Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
HIS Constructors
BID 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 envelope. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company: Project Name: Project #16 -SW -08(2) Small Structure Replacement: Culvert 43 — Hoover Road over Clay Creek Culvert 85 -111th Street over U.N.T. of Carmel Creek Date Submitted: Base Bid Amount: � �� BIDDER'S ITEAHZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be zttilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fidly and accurately filled in and completed and notarized. Project: Small Structure Replacements of Culverts 43 & 85 Project Number: 16 -SW -08(02) Proposal For Construction of: The replacement of the existing small structure 43 over Clay Creek on Hoover Road located 455 feet north of Braeburn Drive. And The replacement of the existing small structure 85 over U.N. T. of Carmel Creek on 111"' Street located 100 feet west of Echo Crest Drive W. Date: U-"' act' l To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 PART 1 BIDDER INFORMATION Print 1.1 Bidder Name: 1.2 Bidder Address: Street Address: 6/60 15 , /P5 City: Ty -4i c tapofis State: JEAJ. Zip: Phone: b31'7-,Q9q-1 /95' Fax: 1.3 Bidder is a/an [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 #2, dated January 23, 1958.] 1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 2.1 2.2 PART 2 BID PROPOSAL 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, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total: Base Bid:[)ne Millis a -fv- Dollars ($T General -one- cell,.-, Si)cfy -Ihre_-C.e_M+S The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder further acknowledges that the unit quantities 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 further 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. BID -3 PART 3 CONTRACT ITEMS AND UNIT PRICES Itemized Proposal Project 16 -SW -08(02) Small Structure Replacements of Culverts 43 & 85 Item # Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS' 2 Mobilization / Demobilization 1 LS 3 Clearing Right of Way 1 LS 131A0 4 Common Excavation 510 CYS jls 20 22-1 5 5 B Borrow 64 CYS 6 Temporary Seeding 232 LBS cc7 sq Temporary Mulch 2 TON 8 Temporary Inlet Protection 4 EACH //moi, ' �i2% 9 Temporary Check Dam 10 TON 10 Silt Fence 780 LFT d 7 11 Dewatering 1 LS / "�,°� a/ 12 Structural Backfill, Type 2 1509 CYS 9 13 Compacted Aggregate, No. 53, Base 606 TON $ 8 14 HMA Widening, Type B 17 TON 15 Milling, Transition 322 SYS �° �Q, 9 16 HMA Surface, Type B 163 TON t� 7a 17 HMA Intermediate, Type B 210 TON 42ZS (� ;5w� ° 18 HMA Base, Type B 296 TON �/, gg 19 Asphalt for Tack Coat 2980*EACH,.�' D/ aN.�20 Curb and Gutter,Concrete, Type II 525. /°XI21 HMA For Approaches, Type B 44,22 Handrail 132?'/6z, 23 Guardrail Transition, TGB 2SJ9 ° 24 Guardrail End Treatment, Type OS 1 EACH'7 25 Guardrail Terminal End Section 4 EACH 156,,1 6z 26 W -Beam Guardrail 263 LFT 2/. E6 6 94 27 Guardrail, Remove 185 LFT.9,0 6 s 28 Revetment Riprap 281 TON / 11�0 .512-11 29 Uniform Riprap 83 TON 6;31 8�4Z, 30 Geotextiles 603 SYS 7s 6,7�• " 31 Sodding 281 SYS 32 Mulched Seeding, U 2050 SYS 33 Erosion Control Blankets 2050 SYS , io 34 Structure, Reinforced Concrete Box, 13'x5' 43 LFT 9 35 Structure, Reinforced Concrete Box, 18'x6' 47 LFT 36 Pipe, RCP, 12" 121 LFT E KAJ Itemized Proposal Project 16 -SW -08(02) Small Structure Replacements of Culverts 43 & 85 Item # Item Quantity Unit Unit Cost Total Cost 37 Pipe, RCP, 15" 160 LFT .n 7,0 $ / 38 Pipe, RCP, 18" 22 LFT 39 Pipe, RCP, 24" 106 LFT 40 Inlet, E7 2 EACH 41 Inlet, J10 1 EACH ���8, ,5�Q,30 42 Manhole, J8 1 EACH 43 Pipe end section, Diameter 12" 2 EACH p,$% Z /p Z, 44 Pipe end section, Diameter 18" 1 EACH 4,375,0-51 45 Pipe end section, Diameter 24" 1 EACH 46 Adjust Casting to Grade 1 EACHgbj v0 I r 47 Adjust Water Valve to Grade 2 EACH 912, °° 48 Maintaining Traffic 1 LS Cc �C> 49 Construction Sign, A 6 EACH 166, 50 Construction Sign, B 4 EACH 51 Construction Sign, C 6 EACH7— 52 Road Closure Sign Assembly 10 EACH r , 53 Detour Route Marker Assembly 26 EACH %4 Q/S, 54 Barricade, III -A 120 LFT 2Z, 55 Barricade, III -B 84 LFT ZZ, Y6016" 56 Sign post, square, type 1, reinforced anchor base 23 LFT 00 r 57 Sign, sheet, relocate 2 EACH 40 58 Line, Paint, Solid, White, 4" 435 LFT 59 Line, Paint, Solid, Yellow, 4" 960 LFT3� 60 Transverse Marking, Paint, Stop Line, White, 24" 16 LFT Total ®y`7 M PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 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. 4.2 The Bidder acknowledges receipt of the following addenda: DATE `7 -31-13 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fidly 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 Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: CIA & BID -7 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 #96a 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. 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: Written Signature: Printed Name: Title: Important - Notag Signature and Seal Required in the Space Below STATE OF �Lpc ; 1 ,n SS: COUNTY OF Subscribed and sworn to before me this _LQ i— day of 20 My commission expires: q-/4-/9 (Signed) AILV Printed: % c2 ,�, r� s \ �� MM Y K. P....... ? Residing in ���: tc v� County, State of -j ;r„1 jr v, cti �; o�`O" �oG� FAN'% NOTARY p1ja i CNO • 625692 i = m ARY SEAL c ',., s 041 A- ............ , OF I IN :_- K BID BOND City of Carmel Instructions To Bidders Bidders may use this form or other form containing the same material conditions and provisions as approved in advance by OWNER/Obligee. Bidder/Surety must attach a signed, certified and effective dated copy of the Power of Attorney or Attorney -In -Fact establishing the authority of the persons) signing this Bid Bond on behalf of the Surety. The Surety company executing this bond shall appear on the most current list of "Surety Companies Acceptable on Federal Bonds, " as specified in the U.S Treasury Department Circular 570, as amended, and be authorized to transact business in the State of Indiana. KNOW ALL lv1EN BY THESE PRESENTS, that the undersigned `Bidder": HIS Constructors, Inc. and "Surety", [Name] Fidelity and Deposit Company of Maryland [Addressi 600 Red Brook Blvd, Suite 600 Owings Mills MD 21117 a corporation chartered and existing under the laws of the State of M D , and authorized to do business in the State of Indiana, are held and firmly bound unto the City of Carmel, Indiana ("Obligee") in the full and just sum equal to ten percent (IW) of the price stated in the Bid proposal described in Part 2, including accepted alternates, if any, to be paid upon demand of the Obligee, together with interest at the maximum legal rate from date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument, to which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally and firmly by these presents. Ten percent (10%) of the price stated in the Bid Proposal is $ 10g1. q t.y i VAIEREAS, the Obligee has solicited Bids for certain work for or in furtherance of construction of improvements described generally as: Small Structure Replacements of Culverts 43 & 85, Project No. 16 -SW -08(02) pursuant to plans, specifications and other "Contract Documents" included as parts of and designated by such solicitation; and WHEREAS, the Bidder has submitted to the Obligee a Bid proposal to perforin such Work. NOW THEREFORE: The conditions of this obligation are such that if the Bid proposal be accepted, with or without conditions, the Bidder shall within such time thereafter as prescribed by the Contract Documents (i) fulfill all conditions of such award that remain to be fulfilled, (ii) execute an Agreement in accordance with the Bid proposal and in the form and manner required by the Contract Documents, and (iii) thereafter provide all bonds, and other documentation required by the Contract Documents to be delivered to Obligee prior to commencing work on the project, including without limitation a sufficient and satisfactory performance bond and payment bond payable to Obligee, each in an amount of one hundred percent (100%) of the total project Agreement price as awarded and in form and with surety satisfactory to said Obligee, then this obligation to be void; otherwise to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Bidder to comply with any or all of the foregoing requirements within the time specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon demand, the amount hereof, in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. IN TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and sealed this 16th day of August , 2017 This BM Bond shall bind the undersigned, Surety whether or not also signed by the .Bidder. acture ,Fidelity and surety Deposit Company of Maryland By: -*Z �- /Z Pt :Eric M. Wahlstrom Attorney -in -Fact Countersigned: N/A p�4 Of P®s7� W o ngo DATE: August 16, 2017 TO: City of Carmel, Indiana RE: CONTRACTOR: HIS Constructors, Inc. BID DATE: August 16, 2017 PROJECT: Small Structure Replacements of Culverts 43 & 85, Project No. 16 -SW -08(02) The purpose of this letter is to advise that should the captioned contractor be the successful bidder, and enter into a contract for the described work, Fidelity and Deposit Company of Maryland will provide appropriate Performance and Payment Bonds, subject to the terms and conditions of the bid HIS Constructors, Inc. Fidelity and Deposit Company of Maryland �• ��vi d By: "� o Wahlstrom Attorney-in-fact l890 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 MICHAEL BOND, 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 Robert M. RUTIGLIANO, Eric M. WAHLSTROM, Brian T. MORTON, Terry R. HURST, Tia A. BOICE, David M. OLIGER, Christina Marie SCHMITTER and Tina SENEFELD, 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 28th day of September, A.D. 2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND "•iris(, 000" , .��ps? o 8ll SAL tom: low ''a t Secretary Vice President Eric D. Barnes Michael Bond State of Maryland County of Baltimore On this 28th day of September, A.D. 2016, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL BOND, 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. � r Maria D. Adamski, Notary Public My Commission Expires: July 8, 2019 POA -F 044-0465E CONSENT TO CERTAIN ACTIONS OF HIS CONSTRUCTORS, INC. The undersigned, constituting the Board of Directors (the "Board") of HIS CONSTRUCTORS, INC. (the "Company"), an Indiana corporation, acting as authorized pursuant to the laws of Indiana, hereby effect the following actions of the Company as set forth in the following resolutions: WHEREAS, certain of the officers and executives of the Company need authority to execute contracts, bids and other legal documents and instruments in the name of the Company; NOW THEREFORE, BE IT RESOLVED, that the following executives and officers of the Company shall be and they hereby are, authorized and directed to