Loading...
Calumet Asphalt Paving Co., Inc. bid - $673,112 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. MO1414-r-± r, Mfr¢ Project: Gity Center Streetscap, 26, 4 y Proposal For Construction of: Improvements to and surrounding the site of the Carmel Clay Veterans' Memorial, including; street median cuts, utility modifications, walkways,, parallel parking lane, masonry screen wall, landscaping and irrigation, restroom pavilions, flagpoles, lighting and other incidental work as described more fully by these construction documents for the project site located southwest of the intersection of 3rd Avenue and City Center Drive. Base,Bid consists of Veterans' Memorial Plaza, Scope of Work #8 as shown and described on Scope of Work Plan. Alternate #1 (Add): Shall include all work necessary to provide median cut, walks and related right-of-way work along City Center Drive as shown and described on Scope of Work Plan. Alternate #2 (Add): Shall include all work necessary to provide parallel parking lane and related work along City Center Drive as shown and described on Scope of Work Plan. Alternate #3 (Add): Shall include all work necessary to provide work at corner of City Center Drive and 3rd Avenue including lift station screen wall and related work as shown and described on Scope of Work Plan. Alternate #4 (Add): Shall include all work necessary to provide right-of-way work, including landscaping and electrical improvements and related work as shown and described on Scope of Work Plan. BID-1 l:\specs\arJ\002 frontend.doc Alternate #5 (Add): Shall include all work necessary to provide median cut and related right-of-way work along 3rd Avenue north of Veterans' Memorial Plaza as shown and described on Scope of Work Plan. Alternate #6 (Add): Shall include all work necessary to provide median cut and related right-of-way work along 3m Avenue south of Veterans'. Memorial Plaza as shown and described on Scope of Work Plan. • Alternate #7 (Add): Shall include all work necessary to provide median cut and related work at south end of 3rd Avenue as shown and described on Scope of Work Plan. Alternate #8 (Add): Shall include all work necessary to provide complete, operational pavilion restrooms as shown and described on Scope of Work Plan. Date: 03/11/04 To: City of Carmel,Indiana, Carmel Redevelopment Commission BID-2 l:\specs\arch\002 frontend.doc PART BIDDER INFORMATION (Print) 1.1 BidderName: Calumet Asphalt Paving Co. , Inc. 1.2 Bidder Address: Street Address: 5265 E. 96th Street City: Indianapolis State: IN Zip: 46240 Phone: (317) 571-8900 Fax: (317) 571-8924 1.3 Bidder is a/an[mark one] Individual Partnership x 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-3 I:\specs\arch\002 frontend.doc 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, six H red, Sev 1114-ee71,ousAwd Dollars ($ ( 73 I/2 .°o ) - on/e 1-lovdredd Twelve avid "boo t JIars Alternate#1: Sixty Seven Thousand Twenty Dollars ($ 67,022.00 ) Two and 00/100 Dollars Alternate#2: Sixty Seven Thousand TwQ Dollars ($ 67,287.00 ) Hundred Eighty Seven and 00/100 Dollars Alternate#3: Two 14 vnvd recc r: f f y Thvvs i,✓ct Dollars ($ 2 )to`/S• 00 ) S?( 1-10A/d ed. Forty Clyht 1,,ict o%mDOLI,AfES Alternate#4: Ten Thousand Five Hundred Dollars ($ 10,538.00 ) Thirty Eight and 00/100 Dollars Alternate#5: Four Thousand Four acid 11.0/100D011arS ($ =.4,004.00 ) Alternate#6: Fifty Three Thousand Three Dollars ($ 53,314.00 ) Hundred Fourteen and 00/100 Alternate#7: Five Thousand One Hundred Dollars ($ 5, 119.00 ) Nineteen and 00/100 Dollars Alternate48: foir t/Ncir Pct NiNef}r rAousiva Dollars ($ y ?0/ 784.00 ) Se Veit Hvnrdre 1 :;y4./fen/dam/`b//00 wilts The Bidder acknowledges that evaluati on of the lowest Bid shall be based on such price. BID-4 1:\specs\arch\002 frontend.doc PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for future Unit Price Contracts for the Contract Items shown] Prices In Figures Description/ Unit Unit Unit Price [in Words] Quantity Price Site Grading: Cut CY /cy $13.00 Site Grading: Fill CY /cy $22.00 Concrete Sidewalk SF /sf $ 3.85 • BID-5 I:\specs\arch\002 frontend.doc 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: ADDENDUM NUMBER DATE Addendum #1 February 24, 2004 Addendum #2 March 5, 2004 BID-6 l:\specs\arch\002 frontend.doc 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 Contract Documents may result in this Bid being rejected as non-responsive. 