Loading...
HomeMy Public PortalAbout053-2023 - Sunesis construction - Lift Station construction for Short Creek AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) This Agreement is by and between City of Richmond Sanitary District("Owner") and Sunesis Construction Co. ("Contractor"). Terms used in this Agreement have the meanings stated in the General Conditions and the Supplementary Conditions. Owner and Contractor hereby agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents.The Work is generally described as follows: The project includes but is not limited to the construction of the new 9.25 MGD Short Creek Lift Station with new electrical building and generator pad.The project also includes the demolition of the existing Short Creek Lift Station, construction of new piping and supporting structures, mechanical work, electrical work, instrumentation and control work, site civil work, and other miscellaneous work as shown on Drawings and specified within the Contract Documents. Additionally, approximately 2,000-LF of cured in place pipe (CIPP) rehabilitation work is included in the project. ARTICLE 2—THE PROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: Short Creek Lift Station Improvements Project ARTICLE 3—ENGINEER 3.1 The Owner has retained Commonwealth Engineers, Inc. ("Engineer") to act as Owner's representative, assume all duties and responsibilities of Engineer, and have the rights and authority assigned to Engineer in the Contract. 3.2 The part of the Project that pertains to the Work has been designed by Commonwealth Engineers, Inc. ARTICLE 4—CONTRACT TIMES 4.1 Time is of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.2 Contract Times:Days A. The Work will be substantially complete within [*] days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions, and This document is a MODIFIED version of EJCDC°C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified to include RD edits from RUS Bulletin 1780-26(6/16/2020). C-8 Contract No. 53-2023 completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within [*] days after the date when the Contract Times commence to run. * Substantially complete and provide all items into operation (service) within 545 consecutive calendar days from the dote in the Notice tuProceed and fully complete and provide all items into operation (service) within 30 consecutive calendar days from the date of substantial completion. 4.3 Liquidated Damages - A. Contractor and Owner recognize that time is of the essence as stated in Puragmph4.O1 above and that Owner will suffer financial and other losses if the Work is not completed and Milestones not achieved within the Contract Times, as duly modified. The parties also recognize the delays, expense, and difficulties involved in proving, in a legal or arbitration proceeding, the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not asapena|ty): 1. Substantial Completion: Contractor shall pay Owner$1,000.00 for each day that expires after the time (as duly adjusted pursuant to the Contract)specified above for Substantial Completion, until the Work is substantially complete. 2. Completion of 8e/no/n/ng Work: After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Times (as duly adjusted pursuant tothe Contract) for completion and readiness for final payment, Contractor shall pay Owner$1,000.00 for each day that expires after such time until the Work is completed and ready for final payment. 3. Liquidated damages for failing totimely attain Milestones, Substantial Completion, and final completion are PEA-additive, and will 4Gt-be imposed concurrently. B. Deleted C. Deleted ARTICLE 5—CONTRACT PRICE 5.1 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents,the amounts that follow,subject to adjustment under the Contract: A. For all Work other than Unit Price Work, a lump sum mf$5,8U4.866.UO. All specific cash allowances are included in the above price in accordance with Paragraph 13.02uf the General Conditions. B. For all Unit Price Work, an amount equal to the sum of the extended prices (established for each separately identified item of Unit Price Work by multiplying the unit price times the actual quantity uf that item). Unit Price Work Item Description Unit Estimated Unit Extended No. Quantity Price Price This document is a MODIFIED version of EJCDCO C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). CopyrightO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJcoc documents.All rights reserved. Those portions vf the text that originated m copyrighted ococ documents remain subject tu the copyright. Modified to include no edits from nuS Bulletin x7oo-2a(a/z6/2uzu). ca SEE ATTACHED BID SCHEDULE Total of all Extended Prices for Unit Price Work(subject to final adjustment based on actual quantities) $166,934.00 The extended prices for Unit Price Work set forth as of the Effective Date of the Contract are based on estimated quantities. As provided in Paragraph 13.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer. C. Total of Lump Sum Amount and Unit Price Work(subject to final Unit Price adjustment) $5,971,800.00. D. For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit. ARTICLE 6—PAYMENT PROCEDURES 6.1 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.2 Progress Payments;Retainage A. Owner shall make progress payments on the basis of Contractor's Applications for Payment on or about the [*] day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract.All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Contract. *As funds become available 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract. a. 95 percent of the value of the Work completed (with the balance being retainage). 1) Deleted b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). B. Upon Substantial Completion of the entire construction to be provided under the construction Contract Documents, Owner shall pay an amount sufficient to increase total payments to Contractor to 100 percent of the Work completed, less such amounts set off by Owner pursuant to Paragraph 15.01.E of the General Conditions, and less 200 percent of This document is a MODIFIED version of EJCDC®C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified to include RD edits from RUS Bulletin 1780-26(6/16/2020). C-8 Engineer's estimate of the value of Work to be completed or corrected as shown on the punch list of items to be completed or corrected prior to final payment. 6.3 Final Payment A. Upon final completion and acceptance of the Work, Owner shall pay the remainder of the Contract Price in accordance with Paragraph 15.06 of the General Conditions. 6.4 Consent of Surety A. Owner will not make final payment, or return or release retainage at Substantial Completion or any other time, unless Contractor submits written consent of the surety to such payment, return,or release. 6.5 Interest A. All amounts not paid when due will bear interest at the rate of maximum legal rate percent per annum. ARTICLE 7—CONTRACT DOCUMENTS 7.1 Contents A. The Contract Documents consist of all of the following: 1. This Agreement. 2. Bonds: a. Performance bond (together with power of attorney). b. Payment bond (together with power of attorney). 3. Standard General Conditions—Part 3. 4. Supplementary Conditions—Part 4. 5. Specifications as listed in the table of contents of the project manual {copy of list attached). including Parts 5-11 as applicable. 6. Drawings (not attached but incorporated by reference) consisting of 46 sheets with each sheet bearing the following general title:Short Creek Lift Station Improvements. 7. Addenda (numbers 1 to 3, inclusive). 8. Exhibits to this Agreement(enumerated as follows): a. EXHIBIT A: Contractors Bid(pages 1 to 229,inclusive). b. EXHIBIT B: "Other Provisions"; 9. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Orders. d. Field Orders. This document is a MODIFIED version of EJCDC®C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified to include RD edits from RUS Bulletin 1780-26(6/16/2020). C-8 o. Warranty Bond, Kany. B. The Contract Documents listed in Paragraph 7.O1.A are attached to this Agreement (except ax expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 7. D. The Contract Documents may only be amended, modified, or supplemented as provided in the Contract General Conditions. ARTICLE 8--REPRESENTAT|ONS,CERTIFICATIONS,AND STIPULATIONS 8.1 Contractor's Representations A. In order to induce Owner to enter into this Contract, Contractor makes the following representations: 1. Contractor has examined and carefully studied the Contract Documents, including Addenda. 2. Contractor has visited the Site, conducted a thorough visual examination of the Site and adjacent areas, and become familiar with the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3. Contractor ix familiar with all Laws and Regulations that may affect cost, progress, and performance of the Work. 4. Contractor has carefully studied the reports of explorations and tests of subsurface conditions at or adjacent to the Site that have been identified in the Supplementary Conditions,with respect to the Technical Data in such reports and drawings. S. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality ofthe Site; information and observations obtained from visits to the Site; the Contract Documents; and the Technical Data identified in the Supplementary Conditions orby definition,with respect to the effect of such information, observations, and Technical Data on (a) the cost, progress, and performance of the Work; (b) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (c) Contractor's safety precautions and programs. 6. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. 7. Contractor is aware of the general nature of work to be performed by Owner and others ot the Site that relates to the Work uu indicated in the Contract Documents. 8. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and of discrepancies between Site conditions and the Contract Documents, and the written resolution thereof by Engineer is acceptable toContractor. This document is a MODIFIED version of EJCDC11 C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). CopyrightO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject tv the copyright, Modified tv include no edits from nua Bulletin z7oo'zo(o/zo/zozo}. o-o 9. The Contract Documents are generally sufficient to indicate and convey understanding uf all terms and conditions for performance and furnishing of the Work. - lU. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 11. The Contractor shall not discriminate on the basis of race,color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carryout these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remed|es." 12. Contractor hereby acknowledges to and for the benefit of the Owner and the Indiana Finance Authority (the "Authority") that it understands the work, goods and services under this Agreement are being funded with monies made available by the State Revolving Fund Loan Program and such appropriation contains provisions commonly known as "American Iron and Steel" (and as such is supplemented from time to time by federal rules and guidance)that requires all of the iron and steel products used in the project be produced in the United States ("American Iron and Steel Requirements") including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Owner and the Authority, and agrees, that (e) the Contractor has reviewed and understands the American Iron and Steel Requirements, (b) all of the iron and steel products used in the project as provided by the Contractor under this Agreement will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirements and (c) the Contractor will provide any further certification wr assurance of compliance with this paragraph as may be requested by the Owner or the Authority. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner and the Authority to recover as damages against the Contractor (and the Contractor shall indemnify and hold the Owner and the Authority harmless against) any loss, expense or cost (including without Unn|tot|on attorney's fees)incurred by the Owner or the Authority resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the Authority or any damages owed to the Authority by the Owner). VVN|e the Contractor has no direct contractual privity with the Authority, as a lender to the Owner for the funding of its project, the Owner and the Contractor agree that the Authority is othiod-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph forme or effect) aho|| be amended or waived without the prior written consent of the Authority. 13. Required Contract Provision due to SRF funding as found in Part 118 of the Contract Documents and Specifications: a. Attachment B — Requ|red Contract Provisions Related to Davis-Bacon Act and Related Acts. This document is a MODIFIED version of EJCDCO C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). CopyrightO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated iu copyrighted ucoc documents remain subject to the copyright. Modified to include no edits from nus Bulletin ouo-zo(a/z6/2ucu). c-n b. Attachment C — Required Contract Provisions Related to Wage-Fringe Benefit Certification. c. Attachment E — Required Contract Provision Related to Suspension and Debarment. d. Attachment J — Required Certification from Contractor Related to American Iron &Stea|. 8.2 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 8.82: 2. "corrupt practice" means the offering,giving, receiving, or soliciting of anything ofvalue likely to influence the action of public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices ui artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 8.3 Standard General Conditions A. Owner stipulates that if the General Conditions that are made o part of this Contract are BCDC8C'7OU, StandardGenem| ConditimnsfortheConstructionContraut (2018), pub|ished by the Engineers Joint Contract Documents Committee, and if Owner is the party that has furnished said General Conditions, then Owner has plainly shown all modifications to the standard wording ofsuch published document to the Contractor, through a process such as highlighting ur"track changes" (redline/strikeout), orin the Supplementary Conditions. This document is a MODIFIED version of EJCDCO C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). CopyrightO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions o[the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified t"include nm edits from Vus Bulletin z7on'2o(a/zo/oum). c-x IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on (which is the Effective Date of the Contract). OWNER: CONTRACTOR: City of Richmond, Indiana, Sunesis Construction Co. Sanitary Board of Co issiones By: ......................_.....--- By: ,(Sti iller,President) sigralature) Title: t(L/1 1( ,ArPr n FL ice:President) (typed or printed) Name: --Ittarl Slit (5,„.„- "1 eg Stiens,Member) (typed or printed) Dated: (NS) / ,2 3- Alk Dated: (typed or @ rinte.) (typed or printed) (If Contract 's a corporetion,a partn ship,or a joint . i cii 11 venture,a eviden 4 of authority t ign Attest: , MA 4 ARP'' ........._.Attest: bit ) ,... (individua' s.nature) c''' mdividual's sig at e) Title: Denise Johnson, Recording Secretary Title: (typed or printed) (typed or printed) APPROVED: By '- ...... Ii .ivido•IHs sign. re) Dated: i:5 Jo, 407:- 1' (dai-signed) Address for giving notices: Address for giving notices: 2380 Liberty Avenue r t 0 (11—S( ' AVE i k, I ' Richmond, IN 47374 Vvem- a4,66-1. 014- LiSbta61 Designated Representative: Designated Repr sentative: Name: 11ke, Ni I l-er Name: N 0,S0/1 .17141a,,(Adi (typed or printed) .., ped or printed), Title: PIC6464, _c411.V\I+4.vlA 3pAr4, Ceilin1i:erofit I e: (0. (typed or priritied) (typed or printed) Address: Address: , e 2 M0 Litle-v AvteNve, i tO 0011,5(41140 Of-, IZ ; 12-ialrvo-iftc/ , 121` 47/3 74 afik ( ;41064,-1 di Ltd al This document is a MODIFIED version of EJCDC®C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright©2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified to include RD edits from RUS Bulletin 1780-26(6/16/2020). C-8 Phone: ` fps _,61gC 74c- 0 Phone: 3. . ., Email:Owner is ac � ttach evidenceAAiAKci author �� l Email: 4 � .w �` (Ifcorporation, of y License No.. i to sign.If Owner is a public body,attach evidence of authority to sign and resolution or other documents (wh re applicable) authorizing execution of this Agreement.) State: l" This document is a MODIFIED version of EJCDC®C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified to include RD edits from RUS Bulletin 1780-26(6/16/2020). C-8 CERTIFICATE OF OWNER'S ATTORNEY CERTFICATE OF OWNER'S ATTORNEY PROJECT NAME: Short Creek Lift Station Improvements Project CONTRACTOR NAME AND CONTRACT NUMBER: Sunesis Construction Co. I,the undersigned, A.J. Sickman,the duly authorized and acting legal representative of the City of Richmond Sanitary District, do hereby certify as follows: I have examined the attached Contract(s)and performance and payment bond(s) and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements is adequate and has been duly executed by the proper parties thereto acting through their duly authorized representatives;that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms,conditions,and provisions thereof. April 5, 2023 Name Date C-9 DIRECTOR AUTHORIZATION SUNES|S CONSTRUCTION CO. The undersigned, being the sole director ofSuneois Construction Co. authorizes the following action in lieu of holding an annual nnmoUn8 of directors: Electing the following as the corporation's officers: Andrew Argo Controller Richard E. Jones Jr. President Jason Shaw Vice President Mo|one Kaniaa Schmidt Secretary Robert Doyle Treasurer Effective Date: August 1. 2O22 Richard E. Jones J 4872-0195-5112,v 1 ` . . PERFORMANCE BOND Bond#443837b Contractor Surety / Name:Guneoio Construction Co. Name: Great American Insurance Company Address(principal place o/bus/neo/: Address(principal place oƒbux/nesoj: _ 201UCmaoontviUeRoad 301 E.4thStreet West Chester, OH45U0S Cincinnati, OH452O2 Owner Contract Name: City nf Richmond Sanitary District Description(name and/ocobon/: K4aiUngaddexs(principo/pl City Y of Richmond ' 33O0 Liberty Ave. Short Creek Lift Station Improvements Project Richmond,|N47374 Contract Price: $5.871.800.00 Effective Date of Contract: Fabrua� 14. 2U23 ----- | Bond Bond Amount: $5.871.0UO.OU Date nf Bond: February 17. 2U23 � (Date of Bond cannot be earlier than Effective Date of Contract) Modifications to this Bond form: Pq None El See Paragraph 16 Surety and Contractor, intending to be legally bound hereby,subject to the terms set forth in this Performance Bond,do each cause this Performance Bond to be duly executed by an authorized officer, agent,or representative. Contractor as Principal Surety Sunesis Construction Co. Great American Insurance Company (Full formal name of Contractor) lFull formal pa&e of Sur tv)(coroorate seal) (S i En e)(Attach Power of Attornev) Name: Name: Tiffiany Gobich 4>,lint d*or tMed) (Printed or tvoed) Title: Title: Attorney-in-Fact Attest: Attest: Zo-nalt-ure) (Sianature) Name: Name: Liz Title: VVhnnao |u| -Witness Notes:(1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any sin ulor nptn [oo party is or other where � � — -------- ococ°c-6zo Performance Bond. --------- cvvvnxxtmono National Society v,Professional Engineers,American cn"ou|ofcngineming Companies, and American Society'f Civil Engineers.All rights reserved. ' . 1. The Coot/actor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner for the performance of the Construction Contract,which|s incorporated herein by reference. 2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Paragraph 3. _ l Ifthene}ono0wnerDefau|tundertheConstruct|onContruct,tkeSumty'sobUOa\ionunderthis8on6 will arise after: 3.1. The Ownerfirst provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor 0ebo|t Such notice may indicate whether the Owner is requesting conference among the Owner,Contractor,and Surety todiscuss the Contractor's performance. if the Owner does not request a conference,the Surety may,within five (5) business days after receipt of the Owner's notice, request such o conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Paragraph 3.1 will be held within ten (10) business days of the Surety's receipt of the Owner's notice. if the Owner, the Contractor, and the Surety ogee, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement does not waive the Owner's right, if any, subsequently to declare a Contractor Default; 12. The Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety;and 3.3. The Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. 4. Failure on the pad of the Owner to comply with the notice requirement in Paragraph 3.1 does not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. 5. When the owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one nf the following actions: 5.1. Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 6.2, Undertake to perform and complete the Construction Contract hze|t through its agents or independent contractors; 5.3. Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the owner and o contractor selected with the Owners concurrence, to he secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7 in excess of the Balance of the Contract Price incurred by the Owner asa result of the Contractor Default;or 5.4. Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: cJcmc1c'a1o'Performance Bond. Copyright'D2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society o,Civil Engineers.All rights reserved. eo 5.4.1 After investigation,determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined,make payment to the Owner;or 5.4.2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. 6. If the Surety does not proceed as provided in Paragraph 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 5.4, and the Owner refuses the payment, or the Surety has denied liability, in whole or in part,without further notice,the Owner shall be entitled to enforce any remedy available to the Owner. 7. If the Surety elects to act under Paragraph 5.1, 5.2, or 5.3, then the responsibilities of the Surety to the Owner will not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety will not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication for: 7.1. the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 7.2. additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 5;and 7.3, liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 8, If the Surety elects to act under Paragraph 5.1,5.3,or 5.4,the Surety's liability is limited to the amount of this Bond. 9. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price will not be reduced or set off on account of any such unrelated obligations. No right of action will accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors,and assigns. 10. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders,and other obligations. 11. Any proceeding, legal or equitable, under this Bond must be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and must be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first. If the provisions of this paragraph are void or prohibited by law,the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit will be applicable. 12. Notice to the Surety,the Owner,or the Contractor must be mailed or delivered to the address shown on the page on which their signature appears. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement will be deemed deleted therefrom and provisions conforming to such EJCDC®C-610,Performance Bond. Copyrights 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. c-12 statutory or other legal requirement will be deemed incorporated herein. When so furnished, the intent is that this Bond will be construed as a statutory bond and not as a common law bond. 14. Definitions 14.1. Balance of the Contract Price—The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 14.2. Construction Contract—The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. 14.3. Contractor Default—Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. 14.4. Owner Default—Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. 14.5. Contract Documents—All the documents that comprise the agreement between the Owner and Contractor. 15. If this Bond is issued for an agreement between a contractor and subcontractor,the term Contractor in this Bond will be deemed to be Subcontractor and the term Owner will be deemed to be Contractor. 16. Modifications to this Bond are as follows: [Describe modification or enter"None"] EJCDC®C 610,Performance Bond. Copyright©2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. C-13 PAYMENT BOND Bond#4439375 Contractor ng � N is Construction Co. »Y | | Address(m""p°p°`=o "`""'=* _ \ 2010Cmaman!viUeRoad 301 E.4th Street West Chester, 0H45O03 Cincinnati, OH 45202 Owner Contract Name: City uf Richmond Sanitary District Description (name and location): Mailing address(p'mmvolvlox of business): | City mfRichmond |l3Q0 Liberty Ave. �6hoCreekLift Station Improvements Project Richmond,|N47374 Contract Price: $5.971.000.00 | Effective Date of Contract:February 14.2O23 _-_ Bond Bond Amount: $5.9T1.00O.OU Date of Bond:February 17. 2O23 (Dmteof 13ondco^votvecarilerman Effective ovteofContract) Modifications to this Bond form: C0 None OSee Paragraph l8 Surety and Contractor, intending to be legally bound hereby,subject to the terms set forth in this ! | Payment Bond,do each cause this Payment Bond to be duly executed by an authorized officer,agent,or representative. � contractor as Principal Surety / SunaniaConstructioy Co. Great American Insurance Company (Fulljor ulna v/ �� (nm� / of Su )(corporate seal) By: By: (Si n iu )(Attach Power of Attorney) tu Name: Name: Tiff �ou x -(Print or typed) (Printed or typed) Title: Title: Attorney-in-Fact� � At��t� A�es� (Signotl;�r�e " (Signature) Name: Name: ..Liz Ohl (Printed o"t�pe�'�q' (Printed or typed) Title: VVdneoa Title: VVhneoo Notes:WProvide supplemental execution by any additional parties,such as joint venturers.(VAny singular reference to Contractor,Sure�o��moU�v���cmu�����m���� EJCmc°C-szs'Payment Bond. CopyrightO 2018 National society of Professional Engineers,American Council of Engineering Companies, and American Society vf Civil Engineers.All rights reserved. c'm . . 1, The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner to pay for labor, materials, and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference,subject to the following terms. 2. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds harmless the Owner from claims, demands, liens, or suits by any person or entity seeking _ payment for labor, materials,or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. 3. If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond will arise afterthe Owner has promptly notified the Contractor and the Surety(at the address described in Pumgraphl3) of claims, demands, liens, or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims,demands, liens,n,suits to the Contractor and the Surety. 4. When the Owner has satisfied the conditions in Paragraph 3, the Surety shall promptly and at the Surety's expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien,nrsuit. S. The Surety's obligations to a Claimant under this Bond will arise after the following: 5.1. Claimants who do not have o direct contract with the Contractor 5.1.1. have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor orlast furnished materials or equipment included in the Claim; and 5.1.2 have sent a Claim to the Surety(at the address described in Paragraph l3). 5.2. Claimants who are employed by or have a direct contract with the Contractor have sent a Claim to the Surety(at the address described |n Paragraph 13). G. |fa notice of non-payment required hy Paragraph 5.l.1is given by the Owner to the Contractor,that |n sufficient to satisfy Claimant's obligation to furnish a written notice of non-payment under Paragraph 5.1.1. 7. When u Claimant has satisfied the conditions of Paragraph 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: 71 Send an answer to the Claimant, with a copy to the Owner, within sixty(60) days after receipt of the Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 7.2. Pay or arrange for payment of any undisputed amounts. 7.3. The Surety's failure to discharge its obligations under Paragraph 7.1 or72 will not be deemed � to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, � except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however,the Surety fails to discharge its obligations under Paragraph 71 or7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found tobe due and owing to the Claimant. ocuc*c-ozs,Payment Bond. Copyrightm 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. cas 8. The Surety's total obligation will not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Paragraph 7.3, and the amount of this Bond will be credited for any payments made in good faith by the Surety. 9. Amounts owed by the Owner to the Contractor under the Construction Contract will be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfying obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. 10. The Surety shall not be liable to the Owner,Claimants,or others for obligations of the Contractor that are unrelated to the Construction Contract.The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants under this Bond. 11. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders,and other obligations. 12. No suit or action will be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1)on which the Claimant sent a Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of(1) or(2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit will be applicable. 13. Notice and Claims to the Surety, the Owner, or the Contractor must be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished,will be sufficient compliance as of the date received. 14. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement will be deemed deleted here from and provisions conforming to such statutory or other legal requirement will be deemed incorporated herein. When so furnished, the intent is that this Bond will be construed as a statutory bond and not as a common law bond. 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. 16. Definitions 16.1. Claim—A written statement by the Claimant including at a minimum: 16.1.1. The name of the Claimant; 16.1.2. The name of the person for whom the labor was done, or materials or equipment furnished; 16.1.3. A copy of the agreement or purchase order pursuant to which labor, materials, or equipment was furnished for use in the performance of the Construction Contract; 16.1.4. A brief description of the labor,materials,or equipment furnished; EJCDC°C-615,Payment Bond. Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. C-16 161.5. The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; 16.I£ The total amount earned by the Claimant for labor, materials, or equipment furnished as of the date of the Claim; 16.1.7. The total amount of previous payments received by the Claimant;and _ 16.I.8. The total amount due and unpaid to the Claimant for labor, materials, or equipment furnished asof the date of the Claim. 16.2. Claimant—An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials, or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entitythat has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond is to include without limitation io the terms of"|abor, materials, or equipment"that part of the water, gas, power,light, heat,oil,gasoline,telephone service,or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials,or equipment were furnished. 16.I Construction [ontrnct--The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. 16.4. Owner Default—Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required underthe Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. 16S. Contract Documents—All the documents that comprise the agreement between the Owner and Contractor. 17. If this Bond is issued for an agreement between a contractor and subcontractor,the term Contractor in this Bond will be deemed to be Subcontractor and the term Ownerwill be deemed to be Contractor. 18, [Nndificadono1othisBondaveasfoUmwu: [Deycribemod|f|cot|onnrente,"Nune"] --- ococ~c'o1s'Payment Bond. conv,ightwnuzo National Society m Professional Engineers,American Council v[Engineering Companies, and American Society vf Civil Engineers.All rights reserved. c-z7 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TEN No.0 21630 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power MARK NELSON LIZ OHL ALL OF ALL TIFFIANY GOBICH JULIE SIEMER CINCINNATI,OHIO $100,000,000 RANDAL T.NOAH G. DALE DERR STELLA ADAMS NANCY NEMEC KATIE ROSE TAMMY L.MASTERSON This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 13TH day of APRIL 2021 . Attest GREAT AMERICAN INSU ANCE COMPANY ........... Aree„.„, "%C. e -RA eP . y' u4 �Y;W�btlOG .R' pd 4 `^w'W.rorouuWnllu^uaYq',Pm-m'awi.Wk & Assistant Secretory Divisional Senior Vice President STATE OF OHIO,COUNTY OF HAMILTON-ss: MARK VICARIO(877-377-2405) On this 13TH day of APRIL , 2021 ,before me personally appeared MARK VICARIO,tome known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. SUSAN A KOHORST Notary Public State of Ohio My Comm.Expires y May 18,2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisonal Assistant Vice Presidents,or any one of therm,be and hereby is authorized,from time to time,to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,undertaking,contract ofsuretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seed of the Company;to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.BERAIIA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been revoked and are now in full force and effect. Signed and sealed this 17th day of February 2023 • , ,wawa 6 "�wemw,roiaww,wuwwa� Assistant Secretor), S1029AH(03/20) „w----, ,# r GREATTERICAN INSURANCE GROUP 301 East 4th Street Cincinnati,OH 45202 GAIG,com GREAT AMERICAN INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND CAPITAL&SURPLUS AS OF DECEMBER 31,2021 ADMITTED ASSETS LIABILITIES,CAPITAL AND SURPLUS Bonds.......:.:......................................................................... $ 4,634,160,877 Unpaid losses and loss expenses,.,,.,.......,..;,.,,,.,,,,,,,.,,,,.,.:,, $ 4,900,594,991 Stocks..................................................................................: 1,342,077,362 Reserve for underwriting expenses,,,,,,,,,,,,,,.,,,,,,..,...,,,.,.,,,,,. 374,148,550 Mortgage loans on real estate:..................:........................... 610,128,154 Federal income taxes,.,.,.,,,,.,.,...,..,.,.,............:....,..............., 24,616,831 Real estate(net of encumbrances) 2,157,418 Reserve for unearned premiums 1,751,526,856 Cash and short-term investments 1,062,849,47E Ceded reinsurance premiums payable„ „ 203,8'73,832 Other Invested assets 1,716,473,934 Funds held under reinsurance treaties 640,117,270 Receivable for securities 720,833 Retroactive reinsurance ceded.,,,,.,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, (95,777,045) Investment income duo and accrued 36,264,700 Provision for reinsurance,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,;,,,,,,, 41,494,800 Agents'and premium balances 741,660,659 Other libbililies,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,,.:,,.,,,,,,,,,:...., 193,419,576 Reinsurance recoverable on loss payments 62,020,920 Total liabilities 8,040,015,461 Netdeferred tax asset,,,,,,,,,,,,,,,,,,,,,,,,,,,,;,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 80,340,794 Receivable from affiliates,,,,,;,,,,,,,,,,,,,,,,,;,,,,,,,,,,,,,,,,,,,,,, ,,,,,, 12,198,429 Receivable from Federal Crop Insurance Corporation 559,865,780 Company owned life insurance 196,874,070 Capital stock $ 15,440,600 Funds held as collateral 6,793,195 Pald in surplus 887,143,561 Funded deductibles 26,797,876 Special surplus funds 77,301,464 Other admitted assets 46,333,163 Unassigned funds,,,;,,,,,,,,,,,,,,,,,,;,,,,,,,,,,, 2.117,816,554 Policyholders'surplus.--.....................„.........,,,,,,,..„„.„., 3,097,702,179 Total....................... $11,137,717,640 Total„.„................-.„.---...,...,—„,„..„...—..........,...„„„ $11,137,717,640 Securities have been valued on the basis prescribed by the National Association of Insurance Commissioners. STATE OF OHIO COUNTY OF HAMILTON Robert J.Schwartz,Vice President and Controller,and Stephen Beraha,Assistant Vice President and Assistant Secretary,being duly sworn, each for himself deposes and says that they are the above described officers of the Great American Insurance Company of Cincinnati,Ohio; that said Company is a corporation duly organized,existing and engaged in business as a Surety by virtue of the laws of the State of Ohio and has duly complied with all the requirements of the laws of said state applicable to said Company and is duly qualified to act as Surety under such laws;that said Company has also complied with and is duly qualified to act as Surety under Public Law 97-258 enacted September 13,1982(96 Stat.1047 as amended:31 U.S,C.9304-9308); that to the best of their knowledge and belief the above statement Is a full,hire and correct Statement of the Assets,Liabilities and Capital&Surplus of the said Company as of December 21,2021, Subscribed and sworn to before me ;r2 this 25th day of February,2022. ,C.,r, Y,, �.. Controller - 1 _ " — +Fzss h,,""R� � Assistant Secretory Public Notary; P+r�y �d"iQr'+, Notary Public,Otele of Ohio 4 c•` r” My Commission Expires April 28,2025 '''I i'f Annuity Group and Specialty Property&Casualty Insurance Group GAIG.com Office of Risk Assessment Ohio Department of Insurance 50 West Town Street Third Floor-Suite 300 Mike DeWine-Governor Columbus,Ohio 43215 Judith French-Director (614)644-2658 Fax(614)644-3256 Certificate of Compliance www.insurance.ohio.gov p Issued 06/06/2022 Effective 07/01/2022 Expires 06/30/2023 I, Judith French, hereby certify that I am the Director of Insurance in the State of Ohio and have supervision of insurance business in said State and as such I hereby certify that GREAT AMERICAN INSURANCE COMPANY of Ohio is duly organized under the laws of this State and is authorized to transact the business of insurance under the following section(s) of the Ohio Revised Code: Section 3929.01 (A) Accident&Health Guaranteed Renewable A &H Aircraft Inland Marine Allied Lines Medical Malpractice Boiler&Machinery Multiple Peril - Commercial Burglary &Theft Multiple Peril -Farmowners Collectively Renewable A &H Multiple Peril -Homeowners Commercial Auto- Liability Noncancellable A & H Commercial Auto-No Fault Nonrenew-Stated Reasons(A&H) Commercial Auto-Physical Damage Ocean Marine Credit Other Credit Accident& Health Other Accident only Earthquake Other Liability Fidelity Private Passenger Auto -Liability Financial Guaranty Private Passenger Auto-No Fault Fire Private Passenger Auto- Physical Damage Glass Surety Group Accident&Health Workers Compensation GREAT AMERICAN INSURANCE COMPANY certified in its annual statement to this Department as of December 31,2021 that it has admitted assets in the amount of$11,137,717,640, liabilities in the amount of$8,040,015,461, and surplus of at least$3,097,702,179. IN WITNESS WHEREOF, I have hereunto subscribed my name and caused my seal to be affixed at Columbus, Ohio, this day and date. i. Judith French, Director INS7230(Rev.6/2003) Accredited by the National Association of Insurance Commissioners(NAIC) NOTICE C)F AWARD (Subject tmSRF approval and financing) Date ofIssuance: February 16, 2U23 Owner: Richmond Sanitary District Owner's Contract No.: TBD Engineer: Commonwealth Engineers, Inc. Engineer's Project No.: 318134 Short Creek Lift Station Improvements Project: Project Bidder: Suneds Construction Co. Bidder's Address: 2610CrescentviUe Rd.;West Chester, OH 45069 TCJBIDDER: You are notified that Owner has accepted your Bid dated January 31, 2023 for the above Project, and that you are the Successful Bidder and was awarded a Contract by the Richmond Sanitary District Board of Commissioners on February 14, 2023 for Short Creek Lift Station Improvements Project. This award is subject tofinal approval and financing by the Indiana Finance Authority's SRFProgram. The Contract Price of the awarded Contract is: $5,971,800.00. A set of contract documents will be sent to you for execution as soon as feasible. Please provide a copy nfyour Performance Bonds and Payment Bonds tobe included in the contract. A notice to proceed will be issued once the contract is executed and approval and financing has been received from |FA/SRF. ' Owner: City of Richmond ( Sanitary District) ~ ^� Authorized Signature By: Elijah Welch Title: WcLhot Engineer � � AUTHORITY TO SIGN February 14L2023 The Board of Sanitary Commissioners of tile Sanitary District of Richmond, Indiana, met ill regular sessionindmCnunui| Chambers, City Building,50N 5m Street,Richmond, Indiana,oil Tuesday, February \4`202lat \O:O0/\.K4. Those physically present were Pot Smoker- Director, &] Sickmuuo' City Attorney, Sue &8J\o,' 800d PnmiJon1' /\men 8okohi' V|oo President, Greg Sdonx' Board K4cmhur, Elijah VVoioh' District Engineer, Ju[[ LohmooDer- VVWTP K4uinkmuncu Manager, Jessica Foster- Assistant D000vd\nO Clerk and Y/C7Y. Those present Virtually through Zoom were Denise Johnson-Customer Service Manager and Todd Hobson-WWTP Plant Superintendent(arrive at Itern No.4). Item No. \,/\pprovu| of Board Minutes,was tabled for xfuture meeting. The fimtorder oy business Was h approve invoices. Tile invoices were in the total amount of$248'500.B`covering January 27 and February 3, 2U23. Mr. Buk:hi made u motion ho approve tile invoices. Mr. Siinux seconded tile motion. The motion puxxxdJ'O. The uox1 order of business Was the Director's Report. Mr. Smoker ok¢od that tho Solid \uux\o Department was looking at coordinating u New Paris Pike LundfiUclean up and details would uomou1u later date. Tile next order of business was to muoivo quotes for Oo'CuU 0vorkcud Door & Door Repair Services. Two quotes were /rooivoJ. The fiotquote was from Scott Door Service of Richmond, IN, u1 the following costs: $84.50/hour for regular hours, $l26.75/hour for overtime hours, $!26.75/hour for Saturday hours, *l6V.U&0oor for Sunday hours and $|69.00/bour for holiday hours fbr2023; $89.50hnorfhr regular hours, $l34.5Nhour for overtime hours, $l34.50/bour for Saturday huon' $179.00bour b/r Sunday hours and $179.008mor for holiday boom for 2024; $94.500oor for regular hours, $141.75/hour for overtime hours, $141.75/hourh/r 3o(uoduy hnom` *l89.008/no, for Sunday hours and $189.00/hourfur holiday bnon for 2025. The second gouLo was received bnm 0vuchoud Door Company of Richmond, IN, at the following costs: $7lO0/bnur for regular hours, $||2.50/hour for Overtime hours, $l5O.0Nhoor for Saturday houo, $}5U.00/bnorfor Sunday hours and $l50.ONhour for holiday hours tor2O23. No quote was submitted for years 2024 nr202l Tile quotes were referred to the board for review and recommendation ato later meeting. The next order of business was the discussion of using 3numowoi for Procurement 3umiom. Mk. Smoker stated that Snuoco*eU would be u resource 0o price and procure highly xyooiOod goods and equipment, u similar process as the State`x 0PA. Mr. Smoker stated that the City`o Law and Fiuuoou departments have laid Out tile requirements for RSD oboo|d it decide to uxo xuoh a method. Mr. Smoker also stated that in the event of pNonhu| procurement, the yumhxxo nmuN he brought before the board tuboawarded. K4r. Bukxhi made u motion N approve the use ofSououv/xU unrvixcx as presented, Mr. Shnus seconded the motion.The motion passed 3'U. The next nn|or of business was the recommendation to approve Wastewater Discharge Puood No. P2'10'0227 for Pobn Stopping Center/Blue Beacon (expirioD2/|4/27). Mr. Giions mnJc o motion to approve Wastewater Discharge Permit No. p2'10'0227 for Petro Stopping Center/Blue Beacon of New Paris, OH, effective immediately and expiring February 14` 2O27. Ms.Bukohi seconded tile motion.The motion passed 3'O. Tile next order of business was to award the bid for Hauling Jt Land Applying ofBioxoUds. Mr. LohmnoUu,moommendoJ to unund the bid to 04orooU Bros of Kokomo' IN, at iho fbUm*ioA uox\x: $0.8124/guUom p|uo u mnW|izudom0omohi|ization fee of$}l'950.00 fo, dewutering, $0.247/gu|on plus unnobUizudoii/UxmobUiodinn fee of$6,85O.V0 N haul o[fisite, and $0.025/gaUou plus a mohi6zu(iomNumobJizution fee of $6`850.O0 to move bionoUda from uhomAo tank to intermediate tanks, Tile contract would begin 2V23 with the option W renew for five additional One-year 1ermuat the same rate plus CPl mUoxtmonC &{r. Bokshi made u motion 0o award tile quote for 6ioso|ids0nMerrell Bros uxpresented. 84r. Odonox000ndod the motion.Tile motion passed J'O. The next order of business was tile recommendation to approve Resolution 4-2023 for Annexation of 1204 Henley Road into the Sanitary District. Mr. \Yu}oh stated that Resolution 4'2O22would incorporate the territory at 1204 Henley Road, giving said parcel the ability to connect to existing facilities of tile Richmond Sanitary District. Mr. Sdooy made u motion to � approve Resolution 4-2023 for the annexation uf the property at 1204 Henley Road. Mr. Bukxhi seconded the motion. 7bo motion passed 2'0. � Tile next order of business was N award the bid for tile Hayes Lift Station & Force Mu|o Project. &4r. \Vo!oh made u recommendation tn award the hN toBruokney` Inc. of Brookville, OH, at the cost of$3'3\5'7\5.00. K4/'. Welch stated that $2 million ill BlL grant funds and $3/466`880.00 in local funds ,mo|J be used towards both the Hayes and Short Creek Lift 3tohou projects, with SRF funding tho remainder. Mr. Bukohi mudu o motion W mvuod the hid to Bmokoey, Inc. as presented.Mr. Sdeoa seconded tile motion,The motion p000ud3'0. The next order of business was to award tile bid for Short Creek Lift Station Project. Mr. Welch made a recommendation to upmod the hid to Quom|x Construction Co. of West Chester, 0B, at dbo cost of$5'97|`800.O0. Mr. Welch utu(uJ that $2 million inBlL grant funds and *3,466'800.00 in \000| funds would ho used towards both the Hayes and Short Creek Lift 3(o1iou poojooix'with SRF funding the o:muiudoc K4u S1icnx made u motion to m*on] the bid to 3uncxiu Construction Co. in 2 the amount of$5,971,800.00 and subject to final approval and financing from the Indiana Finance Authority SRF Program. Mr. Bakshi seconded the motion.The motion passed 3-0. The next order of business was the recommendation to approve the Letter of Engagement with O.W.Krohn&Associates for SRF Bond Work, Mr. Welch stated that the O.W. Krohn would provide services related to bond work on the upcoming RSD projects. Mr. Bakshi made a motion to approve the Letter of Engagement with O.W. Krohn as presented and to authorize Sue Miller,Board President,to sign as needed. Mr. Stiens seconded the motion.The motion passed 3-0. The next order of business was the recommendation to approve the Letter of Engagement with Ice Miller for SRF Bond Work, Mr. Welch stated that the Ice Miller would provide services related to bond work on the upcoming RSD projects. Mr. Stiens made a motion to approve the Letter of Engagement with Ice Miller as presented and to authorize Sue Miller, Board President,to sign as needed.Mr. Bakshi seconded the motion.The motion passed 3-0. With no further business, Mr. Bakshi made a motion to adjouri the meeting. Mr. Stiens seconded the motion. The motion passed 3-0.The meeting was adjourned at 10:36 A.M. J ssica Foster,Assistant Recording Clerk Sue Miller,Board President Board of Sanitary Commissioners Richmond Sanitary District CERTIFICATE OF APPOINTMENT 1 Be it known by all persons that as Mayor of the City of Richmond, Indiana, by virtue of the authority vested in me by the Acts of the Indiana General Assembly and the Ordinances of the Common Council of the City of Richmond, I hereby appoint Suzanne Miller residing at 1936 Niewoehner Road, Richmond, Indiana as a member of the Board of Sanitary Commissioners with the term expiring February 28, 2024. The foregoing appointment is hereby certified this �� Twenty-eighth day of February,2023 4 a %ATM "1 I,A0,,, ,x) 90pubc VVVVVVVVVVVVVVV ,\ 70091 milli,joirlior4)yllAiodooloolooloolovgvii11111111111111111111111111111111111111111; -- °David M. Sno — aooloolionor Mayor of the City of Richmond, Indiana k 411110"10001010000Hunnunnum A ,,>' ACCEPTANCE AND AFFIRMATION I hereby accept the foregoing appointment and affirm under the penalties for perjury that I will support the constitutions and laws of the United States of America and the State of Indiana and the Ordinances of the City of Richmond and that I will faithfully and impartially discharge my duty according to the best of my ability. , ., ,-,_:-"------( , C-- ___ .._. -Suzanne Miller Board of Sanitary Commissioners �if Subscribed and affirmed before me this'l'wenty-eighth day of February,2023, 4, eiliol, i 'Ium ?,,,,' /0001,00111.,, �' �~-Davrd" . Sno ,, Mayor of the ity ofnichmond, Indiana OATH OF OFFICE STATE OF INDIANA ) SS: COUNTY OF WAYNE I, Suzanne Miller, do solemnly affirm that I will support the Constitution of the United States and the State of Indiana and the ordinance of the City of Richmond, Indiana, and that I will faithfully and conscientiously discharge my duties as a member of the Board of Sanitary Commissioners for the City of Richmond,Indiana, according to law and the best of my ability. Suzanne Miller SUBSCRIBED AND SWORN to before me this Twenty-eighth day of February,2023. 