execute such contracts, bids and the documents and instruments formed in the name of the Company as they in their discretion shall deem necessary and/or appropriate to carry on the ordinary course of business of the Company: Terry L. Morgan Sr. Terry L. Morgan Jr. Stephen Ahlersmeyer Kevin Risser FURTHER RESOLVED, that the following persons shall be and they hereby are, named executive officers of the Company to act in the capacities Indicated below: Name Office Terry L. Morgan, Sr. President Terry L. Morgan, Jr. Executive Vice President Kevin Risser Chief Financial Officer/Secretary/Treasurer Stephen Ahlersmeyer Sr. Vice President of Estimating/Engineering Brian Keeney Vice President of Operations FURTHER RESOLVED, that the only persons authorized to encumber the Companyto any debt or borrowings of any type are indicated below. Terry L. Morgan, Sr. President Terry L. Morgan, Jr. Executive V.P. Kevin Risser CFO/Secretary/Treasurer FURTHER RESOLVED, that the following person shall be and they hereby are, named an executive officer of HIS Constructors, Inc d.b,a HIS Environmental Services, Inc to act in the capacities indicated below: Jay Geise Vice President of Estimating/Engineering HIS Environmental Services, Inc FURTHER RESOLVED, that all actions taken by the Board of the Company in connection with the foregoing authorizations and appointments shall be, and they hereby are, in all respects ratified, confirmed and approved; and FURTHER RESOLVED, that the appropriate officers of the Company shall be, and they hereby are, authorized, empowered and directed, for and on behalf of the Company, to execute such other instruments, certificates and documents and do such other acts and things as may be reasonable, necessary, appropriate or expedient and in the best interest of the Company in order to carry out the intents and purposes of the foregoing resolutions. IN WITNESS WHEREOF, the and r igned have executedn delivered this Unanimous Conserv s -of 5day of a, 2015. -7 3 - Ter L. ,— r. Tass air Noard Board David Retherford Hoard Member X�L A " Kevin Risser perry L. MorK, Jr. Board Mem om Potts Board Member Board Member STATE OF INDIANA OFFICE OF THE SECRETARY OF STATE CERTIFICATE OF EXISTENCE To Whom These Presents Come, Greetings: I, Charles P. White, Secretary of State of Indiana, do hereby certify that I am, by virtue of the laws of the State of Indiana, the custodian of the corporate records, and proper official to execute this certificate. I further certify that records of this office disclose that HIS CONSTRUCTORS, INC. duly filed the requisite or authorizedtto t�ansact business in theence business rvities under the State of ndianalaws of on April 25e 20 of Indiana on November 24, 2009, and was in existence I further certify this For -Profit Domestic Corporation has filed its most recent report required by Indiana law with the Secretary of State, or is not yet required to file such report, and that no notice of withdrawal, dissolution or expiration has been filed or taken place. In Witness Whereof, I have hereunto set my hand and affixed the seal of the State of Indiana, at the city of Indianapolis, this Twenty -Fifth Day of April, 2011. Charles P. White, Secretary of State 2009112500279/2011042592286 State of Indiana Office of the Secretary of State CERTIFICATE OF INCORPORATION of HIS CONSTRUCTORS, INC. I, TODD ROKITA, Secretal"y of State of Indiana, hereby certify that Articles of Incorporation of the above For -Profit Domestic Corporation have been presented to me at my office, accompanied by the fees prescribed by lav and that the documentation presented conforms to laj�, as prescribed by the provisions of the Indiana Business Corporation Law. NON�1, THEREFORE, with this document I certif ? that said transaction will become effective Tuesday, November 24, 2009. .Pk\ In 1A7itness Whereof, I have caused to be affixed my signature and the seal of the State of Indiana, at the Citi' of Indianapolis, November 24, 2009. TODD ROKITA, SECRETARY OF STATE 2009112500279/2009112554333 Standard Questionnaires and Financial Statement for Bidders For use in investigating and determining the qualifications of bidders on public works contracts when the aggregate cost of such contract will be a hundred thousand dollars ($100,000) or more. This form may be used for any other contract when the ordering department requests it. These statements are to be submitted under oath by each bidder with and as a part of the bid. NOTE: THIS FORM BECOMES PART OF THE BID FILE, AND PURSUANT TO INDIANA'S PUBLIC RECORDS LAW (IND. CODE SS5-14-3-1-5-14-3-10), WILL BE AVAILABLE FOR PUBLIC INSPECTION AND COPYING DURING CENTRAL PURCHASING'S REGULAR BUSINESS HOURS WHEN THE TOTAL CONTRACT PRICE EXCEEDS $100,000. Submitted to: Company Name: Address: Representative: Telephone Number: Date Submitted TO THE BIDDER -- CITY OF CARMEL HIS Constructors, Inc. and Subsidiaries 5150 E. 65TH Street, Suite B Indianapolis, IN 46220-4817 Kevin Risser, CFO 317-284-1195 August 16th _ 2017 These forms, required by the City of Indianapolis and Marion County, Indiana, have been prescribed by the State Board of Accounts. They properly filled out and attested, must accompany each bid of a hundred thousand dollars ($100,000), or more. If the ordering department requests it, they may be required for bids of lesser amounts as well. The forms are designed to cover all public work Contracts/all other applicable situations and the bidder is