5.3 Exceptions: None BID-7 J 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". BID-8 I:\spccs\arch\002 frontend.doc 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 Bidder has thoroughly examined the site of the Project/Work and informed itself 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 all questions thereof and obtain all interpretations and/or clarifications concerning the Contract Documents that Bidder desire to obtain. i BID-9 I.\specs\arch\002 frontend.doc - 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: Calumet Asphalt Paving Co. , Inc. Written Signature: Printed Name: Robert W. Everman, Jr. Title: President Important-Notary Signature and Seal Required in the Space Below STATE OF Indiana SS: COUNTY OF Hancock Subscribed and sworn to before me this 11th day of March 20 04 . My commission expires: 02/24/11 (Signed) La/SmkeND Printed: Michelle Dickelman Residing in Hancock County, State of Indiana BID-10 I:\pecs\arch\002 frontend.doc • 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 person(s)signing this Bid Bond on behalf of the Surety. 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 MEN BY THESE PRESENTS,that the undersigned "Bidder": CALUMET ASPHALT PAVING CO., INC. and "Surety": [Name] FIDELITY AND DEPOSIT COMPANY OF MARYLAND [Address] P.0. BOX 1227 BALTIMORE, MD 21203-1227 a corporation chartered and existing under the laws of the State of MARYLAND , 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 (10%) 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 Iegal 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$ WHEREAS, the Obligee has solicited Bids for certain Work for or in furtherance of construction of public improvements described generally as City Center Streetscape 2004 The overall general scope of the Project consists of improvements to and surrounding the site of the Carmel Clay Veterans' Memorial, including street median cuts, utility modifications,walkways, parallel parking lane, masonry screen wall, landscaping and irrigation, restroom pavilions, flagpoles, lighting and other incidental work as described more fully by these construction documents for the project site located southwest of the intersection of 3rd Avenue and City Center Drive. BB-1 1:\specs'arch\D02 frontend.doc 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 perform 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 a Contract 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,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 Contract 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 it THday of MARCH ,2004, This Bid Bond shall bind the undersigned Surety whether or not also signed by the Bidder. "Bidder"CALUMET ASPHALT PAVING CO., INC. "Surety" FIDELITY AND AEP' .l Tj OMPANY OF MARYLAND By: By: 2111aff Rober . man, Jr. IMOTH J. T•YLOR Printed: President Printed: ATTORNEY IN FACT Countersigned: N/A BB_2 i:\specs\arch\frontend.doc • ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures to compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism(as defined in the Act)under this bond is $_waived_. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts and limitations that did not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in for the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed$100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States. 