11)1 wo, 000.0huti 4 •- r;r4Iii*Nfill 0 r41040 PIHOH01;1010,111111 If.,1111110100001111111111111111117 I. n ANN' 1,10t, '„,004( zummov hdpme .001, 0 0 1100 Mayor of the lily of Richmond, Indiana 4 04:111111111111111111111111111111; tO 111111111°'1111111160111111111(' 101111111111111111111/4, A21111111:111111j11111111111e010$1111111111111$190111 1,1*' ,101001,111111 Y$1141001f ologow. 1111111111111111111 41111111111111111111111111111g Mill111111111111111111111111111111111111111111111111711111 11111111111111121111111111111i11101111111, 4 Ingellippr011111111111111111 001.10 )1111 1116 °IA CERTIFICATE OF APPOINTMENT Be it known by all persons that as Mayor of the City of Richmond, Indiana, by virtue of the authority vested in me by the Acts of the Indiana General Assembly and the Ordinances of the Common Council of the City of Richmond, I hereby appoint Aman Bal<shi residing at 1437 Lakeview Court, Richmond, Indiana as a member of the Board of Sanitary Commissioners with the term expiring February 28, 2024. The foregoing appointment is hereby certified this if f l zly/( f%/j Twenty-eighth_clay of February,2023 lei//iij�1 J��1 1 ) ��1 nf� '� t�y /i ``I?avie I. Sno' Mayor of the C ty of Richmond, Indiana ACCEPTANCE AND AFFIRMATION I hereby accept the foregoing appointment and affirm under the penalties for perjury that I will support the constitutions and laws of the United States of America and the State of Indiana and the Ordinances of the City of Richmond and that I will faithfully and impartially discharge my duty according to the best of my ability. Aman Bakshi Board of Sanitary Commissioners Subscribed and affirmed before me this Twenty-eighth 64 ^ day of February,2023. {' . Sno 4.„„10„0„„f00000000,,i,q0) ,111F11111111111111111,'Amtil'', Mayor of the ity of Richmond, Indiana 11, OATH OF OFFICE STATE OF INDIANA ) ) SS: COUNTY OF WAYNE ) I, Aman Bakshi, do solemnly affirm that I will support the Constitution of the United States and the State of Indiana and the ordinance of the City of Richmond, Indiana, and that I will faithfully and conscientiously discharge my duties as a member of the Board of Sanitary Commissioners for the City of Richmond, Indiana, according to law and the best of my ability. _____----.-;,---- ..„---2 SUBSCRIBED AND AND SWORN to before me this Twenty-eighth day of February,2023. . 4 '7 L ,.1 Mayor of the C y o ' ichmond, Indiana .,A ' A 1 4 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE INDIANA SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT DECEMBER 2022 PREPARED BY z,7 CO, , NW .r Y 11, ',GRdNMY mr ERS„ INC. C. A wealth of resources to master a common goal. PROJECT#S18134 SET NO. EXHIBIT'A' Page 1 of 229 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF RICHMOND INDIANA SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT DECEMBER 2022 CITY OF RICHMOND Dave Snow..„...... ........____.,_........._Mayor COMMON COUNCIL Doug Goss District No. 1 Dr. Lucinda Wright ...... ..............District No. 2 William Engle District No. 3 Jeff Cappa..............•.........„...„.".."_......District No. 4 Jeffrey Locke..... ....... .........District No. 5 Gary Turner District No. 6 Jane Bumbalough...„.,.._._... At-Large Member Ron Oler, Ph.D....... ............_.".__ At-Large Member Larry Parker At-Large Member BOARD OF SANITARY COMMISSIONERS Sue Miller ........„..„....._........___Board President Aman Bakshi...... .................„._.„.„.„,..Vice President Greg Stiens.,.......,........... .... ............Member Pat Smoker Sanitation Director Elijah W. Welch, RE. .......„„...,"..„...District Engineer A.J. Sickman City Attorney otn""moo, Y.s•Pc.ED ENGINEER 4s."`\ .61*S ). "v/ No. pc: °0866 1.° -4 • : JJJ COMMONWEALTH' t 6I aATE or i , A*point rosowcoi to motto,0 rOf111110110100 ....*.\\ ........ CERTIFIED BY: gio/fre'"'mt mo.m""mm Brian K Wilso , P.E. Indiana P.E. No. 11900866 DATE: QA/QC: 8.-b•c-un &a0LArrick;.42, EXHIBIT'A' Page 2 of 229 CITY QFR|CHK8OND R|CH[NOND, |NO|ANA SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT ADVERTISEMENT FOR BIDS Sealed bids for the construction of the Short Creek Lift Station Improvements Project will be received by the Board of Sanitary Commissioners of the Richmond Sanitary District at its Administration Building located at 2380 Liberty Avenue, Richmond, Indiana 47374, until 9:00 a.m. local time on Tuesday, January 31, 2033. The sealed bids will be publicly opened and read by the Board of Sanitary Commissioners of the Richmond Sanitary District at 10:00a.mn., January 31, 2023, in the City Council Chambers of the City of Richmond Municipal Building, 50 North 5t"Street, Richmond, Indiana. Project Description The project includes but is not limited to the construction of the new 9.25 MGD Short Creek Lift Station with new electrical building and generator pad. The project also includes the demolition of the existing Short Creek Lift Station, construction of new piping and supporting structures, mechanical work, electrical work, instrumentation and control work, she civil work, and other miscellaneous work as shown on Drawings and specified within the Contract Documents. Additionally, approximately Z,O0O'LF of cured in place pipe (OPP) rehabilitation work is included in the project. Bids will he received for a single prime Contract. Bids shall be as shown in the Bid Form. Bid Security shall be furnished in accordance with the Instructions toBidders. Obtaining the Bidding Documents The |ou)n8 Offices for the Bidding Documents is: Commonwealth Engineers, Inc., 9604 Coldwater Road, Suite 203, Fort Wayne, IN 46825. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8:00 a.m.to 5:00 p.m., and may obtain copies of the Bidding Documents from the Issuing Office as described below. Prospective Bidden may also examine the drawings via the Web-based service of Commonwealth Engineers, Inc. at vvvvw.commonwea|thengineenzom. Bidding Documents also may be examined ut the office of the Richmond Sanitary District Administrative Office, 2380 Liberty Ave., Richmond, IN 47374, on Mondays through Fridays between the hours of7:3O a.m.to4p.m. The Contract Documents, Specifications and Drawings will be provided via the web-based service of Commonwealth Engineers, Inc. atwww.commonweakhengineerszom. The plan holder will receive an ernail link to the PDF clownloadable documents upon payment of a non-refundable fee of One Hundred Fifty and 00/100 Dollars($150.00) plus 7%sales tax per project division desired. One set of printed Contract Documents, Specifications and Drawings may beobtained upon payment of an additional non-refundable fee of Three Hundred and 00/100 Dollars ($300.00) plus 7%sales tax, per project division desired, via the web-based service of Commonwealth Engineers, Inc. at . Requests for Contract Documents and Specifications and Drawings must also include o return street address; post office box numbers are not acceptable. Contract Documents will not be sold separate from the web-based service (ie. All plan holders will be required to purchase through the web-based semice). Partial sets of Contract Documents, Specifications and Drawings are not available. Questions pertaining to this project shall be submitted directly to Brian Wilson, P.E. at Commonwealth Engineers, Inc. via bvvi|son(@contactceicom. Additional questions concerning access to the website may be directed to Commonwealth Engineers, Inc. at (260)494-3223. This document is a MODIFIED version of EJCDC1 C-111,Advertisement for Bids for Construction Contracts. Copyright @)2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from EJCDC documents. Those portions m the text that originated m published ocncoowmE�,tHqg"irwvbioum the copyright, xn'1 Page aoruue All addenda, which may be issued for this Project, will only be issued to each plan holder via email. For those whom also purchase printed Contract Documents, printed addenda will be provided aswell. All plan holders shall note, the printed documents are provided as a courtesy and do not preclude the plan holder from relying upon the web/email based materials (i.e. delays in mail delivery will not be considered relevant due to all contract document holders access to materials via web/email). No refunds for Bidding Documents or Contract Documents and Specifications and Drawings will be issued for this project. The Board of Sanitary Commissioners of the Richmond Sanitary District reserves the right to reject any bid or all bids or parts of bids, to accept any bid or bids or parts of bids, or to make such combination of bids, as well asto waive any and all informalities in bidding, all at the discretion of the Board ofSanitary Commissioners of the Richmond Sanitary District. If bids are rejected, the Board of Sanitary Commissioners of the Richmond Sanitary District reserves the right to re-bid and re-advertise another Advertisement for Bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. NO bid may be withdrawn after the scheduled closing time for receipt of bids for at least ninety (9U) days. Bidder are required to comply with all applicable Equal Employment Opportunity laws and regulations, including Section 504of the Rehabilitation Act ofl983. Bid security shall be furnished in accordance with the Instructions to Bidders. A pre-bid conference for the Project will be held on January 9th at 10:00am at the Richmond Sanitary District Administration Building, 23QO Liberty Ave, Richmond, Indiana 47374. Attendance at thepre'Nd conference is encouraged but not required. Instructions to Bidders For all further requirements regarding bid submittal, qualifications, procedures, and contract award/ refer tn the Instructions to Bidders that are included in the Bidding Documents. Owner: Board of Sanitary Commissioners of the Richmond Sanitary District By: Suzanne Miller,Aman8akshi, Greg 3tiens Title: Board of Sanitary Commissioners Dote: December 2O, 2U22 and January 3, 2023 END OF ADVERTISEMENT FOR BIDS ' This document is a MODIFIED version of EJCDCO C-111,Advertisement for Bids for Construction Contracts. Copyright @ 2013 National Society of Professional Engineers,American Council of Engineering Companies, and American society of civil Engineers or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published E/cocovcvm��amomsvNo�mmemnp�m. «o'z =^".e|Tv, Page 4oruue PART BID DOCUMENTS TABLE OFCONTENTS PAGE 1 Contractor's Bid (Form No. 80. Revised, 2013) P-1 — P-0 2. Bid Form (EJCDC C-410) P-7 — P-12 3. [}rug Testing of Employees of Public Works Contractors P-13 4. Bid Schedule P'14 5. Equipment Cost Schedule & Manufacturer P-15 O. Qualifications Statement (EJ{|OCC'451) P'16 — P-27 7. Bid Bond /EJCDC (}-43O\ P-28— P-20 8. Financial Statement for Bidders P'30 — P-37 Q. E-VerifyPmgmm P-30 10. Certificate ofNo Investment Activities inIran P-39 � @2022 Commonwealth Engineers, Inc. Exme|Tv, Pagesmz29 Part of State Form 52414(R2/2-'13)/Form 96(Revised 2013) :ID OF Z7A (71.C> a ) (Contractor) (Address) 1\04' La)* FOR PUBLIC WORKS PROJECTS OF City of Richmond Short Creek Lift Station Improvements Proj. Filed Action taken P-1 EXHIBIT'A' Page 6 of 229 CONTRACTOR'S BID FOR PUBLIC WORK . FORM 96 10 5,06.4r." State Form smw(Ro/2-1g/Form ox(Revised»nm Prescribed by State Board o|Accounts PART (To be completed for all bids. Please type nrprint) Date (month, day, year): 1. Governmental Unit K]wno¢ City nf Richmond Sanitary District 2. County : Wayne 3. Bidder(Firm): Address: (A ^ Ci�/Gta1e��|Poodm: �y�c� (/yWk�' 4. Telephone Number:_ 5. Agent of Bidder (if epplioeble): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of ^��, (Governmental Unit) in accordance with plans and specifications prepared by Commonwealth Engineers, Inc. � and dated | ^�. ' � '� for the sum of VIC �Jm� /« o�8J � ��� '''~-- ' - ' ' — °i �� c�-� / C] r1/\ /�/\ 8�d�/��� � / ^ �^ �u� ��� The undersigned further agrees to furnish a bond or certified check with this bid for on amount npodOod in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendumn attached will be specifically referenced at the applicable page. If additional units of material included in the contract are noeded, the noo\ of units must be the same an that shown in the original contract if accepted by the governmental unit, If the hid is to he awarded on e unit basis,the itemization of the units shall be shown una separate attachment. The contractor and his oubcontrau(om, if any, shall not discriminate against or intimidate any employee, ^ or applicant for amp|oymnnt, to be employed in the performance of this oon1nact, with respect to any matter directly or indirectly m|a\ud to employment because of rono, ro|iginn, co|or, xex, national origin or ancestry. Breach of this covenant may bo regarded aua material breach of the contract, CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) |, the undersigned bidder or agent ao a contractor on a public works project, understand my statutory obligation to use x1ao| products made in the United States (iC. 5'10'8'2). | hereby certify that | and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. | understand that violations hereunder may result in forfeiture of contractual payments. P-2 Exme|Tv, Page roruue ACCEPTANCE �I The above b� �accepted Vh� �/ dayof subject 0othe following conditions: rVy`_t~ Contracting Authority Members: PARTU (For projects of$15l000or more— kC3G'1'Y2-4) Governmental Unit: Bidder(Finn) i �� Y � Date (non0\ du� yood: / ' �� � ' CIA ­ These Thesos1atomentstnbonubm0adunderoathbyeonhbiddorwhhondasapnrtofhinb|d. Attach additional pages for each section aaneeded. SECTION | EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? Completion Contract Amount Class ofWork Date Name and Address ufOwner ---- < 2. What public works prDjects are now in process of construction by your organization? Expected Contract Amount Class ofWork Completion Name and Address ofOwner Date | E.N|T)^' Page ooruue 3. Have you ever failed to complete any work awarded toyou? |f so, where and why? 4. List references from private firms for which you have performed work. SECTION U PLAN AND EQUIPMENT QUESTIONNAIRE ' Explain your plan _ layout_for performing proposed work. (Examples could include-narrative— when you could begin work, complete the project, number of worl<ers, etc. and any other information which you believe would enable the governmental unit to consider your bid) , 2. P|eeee |imtthenameaandsNdmaaeaofa||aubcontradom (i.o.poxuxmorhrnooutsido your own firm who have performed part of the work)that you have used on public works projects during the past five (S) years along with a brief description od the work done by each subcontractor. W) Lve ExOLRIT'A' Page eoruue 3. U you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor the prop project. 4. What equipment du you have available to use for the proposed project? Any equipment Vzba used hy subcontractors may also bo required tobo listed by the governmental unit. 5. Have you entered Into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. \ _ SECTION U| CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement in mandatory. Any bid submitted without said financial statement aa required by statute shall thereby ba 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. Ex"|Tv, SECTION [V CONTRACTOR'S NON — COLLUSION AFFIDAVIT The undersigned bidder oragent, being duly sworn on oath, says that he has not, nor has any other member, repneaentadvo, or agent ofthe firm, oompany, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person m|oUve to the price to be bid by anyone a\ such letting nor to prevent any person hnm bidding nor to include anyone to refrain from bidding. and that this bid is made without reference<o 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, 0rmo, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED |N THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at �^ this � doyof �//L/'. [� ' (Name of Organization) lk�,,'A \--- � / 17 � (Title mPerson Signing) ACKNOWLEDGEMENT STATE OF ) � )un COUNTY OF \ � _ } Before me, aN�aryPuN�. pamonaUyappeamd the above-named —_~�'��wl ��/L��{� ) and � swore that the statements contained in the foregoing document d � ~3, \ Subscribed and sworn to before me this � / \ day of aw" My Commission Expires: County ofResidence: � � ExFII§rrv, Page 11muue ' EXHIBIT'A' Page 12 of 229 BID FORM FOR CONSTRUCTION CONTRACT CITY OF RICHMOND SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT Table ofContents Article 1-- Owner and Bidder 8 Article 2--Attachments to this Bid 8 Article 3-- Basis of Bid—Lump Sum Bid and Unit Prices 9 Article 4-- Deleted 9 Article S-- Deleted 9 Article 6--Time of Completion 9 Article 7— Bidder's Acknowledgements:Acceptance Period, Instructions, and Receipt of Addenda...10 Article 8-- Bidder's Representations and Certifications 10 This document i,v MODIFIED version vfococ p410,Bid Form for Construction Contract. CopyrighO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part of excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject tv the copyright. Modified to include xo edits from nus Bulletin onn'za(o/z*/zuzo). p'7 Exme|Tv, Page 1aoruue BUD FORM FOR CONSTRUCTION CONTRACT The terms used in this Bid with initial capital letters have the meanings stated |n the Instructions to Bidders,the General Conditions, and the Supplementary Conditions. ARTICLE 1--OVVNER AND BIDDER 1.0I This Bid is submitted to: City ofRichmond Sanitary District 2380 Liberty Ave. Richmond, |N47374 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Did and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2--A7TACHK8E0TSTO THIS BID 2Ul The� � : A. Required Bid security; B. List of Proposed Subcontractors; � C. List of Proposed Suppliers; � D. Evidence of authority to do business in the state of the Project;or a written covenant to obtain such authority within the time for acceptance of Bids; E. Contractor's license number as evidence ofBidder's State Contractor's License o/acovenant by Bidder to obtain said license within the time for acceptance of Bids (if applicable); F. Required Bidder Qualification Statement with supporting data (EJCDC C-451);a444 G. Indiana State Form No. 9G,as amended,with Non Collusion Affidavit; H. List of Project References; |. Contractors Bid (8CDC['41O) and Bid Schedule—Completely executed and signed; J. Acknowledgement of Addenda Received; K. Contractors required to submit a written plan for an employee drug testing program in accordance with |C4'13'18; L. Equipment Cost Schedule, M. Financial Statement for Bidders—Completely signed and executed; N. E-Verify Affidavit; and O. Certificate of No Investment Activities in Iran. This document is a MODIFIED version of EJCDC1 C-410,Bid Form for Construction Contract. CopyrightO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part of excerpts from copyrighted EJCDC documents.All rights reserved. Those portions vf the text that originated in copyrighted ococ documents remain subject tv the copyright. Modified tv include noedi,AMPAuuUetinz7xo'zo(o/zo/zVon). P-n Page 14oruue 2.02 The following documents are tobe submitted within five (S) days after Bid Opening. Failure to submit these additional documents shall be reason to reject the bid as non-responsive: A. SRFDncuments 1. Forms OEE'1 and OEE'2 2. Documents demonstrating compliance with six (G) affirmative steps 3. Good Faith EffnrtsVVorksheet 4. Bidders List Form(to be used by prime contractor for recording of sub-contractor bids) 5. Attachment J ' Required Certification from Contractor Related to American Iron and Steel B. Schedule ofValues ARTICLE 3--B4S|5OF BID—LUMP SUM BID AND UNIT PRICES 3.01 Lump Sum Bids A. Bidder will complete the Work in accordance with the Contract Documents for the following lump sum (stipulated) price(s),together with any Unit Prices indicated in Paragraph IUZ: SEE ATTACHED BID SCHEDULE B. Bidder acknowledges that: 1. each Bid Unit Price includes an amount considered by Bidder to be adequate to cove/ Contractor's overhead and profit for each separately identified item,and 2. estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Work will be based on actual quantities, determined as provided )n the Contract Documents. ARTICLE 4—DELETED ARTICLE 5—DELETED ARTICLE 6--T|K8EOFCOMPLETION 6.0I Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Deleted 6.03 Deleted 6.04 Bidder accepts the provisions of the Agreement aoto liquidated damages. This document is a MODIFIED version of EJCDC1 C-410,Bid Form for Construction Contract. Copyright'-')2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part of excerpts from copyrighted EJCDC documents.All rights reserved, Those portions of the text that originated in copyrighted EJCDC documents remain subject tv the copyright. Modified tv include xm edits from nus Bulletin z7uo'ao(*/zo/auzn). P-y Exme|Tv, Page 1soruue ARTICLE 7—BIDDER'S ACKNOWLEDGMENTS: ACCEPTANCE PERIOD, INSTRUCTIONS, AND RECEIPT OF ADDENDA 7.01 Bid Acceptance Period A. This Bid will remain subject to acceptance for40 days the number of days after the Bid opening as specified in the Advertisement for Bids, or for such longer period of time that Bidder may agree toin writing upon request ofOwner. 7.02 Instructions toBidders A. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. 7.03 Receipt ofAddenda A. Bidder hereby acknowledges receipt of the following Addenda: Addendum Number Addendum Date All) ARTICLE 8-8|DDER'S REPRESENTATIONS AND CERTIFICATIONS 8.01 Bidder's Representations A. In submitting this Bid, Bidder represents the following: 1. Bidder has examined and carefully studied the Bidding Documents, including Addenda. 2. Bidder has visited the Site, conducted a thorough visual examination of the Site and adjacent areas, and becorne familiar with the general, local, and Site conditions that may affect cost, progress, and performance nf tile Work. l Bidder is familiar with all Laws and Regulations that may affect cost, progress, and performance of the Work. 4. Bidder has carefully studied the reports of explorations and tests of subsurface conditions at or adjacent to the Site that have been identified in the Supplementary Conditions,with respect to the Technical Data in such reports and drawings. 5. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Technical Data identified in the Supplementary Conditions orby definition, with respect tothe effect of such information,observations,and Technical Data on (a) tile cost, progress, and performance of the Work; (b)the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, if selected as Contractor; and (c) Bidder's (Contracto/x) safety precautions and programs. This document i,a MODIFIED version vfsJcoc*coz0,Bid Form for Construction Contract. Copyrightm 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part of excerpts from copyrighted EJCDC documents.All rights reserved. Those portions uf the text that originated in copyrighted sJcuc documents remain subject to the copyright. Modified to include no edits from nus Bulletin 17nn'za(o/za/zozn). p'zn Exme|Tv, Page 1ooruue 6. Based on the information and observations referred to in the preceding paragraph, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract. 7. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. 8. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and of discrepancies between Site conditions and the Contract Documents,and the written resolution thereof by Engineer is acceptable toContractor, 9. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 10. The submission of this Did constitutes an incontrovertible representation by Bidder that without exception the Bid and all prices inthe Bid are premised upon performing and furnishing the Work required by the Bidding Documents. 8,02 Bidder's Certifications A. The Bidder certifies the following: 1. This Bid is genuine and not made in the interest oforon behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, orcorporation, J. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. l Bidder has not solicited or induced any individual or entity to refrain from bidding. 4. Bidder has not engaged in corrupt fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 8.02A a. Corrupt practice means the offering,giving,receiving,or soliciting of anything of value likely to influence the action of public official in the bidding process. b. Fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment ofOwner, (b)to establish bid prices at artificial non-competitive levels, or (c)to deprive Owner of the benefits of free and open competition. c. Collusive practice means aschemeorarrangement between two ormore Bidders, with or without the knowledge of Owner,a purpose of which is to establish bid prices at artificial, non-competitive levels. � 6. Coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. This document is a MODIFIED version of EJCDC1 C-410,Bid Form for Construction Contract. CopyrightO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American sudetv of Civil Engineers or i,based in part of excerpts from copyrighted ococdncument,.All rights,,,c,ved. Those portions of the text that originated in copyrighted EJCDC documents remain subject tv the copyright. Modified tninclude no edits from nus Bulletin 1780'2*(6/16/2020). p'zz Exme|Tv, Page 1roruue BIDDER hereby submits this Bid as set forth above: Bidder: 1(1619:)1:(:5vYUc4lO1 CO " (typed or printed name of organization)I By: ALYAtAJJ (i sigagture) Name: c„,A. (typed or printed) Title: 0. I (typed or printed) Date: " (typed or printed) If Bidder is d rporatio a partnershiplor•joint ven ure, attach evidence of authority to sign. „C;04,1A., Attest: AhJidAir at /t. .ad AA." Name: e ((I (typed or printed) Title: (typed or printed) Date: " a (P2 (typed or printed) Address for giving notices: "2(440 CS vivftc Qvj Vje Cifte„.4(41, O14- Bidder's Contact: Name: 00 (typed or printed) Title: VICA- Cittiz44191,?-' (typed or printed) Phone: Email: 61 Sirte.56 at 0 C 601 Address: Aet0 ColitS(,e4i4V(ite Bidder's Contractor License No.: (if applicable) This document is a MODIFIED version of EJCDC®C-410,Bid Form for Construction Contract. Copyright©2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part of excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified to include RD edits from RUS Bulletin 1780-26(6/16/2020). P-12 EXHIBIT'A' Page 18 of 229 ADDENDUM NO. 1 TO THE DRAWINGS AND SPECIFICATIONS FOR THE CITY C}FRICHK8OND SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT ISSUED FROM: COMMONWEALTH ENGINEERS, INC. 725O Company Drive Indianapolis, |N4G237 ISSUE DATE: January 11' 2D23 BID DATE: January 31' 2023 This Addendum No. 1 to the drawings and specifications shall supplement, amend, and become a part of the bidding dnounnonhs` plans and specifications. All bids and construction contracts shall bo based on these modifications to the original contract documents. ITEM NO. 1 GENERAL A. Attached on o courtesy, p|onne find m copy of the pre-bid meeting attendance sheet, pre-bid meeting agenda, and notes. ITEM NO. 2 PART 7 — SPECIAL PROVISIONS A. Please find attached henah). Wage Decision |N20230000. dated 01/00/2023. This Wage Decision supersedes any previous Wage Decisions issued earlier for this project. Therefnna, the attached Wage Decision should be rmfmnmnoad for this project. B. Please find attached hereto. the Indiana Oopodnlmrd of Natural UDNR> Permit for � the Short Creek Improvements Project. The Contractor shall comply with all provisions of the permit. Where conflicts between the permits and these specifications occur, the permit shall govern. ITEM NO. 3 PARTB — DETA|LED SPECIFICATIONS � A. Heooc find attached hereto, revised Detailed Specification Section O — General | Requirements. This Gpmoifinmbun has been revised to clarify that Substantial � Completion shall issued after the instaUa<ion, satisfactory inopou<ion, satisfactory testing, and full operation of the Short Creek Lift Station and associated electrical equipment, which is inclusive of the permanent generator. | Addendum Nv. 1 Page 1nf% Exme|Tv, Page 1emuue 00,1111111/////, \\\\\f*ED *....... f'co: No. PE11900866 CERTIFIED BY: =- • = STATE OF EL: .S/arts.,Ckt:, '00101111111,0 AZont,-- 1 2,3 Brian Wilson, Registered P.E. No, 11900866 State of Indiana Attachments: 1. Pre-Bid Meeting Documents (Agenda, Attendance List, and Notes) 2. Davis Bacon Wage Decision IN2023006 dated 01/06/2023 3. Indiana Department of Natural Resources Permit 4. Revised Detailed Specification Section 0-General Requirements Addendum No. 1 Page 2 of 2 EXHIBIT'A' Page 20 of 229 PRE-BID MEETING CITY CJFR|CHK8OND. |NQLANA HAYES LIFT STATION AND FORCE MAIN IMPROVEMENTS PROJECT SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT JANUARY9' 2g23 10:80 A.M. E.S.T. FQCHK8OND SANITARY DISTRICT 2380L|BERTY AVENUE, R|CHy0ONQ' |NQLANA 47374 A. Meeting Attendance An attendance sheet shall be circulated. Pre-bid meeting attendees shall provide their nmnno, company/organization, and contact information. Attendance list will be issued via addendum with pre-bid meeting agenda. B. Introduction of Responsible Personnel 1. Owner: Richmond Sanitary District Ph: (765) 983'7450 a. Sanitation Oinack>r ' Pat Smoker b. District Engineer ' Elijah Welch, P.E. C. Assistant District Engineer ' Gerald South. P.E. d. Engineering Assistant ' Kevin Morrow 2. Engineer: Commonwealth Engineers, Inc. Ph: (260)494'3223 a. Project Manager— Brian Desharnais, P.E. b. Project Engineer— Brian Wilson, P.E. C. Project EnQinemr—Josh Harner, P.E. C. Hayes Lift Station and Force Main Improvements Project Dverviovv The project includes but is not limited to the construction of the new 17 K8GD Hayes Lift Station and 10,100 linear fee( of directionally drilled ten (10) inch diameter HDPE force main, The project also includes the demolition of the existing Hayes Lift 8tetion, electrical work, instrumentation and control work, site civil vvnrk, and other miscellaneous work as shown on the Drawings and specified within the Contract Documents. O. Short Creek Lift Station and Force Main Improvements Project [)Vervievv The project includes but in not limited to the construction of the new 9.25 MGD Short Creek Lift Station with new electrical building and generator pod. The project also includes the demolition of the existing Short Creek Lift StoUon, construction of new piping and supporting structures, mechanical work, electrical work, instrumentation and control work, site civil work, and other miscellaneous work asshown on Drawings and specified within the Contract Documents. Additionally, opproxinnote|y2.OUO-LF of cured in place pipe /QPP\ rehabilitation work is included in the project. � � � Richmond D��f�- P�-B�Agenda Y � Sanitary_ � exmerrv, � Pageu1 muue E. General Comments 1 Funding Source o. Indiana Finance Authority/ State Revolving Fund (SRF) 2. Addenda (to boissued) a. Pre-Bid Discussion Items b. Responses to Questions — all questions to be directed to Brion Wilson at Commonwealth Engineers, Inc. / must be in writing and provided by January 23, 2O23ot12:00P.M. EST Uooa|\. C. Will attempt to issue final addendum on January 27. 2023 /2 business days prior to bid opening) d. Hayes Lift Station Site Easement m. Addenda will be issued separately for each project. 3. Specifications Overview a. Advertisement for Bids: ' Bids will be received by the Richmond Sanitary District until 9:00 A.M. local time on Tuesday January 31. 2O33. ' Submit at the Administration Building: 2580 Liberty Avenue, Richmond, Indiana 47374. - Bids will be opened and read aloud by the Board Of Sanitary Commissioners of the Richmond Sanitary District at 10:00 A.M. on Tuesday January 31, 2023 in the City Council Chambers of the Municipal Building, 50 North 5m Street, Richmond, Indiana 47374. b. Instructions to Bidders — Part 2 C. Project Schedule & Time for Completion (Applicable to Both Projects): ' Substantial Completion —385 days from Notice h» Proceed � - Final Completion —30 days from Substantial Completion | d. Application of Special Provisions / Specifications— Port 7. |hmrn 1. o. Davis Bacon Wage Scale (Part 7\ ' Will be provided in Addendum #1 and updated as necessary vim Addendum. � � [ Permits Hayes ' |DEM ' Construction - |N[}DT— Right of Way Richmond SandarnDistrict- Frg-B/dABmnda � Exme|Tv, Page uuoruue Short Creek ' |DEM ' Construction - |NODT— Plight of Way ' ONR — Currently being obtained by the Owner and will be provided via addenda if obtained during bidding window. g. Utilities - Port 7 |honn 3 h. Maintenance of Traffic (8v Cnnt[aChnh — Pad O' D8'9 (Hayes), DO-4 (Short Creek) i Safety and Health Reouirennenk— Part 5. GCS i [kxart|nne ' Regular Working Hours — Part4'Suppkannentary Conditions ' Overtime work and work schedules that vary from identified Regular Working Hours must be requested in writing and approved by the Owner/Engineer. ' Contractor responsible for premium time payment to Owner/Engineer's RPR should Contractor's schedule mandate work hours over 40 hours per week. See Port4'3upp|ernoDtary Conditions. k. Construction Survey (By Contractor) — Part 8, OS-1 |. Bypass Pumping (Contractor to submit plan for approval) — Part 0. DS'3 (Hayes), D8-10 (Short Creek) M. Field Office (Pad 5 ' GCO'21) ' Not Required n. Groundwater Control Plan (By Contractor) — Pert O. DS-15 (Hayes), DS-O (Short Creek) o. Blasting (Not n|lovvnd for Project) P. Pre-Construction Audio /Video Survey (By Contractor) — Part B. OS-1 q. Gooboohnica| Evaluation Report — Pert O, Appendix A r. Hazardous Materials Survey — Part 8, Appendix B (Only applicable to Short Creek) 4. Hayes Unique Issues ' Contractors' attention in directed to the following: a. Emaennentn/ Right-of-Way b. Aooeao to Work Areas C. Noise Ordinance ' Qh/ Code 130.27 Noise Control d. American Iron and Steel (A|8) Requirements — Part 8, O8-00 Richmond Sanitary District' Pre-Bid Agenda 3 exH|e|T)^' Page uaoruue e. Connection to existing STR. 208'001 — Part 8. OO-12 f. Portable Backup Pump — Part 8. DS-2h 5. Short Creek Unique Issues - Con1nacbors' attention is directed to the following: o. Right'of-Way/Access to Work Areas b. Noise Ordinance - Qb/ Code 130.27 Noise Control C. American Iron and Steel h4|S\ Requirements — Part 8' D3-00 d. Demolition nf the existing Short Creek Lift Station, ' PartR. [}8'8 G. Items to Be Submitted with Bid (Part9. Bid Form Article 2): a. Required Bid security; b. List of Proposed Subcontractors; C. List 0f Proposed Suppliers; d. Evidence of authority to do business in the state ofProject; or written covenant to obtain such authority within the time for acceptance ofBids; e. Contractor's license number as evidence of Bidder's State Contractor's License or covenant by Bidder to obtain said license within the time for acceptance nf Bids (if app|ioob|e); [ Required Bidder Qualification Statement with supporting data (EJCUC C' 451) g. Indiana State Form No. SO. as amended with Non Collusion Affidavit; h. List cf Project Refenenoeo; i Contractors Bid (EJCDC C-410) and Bid Schedule — Completely executed and signed; j Acknowledgement cf Addenda Received; k. Contractor's required to submit a written plan for an employee drug testing program in accordance with |C4'13'18; i Equipment Cost Schedule; M. Financial Statement for Bidders — Completely signed and executed; n. E-VerifyAffidovit; � � o. Certificate nfNo Investment Activities in Iran. � � Richmond Sanitary District- Pre-Bid Agenda 4 � Exme|Tv, Page u4muue 7. |banns to Be Submitted within five (5) days after Bid Opening (Part 9, Bid Form Article 2): a. ORF Documents 1. Fonnn (}EE'1 ondOEE�� ' 2. Documents demonstrating compliance with six (0) affirmative steps 3. Good Faith Efforts VVorkshee�� . 4. Bidders List Form (tn be used by phnlm contractor for recording of sub'contnaoborbida) 5. Attachment J - Required Certification from Contractor Related to American Iron and Steel b. Schedule oyValues E. Questions � � ! | Richmond Sanitary District- Pre-Bid Agenda J Exme|Tv, ADDENDUM NO. 3 TO THE DRAWINGS AND SPECIFICATIONS FOR THE CITY OFFl|CHK0OND SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT ISSUED FROM: COMMONWEALTH ENGINEERS, INC. 725O Company Drive Indianapolis, |N48237 ISSUE DATE: January 23. 2D23 BID DATE: January 31' 2D23 This Addendum No. 310 the drawings and specifications shall supplement, emond, and become a pad of the bidding donunnents, plans and specifications. All bids and construction contracts shall be based on these modifications to the original contract documents. ITEM NO. 1 PART B— DETAILED SPECIFICATIONS A. As a general clarification, all new equipment, punnps, and nnobrrn, will be coated in accordance with Detailed Specification 7 - Coatings. The proposed equipment shall be coated in accordance with Table 25.1 of Part O` Workmanship and Materials Section 25.1 — Coatings for Wastewater Treatment Plant and Related Structures. All coatings in the wet well shall be suitable for n High H28 Gas environment in accordance with VVM25.1. B. As a general clarification, the proposed wet well, will be coated in accordance with Detailed Specification 7 ' CoaUngs. The proposed structure shall be coated in ecoonjencn with Table 25.1 of Part 0. Workmanship and Materials Section 25.1 — Coatings for Wastewater Treatment Plant and Related Structures. All coatings in the wet well shall be suitable for a High H2S Gas environment in accordance with VV[N25.1. ITEM NO. 2 CONTRACTOR QUESTIONS O1. A dry pao is shown for the construction joints and an additive for the concrete itself. Xypex bio aan 500vvhich is recommended for sanitary conditions is more costly than their other products which can affect overall bid amounts. Can the city Vf Richmond specify o certain product? Al. Where Xypex in required by the Drawings, the Xypex C'500 admixture and Xypex Concentrate will he utilized for the Short Crook Lift Station Improvements Project. O2. Page 15 na||n for an anti slip epoxy floor but | don't find any spec for it. Can you please advise? AddrndumNv. 3 Page 1vf2 ExH|e|T)^' Page uooruue | | � ! Al. The anti-slip epoxy floor shall be in accordance with Workmanship and � | K4ah*he|s Section 251 — Coatings for Wastewater Treatment Plant and ! Related Structures. See Table VVM 25-1. | — Concrete Floors, 2 — Heavy � Traffic and Chemical Exposure: /F'2\ CERTIFIED BY: mx/ 51 Brian Wilson, P.E. Registered P.E. No. 11900866 State of Indiana � Addendum No. x Page 2oY2 Exme|Tv, | Page urmuue PRE-BID MEETING CITY OF RICHMOND, INDIANA HAYES LIFT STATION AND FORCE MAIN IMPROVEMENTS PROJECT SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT JANUARY 9, 2023 10:00 A.M. E.S.T. RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE, RICHMOND, INDIANA 47374 ATTENDANCE SHEET NAME ORGANIZATION PHONE / EMAIL Commonwealth 1?,0P§:1: 00203(äQQ01,4_Ptc* P001 1) Brian Desharnais Engineers 260-494-3223 Commonwealth Ingiat rjAcontactct,icorT1, 2) Josh Harner Engineers 60-494-3223 Commonwealth tmillsorgi)contactceicort / 3) Brian Wilson Engineers 260-494-3223 Richmond Sanitary PNI?tl.12@fiCtifi9rictilici.ignac19Y:, 4) Elijah Welch District 765-983-7483 Richmond Sanitary .[Sillorr9..W...@lich.M2110.10.0i„E„i112„Y_/ 5) Kevin Morrow District 765-983-7483 ilq„Yl.).2Eiqngthg corn/ 6) Jeff Bevins Sunesis Construction 513-256-6813 ivoodcockl5Ds ectratechlining„corn 7) Jeff Woodcock SpectraTech / 317-362-7526 EXHIBIT'A' Page 28 of 229 PRE-BID MEETING NOTES CITY OFR|CHK8ONO, |ND|ANA HAYES LIFT STATION AND FORCE MAIN IMPROVEMENTS PROJECT � SHORT CREEK IMPROVEMENTS PROJECT JANWARY9' 2O23 10:00A.[N' E.S.T. RICHK0ONDSANITARY DISTRICT 2380L|BERTY AVENUE, R|CHK0OND, |N[J|AMA47374 The Richmond Sanitary District opened the meeting and thanked everyone for participating in the pre-bid meeting. A. Meeting Attendance 1. Pre-bid meeting attendees provided contact information to Commonwealth Engineers, Inc. Copy of attendance sheet inattached. B. Commonwealth Introduced Responsible Personnel 1. Owner: Richmond Sanitary District Ph: /785\ 983-7450 o. Sanitation Dinanhor ' Pat Smoker b. District Engineer - Elijah Welch, P.E. C. Assistant District Engineer ' Gerald South, P.E. d. Engineering Assistant ' Kevin K4urrVvv 2. Engineer: Commonwealth Engineers, Inc. Ph: /200\ 494'3223 a. Project Manager— Brian Oeoharnais. P.E. h. Project Engineor— Brian Wilson, P.E. C. Project Engineer—Josh Hamer, P.E. 3. All questions related to Project shall be provided in writing to Brian VVi|snn' P.E. ( >. Questions will b8 addressed via addendum. C. Hayes Lift Station and Force Main Project {}Vorviow The project includes but is not limited to the construction of the new 17 MGO Hayes Lift Station and 10,100 linear feet of directionally drilled ten (10) inch diameter HDPE force main. The project also includes the demolition of the existing Hayes Lift Station, electrical work, instrumentation and control work, site civil work, and other miscellaneous work as shown on the Drawings and specified within the Contract Documents. O. Short Creek Lift Station and Force Main Improvements Project Overview The project includes but is not limited to the construction of the new 9.25 MGD Short Creek Lift Station with new electrical building and generator pod. The project also includes the demolition of the existing Short Creek Lift StaUon, construction of new piping and supporting s1ructunan, mechanical work, e|eohioo| work, instrumentation and Richnnmnd- Frm-BidMgmtimg Notes Y exH|e|T)^' Page ueoruue control work, she civil vvnrk, and other miscellaneous work as shown on Drawings and specified within the Contract Documents. Additionally, epprnxinneh*|y 2.000'LF of cured in place pipe (C|PP) rehabilitation work is included in the project. E. General items that were reviewed during pre-bid meeting are summarized as follows: 1. Funding Source for the Project is the Indiana Finance Authority / State Revolving Fund /8RF\ 2. Addenda will be issued for the Project. o. The first Addendum will be issued hninclude and address pre-bid meeting documents and discussion items. Addenda will be issued separately for each project. b. Any additional questions to be addressed by Addendum should be din*nhad to Brian Wilson at ConnnnnnvveaKh Engineers, Inc. ( \ Questions must b8in writing and provided by Januory23. 2023at12:00 P.M. EST (local). C. Commonwealth will attempt k) issue final addendum on January27. 2023 /2 business days prior to bid oponing\. d. The Hayes Lift Station Site Easement will be contained within Addendum #1 for the Hayes Lift Station and Force K4m|n Improvements project for reference. 3. Commonwealth provided an overview of the Contract Documents: o. Advertisement for Bids were referenced for key information. ' Bids will be received by the Richmond Sanitary District until 9:00 A.M. local time on Tuesday January 31, 2023. ' Submit at the Administration Building: 2380 Liberty Avenue, Richmond. Indiana 47374. ' Bids will be opened and read aloud by the Board of Sanitary Commissioners of the Richmond Sanitary District at 10:00 A.M. on Tuesday January 31. 2023 |n the City Council Chambers ofthe Municipal Building, 50 North 5mStreet, Richmond, Indiana 47374. b. Instructions to Bidders — Part 2 was referenced for bidding contractors to review. C. Project Schedule & Time for Completion are included in Port 10 - Contract Documents. ' Substantial Completion — 3O5 days from Notice to Proceed ' Final Completion —3O days from Substantial Completion d. Application of Special ProVisions / Specifications — Par[ 7. Item 1 was reference for bidding contractors to review. e. Davis Bacon Wage Scale is provided in PartT — Opocie| Provisions as required by the funding agency. Richmond- Pre-Bid Meeting Notes 2 exH|e|T)^' Page aooruue ' The Davis Bacon Wage Scale shall be included in Addendum #1. The wage scale shall bn updated per addendum nsnecessary. f. Permits for each project vvenaidenUfiod. Hayes - |OEM - Constmction ' |NDOT — Right of Way Short Creek ' 0EKA - Construction ' |NOOT— Right of Way ' DNR — Currently being obtained by the Owner and will be provided via addenda if obtained during bidding window. g. Utilities - Part 7 Item 3 ' Listed utilities were noted. h. Maintenance Of Traffic (By COn\r8ck>h — Part 8. O8'9 (Hayes), US-4 (Short Creek) ' Maintenance of Traffic drawings also provided. ' Contractor responsible for providing traffic control. i. Safety and Health Requirement — Port 5 — General Construction Specification, Item 13vvmn referenced for bidding contractors to review. j Regular working hours and overtime limitations and requirements were reviewed. ' Regular Working Hours — Part 4-Supplementary Conditions ' Overtime work and work schedules that vary from identified Regular Working Hours must be requested in vvr|Un0 and approved by the Owner/Engineer. - Contractor responsible for premium time payment to Owner/Engineer's RPR should Contractor's schedule mandate work hours over 40 hours per week. See Pmrt4'Oupp|ementary Conditions. h. Construction Survey (By Contractor) — Part B' D8'1 |. Bypass Pumping (Contractor to submit plan for approval) — Part 8. DS'3 (Hayes), D3'10 (Short Creek). - Estimated dry weather and wet vveedhe, flows at various |nnmUons within the collection system are noted within the referenced detailed specifications. m. Field Office (Port 5 ' GCO'21) — Not Required, n. Groundwater Control Plan — Pad 8, D3'15 (Hayes), 0S'8 (Short Creek) ' Groundwater is anticipated on the Project. ' Contractor shall be solely responsible for ronnoVo| and nnntn)| of groundwater on Project, as required to cnnnp|otm innprovmnnents. Contractor will be required to assemble and submit a groundwater contro|/deVvotering plan. Richnnmnd- Pre-Bid Meeting Notes 3 exH|e|T)^' pagea1 oruue o. Blasting (Not allowed for Project) P. Pre-Construction Audio /Video Survey (By Contractor) Part R. D8'1 - Contractor will be responsible for performing a pre-construction audio/video survey as specified to document p[eoonahuoUon conditions within project areas. q. Gecdeohniom| Evaluation Report ' {|onnrnonvvea|(h noted that aGeVbaChnica| Evaluation Report i8included in Part 8. Appendix A. ' Contractors shall oxonnino the site in person and make such additional investigations, an he or she deem necessary, for assembling bid and planning and executing the Work. r. Hazardous Materials Survey— Part 8, Appendix B - Commonwealth noted theta Hazardous Materials Survey was included in Part 8. Appendix B for demolition of the Short Creek Lift Station. 4. Haye'n Unique Issues Contractors' attention was directed to the following: m. Easements/ R|ght'of-VVay ' Majority of work is within existing right-of-way or on City nvvnod property, ' One (1) permanent easement has been obtained by the City. The locations and extents of this easements shall be included in Addendum #1. b. Access to work areas: ' All work shall be performed within the easements and existing right-of- way. ' Contractor lay down areas will be within existing right-of-way or permanent easements within the project area. Contractor shall coordinate lay down an+on with Ovvnor / Engineer prior to and during construction. c Noise Ordinance - City Code 13027 Noise Control - Port 5 details the noise prevention requirements for the Project. The Contractor is encouraged to review Richmond City Code 150.27 Noise Control, ' The Richmond City Code can b* viewed at: d. American Iron and Steel (A|G) F{equinamento — Part8, UG'OO ' American |onn and Steel requirements do apply given funding source. See Contract Documents for more information. e. Connection to existing 3TR. 208'001 — Part 8' OS'12 ' The proposed force main shall connect to existing sanitary STR 208'001' which is scheduled tobelined. Richmond' Pre-Bid Meeting Notes 4 ExH|e|T)^' Page auoruue [ Portable Backup Pump— Part 8. D8'2O ' The projectindudospurchosingaportab|eback'uppunnpandessnniahad appurtenances for the Hayes Lift Station. The requirements for the backup pump are specified in Part8` DS'26. 