HomeMy WebLinkAboutcontactF
~,
~
~•
=arm Np 36 i9evi5eC 1987:
BID OF
TANI ~Ti1C~G7~.tJf. ~ [ t
(Contractor)
~?~, ~X z~~ 1~~9~z,~, .~.... s
(Address)
~~.aP,yif fi.n. giy~ /S~3
FOR
PUBLIC WORKS PROJECTS
OF
:~
~E~A~ZSa~uY~+~,~ ~p a<~y~suc ~ ~~ ~a~sJ
Cc++t -Co~,,{~ poi Id~.1S
,. '~I E'asr C.our• Anre.,~..~
~eTTersoni v i (1e T~.ti: ~ a c~`'j_ ~3~
Filed ~ 9
Action taken ~ w/,~.~~„~ ,~.~ J.~( >s
~/~/n~
~~ -
B-102
:RIN LANE SIDEWALK INSTALLATION, JOB NO. 0655
ITEM APPROXIMATE
NO. QUANTITY
DESCRIPTION WITH
UNIT PRICE
WRITTEN IN WORDS
UNIT PRICE TOTAL AMT.
IN FOR BID
NUMBERS ITEM
1 1 LS Clearing and Grubbing
For. Q.T vvsoyo.....~7.,t!~ ..........................
q -- , and oo / 100 Dollars
,~N .<C!7i ..................... ...........~....................................
_________________________________ Per Lump Sum --------_----------- $ 2500.00 $ 2500.00
------------------------------------------------------------
2 1 LS Linear Grading
For ~i~f~rV Tods~.~o
..........................................................................................................
and a~! 100 Dollars
_________________ Per Lump Sum _---- $ 15000.00 $ 15000.00
---------------------------------------- -- -------------------------------
1 LS Undercut and replace existing organic
material TT
For ~~.~~....L~2c~Fi~~./..4..-5:?5 ................
.................
,~,vq~trn _ .and ~- / 100 Dollars
•-------------------------------------- Per Lump Sum ---------------------------------$ 11600.00 $ 11600.00
---------------------------------------------
4 605 TON Type "O" Compacted Aggregate Base,
Size No. 53
For...T .~~..."~W1L ......................... ............
andao /100 Dollars
_ Per TON $ 24.00 $ 14520.00
--------------------------------------- p ----------------------------------------------------------------------------------------------
5 1 LS As halt Pavement at Park Entrance
For....~,¢~. ~~ti~a!!L..~ei~~ ~.......
and o0/100 Dollars
------------------------ Per Lump Sum ---------------------------------$ ----------- 380.00 $------------380 00
6 2,620 SYS 4" Thick Concrete Sidewalk
andce/100 Dollars
..........................................................................................................
____---- Per Square Yard ---- - --------- - -- $ 39.00 $ 102180.00
------------------------- ---------------------------------------------
7 54 SYS 6" Thick, Reinforced, Concrete
Sidewalk or Driveway
For......~.7...f...T',t.~ ...'..f.-~...k.K ...................................................
and oo/ 100 Dollars
.______________________________________ Per Square Yard __------$ 54.00 $ 2916.00
------------------------ ---------------------------------------------
8 40 SYS Concrete Curb Ramp, Red
For...~G N~...-N{N~ ................--.---.--'..
anda~/100 Dollars
•---------------------------------------Per Square Yard -------
9 9 SYS Detectable Warning Strip
------------------------------------ Per Square Yard
------------------------
syd~ey~wFdo~s~o-r\oaz 3~u+~ 3-~ ~~m~~ l_•,~= Sd~w~al4 g,d A-206
and o0/100 Dollars
$ 89.00 $
$ 330.00 $
3560.00
2970.00
Revised 02-23-2006
P_ERRIN LANE SIDEWALK INSTALLATION, JOB NO. 0655
ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL AMT.
NO. QUANTITY UNIT PRICE IN FOR BID
WRITTEN IN WORDS NUMBERS ITEM
10 12 LFT 12" RCP Storm Sewer
For...~.D.11..~.'.~~~ ...............................................
and pD/100 Dollars
Per Linear Foot $ 43.00 $ 516.00
11 1 EA 12" Concrete End Section
For.sl X...~N~.~/~L .N...~~~...'~'.....
and ov/100 Dollars
..........................................................................................................
Per Each $ 690.00 $ 690.00
12 1 EA Catch Basin Type "A"
For S£{!G~. /~1vn/. ,,,~'l,,FT~`1.........-'..
and x/100 Dollars
__ ____ Per Each _$_ __ ____ - 750.00 $__ 750 00
13 8 LFT 24" RCP _ _ ____
. .........
andoc / 100 Dollars
..........................................................................................................
Per Linear Foot __ ____ _ $_ __ ____ - -_76 :00 $____ _____
608 00
14 2 EA 24" Concrete End Section _
• For...f v~!viG`..~•,y„O.t~~....T e~i!~tf~..........
and cap/ 100 Dollars
..........................................................................................................
_______ _____Per Each $ ___ ______.920.00 $__ 1840 00
15 11,000 SYS Seeding _. ____-_
For
......... ......t`~ ........................................................
andZc/100 Dollars
..........................................................................................................
________ _____Per Square Yard $ 3.20 $ 35200.00
16 2,800 SYS Sodding
For....,~~..:1.J~ ...............................................................................
and7o/100 Dollars
..........................................................................................................
________ _ __ Per Square Yard $ __ __-._ - 6.70 $ 18760.00
17 1 LS markings (crosswalks, stop barsm
"STOP", etc.)
For..~lM..v...I...1~G?./..~N,P..... ONE' ...................
--- and cry/ 100 Dollars
.~1.:t/.~~ ........................................................................