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life,property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49,United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct to the United States Government by coercion. 3ut,no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war leclared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the ict, in the aggregate, do not exceed$5,000,000. ,hese disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 0050749.doc Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland,by PAUL C. ROGERS,Vice President, and T.E. SMITH,Assistant Secretary,in pursuance of authority granted by Article VI, Section 2,of the By-Laws of said Company, w lit set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof does( u i nate, constitute and appoint Nick J.RUTIGLIANO,Timothy J.TAYLOR and Robert M SRI anapolis,Indiana, EACH its true and lawful agent and Attorney-in-Fact,to makerxe� � � . .$ °dl.�lt`it behalf as surety,and as its act and deed: any and all bonds and undert �,la cu '�,Y, °-'',, .r ndertakings in pursuance of these presents, shall be as binding upon ai � QQ� `` fill dcati f k `.,u`li-irt`tents and purposes, as if they had been duly executed and acknowl e t1 t ntJ 1y eleft N ''Company at its office in Baltimore,Md.,in their own proper persons •ii n er�rne .+o vita:\� .i'. red on behalf of Nick J.Rutigliano,Timothy J.Taylor,Robert M.Rutigliano,date.. •. . 722 \\ , f The said Assistant iges 4eteby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Litt'✓ aid Company,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of March, A.D. 2003, ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND !�0 Was ti rte' 'yr a r.o . W `••.• ; ° Me ? ' ,41111. &.:,:e", ..a.:,_,A) By: T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland l ss: City of Baltimore f On this 27th day of March, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. %.NN PUBLIC.t CiAlet" kr/ t--4 ttn1/47 Sandra Lynn Mooney Notary Public My Commission Expires: January 1,2004 POA-F 044-0465 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE • I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 11TH day of MARCH , 2004 C;f0("Cfeilikdej11"/(1 Assistant Secretary • ■ State board of Accounts City of Indianapolis Form#102 Marion County, Indiana Approved 12/88 Form#102 • Standard esti aires and Financial Statement f i ers For use in investigating the qualifications of bidders on public works contracts when the aggregate cost of such contract wit be a hundred thousand dollars ($100,000)or more.This form may 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: City of Indianapolis, Central Purchasing Company Name: Calumet Asphalt Paving Co. , Inc. Address: 5265 East 96th Street Indianapolis, IN 46240 Representative: Robert W. Everman, Jr. , President Telephone Number: (317) 571-8900 Date Submitted: March 11, 2004 TO THE BIDDER: 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 foi ins 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 to 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. NO'T'E; FAILURE TO FILL OUT THESE FORMS COMPLETELY MAY BE GROUNDS FOR DECLARING THE ENTIRE BID NON-RESPONSIVE. -1- Submitted by Calumet Asphalt Paving Co. , Inc. )1 IS p Orion 0 A Co-partnership 1_0 An Individual Principal Office at 5265 East 96th Street Indianapolis, IN 46240 To City Of Carmel - City Center Streetscape 2004 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? 