5. Short Creek Unique Issues Contractors' attention was directed tn the following: a. F(i8ht'Vf4Way/Access 0o Work Areas ' All work shall be performed within the existing right-of+moy. - Contractor lay down areas will be within existing right-of-way or permanent easements within the project area. Contractor shall coordinate lay down areas with Ovvnor / Engineer prior to and during construction. Contractor is reference toTC1. b. Noise Ordinance ' Qh/ Code 130.27 Noise Control ' Pod 5 details the noise prevention requirements for the Project. The Contractor is encouraged to nav|ovv Richmond City Code 150.37 Noise Control, - The Richmond City Code can bo viewed at: �Uqv/resour C. American Iron and Steel /A|O\ Requirements — Part 0, DS-O0 - American Iron and Steel requirements do apply given funding source. See Contract Documents for more information. d. Demolition of the existing Short Creek Lift Station, ' Part 8. D3-O - The existing Short Creek Lift Station will be demolished after the new Short Creek Lift Station is fully operational. Demolition shall occur in accordance with Port 0, DS'0. A pre-demolition Hazardous Material Survey is contained within Part 8. Appendix B. 8. Items to Be Submitted with Bid (Pod9. Bid Form Article 7): a. Required Bid security; b. List ofProposed Subcontractors; C. List ofProposed Suppliers; d. Evidence of authority to do business in the state of Project; or a written covenant to obtain such authority within the time for acceptance ofBids; n. Contractor's license number as evidence of Bidder's State Contractor's � License or covenant by Bidder to obtain said license within the time for onoeotmncm of Bids (if applicable); [ Required Bidder Qualification Statement with supporting data (EJCUC C- 451) g. Indiana State Form No. SO. en amended with Non Collusion Affidavit; Richmond' Pre-Bid Meeting Notes 5 Exme|Tv, Page aaoruue h. Lint of Project References; i Contractors Bid /EJCOC C-410\ and Bid Schedule — Completely executed and signed; i Acknowledgement of Addenda Received; k. Contractor's required to submit a written plan for an employee drug testing program in accordance with |C4'15-18; i Equipment Cost Schedule; M. Financial Statement for Bidders — Cnmp|eto|y signed and oxooubaU; n. E'VehfvAf�devit ' ' n. Certificate ofNo Investment Activities inIran. 7. Items to Be Submitted within five /5\ days after Bid Opening (Part 9. Bid Form Article 7>: o. SF{FDocument 1. Forms DEE'1 and C}EE�� . 2. Documents demonstrating compliance with six (0) affirmative steps 3. Good Faith Efforts VVorkshoet � 4. Bidders List Form (to be used by prime contractor for recording of nub'oVntna(torbidn) 5. Attachment J ' Required Certification from Contractor Related to | American Iron and Steel | b. Schedule VfValues � ' A Schedule of Values is required for all lump sum items for both the Hayes and Short Creek Projects. E. Questions 1. What are the Liquidated Damages for the project? ' Commonwealth noted that both projects are port of the RSO'a Combined Sewer Overflow (CGO) Long-Term Control Plan /LTCP\ and must be complete on schedule to ensure compliance with the LTCP. Commonwealth noted that Liquidated Damages are defined in Part 10of the Contract Documents. Richmond' Pre-Bid Meeting Notes O exH|e|T)^' Page 34or22e IF 1)"'I'llo IS In 01111 /011/ State of Indiana �d��n of Department Natural Resources IVOmo� Natural Resources CERTIFICATE OF APPROVAL Application #: FVV-31832-0 This Certificate of Approval is a Permit for Construction under the authority of the Indiana Flood Control Act, IC 14-28-1 with 312 |AC 10 an administered by the Department o(Natural Resources. Approval Issued To: City of Richmond, Elijah Welch, 23O8 Liberty Avenue, Richmond, |N47374 Approval Issued By: A91w Mail Date: 1/10/2023 Nicholas Ma|aa. Division of Water PermmUt EffectUve Dote: 0,1/2812023 Peirrrflt 1.,,Apiraflon [)mite: 01N19/ 025 Pursuant ho |C4-21. this Permit becomes Effective eighteen (18)days from the Mail Date to provide a stay period for a Petition for Administrative Review with the Indiana Natural Resources Commission, Division of Hearings, Initiating construction authorized in this Permit prior tothe Permit Effective Date constitutes a violation. This Permit is only valid until the Permit Expiration Date. This Permit may be renewed one (1)time if a written request is received at the DNR, Division of Water, prior to the Permit Expiration Dote. PROJECT INFORMATION: YVaterbody: East Fork VVhihawaterRivmr County: Wayne Project Description Narrative: The existing lift station will be removed and filled to match existing grade. A new lift station will be constructed next(o where the existing lift station was. Additionally, a new 24' by electrical generator pad and asphalt driveway will be installed. Utility lines will be installed using the trench method and then refilled with compacted MU once construction is complete. AG'tall chain link fence will also be installed around the entire facility, FinaUy, a new 18' by 25'electrical building will be installed with a finished floor elevation of 857.5' NAVD88. Permanent impacts will total approximately 0.376 acres with O.083 acres uf tree removal. Project Location: Located north east of the confluence of Short Creek and East Fork Whitewater River near Richmond � PERMIT CONDITIONS: � This Certificate of Approval is valid only if the construction project is in compliance with all Conditions in this Permit. DNR PROJECT SPECIFIC PERMIT CONDITIONS Page 1of3 Exmerrv, 1) Revegetate all bare and disturbed areas that will not be mowed and maintained with a mixture of grasses, sedges, and wildflowers native ho Central Indiana and specifically forstneambank0oodwayotobi|izahonpuqpooeoaa000naoponoiNm upon completion; turf-type grasses (including low-endophyte, friendly enclophyte, and enclophyte free tall fescue but excluding all other varieties of tall fescue) may be used in regularly mowed areas only. 2) Minimize and contain within the project limits the clearing and trimming of trees. 3) Do not cut any trees suitable for Indiana bat or Northern Long-eared bat roosting (greater than 5 inches dbh, living or dead,with kmao hanging bark, or with onankn, ouevioao, or cavities)from April 1 through September 30. 4)Appropriately designed measures for controlling erosion and sediment must be implemented to prevent sediment frorn entering the watarbodynrleaving the construction site; maintain these moaoun*x until construction is oomp|mha and all disturbed emao are stabilized. 5) If erosion control blankets are used, they shall be heavy-duty, biodegradable, and net free or use loose-woven/Leno- wovennethnghominimizo\hoentnopmnntandonahngofommU'bodiedvi|d|ifexuohaosnukuoandturt|es (hoUmw manufacturer's recommendations for selection and installation); seed and apply mulch on all other disturbed areas. O) |f the building | that are approved by DNR under this Certificate of Approval are changed or modified, contact the Division of Water, Technical Services Section by email at water jnqui���dnrjn.govorby telephone ad317'232-4180 ortoU'�oeat1'877'S28'3755 and select 1 duhngthe recorded monunarrative. 7)VVithin 30 days of project completion of the non-residential build ing/ohuoture (lift ataUon), e completed FEyWA F|oodpnnofinD Certificate for Non-Residential Structures must bocompleted by Professional Engineer(registered under IC 25-31-1)or an Architect (registered under IC 25-4-1)which documents that the building/structure was dry floodproofed in compliance with the project plans approved in the permit. 8)VVithin 30 days after the completion of the non-residential structure/building (electrical building)and prior to occupancy, a completed FEMA Elevation Certificate must be completed by a Licensed Surveyor(registered under (registered under IC 25-31-1)or Professional Engineer(registered under IC 25-31-1)and submitted to the Division of Water documenting that the finished construction is in compliance with the project plans approved in the permit. 0) Except for the material used as baokfiU as shown on the plans submitted for the permit app|ivadon, p|euo all excavated material landward nf the 0oodway° 10)All work must conform with the existing bank at the upstream and downstream limits of the project site. 11) Oo not leave felled trees, brush, or other debris in the Ooodway° 12) Upon completion of the pnojed, remove all construction debris from the 0oodwey° | 13) BuokfiU the trench to existing ground elevations, � 14)° Note: For regulatory purposes, the 800dwayix defined on the attached F|oodwuyyWap. DNR PROJECT GENERAL PERMIT CONDITIONS ' 1)Any modifications or additional construction beyond what was shown on plans received at the Division of Water shall require an additional review and approval from the Department of Natural Resources, 2)This Permit must be posted and maintained at the project site until the project is completed. 3)This Permit shall not bo assigned or transferred without the prior written approval of the Department o(Natural Resources. 4) If any prehistoric or historic archaeological artifacts or human remains are uncovered during construction, demolition, o/oarthmoving un\iviUeo. state law (|C 14'214'27 and 20) requires that the discovery must be reported to the Department of Natural Resources within two (2) business days. 5)This Permit may be revoked by the Department of Natural Resources for violation of any condition or applicable statute orrule. 6)The Department of Natural Resources shall have the right to enter upon the site of the permitted activity for the purpose of inspecting the work authorized under this Permit. Certificate of Approval Attachments: FVV31832_F|uodp|ain Map.pdf RIGHT TOADMINISTRATIVE REVIEW: Page 2of3 Exme|Tv, Page aooruue A party may appeal this Department of Natural Resources Action through the administrative review procedures found in the Administrative Orders and Procedures Act, IC 4-21.5, and the rules promulgated thereunder 312 IAC 3-1. If an appeal is filed, the final agency determination will be made by the Natural Resources Commission following a legal proceeding conducted before an Administrative Law Judge. The Department of Natural Resources will be represented by legal counsel at all stages nf administrative review. In order to obtain an administrative review, a written petition must be filed with the Division of Hearings within 18 days of the Mail Date uf the Action. The petition must contain specific reasons for the appeal and indicate the portion or portions of the project hu which the appeal pertains. The petition must ba addressed ho the Division of Hearings, Indiana Government Center North, Room N 103, 100 North Senate Avenue, Indianapolis, Indiana 46204 SERVICE LIST: £UpPkm»K«): City of Richmond, Elijah VVeoh, 2380 Liberty Avenue, Richmond, IN 47374 Ayent(o): Commonwealth Engineers, Inc, Brian Wilson, 0804 Coldwater Road, Suite 203' Fort Wayne, |N48825 Adjacent Landowners and Interested Parties: Laura Miller, 401 East Main Street, Richmond, |N47374 Daniel and Luanne Buohan, 333 EaotG00 North, Decatur, |N4G733 Joseph Andrew Pardo, 31O5 Liberty Avenue, Richmond, |N47374 Noo1on, Michael and Sandr Dearing, 4428 Fouts Road. Richmond, IN 47374 Buddy Cramer, 2917 Liberty Avenue, Portland, IN 47371 Terri Deihioh. 2017 Liberty Avenue, Portland, |N47371 Courtesy Notification: US Army Corps of Engineers, Louisville District, PO Box 59, Louisville, KY 40201 Wayne County SVVCD, Raquel Buker, 823 South Round Barn Koad, Suite 1. Richmond, IN 47374 Wayne County Drainage Bmand, County Surveyor, 4U1 East Main Street, Richmond, IN 47374 Indiana Department of Natural Resources, Division of Law Enforcement District 4 Headquarters 3734 Mounds Road, Anderson, |N4SO17 ADDITIONAL PERMITTING AGENCIES: This is not a waiver of any local ordinance or other state or federal law and does not relieve the permittee of any liability for the effects which the project may have upon the safety of the life or property of others. This does not relieve the permittee of the responsibility of obtaining permits, approvals, easements, etc. under other regulatory programs administered by, but not limited to, the U.S. Army Corps ofEngineers, County Drainage Board, Indiana Department of Environmental Management and local, city, or county floodplain management, planning or zoning commissions. � � � Page 3of3 � � Exmerrv, � Page armuue iih ji 11111II'lo "A IOD at 4/2/2 17, nvrl lip PIP IhOo 09l Iwo INS The Special Flood Hazard Area was derived from | the digital representation ofFEMA Flood Insurance � Rate Maps(F|RM). VVh||e this map iePmvidedh/r Ind���moo mmn Legend information,the FIRMS as published by FEMAom of Natural — — - the outhoh�Uvadonum*n�h/rthe N��iona| Flood — — Tract Boundaries Insurance Program. rsmAru"m° 'Zone xs Copies ufthose maps can be found athUp://moo.{emo.gov rswA Special Flood Hazard Area Anne As psm�uu%Annual oxonm,Flood xozomxmn Map Source: FIRM � Community Boundaries File Number: FN-51052 m 8 250 500 1.008 Note FEET This map does not reflect changes or amendments which may have been 0 75 150 300 made subsequent\n the effective date MAP SCALE 1^=5O0' | | | ]METERS ~/ sxH|m|T.A' Page 38 oruue Date: 10/14/2022 SECT|ON0O GENERAL REQUIREMENTS 1. GENERAL A. Scope ofWork 1 Under this Contract. the Contractor shall furnish all labor, material, and equipment necessary to construct the Short Creek Lift Station Improvements Project complete with all equipment in place and operating in accordance with the |n1mn1 of the dnavvings, detailed spooifina\ions, and applicable sections of the workmanship and materials specifications. All vvnrk, equipment and materials an described in the Contract Documents, as illustrated on the plan sheets, and aooutlined |n these Specifications shall bn provided under this contract. B. Measurement and Paynnen\ 1. The Lump Sum Cost for Bid |bann No. 00-01 nheU include all Work required to construct the Short Creek Lift Station and all additional Work shown and specified in the Contract Documents. Pod|m| Payment will be based on the Contractor's submitted Schedule of Values for construction of the Short Creek Lift Station and all additional Work shown and specified in the Contract Documents and on the estimated amount of Work completed as made by the Resident Project � Representative and oguaad to with the Contractor prior to submittal of the � Contractor's Payment Application. � 2. Owner Authorized AUnvvenma: This Project has an allowance to perform miscellaneous Work beyond the Contract. This allowance can only be utilized upon receiving written authorization from the Owner; otherwise the Contractor risks performing Work that will not bepaid. 3. The Lump Sum and Unit Price Costs for Bid Items Nos. 01 — 01 and 24 - 01 through 25 ' 07 nhoU be in accordance with the Detailed Specification Section specifying each Bid Item. 4. Bid Schedule Items � Item No. Description Unit ofPmyment � � 00 ' U1 Short Creek Lift Station and All LS � Work Shown and Specified � � 00 ' 02 Owner Authorized Allowance LS � QS'0D4 | REVISED BY ADDENDUM#Y 2022 Commonwealth Engineers. Inc. � | Exmerrv, ' Page aemuue C. AVp|imabi|hyof the Workmanship and Material Specifications While the Work to be done under this Contract shall be subject hothe applicable partsoftheVVorknnansh|pandMahada|s8WM\ SpnoifineUon, itnhaUbeundersbond that, where differences may occur, the following Detailed Specifications shall govern. The Contractor shall be responsible to contact the Engineer if any questions arise due to such differences. D. Operation of the VVostovvoter Utility DurinA Construction Construction of the Work shall be performed in a manner to provide continuous wastewater conveyance to the existing wastewater facilities at / or above the present capacity. Where required, the Contractor shall provide temporary bypass pumping or f|unnin8. Written notification of the Contractor's intent to remove existing equipment / facilities from service, along with the description of the equipment and method for maintaining operation, shall be received by the Owner and Engineer at least seven /7> days prior to the actual removal from service and is subject to the approval of the Engineer. Said intent shall also be detailed inthe Contractor's oubnni#ed, reviewed, and Engineer and Owner approved Plan of Operations. 1. Construction of the Short Creek Lift Station shall be phased such as to provide continuous vvmn1ovvatmr conveyance in existing vvanbavVmter facilities at/or above the present levels. The construction schedule shall be coordinated with C}vvnor personnel and the Engineer. Access must be maintained for Owner's staff. Aprnposed schedule for the construction work shall be submitted and approved prior to implementation. The Contractor is responsible for providing any and all temporary equipnnent, pumps, piping, etc., at his expense. Temporary electric costs required to perform said work shall be the responsibility of the Contractor. Minimum requirements of phasing include the following: a. A new Short Creek Lift Station will beconstructed. b. A conditioned building to house electrical and control instrumentation will boconstructed. C. New piping (gravity and force main) and supporting structures (valves, vaults, noanhn|es, oto] are also included. d. Menhon|om| work. e. Electrical work including new emergency generator and power haed(s). [ Instrumentation and Control VVnnk in support of the new project o|nog with required modifications to existing (inclusive of programming). g. Site Civil work and other miscellaneous work as illustrated and required. DS'00'2 REVISED ]gY'ADDENDUM#Y 2022 Commonwealth Engineers, Inc. exH|e|T)^' Page 400ruue h. The Contractor shall plan and maintain power k) all on-line facilities sd all times. For any temporary or permanent tie-ins requiring down- time of affected equipment: coordinate down-time with Owner; minimize the required down-time by all necessary means; and perform the work within the directives nf the Owner. i. The Contractor shall in all cases be responsible for providing all equipment, material, labor, and appurtenances necessary to operate existing facilities in order to maintain the existing level of treatment, conveyance, and/or reliability. j Written notification of the Contractor's intent to remove existing nquipnnont/fooi||Uoa from servioe, along with the description of the equipment and method for maintaining operation, shall be received by the Owner and Engineer at least seven (7) days prior tothe actual ronnnVm| from service and is subject to the approval of the Engineer. Said intent oho|| also be detailed in the Contractor's oubnnitted, reviewed, and Engineer and Owner approved Plan of Operations. Note: All labor, equipment, materials, etc. necessary to facilitate ntartup, demonstration of performance as specified, and final incorporation of improvements shall be provided by the Contractor. E. General Requirements 1. Standard General Conditions and Supplementary Conditions: Prior to construction, Contractor shall review the requirements and responsibilities described in Part 3 — Standard General Conditions and Part 4 — Supplementary Conditions. Per Article 2. Contractor shall provide o Progress Schedule and Schedule ofSubmittals. |nan effort to assist with the Schedule of Submittals, o draft list of submittals in contained at the end of this Section; Contractor shall thoroughly review the Specifications and confirm the list of submittals. 2. General Construction Specifications: Prior to construction, Contractor shall review the requirements and responsibilities described in Part 5—General Construction Specifications. � 3. Substantial Completion: Substantial Completion is described in Article 15.O3of Part 3—Standard General Conditions and Part 4—Supplementary � Conditions. In the context of this Project, a certificate of Substantial � Completion nhmU be issued after the innhaUaUnn, satisfactory inapecUon, satisfactory testing, and full operation of the Short Creek Lift station and associated a|o/thoa| equipment U.e, electrical generator) and decommissioning and demolition of the existing Shod Creek Lift Station. The certificate of Substantial Completion may precede final surface restoration. DS'DO'3 REVISED f]Y'ADDENDUM#Y @2022 Commonwealth Engineers, Inc. | Exme|Tv, | Page41 oruue It shall be noted that only ONE (1) CERTIFICATE OF SUBSTANTIAL COMPLETION will be issued for the Project. The warranty period for the equipment shall begin with final approval ofall equipment and Work associated with the project U.m, upontheinouenceof the Certificate of Substantial Completion). 4. Conflict with Existing Underground Utilities: The Contractor shall be responsible for locating and protecting all existing underground utilities. All existing underground telephone, cable TV' electrical, vvaher. gas and sanitary sewer service ohmU also be located and protected by the Contractor. If an underground utility or service |o<ena| is damaged, the Contractor shall immediately notify the respective utility owner and repair the damaged utility orservice lateral in accordance with that utility owner's requirements at the Contractor's own expense. If minor conflict occurs (less than 5fem< horizontal) with an existing underground sanitary sewer, telephone, cable TV, fiber optic, electrical, vvo0er or gas main or service |a&»r8i the respective sewer or interceptor shall be adjusted if possible to avoid the conflict in accordance with the requirements of the respective utility and Engineer atthe Contractor's own expense. A conflict with an existing underground utility main shall bn evaluated by the Engineer, and if a significant correction is required to eliminate the conflict, the Engineer will issue a ohnn90 order to the Contractor to make the necessary changes recommended by the Engineer. 5. Continuity of Public Services: Contractor shall provide for continuity of hoffio and traffic control as necessary for the performance of the VVnrh or � any portion thereof. The Work under this Contract involves the construction of new utilities. |tio necessary that all Work be performed in such amanner to provide to the greatest extent reasonably possible, a continuous service of utilities to customers and the availability of utilities and other facilities required bv other contractors when they are needed, K in anticipated that this Project will require bypassing of sewers. The Contractor shall be fully responsible for, and shall provide, any and all temporary piping, pumping, con(rn|s, o|eotrina|, containment and transportation equipment, a quality � potable water supp|y, and other equipment and Work so as to maintain these public aon/inms. |fa( any time it is anticipated that there may be � disruption to the utility service, the Contractor noUh/ 000h � ' ' customer two /2\weeks in advance bv the use ofa door hanger notice. At no time during the Work shall raw sewage be discharged tn the ground or any location that vvnuN be in violation of the Owner's NPOES Permit requirements. / 8. Temporary Easements: It shall be the responsibility of the Contractor to inspect the Project area and obtain all additional temporary easements deemed necessary by the Contractor at his own expense. 7. Soil Boring Logs: The attached Geoteohnioa| Evaluation found inAppendix A at the end of these Detailed Specifications has been provided for informational purposes only and does not relieve the Contractor oftheir responsibility to completely acquaint thennso|fvvith the conditions as they DS'0U'4 REVISED BY ADDENDUM#Y 2022 Commonwealth Engineers, Inc. exH|e|T)^' Page 4uoruue exist prior tothe bid opening. The Soil Boring Lnua are not presented as representative amnnp|es for the entire 'ob. The Soil Boring Loge are samples only for the specific location of the soil boring itself. |f the bidder desires additional soils information for the preparation of their Bid. they shall obtain this information et his own expense and coordinate the use nf the Owner's [igh1-of-wayoreasement rights with each individual property owner. 8. Additional Work Activities: The Contractor shall be responsible for any additional work, octivities, etc. beyond the current Work and expense for the operation of the current system. The Contractor ehoU furnish any additional labor necessary to assist the Owner in the operation and maintenance of temporary facilities provided beyond such labor no[nneUy required, or anticipated tobe required, for permanent operations. A. 2014 Anlm[iC8D |noO and Steel (A|S) Requirement: The 2014 A|S Requirement applies tothis Project. Iron and aioe| products specified for the Project DlUSt be nO@DUfOC[U[ed in the United Sto[8G in accordance with EPA requirements: (Impwwater,ev ). All relevant shop drawings (i.e. castings/lids, hmhcheG, reber for oeGt-in'p|oom structures, Peburfor pre-cast airuoiunaa, etc.) shall be accompanied with a certification letter from the manufacturer that all iron and steel products were manufactured in the United Siaioa in accordance with the 2014A|8 Requirement. Certification letter shall include the following information: o. What ie the product (does not need specific model #\. b. Where it is made (foundry, mill, feotory) - Qtyand State. C. To whom it is delivered —Qty (Owner), State, and Project. d. Signature and contact information of Company Representative. e. Reference A|S compliance (only stating Buy America is not sufficient—must specifically list A|8onDlp|ianoa). Contractor is also required to uoaennNo and maintain a |iai ofd* mininniS iron and steel incidental components throughout the duration of the Project, including a total Coat showing that du nliOinnio iron and steel incidental components are < 5% of total project nn@te[i8| costs and/or each item on the list is < 1% of total project material costs. List shall also include iron and steel items utilized by the Contractor that have been granted a national waiver (if applicable). List shall be provided to the Owner on 8 monthly basis. 10. Tree Removal and Pruning Constraint: Trees shall bm felled or pruned from October 1 through March 31. See DS'05 "Clearing and Grubbing" for additional information. ll. Open Cu( Construction Activities in F|uodvvav/River: In accordance with Indiana administrative code 312 |AC 10-5' construction activities within DS-0O-5 REVISED B9'ADDENDUM#ƒ @2O22 Commonwealth Engineers, Inc. ExH|e|T)^' Page 4aoruue Ooodvvavufnon) Aoh| 1 through June 30 shall not exceed a total of two calendar days. All construction activities within the Ooodp|ain shall be performed in accordance with applicable permits. F. Plan of Operation 1. General: The Contractor shall provide a Plan of Operation within thirty(30) days of the execution of the Agreement. Plan of Operation ahmU generally describe the scheduling of all work and methods anticipated to be utilized in completing each section of the work; and shall describe in detail; U\ safety measures to be used to protect the public from Contractor's work; and (ii) tinning and level of service desired for Contractor's work from permanent utilities to be installed under other associated contracts. The Engineer will review and find this Plan of Operation acceptably developed and innp|ennentah|m prior to the initiation by Contractor of work at the site addressed bv the Plan ofOperation, The Contractor shall prevent spills, discharges, or soil erosion runoff to area streams and drains. This shall include control ofsilt entry into streams from erosion on the construction site. The Contractor shall comply with all |ona|, n(ato, and federal agency requirements relative to the uonhn| of erosion during and immediately following construction and containment of siltation in adjacent streams and ditches, Any in-stream silt traps as may be required by the Indiana Department of Natural Resources shall be installed and maintained by the Contractor. DevvoterinDnf the sewer excavations will bo necessary on this Project. The Contractor assumes full responsibility for the implementation and success of the control of groundwater and surface water entering oxnovations. During construction, the Contractor shall be responsible for the disposal of surface water and groundwater entering the excavation in accordance with 327 |AC8'20. The City |n unwilling toaccept the disposal of surface water and groundwater into the sanitary interceptor. It shall be the responsibility of the Contractor to complete all Work in accordance with these Drawings and Specifications and provide all applicable permits and accesses. The Contractor ie required to obtain a City permit for construction on all City streets before starting any Work. 2. Public Safety: Addressed in the public protection provisions of the Plan of Operation nho|| be traffic contro/, maintenance of servico, storage of equipment and materials, and protection of excavations from access, 5. Permanent and Alternate Utility Services: Addressed in the Plan of Operation shall be: U\ the timing and level of service desired from permanent utilities to be installed; (ii) an identification of the type of service desired; /iii\ the date and location at which the service is desired; and (iv) the plans for alternate ub|ih/ nonvio*s for the Work if permanent uU|ih/ service in not available. The Owner shall have the authority to require certain portions of the Work under this Contract to be completed at certain times; however, the Owner cannot and shall not guarantee the availability DS'OO'6 REVISED BY ADDENDUM#Y 3022 Commonwealth Engineers, Inc. Exme|Tv, Page 44oruue of these utility services. The Contractor shall be responsible for providing any utility services necessary for his Work which are not otherwise available and shall address the anticipated means of providing such alternate utility services. G. Protection rfExis\inqPavement Construction equipment on existing unprotected pavement to remain in place is not permitted. Federal, State and local ordinances, laws, and regulations shall govern the operations nfoverweight or oversized equipment on the pavement. Any damage to existing facilities caused by the Contractor's operations or equipment shall be replaced or repaired to the satisfaction of the City' Owner, or County by the Contractor atno additional expense to the Owner. Included inthe Plan of Operation shall be an ingress and e8naso plan for approval, Mobilization will not bo allowed until said plan isapproved. H. Shop Drawings. Samples and Other Submittals Submittal requirements, procedures, and Engineer review process are described in Article 7.16 of Part 3—Standard General Conditions and Part 4—Supplementary Conditions. |. Owner Coordination In addition to monthly progress meetings, the Contractor shall prepare for, and attend wonk|ynn'aite coordination meetings. The meetings will be held at an mOnemob|e time between the Owner and the Contractor. Attendees nhoU include the Owner's representative, the Resident Project Representative (RPR). the Contractor's Superintendent, and a responsible representative of any subcontractor performing significant Work for that week. 2. PRODUCTS AND MATERIALS None. 3. EXECUTION None. DS-0O-7 REVISED BY ADDENDUM#Y 2022 Commonwealth Engineers, Inc. Exme|Tv, REQUIRED SUBMITTALS Plans, Section Schedule, Shop Drawings 0 8,M Design Sample or Start-up Item Description Photos,or &Descriptive Manual Calculations Test Report Color Support Number Literature Chart Videos_ DS-00 Plan of Operation and Quality X Control Plan Progress Schedule,Schedule of DS-00 Values,and Schedule of X Submittals Pre-Construction Audio-Visual DS-01 X X Survey DS-01 Pre-Construction Site Survey X DS-02 Final Grading and Seeding X • DS-03 Temporary Erosion Control X X X X DS-04 Traffic Control Plan X X DS-05 Clearing and Grubbing X Demolition Related Photographs DS-06 and Hazardous Materials X X X Documentation DS-07 Coatings X X X , . DS-08 Earthwork and Site Drainage X X X X X DS-09 Dewatering X X X X Sanitaiy Bypassing& DS-10 X X X X Experience ' DS-11 Security Fence and Gates X X X X X Access Drive,Site Roads,and DS-12 X X X Parking Areas DS-13 Exterior Piping X X X X DS-14 Interior and Exposed Piping X X X DS-15 Valves and Gates X X X X X Miscellaneous Metals and DS-16 X X X Fiberglass DS-17 Reinforced Concrete Structures X X X DS-18 Submersible Centrifugal Pumps X X X X X DS-19 Sump Pumps X X X X X DS-20 Crane X X X X DS-21 Buildings X X X DS-22/23 Electrical and I&C X X X X DS-24 Sewer Rehab with CIPP X X X DS-25 Sewer Cleaning X X X END OF SECTION DS-00-8 REVISED BY ADDENDUM#1 ©2022 Commonwealth Engineers, Inc. EXHIBIT'A' Page 46 of 229 ADDENDUM NO. 2 TO THE DRAWINGS AND SPECIFICATIONS FOR THE CITY OF R|CHK8OND SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT ISSUED FROM: COMMONWEALTH ENGINEERS, INC. 7256 Company Drive Indianapolis, |N48237 ISSUE DATE: January 13' 2O23 BID DATE: January 31, 2023 This Addendum No. 210 the drawings and specifications shall supp|omon1, onnend, and become o port of the bidding donunnenta, plans and specifications. All bids and construction contracts shall be based on these modifications tn the original contract documents. ITEM NO. 1 PART 8 — DETAILED SPECIFICATIONS A. Please find attached hereto, revised Detailed Specification Section 24 — 8evver Rehabilitation with C|PP. This Specification has been revised to identify undistributed bid quantities for 10'inoh and 12'inch diameter C|PP lining. Revised Detailed Specification Section 24 shall herewith nap|moo the originally issued Detailed Specification Section 24. B. Please find attached hereto, revised Detailed Specification Section 25 — Sewer Cleaning and CCTV Inspections. This Specification has been revised h> identify undistributed bid quantities for 10'inoh and 12-inch diameter CCTV sewer cleaning and CCTV inspections. Revised Detailed Specification Section 25shall herewith pap|eoe the originally issued Detailed Specification Section 25. ITEM NO. 2 PART 9 — BID DOCUMENTS A. Please find attached hereto, revised Bid Schedule. The Bid Schedule includes updated Bid Schedule Items and Quantities related to the cured in place pipe (QPP) rehabilitation work. The attached Bid Schedule shall herewith replace the originally issued Bid Schedule. As a clarification, payment for all work defined in Detailed Specifications Sections 24 and 25 shall be based on actual installed quantities and sizes determined in the field in accordance with Part 3, Article 13.03 of the Contract Documents. ITEM NO. 3 PART 10 — CONTRACT DOCUMENTS A. Please find attached hereto, revised Agreement (EJCDC C'520). Due tosupply chain challenges, the time to reach substantial completion has been increased by 18O days from 365to545 consecutive calendar days from the date in the Notice to Proceed. The attached Agreement /EJCOCC-52O> shall herewith replace the originally issued Agreement /EJCDCC-52O>. AddonduwNv. 2 Page 1vf2 Exme|Tv, Page 4roruue � ! ITEM NO. 4 DRAWINGS � A. Please find attached hereto, revised G4. The attached revised Drawing ShEd| | replace the originallyissued [)rovvngoofUl8aoOlnO[avvngNUnnbe[. 1. Drawing No. G4—Vicinity Map — QPp and General Location Plan — O|PP Lining was revised to identify ocnU[@te pipe Sizes between Structure 1OD- O52 and Structure 1OM-O3U. CERTIFIED BY: STATE OF AVIN »~ Brian Wilson, P.E. Registered P.E. No. 11900806 State OfIndiana � Attachments: 1. Revised Detailed Specification Section 24 —Sewer Rehabilitation with CIPP | 2. Revised Detailed Specification Section 25— Sewer Cleaning and CCTV Inspections | 3. Revised Bid Schedule 4. Revised Agreement (EJCDCC-52O) 5. Revised Drawing No. G4. � | � � Addendum No.2 Page 2ofu Exme|Tv, Page 4omz29 SECTION 24 SEWER REHABILITATION WITH C|PP 1. GENERAL A. Scope ofWork 1 The Contractor shall provide certified design oe|ou|sdions, nno1eho|s' equipment, labor, transportation, construction, equipment and machinery, tools, appliances, fuel, power, |ight, hea1, and other ancillary Work to successfully complete the operations as specified heroin. The Work for cured-in-place pipe (C|PP) lining shall also include the restoration of the Work site, including restoration of surfaces such as paving, seeding and aodding, as noedod, if damaged onnnp|eha Vvhona shown on the Drawings and an specified herein. The Contractor shall include all costs necessary to complete the Work within the existing easements; if additional temporary easement is needed based on the Contractor's means and nnothods, he shall procure said easements atno additional cost to the Owner. The Work forC|PP lining shall also include any standard cleaning operations and internal video work necessary to prepare the pipe for lining during construction. 2, The intent is to have e nsa|n ' impregnated flexible fo|1 tube installed and cured in place in the designated mainline sewers. The tube shall be inverted into the mainline sewer utilizing a vertical inversion standpipe and hydrostatic hood or mechanically installed. Curing of the mainline sewer shall be accomplished by circulating hot water or steam to cure the resin into a hard impermeable conduit. When cured, the tube shall extend over the length of the existing line in a continuous tight fitting watertight pipe � within a pipe. The rehabilitation of the sewer main ahmU be performed without the need for excavation nr demolition of existing structures and be able to re-establish user lateral services without excavation. The pipe lining method shall have sufficient structural strength tn support all dead loads, live loads, and ground water loads imposed with the assumption that the existing pipe cannot share any loading or contribute to structural integrity of the liner. The liner shall provide the least possible thickness ordecrease in pipe diameter 10 meet the strength and other design requirements ofthis specification. 3. The Work shall be performed in accordance with A8TM D5813 (Standard � Specification for Cunad'in-P|aneThermosetting Resin Sewer Pipe\, A8T�N � ' � F121O (Standard �na��ine for Rehabilitation of Existing Pipelines and � Conduits by the Inversion and Curing ofa Resin-Impregnated Tube,ASTM F1743 (Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-In-Place Installation ofCunmd-|n-P|ocoThermosetting Resin Pipe). and ASTyWD790 (Test Methods for Flexural Properties nfUn' reinforced and Reinforced Plastics and Electrical Insulating K4obaria|o). 4. In the event ofblockages, collapsed pipe' aags, or other issues prohibiting the installation of C|PP. Contractor shall furnish all nnmterio|o and do all DS'24'1 REVISED BY ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. Exme|Tv, Page 4eoruue work necessary to construct complete the necessary point repairs to rehabilitate the existing sanitary sewer and make ready for C|PP installation. The point repairs shall include all work related toexcavating, pipe installation, bedding, backfill and surface restoration and/or other less invasive techniques or remedy issues prohibiting C|PPinstallation. Contractor shall commence work performing point repairs only after submitting a proposed cost and obtaining written approval to proceed from the Engineer. B. Measurement and Poyrnent 1. Work in this Geohnn shall be paid for based on the "Linear Foot''. ''Per Each", or "Lump Sum" price for the appropriate bid schedule item or from an established ''A||Vvvanoe" 2. The cost for sanitary bypassing and maintenance of traffic associated with C|PP work shall be included in the linear foot cost for the C|PPlining. The cost for pre-construction and post-construction inspections shall be included in the respective Bid |1enn in D3'25 ''3evver Cleaning and CCTV Inspections"; any additional sewer cleaning operations and internal video work necessary to prepare the pipe for lining during construction shall be included as incidental to the Bid |tmnns listed below. 3. The actual number of lineal feet of tested and accepted C|PP lining of the various sizes, constructed an shown on the plans, as specified and as ordered by the Engineer or Owner, nnooaurOd along the centerline of the pipe from center to center of manholes will be measured for payment under the respective Items. Except as otherwise stated herein, nn deductions in length will be mode for manholes or fittings or drops. The m(tuo| number of tested and accepted C|PP |ohana| reinstatements will be measured for � payment under the respective Items. � � 4. If required, point repairs to existing sewers shall be performed to correct issues discovered during pre-construction CCTV inspections and � determined by the C|PP manufacturer / installer to be prohibitive to the installation ofC|PP. Point repairs shall be paid from the Lump Sum Point Repair A||ovvanno ^ALVV" The price for said point repairs shall be assembled on a time and material basis by the Contractor and agreed to by the Owner, Engineer, and Contractor, prior to the work being performed. ' 5. Bid Schedule Items Item No. Description Unit oyPaynnent 24 ' 01 8" C|PPLining LF � 24 -O2 10" C|PP Lining (Undistributed) LF 24 '03 12" C|PP Lining (Undistributed) LF 24 -04 C|PP Lateral Reinstatement EA 24 '05 Point Repair Allowance ALVV DS'24'2 REVISED B\'ADDE8/QU&YNO. 2 @2022 Commonwealth Engineers, Inc. exH|e|T)^' Page sooruue C. Submittals 1 Submit C|PP Lining Plan including design calculations (certified by e by o Professional Engineer experienced in design of this work and licensed in the State of Indiana) and all shop drawing and installation details as recommended by the manufacturer. Include all performance data and other nnatehe| specifications normally available and provided from the manufacturer. The Contractor shall hurnish, phn, to use of the lining ma1eria|s, satisfactory written guarantee of his compliance with the manufacturer's standards for all materials and techniques being used in the C|PP lining process. The Contractor shall provide certified teat results from the manufacturer that the material conforms with the applicable requirements. Materials not complying with requirements shall be rejected. Include in the submittal shall be a ounonnery of experience. On-Site supervisors shall have at least 25,000 FT and/or2OO line sections of lining experience installing the listed product, and the product should have a minimum of2OO.OD0FT and/or 1O0U line sections installed. The Contractor or Subcontractor's key personnel nho|| have a nnininnunn of 100,000 FT and/or 3OO line sections of lining experience. 2. Should point repairs berequired prior to the installation ofC|PP. Contractor shall assemble documentation identifying extents of, location of, reasoning for corrective action, and proposed corrective action, along with a proposed price for each required point repair to the Engineer for Owner and Engineer review. 3. Material data for all materials utilized to complete point repairs. 2. PRODUCTS A. General 1. The Felt Tube shall he fabricated to a size that, when installed, will neatly fit the internal circumference ofthe conduit. Allowance shall be made for circumferential stretching during insertion. 2. The minimum thickness for the liner material shall be verified by design calculations prepared by a Professional Engineer familiar with CIPP design for each specific pipe location. Design of the liner shall be based on the conditions of the existing pipe, which shall be classified as fully deteriorated based on the definitions thereof contained in ASTM F1210 Appendix X1. The liner shall be designed to withstand all imposed |omdn. including live loads if applicable and hydrostatic pressure. The groundwater elevation above the invert of the existing sewer to receive lining shall be actual depth to crown. The proposed C|PP liner to be used shall be designed fora minimum fifty (50) year service life under continuous loading conditions. 3. The minimum length ohm|| be that deemed necessary by the Contractor to effectively span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The Contractor shall verify the lengths in the field before impregnation. Individual inversion runs can be QS'24'3 REVISED f3Y'ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. ExH|e|T)^' pages1 oruue made over one U\ or more manhole sections os determined in the field bv the Contractor and approved by the Engineer orOwner. B. Tube The sewn tube shall consist of one (1) or more layers of absorbent non-woven felt fabric and meet the requirements ofASTM F1210, OonUon 5.1 orASTM F1743' Section 5.2.1 orAGTM 5813, Section 5 and 0. The tube shall he constructed to withstand installation pronsuroS, have sufficient strength iobridge missing pipe, and stretch to fit irregular pipe sections. The vVot Out tube nhoU have o re|oUwa|y uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design C|PP wall thickness. The tube shall be manufactured to e size that when installed will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during installation. No material shall be included in the tube that may cause do|mminaUon in the cured C|PP. No dry or unsaturated layers shall be evident. The tube shall bn marked for distance a1 regular intervals along its entire length, not hz exceed five (5)feet. Such markings shall include the Manufacturer's name and identifying symbol. C. Resin The resin system shall be o corrosion resistant polyester, vinyl ester, or epoxy. initiators that when cured within the tube create a composite that satisfies the requirements ofASTMF1210. ASTK8D5813 and ASTMF1743, O. Chemical and Fhyaioa| Properties Unless otherwise specified, the Contractor shall furnish e general pUrpone, unsaturated' polyester orviny|ont*r resin and catalyst system compatible with the C|PP process that provides cured physical strengths specified herein. The long- term flexural modulus to be used shall not exceed 50% of the short-term value for the resin system unless the tube contains reinforcements. The finished C|PP liner oho|| be fabricated from nno1er|e|s that when cured will be chemically resistant to withstand internal exposure to domestic sewage. The C|PP shall conform tothe minimum structural standards, as |ia(ad below. Property Standard Results Flexural Strength #101 (Modified ASTMO'790) 4.500pa| Flexural Modulus #101 (Modified A3TyWD'7SO) 250,000psi E. Material and Equipment Acceptance At the time nf manufacture, each lot of liner shall be inspected for defects. At the time ofinstallation, the liner shall be homogeneous throughout, uniform in color, � free of hn|mo, foreign nnabnria|s, bUsters, or deleterious materials. No sewer � segment shall be lined without prior notification of the Owner or Engineer. Each liner shall be subject to inspection by the Owner or Engineer immediately before it is installed and defective liner shall be rejected. DS'24-4 REVISED BY ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. / Exme|Tv, F. Point Repairs In general, point repairs shall be completed with nneieho|s meeting the Workmanship and Materials Specifications and Detailed Specifications. Pipe utilized for point repairs shall be Polyvinyl chloride (PVC) S[}R35 meeting ASTM D034 for diameters 15-inches or less and ASTM F679 for diameters greater than 15-inoheaoespecified in Workmanship and Materials Specification VVK8-7. If pOiDiF8p@i[iSVVithiD1Ofee{hohzontaUyO[ 18-iDCheSVGrUc8UyofaneXiftiDgvV8h3[ main, then PVC S0R21 pipe shall beutilized. Connections between existing and new pipe ahoU be complete with watertight, flexible connectors suitable for use in @ sanitary gravity sewer application. Bedding, baokfi||, and surface restoration shall be oonnp|ek*d with materials meeting applicable Workmanship and Materials Specifications and Detailed Specifications 3. EXECUTION A. Pre C|PPLininq Sewer Inspection Clean and televise relevant existing aovvar sections in aCCondoDCo with the construction constraints defined in Section [}S-00 "Gonera| Requirements", Pad 1.F. The interior of the pipeline shall be carefully inspected to determine the location of any condition' which may prevent proper installation of the new pipe. Defects shall b8 noted oo that these conditions can b8corrected. Contractor shall immediately notify the Engineer in writing of any locations that require further corrective action prior tn installation OfC|PP. B. Safety The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards. Particular attention is drawn to those safety requirements involving working with scaffolding and entering confined spaces. C. C|*eninO and Root Treatment ofSewer Line It shall be the responsibility of the Contractor to remove all internal debris and root growth from the sewer line necessary to complete this work. All general cleaning shall be covered in this section. O. BypaoeinqSevvaQe 1. The Contractor shall bypass the f|nvv of sewage around the section or sections of pipe designated for liner. |n general, the bypass for C|PPlining shall be made by plugging the line Gt8n existing upstream manhole and pumping the flow into e downstream nnenhn|e or adjacent ayatonn. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Contractor shall bn responsible to notify all property owners DS-24^5 REVISED B}^ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. ExH|e|T)^' Page sa oruue � that will be affected by the diversion and/or the temporary loss ofservice two (2)vveeks in advance. 