required to answer such questions as are pertinent to the work being bid/R.F.Q. The purpose of the questionnaire is to enable the awarding body to determine the qualifications of the bidder to carry out successfully the contract if the same is awarded to the bidder. The bidder will find it to his advantage to answer fully all questions coming within the range of the work being bid. Particular attention should be given the "Financial Statement" and the details relative to the assets and liabilities set out. This form is made in extensive detail so that the bidder may explain his assets and liabilities in proper sequence and in a uniform manner. NOTE: FAILURE TO FILL OUT THESE FORMS COMPLETELY MAY BE GROUNDS FOR DECLARING THE ENTIRE BID NON-RESPONSIVE. Submitted by Principal Office at To City of Carmel HIS Constructors, Inc. 5150 E. 65TH Street, Suite B, Indianapolis, IN 46220 _ A Corporation A Co -partnership An Individual EXPERIENCE QUESTIONNAIRE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. 1. How many years has your organization been in business as a general contractor under your present business name? 6 years (2004-2009) as HIS Constructors, LLC then mer ed into HIS Constructors, Inc. in November 2009_ How many years experience in Environmental & Civil construction work has your organization had: (a) As a general contractor 20 _ (b) As a sub -contractor What nroiects has your organization completed? 20 CONTRACT AMT. j CLASS OF WORK ::::[:_COMPLETED WHEN NAME AND ADDRESS OF OWNER $1,652,811 Slide Correction A May 2013 INDOT _R -34481-A Ripley County $1,022,077 Small Structure Replacement —M _ j November 2012 T INDOT — B -29052-A Steuben County $3,278,722 Site Remediation August 2013 j Confidential — Subcontractor to Burns & McDonnell $1,845,769 Levee Flood Level Reduction April 2014 US Army Corp's of Engineers 3A. What nroiects has vour organization now in process of construction? CONTRACT AMT. CLASS OF WORK WHEN TO BE COMPLETED NAME AND ADDRESS OF OWNER $7,049,749 Bridge Replacement October 2015 —INDOT — B -31477-A Vigo County $1,855,701 ! Bridge Replacement —r— November 2014 INDOT — B-33184 Parke County $1,227,447 Small Structure Replacement October 2014 INDOT — R-31571 Fountain County $5,554,891 Road Construction i Spring 2015 _ City of Shelbyville, IN 4. Have you ever failed to complete any work awarded to you? NO If so, where and why? 5. 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? NO _ If so, state name of individual, other organization, and reason therefore. 6. Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? NO If so, state name of individual, name of owner and reason therefor. 7. In what other lines of business are you financially interested? NONE For what corporations or individuals have you performed work, and to 8. whom do you refer? Duke Energy Indiana, Inc — Kerri Buhrlage: Kerri.buhrla�duke-ene�.com NiSource, Inc — Sydney Wuellner-Rice 219 647-4398 _ Delta Environmental Chad Pitcher — _-_- For what cities have you performed work and to whom do you refer? Indianapolis DPW — 1200 S. Madison Ave, Indpls, IN 46225Steve Nielson ------------- -- City of Crawfordsville — 300 E Pike St, Crawfordsville, IN 47933 Chris Kaufman City of Terre Haute — 17 Harding Ave., Rm 200, Terre Haute, IN 47807 _ Patrick Martin 812-232-4028 10. For what counties have you performed work and to whom do you refer? Hamilton County_ One Hamilton County Square, Suite 157 Noblesville, IN 46060 — Steve Dillinger Boone County — 1955 Indianaapolis Ave., Lebanon, IN 46052 _ Rick Carney 765-482-4550 11. For what State bureaus or departments have you perfonned work and to whom do you refer? 12. INDOT-Greenfield, Crawfordsville, Ft. Wayne, Vincennes Various contracts-------- IN ontracts_IN Department of Admin DPW -401 W. Washington Street Government Center South, Indpls, IN 46204 Have you ever performed any work for the U.S. Government? If so, when and to whom do you refer? US ARMY CORP OF ENGINEERS YES CURTIS CHARLES (317) 532-4235 13. What is the construction experience of the principal individuals of your organization? INDIVIDUAL'S PRESENT POSITION YEARS OF CONSTR'TION MAGNITUDE AND IN WHAT CAPACITY NAME OR OFFICE EXPERIENCE TYPE OF WORK Terry L. Morgan, Sr. President 37 Exc, Util, Brdge, Pay, Env. Operations/Admin Steve Ahlersmeyer, Sr. VP/Est. & Engrg 39 Exc, Util, Brdge, Pay, Env. Estimating/Engineering Brian Keeney VP Operations 27 Exc., Demo, Env., Util., Bridge Operations Jay Geise VP Env Est & Engrg j 20 Exc, Piling, Demo, Env, Util Operations/Admin — Terry L. Morgan, Jr. Executive VP 13 Bridge, Exc, Env, Demo - Operations/Admin Courtney Myers Estimator/PM 6 Bridge, Piling, Earth Ret Estimating/Proj Mgt Ken Polston Sr. Estimator/PM _ 13 Exc, Demo, Sm Str, Env —, Estimating/Proj Mgt Scott Beyer Const. Manager 6 — Bridge, Exc, Utility _—Operations Dan Clingan _ Const. Manager 31 Exc, Env, Demo Operations Brian Pickering Superintendent 29 Brdge & Rpr, Demo, Exc, Util Operations Fred Arvin Superintendent 37 Exc/Hvy Grading, Util, Env Operations Brian Morgan Superintendent 13 Exc, Util, Sm Str, Env, Demo Operations —_ PLAN AND EQUIPMENT QUESTIONNAIRE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. In what manner have you inspected this proposed work? Explain in detail. SITE VISIT 2. Explain your plan or layout for performing the proposed work. PER PROJECT SPECIFICATIONS The work, if awarded to you, will have the personal supervision of whom? TO BE DETERMINED *4. Do you