34 2. How many years experience in Heavy Highway, Paving construction work has your organization had: (a)As a general contractor 34 (b)as a sub-contractor 34 3. What projects has your organization completed? CONTRACT AMOUNT CLASS OF WORK C WHEN COMPLETED NAME AND ADDRESS OF OWNER 497,020 Asphalt Paving 2002 INDOT 748, 159 , Asphalt Paving 2002 INDOT 764,090 Asphalt Paving 2002 INDOT 303,854 _Asphalt Paving_ 2002 INDOT 3A What projects has your organization now in process of construction? CONTRACT AMOUNT CLASS OF WORK WHEN TO BE COMP ETED NAME AND ADDRESS OF OWNER 2,192,866 Asphalt Pay. & Pipe 2003 INDOT 1,063,608 Asphalt Paving_ 2003 Indianapolis 546,103 Asphalt Paving 2003 Indianapolis 1,227,677 Asphalt Paving 2003 Indianapolis 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 therefor. • 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 -2- k...t"\I__V I V I L... I r»rnHL I rHV llvv 05/08/2003 2:01 PM 35-1151771 Book Asset Detail 4/01/02 - 3/31/03 Page 2 FYE: 3/31/2003 Date In Book Book Sec Book Sal Book Prior Book Current Book End Book Net Book Book Asset * Property Description Service Cost 179 Exp c Value Deprec Depreciation Depreciation Book Value Method Period Group: 2 131 TRUCKS(continued) 30 * Ford Flatbed 35420 8/31/99 29,678.25 0.00 0.00 14,839.13 5,935.65 20,774.78 8,903.47 S/L 5.0 31 Ford Exp 36818 9/27/99 28,761.39 0.00 0.00 14,380.70 5,752.28 20,132.98 8,628.41 S/L 5.0 32 Mach Triaxle 20761 9/27/99 17,430.00 0.00- 0.00 8,715.00 3,486.00 12,201.00 5,229.00 S/L 5.0 33 MackTriaxle 52761 3/23/00 90,309.13 0,00 0.00 45,154.57 18,061.83 63,216.40 27,092.73 SIC 5.0 34 MackTriaxle 52762 3/23/00 90,308.13 0.00 0.00 45,154.07 18,061.63 63,215.70 27,092.43 S/L 5.0 35 MackTriaxle 52763 3/30/00 90,308.13 0.00 0.00 45,154.07 18,061.63 63,215.70 27,092.43 S/L 5.0 36 Chev Tahoe 67383 11/21/00 40,425.43 0.00 0.00 15,159.54 10,106.36 25,265.90 15,159.53 S/L 4.0 37 Chev Truck 5516 12/05/00 35,863.10 0.00 0.00 13,448.67 8,965.78 22,414.45 13,448.65 S/L 4.0 38 Ford 350 Flat Bed 9476 2/21/01 30,181.25 0.00 0.00 7,545.31 7,545.31 15,090.62 15,090.63 S/L 4.0 39 Mach Triaxle 600200 3/02/01 42,735.01 0.00 0.00 8,547.00 8,547.00 17,094.00 25,641.01 S/L 5.0 40 Tandem Dump#186 3/30/01 69,283.05 0.00 0.00 • 13,856.61 13,856.61 27,713.22 41,569.83 S/L 5.0 41 Trail King 32 3/30/01 20,235.80 0.00 0.00 4,047.16 4,047.16 8,094.32 12,141.48 S/L 5.0 42 Power Broom 3/13/01 29,270.85 0.00 0.00 5,854.17 5,854.17 11,708.34 17,562.51 S/L 5.0 43 Chev Silverado 2845 3/31/01 32,000.00 0.00 0.00 6,400.00 6,400.00 12,800,00 19,200.00 S/L 5.0 179 Silverado 23950 6/30/01 33,218.64 0.00 0.00 4,982.80 6,643.73 11,626.53 21,592.11 S/L 5.0 184 New Motor 6/30/01 11,317.26 0.00 0.00 1,697.59 2,263.45 3,961.04 7,356.22 S/L 5.0 185 Truck 3/30/01 8,806.88 0.00 0.00 1,761.38 1,761.38 3,522.76 5,284.12 S/L 5.0 186 98 Mack Tractor 3/19/02 28,500.00 0.00 0.00 0.00 5,700.00 5,700.00 22,800.00 S/L 5.0 189 Chevy 2500HD 265252#90 7/05/02 17,464.60 0.00c 0.00 0.00 2,619.69 2,619.69 14,844.91 S/L 5.0 190 Ford F550 53564#91 12/23/02 45,503.06 0.00c 0.00 0.00 2,275.15 2,275.15 43,227.91 S/L 5.0 191 Chevy 188266#92 3/04/03 21,704.21 0.00c 0.00 0.00 361.74 361.74 21,342.47 S/L 5.0 192 Chevy 16935#177 3/12/03 25,194.28 0.00c 0.00 0.00 419.90 419.90 24,774.38 S/L 5.0 194 Ford F550 SD 12/23/02 17,799.02 0.00c 0.00 0.00 1,444.18 1,444.18 16,354.84 S/L 5.0 2 131 TRUCKS 1,576,275.45 • 0.00c 1,048.40 930,552.35 188,690.30 1,119,242.65 457,032.80 *Less: Dispositions 100,032.56 0.00 0.00 73,461.42 0.00 87,536.52 12,496.04 Net 2 131 TRUCKS 1,476,242.89 0.00c 1,048.40 857,090.93 188,690.30 1,031,706.13 444,536.76 Group: 7 135-CONSTRUCTION EQU 44 Gallon Roller 51585 9/30/72 4,233.00 0.00 433.00 3,800.00 0.00 3,800.00 433.00 S/L 5.0 •45 Miller Gooseneck TR 17868 4/30/75 8,400.00 0.00 750.00 7,650.00 0.00 7,650.00 750.00 S/L 5.0 46 Gallon Roller 10-12 4264 4/30/79 4,305.00 0.00 305.00 4,000.00 0.00 4,000.00 305.00 S/L 5.0 47 11-1 oader 100268 7/16/79 10,260.00 0.00 660.00 9,600.00 0.00 9,600.00 660.00 S/L 5.0 48 FA Grader 24A02103 10/17/80 25,000.00 0.00 2,500.00 22,500.00. 0.00 22,500.00 2,500.00 S/L 7.0 49 Paver-Barber Greene X177 3/31/87 125,675.00 0.00. 