2. If required for service laterals, the Contractor will be naopone|b|o to furnish all the necessary equipment 10 safely divert the flow around the work area. The diversion shall bo Engineer approved. No flow shall bo discharged on the xurface, into storm novvors, ditches, orinwaterways. E. Line Obstructions It shall be the responsibility of the Contractor to clear the line of obstructions such as an|ids, dropped joints that will prevent the insertion of the liner. If inspection reveals an obstruction that cannot be removed by conventional sewer equipment, then the Contractor shall hydraulically re-round the pipe using a trenchless method or make a point repair excavation to uncover and remove or repair the obstruction. Such repair shall be approved in a Change Order prior to the nnnnnoenoenn*nt of the Work and paid for from Project CnnUngmnnyhundavioChan8eOn]er. F. Point Repairs Contractor shall complete all required point repairs upon receipt of written approval from the Engineer to proceed with the Work and prior to installation ofQPP. Excavation, pipe inubaUaUon, bedding, hankfiU, and surface restoration shall be completed in accordance with appliable Workmanship and Materials Specification and Detailed Specifications. Should less invasive techniques be innp|ernon(md to complete m point rapair, only commonly u<iUzed, industry standard techniques shall be performed by the Contractor. Contractor shall submit plan \o Engineer for review and approval prior to performing point repair. G. Installation Procedures 1. Set-up: |n general the C|PP installation shall bein accordance with ASTK4 F1216, Section 7 or AGTM F1743, Section 0, The Contractor shall designate e location where the felt tube will be vacuum |nnpnnynatod prior to installation. The Contractor nheU oUovv the Dvvnor to inspect the materials and "wet out" procedure. A catalyst system compatible with the resin and tube shall beused. The wet out tube nhmU be inserted through on existing manhole or other approved access by means ofon inversion or cable and winch process. In the case of the inversion method, the application of a hydrostatic head shall be sufficient to fully extend the tube to the next designated manhole or termination point. The tube shall be inserted into the vertical inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe' the tube shall be turned inside out and attached to the standpipe so that m leak proof seal is created. DS'24'6 REVISED f]Y'ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. exH|e|T)^' Page 54or22e The inversion head will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole 0n manhole and hold the tube tight to the pipe wall, produce dimples atside connections and f|on*d ends at the manholes. The Contractor shall use a lubricant as necessary. Care shall betaken during the elevated curing temperature so as not to over stress the hy|t fiber. All sections of pipe shall bm the responsibility of the Contractor hz verify the size, nnat8rim|. location of structures, number and location of laterals, and existing condition of the pipe prior to construction. The bid proposal contains estimates of the sizes and quantities of liner which will be installed. It shall be the Contractor's responsibility to verify the exact lengths necessary after the segments have been selected and prior to ordering or fabricating any liner materials. 2. Curing: After installation is completed the Contractor shall supply a suitable heat source and hydrostatic vvotmr or steam pressure recirculation equipment. The equipment shall be capable of delivering hot water or steam throughout the section by means of pre-strung hose to uniformly raise the temperature above the temperature required to effect a ouna of the resin. This temperature shall be determined by the resin/catalyst ayn1enn employed. The heat anurno shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water or steam supply. Another such gauge shall be placed between the impregnated tube and the pipe invert at the Fennoha manhole to determine the tornpeno1unea during cure. Temperature in the line during the cure period nhoU be as recommended by the resin manufacturer. Initial cure shall be deemed to be completed when inspection of the exposed portions ofC|PP appears to be herd and sound and the remote temperature sensor indicates that the temperature is of o magnitude to realize onoxotherm. The cure period shall booya duration recommended by the resin manufacturer, ao modified for the C|PP process, during which time the recirculation of the vvmtor or s{eonn and cycling of the heat exchanger to maintain the hannponatune continues. 3. Cool-Down: The Contractor shall cool the hardened C|PPtoatemperature ho|ovv 100 ^F before relieving the static head in the inversion standpipe. CoV|dovvn may be accomplished by the introduction of cool water into the inversion standpipe to replace water being drained from e small hole made in the downstream end. Cone shall be taken in the release ofthe static head nn that e vacuum will not be developed that could damage the newly instaUedC|PP. 4. Finish: The finished C|PP shall bo continuous over the entire length nfmn inversion nun and be an free as commercially practicable from visual defects such os foreign inclusions, dry spots, pinholes and do|mminmUnn. It shall also meet the leakage requirements or pressure test specified below, During the warranty period any defects which will affect the integrity or DS'24'7 REVISED BY ADDENDUM NO. 2 VD2022 Commonwealth Engineers, Inc. Exme|Tv, Page 55 oruue strength of the C|PP shall be repaired at the Contractor's expense, in a manner mutually agreed by the Engineer and the Contractor. Alternate methods of installing and curing the tube shall be submitted to the Engineer for approval. 5. Sealing the C|PP at Manholes: The Contractor shall apply seal a1the manholes. The seal shall benfa resin mixture compatible with the QPP. 6. Service and Pipe Connections: After the liner has been cured in place, the Contractor shall reconnect any existing active service or pipe connections. The Contractor shall be responsible to confirm the active pipes and laterals prior to reconnection. This shall be done without exnoVoUnn from the interior ofthe pipeline by means ofa television camera and a cutting device that re-establishes the service connections to not less than 95 percent capacity. |f after reconnection the lateral connection continues toactively leak, the Contractor shall inform the Engineer. |y directed by the Engineer, the Contractor shall perform a point repair on the lateral connection. Such repair shall be approved ina Change Order prior hm the commencement of the work. H. Tentin0and Post QPPLininQ Sewer Inspection The watertightness of the CIPP shall be gauged while curing and under a positive head. Any leaks shall hm repaired and retested b> the satisfaction of the Engineer or Owner. The finished liner shall be continuous over the entire length of the installation and conform to the walls of the host pipe. As part of the testing requirement, upon nonnp|ot|mn of the installation and |o\*na| reconnection, a visual inspection of the expanded in place pipe shall be performed vie a CCTV camera. The purpose of this televising work is to review the completed Work. The Contractor shall provide a thorough review of the pipe and connections with a pan and tilt camera. Each lateral connection shall be examined with e pan and tilt camera, A copy of the post-lining internal sewer video shall be provided to the Owner. |. Restoration Upon acceptance of the installation Work and testing the Contractor shall restore the project areaeffeo1edbyhisopenaUnns. The Contractor shall restore orreplace all removed or damaged peV|ng, curbing. sidewalks, Qu#ors, or other disturbed surfaces or structures to o condition equal to that before the work began, to the satisfaction of the Owner orEngineer. The Contractor shall remove surplus pipe, tools and temporary structures. All dirt, rubbish and pipe material from the operation shall be legally disposed ofby the Contractor. DS'24'8 REVISED 8Y'ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. ExH|e|T)^' Page sooruue J. Patents The Contractor shall warrant and save harmless the Owner and their Engineer against all claims for patent infringement and any loss thereof. END OF SECTION DS-24-9 REVISED BY ADDENDUM NO. 2 ©2022 Commonwealth Engineers, Inc. EXHIBIT'A' Page 57 of 229 EXHIBIT'A' Page 58 of 229 SECTION 25 SEWER CLEANING AND CCTV INSPECTIONS 1. GENERAL A. Scope ofWork 1 Under this Item, the Contractor is required to furnish all nlah8ho|s. |ab0r, equipment, power, etc to implement sewer cleaning and closed-circuit television (CCTV) inspections. The Contractor shall pemzmn cleaning to a nnininnunn of90Y6 of the pipe's carrying capacity before performing a CCTV inspection. 2. The Contractor shall include the cost of all materials, equipment, labor, hanoporta1|on, ton|s, waher, fud, povver, devvat*ring, excavation, disposal, and all other Work necessary to perform the o|eanin8, televising and recording procedures. 3. It is anticipated that all sewers will require moderate c|ean|ng, including removal of occasional roots and debris through mechanical or hydraulically driven cutters. Moderate cleaning shall be defined as up to three /3\ posses through the sanitary sewer with the jetting equipment. 4. The Contractor shall provide all materials, |abor, and equipment to remove taps protruding into the sanitary sewer and prohibiting the installation of C|PP. Cutting equipment shall be specifically designed to remove protruding taps from within the mainline sewer with minimal damage to the sewer main. B. Measurement and Payment 1. Work in this section shall be paid for based on the "Linear Font" or "Per Eaoh" price for the appropriate Bid Schedule Item. 2. The actual number of lineal feet measured along the centerline of the pipe from center to center ofmanholes, will be measured for payment under the respective |1enno. Except as otherwise stated heroin, no deductions in length will be made for manholes or fittings or drops. 3. The number of protruding taps which must be removed prior to C|PP installation shall be paid on a "Per Each" basis for each protruding tap removed. Pay items assumes that protruding taps are corrected using non- invasive methods from within the mainline novVer with equipment specifically designed to nut debris and protruding taps from sanitary sewer mains. Should more extensive work be required(o correct e protruding tap, including excavating down to the sewer to fix the lateral oonneotiVn, onoto shall be paid from the point repair a||ovvonoe defined in Detailed Specification Section 10 ''Oevvcr Rehab with C|PP^ Contractor shall make every effort to correct protruding taps from within the mainline sewer using non-invasive methods. DS'25'1 REVISED BY ADDENDUM NO. 2 @2022 Commonwealth Engineers. Inc. ExH|e|T)^' Page seoruue 4. Bid Schedule Items Item No. Description Unit ofPoymord 25 -01 Pre QPP Lining LF Cleaning & CCTV O" [}ia. Sanitary Gnvvor 25 ' 02 Post C|PPLining LF Cleaning & CCTV D^ Di8. Sanitary Sewer 25 'O3 Pre C|PP Lining LF Cleaning & CCTV 10" 0o. Sanitary Sewer (Undistributed) 35 '04 PnstC|PP Lining LF Cleaning & CCTV 10" Dia. Sanitary Sewer (Undistributed) 25 ' O5 Pro C|PP Lining LF Cleaning & CCTV 12" Die. Sanitary Sewer /Undisthbuted> 25 -OO PnstQPP Lining LF Cleaning & CCTV 12^ Oia Sanitary Sewer (Undisthbuted) 25 '07 Protruding Tap Removal EA C. Submittals Contractor shall provide CCTV inspections to Owner including a summary identifying any potential concerns/challenges to complete the Work in accordance with the Contract Documents. CCTV inspections shall be reviewed by the C|PP manufacturer / installer to identify any areas requiring point repairs prior to installation of C|PP. Submitted summary shall specifically identify these recommended point repair areas, along with recommended point repair areas, along with naoonnmmndmd solutions to remedy issues and associated costs for Owner/ Engineer consideration. Contractor shall provide post C|PP installation CCTV inspections to Owner to document finished C|PP installation is continuous over the entire length of an inversion run and is free, an commercially praoUnab|o, from visual defects such as foreign inc|uoions, dry spots, pinholes and de|anoinatinn. Post C|PP installation CCV shall also document that all live lateral connections have been re-established to the specified capacity. 2. PRODUCTS A. Sewer C|eaninq Equipment High-Velocity Jet (Hydroo|eening) Equipment: All high velocity smvvor cleaning equipment shall be constructed for ease and safety ofoperation, The equipment shall have a selection of two (2) or more nozzles. The nozzles shall be capable of producing a scouring action from 15to45degrees in all size lines designated to be cleaned. The equipment will have a minimum working pressure of2.00O P8| Q0'25'2 REVISED /]Y'ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. ExH|e|T)^' Page 000ruue at o 60 GPM rate. Equipment shall also include m high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable nf producing flows from o fine spray to asV|id stnaonn. The equipment shall carry nnnnino| 800' goUonminimunnvvetertank, auxi|ieryonginon, punnpn' andannininnumofU5Ofeet of high-pressure hose ono hose reel. Cutting equipment shall provide for optimum viewing as operator performs cutting of rootn, dnbrin, or protruding Cops. Cutting equipment shall be designed to minimize possible damage to novVer mein. B. CCTV Equipment 1. The Contractor shall provide the necessary equipment to perform closed- circuit television inspection of the designated sewer pipes. The equipment will meet the following specifications. 2. Studio. A studio that contains the controls for the inspection equipment. The studio will be large enough for two (3) people to View a television monitor of the inspection procedure. The studio will be insulated from outside noises that could be inadvertently recorded on the audio channel. 3. Television Monitor. A color television monitor will be available to view live narnen* action and naoonjod playback. The displayed picture must be capable of providing a clear, stable image free of electrical interference. The television monitor will measure at least 15 inches across diagonally. 4. Camera. The o8nno[o used for sewer pipeline inspections will be one that has been specifically made for that purpose. The omnnena will operate in 100 percent humidity, be waterproof and able to vvi1ha1ond long periods of submergence inwastewater. The camera will be able to pan, tilt and rotate 360degnaes. The tilt arc should not be less than 225degrees. Avariab|e intensity control of the camera lights and remote control adjustments for focus and iris shall b* located at the monitoring station. The remote control of focus and iris will range from 1-inch toinfinity. The camera and monitor shall be able to produce a minimum of48O lines of horizontal resolution and 400 lines of vertical resolution and capture images in full color. Contractor shall present a continuous image of not less than ninety /9OY6> percent nf the internal pipe circumference at all times. 5. Lighting. Illumination shall be adjustable and oven around the sewer perimeter without loss of contras[ flare out of picture or shadowing. Lighting and camera quality shall be suitable to oUovv n clear in-focus picture of a minimum often |inco| feet of the entire periphery of the sewer pipe. The lighting for the camera nhoU minimize y|ana. Lighting oensiUV|1V shall be lux orless. 8. Transporters. The camera should be mounted on skids ore tractor suitably sized for the pipe to be televised that will position the nonncna lens above the liquid flow |inn, near the center axis of the pipe. Any motorized transporters should have adjustable speed control. The televising may also be accomplished using nennena equipment mounted on a raft or floating DS-25'3 REVISED BY^4DDE/VDU8VNO. 2 @2022 Commonwealth Engineers, Inc. exH|e|T)^' pageo1 oruue pontoon, if the required pipe condition information cannot boobtained by tracked camera equipment within the maximum allowable flow depths. 7. Cable and Footage Counter. A nnininouno 1.500heo\ of TV cable on the spool reel shall be provided. The TV cable will be supported by an equal length tag line for narnovm| of the equipment from the pipeline. O. Computer System. The computer system nhmU be capable nfrecording, indexing, and processing inspection data; printing CCTV inspection logs; and neconjing, storing, and playing video and images of pipe observations as required for the data documentation requirements of these specifications. 3. EXECUTION A. Safety The Contractor shall adhere to all local, state, and federal health and safety standards. B. Private Property Before any entry onto private property in nnode. the Contractor shall obtain permission from resident or business owner or manager. |f resident nrbusiness ovvner/monogerio not available, then the Contractor shall |oovo o project door hanger requesting resident or business ovvner/nnenagorto call the Contractor to schedule a time for inspection. If the Contractor encounters any difficulty in obtaining resident's or business owner/manager's permission to access the easement in order to perform the inspection, then Contractor shall contact the Owner for assistance. In such cases, the Contractor nhoU provide a minimum of two (2) vvemks notice to the Owner prior to the need to access private property. The Contractor is responsible for scheduling work such that this two (2) week notification period does not interfere with the overall work schedule. C. Tree Removal orPruninq Tree nornoVe| or pruning may be needed for sewer cleaning, CCTV inspections, and C|PP installation based on the Contractor's means and methods. If needed, the Contractor shall remove trees only within the existing right-of-way or easement with written permission from the Owner. Work shall be performed in accordance with the requirements in Section 02 "Earthwork, Clearing, Trees, and Site Dnainage." Costs shall be incidental to the appropriate Bid Item. O. Major Problems and EmerqennySituations The Contractor shall notify the Owner immediately of any major problems or emergency situations encountered in the fioN, including collapsed or severely broken pipe' sewer overflows or significant surcharge, sewer blockages, equipment stuck in pipe that cannot be rennoved, damage to private property, or injury to Contractor personnel or members of the public during Contractor's operations. DS'25-4 REVISED B}'ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. exH|e|T)^' Page ouoruue E. Damage The Contractor will be hokj responsible for any damage that occurs as result of the Contractor's work. Any repair of such damage shall bo approved by the Owner prior to its execution. All costs associated with such repairs are solely the responsibility oythe Contractor. F. SnvvnrC|maning 1. General. Sewer cleaning nheU be performed with hydraulically propelled high velocity jet designed for cleaning sewers. The equipment shall be capable of removing dirt. grease. [oohn, sand' and other nnaharie|n and obstructions from the sewer lines and manholes. Asaminimum, jettingof lines must be performed by pulling the high velocity spray nozzle inthe direction opposite to the force created by the water pressure. 2. The intent of sewer line cleaning is to remove all sludge, dirt, nand. rocks, grease, and other solids or semisolid material from the pipe so that defects are not obscured and to a||ovv the water level to drop no that defects are visible. The pipe interior shall be at |oont 90% clean to m||ovv adequate viewing of the pipe during inspection. |tis recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the Engineer and Owner shall be notified within twenty-four (24) houro, and the Owner shall direct the Contractor on how to proceed with those specific sewer segments. If, in the course of normal cleaning operaUons, damage does result from preexisting and unforeseen conditions such as broken pipe, the Contractor will not be held responsible. 3. Cleaning Precautions. During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. Precautions shall bo taken tn ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. Whenever hydraulically propelled cleaning tools,which depend upon water pressure to provide their cleaning force or any tools which retard the flow of water in the anvver line are used, precautions shall be taken to ensure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole reach involved. 4. Water. The Contractor shall be responsible for obtaining water as necessary. No fire hydrant shall be obstructed in case ofo fire in the area served by the hydrant. 5. Blockage. (f cleaning nfan entire section cannot be successfully performed from one manhole,the equipment shall be set upon the other manhole and cleaning again attempted. The cost nf additional manhole set-ups shall be borne by the Contractor. If, agein, successful cleaning cannot be performed or the equipment fails to traverse the entire manhole section, it QS'26-5 REVISED BY'ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. ExH|e|T)^' Page oaoruue will be assumed that a major NookngeexiatsandUhaEngineerandOvvner shall be notified ns soon aspossible. 0. Protruding Taps. Contractor shall utilize cutting equipment specifically designed to remove protruding taps from within the mainline sewer with minimal dennmg* to the sewer main. Resulting debris ahoU be 'o\Aad from the sewer. 7. Material Removal. It is acceptable to perform the cleaning operation and to eUovv the material to be carried downstream with the wastewater flow. All sludge, did, aand, rockn, grease and other solid nrsenni'sn|id nnoharia| resulting from the cleaning operation shall be removed at the downstream manhole nf the reach being cleaned. Passing material from manhole reach to manhole reach which could cause line stoppages, accumulations ofsand in wet wells, or damage pumping equipment shall not be permitted. All materials shall be removed from the site no |oso often than at the end of each workday. Under NO circumstances will the Contractor he allowed tV accumulate debris, etc., on the site of work beyond the stated time, except in totally enclosed containers acceptable tothe Owner and/or Engineer. G. Sewer Flow Control The Contractor is allowed to provide bypass pumping and flow control, and these costs shall be included in other Bid Items. |f flows are too high for CCTV inspection (greater than 20 percent of the pipe diameter for 1O-innhand smaller pipe, greater than 25 percent for 12- to 24'inoh pipe' and greater than 30 percent for 27'innh and larger pipe), the Contractor shall evaluate if flows are low enough at a different time of day or night to complete the inspection. The Contractor shall notify the Ovvnerinedvano� vvhenp��ornnano� oftheinsp�oUonatnightionequinod If flow � � levels do not drop below the maximum flow depths noted above, the Contractor shall provide alternate means of flow control at no additional cost to the Owner. H. CCTV Inspection � 1. Sequence of CCTV Inspection, After cleaning, the pipe sections shall be � � visually inspected bv means of closed-circuit television. The inspection will be done one manhole-to-manhole pipe section eta time if possible, and � � the flow in the section being inspected will be suitably controlled as � specified. d Each series of runs shall be recorded and stored on e oinO|m external Hard Drive. 2. Direction of CCTV. The direction of camera travel shall be in the direction of flow in the pipe unless access to the upstream manhole io not possible, or the camera cannot pass through the pipe from end-to-end in the direction of flow, in which case a reverse setup will beallowed. 5. Severe Defects. If severe defects such as ooUaVseo, severe offset 'ointo, or severe sags are encountered that preclude the inspection being completed in one direction, the Contractor shall attempt a reverse setup. If the entire segment cannot be inspected. Contractor oheU notify the Engineer and Owner as soon aspossible. OS'25'6 REVISED fJ7 ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. exH|e|T)^' Page o4oruue 4. Buried Manholes. |fa buried manhole is encountered during the course of the CCTV inspection, the Contractor shall attempt to CCTV through the buried manhole or conduct the inspection in the reverse direction if possible. The Contractor shall notify the Engineer and Owner of the buried manhole and / or if the nnonho|m needs to be exposed in order to complete the inspection. 5. Qa,ih/ of Picture. If, during a run, the oennena lens becomes soiled or fogged, the camera should be shut down and the lens cleaned, even ifthis requires removing the camera from the line. |f the camera is removed from the line for lens cleaning or for cleaning the line of fog, the camera shall be returned to the point where acceptable footage was obtained. Footage of the onnnona being pulled out of the line for lens cleaning should not be included in the video. If fog is encountered during run. the Contractor shall stop the camera and ventilate the line to remove the fog. Unclear footage will not bo accepted by the Owner. 0. Camera Travel. The camera shall be moved through the line atamoderate rute, stopping when necessary to permit proper documentation of the sewer's condition. When a defect or other feature is encountered, the pnognann of camera should be slowed and stopped form minimum of 15 seconds or as needed so that the observation can be panned with the oonnmrn, the data rocordod, narration nnedm' and still picture captured if required. |nnn case will the television camera be pulled a10 speed greater than 30 feet per minute. Manual winches, power winches, TV oeb|o, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the sewer conditions ehe|| be used to move the camera through the sewer line. If, during the inspection operation, the television camera will not pass through the entire segment, the Contractor shall set up his equipment snthat the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire segment, the inspection shall be considered complete and no additional inspection work will berequired. The Contractor will only be paid for the linear foot that were televised if a large section of pipe is inaccessible. � 7. Communication. When manually operated winches are used to pull the � television camera through the line, communication shall be set up between the two (2) manholes of the segment being inspected to ensure good communications between members of the crew. � � 8. Distance Measurement. The "zero" point of the inspection nhmU be the centerline of the manhole vVhona the oannmna is inserted. The footage counter shall be set accordingly byadding the footage from the centerline of the manhole to the edge of the manhole plus the camera length (or the oannnna length plus the nanoona focal length). The importance of accurate distance measurement is emphasized. During any inspection procedure, � the television cable shall only be removed from the nse| by motorized system. Atno time during the inspection ia cable tobe removed manually, [}S'25'7 REVISED 8Y"A1JQEADU&YNO. 2 @2022 Commonwealth Engineers, Inc. exH|e|T)^' Page osoruue by hand. The television cable between the counter and the camera shall be taught ot all times. 9. Cable Footage Counter Accuracy Checks. All cable footage count; shall be in English units and acounoha to 0.5 percent = 1/2 foot per 100 feet. The cable footage counter shall be tested for 000unecy weekly, with the following procedure. Four hundred feet (40O feet) of cable shall bmpulled off the reel and then checked with a tape measure. |f the accuracy isbelow the k/|ermnco. then the counter may be adjusted. The test procedure will be repeated to evaluate the adjustments. No more than three (3) adjustments may be made (o the counter, after which the counter shall be replaced. 10. Observation. The Contractor shall allow for observation by the Owner and / nr Engineer, during CCTV inspection work for purposes of verifying that all required CCTV inspection procedures are being fnUovvod and CCTV inspection observations are being properly coded. The Contractor shall provide comfortable viewing access to the video monitor during the video inspection recording to mUovv Ovvnor. Engineer. or Representative to compile a log of the inspection. The Owner, Engineer. or Representative may make both scheduled and unannounced visits to CCTV inspection operations while work is in progress. Notwithstanding any such observations of the CCTV inspection work by Dvvnmr. Engineer, or Representative, the Contractor shall be responsible for the quality of video and documented observations. |. Documentation 1. CCTV Inspection Logs. Printed location records nhmU be kept by the Contractor for each inspected pipe segment. The logs nhmU indicate, at a minimum, the pipe |oca1ion, including the street name, starting and ending manholes, dote and time of inspection, direction of inspention, pipe diameter, material, and joint length, and final inspected length. The logs will clearly show the distance from the centerline of the starting manhole of each observation and other points of significance such as locations of building sewers or other connections, broken or cracked pipe, separated or offset 'ointn, vertical noism|iQnnnmnt /sags\, presence of roots, scale, � norrnsion, grease, sediment, dobris, or infi|tnaUon, and other discernible features or unusual oonditions, using standard NA8SCO codes. � Comments shall be noted to document atypical conditions not otherwise � described by the observation codes. A copy of each CCTV inspection log � will be supplied to the {}vvnor in hard copy and PDFfonnot on an external Hard Drive. 2. Digital Photographs. 0O|ta| format JPEG on an external Hard Drive, photographs of all prob|enon, novoro defects or atypical observations shall be taken by the Contractor. 3. Digital CCTV Inspection Recording. The purpose of digital CCTV � inspection recording shall be to supply a visual and audio record of the sewer condition. Format is K4P4 (or other format approved by Owner) with | | DS'25-8 REVISED f3Y"ADDENDUM NO. 2 @2022 Commonwealth Engineers, Inc. Exme|Tv, Page 000ruue minimum 720 )( 48O naso|ubVn. 50 frames per second, and nnininnunn 1.5 K4bihs per second data rate. Other resolution, frame and data rates are acceptable an long on similar or better innogc quality and acceptable file size are obtained. Each individual pipe negnnon( must be included in a single file, except if a reverse net up is required due to on obutnunUon, in which case the reverse inspection shall be contained ina separate file. The following information must be provided as screen text on the video recording: * Upstream and downstream node numbers * Direction of camera travel * Purpose ofCCTV * Location * Date and time ofday ° Job number and/or project nanne ^ CCTV company * Operator's name The text should be clearly displayed on o contrasting background (e.g., white text on dark background or black text on white background). This text should be displayed for approximately fifteen /15> seconds or for the duration of the start-up norration, whichever is longer. If an inspection is being performed on consecutive pipe segments with the same setup, this information must be provided at the start of each pipe segment. Note: If the CCTV software being used can only display the^fronn^and "to" manhole � numbers rather than upstream and dovvnstnomnn numbers (on in the case of reverse inspection), then the upstream and downstream manhole � numbers should be o|eody stated in the startup video narration, During CCTV, the running screen must include the following information. The display of this information must inno way obscure the central focus of the pipe being inspected. * Running footage (distance traveled) ° Upstream and downstream (or 'fronn" and ''to^) node numbers of � inspected pipe segment � The end point of the inspected pipe segment should be indicated with screen text for approximately fifteen /15\ seconds. The ending screen text should indicate: * Ending footage ° Dote and time of day w Upstream and downstream node numbers of inspected pipe segment � The CCTV video recordings should not contain inappropriate |onguoge, idle chatter, background nnise, and discussions between the operator and other crew members. Avoioe narration nnun< be included in the video � DS-25-9 � REVISED f3y ADDENDUM NO. 3 @2022 Commonwealth Engineers, Inc. exmerrv, recording. All video narration must be live by the CCTV operator. Digital voice narration is only allowed if specifically approved by the Owner. This narration must include the following information at the beginning of each pipe segment: w Upstream and downstream node numbers * Direction of camera travel * Purpose ofinspection ° Location ° Date * Job number (if app|ioab|m) and/or project name * Pipe size ° Pipe material * CCTV company * Operator's name All observations along the length Vf the pipe must also be narrated, with a description of the observation and clock position, if applicable. At the conclusion of the inspection of pipe segnoent, the operator should state the final CCTV footage and indicate that the CCTV inspection of the pipe segment is oornp|mha. If the inspection had to be abandoned before reaching the ending nnanhO|m. then e statement to this effect should be made as part of the ending narration with a reason given an to why the inspection could not becompleted. The audio and video shall be free of electrical interference and excessive background noise. Digital video recording playback shall be at the emrne speed that it was recorded. The Contractor shall have all digital video and necessary playback equipment readily accessible for review by the Engineer and Owner during the project, after which time the digital video shall bm given typed labels and presented to the Owner. All digital media, submitted to the Owner, shall remain property of the Owner. The Contractor may, at the discretion of the Ovvner, retain a copy. Should any portion of the inspection media (or other format) be of inadequate quality or coverage, as determined by the Owner, the Contractor will re-inspect the unacceptable portion atno additional expense to the Owner. The external Hard Drive shall contain a Word file that details Owner's name; project namoandcontnac1 (ifopp|inab|e); Contnoctornenne' addnass and phone number; date of inspection; and sewer segment byupstream and downstream manhole numbers (followed by^Rev'' ifa reverse sot'up). All |abo|n shall be generated in an electronic format and provided on the external Hard Drive io correspond with the files contained within. ENO OF SECTION DS-25-1O REVISED f3Y"ADDENDUM NO. 2 KD2022 Commonwealth Engineers, Inc. Exme|Tv, Page 000ruue EXHIBIT'A' Page 69 of 229 AGREEMENT BETWEEN OWNER AND CONTRACTOR���� K-��N����UU��A��h� K~���dl����� ���U�kU������ ��UK-�� FOR .~.~.~~. . ..`~`~. .~..~ ,~.~.. . ....,~. (STIPULATED PRICE) This Agreement is by and between City of Richmond Sanitary District("Owner")and ("Contractor"). Terms used in this Agreement have the meanings stated in the General Conditions and the Supplementary Conditions. Owner and Contractor hereby agree asfollows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents.The Work is generally described asfollows: The project includes but is not limited to the construction of the new 9.25 MGD Short Creek Lift Station with new electrical building and generator pad.The project also includes the demolition of the existing Short Creek Lift Station, construction of new piping and supporting structures, mechanical work, electrical work, instrumentation and control work, site civil work, and other miscellaneous work as shown on Drawings and specified within the Contract Documents. Additionally, approximately 2,000'LF of cured in place pipe (QPP) rehabilitation work is included in the project. ARTICLE 2--THEPROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: Short Creek Lift Station Improvements Project ARTICLE 3—ENGINEER 3.01 The Owner has retained Commonwealth Engineers, Inc. ("Engineer") to act as Owner's representative, assume all'duties and responsibilities of Engineer, and have the rights and authority assigned to Engineer in the Contract. 3.02 The part of the Project that pertains to the Work has been designed by Commonwealth Engineers, Inc. ARTICLE 4-0NTRACTTIMES 4.01 Time is of the Essence A. All time limits for Milestones, i/any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract, 4.02 Contract Times: Days A. The Work will be substantially complete within [*] days after the date when the Contract Times commence to run as provided in Paragraph4,O1 of the General Conditions, and This document is a MODIFIED version v,sJcoc1c'sz0,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). CopyrightO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society nf Civil Engineers v,is based In part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions vf the text that originated in copyrighted ococ documents remain subject tv the copyright. Modified tv include 8o edits from nus Bulletin z7Vo'zo(o/zo/zVzo). cz ExH|e|T)^' Page rooruue completed and ready for final payment in accordance with Paragraph 1S.U6ofthe General Conditions within [*] days after the date when the Contract Times commence to run. * Substantially complete and provide all items into operation(service)within 545 consecutive calendar days from the date in the Notice to Proceed and fully complete and provide all items into operation (service) m/ithin30 consecutive calendar days from the date of substantial completion. 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Pamgraph4.O1 above and that Owner will suffer financial and other losses if the Work is not completed and Milestones not achieved within the Contract Times, as duly modified. The pa/ties also recognize the delays, expense, and difficulties involved in proving, in legal o/ arbitration proceeding, the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not asapena|ty): l. Substantial Completion:Contractor shall pay Owner$1,000.00 for each day that expires after the time(as duly adjusted pursuant to the Contract)specified above for Substantial Completion, until the Work is substantially complete. Z. Completion of Remaining Work: After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Times (as duly adjusted pursuant to the Contract)for completion and readiness for final payment, Contractor shall pay Owner$1,000.00 for each day that expires after such time until the Work is completed and ready for final payment. 3. Liquidated damages for failing to timely attain Milestones, Substantial Completion, and fina| comp|etinnare**tadditive, andvvi||+*atbeimposedconcurrent|y. B. Deleted C. Deleted ARTICLE S--CONTRACTPRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents, the amounts that follow, subject to adjustment under the Contract: A. For all Work other than Unit Price Work, a lump sum of$ All specific cash allowances are included in the above price in accordance with Paragraph 13.O2of the General Conditions. B. For all Unit Price Work, an amount equal to the sum of the extended prices (established for each separately identified item of Unit Price Work by multiplying the unit price times the actual quantity of that item). Unit Price Work Item Description Unit Estimated UnitExtended No. Quantity Price Price This document ua MODIFIED version ofococ°ssz4 Agreement between owne,vndcvntrvcm,m,constmctivncvntrac (Stipulated Price), Copyrightm 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents,All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject tv the copyright. Modified tp include no edits from xos Bulletin z7uozs(o/z6/2oaq. C-a Exme|Tv, pager1 oruue SEE ATTACHED BID SCHEDULE Total of all Extended Prices for Unit Price Work(subject to final adjustment $ based on actual quantities) The extended prices for Unit Price Work set forth as of the Effective Date of the Contract are based on estimated quantities. As provided in Paragraph 13.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer. C. Total of Lump Sum Amount and Unit Price Work(subject to final Unit Price adjustment)$ D. For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit. ARTICLE 6—PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments;Retainage A. Owner shall make progress payments on the basis of Contractor's Applications for Payment on or about the [*] day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract.All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed)or, in the event there is no Schedule of Values, as provided elsewhere in the Contract. *As funds become available 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract. a. 95 percent of the value of the Work completed (with the balance being retainage). 1) Deleted b. 95 percent of cost of materials and equipment not incorporated in the Work(with the balance being retainage). B. Upon Substantial Completion of the entire construction to be provided under the construction Contract Documents, Owner shall pay an amount sufficient to increase total payments to Contractor to 100 percent of the Work completed, less such amounts set off by Owner pursuant to Paragraph 15.01.E of the General Conditions, and less 200 percent of This document is a MODIFIED version of EJCDC®C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). copyright©2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified to include RD edits from RUS Bulletin 1780-26(6/16/2020). C-3 EXHIBIT'A' Page 72 of 229 Engineer's estimate of the value of Work to be completed or corrected as shown on the punch list ofitems to be completed or corrected prior tofinal payment. 6.03 Final Payment A. Upon final completion and acceptance of the Work, Owner shall pay the remainder of the Contract Price in accordance with Paragraph 15.06 of the General Conditions. 6.04 Consent o/Surety A. Owner will not make final payment, or return or release retainage at Substantial Completion or any other time, unless Contractor submits written consent of the surety to such payment, return, o/ release. 6.05 Interest A. All amounts not paid when due will bear interest atthe rate of maximum legal rate percent purannum. ARTICLE 7--CONTRACJDOCUMENTS 7.01 Contents A. The Contract Documents consist of all of the following: 1. This Agreement. Z. Bonds: a. Performance bond (together with power ufattorney). b. Payment bond (together with power o(attorney). 3. Standard General Conditions—Part 3. 4. Supplementary Conditions—Part 4. 5. Specifications as listed in the table of contents of the project manual (copy of list ottaoked). including Parts S'11asapplicable. 6. Drawings(not attached but incorporated by reference) consisting of sheets with each sheet bearing the following general title: 7, Addenda (numbers to , indudve). 8. Exhibits to this Agreement(enumerated asfoUoma): a. Contractors Bid (pages to , indusiue). 9. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice tnProceed. b. Work Change Directives. C. Change Orders. d. Field Orders. _ This document isx MODIFIED version vfococ=sszo Agreement between mwne,anucnmracm,uxcvnstmcuoncomrac (Stipulated Price), Copyrightm 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society vf Civil Engineers v,is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject tv the copyright. Modified m include no edits from nus Bulletin 17u*ao(o/zW2nzo}. so Exme|Tv, Page raoruue e. Warranty Bond, ifany. B. The Contract Documents listed in Paragraph 7.01,A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 7. D. The Contract Documents may only be amended, modified, or supplemented as provided in the Contract General Conditions. ARTICLE D--REPRESENTATIONS, CERTIFICATIONS,AND STIPULATIONS 8.01 Contractor's Representations A. In order to induce Owner to enter into this Contract, Contractor makes the following representations: l. Contractor has examined and carefully studied the Contract Documents, including Addenda. 2. Contractor has visited the Site, conducted a thorough visual examination of the Site and adjacent areas, and become familiar with the gene/a[ local, and Site conditions that may affect cost, progress, and performance of the Work. ]. Contractor is familiar with all Laws and Regulations that may affect cost progress, and performance of the Work. 4. Contractor has carefully studied the reports of explorations and tests of subsurface conditions ator adjacent to the Site that have been identified in the Supplementary Conditions, with respect to the Technical Data in such reports and drawings, S. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information � and observations obtained from visits tothe Site; the Contract Documents; and the � Technical Data identified in the Supplementary Conditions orby definition,with respect � � to the effect of such information, observations, and Technical Data on (a) the cost, progress, and performance of the Work; (b) the means, methods, techniques, � sequences, and procedures of construction to be employed by Contractor; and � (c) Contractor's safety precautions and programs. 6. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, � studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. 7. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates tothe Work as indicated in the Contract Documents. 8. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and of � discrepancies between Site conditions and the Contract Documents, and the written resolution thereof by Engineer is acceptable toContractor. This document ba MODIFIED version of EJCDC'C-520,Agreement between Owner and Contractor for Construction Contract � (Stipulated Price). Copyrightm 2018 National Society of Professional Engineers,American Council of Engineering Companies, � and American Society n[Civil Engineers v,i,based|n part vnexcerpts from copyrighted ocnc documents.All rights reserved. � Those portions v[the text that originated in copyrighted sJcoc documents remain subject to the copyright. � Modified m include no edits from nos Bulletin z7m0-ao(*/zo/zozu). ss Exme|Tv, 9. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 10. Contractor's entry into this Contract constitutes on incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 11. The Contractor shall not discriminate on the basis of race,color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may noou|t in the termination of this contract or other legally available renmediam." 12. Contractor hereby acknowledges to and for the benefit of the Owner and the Indiana Finance Authority (the "Authority")that it understands the work,goods and services under this Agreement are being funded with monies made available by the State Revolving Fund Loan Program and such appropriation contains provisions commonly known as "American iron and Steel" (and as such is supplemented from time to time by federal rules and guidance)that requires all of the iron and steel products used in the project be produced in the United States ("American Iron and Steel Requirements")including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the owner and the Authority, and agrees, that (a) the Contractor has reviewed and understands the American Iron and Steel Requirements, (h) all of the iron and steel products used in the project as provided by the Contractor under this Agreement will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirements and (c)the Contractor will provide any further certification or assurance of compliance with this paragraph as may be requested by the Owner or the Authority. Notwithstanding any other provision of this Agreement any failure to comply with this paragraph by the Contractor shall permit the Owner and the Authority to recover as damages against the Contractor (and the Contractor shall indemnify and hold the owner and the Authority harmless against) any loss, expense nr cost (including without limitation attorney's fees)incurred by the Owner or the Authority resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the Authority or any damages owed to the Authority by the Owner). While the Contractor has no direct contractual privity with the Authority, as a lender to the Owner for the funding of its project,the Owner and the Contractor agree that the Authority is third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect)shall be amended or waived without the prior written consent of the Authority. ll Required Contract Provision due to SRF funding as found in Part 11B of the Contract � Documents and Specifications: � � a. Attachment 8 — Required Contract Provisions Related to Davis-Bacon Act and Related Acts. � This document|,a MODIFIED version ofEJcmc1esm0,Agreement between Owner and Contractor for Construction Contract (Stipulated Price), copyhnht�anzn National Society vf Professional Emgineeo,mne,icancvund|ofcnoineerinmcompanies, and American Society'f Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified m include noedits from nVa Bulletin 17m»26(o/1*/ oom. ss Exme|Tv, Page rsoruue b. Attachment [ — Required Contract Provisions Related to Wage-Fringe Benefit Certification. c. Attachment E — Required Contract Provision Related to Suspension and Debarment. d. Attachment J — Required Certification from Contractor Related to American |nmn &Stee|. 