intend to do the hauling on the proposed work with your own forces? If so, give amount and type of equipment used. NO *5. If you intend to sublet the hauling or perform it through an agent, state amount of sub -contract or agent's contract, and if known, the name and address of sub -contractor or agent, amount and type of his equipment and financial responsibility TO BE DETERMINED * Items 4, 5, 6, and 7 may not be applicable in all building contracts; if not, omit. 0 *6. Do you intend to do the grading on the proposed work with your own forces? *7 If so, give type of equipment to be used. See attachment A. YES If you intend to sublet the grading or pet -form it through an agent, state amount of sub -contract or agent's contract, and, if known, the name and address of sub -contractor or agent, amount and type of his equipment and financial responsibility. N/A Do you intend to sublet any other portions of the work? YES If so, state amount of sub -contract, and, if known, the name and address of the sub -contractor, amount and type of his equipment and financial responsibility. TO BE DETERMINED From which sub -contractors or agents do you expect to require a bond? FOR SUBCONTRACTS OVER $50,000 1 fl What Prminment fin vorn own that is availahle for the nronosed work? QUANTITY ITEM DESCRIPTION, SIZE, CAPACITY, ETC. CONDITION PEARS OF SERVICE PRESENT LOCATION SEE ATTACHMENT A– -- — – -- --r-- 12. How and when will you pay for the equipment to be purchased? — N/A _ _ _ 13. Do you propose to rent any equipment for this work? NO If so, state type, quantity, and reasons for renting. 14. Have you made contracts or received firm offers for all materials within prices used in preparing your proposal? Do not give names of dealers or manufacturers. YES 15. List all permits, licenses, or registrations, which you have and are required by law to maintain in order to bid on this work. Please include the type of the permit, license, or registration; the name of the issuing entity; the number of the licenses, permit, or registration; and the expiration date. We have a Citv of Indianapolis General Contractor license (expires 12/31/17) and are prequalified to perform work for INDOT (renewed annually as of 4/30) In addition we have been prequalified with the Dept of Public Works. Dated at ®; Q this day of j4 HIS C ;LRt TORS, INC _— STATE OF COUNTY OF Indiana II If II I/ �y \\�`MY• K • • BAF /���% �`� '` .''o`er ��,�•. NptAR PUBLIC PU IC Marion 1 ••f # 625692 ; RY SEAQ \oc a (Name of,/Orgamz tion) Chief Financial Officer (Title of Person Signing) ��t/���i� S('✓ �,' oi; �omm�A y�. �Q being duly sworn, deposes and says that he is _ of the ab' e'9 J � P �` ____ HIS Constructors, In_c. ��/'� (Name of Organization) and that the answers to the questions in the foregoing questionnair'A/ AH 10 statements therein contained are true and correct. Subscribed and sworn to before me this _��p day of �2D My Commission Expires: .T"C" I Notary Public Contractor's Financial Statement Submitted by HIS CONSTRUCTORS, INC — — A Corporation Principal Office at 5150 E. 65--STREEr, SUITE B, INDIANAPOLIS, IN 46220 — — A Co -partnership An Individual TO City of Carmel Condition at close of business, December 31 2016 1. Cash: (a) On hand _.........._.__ .................._..... 2. Notes receivable (a) Due within (b) Due after 91 (c) Past Due 3. Accounts receivable from completed for payment 4. Sums earned on uncompleted contrac (a) Amount receil (b) Retainage to c 5. Accounts receivable from sources otl 6. Deposits for bids or other guarantees 7. Interest accrued on loans, securities, 8. Real estate: (a) Used for business (b) Not used for busi 9. Stocks and bonds: (a) Listed - pt (b) Unlisted - 10. Materials in stock not included in Iter 11. Equipment, book value 12. Furniture and fixtures, book value 13. Other assets 7 Dollars Cts. ASSETS (b) In bank 296,823 -- c) Elsewhere -$_.._ ...................__ IO days --... . . Idan...._............... _........ _._..__................ -._._................................. ------............. -_----------------- --- ................. ............... I contracts, exclusive of claims not approved .................-........._.....--...... .... . .............. __ .... _.._.......... _..._.....g . - .............__ ...--- ...................._-.. ts as shown b.. . en engineer's or architect's estimate able after deducting retainage -- 4 i 2 5! -� 9 9 2 1 j - 9 68 1 5 }— 4 18 I 3 5 21 -- 9 2 3 3 8 5 - 0 00 00 1 00 00 ate, due upon completion of contracts7 .................... .............. ....... __ er than construction contracts_..._..................._...................................� 3 9 8 7 0 5 9 0 8_j 6 9 00 00 (a) Recoverable within 90 days- (b) Recoverable after 90 days - _......... ,----- j _� ;tc.-........_.........-.._.............-....._..----------------------.......__.._..._...._.._.__....__.....� purposes- . . ............_........._....__.................................................._......................._......-...............-- less purposes esent market value 1— !— present value 2 1 5 1 3 2 00 n 4 (a) For uncompleted contracts (present value) (b) Other materials (present value) _ - 9 2 0 0 3 4 00 2 2 - 4 6 - �3 -- 4 3 4 3 1 2 3 4 00 00 00 --.. .-_.....................--........................ _----................................................... _.......................... _........_.......................- ................. -..._....................... -.... _-.