements
Management is responsible for the preparation and fair presentation of these financial statements in
accordance with accounting principles generally accepted in the United States of America; this includes
the design, implementation, and maintenance of internal control relevant to the preparation and fair
presentation of financial statements that are free from material misstatement, whether due to fraud or
error.
Auditor's Responsibility
Our responsibility is to express an opinion on these financial statements based on our audits. We
conducted our audits in accordance with auditing standards generally accepted in the United States of
America. Those standards require that we plan and perform the audit to obtain reasonable assurance
about whether the financial statements are free of material misstatement.
An audit includes performing procedures to obtain audit evidence about the amounts and disclosures in
the financial statements. The procedures selected depend on the auditor's judgment, including the
assessment of the risks of material misstatement of the financial statements, whether due to fraud or error.
In making those risk assessments, the auditor, considers internal control relevant to the entity's
preparation and fair presentation of the financial statements in order to design audit procedures that are
appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of
the entity's internal control. An audit also includes evaluating the appropriateness of accounting
principles used and the reasonableness of significant estimates made by management, as well as
evaluating the overall presentation of the financial statements.
We believe that the audit evidence we have obtained is sufficient and appropriate to provide a reasonable
basis for our opinion.
Opinion
In our opinion, the financial statements referred to above present fairly, in all material respects, the
financial position of Yardberry Landscape Company d/b/a Yardberry Landscaping & Excavating as of
December 31, 2014 and 2013, and the results of its operations and its cash flows for the years then ended
in accordance with accounting principles generally accepted in the United States of America.
k?'"'yJ'l ,
Anderson, Indiana
April 15, 2015
1106 East 8`h St • Anderson, Indiana 46016 • (765) 608-2366 • Fax (765) 683-9530
American Institute of CPAs • AICPA Tax Division • Indiana CPA Society
LIABILITIES AND STOCKHOLDER'S EQUITY
2014 2013
Current Liabilities
Trade accounts payable
Current portion of long-term debt
Line of credit payable
Note payable to stockholder
Billings in excess of costs and estimated
earnings on contracts in progress
Accrued property tax
Accrued payroll tax and other liabilities
Total Current Liabilities
Long -Term Debt, net of current portion above
Stockholder's Equity
Common stock, no par value, 1,000 shares
authorized, 100 shares issued and outstanding
Retained earnings
Total Stockholder's Equity
Total Liabilities and Stockholder's Equity
$ 198,640 $ 124,062
132,700 120,300
193,167 199,083
24,767 139,526
30,866 -
44,000 43,000
35,151 2,162
659,291 628,133
388,220 242,683
492,238
492,238
747,263
368,000
1,239,501
860,238
_S2, 287,012
$1,731,054
See accompanying notes to financial statements.
3
. Yardberry Landscape Company
d/b/a Yardberry Landcaping & Excavating
Statements of Changes in Stockholder's Equity
Years Ending December 31, 2014 and 2013
Balance December 31, 2012
Net income for 2013
Dividends paid
Balance December 31, 2013
Balance December 31, 2013
Net income for 2014
Dividends paid
Balance December 31, 2014
Retained
Common Stock Earnings Total
$ 492,238 $ 354,006 $ 846,244
13,994 13,994
$ 492.238 $ 368.000 $ 860.238
$ 492,238 $ 368,000 $ 860,238
401,644 401,644
(22,381) (22,381)
$ 492.238 $ 747.263 $ 1.239.501
See accompanying notes to financial statements.
5
Yardberry Landscape Company
d/b/a Yardberry Landscaping & Excavating
Notes to Financial Statements
December 31, 2014 and 2013
NOTE A — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
Nature of Operations
Yardberry Landscape Company d/b/a Yardberry Landscaping & Excavating (a corporation) is
wholly owned by Timothy C. Yarberry. The Company's principal activities include excavation
work, construction, and landscaping services. The Company serves as a general contractor in
projects such as walking trails, playgrounds, playing fields, and highway related construction
activities. Landscaping activities include planting of trees and shrubbery, grading, construction
of footbridges and fencing. The Company's customers are primarily governmental entities. Most
services are performed in central Indiana.