8.02 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this ParaOraph8.O2: 1. "corrupt practice"means the offering,giving, receiving,or soliciting of anything of value likely to influence the action of public official in the bidding process or in the Contract execution; Z. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. "coercive pracdce" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 8.03 Standard General Conditions A. Owner stipulates that if the General Conditions that are made a part of this Contract are E][D[m [ 7U0, StandardGenera| [onditionsfortheConstructionContract (ZOI8), pub|ished by the Engineers Joint Contract Documents Committee, and if Owner is the party that has furnished said General Conditions, then Owner has plainly shown all modifications tnthe standard wording of such published document tothe Contractor, through a process such as high||ghtinQor ''tmckchan8es'' (red|ine/st/ikeout), orintheSupp|ementary[unditions. This document i,a MODIFIED version vf EJCDC1 C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). CopyrighVm 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted sJcoc documents remain subject tv the copyright. Modified to include xo edits from nus Bulletin z7oo'ao(o/zo/znzn). c'7 ExH|e|T)^' Page rooruue IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on (which is the Effective Date of the Contract). Owner: Contractor: (typed or printed name of organization) (typed or printed name of organization) By: By: (individual's signature) (individual's signature) Date: Date: (date signed) (date signed) Name: Name: (typed or printed) (typed or printed) Title: Title: (typed or printed) (typed or printed) (If Contractor is a corporation,a partnership,or a joint venture,attach evidence of authority to sign.) Attest: Attest: (individual's signature) (individual's signature) Title: Title: (typed or printed) (typed or printed) Address for giving notices: Address for giving notices: Designated Representative: Designated Representative: Name: Name: (typed or printed) (typed or printed) Title: Title: (typed or printed) (typed or printed) Address: Address: Phone: Phone: Email: Email: (If Owner is a corporation,attach evidence of authority to sign.If Owner is a public body,attach evidence of License No.: authority to sign and resolution or other documents (where applicable) authorizing execution of this Agreement.) State: This document is a MODIFIED version of EJCDC®C-520,Agreement between Owner and Contractor for Construction Contract (Stipulated Price). Copyright©2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers or is based in part on excerpts from copyrighted EJCDC documents.All rights reserved. Those portions of the text that originated in copyrighted EJCDC documents remain subject to the copyright. Modified to include RD edits from RUS Bulletin 1780-26(6/16/2020). C-8 EXHIBIT'A' Page 77 of 229 -1 0 a =r1.. tt.-ZEtf.-OOR-I a0_ 'Pi jj., tr,_,,r? ...!..."_y_ '.',.5. 2.;. !•a.',..Li: i8 , a1 Is it'J...., SIN3W3A0t1dINI NOIIVIS 1311 11332.10 11101-IS ',..1.4°":121sn) ---- -t t 1 12- Y =7; !e,- -14,9;1, AiNnoo 3NAVM .--,D''''1',IZSI j<, 'b ...) 0 --- ,dai ,!;4',i.----14:::, ' VNVICINI'ONOWHOM AO A110 —7-3,2,,,J,;,,nrao)_.;,,...17,T. ,,,,,,,,,,,..7,7,F, , .0iiTii9moivg. ,,„, ,,,,!,,,,,, t.,/,) Hi/V3MNONWOO 4f, j 'f,k,,,,104,,l'A.,,7.,,";;;,,,,,5, ',, ,e,!;t...t,,,(,,,,ii lk1' ',,,,;'`ri'.,, cc „, .. s,,,fi,',,,,';,,!',' Ai. ',,"'i '' ,;,,', 1,'lAyer',1,,L,,r'''',. ..,'..' .J.,,,gfi,/g,',,4 -,'1., u 1 „.2 S'r ''r''V.,':•A;:gYe,,,V,, ,-;,,i,"'''':..1' ' ''';','4,.,4,,V kl t-f!1*---,........S IV, V2 PI t. re' 1.1 ,, i'7 ..1::."ij,v,4' ' 4 / 1.•' '' i' '',te't o ''''''''''''''', .1 .:0,.''';' v, i-,a ;;:',,..w. .:?,' ,J',,;;`,1',,:,/,"'''''' .) ,„,,,,,., f,,,,./„,",.,f,,7„ ,,, g,,-,,,,,,,,,,, w .1. 'N'''.'"i'-'''';-'''"• g •'''•''••-;, f;,,'••'0''' C 1.gg',1gA,7-', 440,91 'g ",:•,•:/g.%44.,:i,''!' ••,1,,,,f,• ,,,,',.',4g4''''''-('''f,',',g 1:''-' ','',,,,,,•„•,-,/,,,,:1,,,,,,,,„' ..r. '''',,t,,•1:•:;''g,''Ag ' '"ig''!/'. l'f.4'';'I'z',• r.fgr 1,rtfr,„ 'i ',/g?'"'• ,,,7,,,•,,,,,,,,I,,,,f,,,„*,,,,g.1,„,!:/,,,.:4,',•,;'4;,f',.; t t...'.'h.:it,;'"''''ll' 0;' ', 1-,k,i.1i,::-;„.,. 'f'';',LI' ''' , ,,:::'...ni %,,, 0„it',,,1,t,.t',':rit,„6,-';,;.-:,, ,,, ,, „,,,,,,,,,,,,,,,,,k,„„,,,,,,, ,,,,,,-,,A-..':,',-,..' 'y(1/401/4Vcr';:://',47; '1,, i.-4;1.,';','•X W/',:,i;i W ' ' -,-,,q,',;e, '';Age'tit'',t.,:t3, t,"• ,2;trtteNt ",k,'„,1 „Vet ek tk,,'',,tft,,,2t, •1ittco,%141 ,,,,,,,,i,.1'kt!-,,,,F , 2 A 4,1,, F,ce 4 ,,,, ,r,,,,,,,,,,,,,wrotimerfg. , 'T,..;;;;,# '' -g „gg, , •'' ,. '',;, '.:',,:g?. ' ,174,..i.0p.11,,,,,v,4,,,get':','„ F.,;,L,,,,,,t, 4 %%,,,,„ § RAT,gilthOggplmi. '114011112goglayknol 4'' t kt ,e7;0;,,',.Intliko•^ ilit!,d141101,1011,c rx.,,i,„,„,,,!, lir11111111110:44,111.110010.tk'ketgetieett,'",4,e,,,, 11101111111111,,, . ....'' ,r,,,;" :. r2tt!ttitiltt'Ait,t]tett"4..,,,,;:s.1',f#e„., '.0),„',/ ''''''''• ',•-••'I,,''''.''f';', ,,,-;•:' ' ,..g,„,, , .g :,,g4r,4,-•'•, 0*,e4 tr•'''•14,rik i,$03,..p ;(1*,,N te'ikteriP',,e'6 ,';,. ,.f, (3) .000000 ,ett,,.'ekett, ,,'i;i.i..(5,,,,.• I ; .; ,tWttf,t,t" I— "5 ttketke ett tt? 'tt't ,' td,Ittee,',,t,41,,i',..kekt/Ltit tT ....,g,-,',..,„g`' :;;,,,,„,.0. w,'',7A,7'figH, ' ,z,',,<,7A. ''," '' ' ' it ''',)t",''',A;(, !";rft'ti''"' 1 'itt‘t-''''',t,„ I IA ,',g. „•'' o ., ,,,, : 17,•!,,y;0.10,-,v;ir ' ,-,f,g, ,. ?, ..g'; !4,,,,,„,„ W co ,,•,' „ „, „ z 1 ''',',,,,,,,'' , ,i CL "''',, ''"'"t?- ti," t" P"'"", , ' ''''' ' '''' -2•• f, '''',' " '',/,', /17', , Z, "• '%': '''% ' ''E , ,Iffi': I ''''t.t rti]"',,., .',4 g ."-g•,':g,2 :' • ''''' ' '''''''' ',•',„I; ,1'; ,',.'","14;',•;,;', ,',--1'ig':4',5`"A.0• F.',. ;.',,,,,,:, lgg,,,,,,,,,,I,,,,g. , ','f ,g, .., „ ' ,,,,, g•,.g,„, . IL ;,.1 , „ „ „,,,), . ,. ,.,,,,,,.,,,,,,t,l',, ,v •,..-7.,..,7,;,,, . , ',;:„f•,';'!i,, ,,,,*w44,,,,,,,,-,,,o,„,' , ggf,g,9,440,..; ..,•-').:gg, ,';,,, ,f;.5w,11,,„ . ,,g ,,g,-•,, .g,',' ',° r''• g . -,, ,•,'',,g!.,,,„. ,,....,%?•„"4',A1..:://4 ,,,J-' ,,, ,,, , ,,, ,,,i,••,,,,,,,,,!, ',,' gg, ggg,';c,i •1,i,, ,,,,.1,,,. :,,,' •'•. ''' '2••• '''...'"3,'' ', e •,',7!,',$:,i,i(g,,,., Ire.';,,..,. .,:.g z 0,.i "',„;,-,,,,,,,,g,,iv,,,,,,,,',;,,et,',,, ,A, 1141:tz../,',41.'•'A/i.i''''''. ''''''.''1,71 4/''''l f12'• 00 ..'...,.; . . , ,' . .',)',,,.t'.18e 5 ,,,,,, , ,' , -'' it 2 ,,,,(,,,/k,o,',,,,,,,,•,,,,, ,)::,,,,,''z 14-' Y',,,,,,,,i';',':f,"!,,,''''',,,',1',',,,;;',1':„,'''''',',„',..,0,1,•,',!,,,;',',,',''',1,',,,,,,A.:,',' ,1',,,,;',',, ,, „„.„,, , ,,,,,:, ,,,,,„„,,„,„„,;„...„7„......„.L.:,!.,„i.,,:,,,,„,,, ,, 'FI,;',;'',, '0,',..1 g'' „'i';';',:";.:,',fki,3'''''',:'''.4'''C,7,:','. 'f',t,,,,,,,.,.:'',','1',,(?..'-;•.,",,',"' ' ' ,,,,,14,,,z:,13 4.."' ,,,''y'.., i',,i,g, .';.''',:'•4'!");„'.';jg'r.':,;',•'4/15,"'";84,;P:';',,'!'";!;';'.;;;;;4"''',',""',';,/;'''',,;;;;"'' ' ;;, 4,' , 400. ,,•:„,,,,, , ,,, , .e4e., ,,, t,„ ,",tt''',,,, -,4 t2,, j''','' ',',3'''''Igiglig'•.;q24 ',.4;,hii'4,,' ''''.-. ',.'.:,'', ":!'''',,i;,';,14'f'AVi-<;:i':-V-, .. ,,,, „....11,t1ti t:'.4,,,' 0 ,41. ?t;;;;;/ ,,,„,,„ ,A.,,,,, ,„ ,,,,,, ',Itt !if,„,.eat.t,,,,,,,ot5,,t,t,tteLr,„,,,,,,,,: ,itt,. ,,,t, „t, .2!,t,y. t. ' -.1,-,t,' ..''''L ett' t'''tti!,; A te''' .tt. t,ttttt,;tt,, ;',.1;t4t.tt.'tt;;;; t,';', 'tet1t,t?: k.t , , ' 9., ,, „i',;•.,,'5.-- t'./,'et,„'ett, tv rii nip, 4.,ittki3O;:, , l, „f, ,,,41,,,:ttriftt,f,, ,,,) ,,ttt,,t,.,„t ,tH.,,,,,,,,,,,,rtt;t::,;,,t.t.:,,,,,t„,,,, .,tt ,ttit.t,, 7..,tti..17A1,,,:t7 ii,,,..i4,.., i,.,i, .i:i i ritt , ,,,'t it, ‘,,,„ 4st , „,,,• f,it„ .)/1.,,t, ,,tittii,14,,,,A,.tt,"k te ttte"'ttttz.„.tt.. ,-,,,,. , te, ,, , , „. '2.:'k '.?2,,,,4,„,,1;, i--",,,, ttet,;V ,,.,,,ttt,,,2 ,,t ej,,,,t,P:Alnk .''d'k,.;.,...,..,:,, ''.4 ,'' ' 1',''''•i'' ',. ,', ?,,r' ',,,, e,,,,,, ,,, , '...q , ','i'r'7;,;„'''''i,., z :::'. ' .„' "'42,',,,,,,,,,: ,r,,t,,' ,-, .'7, 1-g'••-•#*. tt,',,*' ,'''''' "';'''"g''''' ••':`''' f, 1,,,—,,,' •:',:•..,-,,,, L y g g, A. , .„AP.' I il: 71.:i 1 ,,.;"1,7",,Lkr,"„:144'",..,,, , ;iNoIl . , .czot/cy,0000 MI cr we vt raq././i 7,6 PA E INTENT! NALLY LEFT BLANK EXHIBIT'A' Page 79 of 229 DRUG TESTING OF EMPLOYEES OF PUBLIC WORKS CONTRACTORS Pursuant to Indiana Code 4-13-18,the Contractor hereby certifies that the Employee Drug Testing Plan provided is in accordance with IC 4-13-18, or provides evidence of being subject to a collective bargaining agreement as required in IC 4-13-18. Written Signatu :„,.. Printed Name: c„, ( xt 71/) Title: RA, i 41, el STATE OF IA - SS: r ) COUNTY OF „k Subscribed and sworn to before me this day of c.--- irtiJa , 20 My commission expires: 0 'I W r (Signed _ 1 Residing in (Aj',L4I'ViA/1-, County Printed Name: v\,,,,fW1,1 17L% ()Aro State of ,ottimmeho .fOLE), ,,,,,‘.4.(c9,....• ), o/o,„ 44% Attach Employee Drug Testing Plan E r) ",:. , 7.:.4 *rt. — .7"... ". , ' % 0 C:z 1, V:4414"A:if,"1:.•11. :IA' $ 1, 144 4,.,0 0",..., X1/4 .i. ''...,;., $4,4) ‘A' h,..JUNE '',,,4;i2P401-11Ci)00%0 P-13 EXHIBIT'A' Page 80 of 229 DRUG-FREE WORKPLACE POLICY I. STATEMENT OF POLICY Sunesis Construction (the "Company"), which for this policy includes Sunesis Transportation, believes that it is very important to provide a safe workplace for all of its employees. The Company is taking steps to address the problem of substance use that negatively affects every workplace, including ours. Our Company is concerned with the health and well being of all of its employees. Behaviors related to substance use can endanger all employees, not just substance users. We can't condone and won't tolerate behaviors on the part of employees that relate to substance use, such as: 1. Use of illegal drugs; 2. Misuse of alcohol; 3. Sale, purchase,transfer, trafficking, use or possession of any illegal drugs; 4. Arrival or return to work under the influence of any drug (legal or illegal) or alcohol to the extent that job performance is affected. Management is fully committed to our Drug-Free Workplace Policy that establishes clear guidelines for acceptable and unacceptable employee behavior for everyone in the workplace. We will not tolerate substance use in violation of this Policy and intend to hold everyone reasonably responsible for supporting the Policy. This document (Policy) describes Sun.esis Construction's Drug-Free Workplace Program, and every employee is expected to read and understand it. The Policy applies to every employee including management. The consequences stated in this Drug-Free Policy will apply to anyone who violates the Policy. Also any contractors or subcontractors used by the Company must have State of Ohio approved Drug-Free Workplace Programs in place. The Company holds all employees accountable in terms of substance use but also supports getting help for employees. Employees who come forward voluntarily to identify that they have a substance problem will receive Company support and assistance. However, if an employee has a substance problem and does not come forward, and the employee then tests positive for drug or alcohol use in violation of this Policy, the Company reserves the right to terminate employment for violation of this work rule. Employees whose jobs are subject to any special law or regulation may face additional requirements in terms of substance use. Other consequences that apply to all employees who violate this Policy are spelled out within this document. This program will go into effect July 1, 2003 with the announcement of our Drug-Free Workplace Program and this new Policy that describes our program. Our Policy covers five key parts. The five parts are: • A written policy that clearly spells out the program rules and how everyone benefits. • Annual substance awareness education for all employees. • Training for supervisors regarding their responsibilities • Drug and alcohol testing, the most effective way to change harmful behaviors related to substance use. • Employee assistance. Employees will have the opportunity to receive information about how substance use is a problem affecting the workplace. You will learn the signs and symptoms, dangers of use, and how and where to get hell? for yourselves and your families. Sunesis Construction's Director of Human Resources will be our Drug-Free Workplace Coordinator so everyone knows who to go to for information or help. He/She will be responsible for arranging drug and alcohol testing, as needed, and will have a list of places that employees can turn to for help for themselves and/or their families. He/She will also arrange to get knowledgeable presenters to educate our employees about substance use. EXHIBIT'A' Page 81 of 229 Protections for Employees This program is designed to protect employees from the behaviors of substance users. Some of the protections built into the program are: • Employee records like testing results and referrals for help will be kept confidential. Information will be on a need-to-know basis. Any violation of confidentiality rights is subject to disciplinary action up to and including termination of employment. • We're committed to employees who have a substance problem getting help. Each situation will be reviewed individually. Employee assistance is available for employees and their families. A list of resources is available through our Drug-Free Coordinator, is included in awareness meeting materials and is posted in then Driver's break room and the Mechanics Break Room. We want you to come forward if you have a substance problem and not wait. If you test positive, you're risking losing your job. We don't want this to happen. • All supervisors will be trained in their duties related to testing before this program begins. • All employees will receive awareness education every year to help identify problems and learn where employees can go for help. • Collection of urine specimens and breath testing will be done at a local clinic. Urine drug test specimens will be analyzed by a laboratory certified by the federal government. These labs use the highest level of care in ensuring that results are accurate, and the process that's used is 100% accurate in detecting that the substances that the Company is concerned about are present in the employee in sufficient quantity to lead to behaviors that niay hurt.the person or other employees. The lab will work closely with our local clinic to ensure fairness and accuracy of every test, and we will also have a Medical Review Officer (called an MRO), a trained physician responsible for checking whether there's a valid reason for the presence of the substance in the employee's system. The MR0 is an expert in drugs and alcohol. When the MRO receives positive test results, the MRO will contact the employee and any appropriate health care provider to determine whether there is a valid reason for the presence of the drug in the person's system. • The testing program consists of an initial screening test. If the initial results are positive, then a second test is used. Cut-off levels for each drug and for alcohol are established for what will be considered a positive test. These levels show that the employee didn't just have a little of the substance in his or her system, but enough to affect workplace safety and the ability to do the job. These cut-off levels come from federal guidelines and are fair for all employees. Employee Awareness Education: Every employee will attend a session in which this policy is discussed. You will have a chance to ask questions. We'll give everyone a copy of our written Policy, and everyone will be expected to sign that they received it. Later, we'll have a qualified person explain why and how substance use is a workplace problem, the effects, signs/symptoms of use, effects of commonly used drugs in the workplace, and how to get help. There will be a minimum of two hours of substance education annually for all employees. New employees will hear about the program during orientation and will receive substance education as soon as possible thereafter. Supervisor Training: Supervisors will be trained to recognize substance problems that may endanger the employee and others as well as violate this Policy. This training is in addition to the employee education session. Supervisors will be trained about testing responsibilities, how to recognize behaviors that demonstrate an alcohol/drug problem, and how to make referrals for help. Drug and Alcohol Testing: Testing will be used to detect problems, get employees not to use substances in a way that they will violate our Policy and then allow us to take appropriate action to correct the situation. In addition to alcohol, the drugs that we're testing for are: • Amphetamines (speed,uppers) • Cocaine(including crack cocaine) EXHIBIT'A' Page 82 of 229 • Marijuana • Opiates (codeine, heroin, morphine) • Phencyclidine (PCP,"angel dust") Employee Assistance The Company believes in offering assistance to employees with a substance problem. We don't have a rehabilitation program and can't afford to pay for someone to attend a program, but are supportive of employees taking action on their own behalf to address a substance problem. We have a list of local community resources to give to employees who come forward voluntarily to seek help. The list is of places to go for an assessment. and for treatment. When an employee has a substance problem, we'll meet with the employee to discuss the problem and any violation of this Policy. The Company reserves the right to terminate based on a positive test. II. WHEN WILL A TEST OCCUR? Employees will be tested for the presence of drugs in the urine and/or alcohol on the breath under any and/or all of the conditions outlined below: A. Post-Offer, Pre-Employment Medical Examination and Drug Testing As part of the company's employment procedures, all applicants will be required to undergo a post-offer, pre- employment medical examination and a drug screen/test that is conducted by a contractor designated by the Company. Any offer of employment depends upon satisfactory completion of this examination and/or screening, and the determination by the Company and its examining physician that the person is capable of performing the responsibilities of the position that has been offered. B. Reasonable Suspicion Testing Reasonable suspicion testing will occur when management has reason to suspect that an employee may be in violation of this Policy. The suspicion will be documented in writing prior to the release of the test finding. A reasonable suspicion test may occur based on: 1. Observed behavior, such as direct observation of drug/alcohol use or possession and/or physical symptoms of drug and/or alcohol use; 2. A pattern of abnormal conduct or erratic behavior; 3. Arrest or conviction for a drug-related offense, or identification of an employee as the focus of a criminal investigation into illegal drug possession, use, or trafficking. The employee is responsible for notification of the Company, within five (5) working day, of any drug-related conviction; 4. Information provided either by reliable and credible sources or independently corroborated regarding an employee's substance use; or 5. Newly discovered evidence that the employee has tampered with a previous drug or alcohol test. Reasonable suspicion testing does not require certainty, but mere "hunches" are not sufficient to justify testing. To prevent this, all managers/supervisors will be trained to recognize drug and alcohol-related signs and symptoms. Testing may be for drug or alcohol or both. C. Post-Accident Testing Post-accident testing will be conducted whenever an accident occurs, regardless of whether there's an injury. We consider an accident an unplanned, unexpected or unintended event that occurs on our property, during the conduct of the business, or during working hours, or which involves one of our motor vehicles or motor vehicles that are used in conducting company business, or is within the scope of employment, and which results in any of the following: 1.. A fatality of anyone involved in the accident; 2. Bodily injury to the employee and/or another person that requires off-site medical attention away from the Company's place of employment; 3. Vehicular accident resulting in significant damage; or EXHIBIT'A' Page 83 of 229 4. Non-vehicular accident resulting in significant damage; When such an accident results in one of the situations above, any employee who may have contributed to the accident will be tested for drugs, alcohol, or both. Drug and/or Alcohol Testing after an Accident Urine specimen collection (for drugs) or breath/saliva(for alcohol) is to occur as quickly as possible after a need to test has been determined. At no time will a urine specimen be collected after 32 hours from the time of an employment-related incident. Breath or saliva alcohol testing will be performed as quickly as possible but no later than eight hours after the incident, or it will be documented but not performed. If the employee responsible for an employment-related accident. is injured, it is a condition of employment that the employee grants the company the right to request that attending medical personnel obtain appropriate specimens (breath, urine, and/or blood) for the purpose of conducting alcohol and/or drug testing. Further, all employees grant the Company access to any and all other medical information that may be relevant in conducting a complete and thorough investigation of the work-elated accident including a full medical report from the examining physician(s) or other health care provider. An employee's failure to comply with the request for a specimen for post-accident testing will result in termination of employment. D. Follow up Testing after Return-to-Duty from Assessment or Treatment This test occurs when an employee who has previously tested positive and the decision is made to not terminate employee. A negative return-to-duty test is required before the employee will be allowed to return to work. If the employee fails this test, this will lead to termination of employment. Once an employee passes the drug and/or alcohol test and returns to work, management may chose to do additional unannounced tests for as long as we deem necessary. Any employee with a second positive test result will be terminated. E. Random Drug Testing Random drug testing will include all employees and contract workers and is conducted on an unannounced basis. In order to comply with the Bureau of Worker's Compensation's Level II policy Sunesis must randomly test 10% of the employee population each calendar year. A non-company testing organization will use computer software that ensures a truly random selection process in which all employees in the testing pool have an equal statistical likelihood of being selected for testing. When the next random draw is conducted, all employees are again included in the pool with an equal chance of selection, regardless of whether an employee was previously selected. Random testing is designed to deter dnig use in violation of the Policy and ensure that we maintain confidence in our employees' abilities to perform their duties. The Company has contracted with an outside vendor to perform the periodic selection of employees for inclusion in the random testing pools. The contractor selects employees at random for drug testing at any time during each calendar year. The Company has requested that the contractor select at least 10% of the company of the population each calendar year. The Company will provide employee identification numbers to be used in the random selection drawings. The contractor will, in turn, furnish the Company with a list of individuals to be tested at the beginning of each selection period. It shall be the responsibility of the Company to notify each employee who was selected with the date, time, and location that random testing will be performed. When notified, it shall be the responsibility of the individual employee to provide urine specimen for drug testing. An employee's failure to comply with. the request for a specimen for random testing will result in termination of employment.. 111. SUBSTANCES TO BE TESTED FOR AN METHODS OF TESTING In addition to alcohol, the drugs that we're testing for are: • Amphetamines (speed, uppers) • Cocaine (including crack cocaine) • Marijuana • Opiates (codeine, heroin, morphine) • Phencyclidine(PCP, "angel dust") EXHIBIT'A' Page 84 of 229 The Company also reserves the right to add or delete substances on the list above, especially if mandated by changes in existing Federal, State or local regulations or laws. The procedure that we're relying on is called systems presence testing. This is how qualified testing professionals identity the presence of one or more prohibited controlled substances or alcohol that may be present in the employee. There is an initial screening test. If it's negative, then a negative test is declared. If the initial test is positive (comes in at or higher than the cut-off level), a second test called a "confirmatory" test is done. This is a different test and is considered 100% accurate by experts and in court. Cut-off levels are standards that have been established for each of the tested drugs after years of research. These levels will be used to interpret all drug screens/tests, whether for a pre-employment examination, reasonable suspicion test, post-accident test, or follow up test. Breath alcohol testing will be conducted by a medical clinic that uses only certified equipment and personnel. Breath alcohol concentrations exceeding .04 will be considered a verified positive result. In the event of an accident where an employee has "whole blood" drawn at a medical treatment facility, a result equal to or greater than .04 shall be considered to be a verified positive result. An Evidentiary Breath Test (EBT) will typically be used to confirm any initial positive test result. An employee who adulterates, attempts to adulterate, or substitutes a specimen or otherwise manipulates the testing process will be terminated. A refusal to produce/provide a specimen is considered a positive test unless there's a verifiable medical reason that the specimen could not be produced. /V. SPECIMEN COLLECTION PROCEDURE Trained collection personnel who meet standards for urine collection and breath alcohol testing will conduct. urine specimens and breath testing. Confidentiality is required from our collection sites and labs. Employees are permitted to provide urine specimens in private, but subject to strict scrutiny by collection personnel so as to avoid any alteration or substitution of the specimen. Breath alcohol testing will likewise be done in an area that affords the individual privacy. In all cases, there will only be one individual tested at a time. Failure to appear for testing when scheduled shall he considered refusal to participate in testing, and will subject an employee to the range of disciplinary action, including dismissal, and an applicant to the cancellation of an offer of employment. An observed voiding will only occur if there is grounds for suspecting manipulation of the testing process. REVIEW OF THE TEST RESULTS To ensure that every employee who is tested is treated fairly, we have hired a Medical Review Officer ("MRO"). The MR() is a doctor with a specialized knowledge of substance abuse disorders and will be able to determine whether there are any valid reasons for the presence in the employee's system of the substance that was tested positive. VI. EMPLOYEES'RIGHTS WHEN THERE'S A POSTIVE TEST RESULT An employee who tests positive under this Policy will be given an opportunity to explain the finding to the MRO prior to the issuance of a positive test result to the Company. Upon receipt of a confirmed positive finding, the .MRO will attempt to contact the employee by telephone or in person. If contact is made by the MRO, the employee will be informed of the positive .finding and given an opportunity to rebut or explain the findings. The MRO can request information on the recent medical history and on medication taken within the last thirty days of the employee. If the MRO finds support in the explanation offered by the employee, the employee may be asked to provide documentary evidence to support the employee's position (for example, the EXHIBIT'A' Page 85 of 229 names of the treating physicians, pharmacies where the prescriptions have been filled, etc.). A failure on the part of the employee to provide such documentary evidence will result in the issuance of a positive report by the MR() with an attendant medial explanation. A medical disqualification of the employee will result. If the employee fails to contact the MRO as instructed, the MRO will issue a positive report to the Company. VII, REPORTING OF RESULTS All test results will be reported to the MRO prior to the results being issued to the company. The MRO will receive a detailed report of the finding of the analysis from the testing laboratory. Each substance tested for will be listed along with the results of the testing. The company will receive a summary report, and this report will indicate that the employee passed or failed the test. All of these procedures are intended to be consistent with the most current guidelines for Medical Review Officers, and published by the federal Department of Health and Human Services. VIII STORAGE OF TEST RESULTS AND RIGHT TO REVIEW TEST RESULTS All records of drug/alcohol testing will be stored separately and apart from the employee's general personnel documents. These records shall be maintained under lock and key at all times. Access is limited to designated company officials. The information contained in these files shall be utilized only to properly administer this Policy and to provide to certifying agencies for review as required by law. Designated company officials that shall have access to these records are charged with the responsibility of maintaining the confidentially of these records. Any breach of confidentiality with regard to these records may be an offense resulting in termination of employment. Any employees tested under this Policy have the right to review and/or receive a copy of their own test results. An employee may request. from the Drug-Free Coordinator, in writing, presenting a duly notarized Employee Request for Release of Drug Test Results form, requesting that a copy of the test be provided. The company will use its best efforts to promptly comply with this request and will issue to the employee a copy of the results personally or by U.S. Certified Main, Return Receipt Requested. IX POSITIVE TEST RESULTS Employees who are found to have a confirmed positive drug or alcohol test will be immediately taken off safety- sensitive duties and are subject to discipline up to and including termination. X TERMINATION NOTICES In those cases where substance testing results in the termination of employment, all termination notices will list "misconduct"as the reason. Termination shall be deemed "for cause". EXHIBIT'A' Page 86 of 229 Service: State construction contractor search results _ Policy number; 1O53O79-O Company name: SUNESIS CONSTRUCTION COMPANY Construction contractor status: APPROVED ConS*rUCtimn contractor status date: 1/16/2003 Note: BVVC has designed this database for those responsible for ensuring that a construction contractor or subcontractor has n drug-free program that complies with the governor's executive order requiring m drug-free workplace. A contractor or subcontractor in an APPROVED status has agreed to implement BVVC-approved drug- free workplace program which makes the company compliant with the governor's executive order. Therefore, you can print this page for your records. Click the Help tab in the upper-right hand corner for more status definitions, ' ` httpa://www.olij obwn.com/ioclndes/pjiotfi-iend}y.asp 8/22/2005 Exme|Tv, INT NTIONALLY LEFT LANK EXHIBIT'A' Page 88 of 229 ta 9..,nQ --)...‘ (Sz ' OrN C'-') :.."";) ("-'i 8 .) g ..3- CJN --. C jc.) C) - (.-` .2 2! i▪ y. 0. •,A - ......./... ,c....3 ..,..4„) ,..... d (.") .' (:). 0 ....) CY" ° 3-- cl- (:) --- '_,. ,,,.) R kfrc• . .., ,.. c‘c.(,v__- *RI -.)-- c---- ....... ....„. ___ / 'k.)- '1C7 '.i4N-' ,-,Vs •,AX,,, ' .s (:) 0 0'(::-, 0 0 0 0 (Z)(,), r..... D 5 „,.,•- a " ---9 ---: (1) --, 1- ---, N---.. z7, r.?..: '0 ``'....... .24 ;:•,.. c .rf!) ',12 c-7.4,,t. q " 1 ca. 8 P ' 0..,.., • ) --" 6 v . 4 2 8 Lvl .'-i --_-. — . '--,1 t. c2 • ,, z -y .--. •--.,.„,_- 0 ,-:.--._ ,A r,r,)< th ,ls z —7.:-.) I J' ,L) 8 , :?. 1,...1) G.' 0 0 t 0 w 3 2 3 ), .-- , 7P;c6 ....) , cal. ..,.. < ix 4. ,,,_ a- 7 7:4- >e k,.,) A ;:.. „._ E Lu I.)r "'" 0 ," x kcP W .-- '2 .. ...) „,?.. p -.2. 11 12. ,(,) , $....i,......)... < v) v) 0 V '- t- c) \.i.- 4.) 0 -4•:. .4, T , . 0)S 5- t) ,1, ri, 5- 5 5 5 5 5 ,`.', '.1 •?t ccl z 0 u) ‹ - . ‘i- — ,-i •:,2 r,' n) 2 ,, .--, 8, al ,'_.' P a ,_,... IN •1 r" ,., ,..,., ni r. v v i 0 Y I W LU co 0 f4 , ET 6 a 6 a . 0 .) w 1- LLI I- LU F U. x I- D I- D 0 0 D CO D CO U) E CD E r ,T, 2 H 2 H ...... 5 H 0) H CO U) 5 u) 5 5 z 0 z Z D, Z D, cc ?- cc CL W CZ W CL W w Lu :.,.,.. 5' LLI 0 W U) W 0 0) , u) , W ›- ›- EL ›- (0>-- CL (0a (0a ra c[ a < I- < I-- < I- H E H. 17 2 2 a 2' .1 '‘. Z < < w < w < w w w . < w a -0 0 N,,-• a 0 , 0 :E I I 0 I 0 6 2 -2 V os 0 co • 0 2 2 z 0 „, 0 4 0 4 1 g 0 Z I- I- UJ .5 0 .5 0 .5 0 .i 0 (I) W 0 Z 0 Z 0 Z .7'( s 55 w 0 z 2z 2z 2 > 5 2 z 0 z z 1.,7 z 2 , 2 < 2 .,.• 0 E 4 ,R., R. H L-U L0, '-±,-1 ,, Z.• `..". rl 0 2 CD ''..) § - -.) 0 , CD .--I 0 (0f7V r, ° CD U 0 ° 0 a .°-.' -o 0 L E 2 cI-2 T' 0 z CD z CD z a D 8 E _, _, _, c t z 5 z 2 z 2 I- ,,,,_2, a Ci L, il 0_ Pc. I •7 K '=' .. :'. Z9 C C -.5 . , D 0_ - - a. i 6 ,., 5 ui umH arj a: t- a: C1)- a: a 5 ti D 0 ° t .5 I, L' (T) u u I- (7 IL 5 IL (3 IL ic E1 CD 0z. z 0 o. , (0 w (0w (0w w < 51 ? ..?"' i 07. ,..7 'F.17 z 5 cc o (0 0 w o w co cc) « CI o ,,i o ao .- ,- u a. a a_ a a_ a. a a. < < 0 ca co C4 4:E= o o N aVI o o N o o . , 4:ZIC ii ' ' 1- 1- 6 = 8 8, ',',.,' `,--:,` N,' `,.:.; ',-r.,' P., `,.`,' ,u-,' `4 V,' `4 o o i- _ >••• co Lu co ..., Lu ct PAGE INTENTIONALLY LEFT BLANK EXHIBIT'A' Page 90 of 229 CITY OF R|CHK8OND SHORT CREEK LIFT STATION IMPROVEMENTS PROJECT Equipment Cost Schedule 8^ Manufacturer (Equipment Cost) The Contractor shall fill this fVnn in and submit with the Bid ITEM Description Manufacturer Amount Shod Creek Lift Station �c�[°� L}8-15 7`//� --� / � (� 1 t', $ / ~ylJ �J�-�\�� Valves [}8_18 Submersible Chopper /,� / � /,- ~l ��\ Pump \/ /_� \�� ���, �L.���^ �r ~ -}��`�/ / �. OG-20 Crane System / | $�/ L- L_~~/ /-- / [}S_22 Instrumentation and Control /~ �/ /-�//-�- L)��__ ` - --�' - p45 � Exme|Tv, Pagee1 muue PAGE INTENTIONALLY LEFT LANK EXHIBIT'A' Page 92 of 229 ARTICLE 1—GENERALINFORMATION 1.01 Provide contact information for the Business: Legal Name of Business: Corporate Office Name: Phone ' [-�� �) � -~^~�+`�/[ ` c� xu»/`/ � u/`�~v Title: Email address: Business address of corporate office: Loca|Offire Name: Phone number: ' Tide: Email address: Business address oflocal office: 1.02 Provide information on the Business's organizational Form ufBusiness: [] Sole Proprietorship [] Partnership Corporation 0 Limited Liability Company 171 Joint Venture comprised of the following companies: 1 ~/// /. �k `|(/�~/ l Provide a separate Qualification Statement for each Joint Venturer. Date Business was formed� �� Ux� /� \ ��o�e invvhich Bu�i fnrmed� J l/^ � '/-� 'vK/ "�"° "" � Y��L�4J Is this Business authorized to operate in the Project location? ElYes [] No [] Pending 1.03 Identify all businesses that own Business in whole or in part (25Y6 or greater), or that are wholly or partly (25Y6or greater) owned byBusiness: Name ofbusiness: Affiliation: Address: / 4 f�/� Name ofbusinoo: U( /Uy \ � Affiliation: ^ Address: Name of business: Affiliation: Address: oCDCc-4s1,Qualifications Statement. copvnohtO 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society vf Civil Engineers,All rights reserved. p'zo Exme|Tv, Page eaoruue 1.04 Provide information regarding the Business's officers, partners, and limits of authority. Name^ *�1 ^] Title: �<'� ' ������� ^ �s4��/�a ' �&0� � ��/��u��� , Authorized to sign contracts: []Yes [] No Limit ofAuthority: $ 1/1() u�| � � Name' Y�~��� TiUe' �� ^ . -=�� ��� ^ ���~ ��� � ���A� Authorized to sign cont� c(s: []Yes [] Nu Limit of Authority: Nome: Title: Authorized to sign contracts: [] Yes [] No Limit ofAuthority: $ Name: Title: ARTICLE 2—LICENSING 2.01 Provide information regarding Umynsunefo/ Business: Name otLicense: Licensing Agency: License No: ' w- - Expiration Date: Name of License: Licensing Agency: License No: Expiration Date: [] Not Applicable ARTICLE 3--D|VERSE BUSINESS CERTIFICATIONS 3.01 Provide information regarding Business's Diverse Business Certification, if any. Provide evidence of current certification. Certification Certifying Agency Certification Date L| Disadvantaged Business Enterprise [] Minority Business Enterprise [] VVumanf]wned Business Enterprise [] Small Business Enterprise [] Disabled Business Enterprise LJ Veteran-Owned Business Enterprise [] Semice'Disa bled Veteran-Owned Business [] HUUZone Business (Historically Underutilized) Business [] thor k one orocC4s1,Qualifications Statement. Copyrightw 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society nf Civil Engineers.All rights reserved. � p'z7 Exme|Tv, ARTICLE 4—SAFETY 4.01 Provide information regarding Business's safety organization and safety performance. Name of Business's Safety Officer^ ' Safety Certifications Certification Name Issuing Agency Expiration � ��`u ~ �� , � L~�/' - =�m=~~~^ �~~ ` 4.02 Provide Worker's Compensation Insurance Experience Modification Rate(EMR),Total Recordable Frequency Rate (TRFR)for incidents, and Total Number of Recorded Manhours (MH) for the last 3 years and the EMR,TRFR, and MH history for the last 3 years of any proposed Subcontractor(s) that will provide Work valued at 10% or more of the Contract Price. Provide documentation of the EMIR history for Business and Suboontractor(s). Year �-� �� Company EMIR TRFR K4H EK8R TRFR MH EMR TRFR K4H ��/7 �� �/^^�, �//7�/ �~~ ARTICLE 5—FINANCIAL ~� 5.01 Provide information regarding the Business's financial stability. Provide the most recent audited financial statement, and if such audited financial statement is not current, also provide the most current financial statement. Financial Institution: Business address: `+-L/�w`� Date ofBusiness's most recent financial statement: []AL ached Date ofBusiness's most recent audited financial statement: El Attached Financial indicators from the most recent financial statement Contractor's Current Ratio (CunentAysetx- Current Liabilities) Contractor's Quick Ratio ((Cash and Cash Equivalents+Accounts Receivable+ Short Term |nvetments)-Curvent Liabilities) EJcoC C-451,Qualifications Statement. u,pyhchrm2o18 National Society of Professional cnoineec»mnehcanCound|vfsnx)nee,incCvmpanies, and American Society of Civil Engineers.All rights reserved. p18 Exme|Tv, Page esoruue ARTICLE 6—SURETYINFORMATION 6.01 Provide information regarding the surety company that will issue required bonds on behalf of the Business, including but not limited to performance and payment bonds. Surety Name: Surety ba corporation organized and existing under the laws of the state of: b surety authorized io provide surety bonds in the Project location? Wyes [] No |ssuret |ist din "[ompaniesHu|ding[ertificateaofAuLhmrityasAcceptab|eSuretieson Fecle r Bonds and as Acceptable Reinsuring Companies" published in Department Circular 570 ( ended) by the Bureau of the Fiscal Service, U.S. Department of the Treasury? �y Yes [] No Mailing Address � 6 (principal place ofbusiness): ' Physical Address (principal place ofbum|ness): Phone (main): 0 Phone (claims): ~ ARTICLE 7—INSURANCE lUl Provide information regarding Business's insurance company(s), including but not limited to its Commercial General Liability carrier. Provide information for each provider. , Name of insurance provider, and type Vf policy([LE, auto, etm.): ���J� S Insurance Provider Type of Policy([over ge Provided) v '=� s�~~ 4�ol c^/ � e� p+r Are providers licensed or authorized to issue policies in the Project location? No ��^�' Does prVv�erhave anA.��. 8ea Rating ofA4/Uorbet��/7 cr/cuONm Mailing Address 1191 (principa| p|aceofbusiness)� \r �� Physical Address (principal place ofbosiness): Phone (main): 16 Phone (claims): ^ gCoCc-4s1,Qualifications Statement. mpyriohtm20mNational Society of Professional Engineers,American Council of Engineering Companies, and American Society vf Civil Engineers.All rights reserved. P-19 Exme|Tv, ARTICLE A--Q3NSTRUCTONEXPERIENCE 8.01 Provide information that will identify the overall size and capacity of the Business. Average number of current full-time employees: Estimate of revenue for the current year: / Estimate of revenue for the previous year'year: 8.02 Provide information regarding the Business's previous contracting experience. Years of experience with project lil the proposed project: Aso general contractor: Asa joint venturer: Has Business, ro predecessor in interest,oran affiliateidentified in Paragraph 1.O3: Been d |dhedasa bidder by any local, �ate,orfedem|agency whhinthe last Syeam? O�� ��isNo ' 8eenb from contracting by any local,state,or federal agency within the last 5years? [] Yes llia"No Been released from a bid in the past 5 years? []Yes r1rNo Defaulted on a project or failed to complete any contract awarded to it? 0 Yes eko" Refused to construct o f ,t6providemoteria|sde0nediniheconLmctdocumenisorin a change order? [] Yes [31Nn Been a party to any currently pending litigation o,arbitration? []Yes 01No Provide full details in a separate attachment if the response to any of these questions is Yes. 8.03 List all projects currently under contract in Schedule A and provide indicated information. 8.04 List a minimum of three and a maximum of six projects completed in the last 5 years in Schedule B and provide indicated information to demonstrate the Business's experience with projects similar in type and cost of construction. 8.05 In Schedule[, provide information on key individuals whom Business intends to assign to the Project. Provide resumes for those individuals included in Schedule C. Key individuals include the Project Manager, Project Superintendent, Quality Manager, and Safety Manager. Resumes may be provided for Business's key leaders aawell. ARTICLE 9--RE[}U|REDATTACHMENTS 9.01 Provide the following information with the Statement of Qualifications: A. If Business is a Joint Venture, separate Qualifications Statements for each Joint Venturer, as required in Paragraph 1.02. B. Diverse Business Certifications if required by Paragraph 3.01. � � C. Certification of Business's safety performance if required by Paragraph 4.02. � D. Financial statements asrequired by Paragraph S.O1. EJCmc�451,Qualifications Statement. convhulWl 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society u,Civil Engineers.All rights reserved. pan exH|e|T)^' Page eroruue E. Attachments providing additional information as required by Paragraph 8.02. F. Schedule A (Current Projects) as required hy Paragraph 8.03. G. Schedule B (Previous Experience with Similar Projects)as required by Paragraph 8.04. H. Schedule (Key Individuals) and resumes for the key individuals listed, as required by Pamgraph8.O5. i Additional items as pertinent. ooxs451'Qualifications Statement. copvriVhrmzozo National Society vf Professional sngineen,mnmioncvvnd|ofcncineennccomnvnies, and American Society m Civil Engineers.All rights reserved. pez exme|Tv, Page eooruue This Statement of Qualifications is offered by: Business: (A CO .,,W) TO Ofl. (typed or printed name of organization) By: (ilvljlis signature), Name: (?)0 4,1, (typed or printed) Title: (typed or printed) Date: _ 7i4L197 (date signed) (If Business is a corporation, a partnership, 0f1a Jo/pt venture, attach evidence of authority to sign.) IIJ&U Attest: (irkiidual's signature) Name: AA,1 6 (typed or printed) Title: V\ (typed or printed) Address for giving notices: aio LA. VI ' _" 1JtSkf- („, Designated Represe tative: Name: ct..9a3v) (typed or printed) Title: Vat k, PVI'/5LO(PAT (typed or printed) Address: ocv-rh Juk- red OU ) to Phone: S;1171.) • '3'd(4). ( CX: ;1 Email: (p1IAA,4)(A) <611,..14e_4AS(1( C EJCDC C-451,Qualifications Statement. Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. P-22 EXHIBIT'A' Page 99 of 229 EXHIBIT'A' Page 100 of 229 tki_ditit( /i Schedule A—Current Projects Name of Organization Project Owner Project Name General Description of Project Project Cost I Date Project Completed I Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager Name of Organization Project Owner [Project Name General Description of Project Project Cost TDate Project Completed Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager Name of Organization Project Owner Project Name General Description of Project Project Cost I Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager EJCDC'C-451,Qualifications Statement—Schedule B—Previous Experience with Similar Projects. Copyrighe 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved, P-23 EXHIBIT'A' Page 101 of 229 /./ Schedule B—Previous Experience with Similar Projects Name of Organization Project Owner 1 Project Name ] General Description of Project Project Cost 1 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager Name of Organization Project Owner j Project Name General Description of Project Project Cost .1 Date Project Completed I Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager Name of Organization Project Owner [ oject Name General Description of Project Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager MIX'C-451,Qualifications Statement—Schedule B—Previous Experience with Similar Projects. Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. P-24 EXHIBIT'A' Page 102 of 229 Schedule B—Previous Experience with Similar Projects Name of Organization Project Owner IProictName General Description of Project Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager Name of Organization Project Owner Project Name General Description of Project Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager Name of Organization Project Owner Project Name General Description of Project Project Cost Tate Project Completed Key Project Personnel Project Manager Project Superintendent Safety Manager j Quality Control Manager Name Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone Email Owner Designer Construction Manager EJCDC"C-451,Qualifications Statement—Schedule B—Previous Experience with Similar Projects. Copyright''2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. P-25 EXHIBIT'A' Page 103 of 229 / Schedule C--KeyIndividuals Project Manager Name ofindividual Years of experience as project manager Years of experience with this organization Number of similar projects as project manager Number of similar projects |n other positions Current Project Assignments Name ofassignment Percent ofhme used for Estimated project this project completion date Reference Contact Information (listing names indicates approval tocontact named individuals asa reference) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate's role on Candidate's role on project project Project Superintendent - Name ofindividual Years cf experience as project superintendent Years of experience with this organization Number of similar projects as project superintendent Number of similar projects in other positions Current Project Assignments Name of assignment Percent of time used for Estimated project this project completion date Reference Contact Information (listing names indicates approval tocontact named individuals asa reference) Name Name Title/Position Title/Position ' Organization Organization Telephone Telephone Email Email Project Project Candidate's Candidate's role on project role on project ococ11c451,Qualifications Statement—Schedule c—x,vIndividuals. Copyright(O 2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society vf Civil Engineers.All rights reserved. pao Exme|Tv, Safety Manage Name ofindividual Years cf experience as project manager Years of experience with this organization Number of similar projects as project manager Number of similar projects in other positions Current Project Assignments Name ofassignment Percent of time used for Estimated project this project completion date Reference Contact Information (listing names indicates approval tocontact named individuals as reference) Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate's role on Candidate's role on project project Quality Control Manager Name ofindividual Years of experience as project superintendent Years of experience with this organization Numberofdmi|ar projects a� project superintendent - -- — Number of similar projects in other positions Current Project Assignments Name of assignment Percent of time used for Estimated project this project completion date Reference Contact Information (listing names indicates approval tocontact named individuals asa reference) Name Name _ Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Candidate's Candidate's role on project role on project oCor"sosz'Qualifications Statement—Schedule c—mwIndividuals. copvnc»tc')2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. P-27 exme|Tv, Page 1osoruue BID BOND (PENAL SUM FORM) Bidder Surety Name: Sunesis Construction Co. Name:Great American Insurance Company Address(principal place of business): Address(principal place of business): 2610 Crescentville Road 301 E. 4th Street West Chester, OH 45069 Cincinnati, OH 45202 Owner Bid Name: City of Richmond Sanitary District Project(name and location): Address(principal place of business): City of Richmond 2380 Liberty Ave. Short Creek Lift Station Improvements Project Richmond, IN 47374 Bid Due Date:January 31, 2023 Bond Penal Sum: Five Percent(5%)of the Total Bid Amount Date of Bond: January 31, 2023 Surety and Bidder, intending to be legally bound hereby,subject to the terms set forth in this Bid Bond, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. Bidder Surety Sunesis Construction Co, Great American Insurance Company (Full formal name of idder) (Full formalname of Surety)(corporate seal) B By: y: \( 141 (Signa u re)(Attach Power af Attorney) Name: do.,b4, crA,46.,0 Name: Katie Rose - •rinted or typed) (Printed or typed) Title: A 1 u, Title: Attorney=in-,Fact Attest: Attest: (Sign ure) (Signature) Name: etlifitt&),(),,,,,„it Name: Tiffiany Gobich (Printed or typed) (Printed or typed) Title: 1,f/ //Atom Title: Witness Notes:(1)Note:Addresses ore to bJ used for giving any required notice.