______________________ ____ Per Lump Sum __________________________ $ 2100.00 $ 2100.00
18 1 LS Traffic Control, Signs Barricades,
complete
For... /Dui.~TZ~.::~Y..N.....~i~itt/.GVn//~......."-.'..
and co/100 Dollars
..........................................................................................................
________ ____Per Lump Sum _________________ _ - - $ 14000.00 $ 14000.00
•
z.,,~+~~y~weo~~s~o,~o~z;~o,zi-~~«~,~~,~~s~d~wai~8.d A-207 Revised 02-23-2006
P
ERRIN LANE SIDEWALK INSTALLATION, JOB NO. 0655
_
- - ------------------------------ --------------------------------------------------------------------------------- ---------------------
ITEM APPROXIMATE DESCRIPTION WITH UNIT PRICE TOTAL AMT.
NO. QUANTITY UNIT PRICE IN FOR BID
WRITTEN IN WORDS NUMBERS ITEM
19 19 EA Colorado Spruce, 7' Height, planted,
mulched, complete
''
For...T Ct...~~..r.~..N..,.A.t~..NI..N..~'T....Y.....:''.
ands/100 Dollars
-------------------------------------- Per Each-----------------------------------------$----------- 290.00 $
- - - - - 5510.00
--------
20 1 LS
Construction Engineering (Stake-out), -------------
complete
For...~.tFLr Toysauo..:f.~.,ricl~° .............
.......................
~y,~,p~y~ andct~/100 Dollars
------------------------------ Per Lump Sum ----- -----------------------$----------3100.00 $- 3100 00
--
---
21 4 EA
installed -
--
--
For...T,~~'.....~Y.s ..N..~~...~~'1.~~r....-
andov/100 Dollars
Per Each $
3
2
0
.
0
0
$
----------------------- 1
2
8
0
.0
0
_
__
.
__
_
.
__
_
--------------------------------------
Summation of Items 1 thru 21 =TOTAL BID PRICE
$ __________
__
.
__
__
__
_
239980.00
~-* ~ T
For...1.k~./.~?!.N...P~cx,.~!!!!r.`~...".~,N..u~.../..,,,AfavSa aU ...............
/.~i..N...E.~w!,cxarb...F.~.~!~........"-....-.-'....andool100.Dollars
•
a,d~<<,~,,,~.a~~.~~4~a+Z>~o,_s-~~1'~m~~~a~~,5~d~...~i~B~d A-208 Revised 02-23-2006
n„anew or w,. aw~a y ,~,mu ..e. mn. co.. m. u,,,o., w ua+ co,m n. w ia.nw +wn
CONTRACTORS BID FOR PUBLIC WORKS
PART I
- (fo be completed for all bids)
(?lease type or print)
~~p Date: Jy/1!. Z~ , Z~~o
t . Governmental Unit: ~T/'t./Son/ i Ik ~om,ta c~C •Pv 6l ic. t.0eoar_~.y~Sro~'a~
z. county: -~t~.~
3. Bidder (Firm): / E,74lK.CCr+~Yte.~..a Lt...C..
Addrass .pI 0 r r^3~x 23'7 ~ Idglz. 'SZA rI2dAO S'['QQT'
City/State: ~'7~~~~S =.1v®~o+~w 41143
4. Telephone Number: fAiz~) Z~y "lZSB _
5. Agent of Bidder (if applicable): NJA
Pursuant to notices given, the undersigned offers to furnish labor andlor material necessary to complete
the public works project of ~@~'SOnVi'I~e +~ot0 bF M~+b4(C,4"ove n~menta~l U~) in~a ~ r~ ce with plans
and specifications of said unit far the sum of .~'IC LY1/j~ee~S/t. $ S!G ~if'~The und~eyr--~~
signed further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of
the letting. If alternative bids apply, submit a proposal for each in accordance with the notice.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract. If the bid is to be awarded on a unit basis, the itemization of units shall be
shown on a separate attachment. The Contractor and his subcontractors, it any, shall not discriminate against
or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with
respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national
origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(II applicable)
I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obliga-
lion to use steel products made in the United States. I.C. 5-16-6.2. I hereby certify that I and all subcontractors
employed by me for this project will use U.S. steel products on this project i1 awarded. I understand that violations
hereunder may result in forfeiture of contractual payments.
NON-COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member,
representative, or agent of the firm, company, corporation or partnership represented by him, entered into any
combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor
to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without
reference to any other. bid and without any agreement, understanding or combination with any other- person in
reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or indirect-
ly, any rebate, fee, gift, commission or thing of value on account of such sale.
OATH AND AFFIRMATION
I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the
best of my knowledge and belief.
Dated at /~~'MPN ~ i + r~ this Z I ~ day of J~~~ , t~ 2~00~?
(Name of rg iYai~onl
By ~ (~iJ
~l~,g17.t1fr µO~tlfi6CM.
(True of Person Sign,ngi
ACKNOWLEDGEMENT
STATE OF ~.1~~ttiJ-AwlA~ )
ss:
COUNTY OF C~..A2-tL. )
Me?'W ItY C. ~.Er1au S , J(L being duly sworn, deposes and says that he is
• ~f~+~ ~ of the above Tfa.~1J~C+.v.~i,e.~•.e ~ !.r/C_ and !hat the
(flue) (Name of Orgartuati I
statements contained in the foregoing bid, certification and affidavit are true and rect.?
Subscribed and sworn to before me this ~ ~ day of ~ f9Z~ta.
. ~ a
otary Puotrc
My Comission Expires: ~; 2Q~8
County of Residence: li~~! B-IQ3
ACCE°TANCE
The above bid is accepted this ?~_ day of ~nlG ,~~ ,subject to the
follcwing conditions:
._ oNE
Con in .4 Ihority Members:
x ~ ~ ~'- ~
~ rkt. R-cbe. L ~ ' i L ~. A.[s. Pl~f o 'v. M c.Lqu ~~ M
PART i l
(Complete sections I,II,III, and IV for all state and local
public works projects as required by statutes.) f/'~++~
Governmental Unit: ~MtU95da]di ~~d~e~~~o ~ (l~t~CS.gypSp7L•~y
Bidder (Firm): ~ ne t ~ t 11
Date; _1s.~n~ 2.t. ?i~G[e
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION I EX°ERIENCE OUESTIONNAlRE
t. What public works projects has your organization completed?