Revenue and Cost Recognition
Revenues from construction contracts are recognized on the percentage -of -completion method,
measured by the percentage of cost incurred to date to estimated total cost for each contract. That
method is used because management considers expended costs to be the best available measure of
progress on the contracts. Because of inherent uncertainties in estimating costs, it is at least
reasonably possible that the estimates used will change within the near term.
Contract costs include all direct material and labor costs. Selling, general, and administrative
costs are charged to expense as incurred. Provisions for estimated losses on uncompleted
contracts are made in the period in which such losses are determined.
The asset, "Costs and estimated earnings in excess of billings on contracts in progress" represents
revenues recognized in excess of amounts billed. The liability, "Billings in excess of costs and
estimated earnings on contracts in progress," represents billings in excess of revenues recognized.
Trade Receivables
Trade receivables are recorded at net realizable value and are charged off when management
determines they are uncollectible. As of December 31, 2014 and 2013, the Company had trade
receivables past due ninety days or more of $5,902 and $3,702 respectively.
Inventories
Inventories consist of landscaping materials, young trees and shrubbery. When significant,
purchased inventory items are stated at the lower of cost (first -in, first -out method) or market.
The Company also grows young trees and shrubbery for sale to customers. Growing costs are
charged to expense as incurred.
Cash and Cash Equivalents
All short-term investments with an original maturity of three months or less are considered to be
cash equivalents.
Yardberry Landscape Company
d/b/a Yardberry Landscaping & Excavating
Notes to Financial Statements
December 31, 2014 and 2013
Cash balances include a money market fund, which attempts to maintain a constant market value
of $1.00 per share, although the value is not guaranteed. The market value of the money market
fund at December 31, 2014 and 2013 was $811,322 and $686,320, respectively.
NOTE C — ACCOUNTS RECEIVABLE
Accounts receivable at December 31, 2014 and 2013 are as follows:
As of December 31, 2014:
Completed contracts
Contracts in progress
As of December 31, 2013:
Completed contracts
Contracts in progress
Total Retainage Other
$ 169,133 $ 21,398 $ 147,735
253,785 - 253,785
$ 422,918 $ 21,398 $ 401,520
Total Retainage Other
$ 220,910 $ 55,926 $ 164,984
$ 220,910 $ 55,926 $ 164,984
E
Yardberry Landscape Company
d/b/a Yardberry Landscaping & Excavating
Notes to Financial Statements
December 31, 2014 and 2013
NOTE E — LONG-TERM DEBT
Long-term debt consists of the following notes:
2014 2013
Promissory note to a finance company, with
interest at 3.25% due in monthly installments of
$3,892, including interest, through January 2015,
collateralized by equipment $ - $ 45,895
Promissory note to a finance company, with
interest at 5.99%, due in monthly installments of
$1,734, including interest, through January, 2016,
collateralized by equipment 20,149 39,128
Promissory note to a bank, with interest at 6.00%,
due in monthly installments of $722, including
interest, through June, 2016, with balloon payment
due at that time, collateralized by substantially all
assets of the company and the personal guaranty
of Timothy C. Yarberry 89,214 92,342
Promissory note to a finance company, with
interest at 4.48%, due in monthly installments of
$995, including interest, through February 2017,
collateralized by transportation equipment 23,710 34,330
Promissory note payable to a finance company, with
interest at 3.99%, due in monthly installments of
$1,449, through November 2017, collateralized by
transportation equipment 46,502 61,702
Promissory note payable to a finance company, with
interest at 2.99%, due in monthly installments of
$4,112, through January 2019, collateralized by
equipment 189,510 -
Promissory note payable to a finance company, with
interest at 1.03%, due in monthly installments of
$1,093, through March 2018, collateralized by
equipment 40,845 53,476
11
Yardberry Landscape Company
d/b/a Yardberry Landscaping & Excavating
Notes to Financial Statements
December 31, 2014 and 2013
NOTE F — LINE OF CREDIT
The Company has a line of credit with First Merchants Bank collateralized by substantially all
assets of the Company and the personal guaranty of Timothy C. Yarberry. The note bears interest
at one percent over the national prime rate, subject to a minimum interest rate of 4.25% in 2014
and 5.5% in 2013. The total financing available under the line of credit was $200,000. The
amount available to be drawn was $6,833 at December 31, 2014 and $917 at December 31, 2013.
