Loading...
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