Contract Amount Class of Work `When Completed Name and Address of Owner
2. What public works projects has your organization now in process of construction?
Contract Amount
Class of Work When to be
Completed
Name and Address of Owner
sc„k s o .Z "
3. Have you ever failed to complete any work awarded to you? lJo If sc, where and why?
IQ1'~CG
•
B-104
4. List references Irom private firms for which you have performed work.
SECTION II PLAN AND ECUIPMENT CUESTIONNAIRE
1. Explain your plan cr layout for performing prcpcsed work. P~ev,a wwt'rwres, S., j.,~~!°w..~ ~ ~'$r~ ~.4tj~uT~ C~~j b~twl
end+ws pev~ t-o~rw~.~+. ~ L',e.~p!• k. l4itsr+M.an.yr,e,o~„O-ake 'P~imuwc.c ~wsstw l-
2. I~you intend to sublet ar,y portion of the work, state the name and address of each subcontractor, equip-
ment to be used by the subcontractor, and whether you expect to require a bond.
What equipment do you intend le use for the propcsed project?
~`~ Sc.4Y~c+~.tti1o. _ . QT7~DG.1~Ilo
Have yeu made conir cts or rVeserved offers for all materials within prices used in preparing your proposal?
f~
SECTION III CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial state-
ment as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the
governing body awarding the contract must be specific enough in detail so that said governing body can make -.
a proper determination of the bidder's capability for completing the project if awarded.
SECTION IV OATH AND AFFIRMATION
I hereby alfirm under the penalties of perjury that the facts and information contained in the foregoing bid
for public works are true and correct to the best of my knowledge and belief.
~~// ~ 4r
Dated at /"iGAM~N~S~ this Zl day of June ,t9~iot~
,N~~rganizationl
6y
OP~t~017 w)~.. 1~ ArV .oGeSK.
~~ (Title of PerSOn Slgnin9)
ACKNOWLEDGEMENT
STATE OF ~1.5040yA ~
COUNTY OF ~-~.~G.. ~ ss:
MIL-V~^~ C~ (,~'-'4a~1s ~~r~,. being duly sworn, deposes and says that he is
~PCr'~..~,«~ ~C.n«v of the above T~o.1Con },.,c yl.~,C. and that the
(r1Ue1 (Name of Orgamzauonl
answers to the questions in the foregoing questionnaires and all statements lherei ntai are trii' and correct.
Subscribed and sworn to before me this ~ day of ,1'9 ~0
~+ Not ry PubFc
My Commission Expires:I t;.,~-INr./'u 2..'2~'+CP.r
County of Residence: ~S~r--
B-IQ~
EXPERIENCE QUESTIONNAIRE
-What projects has your organization completed?
SCHEDULE ~1
CONTRACT
AM
NT
OU
CLASS OF
WORK
V~1HEN
COMPLETED NAME & ADDRESS OF OWNER
(Prime Contractor and Owner listed if performed as
a Subcontractoron Project)
^7
Q~
pp
$2 / 4,0
0 1 e~/er$
S J
Au(77_~~ Owner. Town of Sellersburg, llti Eas[ Utica $t., $ellersburg, IN 57172
nn
Q
J 1 ,121 ,0\JO ~
+
Sewers ``
Jul-f~ U Owner- MSD, 700 West Liberty St, Louisville, Kentucky 30203
S 1,626,082 Sewer ,Ian-~~ ~ Owner MSD; 700 West Liberty Street. Louisville. Kentucky 40203
$738,05 r
Lrilittes
Dec-97 Owner. Louisville Riverport Authonty; d900 Riverport Drive; Louisvdfe, Kentucky 40258
Pnmr T-CComracting,Inc;o301Pendle[onRoad;Louisville,Krntucky 10'_72
r
$217,000
Drainage
Sep_i)
Owner: City of St Slatthews;3940Grandview.4venue;St Ma[thews,Kentucky 40207
$286,547 Drainage Jul-97 Owner Town of Clarksville: 2000 Broadway Street: Clarksville,Indiana 37130
$279,871 Sewer JUl-9 / Ow'nec MSD; 700 West Libcny Street; Louisville, Kentucky 40203
$400,000 Water ~7
/
Auk-i~ Owner Louisville Water Company, 435 South Third Street; Louisville, Kentucky 30202
$818,269 Sitework -
7
Aug-~ / Owner Louisville Metro Parks Dept; 1297 Trevilian Way; Louisville, Kentucky 40205
$292,977 Drainage Apr-97 Owner. MSD: 700 West Liberty Street: Louisville, Kentucky 40203
$250,000 Building Jun-97 Owner Team Properties, Ltd.; 3151 Developmrn[ Way; Sellersburg, Indiana 47172
$400,400 Drainage May-97 Owner: MSD: 700 West Liberty Street; Louisville, Krntucky 40203
$292,977
Drainage
Apr-97 Owner VISD; 700 West Liberty Street; Louisville, Kentucky 40203
Prime: Flynn Bros. Contracting, Inc.; P O Box 32065; Louisville, Kentucky 40232
$316,769 Roadway Jan-97 Ownn Ci[y of Louisville; 601 West Jefferson Street; Louisville, Kentucky 40202
$204,670 Drainage *
1Vlar-97 Owner. City of St Matthews, 3940 Grandview Avenue; St. Matthews, Kentucky 40207
$144,145
Sewer/Drain