- ......... _.._........ _. _........... --- - - ._............. ................ _......... _.__............ Total assets - - 12 2 1 0 3 2 7 5 00 7 LIABILITIES 1. Notes payable: (a) To banks regular (b) To banks for certified checks (c) To others for equipment obligations (d) To others exclusive of equipment obligations 2. Accounts payable: (a) Not past due (b) Past due 3. Real estate encumbrances 4. Other liabilities _......_...........—................ 5. Reserves 6. Capital stock paid up: (a) Common (b) Common (c) Preferred (d) Preferred 7. Surplus (net worth) CONTINGENT LIABILITIES 1. Liability on notes receivable, discounted or sold 2. Liability on accounts receivable, pledged, assigned or sold 3. Liability as bondsman 4. Liability as guarantor on contracts or on accounts of others 5. Other contingent liabilities Total liabilities Total contingent liabilities W 4 1 4 ; 9 ; 5 3 00 00 00 00 00 2 6' 55 'i, 6 1 9 4 7 00 12 2! 0 11 3 2 7 5 00 00 00 00 00 00 DETAILS RELATIVE TO ASSETS 1 (a) on hand $ Cash (b) deposited in banks named below 296823___ (c) elsewhere -- (State where) NAME OF BANK LOCATION DEPOSIT IN NAME OF AMOUNT THIRD BANK INDIANAPOLIS HIS CONSTRUCTORS, INC. _— $8,896 ---FIFTH MERCHANTS BANK------.— INDIANAPOLIS _ HIS TRANSPORT, LLC. — — $42,253 _ _FIRST FIRST MERCHANTS BANK_ INDIANAPO_LIS HYDRO VAC SERVICES, LLC_ —_ -- $211,906 FIRST MERCHANTS BANK _ INDIANAPOLIS _ HIS MANAGEMENT CORPORATION $33,768 _ — INDEFINITE PLEDGE AGREEMENT — — — 118,825 680,449 (a) due within 90 days 2* Notes Receivable (b) due after 90 days (c) past due $ 21,898 $515,325 ._......_.......... RECEIVABLE FROM: NAME AND ADDRESS FOR WHAT DATE OF MATURITY HOW SECURED AMOUNT HIS CONSTRUCTORS, INC. ESOP PLAN RED PYMTS 3/31/2018 ------- PLEDGE AGREEMENT —_ 21.898 — ------- -------------- TERRY MORGAN ------ --- INV - -- INDEFINITE UNSECURED _ — — 150,000 BLUE RIVER ENVIRONMENTAL WKING CAP_ INDEFINITE_ _UNSECURED — 246,500 _ HIS CONSTRUCTORS, INC. ESOP PLAN RED PYMTS _ — INDEFINITE PLEDGE AGREEMENT — — — 118,825 680,449 0 265,490 City of Shelbyville Have any of the above been discounted or sold? NO------- If so, state amount, to whom, and reason 3* Accounts receivable from completed contracts exclusive of claims not approved for payment $ NAME AND ADDRESS OF OWNER NATURE OF CONTRACT AMOUNT OF CONTRACT AMOUNT RECEIVABLE AMOUNT INDOT—Crawfordsville 6,917,000 6,813,416 6,466,855 FWHEN 0 346,561 INDOT - Crawfordsville 1,326,856 1,326,856 988,975 _0 337,881 7E -To Lake Conservancy District 945,939 945,939 680,449 Have any of the above been assigned, sold, or pledged? __ No If so, state amount, to whom, and reason Sums earned on uncompleted contracts, as shown by engineer's or architect's estimate: 4* a) Amount receivable after deducting retainage $ 4,994,530 b) Retainage to date due upon completion of contract — _— — _ 79_ 7,So6 DESIGNATION OF CONTRACT AND NAME AND ADDRESS OF OWNER AMOUNT OF CONTRACT AMOUNT EARNED AMOUNT RECEIVED RETAINAGE AMOUNT EX - CLUSIVE OF RETAINAGE AMOUNT INDOT—Crawfordsville 6,917,000 6,813,416 6,466,855 FWHEN 0 346,561 INDOT - Crawfordsville 1,326,856 1,326,856 988,975 _0 337,881 7E -To Lake Conservancy District 945,939 945,939 680,449 0 265,490 City of Shelbyville 6,978,393 5,916,915 4,755,229 298,757 862,929 _ Various other contracts 498,749 3,181,669 Have any of the above been assigned, sold, or pledged? Yes_ If so, state amount, to whom, and reason Substantially all company assets secure the First Merchants Bank borrowings. *List separately each item amounting to 10 per cent or more of the total and combine the remainder. DETAILS RELATIVE TO ASSETS (Continued) 5* Accounts receivable not from construction contracts $ 380,989 RECEIVABLE FROM: NAME AND ADDRESS FOR WHAT WHEN DUE AMOUNT Blue River Environmental Misc Open Ended 202,032 QEPIHIS, LLC ShortTermReceivable Open Ended ---2.2,532 Terry Morgan Trade Receivable Open Ended - — — — ------ 101,011 Various Other Misc Open Ended 55,414 What amount, if any, is past due 6 1 Deposits with bids or otherwise as guarantees DEPOSITED WITH: NAME AND ADDRESS FOR WHAT WHEN AMOUNTI I RECOVER -ABLE I 8* Real estate (a) Used for business purposes � book value (b) Not used for business purposes *List separately each item amounting to 10 per cent or more of the total and combine the remainder. 10 DETAILS RELATIVE TO ASSETS 9 Stocks and bonds (a) Listed – present market value (b) Unlisted – present market value DESCRIPTION ISSUING COMPANY LAST INT. OR DIV. PAID PAR VALUE PRESENT MARKET VALUE _ QTITY AMOUNT DATE % — -- DIRT STOCKPILE -- 920,034 — — —_ 2 — — ---- --------- 3 — -- — ---- - ------ --- -- -- - 5 -- -- -- 6 WHO HAS POSSESSION IF ANY ARE PLEDGED OR IN ESCROW, STATE FOR WHOM AND REASON AMOUNT PLEDGED OR IN ESCROW - --- -- - -4-- --— - — - -- 6 -- - ------ ----- -- --- --- —---- 10 Materials in stock and not included in Item 4, Assets: (a) For use on uncompleted contracts (present value) $ _--__- .... .._ (b) Other materials (present value)__9zo,o3a__ DESCRIPTION OF MATERIAL QUANTITY PRESENT FOR UNCOM- PLETED CONTRACTS VALUE OTHER MATERIALS BRIDGE PILING, PLYWOOD, RODS, CLAMPS, WALL TIES SEE ATTACHMENT A --- 215,132 — — -- DIRT STOCKPILE -- 920,034 — — —_ 11* I Equipment at book value $ — 21264,413 QUAN- TITY DESCRIPTION AND CAPACITY OF ITEMS AGE OF ITEMS PURCHASE PRICE DEPRECIATION CHARGED OFF BOOK VALUE SEE ATTACHMENT A — — — — —_ Are there any liens against the above? YES____________ If so, state total amount *If two or more items are lumped above, give the sum of their ages. $ __...