(2)Provide execution by any additional parties,such as joint venturers,if necessary. EJCDC5 C-430,Bid Bond(Penal Sum Form). Copyright©2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. P-28 EXHIBIT'A' Page 106 of 229 , l. Bidder and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors, and assigns to pay to Owner upon default cf Bidder the penal sum set forth on the face of this Bond. Payment of the penal surn is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond will beOwner's sole and exclusive remedy upon default nfBidder. Z. Default of Bidder ocruo upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed toiu writing hy Owner)the executed Agreement required hy the Bidding Documents and any performance and payment bonds required by the Bidding Documents, I This obligation will be null and void if: 3.1. Owner accepts Bidder's 8|d and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or lZ. All Bids are rejected hy Owner, nr 3.3. Owner fails to issue a Nnt|op of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph Sheneof). _ 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calenclar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount doe. 6. Surety waives notice of any and all defenses based on or arising Out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions does not in the aggregate exceed��8 * days from the Bid due date without Surety's written consent. * Number of days as soecified in the Advertisement for Bids 6. No suit or action will be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety, and in no case later than one year after the Bid due date. 7. Any Suit or action under this Bond will be commenced only in a court of competent jurisdiction located in the state in which the Project is located, 8. Notices required hereunder must be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Postal Service registered or certified mail, return receipt requested, postage pre-paid, and will be deemed\obe effective upon receipt by the party concerned, 9. Surety shall muse to be attached to this Bond a current and effective Power ofAttorney evidencing authority of the officer, uQen\, or representative who executed this Bond on behalf of Surety toexecute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted frorn this Bond will be deerned to be included herein as if set forth at length. if any provision of this Bond conflicts with any applicable statute,then the provision of said statute governs and the remainder of this Bond that b not inconflict therewith continues in full force and effect. ll. The term "Bid" as used herein includes a Bid,offer, oi-proposal as applicable. ococ°c'o30,Bid Bond(Penal Sum pv,m). CopyrightO 2018 National Society of Professional Engineers,Arnerican Council of Engineering Companie5, and American Society m Civil Engineers.All rights reserved. r'zy Exme|Tv, Page 1ororuue GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TEN No.0 21630 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power MARK NELSON LIZ OHL ALL OF ALL TIFFIANY GOBICH JULIE SIEMER CINCINNATI,OHIO $100,000,000 RAN DAL T. NOAH G. DALE DERR STELLA ADAMS NANCY NEMEC KATIE ROSE TAMMY L.MASTERSON This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 13TH (lay of APRIL , 2021 . Attest GREAT AMERICAN INSU ANCE COMPAN „00" 8.4;9 Assislanl Secretary Divisional Senior rice President STATE OF OHIO,COUNTY OF HAMILTON-ss: MARK VICARIO(877-377-2405) On this 13TH day of APRIL , 2021 ,before me personally appeared MARK VICARIO,to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. SUSAN A KOHORST Notary Public State of Ohio My Comm.Expires May 18,2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: Thai the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents,or wry one of them,be and hereby is authorized,from time to time,to appoint one or snore Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts ofsurelyship,or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officer's and any Secretary or Assistant Secretary of the Company may be affixed byfficsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship, or other smitten obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal oft/se Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been revoked and are now in full force and effect. Signed and sealed this 31st day of January , 2023 • 4/1.7Yi:!•:;\ 4i00, "If? 01/4*.fi Assistam Secretor). S1029AH(03/20) EXHIBIT'A' Page 108 of 229 Financial tatement for : idders Submitted to Of t7:(2:1 I 'ne4 SWvnIAV r.:;t,s4vie,' 1- By 16/1 I ::\k 14,,CL4,,C) 41154yurt,t 1 I CLCorpor";tiorl,„) A C-6715-a—rrneFship An Individual Address ?' 21 c) Cifft,G.Odir VV1 I Le, Led 'Am-- (,Ai ' -4(1. Olik:/6) LI:S:1A°(1 Date Submitted , 20 7;3 P-30 EXHIBIT'A' Page 109 of 229 ��������%����^��,�� ��^��������^%�U ���^��»��K������ Contractor's Financial ���w����...~~. .� Submitted by � q~/ v` A Corporation LJ 8Co'Partnorship N [-1 An Individual � � with principal office at To Condition a1 close nfbusiness 20 ASSETS Dollars C\x. 1. Cash: (a)Onhand$ . (b) |n bank$ . (v)Elsewhere$ 2. Notes receivable: (o)Due within 80doyo (h)Due after 80days (4 Past due 3. Accounts payable from completed nontnada, exclusive nfclaims not approved for payment 4. Sums Gumxeamed on uncompleted contracts as shown by engineer's pr architect's estimate: (a)Amount receivable from deducting pgainage (b)Retainagek`date, duo upon completion of contracts 5. Accounts receivable from sources other than construction contracts 6. Deposits for bids or other guarantees: (m)Recoverable within 9Odays (h)Recoverable after 90(lays 7. Interest accrued on |oans, xonurihen. etc. 8. Real estate: (a) Used for business purposes ____ ....... (b)Not used for business purposes 9. S1nokn and bonds: (a)Listed—present market value (h)Unlisted—present value 10. Materials in stock not included in Item 4: ^ (n)For uncompleted contracts(present value) (b)Other materials(present value) _____ 11. Equipment, book value 12. Furniture and fixtures, book value 13. Other assets Total assets --' -----+ LIABILITIES 1. Notes receivable: (a)To banhn—mgu|ar (b)To banks for certified checks (o)To others for equipment obligations _ --------__________..... __ (d)To others exclusive nf equipment obligations 2, Accounts payable: (a)Not past due (b)Past due 3. Real estate encumbrances 4. Other liabilities --------------- ________ 5. Ronomon O. Capital stock paid up: (a)Common (b)Common (b)pmferrnd (b)Pmfe,md 7. Surplus(net worth) Total liabilities CONTINGENT LIABILITIES 1. Liability nn notes receivable, discounted nrsold 2. Liability on accounts receivable, pledged, assigned orsold 3. Liability anbondsman 4. Liability as guarantor nn contracts n,on account ofothers 5. Other contingent liabilities Total contingent liabilities P-31 exme|Tv, DETAILS RELATIVE TO ASSETS (a) on hand $ 1 Cash (b) deposited in banks and named below $ (c) elsewhere—(state where) $ NAME OF BANK LOCATION DEPOSIT IN NAME OF AMOUNT (a) due within 90 days $ 2* Notes receivable (b) due after 90 days $ (c) past due $ DATE OF RECEIVABLE FROM: NAME AND ADDRESS FOR WHAT MATURITY HOW SECURED AMOUNT Have any of the above been discounted or sold? If so, state amount,to whom, and reason 3* Accounts receivable from completed contracts exclusive of claims not approved for payment $ AMOUNT NAME AND ADDRESS OF OWNER NATURE OF CONTRACT AMOUNT OF RECEIVABLE CONTRACT Have any of the above been assigned, sold,or pledged? If so,state amount,to whom, and reason Sums earned on uncompleted contracts,as shown by engineer's or architect's estimate: 4* (a) Amount receivable after deducting retainage $ (b) Retainage to date due upon completion of contract $ DESIGNATION OF CONTRACT AMOUNT AND NAME AND ADDRESS AMOUNT OF AMOUNT AMOUNT RETAINAGE EXCLUSIVE OF OWNER CONTRACT EARNED RECEIVED WHEN DUE AMOUNT OF RETAINAGE Have any of the above been assigned, sold,or pledged? If so, state amount,to whom, and reason P-32 EXHIBIT'A' Page 111 of 229 *List separately each item amounting to1O percent mmore of the total and combine the remainder. DETAILS RELATIVE Tn ASSETS(ConUnuod) 5* Accounts receivable not from construction contracts $ RECEIVABLE FROM: NAME AND ADDRESS FOR WHAT WHEN DUE AMOUNT What amount, if any, io past due $ 0 Deposits with bids ur otherwise guarantees $ DEPOSITED WITH: NAME AND ADDRESS FOR WHAT WHEN RECOVERABLE AMOUNT 7 Interest accrued on loans,securities,etc. $ ON WHAT ACCRUED T0BE PAID WHEN AMOUNT Real estate ( (o) Used for business pu�onov $ m 1 book value ` (h) Not used for business purposes $ IMPROVEMENTS TOTAL BOOK DESCRIPTION OFPROPERTY NATURE 0FIMPROVEMENTS BOOK VALUE VALUE 1 3 4 5 6 7 ASSESSED AMOUNT0F LOCATION HELD |N WHOLE NAME VALUE ENCUMBRANCES 2 3 4 5 8 7 *List separately each item amounting to 10 percent or more of the total and combine the remainder. p'V% Exme|Tv, Page 11uoruue DETAILS RELATIVE TO ASSETS(:vnUnuad) 9 Stocks and Bonds (a) Listod-Prenenimarke value % (h) Unlisted-present market value % LAGT |NTERE5T OR DIVIDEND PRESENT ISSUING PAID PAR MARKET DESCRIPTION COMPANY DATE - % VALUE VALUE QUANTITY AMOUNT ��_�����������-_�����_�������������������� _ 5 --------------------------------------------------- -------------------------------------------------- ------------------------ ----------------- --------------------------- --------------------------------------------------------- __________ 7 AMOUNT PLEDGED OR WHO HAS POSSESSION |F ANY ARE PLEDGED OR IN ESCROW, STATE FOR WHOM AND REASON IN ESCROW 1 2 � 3 4 5 O 7 Materials in stock and not included in Item 4.Assets: 10 (a) For use on uncompleted contracts(present value) $ (b) Other materials(present value $ PRESENT VALUE FOR UNCOMPLETED OTHER DESCRIPTION OF MATERIAL QUANTITY CONTRACTS MATERIALS 11^ Equipment at book value $ AGE OF PURCHASE DEPRECIATION BOOK QUANTITY DESCRIPTION AND CAPACITY 0F ITEMS ITEMS PRICE CHARGED OFF VALUE Are there any liens against the above? If so, state total amount *If two or more items are lumped above, give the sum of their ages. P-84 Exme|Tv, DETAILS RELATIVE TD ASSETS(Contnund) 12 Furniture and fixtures sg book value $ 13 Other assets $ DESCRIPTION AMOUNT TOTAL ASSETS � DETAILS RELATIVE TOLIABILITIES (a) To banks, regular $ 1 Notes Payable (b) To banks for certified checks $ & (o) To others for equipment obligations $ V (d) To others exclusive of equipment obligations $ TO WHOM: NAME AND ADDRESS WHAT SECURITY WHEN DUE AMOUNT 2 Accounts Payable ( (o) Not past due $ � (b) Past due --- — TO WHOM: NAME AND ADDRESS FOR WHAT DATE PAYABLE AMOUNT ' 3 Real estate encumbrances(See Item 8,Assets) $ 4 Other liabilities $ DESCRIPTION AMOUNT 5 Reserves $ INTEREST INSURANCE BLQGS. &F|XT. PLANT DEPR, TAXES BAD DEBTS )\ � 6 Capital stock paid up Common (od) Pm�nod * 7 Surplus $ TOTAL � LIABILITIES P-35 Exme|Tv, Ifa corporation answer this: Amount for which incorporated Capital paid incash $ When incorporated |n what state Names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the corporation, including its officers,the signatures of whom are legally binding. Do you have nonoaaery "certificate of authority" to transact corporate business in this ntaha. under the 1unno of Chapter 215. Acts of1829. and acts amendatory thereto? |faco-partnership answer this: Date oforganization State whether co-partnership in general, limited nrassociation Give the names, addresses and proportional interests of all parties: Noma Address Sham � $ � � � � � * � p-3V ExH|e|T)^' Page 11soruue The name of the partnership firm which the above partners are operating is Give names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the partnership,the signatures of whom are legally binding. The undersigned hereby declares that the foregoing is a true statement of the financial condition of the individual co-partnership or corporation herein first named,as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submittor a contract; and that any depository, vendor or other agency herein named is hereby authorized to supply such party with any information necessary to verify this statement. NOTE: A co-partnership must firm name and address and signatures of all partners. A corporation must give full corporate name,signature of official and affix corporate seal Affidavit for Individual STATE OF COUNTY OF 1. SS being duly sworn, deposes and says that the foregoing financial statement, taken from his books, is a true and accurate statement of the financial condition of the date thereof and that the answers to the foregoing interrogatories are true. Subscribed and sworn to before me this (Member of firm must sign here) day of 20 Notary Public Affidavit for Co-Partnership STATE OF SS COUNTY OF being duly sworn,deposes and says that he is a member of the firm of ; that he is familiar with the books of the said firm showing its financial condition; that the foregoing financial statement,taken from the books of the said firm,is a true and accurate statement of the financial condition of the said firm as of the date thereof and that the answers to the foregoing interrogatories are true. Subscribed and sworn to before me this (Member of firm must sign here) day of 20 Notary Public Affidavit for Corporation STATE OF 1. SS COUNTY OF being duly sworn, deposes and says that he is a of the ; the corporation described in and which executed the foregoing statement, that he is familiar with the books of the said corporation showing its financial condition;that the foregoing financial statement,taken from the books of the said corporation,is a true and accurate statement of the financial condition of the said corporation as of the date thereof and that the answers to the foregoing interrogatories are true. Subscribed and sworn to before me this (Member of firm must sign here) day of 20 Notary Public P-37 EXHIBIT'A' Page 116 of 229 E-VERIFYPRgGRAM Pursuant to Indiana Code 22-5-1.7-11, the Contractor awarded the Bid is required to enroll in and verify the work eligibility status of all its newly hired employees through the E-Verify program. The Contractor who is avvendnd the Bid is not required to verify the work eligibility e(otua of all its nmvv|y hired employees through the E-Verify program if the E-Verify program no longer exists. The individual person(s) executing this Proposal, being first duly evvnrn, depose(s) and state(s) that the Contractor does not knowingly employ an unauthorized alien. The undersigned further affirms that, prior to entering into an agreement for this Bid, the undersigned business entity will enroll in and egvmee to verify the work eligibility status of all its newly hired employees through the E'Vm,ifypmgram. Written Signotur , � ~ Printed Name: ^ Title: Important— NotarySiVnotuna and Seal Required in the Space Below STATE OF S8:COUNTY OF Subscribed and sworn tm before nnethis 31 day of 4AAJ]6M . 20F�' ° ( [° , \, c My commission expires: i V/ '�~, ��- ^_�-.r (Gign�o' U i U �' Residing in V\/�^^'k^J »- County Printed Nam � ~ ty)V } j�' L'. State of \_�k\��� ,``",110",,,' Uj JUN P-30 exme|Tv, Page 11roruue • INT TI • ALLY L FT LAN EXHIBIT'A' Page 118 of 229 ` CERTIFICATE {JFNO INVESTMENT ACTIVITIES |N |RAN (Executive Order 1384G) 1. Executive Order. Nefcnanoo is hereby made {o Executive Order 13846 (E.O]. Terms used heroin, not otherwise defined herein, shall have the meanings ascribed to them in {heE.O. 2. Contract. Reference is hnn*bv made to that certain Aonaennont between Owner and Contractor for Construction Contract /GUpu|ebad Price>, by and between ("Contractor") and City of Richmond e Governmental Body ("Owner") respecting that certain project known an Short Creek Lift Station Improvements Project (the "Project"). 3. Certification. Pursuant to EmaouUvo Order 13840 (ED.). Contractor hereby certifies to Owner that Contractor is not engaged in Investment Activities in Iran. 4. Contract File. Pursuant to Executive Order 13840 (E.O]. this Certificate ahoU be placed in the Contract File for the Project. |n Witness Whereof, Contractor has executed this Certificate moof - / v�~ . / �^ \U �1 \.�/r \�^ ' ' (Contractor) By: Printed N _ \/ ^ Z hAkA.) vct" A, TTitle: 6/1/ STATE OF \ /mi SS: COUNTY OF Subscribed and sworn to before mnthis day of ��K��� / \ , 2O�/ ~^ / My commission expires: ( �.d � ' �f)��� (Gig p' Residing in U\ /A County Printed Name: vl( , State of [ )AA�\ P'V8 exme|Tv, Page 11eoruue $.1jit"de- 1 11 0 Num' Project Resume Project Name : Beech Road Emergency Repairs Owner : Franklin Township, OH Owner Contact : Nick Selhorst Contract Amount : $136,000.00 Completion Date : 07/31/2019 Project Description : Stabilize roadway by installation of gabion baskets Project Name : Koch Foods Freezer Expansion Owner Tippman Construction LLC Owner Contact : Matthew Streicher Contract Amount : $1,751,680,50 Completion Date : Project Description : Installation of underground utilities, earthwork, concrete pavement, concrete retaining wall. Project Name : Bridge Rehabilitations on Winton,Happy, and ResorA.Roads Owner : City of Fairfield,OH Owner Contact: Ben Mann Contract Amount : $460,611.00 Completion Date : Project Description : Bridge deck repair including removing+/ 2'of existing deck and replacing Project Name : Lexington Convention Center Owner : Besco Owner Contact: Contract Amount : $53,433.00 Completion Date : Project Description Leased labor and equipment to BESCO installing electrical conduit Project Name: ENV Kirwan -Blanding Sidewalk and Tunnel Abandon Owner : Sunesis Environmental Owner Contact : Contract Amount : $256,922,75 Completion Date : Project Description : Underground Infrastructure EXHIBIT'A' Page 120 of 229 ' 97' • hp, Project 1 esu le Project Name : Beech Road Emergency Repairs Owner : Franklin Township,OH Owner Contact Nick Selhorst Contract Amount : $136,000.00 Completion Date : 07/31/2019 Project Description : Stabilize roadway by installation of gabion baskets Project Name : Koch Foods Freezer Expansion Owner : Tippman Construction LLC Owner Contact : Matthew Streicher Contract Amount : $1,751,680.50 Completion Date : Project Description : Installation of underground utilities, earthwork, concrete pavement, concrete retaining wall. Project Name : Bridge Rehabilitations on Winton,Happy,and ResorA Roads Owner : City of Fairfield, OH Owner Contact : Ben Mann Contract Amount : $460,611.00 Completion Date : Project Description Bridge deck repair including removing+/-2'of existing deck and replacing Project Name : Lexington Convention Center Owner : Besco Owner Contact : Contract Amount : $53,433.00 Completion Date : Project Description : Leased labor and equipment to BESCO installing electrical conduit Project Name : ENV Kirwan -Blanding Sidewalk and Tunnel Abandon Owner : Sunesis Environmental Owner Contact : Contract Amount : $256,922.75 Completion Date Project Description : Underground Infrastructure EXHIBIT'A' Page 121 of 229 Project Name : Blanchet Road Bridge- KYTC 191002 Owner : Kentucky Transportation Cabinet Owner Contact : Jerry Keith Contract Amount : $2,231,646.81 Completion Date : 10/01/2019 Project Description : Bridge reconstruction over active railroad Project Name : Mariemont High School Addition and Renovation Owner : Turner Construction Company,Cincinnati Owner Contact : Nick Aldemeyer Contract Amount $926,811.00 Completion Date : Project Description : Repurpose existing athletic field into parking lot including storm retnetion and drainage. Project Name : Wasson Way Trail Phase 2A Owner : City of Cincinnati,OH Owner Contact : Brandon Lecrone Contract Amount: $2,486,127.32 Completion Date : Project Description : Convert existing railroad bridges over 1-71 to be used as pedestrain traffic Project Name : Woodlands Backyard -Phase 1 Owner : Five Buddies,LLC Owner Contact : Todd Henderly Contract Amount: $370,722.50 Completion Date : Project Description : Site improvement for new volleyball facility Project Name : Water Main Break Repair Owner : City of Dayton, OH Owner Contact : Contract Amount : $799,203.00 Completion Date : Project Description : Repair of 60 LF of 36" PCCP located in the Great Miami River. Installation of sheeting cofferdam and associated dewatering. EXHIBIT'A' Page 122 of 229 Project Name : Woodland Trails Storm Shelter Owner : Arcon Builders Owner Contact : Ray Mervar Contract Amount : $16,950.00 Completion Date : Project Description : Modify existing access bridge to allow for new construction traffic Project Name : Mariemont School Pipe Repair Owner : Turner Construction Company, Cincinnati Owner Contact : Nick Aldemeyer Contract Amount : $70,518.00 Completion Date : Project Description : Replace failing storm pipe Project Name : Kennedy Ave Bridge over IN OH Railway Owner : Cincinnati Water Works Owner Contact : Brandon Lecrone Contract Amount : $2,886,000.00 Completion Date : Project Description : Bridge reconstruction over active railroad Project Name : ODOT 190313 - HAM - CR 251 Minor Reconstruction ODOT 190313 Owner : Ohio Department of Transportation Owner Contact : BJ Jetter Contract Amount: $4,004,876.00 Completion Date : 06/01/2021 Project Description : Street scape in the heart of Deerpark including lighting and utility update Project Name : Slope Reconstruction - Elda Landfill Owner : Waste Management of OH Owner Contact : Robin Jones Contract Amount : $212,968.75 Completion Date : 11/01/2019 Project Description : Slide remediation and drainage improvement EXHIBIT'A' Page 123 of 229 Project Name : Colonel Glenn Highway-Kauffman Ave. Widening Project(Part 2) Owner: City of Fairborn,OH Owner Contact : Lee Harris Contract Amount : $4,294,798.00 Completion Date : 06/14/2020 Project Description : Project consisted of construction of new roundabout, full depth concrete pavement repairs, storm and sanitary sewer, water main, asphalt pavement walking path,pavement markings,traffic signals Project Name : Cafe Valley Bakery -Waste Water Treatment Owner: Mehall Contracting, Inc. Owner Contact : Todd Mehall Contract Amount : $110,630.00 Completion Date : Project Description : Installation of Pump Station Project Name : Antioch Road and Moore Road Intersection Owner : Clinton Co. Engineer,OH Owner Contact : Adam Fricke Contract Amount : $688,481.30 Completion Date : 11/15/2019 Project Description : Improvement of line of site by road construction Project Name : Oxford Area Trails System Phase 2 Owner: City of Oxford,OH Owner Contact : Scott Otto Contract Amount : $2,355,154.70 Completion Date : 10/16/2020 Project Description : 3.5 miles of bike path including new concrete retaining walls and two pedestrian bridges Project Name : Newport Riverfront Commons Pedestrian Bridge Owner : City of Newport, KY Owner Contact : Larisa Sims Contract Amount : $1,326,564.00 Completion Date : 12/01/2019 Project Description : New pedestrian bridges connecting Newport on the Levee to Riverfront Commons bike path EXHIBIT'A' Page 124 of 229 Project Name : Huffman Dam Recreation Trail Owner : Miami Conservancy District Owner Contact : Don O'Conner Contract Amount : $330,856.96 Completion Date : Project Description : Remove existing concrete pavement and install meandering bike trail on top of dam. Project Name : Sheet Piling and Shoring,New Carlisle, Ohio Owner : AST Environmental Owner Contact : Zach Zawila Contract Amount : $147,600.00 Completion Date : Project Description : Installation of Sheet Piling Project Name : Darke County Airport Access Drive and Rehabilitate Taxilane A &Al Owner : Darke Country Commissioners Owner Contact : Ben Cooley Contract Amount : $222,197.00 Completion Date : Project Description : New access installed to hangers and improvments to taxilane Project Name : Miami Erie Canal Six Mile Aqueduct Restoration Owner : Ohio Department of Transportation Owner Contact : Jacob Bench Contract Amount : $1,110,601.00 Completion Date : 12/31/2019 Project Description : Restoration of historic aqueduct structure including replacing failed wingwall and stone channel lining improvemennts EXHIBIT'A' Page 125 of 229 •• Project Name : Renovation of Green River Lock and Dam No. 3 Owner: Rochester Dam Regional Water Commission Owner Contact : Contract Amount : $2,907,359.00 Completion Date : Project Description : Complete fortification of existing dam and lock structure (Rochester Green River Lock and Dam No.3), stabilizing the water pool elevation for the water district of the neighboring communities. Scope includes: installation of concrete weirs to cut off existing mill race, 2001f sheeting installation across the river, 16x16x4 grout bags (qty 16) placement along the crest of the dam, as well as bulkhead installation to secure and close off existing lock for historical preservation. To perform this work multiple approaches are needed not only from heavily restricted land access, but from in water and on water in order to complete all scopes. Causeway installation was required to redirect the flow of the river during weir installation, barge mounted excavators will be used for all the in river sheeting and grout bag installations, and divers to finalize the connection point to the lock. A very challenging project, with unforgiven river conditions make it fairly unpredictable and requires quick adaptation for whatever the conditions present. Project Name : Dam Removal -East Fork Lake Owner : Valley View Foundation Owner Contact : Vanessa Hannah Contract Amount : $256,117.00 Completion Date : 09/30/2019 Project Description : Removal of existing low head dam and stream remediation Project Name : Teays Valley High School - Security and Canopy Improvements Owner : HCG Construction/Teays Valley School District Owner Contact : Contract Amount : $48,128.00 Completion Date : Project Description : Minor site grading, storm sewer and inlet installation, and installing pipe installation on existing underground utilities. Project Name : Millikin Road Improvements Owner : Butler County Engineers Office, OH Owner Contact : Dave Quimby Contract Amount : $1,176,093.00 Completion Date : 11/08/2019 Project Description : Line of sight safety improvement and road construction EXHIBIT'A' Page 126 of 229 Project Name : Sanitary Sewer Improvments Phase 2 - Dayton International Airport Owner : City of Dayton, OH Owner Contact : Eoghan Gregory Contract Amount : $3,654,507.90 Completion Date : Project Description : Updating sanitary system to combine glycol and sanitary including new monitoring system to show amount of glycol being introduced into system. New concrete roadway. Project Name : Duke Buffington Station Spoils Disposal Owner : PAR Electrical Contractors/Duke Owner Contact : Chris Lake Contract Amount : $19,996.00 Completion Date : Project Description : Removal of dirt spoils Project Name : Hamilton Rd at Gilmore Improvements Owner : Butler County Engineers Office, OH Owner Contact : Dave Quimby Contract Amount : $1,671,731.00 Completion Date : 11/01/2019 Project Description : Intersection realignment of Gilmore Road and Hamilton Mason Road including a roundabout, storm sewer and lighting Project Name : Small Structure Replacement Culvert-INDOT 38619 Owner : Ohio Department of Transportation Owner Contact : David McManaway Contract Amount : $169,475.00 Completion Date : 11/15/2019 Project Description : Box culvert replacement Project Name : Design Engineering related to Sunesis project 19-45 Owner : City of Cincinnati, OH Owner Contact : Rich Pohana Contract Amount : $38,115.00 Completion Date : 11/04/2019 Project Description : Design Engineering related to Sunesis project 19-45 EXHIBIT'A' Page 127 of 229 Project Name : Shawnee Run Slide Repair-ODOT 190418 Owner : Ohio Department of Transportation Owner Contact : Josh Mrvelj Contract Amount: $296,299.00 Completion Date : 12/01/2019 Project Description : Slide repair by extending existing box culvert, unloading slope and regrading at 2.5:1 (2) Small Structure Culvert Replacements Harrison-Brookville Rd. - INDOT Project Name : 38620 Owner : Ohio Department of Transportation Owner Contact : David McManaway Contract Amount : $613,279.00 Completion Date : 07/31/2020 Project Description : Four side box replacement Project Name : Fayette County Airport Parallel Taxiway Phase 1 Owner : Fayette County Airport Owner Contact : Bruce Brandstetter Contract Amount : $1,810,249.00 Completion Date : 06/20/2020 Project Description : Extension of taxiway,update storm and electrical components Project Name : New London Road Beam Replacement Owner : Butler County Engineers Office,OH Owner Contact : Dave Quimby Contract Amount : $268,226.00 Completion Date : 12/13/2019 Project Description : Box beam bridge replacement Project Name : Vetizon Trench Restoration Owner : Tim Holley Excavating and Directional Drilling, Inc. Owner Contact : Contract Amount : $109,650.00 Completion Date : Project Description : Restore roadway following excavation and conduit placement(by others). EXHIBIT'A' Page 128 of 229 Project Name : MCD-ODNR-Lockington Dam Right Wall Drain System & Concrete Repair Owner : Miami Conservancy District Owner Contact : Don O'Conner Contract Amount : $2,540,326.00 Completion Date : Project Description : Concrete wall repair, drainge system update and new crane pad on top of the dam Project Name : Norfolk Southern- East Water Street Owner: Norfolk Southern Owner Contact : Kennth Cook Contract Amount : $14,972.00 Completion Date : Project Description : Installation of ODOT Type 6 Curb and Sideway to protect new Mechanical Arms. Project Name : Norfolk Southern - Eastern Avenue, Chillicothe, OH Owner : Norfolk Southern Owner Contact : Kennth Cook Contract Amount : $10,838.00 Completion Date : 08/29/2019 Project Description : Installation of ODOT Type 6 Curb and Sideway to protect new Mechanical Arms. Project Name : Wright Brothers Airport Taxilane B-1 Widening Owner : City of Dayton, OH Owner Contact : Eoghan Gregory Contract Amount : $354,456.00 Completion Date : Project Description : This project included storm, electrical work, widening and striping of the existing asphalt pavement taxi lane Project Name : Amazon- CVG BP 3 Grading and Drainage Owner : Whiting Turner Amazon Owner Contact : Mel Lind Contract Amount : $1,826,219.00 Completion Date : Project Description : 6000 LF of storm Drain pipe installation (15" to 36") with depths ranging from 4' to 18' in rock, curb boxes, drop inlets, subgrade excavation & compaction, and 15,000 LF of underdrain installation. EXHIBIT'A' Page 129 of 229 Project Name : Elberon Ave. Slide Repair Design Owner : City of Cincinnati, OH Owner Contact : Rich Pohana Contract Amount : $693,288.00 Completion Date : 11/04/2019 Project Description : Construct Pile and Lagging Earthen Retention Wall with architectural cast in place concrete face Project Name : Norfolk Southern -Trenton Road Owner : Norfolk Southern Owner Contact : Matt Cook Contract Amount : $13,310.00 Completion Date : Project Description : Installation of ODOT Type 6 Curb to protect new Mechanical Arms. Project Name : Elm Street Bridge Replacement Owner : City of West Carrollton, OH Owner Contact : John Vance Contract Amount : $1,101,697.00 Completion Date : 08/04/2020 Project Description : Existing bridge replacement including updateing utilities and channel widening Project Name : GSI - Cedar Grove, IN Owner : GeoStabilization International Owner Contact : Eric Bledsoe Contract Amount : $73,073.00 Completion Date : Project Description : Install Sheet Piling for GSI Project Name : W. Airway Road -Montgomery County - ODOT 190545 Owner : Ohio Department of Transportation Owner Contact : Joe Sapp Contract Amount : $2,265,764.00 Completion Date : 08/15/2020 Project Description : Road widening, new curb, sidewalks, ADA ramps, driveways, road milling and resurfacing, stripping, new traffic signals and signage. EXHIBIT'A' Page 130 of 229 Project Name : Great Miami River Water Crossing Owner : City of Dayton, OH Owner Contact : Chris Holmes Contract Amount : $992,810.00 Completion Date : Project Description : Directinal drill 30" HDPE under Great Miami River Project Name : East Bend Generating Station Owner: Duke Energy- East Bend Owner Contact : David Smith Contract Amount : $402,787.00 Completion Date : Project Description : New road install, asphalt paving to fix drainage issues, equipment pad grouting, site grading and stone placement at Duke Energy Eastbend Energy Plant Project Name : Riverside Crossing Park Owner : Turner Construction Company, Cincinnati Owner Contact : Eric Kaiser Contract Amount : $1,562,657.00 Completion Date : 04/30/2021 Project Description : Project consisted of piling and lagging earthen retention wall, mass earthwork, sanitary and storm sewer, water, etc. Project Name : Riverside Dr. Emergency Storm Repair Owner : City of Dayton,OH Owner Contact : Ben Botkin Contract Amount : $150,000.00 Completion Date : Project Description : Repair of collasped manhole and associated roadway work. Project Name : Little Miami Scenic Trail-Newton Rd. to Walton Rd. Owner : Great Parks of Hamilton County Owner Contact : Joe Walter Contract Amount : $987,886.00 Completion Date : 05/01/2020 Project Description : Bridge Abutment, CIP Wingwalls to complete and match abandoned train bridge existing historical stone. Sheet Piling, P5 Geogrid Installation, mass clearing and grubbing to install 2,000 FT Asphalt Bike Trail for Hamilton Parks. Site was encompassed with all new landscaping. EXHIBIT'A' Page 131 of 229 Project Name : KYTC 195152-Grant-Asphalt Rehab with Bridge Owner : Kentucky Transportation Cabinet Owner Contact : Jeny Keith Contract Amount : $7,207,443.00 Completion Date : Project Description : Multi bridge replacement incluiding HSIP porition with soil nailing Project Name : City of Hamilton - Champion Mill Complex Public St Improvements Owner : Hamilton County Engineer's Office Owner Contact : Pat Yingling Contract Amount : $14,529,053,00 Completion Date : 08/01/2022 Project Description : Roadway reconstruction, revitilizing North B Street including utility updates to accomidate the Spooky Nook Sports Facility Project Name : ODOT 190599- Clermont County -Bridge Repair Owner : Ohio Department of Transportation Owner Contact : Jason Haus Contract Amount : $1,893,252.00 Completion Date : 05/31/2021 Project Description : Box beam bridge replacement Project Name : Emergency Well Field Raw Water Improvement Owner : City of Dayton,OH Owner Contact : Ben Botkin Contract Amount : $458,217.00 Completion Date : 06/06/2020 Project Description : Burial of 1600 LF of 24 inch HDPE and 100 LF of 8-10 inch Ductile Iron water main pipe for the city of Dayton well field. Installation of new gate valves, power actuated valves, and air check valves ranging from 8 to 24 inches in size. Installation of new precast structures for all the new valve assemblies. Project Name : Tolbert Road Superstructure Replacement Owner : Butler County Engineers Office, OH Owner Contact : Dave Quimby Contract Amount : $440,114.00 Completion Date : Project Description : Box beam bridge replacement EXHIBIT'A' Page 132 of 229 Project Name : East Bend Power Plant-Receiving Dock Paving Owner : Duke Energy - East Bend Owner Contact : David Smith Contract Amount : $16,443.00 Completion Date : Project Description : Asphalt paving for equipment parking area at the Duke East Bend Power Plant. Project Name : CSX - CR 58C -Upper Sandusky Owner : CSX Transportation Owner Contact : Ariel Delos-Reyes Contract Amount : $11,952.00 Completion Date : Project Description : Installation of curb for protection of newly installed signal arms. Project Name : Norfolk Southern- Stewart Street, Dayton Owner : Norfolk Southern Owner Contact : Chuck Burgess Contract Amount : $14,120.00 Completion Date : Project Description : Installation of curb for protection of newly installed signal arms. Project Name : Emergency Bridge Repairs- ODOT 200038 Owner : Ohio Department of Transportation Owner Contact : Jason Haus Contract Amount : $499,980.00 Completion Date : 05/02/2022 Project Description : Misc. repairs on ODOT infrastructure Project Name : CSO 408 and 413 HW/DW Protection Owner : Metropolitan Sewer District Owner Contact : Maria Donisi Contract Amount : $2,904,311.00 Completion Date : Project Description : Installation of two new concrete headwall outfalls for the existing combined sewer outlet pipes. The work consists of both permanent and temporary sheet piling, 50 h-piles both 12 & 14 inch, 500 cubic yards of cast in place concrete, new outlet pipes,handrails and ladders, and perimeter fence replacement. EXHIBIT'A' Page 133 of 229 • Project Name : Maintenance Building; Lift Station- OSU 180435 Owner: The Ohio State University Owner Contact : Contract Amount : $99,031.00 Completion Date : Project Description : Installation of new pump station and re-routing of existing sewer system into new station Project Name : Intersection Improvement -Mail/Cereal/Haldimand/Westem Owner: City of Hamilton, OH Owner Contact : Dan Synder Contract Amount : $3,474,215.00 Completion Date : 09/29/2021 Project Description : Conversion of multi road intersection to 4-way intersection, site utilities, storm, water, gas, undercutting and full depth replacement including signalization. Project being performed over 5 phases in order to maintain traffic while work is completed. Project Name : Southeastern Correctional Institute Water Main&Pump Station Owner: Ohio Department of Rehabilitation and Correction Owner Contact : Larry Parker Contract Amount: $1,318,553.00 Completion Date : Project Description : Work performed for SCI includes multiple scopes: 1) Watermain improvements, consisting of the installation of new (and abandonment of existing) combination HDPE and ductile waterline and booster pump station and hookup, tied into existing clear well station, to replenish water resources for the facility; most of the work performed on rock hill side with areas +30% slope, 2) slip remediation along exterior of the facility, consisting of excavation and embankment rework, drainage adjustment, and rip rap installation. 3)interior sink hole repair, involves boring above existing tunnels under roadway to reroute the onsite drainage from low spot in facility yard to rip rap outfall outside the facility. Project Name : Highland Pike Sanitary Sewer Replacement Owner : Sanitary District No. 1 KY Owner Contact : Lydia Watkins Contract Amount : $2,418,906.00 Completion Date : Project Description : Sunesis to perform a horizontal directional drill of approximately 2,092 linear feet of 20" HDPE IPS DR-9 HDPE pipe approx. 60' deep with 216 linear feet of 15" PVC sanitary sewer pipe. Work also consists of two (2) new 4' diameter manholes up to 60'deep. and one (1) 6' diameter manhole. Work is located along Highland Pike near Ft. Wright Nature Center in Kenton County,Kentucky. EXHIBIT'A' Page 134 of 229 Project Name : 1-71 Ramp D - Turn Lane-ODOT 200170 Owner : Ohio Department of Transportation Owner Contact : Mark Brumenschenkel Contract Amount : $456,028.00 Completion Date : 10/30/2020 Project Description : Widening of existing road for additional turn lane. Concrete traffic island reconfiguration, storm drain pipe, under drain pipe, traffic signal reconfiguration and pedestrian signals. Curb, Sidewalk, and ADA ramp construction. Project Name : Front Street Gaurdrail Owner : CSX Transportation Owner Contact : Contract Amount : $29,672.00 Completion Date : Project Description : Installation of curb and guardrail for protection of newly installed signal arms. Project Name : Roadway Slide Correction - SR 1 INDOT 38637 Owner : Ohio Department of Transportation Owner Contact : INDOT Contract Amount : $2,495,512.00 Completion Date : 06/15/2021 Project Description : Work consists of slide correction along SR1 in Guilford, IN. Sunesis is to perform construction relative to the earth related elements of the landslide correction project including (40) 64' drilled shafts including retaining wall panels, tieback of earth embankments and roadway pavement subgrade treatment including restoration of existing pavement along with sub-drainage utilities. Project Name : Anderson Reservoir Rehab Owner : City of Dayton, OH Owner Contact : Liz Zelinski Contract Amount : $4,287,242.00 Completion Date : 10/31/2021 Project Description : Demolition of existing pump station and the construction of a new prefabricated pump station. Concrete rehabilitation and repair inside reservoir, utility pipe installation consisting of ductile iron pipe ranging in size between 6"-24". Geomembrane liner and aggregate drainage system installation on top of reservoir. EXHIBIT'A' Page 135 of 229 Project Name : Scioto Co. Bridge Wall Refacing-ODOT 200307 Owner : Ohio Department of Transportation Owner Contact : Eric McLaughlin Contract Amount : $420,433.00 Completion Date : 09/01/2020 Project Description : Stabilize existing stone abutment walls utilizing a singe side concrete wall installation Project Name : Muskington River McConnelsville Design Project Owner : Ohio Department of Transportation Owner Contact : James Hilovsky Contract Amount : $827,102.00 Completion Date : Project Description : Design Phase for reconstruction of Lock&Dam #7 replacement Project Name : Norfolk Southern, Spring Lane Road Realignment Owner : Norfolk Southern Owner Contact : Michael Lynch Contract Amount : $42,475.00 Completion Date : Project Description : Realign Project Name : Allied -Landen Lake Part 1 Owner : Allied Technical Services Owner Contact : Contract Amount : $67,925.00 Completion Date : Project Description : The removal of the existing to drain aggregate with 8" pipe. Install new toe drain aggregate with 12" Perforated HDPE SCH-17 pipe. Minor regrading, installation concrete flex-a-mat with erosion contraol blankets. Concrete surface &repairs as shown and based on quantities provided. Project Name : Brown Co. Bridge Replacement- ODOT 200309 Owner : Ohio Department of Transportation Owner Contact : Brent Davis Contract Amount : $884,092.00 Completion Date : 10/15/2020 Project Description : Box beam bridge replacement EXHIBIT'A' Page 136 of 229 • Project Name : Emergency A Project- Blue Creek Hill Owner: Ohio Department of Transportation Owner Contact : Jeremy Grooms Contract Amount : $1,032,897.00 Completion Date : Project Description : Reinforced drilled shaft retaing wall. Assoicated roadway and drainage work. Project Name : Messer- SEHC Outpatient Surgery Center BP-02 Owner : Messer Construction Co. Owner Contact : Jaron Pyle/Drew Hall Contract Amount : $903,122.00 Completion Date : Project Description : Site work for OSC. Demo of existing site features. Asphalt, concrete curb, concrete pavement, concrete walk, site features, site utilities. Project Name : Harry Sauner Storm Sewer Owner : City of Hillsboro, OH Owner Contact : Gary Silcott Contract Amount : $226,210.00 Completion Date : Project Description : This project included 12", 24" and 36" storm sewer approx. 5' deep, curb, 5FT wide sidewalk and curb/gutter. This project required lining of the existing culvert,which was a 36"CIPP. Project Name : ODOT 200374 - Greene US 68-09 Bridge Repair Owner : Ohio Department of Transportation Owner Contact : ODOT Contract Amount : $1,257,784.00 Completion Date : 11/30/2021 Project Description : Rehabilitate bridge GRE-68-0957 by installing scour protection along the footings, rehabilitate bridge GRE-68-1335 by replacing the deck edges, overlaying the wearing surface, encasing the pier piles and performing other minor maintenance items. Project Name : ODOT 200387 - Montgomery Englewood Patty's Bridge Repair Owner : Ohio Department of Transportation Owner Contact : ODOT Contract Amount : $29,373.00 Completion Date : 09/30/2020 Project Description : Rehabilitation of Patty's Bridge consisting of rebuilding a deck edge and stabilizing abutments. EXHIBIT'A' Page 137 of 229 • Project Name : COL-Blueprint Linden-Agler-Berrell Owner : City of Columbus, Public Utilities, DOSD Owner Contact : Nick Domenick Contract Amount : $3,799,263.00 Completion Date : Project Description : The project consists of construction of Biorention basins within the ROW and on parcels owned by the City of Columbus. Project includes the modifications to the existing stormwater collection and conveyance system, addition of curb bump outs and regional green infrastructure facilities. Project involves removal and replacement of sidewalks, concrete curbs and asphalt pavement in select areas. Project Name : Essity- GMR Storm Drain Owner : Essity Operation Wausau,LLC Owner Contact : Contract Amount : $80,511.00 Completion Date : Project Description : Repair of two (2) areas of observed damage to the 24" diameter river drainage line that runs from within our property to the Great Miami River. Project Name : OSU Hospital Fountain Repair Owner : Elite Construction Owner Contact : Tim Reeves Contract Amount : $33,648.00 Completion Date : 08/12/2020 Project Description : Selective demolition of existing concrete structure and addition of sump pump with new CIP extended channel Project Name : Allied - MSDGC-Rapid Run PS Platform Foundation Owner : Allied Technical Services Owner Contact : Contract Amount : $38,200.00 Completion Date : Project Description : Excavate, F&I subbase, form, place, finish 1 ea. Concrete pad and lea. Stair footing. Includes concrete in steel cap at completion. Backfill pad &regrade site. EXHIBIT'A' Page 138 of 229 Project Name : HGC - Columbus Amazon Owner: HGC Construction Owner Contact : Taylor Andrews Contract Amount : $1,987,078.00 Completion Date : Project Description : Site work and utility work for a new distribution center. Large detention basin in existing pavement. Parking lot expansion with utilities including a detention basin. Project Name : INDOT 42150 - Switzerland Scour Protection Owner : Ohio Department of Transportation Owner Contact : Brad Williamson Contract Amount : $106,895.00 Completion Date : 11/20/2020 Project Description : F&I rip rap for scour protection. Project Name : Ulliman Schulte Const- Mill Creek WWTP Process Mechanical Owner : Ulliman Schutte Construction LLC Owner Contact : Josh Matson Contract Amount : $192,000.00 Completion Date : Project Description : Install 84" Hobas pipe, 12" & 8" vent pipes between the diversion chamber and the connector boxes. The installation of the diversion chamber sump pump with 3"discharge pipe. Project Name : Turner-AEP - Car IR Building Owner: Turner Construction Company, Cincinnati Owner Contact : Contract Amount : $94,771.00 Completion Date : Project Description : Mass excavation and site utilities. Project Name : Tate& Lyle Outfall Containment Repair Owner : Tate& Lyle PLC Owner Contact : Contract Amount : Completion Date : Project Description : Excavating existing basin dam, remove existing 3" valve and piping. Installation of new 6" ball valve with 40' of 6" DIP. Install a concrete anti-seep collar around the new drainpipe. Rebuild the dam with excavated clay material. Replace existing rip rap with new additional class C rip rap. Regrade new overflow swale. EXHIBIT'A' Page 139 of 229 Project Name : Glens of Delhi - Landslide Repair Owner : Glens of Delhi Owner Contact : Kim Thornton Contract Amount : $28,690.00 Completion Date : 08/27/2020 Project Description : Repair of landslide behind apartment by excavation, benching, embankment in engineered compacted lifts followed by installation of erosion matting and seeding Project Name : City of Dayton -Keowee St Emergency Water Line Repair Owner : City of Dayton, OH Owner Contact : Contract Amount : $316,397.00 Completion Date : Project Description : Keowee St. Emergency Repair of 36"PCCP Watermain & 48" CIP Plug (Scope 1) &48" CIP Re-route with Valves on Ottawa St and Misc. Ductile Pipe (Scope 2). Project Name : COD - Successful Way Sanitary Lift Station Improvements Owner : City of Dayton, OH Owner Contact : Kenny Roy Contract Amount : $1,035,480.00 Completion Date : 06/30/2021 Project Description : This project consist of the replacement and relocation of an existing sanitary lift station, construction of new 10" sanitary sewer, and construction of a new 6" force main. Demolition of existing lift station and installation of new lift station. Forcemain install. Project Name : Hillsboro - Moberly Branch Phase 1 Owner : City of Hillsboro, OH Owner Contact : Contract Amount : $497,300.00 Completion Date : 05/01/2021 Project Description : The project work shall consist of a 90 foot Pedestrian Bridge, approximately 1200 foot of Walking Trail, ADA compliant attributes and erlated appurtenances and equipment, including all labor, materials and equipment. Install a new asphalt walking trail with a pedestrian bridge crossing. Minor earthwork and restoration included. EXHIBIT'A' Page 140 of 229 Project Name : Landen Farm CSA - Landen Lake Part 2 Owner: Allied Technical Services Owner Contact : Jasmin Lindholm Contract Amount : $219,883.00 Completion Date : Project Description : The removal of the existing toe drain aggregate with 8" pipe. Install new toe drain aggregate with 12" Perforated HDPE SCH-17 pipe. Minor regrading, installation concrete flex-a-mat with erosion control blankets. Concrete surface &repairs as shown and based on quantities provided. Project Name : KYTC 211311 Boone Co Owner : Kentucky Transportation Cabinet Owner Contact : Magaly Weaver Contract Amount : $3,347,737.33 Completion Date : 11/01/2021 Project Description : Rehab existing bridge by adding additional deck width on 2 sides. Minor storm and roadway work. Project Name : City of Dayton - Ph. 2 Keowee St Emergency Water Owner : City of Dayton, OH Owner Contact : Contract Amount : $1,121,205.00 Completion Date : Project Description : Emergency Water Line Repair Project Name : ODOT 203007 I3UT110466 - DESIGN Build Roadway Owner : Ohio Department of Transportation Owner Contact : ODOT Contract Amount : $2,697,330.00 Completion Date : 08/13/2022 Project Description : Construct roundabout at the intersection of US-127 & SR-73. Project Name : ODOT 200494 HAM98547 SR 42 Bridge Repair Owner : Ohio Department of Transportation Owner Contact : ODOT Contract Amount : $954,324.00 Completion Date : 10/01/2021 Project Description : Rehabilitation of the existing structure HAM-42-1198 over Cooper creek by replacement of superstructure and conversion of substructure to semi-integral. EXHIBIT'A' Page 141 of 229 Project Name : Ulliman Schutte Const - Lakeside Force Main Owner: Allied Technical Services Owner Contact : David MacMannis Contract Amount : $3,913,065.00 Completion Date : 10/01/2021 Project Description : pstream sanitary redirection: Manchester, Webber, Illinois, and Tytus. CIPP Lining: Armco to Wildwood, Pump Station Site: Easement off 700 North University Blvd., Force Main: North from pump station, Atco, Jackson, Tytus, Germantown, and Erie to the terminus at the Hydraulic Canal. Project Name : Wilmington-Clarksville Connector PH 1 Bridges (DB) Owner : City of Wilmington,OH Owner Contact : Brian Shidaker Contract Amount : $922,720.01 Completion Date : 06/30/2021 Project Description : Design Build project. Install 4 pedestrian bridges on a future trail for Wilmington. Minor abutment rehab work, minimal approach work, clearing-grubbing,and install bridges and possibly a bridge deck.