Sep-96 Owner: Yew Bethel Assembly oC God; 4998 Valley Station Rd; Louisville, KY 40272
Prime: Flynn Bros. Contracting, Inc.: P O Boz 32065: Louisville, Kentucky 40232
$160,62 Subdivision Sep-~~6 Owner: W Randel Sharp: 1730 Dawn Drive: Louisville, Kentucky 40216
$238,199 Drainage SeI)-t~~ Owner MSD: 700 West Liberty Street: Louisville, Kentucky 30203
$38,333 Sewer T
L ~j V-t)
1
V
~) Owner City of Jeffersonville: 501 East Court Avrnue: Jeffersonville, Indiana 47130
$21,6 88 Water 7
^
/
L~ el)-~) V Owner: Louisville Water Company; 435 South Third Street: Louisville, Krntucky 40202
$47,780
Sewer/Water
AL1 _;-~~U wn n _
Prime. Pierce Plumbing,Inc.: 4504 Poplar Level Road; Louisville, Kentucky 40218
Q~
$128,600 Sewer T
1/lav_t)6 Owner. Louisville Riverport Authority: 6900 Riverport Drive; Louisville, Kentucky 40258
$302,065 Drainage Apr-t~ V Owner Town of Sellersburg; 316 East Utica Street, $ellersburg, Indiana 47172
$147,343
Drainage
Jlt~)-~~~ Owner MSD: 700 Wes[ Liberty Street: Louisville, Kentucky 30203
Prime Flynn Bros. Contracting, Inc.; P.O Boz ]2065: Louisville, Kentucky 402]2
$57,127
Sewer/Drain
Apr-96 Owner W'algreens Drug Stores; 1930 Bishop Lane; Louisville, Kentucky 40218
Prime: K.4T Construction, 402 Wyckdiff Avrnue; Otisco, Ihdiana 47163
$20 9~ 1
~ Sitework AutJ-~)~
~ Owner: Speedway Petroleum, Inc., 13815 Dixie Highway; Louisville, Kentucky 30272
Prime C-Traz Contracting, [nc.t P.O. Box 12]7; feffersonville, Indiana 471]1-1237
$114,635
Sewer/Conc.
Oct-9 ~ Owner. The Kroger Company; 10168 Linn Station Road; Louisville, Kentucky 40223
Prime Flynn Bros. Contracting, Inc.; P 0 Box 32065: Louisville, Krntucky 402]2
$26,685
Sewer/Drain
Sep-~~ Owner: tiT5 Development Corp.; 101 i2 Linn Station Road; Louisville, Kentucky 40223
Prime Flynn Bros. Contracting, Inc.; P O Box 32065: Louisville. Kentucky 30232
$21,439 Earthwork Sep-~)~ Owner Chris Nolan; Post Office Box 1205; Jeffersonville, Indiana 47130
$44,5 33
Drainage 11
OCt-~/ ~ Owner: Pinehurst GreeNSabak, Wilson, & Lingo, 315 W. Market; Louisville, KY 40202
Prime Flynn Bros. Contracting, Inc.: P 0 Boz ]2065; Louisville, Kentucky 40232
$21,000
Water
Oct-') ~ Owner Louisville Water Company; 43? South Third Street, Louisville, Kentucky 40202
Prime Flynn Bros. Contracting. Inc; P 0 Boz 32065; Louisville, Kentucky 402]2
•
2of2
EXPERIENCE QUESTIONNAIRE SCHEDULE #2
~ublic Work projects in process of construction
CONTRACT
AMOUNT
CLASS OF
WORK
WHEN TO BE
COMPLETED NAME & ADDRESS OF OWNER
(Prime Contractor and Owner listed if performed as
a Subcontractor on Project)
$1,713,000 Water Sep-06 Owner. Town of Lanesville, Lanesville, IN
$885,000 San Sewer Jun-06 Owner Ciry of Jeffersonville,Ciry•CounryHldg.,Jefkrsonville,IN4'I30
I
$1,629,000
Sewer
Dec-06
Owner: Town of Sellersburg, 316E Utica St , Se!Iersburg, M 471 T_
$39,939 Storm Drainage Jun-06 Owner City of St. Matthews, 3940 Grandview, Louisville, KY
$311,800 Precast Bridge Sep-06 Owner: Clark Co. Commisioners, Ciry-County Bldg, Jeffersonville. IN •17130
$129,500 Sidewalks Jul-06 Owner. City of Windy Hills„ Louisville, KY
$340,000 Wastewater Nov-06 Owner Town ofCampbellsburg„ Campbellsburg, N
•
1 of 1
~ CONTRACTING
EQUIPMENT LOG
ni~ai~nn~
Schedule No. 3
DESCRIPTION
UNIT # YEAR MAKE MODEL SERIAL #
15100 MAGHIN~K7 ANU tC.iUiF'MtN I
1890 2005 Caterpillar 420-D 4X4 OFDP21890
0731 2005 Caterpillar 308C-CR Zero Swin Exc KCX00731
0157 2005 Caterpillar 314C-CR Zero Swin Exc CAT0314CTKJA0015T
0159 2005 Caterpillar 314C-CR Zero Swin Exc CAT0314CTKJA00159
0530 2005 Caterpillar 321 C- LCR Zero Swin Exc CAT32!CEMCF00530
0995 2005 Caterpillar 420-D 4X4 OFDP20995
0435 2005 Caterpillar 420-D 4X4 OFDP20435
0277 2005 Caterpillar 420-D 4X4 OFDP20277
0972 2005 Caterpillar 420-D 4X4 Aux H d OFDP20972
0145 2005 Caterpillar 420-D 4X4 Aux H d OFDP20145
0421 2005 Caterpillar 420-D 4X4 Aux H d OFDP20421
2859 2005 Catterpillar 420-D 4X4 Aux H d OFDP22859
701 2005 CTI CL60 6000Lb 48" 6CL701
702 2005 CTI CL60 6000Lb 48" 6CL702
4059 2005 Trimble LL-500 Laser Level 34059
1960 2005 Multiquip MT65H Tam er M-1960
1377 2004 Caterpillar 320CL Excavator PAB001337
0414 2004 Caterpillar 322CL Excavator HEK00414
1171 2004 Caterpillar 330CL Excavator CAP01171
1398 2004 Gehl-Harle 72" Power Rake (501677 C021398