NOTE G — SUPPLEMENTAL DISCLOSURES OF CASH FLOW INFORMATION
Cash paid for interest expense was $33,007 in 2014 and $31,217 in 2013.
NOTE H — RELATED PARTY TRANSACTIONS
The Company made loans to its sole shareholder, Timothy C. Yarberry, in 2014 and 2013. The
proceeds of the loans were invested in Mr. Yarberry's personally owned brokerage account and
were outstanding for substantially the entire year. There were borrowings and repayments made
by the shareholder throughout the year under the borrowing arrangement. The activity under the
borrowing arrangement is summarized as follows for 2014 and 2013:
Note payable to stockholder
at the beginning of the year
Amounts received from the stockholder
Loans to the stockholder
Notes payable to stockholder
at the end of the year
2014 2013
$ 139,526 $ -
1,504,767 1,221,754
(1,619,526) (1,082,228)
$ 24,767 $ 139,526
The Company earned interest income in 2014 and 2013 of $1,571 and $616, respectively on
amounts loaned to its sole shareholder.
The Company rents real estate from its owner. Rent expense was $15,000 in 2014 and $12,000 in
2013.
NOTE I — SUBSEQUENT EVENTS
Subsequent events were evaluated through April 15, 2015, which is the date the financial
statements were available to be issued.
13
Sandlin & Company, LLC
Certified Public Accountants
John R. Sandlin, CPA/ABV
Jacob J. Goossen, MBA
REPORT OF INDEPENDENT AUDITORS ON SUPPLEMENTARY INFORMATION
To the Board of Directors
Yardberry Landscape Company
d/b/a Yardberry Landscaping & Excavating
Anderson, Indiana
Our audits were conducted for the purpose of forming an opinion on the financial statements as a
whole. The information included in Schedules 1 through 4 accompanying the financial statements
is presented for purposes of additional analysis and is not a required part of the financial
statements. Such information is the responsibility of management and was derived from and
relates directly to the underlying accounting and other records used to prepare the financial
statements. The information has been subjected to the auditing procedures applied in the audits of
the financial statements and certain additional procedures, including comparing and reconciling
such information directly to the underlying accounting and other records used to prepare the
financial statements or to the financial statements themselves, and other additional procedures in
accordance with auditing standards generally accepted in the United States of America. In our
opinion, the, information is fairly stated in all material respects in relation to the financial
statements as a whole.