(TBD) Project Name : ODNR—Little Miami Trail Improvements Owner : Ohio Department of Natural Resources (ODNR) Owner Contact : Contract Amount : $245,500.00 Completion Date : Project Description : Little Miami Trail Improvements and Bike Trail Bridge Decking Replacement o 1 Mobilization per site o Removal of existing decking o Railing to be stacked and stored onsite for pick up by owner o Replacing the wood decking and railing in kind o Asphalt replacement Project Name : Brown Co - Smoky Row Pre-stress Box Beams Owner : Brown County Commissioners Owner Contact : Contract Amount : $137,578.00 Completion Date : 03/30/2021 Project Description : Construct and set in place 7 CB21-48-50L pre-stressed concrete box beams for composite deck and type 5 TST guardrail. EXHIBIT'A' Page 142 of 229 Project Name : Oxford -High St. Safety Improv Part 1 &2 Rebid Owner : City of Oxford, OH Owner Contact : Scott Otto Contract Amount : $3,332,333.00 Completion Date : 08/06/2021 Project Description : Hardscapes project, adding an island to the street Project Name : Campbell Co.-ELR 72 Culvert Replacement - Dodsworth Lane Owner : Campbell County Fiscal Court Owner Contact : Contract Amount : $173,466.19 Completion Date : Project Description : Culvert replacement Project Name : Turner-Bethesda North Cath Lab Expansion Owner : Turner Construction Company, Cincinnati Owner Contact : Tom Gries Contract Amount : $486,350.00 Completion Date : 04/05/2021 Project Description : Expansion, fitout, renovation of Catheterization Labs, Pre and Post Patient Bays and Endoscopy Department. Project Name : Kirk Bros - SCI Retaining Wall Owner : KIRK Bros Co Owner Contact : Contract Amount : $200,388.00 Completion Date : Project Description : The Work includes Installation of beam and precast panel lagging retaining wall, along Christmas Rock Road, adjacent to the water treatment plant. Project Name : WT -Amazon CVG Hub - Site Bollards and Misc Concrete Owner : Whiting Turner Amazon Owner Contact : Mel Lind Contract Amount : $522,744.00 Completion Date : 12/01/2021 Project Description : Install 285 bollards, 6 stoops and 3 sign bases. Bollards to be installed into completed pavement(core drilled). EXHIBIT'A' Page 143 of 229 Project Name : INDOT B-38554-A- Dearborn-Bridge Replacement Owner : Ohio Department of Transportation Owner Contact : William Fortson Contract Amount: $2,811,307.00 Completion Date : 10/31/2021 Project Description : Replacement of 3 failed structures on SR 46 at various locations. One location gets a 3 sided box culvert & minor approach work. Structure 2 and 3 are replacement of existing structure with Concrete bulb beams and cast in place deck. Minor roadway work is included at the approaches. Project Name : INDOT 39771 -Ripley -Bridge Deck, Small Structure Owner : Ohio Department of Transportation Owner Contact : Teny Summers Contract Amount : $549,828.00 Completion Date : 08/31/2021 Project Description : Project 1600684- Remove & replace deteriorated culvert. Minor roadway work included. Project 1593145-Repair failed bridge deck and remove & replace curb. Bridge deck to be overlayed with asphalt. Project Name : ODOT 200608 Wanen Co Minor Widening(WAR106981) Owner : Ohio Department of Transportation Owner Contact : ODOT Contract Amount : $1,246,300.00 Completion Date : 10/01/2022 Project Description : Left turn lane construction with traffic signal. Waterline installation. Project Name : Fuyao - Pump Station Design Owner : Fuyao Glass Owner Contact : Yun Ye (Thomas) Contract Amount : Completion Date : Project Description : New Lift Station/Process Piping/Sewer System Project Name : Roberts Pipeline-Neville Aggregates Owner : Roberts Pipeline Inc. Owner Contact : Nick Deaton Contract Amount : $21,334.00 Completion Date : Project Description : Finish driving the 60 LF of NZ 19 sheet piling. EXHIBIT'A' Page 144 of 229 • Project Name : Lake Lorelei -Lake Lorelei Bridge Rehab Owner: Lake Lorelei Property Owners Association Owner Contact : Rob Pelfry Contract Amount : $239,072.00 Completion Date : 05/01/2021 Project Description : Remove& replace failing bridge deck and minor approach pavement. Project Name : Ohio Health Hobbs Owner: Aims Construction LLC Owner Contact : Mike Whitlow Contract Amount : $17,779.00 Completion Date : Project Description : Shoring and selective demolition. Project Name : ODOT 210023 Highland Co Bridge Replacement(HIG100884) Owner : Ohio Department of Transportation Owner Contact : ODOT Contract Amount : $923,787.00 Completion Date : 09/30/2021 Project Description : Improvement of.05 miles of SR41 by replacement of the bridge HIG-041-0040 over straight creek including approach pavement reconstruction. Project Name : ODOT 210043 -HAM IR75 Sharonville(HAM76256) Owner : Ohio Department of Transportation Owner Contact : ODOT Contract Amount : $45,692,435.00 Completion Date : 09/30/2023 Project Description : IMPROVING HAM-75-14.61, HAMILTON COUNTY, OHIO, IN ACCORDANCE WITH PLANS AND SPECIFICATIONS BY RECONSTRUCTION OF 2 MILES OF INTERSTATE INCLUDING TRAFFIC SIGNALS AND TRAFFIC SURVEILLANCE, LIGHTING AND 'FRAFFIC CONTROL. CONSTRUCTION OF BRIDGE NOS. HAM-75-1539L & R, SINGLE SPAN PRESTRESSED I-BEAMS WITH REINFORCED CONCRETE DECK AND SUBSTRUCTURE, (SPAN: 133'; ROADWAY: 80'-2" TOE/TOE OF PARAPET), OVER SHARON RD. EXHIBIT'A' Page 145 of 229 Project Name : Wilmington-Burtonville Reservoirs Rehab Owner : City of Wilmington, OH Owner Contact : Daniel P. Mendel, PE Contract Amount : $830,600.00 Completion Date : 12/20/2021 Project Description : The Work includes demolition of Burtonville Reservoir No. 1 Inlet Structure, construction of a new Reservoir No. 1 Inlet, demolition of Burtonville Reservoir No. 1 Outlet Structure, construction of a new Reservoir No. 1 Outlet Structure, replacement of miscellaneous yard valves, replacement of sluice gates in the Reservoir No. 2 Outlet Structure, removal of emergency overflow pipes in Reservoir Nos. 1 and 2 berm restoration, and addition of an emergency shutoff to Cowan Creek Pump Station motor controls connected to new level sensors in both reservoirs. Project Name : INDOT B-40972-A- OH County SR 262 over S Fork Owner : Ohio Department of Transportation Owner Contact : Karlei Metcalf Contract Amount : $797,383.61 Completion Date : 11/30/2021 Project Description : Rehabilitate structure by a partial bridge deck replacement and overlay. Includes minor substructure work, approach slabs and approach pavement. Project Name : City of Mason- SR741-2.19 Widening Project Owner: City of Mason, OH Owner Contact : Steve Hartke Contract Amount : $10,887,088.00 Completion Date : 09/30/2022 Project Description : Major widening to 5 lanes on SR 741 from SpyGlass Hill to Welden Drive. Project includes raised medians, shared use path, sidewalk, closed drainage system, 2 new signals, lighting and widening of WAR-741-0226 bridge. The project also includes a shared used path along Bethany and widening for eastbound right turn at Bethany and SR 741 intersection Project Name : Principle Real Estate Grp - Reserve at Scioto Bluff- Sewer Line Ext Owner: Principle Real Estate Grp Owner Contact : Ron Beitzel Contract Amount : $471,785.00 Completion Date : 06/30/2021 Project Description : Sewer line extension. EXHIBIT'A' Page 146 of 229 Project Name : Properties - Windsor Pointe Owner : Sunesis Properties Owner Contact : Ryan Taggart Contract Amount : $1,624,511.00 Completion Date : 09/15/2021 Project Description : Install Sewer, Stonn and Water piping and mass grade site and build road per the provided drawing. Also included in the project is to widen Princton road and add a turn lane into the Subdivision. Project Name : Neyer-Three Oaks Infrastructure Owner : Oakley Yards Land LLC Owner Contact : Michele Loos Contract Amount : Completion Date : 04/26/2022 Project Description : Below Grade Demolition and Crushing; Infrastructure Construction Project Name : BCEO SR-129 Liberty Way& 1-75 Interchange Owner : Butler County Engineers Office, OH Owner Contact : David Quimby Contract Amount : $24,516,510.88 Completion Date : 11/04/2022 Project Description : This project is the reconfiguration of the interchange of SR-129 with Liberty Way and IR-75. This project includes the extension of SR-129 east to roundabout at Cox Road, North of Liberty Way. Existing ramp connections will also be reconfigured along with construction of a new bridge. Project Name : City of Mason - SR-741 3.08 Roundabout Owner : City of Mason, OH Owner Contact : Steve Caddell Contract Amount : $4,897,175.00 Completion Date : 06/30/2022 Project Description : Approximately 0.50 miles of roadway improvements including road widening with curb and gutter and installation of a roundabout at the intersection of SR741 and a future roadway. Work also includes construction of a bike path, sidewalk, storm sewer, sanitary sewer, watermain, street lighting, irrigation, and landscaping. EXHIBIT'A' Page 147 of 229 Project Name : Elk Creek Metropark Sebald Park Bridge Improvements-ReBid 2021 Owner : Board of MetroParks Commissioners Owner Contact : Matt Latham Contract Amount : $132,155.00 Completion Date : 10/31/2021 Project Description : THE EAST HIGH STREET (US 27) SANITARY SEWER REPLACEMENT PROJECT CONSISTS OF THE CONSTRUCTION OF APPROXIMATELY 1,050 L.F. OF 8" SANITARY SEWER MAIN ALONG THE SOUTH SIDE OF EAST HIGH STREET (US 27) FROM EAST OF TALLAWANDA ROAD/ ROUDEBUSH HALL TO PATTERSON AVENUE,FROM STA. 14+74.48 TO STA. 25+00.35. THE PROJECT ALSO INCLUDES THE REMOVAL OR ABANDONMENT OF THE EXISTING SANITARY SEWER THAT IS BEING REPLACED Project Name : East High Street- US 27 -Sanitary Sewer Replacement 2021 Owner : Miami University, Oxford,OH Owner Contact: John Porchowsky Contract Amount : $332,000.00 Completion Date : 07/30/2021 Project Description : THE EAST HIGH STREET (US 27) SANITARY SEWER REPLACEMENT PROJECT CONSISTS OF THE CONSTRUCTION OF APPROXIMATELY 1,050 L.F. OF 8" SANITARY SEWER MAIN ALONG THE SOUTH SIDE OF EAST HIGH STREET (US 27) FROM EAST OF TALLAWANDA ROAD/ ROUDEBUSH HALL TO PATTERSON AVENUE, FROM STA. 14+74.48 TO STA. 25+00.35. THE PROJECT ALSO INCLUDES THE REMOVAL OR ABANDONMENT OF THE EXISTING SANITARY SEWER THAT IS BEING REPLACED. Project Name : CSX -Franklin Street, Troy Ohio Owner : CSX Transportation Owner Contact : Ariel Delos-Reyes Contract Amount : $17,450.00 Completion Date : Project Description : Installation of curb for protection of newly installed signal arms. Project Name : Kenton Co -Dry Creek Bridge Rehabilitation Project Owner: Sanitary District No. 1 KY Owner Contact : Brandy Miller Contract Amount : $763,581.00 Completion Date : 1 1/19/2021 Project Description : Repair & rehab superstructure and abutmanet in 2 phases. Includes complete beam& deck replacement. EXHIBIT'A' Page 148 of 229 Project Name : CSX West St. MI0567, Coloma MI Owner : CSX Transportation Owner Contact : Ariel Delos-Reyes Contract Amount : $31,684.00 Completion Date : Project Description : Upgrade flashers, remove cantilevers, add half-roadway gates, and realign adjacent driveway at West Street. Project Name : Essity-River Flap Gate Owner : Essity Operation Wausau, LLC Owner Contact : Contract Amount : $46,868.00 Completion Date : 09/30/2021 Project Description : Install a Precast Headwall with Wingwalls and Tideflex Checkmate Valve for Essity Operations Wausau,LLC. Project Name : Boone -Peel Road Bridge Owner : Boone County, KY-Fiscal Court - County Administration Owner Contact : Daniel Menetrey,PE Contract Amount : $348,106.00 Completion Date : 12/01/2021 Project Description : Peel Road Bridge Replacement Project Name : The Learning Experience Owner : Greenhaus Construction, LLC Owner Contact : Contract Amount : $179,000.00 Completion Date : Project Description : Demolition, Erosion Control, Site Earthwork, Storm, Water, Sanitary Sewer Project Name : Properties-Wilson Farms Ph. 6 Owner : Sunesis Development Owner Contact : Contract Amount : $2,646,032.00 Completion Date : 12/10/2021 Project Description : Ad additional 266 lot development, comprised of single family traditional homes on 110 acres. This is an expansion of the current Wilson Farms community. EXHIBIT'A' Page 149 of 229 Project Name : PVS Nolwood Chemicals Erosion Repair Owner : PVS Chemicals,Inc. Owner Contact : Scott Durham Contract Amount : Completion Date : Project Description : Mobilization/Demobilization • Saw Cut Existing Pavement Edge for Clean Interface with New Curb (100') • Install 3x3 Standard Catch Basin with HS20 Rated Grate (4' deep) • Excavate, Form and Pour 12"x24" Barrier Curb (100') • Install 24" ADS,N-12 Drainage Pipe with 45 deg. End Condition (approx. 20') • Remove and Replace Existing Rip Rap • Install additional Type B Rip Rap in Eroded area • Supply and Grade Topsoil (approx. 15 CY) • Install Seed and Erosion Matting(approx. 850 SF) • Private Utility Location and Marking Project Name : COD -Dayton Parallel Sewer Phases C&D (CT213065) Owner : City of Dayton,OH Owner Contact : Kenny Roy Contract Amount: $19,616,919.00 Completion Date : 08/24/2024 Project Description : This project consists of the construction of a water main relocation and construction of an interceptor sewer parallel to the existing interceptor sewer along the West side of the Great Miami River from Longworth Siphon (near Albany Street) to Deeds Point Junction Chamber (near Riverside Drive). Approximately 11,350 linear feet of 6-foot high by 8-foot wide box culvert with "V"channel and 1,420 1ft of 36 inch PCCP watermain will be installed via open cut. Project Name : UC- Siddal Storm Sewer Improvement 21223 Owner : University of Cincinnati Owner Contact : Gina Dumford Contract Amount : $180,425.00 Completion Date : Project Description : Install 10"& 8" storm piping. Project Name : INDOT R-42114-A - Franklin Co Small Structure Pipe Lining Owner : Ohio Department of Transportation Owner Contact : Travis Mankin Contract Amount : $225,277.97 Completion Date : 07/29/2022 Project Description : Extend & repair by culvert paving-a deteriorated culvert. Pipe invert paving,new pipe, minor earthwork,pump around, and new erosion control measures. EXHIBIT'A' Page 150 of 229 Project Name : The Landings at Bear Creek Owner : Rectena Fund 2, LLC Owner Contact : Chip Combs Contract Amount : $107,135.00 Completion Date : Project Description : Remove the existing Trestle Bridge and install a new prefabricated Bridge. Project Name : West Ridge Retaining Walls Owner : West Ridge W, LLC Owner Contact : Neil Hughes Contract Amount : $132,096.00 Completion Date : 10/08/2021 Project Description : Work shall consist of furnishing and construction of a KEYSTONE Compac Unit Retaining Wall System in accordance with these specifications and in reasonably close conformity with the lines, grades, design, and dimensions shown on the plans. No alternate wall systems will be considered. Work includes preparing foundation soil, furnishing and installing leveling pad, unit drainage fill and backfill to the lines and grades shown on the construction drawings. Work includes furnishing and installing geogrid soil reinforcement of the type, size, location, and lengths designated on the construction drawings. Project Name : CSX MI0602 - Lakeside Rd.,New Buffalo,MI Owner : CSX Transportation Owner Contact : Contract Amount : $17,620.00 Completion Date : Project Description : Curb Installation, Pavement Removal and Restoration Project Name : Sharonville Convention Center Owner : Megen Construction Company Inc. Owner Contact : Bob Dech Contract Amount : $1,575,700.00 Completion Date : 06/21/2022 Project Description : Expansion of an exiting convention center with associated relocation of existing utilities and parking addition. Project Name : Dayton Well Field Liquid Oxygen Tank Evaporator Expansion Project Owner : City of Dayton, OH Owner Contact : Doug Sayer Contract Amount : $58,947.00 Completion Date : Project Description : Site improvements including concrete pavement and privacy fending EXHIBIT'A' Page 151 of 229 Project Name : Hamilton Co. Structure Modifications RFQ Owner : Hamilton County Purchasing Department Owner Contact : William Hasty Contract Amount : $19,700.00 Completion Date : 12/12/2021 Project Description : Construction of two detention basin retrofits (retrofits) located approximately 2-miles apart (by road) in Blue Ash and Sycamore Township,Hamilton County, Ohio. Both retrofits will involve installation of modifications to the existing outflow structures, and one of the retrofits will also involve installation of new rock structures. KYTC 211349 Kenton Co - 175 & 171 JPC Pavement with Grade & Drain (Call Project Name : 103) Owner : KYTC Division of Purchases Owner Contact : Ryan Griffith Contract Amount : $8,781,411.00 Completion Date : 12/01/2022 Project Description : 1-75/1-71 TURNAROUND INCLUDING NORTH LANES AND ENTRANCE RAMPS, A DISTANCE OF 0.32 MILES.JPC PAVEMENT WITH GRADE & DRAIN SYP NO. 06-00082.00. Project Name : Rebid - SORTA - Repairs &Rehabilitation -Montgomery Road Bridge Revision Owner : SORTA -Metro Owner Contact : Contract Amount : $912,890.00 Completion Date : 06/01/2022 Project Description : Repairs and rehabilitation for the SORTA owned Montgomery Road bridge over the Indiana and Ohio Railway. Project Name : Mason -US 42 Roundabouts Owner : City of Mason,OH Owner Contact : Jennifer Heft Contract Amount : $4,679,434.00 Completion Date : 12/31/2022 Project Description : This project consists of construction of two modern roundabouts, converting existing T-intersections at US 42 and both Bethany Rd. and Mason Morrow Millgrove Rd. This project also includes widening US 42 between the two roundabouts and construction of a shared use path along Bethany Rd. and US 42 from Bethany Rd. to the Mason Sports Park on Mason Morrow Millgrove Rd. The project includes approximately 0.63 mile of pavement and 0.57 mile of shared use path construction. EXHIBIT'A' Page 152 of 229 Mont Co - Habitat and Summit Med Lift Station and Force Main Replacement Project Name : REBID Owner: Montgomery County Purchasing Department Owner Contact : Contract Amount : $3,447,847.00 Completion Date : 02/03/2023 Project Description : This project will include the elimination of two existing sanitary lift stations, installation of new gravity sanitary sewer and force main, and the installation of a new submersible lift station within Miami Township, Ohio. Project Name : CSX NS Park Road, Columbus OH Owner : CSX Transportation Owner Contact : Ariel Delos-Reyes Contract Amount : Completion Date : Project Description : Upgrade flashers, remove cantilevers, add half-roadway gates, and realign adjacent driveway at West Street. Project Name : ODOT 220054 - Hamilton- SR 126-16.81 Slide Repair Owner : Ohio Department of Transportation Owner Contact : Tom Brammell Contract Amount : $461,037.00 Completion Date : 08/01/2022 Project Description : Repair the slope on SR 126 WB, in addition to the slope repair, include culvert outlet work on HAM-126-16.868 that was non-performed from PID 97213. Project Name : ODOT 220124 - Hamilton - 1-71 and Stewart Ramp Owner : Ohio Department of Transportation Owner Contact : Tom Brammell Contract Amount : $507,674.00 Completion Date : 09/30/2022 Project Description : Project entails repair of small culvert along the 171 ramp F at Stewart Road, Hamilton County. The repair includes replacement of approx. 200 feet of pipe along the ramp and sock lining remaining approx. 360 ft. heading to Steward Rd. EXHIBIT'A' Page 153 of 229 Project Name : General Motors Westchester Sewer Project Owner: Greenfield Exempted Village Schools Owner Contact : Ross Bozman Contract Amount : $263,324.00 Completion Date : 04/11/2022 Project Description : Sanitary Sewer Replacement Project Name : Properties - River View Bluffs Developement Owner : Sunesis Development Owner Contact : Contract Amount : $1,757,522.00 Completion Date : 09/30/2022 Project Description : Sub-division: Clearing, Earthwork, Sanitary Sewer, Storm, Water, Electric Crossovers, Curb and Asphalt. Project Name : Needmore & Wagoner Ford WM Repair Owner: City of Dayton, OH Owner Contact : Contract Amount : $184,900.00 Completion Date : Project Description : Water System, Mains, and Service Line Construction to repair a 36" concrete raw water main. Project Name : Messer-Berea College CMIT Building Owner : Messer Construction Co. Owner Contact : Contract Amount : $853,400.00 Completion Date : Project Description : Sitework and utilities, new concrete substructure and steel superstructure, exterior and interior finishes, and complete building systems. Project Name : Lake Waynoka Primary Spillway Phase 1 Owner : Lake Waynoka Property Owners Association Owner Contact : Paul Cahall Contract Amount : $106,874.00 Completion Date : 07/01/2022 Project Description : Excavate soils behind portion of spillway walls, installation of weep holes and drainage medium. Grading the ditches on the outside of each wall, EXHIBIT'A' Page 154 of 229 Project Name : Gerald Young 653 Riley Wills Rd Bridge Owner : Gerald Young Owner Contact : Contract Amount : $179,365.00 Completion Date : Project Description : Demolition of old bridge and construction of a new bridge. Project Name : Messer-Purcell Marian Staubach Stadium Project Owner : Messer Construction Co. Owner Contact : Contract Amount : $1,360,700.00 Completion Date : 12/05/2022 Project Description : The Work for this project consists of earthwork, sitework, retaining walls, utilities, and general construction to accommodate installation of a new synthetic turf field, new angle frame grandstand system (550 - 1,000 seats), new sports field lighting (4-pole system), scoreboard, new support building (340 SF - 1,000SF), and perimeter security fencing. Project Name : Middletown -Ramp Expansion Between Jets Hangar& Safe Skies Owner : City of Middletown Owner Contact : Samantha Zimmerman Contract Amount : Completion Date : Project Description : Project Name : GSI - Impact Hammer Work-US 50 Aurora IN Owner : GeoStabilization International Owner Contact : Contract Amount : $7,850.00 Completion Date : Project Description : EXHIBIT'A' Page 155 of 229 • Project Name : MSDGC - CSO 513 Partial Sewer Separation Owner : Metropolitan Sewer District of Greater Cincinnati Owner Contact : Contract Amount : $6,728,010.00 Completion Date : 01/11/2024 Project Description : The project is intended to reduce combined sewer overflows as CSO 513 by diverting stormwater to a total of approximately 7100 linear feet (LF) of storm sewer in various diameters, 48 manholes, several catch basins and other inlets, two stormwater outfalls, and other sewer appurtenances in two separate alignments. In addition to storm sewer installation, the project will include asphalt and concrete pavement and removal, management of contaminated soils, removal and/or abandonment of existing sewer lines, and relocation of existing utilities. Project Name : ENV -Winchester KY -Town Branch Building Demolition Owner : Sunesis Environmental Owner Contact : Contract Amount : $522,358.00 Completion Date : Project Description : Project Name : Morelia Group -Crossings of Oakley Owner : Morelia Group Owner Contact : Contract Amount : $243,600.00 Completion Date : Project Description : Remove&replace existing superstructure and partial foundations on the bridge. Project Name : Tower Park Development- Tylersville Rd. Widening Owner : TBD Owner Contact : Mike Townsend Contract Amount : Completion Date : 12/15/2022 Project Description : Project Name : Highland County SR-134 Bridge Replacements - ODOT 180060 Owner : Ohio Department of Transportation Owner Contact : Eric Smith Contract Amount : $1,061,706.23 Completion Date : 09/30/2018 Project Description : Bridge replacement- single span prestressed box beams on pile abutments EXHIBIT'A' Page 156 of 229 Project Name : US-40 Small Structure Replacement-INDOT 36916 Owner : Ohio Department of Transportation Owner Contact : Roger Tepner Contract Amount : $356,000.00 Completion Date : 09/30/2018 Project Description : Culvert replacment on US 40 Project Name : Eastern KY University Powell Center Demolition Owner : Sunesis Environmental Owner Contact : Contract Amount : $95,665.00 Completion Date : Project Description : Fabricate and install structural steel for demolition of new openings. Project Name : Parallel Sanitary Interceptor Project Owner : City of Dayton, OH Owner Contact : Contract Amount : $15,701,796.00 Completion Date : 06/01/2019 Project Description : Installation of 7,200 LF of 8'x6' precast box sewer along the banks of the Great Miami River. Asscociated driven sheet pile and dewatering for all sewer installation. Installation of 4ea cast-in place concrete junction chambers. Installation of associated 8", 12 ,24", and 36" sanitary siphon lines. Project Name : Lewis A Jackson Airport Runway Extention Owner : Greene Co. Regional Airport Owner Contact : Greg Shuttleworth Contract Amount : $721,643.00 Completion Date : Project Description : 502 feet runway extension to allow access to larger aircraft including resurfacing existing runway Project Name : St. Rt. 129 Main St. Millville Ave, and Eaton Intersection Improvement Owner : City of Hamilton, OH Owner Contact : Dan Snyder Contract Amount : $2,385,902.05 Completion Date : 08/29/2019 Project Description : Realign major intersection at Main and Main Steet and SR 129 EXHIBIT'A' Page 157 of 229 Project Name : Pippin Road Improvement Owner : Skanska USA Building, Inc Owner Contact : Pete Becker Contract Amount : $372,477.92 Completion Date : Project Description : Roadway widening, new turn lane to accept additional traffic anticiapted for new school Project Name : Struble Elementary Road Improvements Owner : Skanska USA Building, Inc Owner Contact : Pete Becker Contract Amount : $543,150.00 Completion Date : 08/03/2018 Project Description : Roadway widening, new turn lane to accept additional traffic anticiapted for new school Project Name : 66th Street Curb Installation Owner: Norfolk Southern Owner Contact : Contract Amount : $19,213.00 Completion Date : Project Description : Mobilization/Demobilization of all required equipment, materials, etc. Construction of scope. Removal and disposal (to an approved dump site) of all existing pavements, sidewalks. Project Name : WKIP Public Roadway Culvert Installation Owner : Coppage Construction/KP Development Owner Contact : Tim Turton Contract Amount : $239,400.00 Completion Date : Project Description : Multi culvert installation for site development Project Name : Combined Sewer Overflow 217/483 Phase A Owner : MSD Greater Cincinnati Owner Contact : John Hredzak Contract Amount : $2,847,512.00 Completion Date : Project Description : Storm sewer separation including four detention basins 'EXHIBIT'A' Page 158 of 229 Project Name : Piqua, OH Staunton St. Solar Facility Owner : Vaughn Industries/RRC Power and Energy Owner Contact : Monte Seifert Contract Amount : $147,535.00 Completion Date : Project Description : Site work to accept new solar facility Project Name : Wilson Farms Subdivision Property Development Phase 5A/5B Owner : Sunesis Properties Owner Contact : Ryan Taggart Contract Amount : $1,247,922.00 Completion Date : Project Description : Property development to accept new homes/lots by Ryan Homes Project Name : Loveland Heights Insert A Valve Owner : City of Loveland Owner Contact : Cindy Klopfenstein Contract Amount : $62,335.00 Completion Date : Project Description : Install insert a valves on existing water line in multiple locations to allow future isolations as necessary for repairs or maintenance. Project Name : Concrete Apron Owner : Allied Technical Services Owner Contact : Andy Buis Contract Amount : $19,200.00 Completion Date : Project Description : Concrete drive replacement Project Name : Wheel Wash Concrete and Erosion Control Improvment Owner : SWACO Owner Contact : Chad Bellenie Contract Amount: $60,682.00 Completion Date : Project Description : Wheel wash tank and concrete improvements necessary to minimize erosion on outbound truck traffic EXHIBIT'A' Page 159 of 229 Project Name : Lexington Convention Center Site Excavation and Utilities Owner : Messer Construction Co. Owner Contact : Contract Amount : $6,816,053.00 Completion Date : 10/01/2018 Project Description : Sitework and underground utility installation for the renovation of the Lexington Convention Center. Work consisted of drilling and blasting 16,000cy of rock, moving 5,000cy of excavation, boring and installation of the storm and sanitary lines to tie the High St. side of the project and Main St. into existing lines. Including the installation of 9001f of 6'x4' box culvert to tie into the main storm outfall for the City of Lexington, known as Town Branch. After installation of the all the underground utilities, all foundations are being brought to grade,using 30,000tons of DGA for the subgrade prep for the new parking garage and pavilion structures. Project Name : Lake Drain Stucture and Piping Project Owner : Hamilton County Anglers Club Owner Contact : Stephen Spurlock Contract Amount: $80,400.00 Completion Date : Project Description : Replace and update existing lake drain structure and piping Project Name : Beechmont Towers Owner : Scherzinger Drilling Owner Contact : Dave Langenhein Contract Amount: $113,807.50 Completion Date : Project Description : Slide repair and remediation utilizing drilled shafts and plug piles Project Name : Pedestrian Tunnel Maintenance Owner : City of Dublin, OH Owner Contact : Contract Amount : $408,965.23 Completion Date : Project Description : Pedestrian Tunnel installation, extending the existing 9' dia tunnel and installation of stone veneer, on both sides of the pedestrian path. To perform this work a temporary beam and lagging wall had to be installed, prior to cutting out the old tapered ends of the tunnel and replaced with concrete extensions. Tunnel was cleaned and sealed upon completion and tied back into to match existing path elevation. EXHIBIT'A' Page 160 of 229 Project Name : CVG Hanger Box Culvert Owner : CVG Airport Owner Contact : Tim Turton Contract Amount : $128,677.00 Completion Date : Project Description : Precast box culvert as part of the Amazon expansion @ CVG Project Name : Seymour Avenue Site Work Owner : Greater Cincinnati Redevelopment Authority Owner Contact : Tom Leibham Contract Amount : $767,500.00 Completion Date : Project Description : Site improvement including borrow, storm and removals Project Name : University of Kentucky - McVey and Grehan Shoring Owner : University of Kentucky Owner Contact : Contract Amount : $86,307.00 Completion Date : Project Description : Installation of steel support bracing for exterior building walls to allow selective demolition to commence. Project Name : Ponderosa Woods Pump Station Elimination Owner : Metropolitan Sewer District Owner Contact : Steve Jones Contract Amount : $402,891.00 Completion Date : Project Description : Decommissioning existing pump station by directional drilling 315 feet of 8" HDPE pipe to existing manhole Project Name : Horseshoe Dam Rehab Owner : City of Hamilton, OH Owner Contact : Edwin Porter Contract Amount : $241,300.00 • Completion Date : 09/28/2018 Project Description : Spillway rehabilitation EXHIBIT'A' Page 161 of 229 Project Name : City of Dayton Needmore Rd. Well Field Project Owner : City of Dayton,OH Owner Contact : Doug Sayer Contract Amount : $137,772.77 Completion Date : Project Description : Site improvements including concrete pavement and privacy fending Project Name : Fieldstone Farms Entrance and Cin-Day Rd. Widening Owner : Sunesis Properties Owner Contact : Ryan Taggart Contract Amount : $369,227.90 Completion Date : 08/10/2018 Project Description : Roadway improvements to accept traffic into new subdivision Project Name : Fieldstone Farms Subdivision Property Development Owner : Sunesis Properties Owner Contact : Ryan Taggart Contract Amount : $5,222,672.00 Completion Date : 07/16/2018 Project Description : Site development for Ryan Homes Project Name : Little Miami Waste Water Treatment Plant Outfall Improvement Owner : Metropolitan Sewer District Owner Contact : Steve Jones Contract Amount : $169,220.00 Completion Date : Project Description : Restructure outfall structure on the Mill Creek to make it less susceptible to accepting high water elevation. Project Name : I-75 Emergency Services Turnarounds - ODOT 180469 Owner : Ohio Department of Transportation Owner Contact : Ken Pottorf Contract Amount : $340,951.30 Completion Date : 06/30/2019 Project Description : Remove existing barrier wall along I-75 to allow emergency vehicle access EXHIBIT'A' Page 162 of 229 • Project Name : Caroline Ave. Underpass Water Remediation Owner : City of Covington, KY Owner Contact : Rick Davis Contract Amount : $108,283.00 Completion Date : Project Description : Hydraulic and lateral load pressure relief and waterproofing and existing concrete retaining wall Project Name : New Burlington Road Bridge-Design Build Owner : Warren County Owner Contact : Roy Henson Contract Amount : $375,745.00 Completion Date : Project Description : Bridge replacement Project Name : Duke Donaldson Substation Owner : PAR Electrical Contractors /Duke Owner Contact : Chris Lake Contract Amount : $1,105,694.00 Completion Date : 06/27/2019 Project Description : Duke Energy Substation Plant Erlanger, KY. Installation of Soldier Pile and Concrete Lagging Walls, Storm Detention System, Storm Sewer, Mass Earthwork/Grading, Perimeter Road, Site Fencing Erosion Control System Project Name : Cincinnati Art Museum Sewer Replacement and Rehabilitation Phase 1 Owner : Cincinnati Art Museum Owner Contact : Adam Athmaer Contract Amount : $144,817.00 Completion Date : Project Description : Sanitary sewer main replacement Project Name : Oldham Bridge Replacement-KYTC 182353 Owner : Kentucky Transportation Cabinet Owner Contact : Scott Tipton Contract Amount : $618,631.56 Completion Date : 08/01/2019 Project Description : Bridge superstructure replacement EXHIBIT'A' Page 163 of 229 Project Name : Prospect Woods Pump Station Improvement Owner: Metropolitan Sewer District Owner Contact : Steve Jones Contract Amount : $838,941.00 Completion Date : Project Description : Project consisted of a newly constructed pump station. 8' diameter wet well 20+' deep, with an underground generator vault and valve vault. Approximately 750 linear feet of 4" forcemain and approximately 6OLF of 8" and 12" gravity sewer. A non-reinforced entry drive was constructed for access with new curbs, sidewalks and final restoration. Project Name : Cincinnati 4th and Race Street Sanitary Sewer Owner: 3CDC/Turner Construction Owner Contact : Chris Coleman Contract Amount : $557,469.00 Completion Date : Project Description : Site Civil including Domestic/Fire water tap, Sanitary Tap and Storm Tap to service the new 4th & Race Residential and Parking Garage. Work also consisted of Jack & Boring to tie new Sanitary into existing main under Elm St. in downtown Cincinnati involving confined space work. Project Name : Delhi Towne Center Wall Improvement Owner : Dove Properties Owner Contact : Ray Bauman Contract Amount : $198,212.12 Completion Date : Project Description : Replace failing retianing wall structure Project Name : SR 613 - Van Buren Owner: CSX Transportation Owner Contact : Don Damron Contract Amount : $28,826.00 Completion Date : 11/12/2018 Project Description : Sawcut and removal of existing pavement edge. Form and Pour ODOT Barrier Curb to protect newly installed Signal Arms. Included installation of Guard Rail to protect the Controller Box EXHIBIT'A' Page 164 of 229 Project Name : Serenity Baptist Site Work Owner : Serenity Baptist Church Owner Contact : Michael Dunne Contract Amount : $347,000.00 Completion Date : Project Description : Sitework package including storm and asphalt parking Project Name : Bethesda MOB II Owner : Turner Construction Company, Cincinnati Owner Contact : Brad Frey Contract Amount : $368,309.00 Completion Date : Project Description : Site/parking lot improvements for new cancer treatment center Project Name : US-27 Storm Sewer Improvement Owner : Sanitary District No. 1 KY Owner Contact : Contract Amount : $1,572,921.00 Completion Date : Project Description : Installation of approximately 1200 LF of 60" RCP (open cut) varying depths between 8 and 22' deep. 430 linear feet of 15" RCP — 20+ structures, all restoration of privately owned business parking lots for SD1 including new curbs, mill and fill asphalt, landscaping etc Project Name : Columbia Parkway at Delta Sewer Improvement Owner : MSD Greater Cincinnati Owner Contact : Steve Jones Contract Amount : $714,229.00 Completion Date : Project Description : Multiphase sanitary sewer replacement at Columbia Parkway and Delta Ave Project Name : Drilled Shaft and Plug Wall for Life Enriching Communities Owner : Life Enriching Communities Owner Contact : Mike Fridley Contract Amount : $210,282.00 Completion Date : Project Description : Slide remediation and drainage improvement using drilled shafts and plug piles EXHIBIT'A' Page 165 of 229 Project Name : Madison Square Building Owner : Skanska USA Building, Inc Owner Contact : Matt Thompson Contract Amount : $1,780,520.00 Completion Date : 08/09/2019 Project Description : Site Civil including Domestic/Fire water tap, Sanitary Tap and Storm Tap to service the new Madison Square Office Building. Work also consisted of Jack & Boring to tie new Sanitary into existing main as well as all site hardscape including decorative pavers. Mass Excavation was required to meet the needs of the site and owners future projects. Project Name : Bullock Lake Pen Dam Rehab Owner : Common Wealth of Kentucky Owner Contact : Contract Amount : $11,861,700.00 Completion Date : 05/31/2021 Project Description : Complete Dam Rehabilitation —removal of existing earthen dam, installation of temporary cofferdam, temp water control drainage installation during mutli-phase construction of the final structure. The new replacement dam consists of a labyrinth wall weir and stair-step spill way slab system, approximately 290ft wide and 200ft long; quantities coming in or around 1.5million pounds of rebar, and 10,000 cubic yards of concrete, 59,000cubic yards of excavation,20,000 cubic yards of embankment,and 4,000cubic yards of drainage fill,and 1,6701f of grout curtain. Project Name : Beatrice Dr. Lift Station and Force Main Replacement Owner : Montgomery Co. Engineer's Office, OH Owner Contact : Tony Jasinski Contract Amount : $818,159.00 Completion Date : Project Description : Force Main, Sanitary Lift Station Complete,2,000 LF of Directional Drilling and Bypass Pumping. All work completed while old pump station was functioning to allow successful switchover for the residents with zero interruption. Project Name : Wilmington Airport Infrastructure and Sanitary Sewer Replacement Owner : Amazon/HGC Construction Owner Contact : Tyler Richeson Contract Amount : $5,996,441.00 Completion Date : Project Description : Exterior modification of existing DP&L hanger to be used by Amazon including excavation, undercut, storm and concrete pavement EXHIBIT'A' Page 166 of 229 • Box and Pipe Lining with Small Structure Replacements SR 156 - INDOT Project Name : 40783 Owner : Ohio Department of Transportation Owner Contact : Rob Daugherty Contract Amount : $1,710,218.32 Completion Date : 05/24/2019 Project Description : Multiple culvert repair and replacement including CIP lining, concrete dissapators,concrete headwalls and channel lining Project Name : Crossing Improvements for SR-613 Main St. Owner : CSX Transportation Owner Contact : Don Damron Contract Amount : $21,760.00 Completion Date : 11/16/2018 Project Description : Sawcut and removal of existing pavement edge. Form and Pour ODOT Barrier Curb to protect newly installed Signal Arms Project Name : Site Work-Reynoldsburg Park and Ride Improvements Owner : Columbus Transit Authority(COTA) Owner Contact : Bassam Refai Contract Amount : $58,200.00 Completion Date : Project Description : Concrete pavement replacement to be used as bus drop-off and pick-up Project Name : Ohio State University Union Drive Improvement Owner : Elite Construction Owner Contact : Tim Reeves Contract Amount : $31,715.00 Completion Date : Project Description : New bus pull off including curb, storm and concrete pavement Project Name : Nelson St. Owner : Norfolk Southern Owner Contact : Don Damron Contract Amount : $21,120.00 Completion Date : 11/15/2015 Project Description : Sawcut and removal of existing pavement edge. Form and Pour ODOT Barrier Curb to protect newly installed Signal Arms EXHIBIT'A' Page 167 of 229 Project Name : Church St. Owner : Norfolk Southern Owner Contact : Don Damron Contract Amount : $23,040.00 Completion Date : 11/13/2018 Project Description : Sawcut and removal of existing pavement edge. Form and Pour ODOT Barrier Curb to protect newly installed Signal Arms Project Name : Bakersfield Road Bridge Repairs Owner : Campbell County Fiscal Court Owner Contact : Luke Mantle Contract Amount : $128,943.50 Completion Date : Project Description : Structure repair and underpinning of existing abutments Project Name : Hamilton Co Engineers -Winton Rd Bridge Rehab Owner : Hamilton County Engineer's Office Owner Contact : Contract Amount : $980,989.00 Completion Date : 12/14/2019 Project Description : EXHIBIT'A' Page 168 of 229 a to 0 c O a) N N �Ny 0 N O N O N 0 O 0 0 O, N O N O N N E LV N M M O p M r O c0 to c,-5O O ao CO C 1` 't 0 to to CO N N 0 N O co O coo r 7 tf) a00 (D co tM 2 o •. E ('.Y © 1� �O�}} tNy M O) N CO co" cV °,� O Y (OD' CO CO to N O N CO CO N N N o (fl CV (fl N69 � 3 7 WV co (A WV 69 69 E a ` lQ Z € a a .,- al N C C c00 co a)) r a) a) co r- (D CO M O -c) Cco Oi (� O M ton NO M co r- a) 2 too M co cv in'C W co EA Eft M (fl O (fl Ei9 (A N co d9 M a) 69 C) W C O U 4C2 a, c o o O o o O O O O O o o O o O o o O O O O o 0 O (O (D CO M (V (") N (V N N '° EVco 0 ct CO M co O N N M r 4t o•�t} r- co' O) r- h O. cr st 1� ce V N O to N c00 cv co CCOO co a) co aa)i o N c� C9 O (R 3 co (a (A a M CO Z U Z Q N O H O z a o m o Z c ton coo N ton o0 0 r to m (°� h g ($ 4 th (.0 6 1� rN- c~v a N (V N M (D (D (D cO (h 0 to co co to to (O co o LY O N a) w o w o o co �' co 3 Y o rr U a) U a) I ,a >. c O e Y o Y � ; c2 H H '8 c 8 EO N Em - uE O O p O -) m O -) CO d _ n a 2 2 0 O O 0,- a, c "5° c cc weo wo e ° c o E o , o °c o co C, c.) C , . Z � C I O � o Eo a) 3p ° rc Ep O g cur a) m UON ma (Jc.) aN a ° �. N pp wC N o cO. r o(° c � ' � ' � › u c � O a coE N � � ga Ev) gac : ° a o a� ji } C V Wem LOB o a) 2m Zw2 coocl!g� tO2 m (Doc; Om =O - oe rvcv a YI- O 00H ' O0 YHO OoH IOWO 00H 50 200 OOO 0 00H 00 X o Z *) N N Oo 2 , c 2 o) m a) n a) v o Q "OU co .- go m '�0 c N .. 'C rn o= U > U .c I C I �t a' , 1� M E (2 c7Nv CO. th008 tn = m tmn o a _ . c . .N W (� o a � rnm•� oocn c� • w a oo o c - oU E a a) O rn a) � � a [Y i rna la) o o uo N' rn m m o x E o ma c.� � a rn o a) Moo a) U Q § � cCe I• a) a) me O O ' WM mQ N a N6 o 0 v 2 .).oN H ` $c H 6 c) as .m U m H ° m o f a o :4 o v) o o m a`) aa)) W H rn a) H 2 ©cY o Cm 0Q •E d) U o m>,(I) m ow -0 L o a cUi CD c a°) a) a) O „c a) 0Q c OD 'cg a mm ,- Oi2X0 2 _1Wwa Ow OUm U(DU E 22o ¢ a 20O UJco Omm Om E 0 � 8 a E. O a- E v = o • CO v) Z o F- c oo a' O 'er y CO N co to .M- r N N co0 0) 0 nj W d O 07 N N N 0 0 N D N m 0 (I) Q0 co L 'I- C71 N C71 CO N N N'(-7, 0 N N N 0 C71 N C71 C71 N 0 N 0 CD 0 N o o 0 co 0 o o Q N Q N Q Q N N N N Q Co Co C)." o o Co o co cr) ,- ,- --- -a- o o ‘- ,--- co Co ,- cr) ,_ a) C-1)." ,- ,- co N- N- co co co co co a) N a) Co r-- co Co ca r- co co co co Co 8 r- N N 4 r17) N Cr) h.- N N Co in .4: co' co' r- .:I-' c,-; Lri cc r- 6- co' C4 1--7 cr) Co co co co sa- co cv r CD co. cr) 0c cs) 3 o . co ,- co co Co co 'r- co C') N NEA 69 (7> E7) a q (7, E0 E4 Co 674 C 0 0) o a) o c\ co Co co in co co P -4- co co o `R. c• Coa) co N Co Cr) CO -o N co 0). ,- c-N. r-, N CO co co. N ILI CO Co Lri r- cri co cci. 1-.. ,_ co. Lo Co Co Co" a)" cri ,u)a) te te N 69 EA 7::17 CA N 2 A co- COai c.i e- 69 CO EA EA 69 (A t Lii 42 o o o o c) o o Co Co c o o u) o o o o Co 9 09 Co oo o 9a - r c Co Co r _ - Or O Co - o in Co o Coo Coo Co -- 7 , o nco Co - Coo o Coo - 7 c,-i co' r-7 r-:- cNi (NI .4- r- co N- (NI cri cc 70 c.i •4- co CoN CoN Co CO Co CoCO I,- ID CoCO A CO>- N. co. co r-- cv c\i frft ci 69 E9 cri til c,-; 4. 3 co co co 2 a (A N (A z 2 <7 a) N 11.1 Ce i_ 15 a z E F2 < u7)in o N CO N 0 -cr NCD Co 'I' ,- o r-- m-- co T r- co N- co .- Nco Co N- a) z c? c? c? u? C') ".1T) 71- c"? c.' 9 TR'? o 4 0) 4- N N N CO Co Co CO all Y N co g N co e7) c7) co co q N r-- co r- r- Lo in 0 F.1- ii) ti) 0) in co ii) o co COu7) 17) co Cox a) ch -0 C 7< 0 a) iii 73 _,, 2 o a. .c o) -o DJ co *a' o "5 E c 2 13 c co I- '- >. 0.) 0 0 0 >, H Hc8 a) 'T) '-I CO > a) _c -o o 0 > 0 c .70 0) CO > COC C := 0 0 a) -c 7D a co al a) co> a) _c ,- 23 0 L-- o LE. 0 0 u) co Y 2 0 >. W 2 0 U) 0 0 -) 0- CD .7) C ' g 0 0 46 c5 g 4 5 C 4— C 4— C C 0 0 0 0 0 0 Z' 6 0 0 ...a ,.= I;(11 9'1 —.:.) I 1—:D. CS'S a)(1 6•- 4-2a1 to "E. ca ....