0866 2004 Caterpillar 924-G Wheel Loader JDDA00866
0315 2004 Caterpillar- D4GLGP TKL00315
0977 2004 Allied E-64 H d Hammer 25001b 64AA80977
4360 2004 Multiquip GA-6HZR /Generator 5494360
1960 2004 Multiquip MT65H Tam er M-1960
1041 2004 Muftiq~~iip MVC77H Vib Plate DL-131041
9936 2004 Multiquip OP-301TH / 3" Pump 19936
9857 2004 Multiquip OP-301TH 13" Pum 19857
9255 2004 Kundel Titan TP5 8X20 9255
0550 2003 Grous:r 1300 -Dozer Blade 00550
3870 2003 Braclco 8509X Back-Hoe 83870
2526 2003 Cass: 90XT JAF0392526
6570 2003 Pro..e:;: PR04-816D 16570
6571 2003 Prot~k PR04-816D 16571
0687 2002 Case-~>iel 580M Backhoe/Loader JJG0310687
9403 2002 Miller-S;~arky 2 Bobcat Welder LC089403
3397 2002 Workalcoi,olic Compressor 5162100-201-6223397
5780 2001 Link-Belt 34000 Excavator E7J15780
7498 2001 Suliair Compressor 004-127498
2001 Manhole Box
7667 2001 DialarUr.e Pipe Laser and Accessories 7667
9656 2001 Dial~rade Pipe Laser and Transit 9656
8366 2001 Spectra Precision Pipe Laser Model 1280 8366
2001 Trench Box
4440 2000 Link-Batt 34000 Excavator E7J04440
8420 2000 Allied 87000 Ho Pac Compactor 8420
0061 2000 Allu>
+ AS380 H draulic Hammer 0061
2230 2000 __
' :and
Inaersc'1 DD24 162230
1465 2000 _
',e Fester
Caterpillar-l' IT24F Wheel Loader 4NN01465
2000 __ Manhole Box
2000 Manhole Box
M CONTRACTING LLC
EQUIPMENT LOG
3/29/2005
Schedule No. 3
9ESCRlPTlON
UNIT # YEAR MAK~_= MODEL SERIAL #
9352 2000 Chevrolet -Mark 1500 Picku 2GCEK19TXY1199352
5931 1997 Ford -Rick Hines F-250 Pickup 1FTHF25HOVEB55931
7440 1979 GMC -Water Truck 2-Ton Flatbed Truck T17D69V617440
7956 1981 GMC -Flatbed Dump G-70 Truck 1GDL7D1F88V587950
0213 1997 Ford - Shitt F-150 4x4 Picku 1 FTDF1822VNC60213
2891 1995 Ford - Spair F-250 Picku 1 FTEF25Y1SLB42891
7910 1982 Ford -Boomer F-80 Boom Truck 1 FDXF80K1CVA17910
3341 1981 Chevrolet W~~ter Trk Pick-up Truck 1GBG7D1 BV133341
3639 1500 Gallon Water Tank 3639
New Service Bod 117717
New Service Bod 117718
14' Bed for 1981 GMC Truck
1997 Ford F-150 Truck Bed
OMSD Service Bod
Pump for Water Truck
15200 SUBTOT~._ TRUCKS AND AUTOS
15200 TRAILERS
3524 1984 Frueh~,af Trailer 1H2V02814EC013524
2857 Internati~ nal U7X18AP - 7 Ton 1ZFUF182736002857
Container NYKU2117211
2879 2000 Trail Ki~~g 20000# Tag Trailer 1TKC02422Y6032879
3886 1990 Gelco Mobile Office Trailer 3886
0190 1996 Cronkfte Flatbed Trailer 473252023t1110190
0063 1994 JJ _ Trailer 46XUE1629RS000063
0179 1992 EZ Dump Trailer 1V9DS0925NW060179
1922 1981 Mono;i 28' Van Trailer 1 NNVA2811 BM051922
3899 1983 Frueh~ ,af 28' Van Trailer 1 H2V028140E003899
C]
r~
r
Audited Financial Statements
Team Contracting, LLC
December 31, 2005 and 2004
•
301 EAST ELM STREET
P.O. Box 107
NEW ALBANY, IN 471 5^
B 1 2.945.5236
~ 800.2.TUCKER
----,
MELHISER
E N D R E S
TUCKER
~ ~ s
www. M ETC PA. co M
2 1 9 NORTH CAPITOL AVENUE
2ND FLOOR
CORYDON, IN 471 1 2
8 1 2.738.3777
S 1 2.738.7703
t
TEA1~I CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
FINANCIAL STATEMENTS
December 31, 2005 and 2004
CONTENTS
Title page
INDEPENDENT AUDITOR'S REPORT ....................................................................... 3
BALANCE SHEETS ....................................................................................................... 4-5
STATEMENTS OF MEMBERS' EQUITY .........................................................:.......... 6
STATEMENTS OF I1vCOME ......................................................................................... 7-8
STATEMENTS OF CASH FLOWS ..............................................................:................ 9-10
NOTES TO FINANCIAL STATEMEN'TS ..................................................................... 11-17
M ELVIS ER ENURES TUCKER CERTIi"IED PUBLIC ACCOUNTANTS PROFESSIONAL CORPORATION
- - ~ --•---. -...- , =+o-.~ . ~ ~ - ~Ax: s 7 2-738-8845
•
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
BALANCE SHEETS
December 3 ]
coos X004
ASSETS
CURRENT ASSETS
Cash
Contracts Receivable -Trade
Employee Receivables
Costs in Excess of Billings
TOTAL CURRENT ASSETS
FIXED ASSETS
Furniture & Fixtures
Small Tools
Machinery & Equipment
Trucks & Autos
Leasehold Improvements
Less Accumulated Depreciation
NET FIXED ASSETS
TOTAL ASSETS
See Notes to Financial Statements.