�irdlut � �'oa��ait f, ate'
Anderson, Indiana
April 15, 2015
1106 East 8`h St • Anderson, Indiana 46016 • (765) 608-2366 • Fax (765) 683-9530
American Institute of CPAs - AICPA Tax Division • Indiana CPA Society
Yardberry Landscape Company
d/b/a Yardberry Landscaping & Excavating
Schedule 2
Contracts in Progress at Year End
Year Ended December 31, 2014
R -29394-A Environmental Mitigation
B-35721 Debris Removal From Channel
R -36889-A Bike Trail
17
For the Year Ended
Total Contracts
From
Inception to December 31, 2014
December 31, 2014
Costs and
Billings in
Estimated
Excess of
Estimated
Earnings in
Costs and
Gross
Project
Gross Profit
Revenues
Costs Incurred
Gross
Progress
Excess of
Estimated
Revenues
Costs
Earnings
Number
Contract Price
(Loss)
Earned
To Date
Earnings
Billings
Billings
Earnings
Earned
Incurred
(Loss)
R -29394-A
$ 572,695
$ 322,346
$ 403,184
$ 176,249
$ 226,935
$ 358,442
$ 44,742
$ -
$ 403,184
$ 176,249
$ 226,935
B-35721
217,960
184,160
217,960
33,800
184,160
195,640
22,320
-
217,960
33,800
184,160
R -36889-A
666,737
166,737
82,580
61,929
20,651
113,446
30,866
82,580
61,929
20,651
$ 1,457,392
$ 673,243
$ 703,724
$ 271,978
$ 431,746
$ 667,528
$ 67,062
$ 30,866
$ 703,724
$ 271,978
$ 431,746
R -29394-A Environmental Mitigation
B-35721 Debris Removal From Channel
R -36889-A Bike Trail
17
Yardberry Landscape Company
d/b/a Yardberry Landcaping & Excavating
Schedule 4
General and Administrative Expenses
Years Ended December 31, 2014 and 2013
19
2014
2013
Officer compensation
$ 50,000
$ 30,000
Other salaries
31,439
25,629
Payroll tax expense
7,968
3,340
Advertising
-
1,578
Bidding expense
3,922
6,261
Office expense
19,929
20,781
Insurance
40,723
36,932
Licenses and fees
14,658
13,552
Truck expense
137,364
125,794
Professional fees
17,310
18,257
Property taxes
1,000
8,000
Rent
15;000
12,000
Repairs and maintenance
99,338
45,036
Supplies
6,010
7,138
Utilities
6,803
6,617
Miscellaneous
6,853
33,482
19
References
Reference Name
Reference Phone #
Company
Max Abrell
765-284-6370
Delaware County Regional Wastewater District
Sonny Anuka
317-258-5140
Indiana Department of Transportation
Phil Boyd
765-282-3845
Halteman Villas
Jeff Carpenter
317-788-4553
City of Carmel, IN
Trent Colglazier
812-752-4945
Indiana Department of Transportation
Pat Conner
317-984-5696
Town of Cicero, IN
Tim Farley
765-742-0295
H. Stewart Kline & Associates
Mike Garcia
260-901-1310
Indiana Department of Transportation
Phil Gurganus
317-803-9094
City of Beech Grove, IN
Jim Myers
317-339-3574
Site & Pipe
John Miller
317-410-4909
DI -2 Indiana
Jeff Peters
317-788-4551
M.D. Wessler & Associates
Matthew Smith
317-423-0935
Strand & Associates
Dan Swails
317-491-2883
City of Indy Parks & Recreation
Bob Wiwi
765-983-7477
Richmond Sanitary District
Matt Smith
317-581-6237
Strand Associates, Indianapolis, IN
Matt Gray
260-427-2794
City of Fort Wanye, IN
Tye Campbell
260-748-7032
City of New Haven, IN
John Clair
317-370-1864
Butler, Fairman & Seufert, Inc.
Scott Siple
317-895-2585
United Consulting, Inc.
Brad Burk
812-584-2048
Indiana Department of Transportation
Jeremy Campbell
317-443-2910
Butler, Fairman & Seufert, Inc.