0.00 125,675.00 0.00 125,675.00 0.00 S/L 7.0 51 Trail King Trl 16526 8/10/88 10,975.80 0.00 0.00 10,975.80 0.00 10,975.80 0.00 S/L 7.0 52 Gallon 59207 Roller 12/05/88 11,000.00 0.00 0.00 11,000.00 0.00 11,000.00 0.00 S/L 7.0 53 Broom 1/15/89 22,575.00 0.00 0.00 22,575.00 0.00 22,575.00 0.00 S/L 7.0 54 Distributor/Roller 12/01/88 8,500.00 0.00 0.00 8,500.00 0.00 8,500.00 0.00 S/L 7.0 55 Inger. Rand Roller 5297 11/30/89 45,118.50 0.00 0.00 45,118.50 0.00 45,118.50 0.00 S/L 7.0 56 Hyster Roller 2131 4/24/90 10,750.00 0.00 0.00 10,750.00 0.00 10,750.00 0.00 S/L 7.0 57 Cat 120 Grader 6961 5/06/90 36,359.43 0.00 0.00 36,359.43 0.00 36,359.43 0.00 S/L 7.0 58 Gehl 4615 Skid Loader 5/30/90 18,369.58 0.00 •0.00 18,369.58 0.00 18,369.58 0.00 S/L 7.0 59 Trail King Trlr 30603 6/01/92 29,342.35 0.00 0.00 29,342.35 0.00 29,342.35 0.00 S/L 7.0 60 Barber BG 240B SN687 Pave 6/01/92 167,094.90 0.00 0.00 167,094.90 0.00 167,094.90 0.00 S/L 7.0 61 Cat Vib Roller 193 7/23/92 35,096.25 0.00 0.00 35,096.25 0.00 35,096.25 0.00 S/L 7.0 62 Dresser Roller 62353 8/17/93 28,050.00 0.00 0.00 28,050.00 0.00 28,050.00 0.00 S/L 7.0,. 63 Blaw Knox PF171 Paver 11/16/93 158,610.90 . 0.00 0.00 158,610.90 0.00 158,610.90 0.00 S/L 7.0 • 35 115177�1Vr-,_v,v,L i �J�- I I~L I rHViIV hook Asset Detail 4/01/02 - 3/31/03 05/08/2003 2Page 3 FYE: 3/31/2003 • Date In Book Book Sec Book Sal Book Prior Book Current Book End Book Net Book Book Asset * Property Description Service Cost 179 Exp c Value Deprec Depreciation Depreciation Book Value Method Period Group: 7 135-CONSTRUCTION EQU(continued) 64 * Joy RPV-100 Air Compressor 1/24/94 2,500.00 0.00 0.00 2,500.00 0.00 2,500.00 0.00 SIL 7.0 65 Cat 426 Backhoe 3126 7/14/94 3,707.45 0.00 0.00 3,707.45 0.00 3,707.45 0.00 S/L 7.0 66 Cat 120G Grader 9074 7/14/94 34,695.48 0.00 0.00 34,695.48 0.00 34,695.48 0.00 S/L 7.0 67 ASM Trailer From Oles 9/30/94 1,000.00 0.00 0.00 1,000.00 0.00 1,000.00 0.00 S/L 7.0 68 Inger Rand Roller 5054 8/30/94 41,262.87 0.00 0.00 41,262.87 0.00 41,262.87 0.00 S/L 7.0 69 Blow-Knox Widener 5/30/95 133,038.15 0.00 0.00 123,535.43 9,502.72 133,038.15 0.00 S/L 7.0 71 93 Risci Sweeper SN33072 7/14/95 19,740.00 0.00 0.00 19,740.00 0.00 19,740.00 0.00 S/L 5.0 72 Ford Tractor Loader 8/07/95 37,614.15 0.00 0.00 34,927.43 2,686.72 37,614.15 0.00 S/L 7.0 73 Land Pride Box Scraper 8/07/95 1,785.00 0.00 0.00 1,657.50 127.50 1,785.00 0.00 S/L 7.0 74 ASP.Roller Vib. 1132 9/25/95 13,923.00 0.00 0.00 12,928.50 994.50 13,923.00 0.00 S/L 7.0 75 Neal Paver 310406 4/26/96 43,100.00 0.00 0.00 33,864.27 6,157.14 40,021.41 3,078.59 S/L 7.0 76 Venturo ETIOK Crane 7/22/96 5,620.35 0.00 0.00 5,620.35 0.00 5,620.35 0.00 S/L 5.0 77 Easy Screed III 7/31/96 39,500.00 0.00 0.00 31,035.73 5,642.86 36,678.59 2,821.41 S/L 7.0 78 Air Emglo Compressor 8/15/96 1,233.74 0.00 0.00 1,233.74 0.00 1,233.74 0:00 S/L 5.0 79 ing Rand Roller 87180 11/01/96 47,250.00 0.00 0.00 37,125.00 6,750.00 43,875.00 3,375.00 S/L 7.0 80 Overhaul Barber Greene 1/15/97 14,366.14 0.00 0.00 11,287.70 2,052.31 13,340.01 1,026.13 S/L 7.0 81 Overhaul'78 5/23/96 4,472.19 0.00 0.00 4,472.19 0.00 4,472.19 0.00 S/L 5.0 82 Lee Boy 0913 2/07/97 13,024.31 0.00 0.00 13,024.31 0.00 13,024.31 0.00 S/L 5.0 83 Cat Grader Overhaul 6961 3/05/97 8,238.93 0.00 0.00 8,238.93 0.00 8,238.93 0.00 S/L 5.0 84 B8 Truck Rails 3/31/97 2,740.33 0.00 0.00 2,740.33 0.00 2,740.33 0.00 S/L 5.0 85 BO Paver 00827 10/10/97 173,634.00 0.00 0.00 111,621.87 24,804.86 136,426.73 37,207.27 S/L 7.0 86 Fiat Allis MG 65C 5/09/97 85,470.00 0.00 . 0.00 54,945.00 12,210.00 67,155.00 18,315.00 S/L 7.0 87 Cat Hoe 416C 2580 8/28/97 56,490.00 0.00 0.00 36,315.00 8,070.00 44,385.00 12,105.00 S/L 7.0 88 Gehl Skid 12686 6/24/97 40,190.85 . 