-4-
$ 1,180,215 $ 1,118,548
77,197 712,644
x,980 0
21 ] ,477 36.860
2,151,869 1,868,052
79,205 47,321
] 00,131 90,408
3,166,303 2,611,540
624,173 624,173
6.537 3.447
3,976,349 3,376,889
(],796,462) (1,34,580)
2,179,887 2,022,309
$ 4,33],756 $ 3.890,361
M ELHISER ENDRES TUCKER CERTIFIED PUBLIC ACCOUNTANTS PROFESSIONAL CORPORATION
TEAM CONTRACTING, LI.C
14912 Railroad Street
Memphis, Indiana
BALANCE SHEETS
December 31
2005 X004
LIABILITIES
CURRENT LIABILITIES
Iv'ote Payable - Banl:
Current Portion of Long-Tenn Debt
Accounts Payable
Accrued Expenses
Accrued Payroll
Billings in Excess of Cost
$ 199,900 $ 0
642,941 431,474
674,090 416,175
76,640 57,978
33,961 32,785
84,134 53,720
TOTAL CURRENT LIABILITIES
LONG-TERM 1.fABILITIES
Installment Loans
Less Current Portion of Long-Tenn Debt
TOTAL LONG-TERM LIABILITIES
TOTAL LIABILITIES
1,711,666 992,132
1,327,247 I ,229,891
(642,941) (431,474)
684,306 798,4 ] 7
2,395,972 1,790,549
MEMBERS' EQUITY
Members' Equity
1,935,784 2,099,812
TOTAL LIABILITIES & MEMBERS' EQUITY $ 4,331,756 S 3,890,361
See Notes to Financial Statements.
-5-
I•~: [.'_~-. ter. ~<' !~NDRES TUCKER CERTIFIED PUBLIC ACCOUNTANTS PROFE SSIDNAL CDRPO RATION
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, lndiana
STATEMENTS OF INCOME
For the Year Ended
December 31
2005 2004
CONTRACT REVENUE
DIRECT COSTS
Labor
PayTOll Taxes
Materials
Equipment Rental
Equipment Fuel, Oil, Grease
Mobilization
Equipment Repairs & Maintenance
Subcontract
Other
Outside Trucking
Depreciation
$ 7,158,582 $ ] 1,616,242
] ,298,848 I ,722,479
1 ] 4,269 147,698
1,744,580 2,498,171
132,658 237,42]
106,210 97,335
46,169 32,163
4,889 12,828
1,539,051 3,800,264
142,072 114,000
206,915 525,424
382,437 320.486
TOTAL UIRECT COSTS
GROSS PROFIT
OPERATING EXPENSES
Auto Expenses
Insurance
Employee Benefits
Legal and Accounting
Office Supplies
Advertising & Promotion
Bank Charges
Interest
Licenses &: Pern~its
Postage and Freight
Depreciation
Repairs and Maintenance
Miscella~~eous
See Notes to Financial Statements.
-7-
5,7]8,098 9.508,269
1,440,484 2,107,973
74,787 67,640
228,845 132,017
1 ] 7,677 108,775
23,479 46,875
9,279 22,039
9,773 12,939
1,037 1,350
64,300 29,251
6,179 5,778
1,783 1,878
80,945 77,637
21,390 124,693
69,105 43,367
?`^[~t;~. E'~CA SNORES TUCKER CERTI PIED PUBLIC ACCOUNTANTS PROFESSIONAL CORPORATION
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
STATEMENTS OF INCOME
For the Year Ended
December 31
2005 2004
OPERATING EXPENSES (Continued)
Rent
Supplies
Radios%PagersiCellular Phones
Utilities
Meals and Entertainment
Dues and Subscriptions
Plan Fees and Deposits
Wages
Payroll Taxes
313,735 300,000
2] 41
15,329 12,898
12,419 8,964
3,678 4,170
4,976 6,110
4,173 2,941
425,380 350,850
37,423 30.085
TOTAL OPERATING EXPENSES
1,525,713 1,390,298
NET INCOME (LOSS) BEFORE OTHER INCOME (85,229) 7 ] 7,675
OTHER INCOME
Interest Income
Other Income
Gain on Sale of Assets
7,448 7,474
x,638 323
19.400 500
TOTAL OTHER INCOME
NET INCOME (LOSS)
See Notes to Financial Statements.
-8-
29,486 8,297
$ (55,7431 $ 725.972
1'1'~C. ._~~!S C'.F ENDRES TUCKER CERTIFIED PUBLIC ACCOUNTANTS PROFESSID NAL CORPORATION
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
STATEMENTS OF CASH FLOWS
For the Year Ended
December 31
2005 X004
CASH FLOWS FROM OPERATING ACTIVITIES
Cash Received from Customers
Interest Received
Cash Paid to Suppliers
Interest Paid
NET CASH PROVIDED BY OPERATING ACTIVITIES
CASH FLOWS FROM INVESTING ACTIVITIES
Capital Expenditures
Sale of Assets
NET CASH USED BY INVESTING ACTIVITIES
CASH FLOWS FROM FINANCING ACTIV]TIES
Principal Payments on Loans
Distributions to IVlembers
Loan Proceeds
Contributions from Members
NET CASH USED BY FINANCING ACTIVITIES
NET INCREASE IN CASH AND CASH EQUIVALENTS
$ 6,986,342 $ ] 2,440,831
7,448 7,474
6,993,790 12,448,305
(6,455,236) (11,260,227)
(64,300) (9,257)
474,254 1,178,821
(95.163) (314,647)
19,400 500
(75,763) (314,147)
(428,439) (406,443)
(224,679) (416,271)
199,900 12 ] ,345
1 ] 6,394 p
(336,824) (701,369)
61,667 ] 63,305
CASH AND CASH EQUIVALENTS AT BEGINNING OF YEAR ],118,548 955.243
CASH AND CASH EQUIVALENTS AT END OF YEAR $ 1.180.215 $ 1.118,548
SUPPLEMENTAL DISCLOSURES
Non-cash investing and financing transaction:
Capital Expenditures S (525,796) $ (1,223,673)
Loan Proceeds 525,796 1,223,673
See Notes to Financial Statements.