Mitchell Green
260-704-1453
DLZ Engineering
Dennis Butler
260-471-8964
Indiana Department of Transportation
Job References
Contracted With
Anderson Community School Corp
City of Anderson, IN
City of Carmel, IN
City of Carmel, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Indianapolis, IN
City of Richmond, IN
City of Shelbyville, IN
City of Tipton
City of Tipton, IN
Community School Corp of So Hancock Co
Country Club Heights
Crider & Crider
Delaware Co Regional Wastewater District
Halteman Villas
Hamilton County
Hamilton County Highway Department
Harrison High School
Herman Associates
INDOT
INDOT - IR -29367-A
Type of Work
Landscaping
Tree Planting
Demolition
Water Main Extension
Demolition
Canal Basin Landscape Project
Basketball Courts
Playground
Replacing Trees
Landscaping Project
Excavating, Clearing, Demolition
Restoration
Grading Football Field
White River Greenways
Detention Basin/Retrofits
Sanitary Sewer
Drainage Project
Sewer
Drainage
Football Field
Concrete Curbs, Storm Drain & Inlet
Wetland Mitigation
Sewer Extension
Drainage
Rehabilitation
Gabion Installation
Football Field Resurface
Retaining Walls
Pipe Lining
Demolitiom
Location
Contract Amt
Anderson High School
$
101,701.00
East 29th Street
$
3,485.00
$
67,806.80
Old Meridian Street
$
277,400.00
High School Road
$
10,000.00
$
103,000.00
Brookside & Thompson Parks
$
52,400.00
Bowman Park
$
181,716.00
$
9,710.00
86th Street
$
718,001.00
Carson Park
$
296,111.00
Coffin & Eagle Gold Course
$
318,409.00
Douglas Park
$
504,311.00
$
2,000.00
Wetnight East & Derbyshire Creek
$
309,300.00
$
142,822.04
Elliott/Montgomery Streets
$
298,101.00
Various
$
1,814,746.00
Dearborn Street
$
1,514,093.25
New Palestine High School
$
101,400.00
Anderson, IN
White Oaks @ 96th Street
$
161,201.00
Meadowcrest Addition
$
271,491.00
Muncie, IN
$
69,755.00
$
544,482.50
$
52,438.15
$
58,252.00
$
23,356.25
St Rd 30
$
946,211.00
1-465 Indianapolis
$
148,402.80
INDOT - M -26302-B
Debris Removal
INDOT - M -26437-B
Pipe Lining
INDOT - M -29311-A
Pipe Lining
INDOT - R -26123-B
$
INDOT - R -27850-B
Landscaping
INDOT - R -28242-A
Small Structure Replacement
INDOT - R -28522-A
Demolition
INDOT - R -28650-A
Slip Lining
INDOT -Toll Road
Landscaping
Prophetstown State Park
Landscaping
Tippecanoe County
Culvert Project
Town of Cicero, IN
Storm Sewer Project
Town of Fishers, IN
Multi -use Path
Vigo County School Corp
Football Field Crowning
City of Tipton, IN
Sewer Seperation
City of New Haven, IN
Water Main Improvement
City of Fort Wane, IN
Flood Control
City of Fort Wane, IN
Flood Control
Purdue University
Wetland Mitigation
INDOT R -35726-A
Pedestrian/Bicycle Trail
City of Carmel
Bank Stabilization
INDOT R -36889-A
Bike/Pedestrian Trail
INDOT R -29394-A
Environmental Mitigation
INDOT R -34272-A
Pipe Lining
INDOT R -35618-A
Safe Route to School
City of Delphi
WWTP Effluent Pipe Replacement
Town of Fishers, IN
Stormwater Improvement
$ 72,500.00
$ 64, 977.50
Crawford County
$
110,953.00
Monon Trail
$
2,418,911.00
Elletsville
$
78,525.00
Fulton County
$
270,903.93
Warrick County
$
10,599.60
Crawfordsville District
$
437,377.00
$
23,678.88
Tippecanoe County
$
93,273.75
$
416,502.95
Jackson Street
$
115,502.50
106th Street, Fishers, IN
$
469,944.00
$
142,935.24
$
1, 917, 086.81
Rose Avenue, New Haven, IN
$
198,788.60
Allen County, Fort Wayne, IN
$
51,382.00
Allen County, Fort Wayne, IN
$
109,640.00
West Lafayette, IN
$
63,400.00
Hancock County, Pennsy Trail
$
230,264.90
Cool Creek, Carmel, IN
$
253,822.00
Carmel, IN
$
666,736.50
Aurora, IN
$
592,694.00
Berne, IN
$
180,096.00
Berne, IN
$
161,914.00
Delphi, IN
$
675,889.00
Fishers, IN
$
241,525.00