0.00 0.00 25,836.98 5,741.55 31,578.53 8,612.32 S/L 7.0 89 IR Roller Vib 140613 10/28/97 54,600.00 0.00 0.00 35,100.00 7,800.00 42,900.00 11,700.00 S/L 7.0 90 IR 14 Ton 5066 12/15/97 11,430.00 0.00 0.00 9,144.00 2,286.00 11,430.00 0.00 S/L 5.0 91 Dresser Roller 470202 4/30/97 14,286.49 0.00 0.00 12,857.85 1,428.64 1 14,286.49 0.00 S/L 5.0 92 Distributor 1290 9/30/97 47,526.80 0.00 0.00 42,774.12 4,752.68 47,526.80 0.00 S/L 5.0 93 Inger Rand Roller 52306 3/15/98 32,550.00 0.00 0.00 20,925.00 4,650.00 25,575.00 6,975.00 S/L 7.0 94 Mack Dist. 02712 2/03/98 44,625.00 0.00 0.00 40,162.50 4,462.50 44,625.00 0.00 S/L 5.0 95 Nuclear Gage 3/15/98 11,474.15 0.00 0.00 10,326.74 1,147.41 11,474.15 0.00 S/L 5.0 96 Message Boards 3/15/98 1,800.00 0.00 0.00 1,620.00 180.00 1,800.00 0.00 S/L 5.0 97 Vib Roller 410 5/25/98 26,090.00 0.00 0.00 18,263.00 5,218.00 23,481.00 2,609.00 S/L 5.0 98 Eager Beaver Trl 514355 6/11/98 8,190.00 0.00 0.00 5,733.00 1,638.00 7,371.00 819.00 S/L 5.0 99 Arrow Board 715D 9/17/98 5,040.00 0.00 0.00 3,528.00 1,008.00 4,536.00 504.00 S/L 5.0 100 Honda Gen 9D 9/14/98 2,413.95 0.00 0.00 1,689.77 482.79 2,172.56 241.39 S/L 5.0 101 Cat.Buckets 10/14/98 1,544.96 0.00 0.00 1,081.47 308.99 1,390.46 154.50 SIL 5.0 102 IRDD24 148518 2/25/99 15,750.00 0.00 0.00 11,025.00 3,150.00 14,175.00 1,575.00 S/L 5.0 103 Compressor 291186 2/25/99 12,600.00 0.00 0.00 8,820.00 2,520.00 11,340.00 1,260.00 S/L 5.0 104 Cat 3I5LEXC 1768 3/15/99 103,158.06 0.00 0.00 60,421.16 14,736.87 75,158.03 28,000.03 S/L 7.0 105 Arrowboard 4/20/99 5,040.00 0.00 0.00 2,520.00 1,008.00 3,528.00 1,512.00 S/L 5.0 106 Tack Trailer 5699 6/19/99 8,079.75 0.00 0.00 4,039.88 1,615.95 5,655.83 2,423.92 S/L 5.0 107 Cat CB 534C Roller 7/29/99 80,640.00 0.00 0.00 31,104.00 11,520.00 42,624.00 38,016.00 S/L 7.0 108 Cat 416 Backhoe 18541 10/28/99 45,872.50 0.00 0.00 22,936.25 9,174.50 32,110.75 13,761.75 S/L 5.0 109 Motors St 60 Roller 1/10/00 11,970.00 0.00 0.00 5,985.00 2,394.00 8,379.00 3,591.00 S/L 5.0 110 Vac Truck 3/03/00 172,900.00 0.00 0.00 66,690.00 24,700.00 91,390.00 81,510.00 S/L 7.0 111 Lee Boy Paver 11611 3/10/00 32,000.00 0.00 0.00 16,000.00 6,400.00 22,400.00 9,600.00 S/L 5.0 112 Case Tractor 3/10/00 38,309.25 0.00 0.00 19,154.63 7,661.85 26,816.48 11,492.77 S/L 5.0 113 Loader With Planer 3/27/00 41,430.90 0.00 0.00 20,715.45 8,286.18 29,001.63 12,429.27 S/L 5.0 CALUMET .CALUMET ASPHALT PAVING 05/08/2003 2:01 PM 35-1151771 Book Asset Detail 4/01/02 - 3/31/03 Page 4 FYE: 3/31/2003 Date In Book Book Sec Book Sal Book Prior Book Current Book End Book Net Book Book Asset " Property Description Service Cost 179 Exp c Value Deprec Depreciation Depreciation Book Value Method Period Group: 7 135-CONSTRUCTION EQU(continued) 114 40'Trailer 2556 3/20/00 21,066.70 0.00 0.00 10,533.35 4,213.34 14,746.69 6,320.01 S/L 5.0 115 General Equipment 3/31/00 4,200.00 0.00 0.00 1,680.00 840.00 2,520.00 1,680.00 S/L 5.0 116 Honda Plate Compactor 4/05/00 1,848.06 0.00 0.00 554.42 369.61 924.03 924.03 S/L 5.0 117 Easy Screed 6/01/00 52,552.00 0.00 0.00 11,261.14 7,507.43 18,768.57 33,783.43 S/L 7.0 118 Concrete Mixer 7/07/00 2,415.00 0.00 0.00 724.50 483.00 1,207.50 1,207.50 S/L 5.0 119 Cat Dozer-Cole 9/01/00 35,000.00 0.00 0.00 10,500.00 7,000.00 17,500.00 17,500.00 S/L 5.0 120 Mack Distributor 9/26/00 15,954.39 0.00 0.00 4,786.32 3,190.88 7,977.20 7,977.19 S/L 5.0 121 Wacker Roller 2/01/01 2,500.00 0.00 0.00 750.00 500.00 1,250.00 1,250.00 S/L 5.0 122 Engine Gehl Skid 7/12/00 6,327.45 0.00 0.00 1,898.24 1,265.49 3,163.73 3,163.72 S/L 5.0 123 Const Supply 3/30/01 1,674.75 0.00 0.00 334.95 334.95 669.90 1,004.85 S/L 5.0 177 Cat Paver with Screed 9/30/01 176,515.15 0.00 0.00 12,608.22 25,216.45 37,824.67 138,690.48 S/L 7.0 178 Cat Grader 4MK 00663 3/05/02 104,475.00 0.00 0.00 1,243.75 14,925.00 16,168.75 88,306.25 S/L 7.0 180 Roller 163786 6/30/01 10,568.65 0.00 0.00 1,585.30 2,113.73 3,699.03 6,869.62 S/L 5.0 181 Trail King 70 org 3/15/02 31,980.90 0.00 0.00 533.02 6,396.18 6,929.20 25,051.70 S/L 5.0 182 Screed Barba Greene 240 4/15/0k 10,096.68 0.00 0.00 2,019.34 