-9-
«S:t.. ~. .~: EI'. F_IYDRES TUCKER CERTI F'IED PUBLIC ACCOUNTANTS PROFE5510 NAL CORPORATION
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
NOTES TO FIIv'ANCIAL STATEMENTS
December 31, 200 and 2004
NOTE A - GENERAL II`TFORMATION
Nature of Operation
The Company was organized as a limited liability company on June 27, 1995. The
Company is engaged primarily in commercial construction for business and
municipalities in Kentucky and Southern Indiana.
Income Taxes
The LLC with the consent of its members, has elected under the Internal Revenue Code
to be taxed as a partnership. In lieu of partnership income taxes, the members are taxed
individually on their proportionate share of the LLC's taxable income. Therefore, no
liability or expense for federal income taxes has been included in the financial
statements.
NOTE B - SIGNIFICANT ACCOUNTING POLICIES
Method of Accounting
Profits onlong-term projects are being recorded on the basis of the Company's estimates
of the percentage of completion of individual projects. Under this method, the Company
records that percentage of estimated total income on each project that incurred costs to
date bear to estimated total costs, after giving effect to estimates of costs to complete
based upon most recent information. This method does not alter the use of the basic
accrual method as the over-all method of accounting. As the long-term projects extend
over one or more years, revision in cost and profit estimates during the course of the
work are reflected in the accounting period in which the facts requiring the revision
become known.
Profits on short-term commercial work are recorded upon the substantial completion of
each project. The Company's records are maintained using the accrual method of
accounting which recognizes revenue when earned, and costs when incurred, rather than
when collected or paid. This method results in proper matching of income and expenses
to determine income or loss for a specific period of time.
The asset, "Costs and estimated earnings in excess of billings on uncompleted contracts,"
represents revenues recognized in excess of amounts billed. The liability, "Billings in
excess of costs and estimated earnings on uncompleted contracts,'' represents billings in
excess of revenues recognized.
f„. t~L+~+, SF_F: EN DRES TUCKER CERTIFIED PU6LIC ACCOUNTANTS PROFESSIONAL CORPORATION
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
NOTES TO FINANCIAL STATEMENTS
December 3 I , 2005 and 2004
NOTE B -SIGNIFICANT ACCOUNTII~TG POLICIES (Continued)
Fixed Assets
Fixed asset costs are depreciated and amortized over the expected useful life of the
individual asset as required by generally accepted accounting principles. The straight-
line and accelerated methods are used in calculating depreciation.
Disposal of Fixed Assets
The Company's policy with respect to retirements, sales and disposals of equipment is to
remove the cost of the asset and the accumulated depreciation from the accounts. The
resulting gain or loss is reported on the Statement of Income under Other Income or
Expense.
Trade-In Of Fixed Assets
The Company's policy with respect to trade-ins of fixed assets is to remove the cost of
the asset traded and the related accumulated depreciation from the accounts. The
y remaining basis of the asset traded-in is added to the cost of the asset acquired. No gain
or loss is recognized on trade-ins.
' Repair And Maintenance
Expenditures are charged to operations as incurred for maintenance, repairs and renewals
' which do not materially extend the useful life of the property.
Cash Equivalents
For purposes of the Statement of Cash Flows, the Company considers all highly liquid
instruments purchased with a maturity of three months or less to be cash equivalents.
Accounts Receivable
The Company charges any uncollectible accounts directly to current operations. All
accounts at December 31, 2005 and 2004, are thought to be collectible.
Use of Estimates
The preparation of financial statements in conformity with generally accepted accounting
principles requires management to make estimates and assumptions that affect certain
reported amounts and disclosures. Accordingly, actual results could differ from those
estimates.
-12-
I~'[_:. ~-,'"ER ENDRES TUCKER CERTIFIED PUBLIC ACCDU NTANTS PROFESSIONAL COR PD RATIpN
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
NOTES TO FINANCIAL STATEIv1ENTS
December 31, 2005 and 2004
NOTE B -SIGNIFICANT ACCOUNTING POLICIES (Continued)
Fair Value of Financial Instruments
The fair value of the installment loan is estimated based on interest rates for the same or
similar debt offered to the Company having the same or similar remaining maturities and
collateral required.
Advertising
Advertising costs, which are principally included in operating expenses, are expensed as
incurred. Advertising expense was $ 9,773 and $ 12,939 for the years ended December
31, 2005 and 2004, respectively.