__.-2,264,413 ___ --. DETAILS RELATIVE TO ASSETS 12 Furniture and fixtures at book value$ ... 433,324 13 Other assets $ DESCRIPTION AMOUNT MATED EARNINGS IN EXC CONTRACTS TOTAL ASSETS $ 12,203,275 r DETAILS RELATIVE TO LIABILITIES 1 Notes payable (a) To banks, regular$ (b) To banks for certified checks (c) To others for equipment obligations (d) To others exclusive of equipment obligations FOR WHAT _.4,495,995 . 1,537,243 TO WHOM: NAME AND ADDRESS WHAT SECURITY SUBCONTRACTOR WHEN DUE AMOUNT FIRST MERCHANTS BANK SUBCONTRACTOR ALL ASSETS 322,011 _ 2018 _ — 4,495,995 MERCHANTS BANK 227,674 EQUIPMENT VARIOUS — 1/31/2015 -- 157,929 -FIRST GE CAPITAL EQUIPMENT VARIOUS — 254,350 LEASE — EQUIPMENT VARIOUS — 267,623 _ADVANTAGE OTHERS VARIOUS _ VARIOUS — 194,318 2 Accounts payable (a) Not past due _ $ 3,737,945 (b) Past due — --- -- -— --- — -- TO WHOM: NAME AND ADDRESS FOR WHAT DATE PAYABLE AMOUNT RIETH-RILEY CONSTRUCTION SUBCONTRACTOR CURRENT 1,140,047 DAVE OMARA CONTRACTORS, INC. SUBCONTRACTOR — CURRENT 322,011 _— _ C -TECH CORPORATION, INC. SUBCONSULTANT CURRENT 227,674 _ VARIOUS VARIOUS — — CURRENT _ 2,048,213 3 Real estate encumbrances (See Item 8, Assets) — $ _—_ 4 Other liabilities $_............. _.___.....___-_......._44o,�9z... AMOUNT BILLINGS ON INCOMPLETE CONTRACTS IN EXCESS OF COSTS AND ESTIMATED EARNINGS 88,749 _________ _ _.... - ACCRUED SALARIES, WAGES AND BENEFITS 253,006 ...... ......._ - OTHER ACCRUED EXPENSES 99,037 5 Reserves__-_.._..........._._..__...._....._._._.____...._..............._._...___.__.................__...._ INTEREST INSURANCE BLDGS. & FIXT. PLANT DEPR. TAXES BAD DEBTS IPAYROLL AUDIT FEES 6 Capital stock paid up (a) Common $ _......__...--..._._._ ...................(2 6242_.. (b) Preferred % Surplus CAPITAL IN EXCESS OF STATED VALUE $ 2,656,947 TOTAL LIABILITIES $ 12,203,275 12 If a corporation answer this: Amount for which incorporated $1,519,967 Capital paid in cash By Stockholders $ 1,519,967 When incorporated 11/24/2009 In what state Indiana Names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the corporation, including its officers, the signatures of whom are legally binding. Terry Morgan, President TJ Morgan, Executive Vice President Steve Ahlersmeyer, Senior VP of Estimating Jay Geise, VP Environmental Estimating & Engineering Brian Keeney, VP of Operations Kevin Risser, CFO Do you have necessary "certificate of existence" (of certificate of authorization for a foreign corporation)to transact corporate business in this state, under the terms of Public Law 149, Acts of 1986, and acts amendatory thereto? YES If a co -partnership answer this: Date of organization State whether co -partnership is general, limited or association Give the names, addresses and proportional interests of all parties: The name of the partnership firm under which the above partners are operating is Give names of the partnership and titles of all having authority to execute and receipt estimate vouchers and to conduct other business for the partnership, the signatures of whom are legally binding. The undersigned hereby declares that the foregoing is a true statement of the financial condition of the individual, co -partnership, or corporation herein test named, as of the date herein first given; that this statement is for the express purpose of inducing the patty to whom it is submitted to award the submitter a contract; and that any depository, vendor, or other agency herein named is hereby authorized to supply such party with any information necessary to verify this statement. 13 The name of the partnership firm under which the above partners are operating is Give names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the partnership, the signatures of whom are legally binding. The undersigned hereby declares that the foregoing is a true statement of the financial condition of the individual, co -partnership or corporation herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submittor a contract; and that any depository, vendor or other agency herein named is hereby authorized to supply such party with any information necessary to verify this statement. NOTE: A co -partnership must give firm name and signature of all partners. A corporation must give full corporate name, signature of official and affix corporate seal. Affidavit for hidividual STATE OF: } } ss: COUNTY OF: } being duly sworn, deposes and says that the foregoing financial statement, taken from his books, is a true and accurate statement of his financial condition as of the date thereof and that the answers to the forgoing interrogatories are true. Subscribed and sworn to before me this day of (Applicant must sign here) Notary Public Affidavit for Limited Liability Company STATE OF: } } ss: COUNTY OF: } being duly sworn, deposes and says that he is a member of the firm of ; that he is familiar with the books of the said firm showing its financial condition; that the foregoing financial statement, taken from the books of the said firm, is a true and accurate statement of the financial condition of the said firm as the date thereof and that the answers to the fore- going interrogatories are true. Subscribed and sworn to before me this (Member of firm must sign here) day of \\\0Njl 111TN//// MY K Notary Public C NOTAayp Bf/� ` U Affidavit for Corporation e : ��v ARySEALL STATE OF: _l YZ�tCoti-cam } �l ' ecOmmiss`° �Q 20 rn' } ss: �� 9J ' SO4.. A; Q COUNTY OF: flftl�YiLtii1 } //'�FIN��P���`�\\\ _ being duly sworn, deposes and sa�s�h!Yil�tlli��iis L F® of the ills Cis ty-„ .