2,019.34 4,038.68 6,058.00 S/L 5.0 183 Motor Roller 6/30/01 13,429.92 0.00 0.00 2,014.49 2,685.98 4,700.47 8,729.45 S/L 5.0 187 Jack Hammer 4/17/01 1,249.05 0.00 0.00 228.99 249.81 478.80 770.25 S/L 5.0 188 Caterpillar 320 EXC 3/27/02 142,287.60 0.00 0.00 0.00 28,457.52 28,457.52 113,830.08 S/L 5.0 193 Cat Roller 4/26/02 40,766.25 0.00c 0.00 0.00 7,473.81 7,473.81 33,292.44 S/L 5.0 195 Cat Loader 420d 9328 11/18/02 60,999.75 0.00c 0.00 0.00 4,066.65 4,066.65 56,933.10 S/L 5.0 196 Honda Plate Compactor 10/01/02 1,522.50 0.00c 0.00 0.00 152.25 152.25 1,370.25 S/L 5.0 197 Equipment 11/21/02 1,110.16 0.00e 0.00 .0.00 74.01 74.01 1,036.15 S/L 5.0 198 Lube Trailer 12/11/02 2,728.44 0.00c 0.00 0.00 181.90 181.90 2,546.54 S/L 5.0 199 Cat D6c 1602 12/31/02 66,250.00 0.00c 0.00 0.00 3,312.50 3,312.50 62,937.50 S/L 5.0 200 JD Spiral Loader 260 3/03/03 23,677.22 0.00c 0.00 0.00 394.62 394.62 23,282.60 S/L 5.0 201 Test Trailer 3/10/03 1,908.00 0.00c .0.00 0.00 31.80 31.80 1,876.20 S/L 5.0 205 Core Drilling Equipment 3/24/03 5,255.83 0.00c 0.00 0.00 0.00 0.00 5,255.83 S/L 5.0 206 Trail King Trailer 3/14/03 21,234.10 0.00c 0.00 0.00 353.90 353.90 20,880.20 S/L 5.0 7 135-CONSTRUCTION EQU 3,273,228.01 0.00c 4,648.00 - 1,944,256.62 337,080.67 2,281,337.29 991,890.72 *Less: Dispositions 2,500.00 0.00 .0.00 2,500.00 0.00 2,500.00 0.00 Net 7 135-CONSTRUCTION EQU 3,270,728.01 0.00c 4,648.00 1,941,756.62 337,080.67 2,278,837.29 991,890.72 Group: 8 136-SUNDRY EQUIPMENT 126 * 200 28"Traffic Cones 8/24/94 2,710.00 0.00 0.00 2,710.00 0.00 2,710.00 0.00 S/L 7.0 127 * Asphalt Heater 4/04/95 1,575.00 0.00 0.00 1,462.50 112.50 1,575.00 0.00 S/L 7.0 128 * Hotsy Totsywash 10/04/95 4,171.39 0.00 0.00 3,873.42 297.97 4,171.39 0.00 S/L 7.0 129 Honda Tamper 10/19/96 1,918.35 0.00 0.00 1,507.28 274.05 1,781.33 137.02 S/L 7.0 130 Leased Sery Trk Add Ons 11/15/96 5,124.13 0.00 0.00 4,026.11 732.02 4,758.13 366.00 S/L 7.0 131 Sery Trk Air Compressor 12/12/96 1,258.95 . 0.00 0.00 989.18 179.85 1,169.03 89.92 S/L 7.0 132 Mechanics Truck Crane 2/14/97 6,852.30 0.00 0.00 5,383.95 978.90 6,362.85 489.45 S/L 7.0 133 Radios 7/25/97 693.85 0.00 0.00 624.47 69.38 693.85 0.00 S/L 5.0 134 Telephones 2115/98 5,195.83 0.00 0.00 4,676.26 519.57 5,195.83 0.00 S/L 5.0 135 Telephones 5/13/98 588.20 0.00 0.00 411.74 117.64. 529.38 58.82 S/L 5.0 136 100 Traffic Drums 4/13/99 7,100.00 0.00 0.00 3,550.00. 1,420.00 4,970.00 2,130.00 S/L 5.0 137 Level&Tripod 2/20/00 716.10 0.00 0.00 358.05 143.22 501.27 214.83 S/L 5.0 202 Office Air Conditioner 11/19/02 3,391.00 0.00c 0.00 0.00 226.07 226.07 3,164.93 S/L 5.0 • CALUMET -CALUMET ASPHALT PAVING 05/08/2003 2:01 PM 35-1151771 Book Asset Detail 4/01/02 - 3/31/03 Page 5 FYE: 3/31/2003 Date In Book Book Sec Book Sal Book Prior Book Current Book End Book Net Book Book Asset * Property Description Service Cost 179 Exp c Value Deprec Depreciation Depreciation Book Value Method Period Group: 8 136-SUNDRY EQUIPMENT(continued) 8 136-SUNDRY EQUIPMENT 41,295.10 0.00c 0.00 29,572.96 5,071.17 34,644.13 6,650.97 *Less: Dispositions 8,456.39 0.00 0.00 8,045.92 0.00 8,456.39 0.00 Net 8 136-SUNDRY EQUIPMENT 32,838.71 0.00c 0.00 21,527.04 5,071.17 26,187.74 6,650.97 Group: 9 137-OFFICE EQUIP 143 4 Drawer Fireproof File 11/25/95 1,616.98 0.00 0.00 1,501.50 115.48 1,616.98 0.00 S/L 7.0 144 * Various Computer Upgrades 12/21/95 700.00 0.00 0.00 700.00 0.00 700.00 0.00 S/L 5.0 145 * Murata 4700 Fax 4/29/96 628.95 0.00 0.00 628.95 0.00 628.95 0.00 S/L 5.0 146 * 4 Dr Fireproof File 4/26/96 735.00 0.00 0.00 735.00 0.00 735.00 0.00 S!L 5.0 147 Digitizer(2) 1/31/98 7,368.00 0.00 0.00 6,631.20 736.80 7,368.00 0.00 S/L 5.0 148 Plan Cabinets 11/30/97 1,677.90 0.00 0.00 1,510.11 167.79 1,677.90 0.00 S/L 5.0 149 97/98 Computer and Access 9/15/97 10,436.90 0.00 0.00 9,393.21 1,043.69 10,436.90 0.00 S/L 5.0 150 Modular Units 3/15/9$ 7,224.95 0.00 0.00 