NOTE C -CONTRACTS RECEIVABLE
Contracts Receivable consist of:
December 31
2005 2004
Amounts Billed for:
Contracts Completed and In Progress $ 608,359 $ 467,434
Retainage 148,838 245,210
Total 7 7 197 712 644
NOTE D -UNCOMPLETED CONTRACTS
Costs, estimated earnings, and billings on uncompleted contracts are summarized as
follows:
Costs Incurred on Uncompleted Contracts
Estimated Earnings to Date
Billings to Date
-13-
December 31
2005 2004
$ 880,094 $ 3,763,517
306.591 386,081
1,186,685 4,149,598
1,059,342 4,166.458
S 127 X43 (16.860
t~?. ':_•-!!~. F_..~ ENDRES TUCKER CERTIE IED PUBLIC ACCOUNTANTS PROFESSIONAL CORPORATION
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
NOTES TO FINANCIAL STATEMENTS
December 31, 2005 and 2004
NOTE D - UNCOMPLETED CONTRACTS (Continued)
Included in the accompanying balance sheet under the following captions are:
Costs and Estimated Earnings in Excess
Of Billings on Uncompleted Contracts
Billings in Excess of Costs and
Estimated Earnings on Uncompleted
Contracts
NOTE E -DEPRECIATION
December 31
2005 2004
$ 2l 1,477 36 860
$ 84, ] 34 5 720
Depreciation was computed using straight-line method. The MACRS system is used for
income tax reporting. Because the entity is an LLC and taxed as a partnership, no
adjustments have been made for the tax effect of these differences in depreciation
methods.
The Company's book and tax depreciation for the years ending December 31 are as
follows:
2005 2004
Book $ 463,382 $ 398.123
Tax $ 434,164 1.231.527
-14-
f--'E:_*"~_; E~2 ENDRES TUCKER CERTIFIED PUBLIC ACCOUNTANTS PRO FE SSIDNAL CORPO RATIpN
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
NOTES TO FINANCIAL STATEMENTS
December 31, 2005 and 2004
NOTE F -CONCENTRATION OF CREDIT RISK
The Company performs ongoing credit evaluations of its customers' financial condition
and generally requires no collateral from its customers.
The cash balances the Company maintains in individual banks exceeds the $ 100,000
maximum insurable by the Federal Deposit Insurance Corporation. The excess cash
balances at December 31, 2005 and December 31, 2004 are $ 1,109,675 and $ 1,304,401,
respectively.
NOTE G -RELATED PARTY TRANSACTIONS
The Company leases its office and shop facilities from Team Properties, LLC which is a
separate partnership with the same ownership percentage as Team Contracting, LLC.
The lease was entered into on July 31, 1997, for the terns of one year, and on a month to
month basis thereafter. The monthly rental amount is $ 25.000. Total amount paid to
Team Properties, LLC for the years ending December 31, 2005 and 2004 was $300,000
and $300,000, respectively. Additionally, a receivable was due from Team Properties,
LLC at December 31, 2005 in the amount of $30,64 for renovation work performed on
the building owned by Team Properties, LLC.
NOTE H -EQUIPMENT
The Company leases equipment from various vendors periodically. There are no formal
leases for this equipment. The equipment is leased as needed. There were no
outstanding due lease payments at December 31, 2005.
-15-
F.: i=~.H,`_iE ii LNDRES TUCKER CERTI FIEC PUBLIC ACC DU NTAN TS PROFESSIONAL CORPD RATION
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
NOTES TO FINANCIAL STATEMENTS
December 31, 2005 and 2004
NOTE I -INSTALLMENT LOANS
Lender & Monthly Interest No. Of Balance Balance
Collateral Payment Rate Payments 12/31/0 12/31/04
Chase
2005 Chevy 3500 $ 894 5.91 36 $ 15,365 $ 24,107
Ford Credit
2001 Ford F450 785 0.00 36 0 6,282
2004 Ford Truck 779 7.99 48 16,43 23,588
200 Ford Truck 641 7.99 48 13,618 19,417
200 Ford Truck 775 4.99 36 12,693 20,424
2005 Ford Truck 889 1.9~ 36 0 24,311
200 Ford Truck 866 8.49 48 25,289 32,33
Caterpillar Financial Services Corp oration
4 CAT L'nits 14,199 5.00 36 192,764 336,447
CAT V~'heel Loader 2,750 5.00 36 57,703 84,620
8 CAT Backhoe Loaders &
4 CAT Excavators 19,726 5.00 36 467,476 658,162
2 CAT Track Loaders 15,026 1.96 36 525,796 0
$ 1.327.247 1.229.891
Three of the loans obtained from Caterpillar Financial Services Corporation are non-
interest bearing loans that are secured by the equipment. They were discounted at an
imputed interest rate of ~%.
-16-
t~'~_:. rit _=[_.' ENDR ES TUCKER CERTIFIED PU BI.IC ACCOUNTANTS PROFESSIONAL CORPORATION
~y ` ~
TEAM CONTRACTING, LLC
14912 Railroad Street
Memphis, Indiana
NOTES TO FIIv`ANCIAL STATEMENTS
December 31, 2005 and 2004
NOTE I -INSTALLMENT LOANS (Continued)
1~laturities of long-term debt are as follows:
' Year Ended
December 31 Amount
' 2006 $ 642,941
2007 493,526
2008 190,780
NOTE J -RETIREMENT PLAN
Effective January 1, 1997, the Company established the Team Contracting, LLC 401(k)
Salary Reduction Plan and Trust. Under this plan, eligible employees are permitted to
make elective deferrals of 1 % up to I S°'o of~ their compensation. The Company has
agreed to contribute a discretionary match of 25% of each employee's elective deferral
amount up to the first 5% of participants' compensation. Total employer contribution
expense for the years ended December 31, 2005 and 2004 was $ 11,805 and $ 15,757,
respectively.
NOTE K - LI7~'E OF CREDIT
The Company has a revolving line of credit with a total limit of $ 1,000,000. The
available line of credit is personally guaranteed by the members and secured by the assets
of the Company. The interest rate is 1.0 percent below the prime rate and has a maturity
' date of August 22, 2006. At December 31, 2005 and 2004, the Company had an
outstanding balance of $ 199,900 and $ 0, respectively on this line of credit.
.,
~-~'%::_!~s L=.E F' ENDRES TUCKER CERTIFIED PUBLIC ACCOUNTANTS PROFESSIONAL CORPORATION