+ �v c -Tnc. the corporation described in and which executed the foregoing statement; that he is familiar with the books of the said corporation showing its financial condition; that the foregoing financial statement, taken from the books of the said corporation, is a true and accurate statement of the financial condition of said corporation as of the date thereof and that the answers to the foregoing interrogatories are true. Subscribed and sworn to before me this day of Zo/-7le (Officer must sign here) i 131 -e -e. s Notary Public EM Equipment List - Summary Equipment and Components Category: Date Attach To Comp of Equipment/Component Vin Number Last Used Status Equip Equip �r CASE TR320 SKID STEER Category: SKID Skid Steer 1-110001 CASE TR320 SKID STEER JAFTR320HDM462789 08/16/16 Active L110002 CASE TR320 SKID STEER JAFTR320KDM462797 08/27/16 Active L110003 CASE TR320 SKID STEER JAFTR320VDM462917 08/16/16 Active L110005 CASE TV380 SKID STEER JAFTV380CEM464234 08/26/16 Active L110006 TAKEUCHI TL10CR 201001728 08/16/16 Active L110007 TAKEUCHI TL10CR 201001786 08/26/16 Active Category: BWALL Barrier Wall (per Ift.) H4025 BARRIER WALL ($6.50 PER LFT) Active Category: C0M84 84 inch Compactor L8004 CASE MODEL SV212 COMPACTOR DDDDSV212NENTC3581 08/24/16 Active L8005 HAMM 84 INCH SHEEPSFOOT ROL 08/24/16 Active L8006 HAMM 84 INCH SHEEPSFOOT ROL 06/17/16 Active Category: PLIMP6 6 inch Pump H12244 CD 150M 6 INCH PUMP 06/28/16 Active L12039 CD150M 6 INCH PUMP 14623020-13 06/28/16 Active L12040 CD150M 6 INCH PUMP 14623020-14 01/08/16 Active Category: TRLER Trailers H2O01 TOWMASTER TRAILER 4KNUT16256L161997 Active H2O02 2007 CARGO MATE UTIL. TRAILER 5NHUCM6267NO58312 Active H2O03 06 CARGO MATE TRAILER 5NHUCM6236NO55477 Active H2O04 06 CARGO MATE TRAILER 5NHUCM6246NO55472 Active H2O05 06 CARGO MATE TRAILER 5NHUCM6246NO55469 Active H2O06 2006 COTTER TRAILER 1 J9BU08146L214575 Active H2O07 2005 UNITED TRAILER 48BTE14285AO75245 Active H2O08 1985 BUD TRAILER 1 BK1OV922FE216195 Active H2O09 1998 CGX TRAILER 4U01 C1425WA982806 Active H201 1998 ASM TRAILER MVIN173456IND Active H2O11 1995 TIMBERWOLF TRAILER 48FCF202XS1000727 Active H2O12 1999 HOTSY TRAILER 13YFS1212XCO75483 Active H2O13 2000 STRINGER TRAILER 1A9AA1615YA275980 Active H2O14 2001 US CARGO TRAILER 4X4400C1611050030 Active H2O15 2001 CROHKHITE TRAILER 4.73E+16 Active H2O16 1987 FRUEHAUF TRAILER 1 H2V04823HA013180 Active H2O17 1987 FRUEHAUF TRAILER 1H2V04825HA013164 Active H2O18 1988 DORSEY SEMI TRAILER Active H2O19 H1997TALBERTTRIAXLELOWBO140FW04831V1015539 Active H2O20 1977 BUDD TRAILER 144592M Active H2O21 1947 FRUEHAUF TRAILER SF21197 Active H2O22 1986 FONTAINE FLAT BED 13N145309G1539895 Active H2O23 58' WABASH NATIONAL SEMI TRL 1 JJV532WXXL561297 Active H2O24 58' WABASH NATIONAL SEMI TRL 1 JJV532UXTL296678 Active H2O25 ALLEGHANY REEL TRAILER 1A9513103PS069965 Active H2O26 1998 NOMANCO TRAILER 8016WTE01303 Active H2O27 HFRUEHAUF FLATBED TRAILER 1H2P0482XMW052516 Active H2O28 91 TL 28' SEMI TRAILER 1 JJV281 N6ML150327 Active H2O30 DUAL AXLE TRAILER 1MWTFB14181XO0150 Active H2O31 DOUBLE AXLE TAG TRAILER (BRE 4P5CC2025E3005594 Active H2O33 TAG TRAILER BRE 5JW1U2021F1115788 Active H2O35 SURE TRAC 7X18 ENCLOSED TRA 5JW1C1829F2112133 Active Category: 185AIR 185 CM Air Compressor 8 HIS Constructors, Inc. Pagel Date Format - MM/DD/YY 09/06/16 03:49:16 PM EMListSummary.rpt EM Equipment List - Summary Equipment and Components 8 HIS Constructors, Inc. Page 2 Date Format - MM/DD/YY Date Attach To Comp of Equipment/Component Vin Number Last Used Status Equip Equip 'Department '101 HIS Medrum Ec{uipment Account ti �� r � t C©ntrrtued _ _� L__� �v�� ----3 `Contlnu�d Category: 185AIR 185 CM Air Compressor - Continued H4007 INGERSOLL RAND AIR COMPRES; 159448U87953 Active H4022 SULLIVAN AIR 125 AIR COMP 17700A Active Category: DOZD5K D5K Sized Dozer L5009 KOMATSU D39EX DOZER 90217 08/26/16 Active L5010 KOMATSU D39EX DOZER 90225 08/27/16 Active L5011 KOMATSU D39EX DOZER 90256 08/18/16 Active Category: DOZD6K D6K Sized Dozer L5007 2011 D6K XL FBH01872 02/04/16 Active L5008 2011 D6K XL FBH01875 08/24/16 Active L5012 KOMATSU D61 EX -23 31706 08/18/16 Active Category: EXC320 320 Sized Excavator L7008 320DL RR EXC XCK00169 08/27/16 Active L7009 CAT 320 DL EXCAVATOR XCK00488 12/04/15 Active L7015 KOMATSU PC138 40926 07/18/16 Active L7021 KOMATSU PC138USLC-10 40934 08/26/16 Active L7022 KOMATSU PC138USLC-10 42035 08/18/16 Active L7023 KOMATSU PC2101-C-11 500200 08/26/16 Active L7024 KOMATSU PC210LC-11 500201 08/26/16 Active Category: EXC325 325 Sized Excavator H7003 325CL EXCAVATOR BFE00409 01/14/16 Active Category: EXC330 330 Sized Excavator H7014 KOMASTU PC360 A32773 08/25/16 Active L7006 CAT 330 EXCAVATOR MWP02857 01/08/16 Active L7016 KOMATSU PC360 A33804 08/16/16 Active L7017 PC360 TAMP 08/16/16 Active L7020 KOMATSU PC360LCl0 EXCAVATOI A33558 08/26/16 Active L7025 KOMATSU PC36OLC-11 A35031 08/27/16 Active L7028 KOMATSU PC360-11 A35030 08/27/16 Active L7029 KOMATSU PC360LC-II A35175 08/09/16 Active Category: EXC490 490 Sized Excavator L7018 KOMATSU PC490 A40703 08/18/16 Active Category: EXCMIN Mini Sized Excavator L7019 TAKEUCHI MINI EXC 123504524 08/26/16 Active L7026 TAKEUCHITB260CR 126100833 08/16/16 Active L7027 TAKEUCH I T6260CR 126100935 08/05/16 Active 8 HIS Constructors, Inc. Page 2 Date Format - MM/DD/YY