3,251.25 722.50 3,973.75 3,251.20 S/L 10.0 151 Phone Add 7/06/98 436.47 0.00 0.00 305.52 87.29 392.81 43.66 S/L 5.0 152 File Cabinet Fireproof 9/15/98 1,203.95 0.00 0.00 842.77 240.79 1,083.56 120.39 S/L 5.0 153 Furniture, Bob E. 12/14/98 1,350.00 0.00 0.00 945.00 270.00 1,215.00 135.00 S/L 5.0 154 99 Computer Upgrade 1/14/99 35,594.93 0.00 0.00 35,594.93 0.00 35,594.93 0.00 S/L 5.0 155 Bob's Deck Chair 4/09/99 623.48 0.00 0.00 311.75 124.70 436.45 187.03 S/L 5.0 156 Digital Camera 9/15/99 971.19 0.00 0.00 485:60 194.24 679.84 291.35 S/L 5.0 157 Copier 10/20/99 20,966.40 0.00 0.00 10,483.20 4,193.28 14,676.48. 6,289.92 S/L 5.0 158 Software Changes 2/14/00 11,284.68 0.00 0.00 9,403.90 1,880.78 11,284.68 0.00 S/L 3.0 159 Server Change 12/20/99 4,714.65 0.00 0.00 3,928.88 785.77 4,714.65 0.00 S/L 3.0 160 Phone System • 5/23/00 8,083.95 0.00 0.00 2,425.19 1,616.79 4,041.98 4,041.97 S/L 5.0 161 Computer Upgrade 9/15/00 2,944.65 0.00 0.00 1,472.33 981.55 2,453.88 490.77 S/L 3.0 162 Computer 3/30/01 1,026.38 0.00 0.00 205.28 205.28 410.56 615.82 S/L 5.0 203 New Server,Hardware 9/15/02 14,653.41 0.00c 0.00 0.00 2,849.27 2,849.27 11,804.14 S/L 3.0 204 Furniture 2/28/03 8,187.47 0.00c 0.00 0.00 136.46 136.46 8,051.01 S/L 5.0 9 137-OFFICE EQUIP 142,430.29 0.00c 0.00 90,755.57 16,352.46 107,108.03 35,322.26 *Less: Dispositions 2,063.95 0.00 0.00 2,063.95 0.00 2,063.95 0.00 Net 9 137-OFFICE EQUIP 140,366.34 0.00c 0.00 88,691.62 16,352.46 105,044.08 35,322.26 Grand Total 5,215,049.42 0.00c 5,696.40 3,116,749.60 556,818.09 3,673,567.69 1,541,481.73 Less: Dispositions 113,052.90 0.00 0.00 86,071.29 0.00 100,556.86 12,496.04 Net Grand Total 5,101,996.52 0.00c 5,696.40 3,030,678.31 556,818.09 3,573,010.83 1,528,985.69 • • CONTRACTOR'S FINANCIAL STATEMENT Submitted by Calumet Asphalt Paving Co. , Inc. JI ® A Corporation ❑ A Co-partnership Principal Office at 5265 East 96th Street Indianapolis, IN 46240 l ❑ An Individual To City of Carmel — Carmel City Streetscape 2004 Condition at close of business March 31, 2003 Do_llars Cts. ASSETS 1. Cash: (a) On Hand $ , (b)In bank $ 1, 184,520, (c) Elsewhere $ 1 1 8 4 5 2 0 2.Notes receivable (a) Due within 90 days (b) Due after 90 days (c) Past Due 3. Accounts receivable from completed contracts, exclusive of claims not approved for payment 4. Sums earned on uncompleted contracts as shown by engineer's or architect's estimate (a)Amount receivable after deducting retainage 9 7 1 2 1 8 (b)Retainage to date,due upon completion of contracts 6 ,0 9 2 0 4 5. Accounts receivable from sources other than construction contracts 1 6 9 1 9 6.Deposits for bids or other guarantees: (a)Recoverable within 90 days (b) Recoverable after 90 days 7. Interest accrued on loans, securities, etc. ---■ 8. Real Estate: (a) Used for business purposes 4 7 6 7,0 7 (b) Not used for business purposes 9.Stocks and bonds: (a) Listed--present market value (b) Unlisted--present value 10.Materials in stock not included in Item 4 (a) For uncompleted contracts (present value) 3 0 0 3 5 (b) Other materials (present value) 11. Equipment, book value 1 4 4 3 0 7 8 12.Furniture and fixtures, book value 8 5 9 0 7 13. Other Assets 1 "4 3 2 0 1 Total assets 4 9 6 0 7 8 9 -7- LIABILITIES Dollars Cts. 1.Notes payable (a) To banks regular 7 3 8 7 5 0 \ (b) To banks for certified checks ,.,.,.■ (c) To others for equipment obligations ..© 6© 8 II (d)To others exclusive of equipment obligations e©0 9 e 9 2. Accounts payable(a)Not past due .©11 01 9 (b) Past due .1...., 3. Real estate encumbrances 111111111111111 4. Other liabilities .©© 611 9 5. Reserves I...M 6. Capital stock paid up: (a) Common .. 6 6 9 0 II (b) Common ....... (c)Preferred (d)Preferred ........ 7. Surplus (net worth © 0 e©© 8 II Total liabilities © 9 6 01 8 9 CONTINGENT LIABILI'1TES 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 contingent liabilities -8-