• t.,, C (0 cr) C ca i 6 r a) r Cll r a) r ca a) L,z no 8. E Q E a -c E o 2 -r o_ 4- E o r.„ c r .E in •o 0 c a) u) rir DU) C Ca) 0 ° C 0 a E o a 2 0 a 2 o al c *.=, 0 o a' c ,(1) 0- -.-', c 1,5 ,0 .,, co a — CI. > o "E :5, 5_ 41-0 1E a) Et? 1E a) L1), '-E a) E Z" ; kF • 'M a3 "E V co I- 0 0 1- 0 0 i- 0 0 i- i3 0 0 0 i- I- < 0 C)i- co a_ Y 1- 0 ao w 0 (5 0 D 0 U) 1:5 x a) 0 u) a) co c71 co o < a) 1; 5 > 12 a) r" o 4 -0 b - csi ct _,e 0 cr) cc> co u)-0 Lo CO „..,, (...„ 1-2 •- C a" 0 ° C 7:.) C Ti- C '‘- CV °O C ID, CO ...., (:) "5 co , c 0 0 " ...„r co -- c0 0 0) " 0 . •Li- 0 Ea 0 oc mcm oo mo oo Co a) ' Ca >, 6 '-• E ,- E co o 0 a)co al . co = w ,_ ,/, ,_ N ,i) 0_ — 8 flL g, E? co c,-; 0 .c m E 8 c 8 8 (NI c cp 2 (-1 c r33 o ii)- E HI- (c7)) Cq (yr" 5 co :pa) '- C\7 (0 co 2 -act) T 12 I(-5 2 8)2 6 8 E)ili 15 ,.!,1- i 8 (.,- 0> ''' 7 8 0 risi 0 0 2 0 .E.'15 15 i7.1..: 2 I to. IP .2 li) iii 2 Ili 2 C3 0 ac2i -2 (-NI 8 w w 4-) 4^th 'o -0 — 0 (0 co to a CC K , oIcort.T... 0 Ows .g , `(-9 ic% 0Iu) T o_ co con ._s 0coc LLIDU)ft YOCZO- >, E O- co PI o- x o c) 2 c) a. CD N N CO r- co Co c) N co co co co o 1-. "? 9 9 9 9 9 ,-. ,- ,- •,- ,- ,- c'.1 o ‘-- , ) o N N N N N N N N N TC-1 N N N 7E7- co ii3, O. 6-3 = .0 C') CD c74 .1- cv q 0 N CV N0 Ce) q q N 0 C:) 0 N N q 0 q o Q o o o Q o 4 Q N Q Q 0 co Q it) co co Zip' N c-o- 0) i•--= o r- a ..1- co io in in co o coo co 2 3 RI co r- co co a) a) co N N CO CO CO 1.6 csi co' .1: Ns' 6 6 ci (6 c-i St 0) to- c,-) c•-) CD N 1- 0) CO CO co r-- ,_r---.. Stcl. r-- ,- co CO N Eft A C')3 ,-) co (7, (7) 69 Er, c.; 63 (.7) U3 U3 67, c o .1- co to a N CO 0 Lo i -a- --- (-NI Ls-) ‘zi- c,-) r- coN r- CO2 - co co -0• c) IC) o ,- N ‘- co c) N co Lu r- o ci 1--- co co" CD) r-' co N c-i co , ' co cr) co us a) c a co ,- co ,_ co co, .o 1.0 Fr) co co co cr N h- C7s)17_ (i3 .1:- U3 CO' tA C') C') (7) 2 co 2- co co CO CA (7) a) C W O C) 0 0 0 0 0 CD 0 0 0 0 0 0 O 0 0 0 C) 0 C) 0 0 0 C:) CD 0 0 L 1.) c-si ci O ,_ 0 r---: r-- 4 0 4 0 al co o cs) A c- CD r-- co o co 0 ci) r- ;7 co Tr co CD co .1- co co r--. as c6 cri CO csi ai r: ci) r-: cei (6 CD ai N- cp" co ft 8 >- 3 r- io r-- scT) r-- (c),. 4 o co co 67, co. cv csi 0) COco' u) ri. a Lc) CO b3 CO; ,_ 0 CO 3 CO z 2 (7) 0) CLI CY _ a) 0 0 z co 0 0 0) co c\I I c) o 0 1---- co cc) >a) a) Z '9 c0 to 2 co 1,- co N o co co (n. 1 co 0.0_ co co c? cri (6 co (6 oo 4 8 co co 4 Lo -4: i II 0 F-- 3 co c,i co r!-- r-: x co -7 c) co co a) ch to UT) -o C =a) = 7( w a) a) 0 _c cg >, a) E E = ci) o _c 1g I E E co -c 2 w ct 0 a) CD )cii 2 2 co >, a o3 oD 0 1 c c c z C c E E(o 0a) z'o >, (3) o o a3 Y co ct -) H H a_ C-:. C' LI- C 0 0 '6 OC 0) 0 .1-• ti= 4-. .47, C C 0 0 a) I o - o C n o E 0 '-.7-0 c>. t) 2 o a) Ca) a) -L a) -e •-.7., o o t co <' 2 E ',7, E 0 c D , C 0 E o E o -Ne - '' •,7). o c.- E c .,b o RI o 4., (13 .e r a- t 0- 'a-) o .- •- a) a) o 0 a) u) 0- 0 -5 I— 2 t) ) o 0 0 „La; cu) o ,,, c 0 c a) a) 0 a) o_ o To 4 c > . •. ' o) c E ft c z ... o_ :c a) E 1E w E oc o' 1 ......w .2 2 '6 Da) o w o o '5 '5' 0 ; 4'I o o a) woocu) 0 u) 0 6 0 2 C) C) 6 a. u)2 6 0 2 u a. a C)C) F- C)C) F- 2E C) 0 _J 0_ C) .:( CD 2E c)(5 x C '6 c 17 COI ." 17 CO 0 04 (DC.LT) ro -co csi ii) c co o o co •C , co E cyl ii.)) .-: co ...oc L(13 2 ,_, --,' c -,.."(7) L... I- _%c 0)-0 ._ _0•-• LL 0 L.- ,,, i ;•-• c a) o u) . E o c ct a) 2 7 7 2 8. >, a., Lc) a) c o a) C)- co OD +a 7 2 g "cT3 E N 72 N ' CY , 0 0 u) 0- 42 o_ C:, 5 1.-. ',- ,'••=. ce . E - N C - N C CO >- = 1 (j) E b C\I ,C) 2 CD 8 , %- 1E 8 o u) 0 -c .- o cY) — -0 o '6 C to q.) 0 ' 2 ,- o 0 0 o cl- 0 `- -o • - a) w 73 (1) 2 a) co a E- _ ''' co a) "•E co 'pm 0_ E 0 To_ 2 Ls1 ki .6-) _c = ',5 a c -g) 8 S -E. _,,,, (J) 0 ry Ea 0 E c•7 o To 2 co 0 co c ,,'- _c o a) ,- 7C a) a) a) o .c Coo o .6 v '5 a) LLI a al us 0 co 24) a) 8 5 cu'c _c O.) -.a Q.) CD .23, 0 CL u_ C) 0_0_ :_-_.' u) C) SC t: 3 — OC OC DC 2E 03 1E ce 2E m 23 u_ oC oC C) 2 ,--- C.) 7: u) 2E OD _i 0_ 0_ 0 E co E ci- co E. 0- x .0 C) 2 8 CD a.. co N -4- co co Nio r-- co co a N 0 Cc) C? C? C? NC? 9 9 9 9 9 ,- N- o N- I N (4) ri .71- (i (74 N N N N N N N N N CV N N N N N N N 17 N.- -;-3 N 0 Cs a .1- -4- •(1- (,) o N --7 c0 co co LC) (c) ad- (-4 co CO N CO Eft (6 (.9 c o• c7) o c5 co W ri o5 'C Eft (5 EL ca a) .6 Lu a) / 2 o o o u> c) o Low a., d ci 2 co o (1) co c; u> t r-i co' .c N 0) • N 1,-- 'c N co c6 R. 0 Eft z d 2 c (7->( 2. o 0) N IL t). Ce I— 45 0 Z ..:5, -,- I a) Z TVIu) 0 a ct5 Y q q)CL CC 0 ,- O Cil xI I o (1) d) o o c I— N 7 tr o) 0 © -o o_ "C o u..1 ED 2 •c >., a z o 0 0 )17) a o o D C 72- 0 2 0 co ,CO D. WC CD T2 2 'i) 2 •c o .110 2 2 u) 15 5 '>< co it) 0 o a 0 , 8 2 ° 0 0 a To c 0 •C ...7, 0 co 2 4-08 a 0- co a) 0 RI U) — D 500 2 7) u) u> >:. E ci- co a _,,,,x1:7 0 2 oc) o_ o , co •ct o 1--- ,_. ,_ o e\i c:1 Nc&I N 7r -o (-4 -..-.. cv V CO -C w n ) r EM Depreciation Asset Report-Sunesis Current Month:12/21 Equipment:First - Last Fiscal Year End Month:12/20 Asset Description Prch Dt Meth. Cat Purch Prior Dep Prior Book Current Curr Book 101 KOBELCO 330 EXCAVATOR 4/29/05 HRLY CSTEQ 218,112.00 196,777.24 21,334.76 0.00 21,334.76 103 2014 CAT 320EL Hydraulic Excavator 9/29/14 HRLY CSTEQ 216,935.63 104,063.56 112,872.07 0.00 112,872.07 112 2000 CAT 330BL Long Reach Excavator 6/17/15 SL5YR CSTEQ 60,006.38 60,006.31 0.07 0.00 0.07 119 CAT EXCAVATOR 330CL 11/10/03 SLSYR CSTEQ 245,559.65 245,559.65 0.00 0.00 0.00 121 72"BUCKET FOR KOMATSU PC400 12/31/06 SLSYR CSTEQ 3,975.00 3,975.00 0.00 0.00 0.00 123 KOBELCO SK330VI EXCAVATOR 1/13/06 HRLY CSTEQ 233,700.00 216,948.21 16,751.79 31.66 16,720.13 125 25"ROCK BUCKET/RIPPER JD690 12/31/06 SL5YR OTHEQ 4,000.00 4,000.00 0.00 0.00 0.00 126 2001 KOBELCO 135SR EXCAVATOR 3/4/04 HRLY CSTEQ 60,000.00 58,000.00 2,000.00 0.00 2,000.00 131 KOBELCO SK330VI EXCAVATOR 1/13/06 HRLY CSTEQ 233,700.00 234,679.60 -979.60 -979.60 0.00 132 2014 CAT 308E2CR Midi Excavator 3/4/15 SLSYR CSTEQ 96,466.50 96,466.39 0.11 0.00 0.11 ... 135 330DL EXCAVATOR 12/31/06 HRLY CSTEQ 139,515.00 139,515.00 0.00 0.00 0.00 136 2014 CAT 320EL Hydraulic Excavator 10/27/14 HRLY CSTEQ 216,935.63 132,204.00 84,731.63 0.00 84,731.63 137 32"BUCKET FOR CAT 245 12/31/06 SLSYR CSTEQ 2,226.00 2,226.00 0.00 0.00 0.00 142 2004 CAT 320CL EXCAVATOR 6/1/06 HRLY CSTEQ 135,767.76 129,527.31 6,240.45 308.00 5,932.45 143 KOBELCO SK330LC EXCAVATOR 11/15/06 HRLY CSTEQ 166,786.20 166,786.20 0.00 0.00 0.00 144 KOBELCO SK21OV 11/1/06 HRLY CSTEQ 143,124.02 130,346.36 12,777.66 0.00 12,777.66 145 2006 CAT 330CL EXCAVATOR 6/7/06 HRLY CSTEQ 262,308.50 238,275.15 24,033.35 0.00 24,033.35 147 2006 VOLVO 700E 1/19/07 HRLY CSTEQ 429,250.00 290,679.49 138,570.51 0.00 138,570.51 148 JOHN DEERE Z35U EXCAVATOR 5/21/08 HRLY CSTEQ 38,611.57 20,998.41 17,613.16 0.00 17,613.16 149 JOHN DEERE Z35U EXCAVATOR 5/21/08 HRLY CSTEQ 32,221.58 17,052.87 15,168,71 0.00 15,168.71 151 CAT 308 EXCAVATOR 4/3/12 HRLY CSTEQ 87,063.75 65,054.91 22,008.84 742.00 21,266.84 152 2001 Linkbelt RTC8060 60 Ton Crane 12/5/14 HRLY CSTEQ 184,245.00 44,319.73 139,925.27 0.00 139,925.27 153 2014 CAT 308E2CR Midi Excavator 2/16/15 SLSYR CSTEQ 96,466.50 88,268.42 8,198.08 0.00 8,198.08 154 2000 Manitowoc 80 Ton Crawler 2/25/09 SL15YR CSTEQ 407,661.27 356,837.35 50,823.92 2,038.31 48,785.61 155 1998 100 Ton Manitowoc 222 Crane 12/31/14 HRLY CSTEQ 354,559.84 81,880.00 272,679.84 1,600.00 271,079.84 '156 2007 Komatsu Excavator 9/14/09 HRLY CSTEQ 84,464.71 35,636.80 48,827.91 0.00 48,827.91 157 CAT 308 EXCAVATOR 4/3/12 HRLY CSTEQ 68,160.00 58,033.74 10,126.26 336.00 9,790.26 158 2007 CAT 345CL Hydraulic Excavator 10/16/14 HRLY CSTEQ 107,837.33 108,385.33 -548.00 -548.00 0.00 160 2008 Caterpillar Mini Excavator 11/15/13 HRLY CSTEQ 18,644.75 1,895.29 16,749.46 0.00 16,749.46 161 EXCAVATOR KOBELCO SK135SRLC-1E HYDRAI 3/13/14 HRLY CSTEQ 39,575.25 37,042.72 2,532.53 0.00 2,532.53 EXHIBIT'A' Page 173 of 229 162 EXCAVATOR 2014 CAT 305E 8/25/14 HRLY CSTEQ 49,852.25 19,047.82 30,804.43 0.00 30,804.43 163 2014 CAT 305E Mini Trackhoe 11/4/14 HRLY CSTEQ 28,022.01 8,099.00 19,923.01 14.00 19,909.01 164 2014 CAT 305E Mini Trackhoe 11/4/14 HRLY CSTEQ 15,038.63 5,200.00 9,838.63 57.50 9,781.13 165 2012 Catepillar 336EL Hydraulic Excavator 10/1/16 HRLY CSTEQ 167,256.38 65,220.31 102,036.07 1,355.04 100,681.03 166 2016 Catepillar 308E2 CRSB Midi Excavator 10/1/16 HRLY CSTEQ 102,906.38 28,108.55 74,797.83 203.72 74,594.11 167 2016 Catepillar 308E2 CRSB Midi Excavator 10/1/16 HRLY CSTEQ 102,906.38 26,562.53 76,343.85 750.06 75,593.79 168 Kobelco SK485LC 11/25/16 HRLY CSTEQ 226,845.00 61,382.52 165,462.48 204.20 165,258.28 169 Kobelco SK140SRLC-5 5/17/17 HRLY CSTEQ 153,977.70 51,118.09 102,859.61 646.38 102,213.23 171 CATEPILLAR 330DL HYDRAULIC EXCAVATOR 6/1/15 SLSYR CSTEQ 81,456.38 81,456.38 0.00 0.00 0.00 173 2011 CAT 349EL Hydraulic Exacvator 3/1/16 HRLY CSTEQ 209,827.00 78,322,72 131,504.28 0.00 131,504.28 174 Kobelco SK210 2/8/16 HRLY CSTEQ 154,425.00 63,348.36 91,076.64 458.70 90,617.94 175 Kobelco SK230 2/6/16 HRLY CSTEQ 186,375.00 67,476.62 118,898.38 469.56 118,428.82 176 Kobelco SK350 2/8/16 HRLY CSTEQ 195,960.00 76,873.83 119,086.17 652.68 118,433.49 177 Kobelco SK210LC-9 3/11/16 HRLY CSTEQ 172,172.50 43,754.09 128,418.41 93.00 128,325.41 178 KobelcoSK210LC-9 3/11/16 HRLY CSTEQ 172,172.50 52,139.94 120,032.56 124.00 119,908,56 179 2012 Catepillar 349EL Hydraulic Excavator 3/10/17 HRLY CSTEQ 196,882.23 35,040.84 161,841.39 224.51 161,616.88 180 2015 Catepillar 308E2CR Midi Excavator 3/10/17 HRLY CSTEQ 93,549.75 12,919.10 80,630.65 106.60 80,524.05 181 2014 Catepillar 308E2CR Midi Excavator 3/10/17 HRLY CSTEQ 77,234.10 14,399.12 62,834.98 250.49 62,584.49 182 2013 Catepillar 308ECRSB Midi Excavator 3/10/17 HRLY CSTEQ 63,637.72 11,519.91 52,117.81 100.44 52,017.37 183 2015 Catepillar 313FLGC Hydraulic Excavator 6/2/17 HRLY CSTEQ 89,665.63 23,830.10 65,835.53 328.19 65,507.34 185 Catepillar 349FL Hydraulic Excavator 6/1/17 HRLY CSTEQ 485,431.19 84,556.68 400,874.51 1,698.90 399,175.61 186 Kobelco SK350LC-10 7/1/17 HRLY CSTEQ 297,667.50 89,071.38 208,596.12 0.00 208,596.12 187 2015 Kobelco SK210 LC-9 Excavator 12/19/17 HRLY CSTEQ 117,150.00 48,024.95 69,125.05 735.30 68,389.75 196 2005 VOLVO EXCAVATOR 6/20/08 HRLY CSTEQ 82,012.50 58,470.36 23,542.14 0.00 23,542.14 199 CAT 320ELRR Excavator 8/1/14 HRLY CSTEQ 161,852.05 76,994.55 84,857.50 244.50 84,613.00 211 CASE 580SL 6/13/02 SLSYR CSTEQ 27,514.40 27,514.40 0.00 0.00 0.00 212 1999 CASE 580SL BACKHOE 12/13/01 SLSYR CSTEQ 42,500.00 42,500.00 0.00 0.00 0.00 217 CASE 580SM LOADER BACKHOE 6/1/03 SLSYR CSTEQ 58,025.00 58,025.00 0.00 0.00 0.00 219 CASE 580 SUPER M BACKHOE 9/1/06 HRLY CSTEQ 51,000.00 27,310.59 23,689.41 0.00 23,689.41 250 HOE PAC;ALLIED 12/31/06 SLSYR CSTEQ 1,000.00 1,000.00 0.00 0.00 0.00 251 BACK HOE TAMPER 12/31/06 SLSYR CSTEQ 1,000.00 1,000.00 0.00 0.00 0.00 252 HOE RAM 12/31/06 SL5YR CSTEQ 1,000.00 1,000.00 0.00 0.00 0.00 254 TELEDYNE EARTHQUAKER 12/31/06 SL5YR CSTEQ 1,000.00 1,000.00 0.00 0.00 0.00 EXHIBIT'A' Page 174 of 229 256 DEMOLITION HAMMER;KENT 12/31/06 SLSYR CSTEQ 1,000.00 1,000.00 0.00 0.00 0.00 260 2018 Kent FX375QTV Hoe Ram 8/31/18 SL5YR CSTEQ 53,995.50 35,997.20 17,998.30 899.93 17,098.37 262 FLAT TAMP 8700C COM PAC 12/31/06 SL5YR CSTEQ 1,359.00 1,359.00 0.00 0.00 0.00 263 1998 KENT HAMMER 20G II 12/31/06 SLSYR CSTEQ 32,599.50 32,599.50 0.00 0.00 0.00 264 APE D-19 PILE HAMMER 6/30/04 SL5YR CSTEQ 44,730.00 44,730.00 0.00 0.00 0.00 265 8"GODWIN DR-PRIME PUMP 8/3/04 SL5YR CSTEQ 42,741.15 42,741.15 0.00 0.00 0.00 266 95 ICE 612 VIBRATOR PILE DRIVR 5/16/05 SLSYR CSTEQ 70,384.00 70,384.00 0.00 0.00 0.00 267 SCHWING P-88 GROUT PUMP 6/2/05 SL3YR CSTEQ 6,500.00 6,500.00 0.00 0.00 0.00 268 2015 Movax Pile Hammer SSG SP100 1/19/15 SL5YR CSTEO 220,601.13 200,871.90 19,729.23 0.00 19,729.23 270 Goodwin Heidra 200 8"Pump 9/4/15 SLSYR CSTEQ 58,020.76 58,020.76 0.00 0.00 0.00 271 2015 47"Drumculter ER 650 10/1/18 SLSYR CSTEQ 21,879.51 8,432.67 13,446.84 227.91 13,218.93 272 2019 MOVAX DH45 IMPACT HAMMER 8/8/19 HRLY CSTEQ 98,850.00 809.52 98,040.48 0.00 98,040.48 273 2020 MOVAX DH•45 IMPACT HAMMER 9/18/20 SL5YR CSTEQ 225,780.00 52,682.00 173,098.00 3,763.00 169,335.00 274 2021 MOVAX SG75V(UNIT#185) 1/21/21 SL3YR CSTEQ 228,442.50 69,801.93 158,640.57 6,345.63 152,294.94 294 V-1035 60'Straight Boom Lift 12/6/16 HRLY CSTEQ 31,950.00 1,834.56 30,115.44 107.70 30,007.74 295 V-0959 80'Straight Boom Lift 12/14/16 HRLY CSTEQ 44,730.00 2,313.80 42,416.20 0.00 42,416.20 296 V-0569 60'Boom Lill 12/14/16 HRLY CSTEQ 32,100.00 1,685.87 30,414.13 0.00 30,414.13 297 Ing-Rand Telescopic Forklift 5/31/09 HRLY CSTEQ 24,967.70 12,857.34 12,110.36 0.00 12,110.36 300 2004 SKYTRAK 2/21/07 HRLY CSTEQ 57,000.00 41,151.88 15,848.12 0.00 15,848.12 301 2004 SKYTRAK 2/13/07 HRLY CSTEQ 61,000.00 36,063.13 24,936.87 0.00 24,936.87 305 '99 VOLVO L7OC WHEEL LOADER 8/24/00 SL5YR CSTEQ 81,903.17 81,903.17 0.00 0.00 0.00 305A Motor for the 305 8/24/00 SL5YR CSTEQ 10,000.00 10,000.00 0.00 0.00 0.00 306 2004 CASE 621 DXT WHEEL LOADER 6/29/06 HRLY CSTEQ 89,500.00 82,216.47 7,283.53 11.28 7,272.25 307 2004 VOLVO L7OE LOADER 12/29/04 HRLY CSTEQ 113,500.25 104,003.54 9,496.71 101.22 9,395.49 308 CASE 721DXT WHEEL LOADER 11/9/06 HRLY CSTEQ 135,295.84 126,068.35 9,227.49 902.40 8,325.09 308A FORKS FOR 621/721 11/9/06 SLSYR CSTEQ 5,680.00 5,680.00 0.00 0.00 0.00 309 2002 CAT 1T28G 1/19/07 HRLY CSTEQ 70,700.00 70,700.00 0.00 0.00 0.00 310 John Deere 304J 4WD Loader 9/21/09 HRLY CSTEO 70,302.50 35,855.15 34,447.35 192.06 34,255.29 311 CAT 908H LOADER 12/1/09 HRLY CSTEQ 73,009.00 45,689.72 27,319.28 516.36 26,802.92 312 CAT 930H Wheel Loader 2/22/13 HRLY CSTEQ 144,578.20 93,095.77 51,482.43 71.61 51,410.82 313 CAT 930G Wheel Loader 8/15/13 HRLY CSTEQ 55,500.00 43,760.67 11,739.33 18.00 11,721.33 314 2008 CAT 930H Wheel Loader 10/16/14 HRLY CSTEQ 80,507.00 80,507.00 0.00 0.00 0.00 315 2007 CAT 930 G Wheel Loader 12/11/14 HRLY CSTEQ 60,006.38 63,663.57 -3,657.19 -3,657.19 0.00 EXHIBIT'A' Page 175 of 229 317 2015 Case SV280 Skid Steer Loader 10/1/16 HRLY CSTEQ 38,475.94 4,982.67 33,493.27 0.00 33,493.27 318 2012 Catepillar 938K Wheel Loader 3/10/17 HRLY CSTEQ 93,549.75 20,254.00 73,295.75 0.00 73,295.75 319 2011 Catepillar 938H Wheel Loader 3/10/17 HRLY CSTEQ 98,988.30 14,070.28 84,918.02 0.00 84,918.02 320 2010 Catepillar 930H Integrated Tool Carrier HRLY CSTEQ 73,412.63 21,628.87 51,783.76 0.00 51,783.76 321 2015 Volvo L90H Wheel Loader 3/10/17 HRLY CSTEQ 188,724.40 33,033.00 155,691.40 957.00 154,734.40 322 2012 Volvo L90G Wheel Loader 3/10/17 HRLY CSTEQ 85,391.93 3,070.90 82,321.03 0.00 82,321.03 323 2015 Volvo L7OH Wheel Loader 3/10/17 HRLY CSTEQ 172,408.75 37,331.28 135,077.47 211.68 134,865.79 337 TR340 Skid Steer 6/1/17 HRLY CSTEQ 55,912.50 10,330.32 45,582.18 50.31 45,531.87 338 TR340 Skid Steer 6/1/17 HRLY CSTEQ 55,912.50 9,888.16 46,024.34 0.00 46,024.34 339 CASE 445SSL 9/30/05 HRLY CSTEQ 28,408.00 21,395.17 7,012.83 0.00 7,012.83 341 2017 Case TV380 Skidsteer 6/19/17 HRLY CSTEQ 61,450.50 8,758.71 52,691.79 0.00 52,691.79 342 CAT 246 SKID STEER 6/8/02 SLSYR CSTEQ 15,841.36 15,841.36 0.00 0.00 0.00 344 2017 Case TV380 Skid Steer 6/30/17 HRLY CSTEQ 45,102.75 5,013.32 40,089.43 0.00 40,089.43 345 CAT 246 SKID STEER 10/17/03 SLSYR CSTEQ 14,140.00 14,140.00 0.00 0.00 0.00 346 2002 CAT 262 SKID STEER LOADER 12/11/03 SL5YR CSTEQ 22,134.88 22,134.88 0.00 0.00 0.00 348 2002 CAT 262 SKID STEER 6/18/04 HRLY CSTEQ 18,252.90 16,904,80 1,348.10 3.00 1,345.10 350 2017 Case TV380 Skidsteer 6/19/17 HRLY CSTEQ 59,107.50 12,183.47 46,924.03 0.00 46,924.03 351 CAT 246 SKID STEER 4/6/01 SL5YR CSTEQ 30,045.72 30,045.72 0.00 0.00 0.00 352 SKID STEER FORKS-CAT 246 12/31/06 SLSYR CSTEQ 1,229.08 1,229.08 0.00 0.00 0.00 353 SKID STEER FORKS 10/19/11 SL3YR CSTEQ 912.50 912.50 0.00 0.00 0.00 354 SKID STEER FORKS 10/19/11 SL3YR CSTEQ 912.50 912.50 0.00 0.00 0.00 355 SKID STEER FORKS 10/19/11 SL3YR CSTEQ 912.50 912.50 0.00 0.00 0.00 356 SKID STEER FORKS 10/19/11 SL3YR CSTEQ 912.50 912.50 0.00 0.00 0.00 360 CASE 85XT SKIDSTEER 10/28/04 HRLY CSTEQ 25,986.00 23,331.20 2,654.80 0.00 2,654.80 361 60"BOBCAT GRAPPLE 12/31/06 SL5YR CSTEQ 320.00 320.00 0.00 0.00 0.00 366 '00 FFC PREPERATOR 12/31/06 SLSYR CSTEQ 6,857.50 6,857.50 0.00 0.00 0.00 368 72"BOBCAT BROOM 12/31/06 SL5YR CSTEO 3,301.50 3,301.50 0.00 0.00 0.00 373 72"BOBCAT SWEEPER 6/27/06 SL3YR CSTEQ 4,153.50 4,153.50 0.00 0.00 0.00 377 72"BOBCAT SWEEPER 6/27/06 SL3YR CSTEQ 4,153.50 4,153.50 0.00 0.00 0,00 378 CASE.445SSL.SKID STEER 7/24/06 HRLY CSTEQ 30,750.00 28,970.51 1,779.49 0.00 1,779.49 379 CASE 445SSL SKID STEER 7/24/06 HRLY CSTEQ 30,750.00 17,065.92 13,684.08 0.00 13,684.08 380 CASE 445SSL SKID STEER 7/24/06 HRLY CSTEQ 30,750.00 18,037.53 12,712.47 0.00 12,712.47 381 2001 CASE 85XT 8/24/06 HRLY CSTEQ 19,500.00 12,223.67 7,276.33 29.28 7,247.05 EXHIBIT'A' Page 176 of 229 382 KOMATSU CK35.1 9/5/07 HRLY CSTEQ 47,050.00 37,785.90 9,264.10 325.35 8,938.75 383 2007 CAT 252B SKID STEER 6/20/08 HRLY CSTEQ 24,806.25 19,657.97 5,148.28 132.53 5,015.75 388 2005 CAT 252B Loader 5/31/09 HRLY CSTEQ 13,275.65 4,524.90 8,750.75 0.00 8,750.75 389 2005 CAT 252B Loader 5/31/09 HRLY CSTEQ 13,275.65 2,610.43 10,665.22 0.00 10,665.22 390 2005 CAT 262E Loader 5/31/09 HRLY CSTEQ 16,275.65 7,097.16 9,178.49 0.00 9,178.49 391 2010 CAT 279C SKID STEER 6/6/12 HRLY CSTEQ 40,470.00 34,129.87 6,340.13 250.95 6,089.18 392 2012 Caterpillar Track Skid Steer 4/29/13 HRLY CSTEQ 42,187.85 17,603.27 24,584.58 102.00 24,482.58 394 259D SKID STEER 3/21/14 HRLY CSTEQ 48,571.25 26,060.76 22,510.49 0.00 22,510.49 395 259D SKID STEER 3/18/14 HRLY CSTEQ 48,571.25 30,249.28 18,321.97 63.00 18,258.97 396 CAT 259D Skid Steer 6/2/14 HRLY CSTEQ 48,944.88 42,382.54 6,562.34 102.00 6,460.34 397 CAT 259D Skid Steer 7/28/14 HRLY CSTEQ 47,343.63 24,670.50 22,673.13 72.00 22,601.13 398 CAT 259D Skid Steer 10/31/14 HRLY CSTEQ 48,251.00 28,743.00 19,508.00 54.00 19,454.00 400 CAT D5C HYSTAT DOZER 12/5/01 SL5YR CSTEQ 83,327.42 83,327.42 0.00 0.00 0.00 409 CAT D6R DOZER 1/3/00 SL5YR CSTEQ 150,907.48 150,907.48 0.00 0.00 0.00 410 CAT D5C LGP HYSTAT DOZER 12/14/01 SLSYR CSTEQ 58,000.00 58,000.00 0.00 0.00 0.00 411 CAT D5C HYSTAT DOZER 6/8/02 SLSYR CSTEQ 59,000.20 59,000.20 0.00 0.00 0.00 412 CAT D5C LGP HYSTAT DOZER 3/13/03 SL5YR CSTEQ 55,000.00 55,000.00 0.00 0.00 0.00 413 CAT D5C DOZER 10/17/03 SL5YR CSTEQ 49,490.00 49,490.00 0.00 0.00 0.00 414 1999 CAT D5C XL DOZER 3/30/06 HRLY CSTEQ 41,195.00 38,548.53 2,646.47 0.00 2,646.47 415 2004 CASE 850K DOZER 11/27/06 HRLY CSTEQ 62,736.00 40,439.90 22,296.10 135.00 22,161.10 416 Catepillar D6N XL Dozer 4/4/17 HRLY CSTEQ 314,156.93 105,189.17 208,967.76 0.00 208,967.76 421 2005 TEREX TA30 ARTICULATED TK 8/22/06 HRLY CSTEQ 199,338.77 162,507.76 36,831,01 0.00 36,831.01 422 2005 VOLVO A25D 1/19/07 HRLY CSTEQ 242,400.00 162,281.28 80,118.72 0.00 80,118.72 423 2006 VOLVO A25D 1/19/07 HRLY CSTEQ 242,400.00 182,355.22 60,044.78 0.00 60,044.78 426 1996 INlernational Dump Truck 10/26/17 SL5YR HVYTR 9,500.00 7,758.17 1,741.83 158.33 1,583.50 430 CAT D5G 7/25/06 HRLY CSTEQ 88,608.00 59,671.44 28,936.56 75.40 28,861.16 431 CAT D6NXL DOZER 2/27/07 HRLY CSTEQ 198,024.96 161,05,1.25 36,970.71 286.45 36,684.26 432 KOMATSU D39EX-21A 9/5/07 HRLY CSTEQ 85,500.00 50,355.30 35,144.70 0.00 35,144.70 433 KOMATSU D61EX-15 9/5/07 HRLY CSTEQ 149,000.00 80,070.18 68,929.82 0.00 68,929.82 434 2006 CAT D5G TRACTOR 3/20/08 HRLY CSTEQ 70,210.00 37,319.40 32,890.60 0.00 32,890.60 435 2005 CASE 850K TRACTOR 3/20/08 HRLY CSTEQ 46,000.00 14,110.98 31,889,02 0.00 31,889.02 436 CAT D6N Dozer w/GPS Trimble Kil 5/6/13 HRLY CSTEQ 139,100.00 80,334.03 58,765.97 0.00 58,765.97 437 CAT D5K2 XL CRAWLER/DOZER wGPS 3/2/16 HRLY CSTEQ 197,314.97 53,586.24 143,728.73 272.32 143,456.41 EXHIBIT'A' Page 177 of 229 438 CAT Dozer DON 8/30/16 HRLY CSTEQ 262,845.68 59,681.98 203,163.70 205.01 202,958,69 439 2014 Calepillar D5K2 LGP Crawler Tractor 3/1/17 HRLY CSTEQ 90,830.48 17,231,15 73,599.33 0.00 73,599.33 440 CAT 140G GRADER 12/21/00 SL5YR CSTEQ 56,024.54 56,024,54 0.00 0.00 0.00 440A MOTOR GRADE SYSTEM V 12/21/00 SLSYR CSTEQ 8,389.90 8,389.90 0.00 0.00 0.00 441 2010 CAT 140M Grader 12/12/14 HRLY CSTEQ 210,297.50 67,425.00 142,872.50 25.00 142,847.50 442 2014 Calepillar D5K2 LGP Crawler Tractor 3/10/17 HRLY CSTEQ 77,234.10 9,075.19 68,158.91 0.00 68,158.91 459 2005 CAT 953C TRACK LOADER 6/12/06 HRLY CSTEQ 160,815.00 108,884.74 51,930.26 495.00 51,435,26 460 CAT 963C LOADER 9/27/01 SLSYR CSTEQ 134,131.01 134,131.01 0.00 0,00 0.00 461 CAT 963C TRACK LOADER 10/3/03 SL5YR CSTEQ 231,622.62 231,622.62 0.00 0.00 0.00 462 Verrneer 555 trencher 10/31/13 SL5YR CSTEQ 137,280.00 123,552.00 13,728.00 0.00 13,728.00 463 Coneglec AP600 Planer 6/23/17 SLSYR CSTEQ 14,377.50 9,242.64 5,134.86 171.16 4,963.70 464 BID-WELL Concrete Paver 3600 24' 8/7/17 HRLY CSTEQ 151,754.04 0.00 151,754,04 0.00 151,754.04 467 2018 Case TR 340 TRSS 11/30/18 HRLY CSTEQ 55,912.50 1,359.59 54,552,91 100.71 54,452.20 469 2018 Case TR340 TR SS 12/31/01 HRLY CSTEQ 55,912.50 1,375.14 54,537.36 0.00 54,537.36 470 2019 JCB 270T TRK SS 10/31/19 HRLY CSTEQ 55,763,40 0.00 55,763.40 0.00 55,763.40 471 2019 BOBCAT T595 TRK SS 2/27/20 HRLY CSTEQ 60,132.00 1,466.44 58,665.56 540.90 58,124.66 472 2019 BOBCAT T595 TRK SS 2/27/20 HRLY CSTEQ 60,132.00 0.00 60,132.00 492.82 59,639.18 473 2014 TEREX TA300 6X6 OFF ROAD TRUCK 2/15/21 HRLY CSTEQ 99,480.30 0.00 99,480,30 0.00 99,480.30 504 2015 Ford F550 4x4 Dump Truck 2/21/20 HRLY HVYTR 46,500.00 909.15 45,590.85 0.00 45,590.85 511 2007 FREIGHTLINER TOTERHOME 11/24/20 SL.15YR HVYTR 165,000.00 11,916.71 153,083.29 916.67 152,166.62 520 1998 VOLVO TRI AXLE DUMP TRUCK 12/31/14 SL3YR HVYTR 60,750.00 60,750.00 0.00 0.00 0.00 522 2002 Sterling LT9500 Dump Truck 5/14/15 SL5YR HVYTR 59,425.00 59,425,00 0.00 0.00 0.00 523 2002 Volvo VHD Quad Axle Dump 12/11/14 SLSYR HVYTR 51,018.88 46,938.94 4,079.94 0.00 4,079.94 525 2004 STERLING 1/9/07 SLSYR HVYTR 50,000.00 50,000,00 0.00 0.00 0.00 526 2002 FREIGHTLINER 1/9/07 SLSYR HVYTR 40,000.00 40,000.00 0.00 0.00 0.00 527 2007 KENWORTH T800 1/19/07 SL10YR CSTEO 111,077.00 111,077.00 0.00 0.00 0.00 550 2002 GMC WATER TRUCK 9/14/05 SL5YR HVYTR 4,100,00 4,100.00 0,00 0.00 0.00 551 1994 FORD F-700 WATER TRUCK 7/4/12 SL5YR HVYTR 20,199.00 20,199.00 0.00 0.00 0.00 552 Chevy C7500 Water Truck 3/27/13 SL5YR HVYTR 11,000.00 11,000.00 0.00 0.00 0.00 553 1992 Water Truck 3/7/14 SL5YR HVYTR 12,000.00 11,040.00 960.00 0.00 960.00 560 2005 ISUZU NPR TRUCK 5/3/05 SL5YR HVYTR 81,500.00 81,500.00 0.00 0.00 0.00 561 KENWORTH SEMI DRAG 9/30/16 HRLY HVYTR 153,670.00 133,347.63 20,322.37 2,259,35 18,063.02 EXHIBIT'A' Page 178 of 229 562 Ford Conventional Form Truck 2/27/17 HRLY HVYTR 35,000.00 0.00 35,000.00 0.00 35,000.00 563 2019 Kenworth T270 Rollback 3/8/19 HRLY HVYTR 98,541.85 16,892.46 81,649.39 762.44 80,886.95 564 2018 CHEVROLET SILVERADO 3500 FLATBED 6/21/19 HRLY LIVYTR 47,695.00 18,986.17 28,708.83 938.97 27,769.86 565 2010 KENWORTH T800 ROLLBACK TRUCK. 1/14/20 HRLY HVYTR 75,000.00 14,066.98 60,933.02 814.68 60,118.34 566 2012 IHC 4300 WATER TRUCK 8/18/21 SL7YR HVYTR 44,357.25 2,112.24 42,245.01 528.06 41,716.95 567 2012 IHC 4300 WATER TRUCK 8/18/21 SL7YR HVYTR 44,304.00 2,109.72 42,191.28 527.43 41,666.85 605 2004 LANDOLL 930A-51 TRAILER 1/14/20 SL15YR OTHEQ 29,000.00 3,705.53 25,294.47 161.11 25,133.36 634 2007 SSTL Hauler 11/24/20 SLSYR HVYTR 80,000.00 17,333.29 62,666.71 1,333.33 61,333.38 639 2015 FONTAINE MAGNITUDE HAUL TRAILER 2/12/14 SLSYR HVYTR 93,000.00 85,476.96 7,523.04 0.00 7,523.04 644 TRAILER 6/9/04 SLSYR CSTEQ 2,841.92 2,841.92 0.00 0.00 0.00 645 TANDEM AXLE TAG TRAILER 6/1/06 SL5YR CSTEQ 2,800.00 2,800.00 0.00 0.00 0.00 646 2007 ETNYRE TRAILER 1/17/07 SL5YR CSTEQ 62,755.00 62,755.00 0.00 0.00 0.00 647 23'DECK OVER 1/12/07 SL3YR CSTEQ 4,795.00 4,795.00 0.00 0.00 0.00 648 2007 FONTAINE SLIDER 5/17/07 SL5YR CSTEQ 24,753.00 24,753.00 0.00 0.00 0.00 649 MAGNUM WATER TRAILER 5/18/07 SL3YR OTHEQ 5,600.00 5,600.00 0.00 0.00 0.00 653 2010 18'SURE-TRAC AXLE FALT BED TRAILER 5/31/12 SL3YR CSTEQ 5,015.00 5,015.00 0.00 0.00 0.00 654 2015 Beam 8'x 12'Rail Trailer 2/5/15 SL3YR CSTEO 1,917.00 1,011.75 905.25 0.00 905.25 675 1975 TRI-PAK ROLLOFF TRAILER 3/1/95 SL3YR HVYTR 5,500.00 5,500.00 0.00 0.00 0.00 676 20 Ton Tag Trailer 12/1/09 SLSYR CSTEQ 9,000.00 9,000,00 0.00 0.00 0.00 680 2018 Sure-Trac 14'Dump Trailer 3/12/18 SL5YR CSTEQ 7,899.26 5,924.25 1,975.01 131.65 1,843.36 681 2017 Homesteader 24'Enclosed Trailer(Brokk) 9/21/18 SLSYR CSTEQ 5,800.00 3,770.13 2,029.87 96.67 1,933.20 683 2021 SMT TOWABLE CRASH ATTENUATOR 7/29/21 SL5YR OTHEQ 28,608.20 2,384,00 26,224.20 476.80 25,747.40 684 2021 SMT TOWABLE CRASH ATTENUATOR 9/20/21 SLSYR OTHEQ 28,608.20 1,430.40 27,177.80 476.80 26,701.00 701 60"SHEEPSFOOT-DO '12/31/06 SLSYR CSTEQ 2,000.00 2,000.00 0.00 0.00 0.00 771 KUNDEL 4X24 61N WALL T-BOX 5/9/19 SL15YR CSTEQ 6,830.55 1,209.93 5,620.62 39.03 5,581.59 772 KUNDEL 8X16 SIN WALL T-BOX 5/9/19 SL15YR CSTEQ 8,123.82 1,322.44 6,801.38 47.23 6,754.15 773 KUNDEL 8X169 SIN LITE WALL T-BOX 5/9/19 SL15YR CSTEQ 6,202.82 1,009.68 5,193.14 36.06 5,157.08 776 KUNDEL 4X16 SIN WALL T-BOX 5/10/19 SL15YR CSTEQ 4,595.63 748.16 3,847.47 26.72 3,820.75 785 KUNDEL 8'X 10'TRENCH BOX 12/31/06 SLSYR CSTEQ 2,862.50 2,862.50 0.00 0.00 0.00 792 8 X 24 TRENCH BOX 11/18/08 SLSYR CSTEQ 10,636.16 10,636.16 0.00 0.00 0.00 793 8 X 10 TRENCH BOX 2/28/03 SLSYR CSTEQ 3,727.50 3,727.50 0.00 0.00 0.00 794 KUNDEL 8X16 3IN WALL T-BOX 5/9/19 SL15YR CSTEQ 3,612.82 588.00 3,024.82 21.00 3,003.82 795 KUNDEL 8X16 SIN WALL T-BOX 5/9/19 SL15YR CSTEQ 6,932.82 1,128.68 5,804.14 40.31 5,763.83 EXHIBIT'A' Page 179 of 229 796 KUNDEL 4X16 SIN LITE WALL T-BOX 5/9/19 SL15YR CSTEQ 5,660.95 0.00 5,660.95 0.00 5,660.95 797 MANHOLE BOX 7/1/03 SL3YR CSTEQ 5,950.16 5,950.16 0.00 0.00 0.00 798 8'X 14'TRENCH BOX 7/28/03 SL5YR OTHEQ 1,800.00 1,800.00 0.00 0.00 0.00 799 8'X 16'TRENCH BOX 7/28/03 SL5YR OTHEQ 3,000.00 3,000.00 0.00 0.00 0.00 801 SOLAR ARROW BOARD 6/11/03 SL3YR CSTEQ 2,120.00 2,120.00 0.00 0.00 0.00 807 GREASE WAGON/TRAILER 12/31/06 SL5YR OTHEQ 700.00 700.00 0.00 0.00 0.00 809 ARROW BOARD-SOLAR 12/31/06 SL5YR OTHEQ 2,876.82 2,876.82 0.00 0.00 0.00 812 AGL LASER 12/31/06 SLSYR OTHEQ 2,050.00 2,050.00 0.00 0.00 0.00 813 TRANSIT 12/31/06 SL5YR OTHEQ 1,002.25 1,002.25 0.00 0.00 0.00 814 TRANSIT 12/31/06 SL5YR OTHEQ 949.50 949.50 0.00 0.00 0.00 815 TAPPING MACHINE B-101 12/31/06 SLSYR OTHEQ 1,702.61 1,702.61 0.00 0.00 0.00 819 1570 GAL WATER TANK ROLLOFF TK 1/1/07 SLSYR CSTEQ 0.00 0.00 0.00 0.00 0.00 820 VS10 SUPER SCREED 12/31/06 SLSYR OTHEQ 5,386.43 5,386.43 0.00 0.00 0.00 821 FINN STRAW BLOWER 1/1/07 SLSYR OTHEQ 0.00 0.00 0.00 0.00 0.00 823 POWER SCREEN MARK 2 SHREDDER 6/30/08 SLSYR CSTEQ 47,000.00 47,000.00 0.00 0.00 0.00 827 LASER LEVEL RL-608 12/31/06 SLSYR CSTEQ 809.98 809.98 0.00 0.00 0.00 828 THEODOLITE,DT-104 12/31/06 SL5YR CSTEQ 1,998.98 1,998.98 0.00 0.00 0.00 830 AIR COMPRESSOR INGERSOLL RAND 5/6/14 SL5YR OTHEQ 15,582.00 15,120.40 461.60 0.00 461.60 833 HONDA EB3500 GENERATOR 12/31/06 SLSYR OTHEQ 1,567.74 1,567.74 0.00 0.00 0.00 834 HONDA EB3500 GENERATOR 12/31/06 SLSYR OTHEQ 1,479.95 1,479.95 0.00 0.00 0.00 839 HONDA EB3500 GENERATOR 12/31/06 SL5YR OTHEO 1,601.49 1,601.49 0.00 0.00 0.00 840 CROWCON TRIPLE.PLUS GAS MONITR 12/31/06 SL5YR OTHEQ 2,264.80 2,264.80 0.00 0.00 0.00 841 SULLAIR AIR COMPRESSOR 12/31/06 SL5YR OTHEQ 10,573.50 10,573.50 0.00 0.00 0.00 842 SULLAR AIR COMPRESSOR 12/31/06 SLSYR OTHEO 10,573.50 10,573.50 0.00 0.00 0.00 843 HONDA EB3500 GENERATOR 12/31/06 SL5YR CSTEQ 1,568.75 1,568.75 0.00 0.00 0.00 846 HYPAC C852B COMPACTOR 11/1/96 SL5YR CSTEQ 66,030.00 66,030.00 0.00 0.00 0.00 847 1998 HYPAC C852B COMPACTOR 12/31/00 SLSYR CSTEQ 86,860.00 86,860.00 0.00 0.00 0.00 848 BOMAG BW142PDB COMPACTOR 2/1/98 SLSYR CSTEQ 14,377.50 14,377.50 0.00 0.00 0.00 849 BOMAG BW172D-2 ROLLER 9/1/98 SLSYR CSTEQ 51,655.50 51,655.50 0.00 0.00 0.00 851 HAMM 2420D ROLLER 6/1/01 SLSYR CSTEQ 41,923.97 41,923.97 0.00 0.00 0.00 852 HYPAC C832 COMPACTOR 2/8/01 SLSYR CSTEQ 37,131.66 37,131.66 0.00 0.00 0.00 854 HYPAC C830B ROLLER 10/1/01 SLSYR CSTEQ 45,926.00 45,926.00 0.00 0.00 0.00 856 HYPAC C8508 ROLLERC 5/17/02 SLSYR CSTEQ 46,400.00 46,400.00 0.00 0.00 0.00 EXHIBIT'A' Page 180 of 229 857 CAT CB-214C DOUBLE DRUM ROLLER 6/8/02 SL5YR CSTEQ 12,000.00 12,000.00 0.00 0.00 0.00 858 HONDA EB3500XA GENERATOR 5/15/02 SL5YR OTHEQ 1,584.70 1,584.70 0.00 0.00 0.00 859 HONDA EB3500XA GENERATOR 5/15/02 SL5YR OTHEQ 1,584.70 1,584.70 0.00 0.00 0.00 860 READ RD90B SCREENING PLANT 6/1/03 SL5YR CSTEQ 25,440.00 25,440.00 0.00 0.00 0.00 861 HYPAC 855A 12/17/03 SLSYR CSTEQ 50,694.00 50,694.00 0.00 0.00 0.00 862 HYPAC C857A 12/17/03 SL5YR CSTEQ 51,043.92 51,043.92 0.00 0.00 0.00 863 BOMAG ROLLER 1/12/06 HRLY CSTEQ 50,350.00 39,148.88 11,201.12 0.00 11,201.12 864 BOMAG BW120 ROLLER 7/17/06 HRLY CSTEQ 20,000.00 11,934.16 8,065.84 6.30 8,059.54 865 BOMAG 66"ROLLER 6/21/06 HRLY CSTEQ 60,250.00 36,061.13 24,188.87 0.00 24,188.87 866 2004 BOMAG PADFOOR COMPACTOR 11/27/06 HRLY CSTEQ 46,597.00 20,256.71 26,340.29 0.00 26,340.29 867 2001 CAT 815F 1/19/07 HRLY CSTEQ 252,500.00 133,848.32 118,651.68 0.00 118,651.68 870 2003 BROCE RC350 BROOM 7/29/04 SLSYR CSTEQ 16,614.00 16,614.00 0.00 0.00 0.00 871 PAVEMENT BREAKER 7/27/06 SLSYR CSTEQ 28,329.00 28,329.00 0.00 0.00 0.00 873 INGERSOL-RAND AIR COMPRESSOR 10/15/07 SLSYR CSTEQ 1,400.00 1,400.00 0.00 0.00 0.00 876 BROCE RJ350 BROOM SELF PROPELLED 5/22/14 SLSYR CSTEQ 20,000.00 20,000.00 0.00 0.00 0.00 877 Blau Knox Road Widener 2/2/09 HRLY CSTEQ 25,974.65 1,696.86 24,277.79 34.93 24,242.86 878 Bomag 48"Padfoot Roller 9/24/09 HRLY CSTEQ 24,437.50 2,563.00 21,874.50 0.00 21,874.50 879 Bomag 55"Smooth Drum Roller 9/24/09 HRLY CSTEQ 28,687.50 3,587.52 25,099.98 0.00 25,099.98 880 Bomag 55"Smooth Drum Roller 9/24/09 HRLY CSTEQ 28,687.50 2,907.08 25,780.42 0.00 25,780.42 881 Bomag 55"Smooth Drum Roller 9/24/09 HRLY CSTEQ 28,687.50 3,308.85 25,378.65 0.00 25,378.65 882 CAT Vibratory Smooth Drum Roller 12/1/09 HRLY CSTEQ 9,854.00 -368.52 10,222.52 0.00 10,222.52 883 1999 Bruce RC350 Broom 10/16/14 HRLY CSTEQ 6,519.00 1,074.00 5,445.00 0.00 5,445.00 884 Atlas Copco XAS185 Air Compressor SLSYR OTHEQ 7,704.00 7,704.00 0.00 0.00 0.00 885 Atlas Copco XAS 185 Air Compressor SLSYR OTHEQ 7,704.00 7,704.00 0.00 0.00 0.00 886 2015 FORD F-350 5/1/15 SLSYR FORTK 56,281.29 56,281.29 0.00 0.00 0.00 887 2015 FORD F-350 5/1/15 SL5YR FORTK 56,281.29 56,281.29 0.00 0.00 0.00 888 2012 Volvo SD45D Vibratory Roller-Smooth Drum 2/19/18 HRLY CSTEQ 39,616.18 2,407.11 37,209.07 0.00 37,209.07 889 2015 Caterpillar D5K2 LGP Crawler Tractor Dozer 2/19/18 HRLY CSTEQ 85,935.80 34,230.74 51,705.06 276.24 51,428.82 890 2000 Catepillar CB334D Tandem Vibratory Roller- 2/19/18 HRLY CSTEQ 13,679.97 2,399.94 11,280.03 0.00 11,280.03 891 2012 Volvo SD45D Vibratory Roller-Smooth Drum 2/19/18 HRLY CSTEQ 39,616.18 1,996.14 37,620.04 0.00 37,620.04 892 2011 Hamm HD10CW Tandem Vibratory Roller 2/19/18 HRLY CSTEQ 15,902.62 1,071.24 14,831.38 0.00 14,831.38 893 Hamm HD10CVV Tandem Vibratory Roller-Smoot 2/19/18 HRLY CSTEQ 15,902.62 687.60 15,215.02 28.65 15,186.37 895 2007 Terex RT555-1 55 Ton 4X4X4 Rough Terrain 2/19/18 HRLY CSTEQ 88,600.49 1,515.21 87,085.28 0.00 87,085.28 EXHIBIT'A' Page 181 of 229 896 2015 Dynapac CA 1500D Vibratory Roller-Smooth 2/19/18 HRLY CSTEQ 55,964.28 2,291.52 53,672.76 0.00 53,672.76 898 2012 Volvo SD70D Vibratory Roller-Smooth Drum 2/19/18 HRLY CSTEQ 55,964.00 1,689.68 54,274.32 0.00 54,274.32 899 XCMG CV122PD Vibratory Roller-Smooth Drum 2/19/18 HRLY CSTEQ 46,155.42 7,799.76 38,355.66 33.12 38,322.54 900 2004 FORD F550 3/31/04 HRLY SHPTR 43,268.87 43,268.87 0.00 0,00 0.00 902 2009 Infiniti G37 2D Coupe 9/25/13 SL3YR FORTK 24,688.26 24,688.26 0.00 0.00 0.00 904 TRUCK 2006 FORD F5D SUPER DUTY 4/2/14 HRLY REPTR 31,095.00 12,837.60 18,257.40 0.00 18,257.40 906 TRUCK 2006 FORD F5D SUPER DUTY 4/2/14 HRLY REPTR 30,560.00 27,504.00 3,056.00 0.00 3,056.00 912 2007 Ford F450 Flatbed Truck 6/24/14 SL3YR REPTR 9,754.72 9,754.72 0.00 0.00 0.00 914 1999 FORD F550 CHASSIS CAB 6/20/00 SL5YR SHPTR 25,183.90 25,183.90 0.00 0.00 0.00 916 '00 F350 DIESEL W/UTILITY BODY 7/19/00 SLSYR FORTK 31,753.25 31,753.25 0.00 0.00 0.00 918 2014 Ford F-150 8/6/14 SLSYR FORTK 30,325.39 27,925.43 2,399.96 0.00 2,399.96 919 2014 Ford F-150 10/21/14 SL5YR FORTK 32,362.52 29,802.57 2,559.95 0.00 2,559.95 920 TRUCK 2009 FORD F550 5/1/14 FIRLY REPTR 36,908.00 36,908.00 0.00 0.00 0.00 921 Truck Ford Superduly F350 3/21/14 HRLY FORTK 55,800.29 55,800.29 0.00 0.00 0.00 925 '97 FORD F476 DELIVERY TRUCK 9/1/97 SLSYR SHPTR 34,029.68 34,029.68 0.00 0.00 0.00 931 2015 Subaru Outback 8/26/14 SLSYR FORTK 28,638.43 26,347.32 2,291.11 0.00 2,291.11 953 2009 GMC 1(1500 4x4 Pick-Up Truck 5/14/15 SLSYR FORTK 14,567.06 14,567.06 0.00 0.00 0.00 961 2005 CHEVROLET TRUCK 3/24/05 SL3YR FORTK 17,076.23 17,076.23 0.00 0.00 0,00 966 2006 FORD F350 TRUCK 3/3/06 HRLY FORTK 39,740.01 37,532.25 2,207.76 0.00 2,207.76 967 2006 FORD RANGER 3/31/06 HRLY FORTK 16,847.42 16,847.42 0.00 0.00 0.00 974 2006 Chevrole Colorado 8/10/10 HRLY FORTK 12,877.85 9,356.87 3,520.98 0.00 3,520.98 977 2007 FOCUS WAGON SE 12/14/06 HRLY CSTEQ 16,613.68 14,055.49 2,558.19 0.00 2,558.19 979 2007 CHEVY 1 TON 12/21/06 HRLY FORTK 39,639.20 35,675.28 3,963.92 0.00 3,963.92 980 2007 CHEVY 1 TON 12/21/06 HRLY FORTK 40,138.69 37,896.89 2,241.80 0.00 2,241.80 983 2006 FORD RANGER 1/9/07 HRLY FORTK 19,629.58 18,355.02 1,274.56 0.00 1,274.56 985 2006 CHEVROLET TRUCK 3/19/07 HRLY CSTEQ 65,940.00 59,346.00 6,594.00 0.00 6,594.00 986 1998 Boxed Lube Truck 3/27/09 HRLY FORTE 20,350.00 2,458.98 17,891.02 0.00 17,891.02 987 2006 Ford F650 Diesel 3/27/09 HRLY FORTK 34,100.00 10,913.00 23,187.00 0.00 23,187.00 988 2007 F650 Diesel 3/27/09 HRLY FORTK 41,800.00 9,588.88 32,211.12 150.06 32,061.06 990 2006 Ford F550 Diesel 3/27/09 HRLY FORTE 20,900.00 20,900.00 0.00 0.00 0.00 991 2006 Ford F250 Gas 3/27/09 HRLY FORTK 11,000.00 10,085.29 914.71 0.00 914.71 992 1999 GMC BOX TRUCK 4/30/09 HRLY FORTK 4,500.00 4,382.21 117.79 0.01 117.78 993 2005 Kenworth T300 SVC TRK 5/31/09 HRLY REPTR 60,000.00 60,000.00 0.00 0.00 0.00 EXHIBIT'A' Page 182 of 229 994 2007 Kenworlh T300 Service Trk 5/31/09 HRLY REPTR 90,000.00 90,000.00 0.00 0.00 0.00 997 INTERNATIONAL 4300 DUMP TRUCK 6/29/12 HRLY HVYTR 24,753.13 16,248.78 8,504.35 0.00 8,504,35 998 INTERNATIONAL 4300 DUMP TRUCK 7/1/12 HRLY HVYTR 24,753.13 17,301.87 7,451.26 82.76 7,368.50 999 2013 Ford F150 Extended Cab 8/15/13 SLSYR FORTK 32,767.40 26,514.53 6,252,87 0.00 6,252.87 1002 HYSTER LIFT TRUCK 1/11/01 SL5YR CSTEO 6,325.00 6,325.00 0.00 0.00 0.00 1003 WELDER;BIG 40 DIESEL 1/1/07 SLSYR OTHEQ 13,013.14 13,013.14 0.00 0.00 0.00 1005 LINESTRIPER 4/13/04 SL3YR CSTEO 5,443.76 5,443.76 0.00 0.00 0.00 1007 FORKLIFT 5/31/07 SLSYR CSTEQ 43,260.19 43,260.19 0.00 0.00 0.00 1011 IRON WORKER 6/24/10 SL5YR CSTEQ 10,650.00 10,650.00 0.00 0.00 0.00 1013 ICE 28C Vibratory Sheeting Hammer 11/11/15 SL5YR CSTEQ 192,096.00 192,096.00 0.00 0.00 0.00 1014 Telescopic 44'Forklift 4/26/16 HRLY CSTEQ 35,499.75 2,247.06 33,252.69 0.00 33,252.69 1015 Telescopic 44'Forklift 4/27/16 HRLY CSTEQ 35,251.50 2,062.43 33,189.07 127.05 33,062.02 1018 Felco bedding Conveyor 2/7/17 SL7YR CSTEQ 16,040.00 11,075.10 4,964.90 190.95 4,773.95 1019 Labounly CP100 Concrete Pulverizor 10/18/17 SL7YR CSTEQ 24,495.00 14,580.50 9,914,50 291.61 9,622.89 1020 2010 Cat P36k Forklift 6/28/18 SL5YR CSTEQ 59,000.00 40,316.53 18,683.47 983.33 17,700.14 1092 42.5'Screed 7/24/14 SLSYR CSTEQ 11,475.39 11,475.39 0.00 0.00 0.00 1100 KENT COMPACTOR KHP-135 12/31/06 SLSYR CSTEQ 1,983.40 1,983.40 0.00 0.00 0.00 1101 FFC FORKS 12/31/06 SL5YR CSTEQ 896.75 896.75 0.00 0.00 0.00 1102 MB BROOM 12/31/06 SLSYR CSTEQ 2,236.60 2,236.60 0.00 0.00 0.00 1105 TIPCON RL-60B MARKSMAN LASER 12/31/06 SLSYR CSTEQ 1,054.70 1,054.70 0.00 0.00 0.00 1106 THEODOLITE DT 104(TRANSIT) 12/31/06 SL5YR OTHEQ 1,949.98 1,949.98 0.00 0.00 0.00 1107 TAMP VIB PLATE H-2284 12/31/06 SL5YR CSTEQ 1,825.27 1,825.27 0.00 0.00 0.00 1108 BODINE GRAPPLE FOR CAT 320 12/31/06 SL5YR CSTEQ 6,500.00 6,500.00 0.00 0.00 0,00 1110 TOPCON RL-60B MARKSMAN LASER 12/31/06 SL5YR CSTEQ 1,293,20 1,293.20 0.00 0.00 0.00 1111 TAR KETTLE 12/31/06 SL5YR OTHEO 3,455.21 3,455.21 0.00 0.00 0.00 1112 COMPACTOR HC20 12/31/06 SL5YR CSTEQ 652.50 652.50 0.00 0.00 0.00 1114 TAR KETTLE 12/31/06 SL5YR CSTEQ 550.00 550.00 0.00 0.00 0.00 1116 2005 KENT KF22OT BREAKER 3/14/05 SL5YR CSTEQ 40,235.70 40,235.70 0.00 0.00 0.00 1117 KENT BREAKER 4/6/07 SL5YR CSTEQ 11,500.00 11,500.00 0.00 0.00 0.00 1118 2009 Dynatec 1250 Hyd.Hammer 3/30/09 SL5YR CSTEQ 3,500.00 3,500.00 0.00 0.00 0.00 1119 Dynatec 1250 Hyd.Hammer 3/30/09 SL5YR CSTEQ 3,500.00 3,500.00 0.00 0.00 0.00 1120 KENT BREAKER 4/6/12 SL5YR CSTEQ 4,781.25 4,621.87 159.38 0.00 159.38 1121 KENT HYDRAULIC HAMMER 6/5/12 SL3YR CSTEQ 8,765.63 8,765.63 0.00 0.00 0.00 EXHIBIT'A' Page 183 of 229 1122 HYDRAULIC HAMMER 6/26/13 SLSYR CSTEQ 41,437.50 38,191.65 3,245.85 0.00 3,245.85 1124 2019 CAT MP345 MULTIPROCESSOR 12/3/19 SLSYR OTHEO 197,415.00 197,915.00 -500.00 -500.00 0.00 1150 TOPCON RL-HB ROTATING LASER 4/7/02 SL5YR CSTEQ 858.60 858.60 0.00 0.00 0.00 1151 TOPCON DTS 212 TOTAL STATION 4/7/02 SL5YR CSTEQ 3,500.00 3,500.00 0.00 0.00 0.00 1152 TOPCON TP-L4AV PIPE LASER 6/28/04 SL5YR CSTEQ 4,750.00 4,750.00 0.00 0.00 0.00 1158 KENT FX225 HYDRAULIC HAMMER 2/4/19 SLSYR OTHEQ 13,856.50 7,851.96 6,004.54 230.94 5,773.60 1200 5 TON OVERHEAD CRANE(SHOP) 12/31/06 SL5YR OTHEQ 17,935.70 17,935.70 0.00 0.00 0.00 1201 2018 HUSQ GX 4200 SC SAW HRLY OTHEQ 22,850.00 0.00 22,850.00 0.00 22,850.00 1202 HONDA EB3500XA GENERATOR 12/31/06 SLSYR OTHEQ 1,669.50 1,669.50 0.00 0.00 0.00 1204 HONDA EB5000 GENERATOR 9/13/01 SLSYR CSTEQ 2,008.70 2,008.70 0.00 0.00 0.00 1205 30 KW GENERATOR 1/19/06 SLSYR CSTEQ 0.00 0.00 0.00 0.00 0.00 1206 GENERATOR 7/11/07 SL5YR CSTEQ 8,800.54 8,800.54 0.00 0.00 0.00 1209 TOPCON TP-L4AV PIPE LASER 1/9/07 SL3YR CSTEQ 6,145.05 6,145.05 0.00 0.00 0.00 1210 TOPCON 9254 CTRL BOX-SYST IV 12/31/06 SL5YR CSTEQ 2,120.00 2,120.00 0.00 0.00 0.00 1211 TOPCON 9221 TRACKER ASSY 12/31/06 SLSYR CSTEQ 2,650.00 2,650.00 0.00 0.00 0.00 1213 TOPCON 9130 LASER RECEIVER 12/31/06 SL5YR CSTEQ 3,710.00 3,710.00 0.00 0.00 0.00 1214 TOPCON LS-B2D RECEIVER 12/31/06 SLSYR CSTEQ 3,498.00 3,498.00 0.00 0.00 0.00 1215 TOPCON 9142 SONIC TRACKER 12/31/06 SLSYR CSTEQ 2,088.20 2,088.20 0.00 0.00 0.00 1216 TOPCON TP-L3BG PIPE LASER 12/31/06 SL5YR CSTEQ 3,381.40 3,381.40 0.00 0.00 0.00 1217 TOPCON TP-L3B PIPE LASER 12/31/06 SL5YR CSTEQ 5,088.00 5,088.00 0.00 0.00 0.00 1218 TOPCON TP-L3B PIPE LASER 12/31/06 SLSYR CSTEQ 5,612.70 5,612.70 0.00 0.00 0.00 1219 TOPCON9142 SONIC TRACKER 12/31/06 SL5YR CSTEQ 1,722.50 1,722.50 0.00 0.00 0.00 1220 TOPCON 9164 MOTORGRADER 12/31/06 SL5YR CSTEQ 3,630.50 3,630.50 0.00 0.00 0.00 1221 TOPCON LS-B2 RECEIVER 8 ROD 3/23/05 SL3YR CSTEO 1,300.00 1,300.00 0.00 0.00 0.00 1222 TOPCON RL-H1SA SLOPE LASER 5/13/05 SL3YR CSTEQ 1,712.00 1,712.00 0.00 0.00 0.00 1224 2019 GRACO 3900 LINE STRIPER 2/27/19 SL10YR CSTEQ 15,194.86 4,305,08 10,889.78 126.62 10,763.16 1225 2014 MULTIQUIP 19-29 KVA GENERATOR 8/26/19 HRLY OTHEO 10,392.27 0.00 10,392.27 0.00 10,392.27 1226 2013 MAGNUM PRO 30-39 KVA GENERATOR 8/26/19 HRLY OTHEQ 10,831.78 0.00 10,831.78 0.00 10,831.78 1227 2014 WACKER 19.29KVA25GGENERATOR 9/30/19 HRLY OTHEO 10,877.62 20.88 '10,856.74 0.00 10,856.74 1228 2014 MAGNUM PRO MM625FH 12/23/19 HRLY OTHEQ 11,347.35 0.00 11,347.35 0.00 11,347.35 1229 2014 MAGNUM PRO MMG25FH HRLY OTHEQ 10,004.50 0.00 10,004,50 0.00 10,004.50 1230 2018 30KVW TOWABLE GENERATOR 8/17/20 HRLY OTHEQ 10,956.80 0.00 10,956.80 0.00 10,956.80 EXHIBIT'A' Page 184 of 229 1300 HOBART CHAMPION 16 12/31/06 SL5YR OTHEQ 1,060.00 1,060.00 0.00 0.00 0.00 1302 WELDER BOBCAT 250 KUBOTA 3/9/06 SL3YR OTHEQ 7,724.13 7,724.13 0.00 0.00 0.00 1304 MILLER BOBCAT WELDER/GENERATOR 3/28/08 SLSYR CSTEO 3,000.00 3,000.00 0.00 0.00 0.00 1308 COLEMAN LIGHT PLANT 6/20/08 SL5YR CSTEQ 1,518.75 1,518.75 0.00 0.00 0.00 1310 GODWIN CD225M 8"PUMP 11/16/06 SLSYR CSTEQ 0.00 0.00 0.00 0.00 0.00 1313 Miller Big 40 Welder/Generator 5/8/09 SL5YR OTHEQ 3,000,00 3,000.00 0.00 0.00 0.00 1314 Miller Big 40 Welder/Generator 5/8/09 SLSYR OTHEQ 2,600.00 2,600.00 0.00 0.00 0.00 1315 Miller Big 40 Welder/Generator 5/8/09 SL5YR OTHEQ 3,000.00 3,000.00 0.00 0.00 0.00 1317 Magnum Light Plant 8/31/10 SL5YR CSTEQ 6,147,90 6,147,90 0.00 0.00 0.00 1318 Magnum Light Plant 8/31/10 SL5YR CSTEQ 6,288.16 6,288.16 0.00 0.00 0.00 1319 Magnum Light Plant 8/31/10 SL5YR CSTEQ 6,661.58 6,661.38 0.20 0.00 0.20 1321 RC Flagman 2000 Portable Signal Lights 3/17/10 SLSYR CSTEQ 4,012.50 4,012.50 0.00 0.00 0.00 1323 GPO System 7/28/10 SLSYR CSTEQ 36,099.71 36,099,71 0.00 0.00 0.00 1325 GPS Base SPS852 SLSYR CSTEQ 15,177.81 15,177.81 0.00 0.00 0.00 1326 CAT GPS ATTACHED TO#431 DOZER 6/1/12 SL5YR CSTEQ 67,549.12 63,608,60 3,940.52 0.00 3,940.52 1330 GPS System•Trimble Navigation System 2/18/14 SLSYR CSTEQ 35,798.61 35,798.61 0.00 0.00 0.00 1333 Magnum MTL 3060 Light Tower 12/4/14 SL3YR OTHEQ 6,618.50 5,461.59 1,156.91 0.00 1,156.91 1334 Magnum MTL 3060 Light Tower 12/4/14 SL3YR OTHEQ 6,618.50 5,461.59 1,156.91 0.00 1,156.91 1340 Cat 28 KW Generator(Brokk) 8/31/18 SL3YR CSTEQ 13,375.00 13,375.00 0.00 0.00 0.00 1341 2017 MILLER BIG BLUE 400 PIPE PRO WELDER HRLY CSTEQ 11,797.50 0.00 11,797.50 0.00 11,797.50 1342 2017 MILLER BIG BLUE 400 PIPE PRO WELDER HRLY CSTEO 11,797.50 0.00 11,797.50 0.00 11,797,50 1368 BOBCAT ROCK HOUND 6/20/08 SL5YR CSTEQ 4,556.25 4,556.25 0.00 0.00 0.00 1369 2003 Challenger MT295 4WD Tractor 10/16/14 HRLY CSTEQ 6,519.00 95.00 6,424,00 0.00 6,424.00 1394 Bobcat 250 Welder 8/19/16 SLSYR CSTEQ 3,934.27 3,934.27 0.00 0.00 0.00 1399 2001 TEREX SCISSORLIFT 6/20/08 SL3YR CSTEQ 2,227.50 2,227.50 0.00 0.00 0.00 1400 48"HD BUCKET 48GPK200 12/31/06 SLSYR CSTEQ 4,853.00 4,853.00 0.00 0.00 0.00 1401 72"DITCHING BUCKET-KOBELCO 1/1/07 SLSYR CSTEQ 0.00 0.00 0.00 0.00 0.00 1403 54"BUCKET 9/26/01 SLSYR CSTEQ 3,101.70 3,101.70 0.00 0.00 0.00 1405 SKID STEER FORKS 9/25/01 SLSYR CSTEQ 1,582.50 1,582.50 0.00 0.00 0.00 1407 WACKER WP1550A PLATE TAMP 9/13/01 SLSYR CSTEQ 1,560.32 1,560.32 0.00 0.00 0.00 1408 TRACKS FOR CAT 246 SKIDSTEER 12/1/01 SLSYR CSTEQ 1,899.00 1,899.00 0.00 0.00 0.00 1409 WACKER PLATE COMPACTOR 12/31/06 SLSYR CSTEQ 429.30 429.30 0.00 0.00 0.00 1410 SKID STEER TRACKS 1/15/02 SLSYR CSTEQ 2,532.00 2,532.00 0.00 0.00 0.00 EXHIBIT'A' Page 185 of 229 1411 ROME DISK MODEL.TRCH-12-36 3/15/02 SL5YR CSTEQ 13,300.00 13,300.00 0.00 0.00 0.00 1412 54"BUCKET FOR CAT 330 3/14/02 SL5YR CSTEQ 7,208.00 7,208.00 0.00 0.00 0.00 1413 BACKHOE FORKS 12/31/06 SLSYR CSTEQ 400.00 400.00 0.00 0.00 0.00 1414 24"WORK BR BUCKET/KOBELCO 200 5/7/02 SLSYR CSTEQ 1,800.00 1,800.00 0.00 0.00 0.00 1415 18"CNP BUCKET/KOBELCO 135 5/7/02 SL5YR CSTEQ 900.00 900.00 0.00 0.00 0.00 1416 1/2 YARD CONCRETE BUCKET 12/31/06 SL5YR CSTEQ 423.00 423.00 0.00 0.00 0.00 1417 CAT SKID STEERFORKS 6/8/02 SL5YR CSTEQ 800.00 800.00 0.00 0.00 0.00 1418 CATERPILLAR FORKS 6/18/02 SL5YR CSTEQ 795.00 795.00 0.00 0.00 0.00 1419 COMPACT WHEEL 8/31/03 SLSYR CSTEQ 2,848.75 2,848.75 0.00 0.00 0.00 1422 33.5"BUCKET 2/25/04 SL3YR CSTEQ 7,987.50 7,987.50 0.00 0.00 0.00 1423 TAPPING MACHINE 3/10/04 SL3YR CSTEQ 2,247.00 2,247.00 0.00 0.00 0.00 1424 TAPPING MACHINE 4/1/04 SL3YR CSTEQ 2,247.00 2,247.00 0.00 0.00 0.00 1425 AUTO RAKE-ROCKHOUND 5/19/04 SL3YR CSTEQ 6,709.50 6,709.50 0.00 0.00 0.00 1426 RC FLAGMAN MACHINE 5/28/04 SLSYR CSTEQ 12,500.00 12,500.00 0.00 0.00 0.00 1428 72"SWEEPER 9/10/04 SL3YR CSTEQ 2,795.00 2,795.00 0.00 0.00 0.00 1429 54 HD BUCKET WB KOBELCO 480 12/27/04 SLSYR CSTEQ 10,451.95 10,451.95 0.00 0.00 0.00 1430 32 ROCK BUCKET ESCO KOBLCO 480 12/27/04 SLSYR CSTEQ 20,345.16 20,345.16 0.00 0.00 0.00 1431 2005 72"BOBCAT BROOM . 2/23/05 SLSYR CSTEQ 3,834.00 3,834.00 0.00 0.00 0.00 1435 108"FLECO BLADE RAKE 3/25/05 SLSYR CSTEQ 3,088.50 3,088.50 0.00 0.00 0,00 1436 2005 LOGERING VTS TRACK SYSTEM 2/4/05 SLSYR CSTEQ 14,338.00 14,338.00 0.00 0.00 0.00 1440 WERKBRAU 54"BUCKT/KOBELCO 330 4/29/05 SLSYR CSTEQ 7,987.50 7,987.50 0.00 0.00 0.00 1441 WERKBRAU 48"BUCKT/KOBELCO 330 7/27/05 SLSYR CSTEQ 8,677.07 8,677.07 0.00 0.00 0.00 1444 27"ESCO ROCK BUCKET SK210LC 3/23/06 SL5YR CSTEQ 15,230.57 15,230.57 0.00 0.00 0.00 1445 27"ESCO ROCK BUCKET SK210LC 3/23/06 SLSYR CSTEQ '15,230.57 15,230.57 0.00 0.00 0.00 1446 54"WERK-BRAU BUCKET SK210LC 3/23/06 SLSYR CSTEQ 5,448.54 5,448.54 0.00 0.00 0.00 1447 36"WERK-BRAU BUCKET SK330LC 3/23/06 SLSYR CSTEQ 6,509.28 6,509.28 0.00 0.00 0.00 1448 54"WERK-BRAD BUCKET SK330LC 3/23/06 SL5YR CSTEQ 7,620.07 7,620.07 0.00 0.00 0.00 1449 36"ESCO BUCKET SK400 3/23/06 SLSYR CSTEQ 21,975.21 21,975.21 0.00 0.00 0.00 1451 60"WERK-BRAU BUCKET SK400 3/23/06 SLSYR CSTEQ 9,284.67 9,284.67 0.00 0.00 0.00 1452 42"WERI48RAU BUCKET SK400 3/23/06 SLSYR CSTEQ 9,226.09 9,226.09 0.00 0.00 0.00 1454 CAT 36"BUCKET 3/30/06 SL3YR CSTEQ 823.90 823.90 0.00 0.00 0.00 1455 CAT 48"BUCKET 3/30/06 SL3YR CSTEQ 823.90 823.90 0.00 0.00 0.00 1456 36"330 KOBELCO BUCKET 9/12/06 HRLY CSTEO 0.00 0.00 0.00 0.00 0.00 EXHIBIT'A' Page 186 of 229 1457 ESCO 36"BUCKET 3/30/06 SL3YR CSTEQ 3,089.63 3,089.63 0.00 0.00 0.00 1458 BRADCO SKID STEER FORKS 9/19/06 NONE CSTEQ 0.00 0.00 0.00 0.00 0.00 1461 ESCO 30"BUCKET 3/30/06 SL3YR CSTEQ 3,089.62 3,089.62 0.00 0.00 0.00 1462 ESCO 28"BUCKET 3/30/06 SL3YR CSTEQ 3,236.75 3,236.75 0.00 0.00 0.00 1463 ESCO 30"BUCKET 3/30/06 SL3YR CSTEQ 3,825.25 3,825.25 0.00 0.00 0.00 1467 72"BUCKET BROOM 11/30/06 SLSYR CSTEQ 3,337.50 3,337.50 0.00 0.00 0.00 1468 72"BUCKET BROOM 11/30/06 SL5YR CSTEQ 3,337.50 3,337.50 0.00 0.00 0.00 1470 WERKBREU 30"BUCKET 3/3/06 SL3YR CSTEQ 1,059.30 1,059.30 0.00 0.00 0,00 1472 2020 MR.MANHOLE CORE MACHINE 8/19/20 SL5YR CSTEQ 28,626.39 7,633.76 20,992.63 477.11 20,515.52 1477 CLEAN SWEEP 72"BUCKET BROOM 2/21/07 SLSYR CSTEQ 3,337.50 3,337.50 0.00 0.00 0.00 1478 CLEAN SWEEP 72"BUCKET BROOM 2/21/07 SL5YR CSTEQ 3,337.50 3,337.50 0.00 0.00 0.00 1490 ESCO ROCK BUCKET 4/25/07 SL5YR CSTEQ 38,632.00 38,632.00 0.00 0.00 0.00 1492 VERSA DOZER BLADE 96" 6/13/07 SL5YR CSTEQ 4,885.00 4,885.00 0.00 0.00 0.00 1498 SLAB BUCKET 2/15/08 SL5YR CSTEQ 4,059.38 4,059.38 0.00 0.00 0.00 1499 TRACTOR GRADING ATTACHMENT 9/8/08 SLSYR CSTEQ 9,805.00 9,805.00 0.00 0.00 0.00 1500 20'STORAGE CONTAINER 4/6/01 SL5YR CSTEQ 2,722.00 2,722.00 0.00 0.00 0.00 1501 12 STREET PLATES 1"X8'X20' 5/12/06 SLSYR OTHEQ 41,948.28 41,948.28 0.00 0.00 0.00 1502 PZ 27 SHEETING 220 PCS 7/10/07 SL5YR CSTEQ 76,000.00 76,000,00 0.00 0.00 0.00 1503 6370'PZC 18 SHEETING(292 PCS) 4/30/08 SLSYR OTHEQ 444,330.43 444,330.43 0.00 0.00 0,00 1504 32"Barrier Wall-141 sections 5/1/09 SL3YR CSTEQ 43,146.00 43,146.00 0.00 0.00 0.00 1506 Street Plates 1"x96"x240" 8/17/09 SL5YR OTHEQ 117,552.00 117,552.00 0.00 0.00 0.00 1508 Ditch Bucket 5/31/09 SL3YR CSTEQ 3,638.84 3,638.84 0.00 0.00 0.00 1509 ESCO 54 inch digging bucket 3/30/09 SL5YR CSTEQ 2,250.00 2,250.00 0.00 0.00 0.00 1510 Esco 56 inch digging bucket 3/30/09 SL5YR CSTEQ 2,250.00 2,250.00 0.00 0.00 0.00 1512 PZT-S Connectors 147' 9/6/11 SL3YR CSTEQ 14,175.15 14,175.15 0.00 0.00 0.00 1513 Werk-Brau 24 Inch Digging Bucket 12/1/09 SL5YR CSTEQ 3,656.94 3,656.94 0.00 0.00 0.00 1514 96"x 240 Road Plates(20) 2/28/10 SL5YR CSTEO 55,540.22 55,540.22 0.00 0.00 0.00 1515 Bucket 6/15/10 SL5YR CSTEQ 1,262.03 1,262.03 0.00 0.00 0.00 1516 4"x 10'Slimline Metal Forms-160 10/15/10 SL3YR CSTEQ 6,124.80 6,124.80 0.00 0.00 0.00 1520 Lifeline Cable Assembly Securaspan 210' 9/1/11 SL3YR CSTEQ 11,934.65 11,934.65 0.00 0.00 0.00 1523 34"Excavator Bucket 5/8/13 SL3YR CSTEQ 292.88 292.88 0.00 0.00 0.00 1524 23"CF Excavator Bucket 5/8/13 SL3YR CSTEQ 1,288.65 1,288,65 0.00 0.00 0.00 1525 36"Werk-Brau Excavator Bucket 5/8/13 SL3YR CSTEQ 878.63 878.63 0.00 0.00 0.00 EXHIBIT'A' Page 187 of 229 1526 33"Caterpillar Excavator Bucket 5/8/13 SL3YR CSTEQ 878.63 878.63 0.00 0.00 0.00 1527 EXCAVATOR BUCKET 36"JOHN DEERE 3/13/14 SL3YR CSTEQ 2,359.50 2,208.70 150.80 0.00 150.80 1528 EXCAVATOR BUCKET 36"JOHN DEERE 3/13/14 SL3YR CSTEQ 2,359.50 2,208.70 150.80 0.00 150.80 1529 EXCAVATOR BUCKET 23" 3/13/14 SL3YR CSTEQ 2,064.57 1,932.76 131.81 0.00 131.81 1530 48"HEAVY DUTY BUCKET 3/3/14 SL3YR CSTEQ 6,549.76 6,131.39 418.37 0.00 418.37 1532 BUCKET CAT 325C 24"ROCK 5/22/14 SL3YR CSTEQ 1,600.00 1,600.00 0.00 0.00 0.00 1533 BUCKET CAT 325C 30" 5/22/14 SL3YR CSTEO 2,850.00 2,850.00 0.00 0.00 0.00 1534 BUCKET CAT 325C 48" 5/22/14 SL3YR CSTEQ 3,350.00 3,350.00 0.00 0.00 0.00 1535 COMPACTOR HYD.PLATE CAT 325 5/22/14 SL3YR CSTEQ 3,100.00 3,100.00 0.00 0.00 0.00 1536 HAMMER 2012 CAT 6/2/14 SL5YR CSTEO 8,500.00 8,500.00 0.00 0.00 0.00 1537 BUCKET CAT 325C 48"SLAB 5/22/14 SL3YR CSTEQ 3,892.50 2,270.73 1,621.77 0.00 1,621.77 1540 Skidsteer Kent Hammer Attachement 6/26/14 SL3YR OTHEQ 3,797.57 3,797.57 0.0D 0.00 0.00 1541 2008 CAT H130S Excavator Hydraulic Hammer 10/16/14 SL5YR CSTEQ 16,840.75 15,889.42 951.33 0.00 951.33 1546 2015 Sweepster 72"Broom Attachment 3/27/15 SL3YR OTHEQ 4,913.04 4,054.26 858.78 0.00 858.78 1549 2020 CAT MP 318 PROCESSOR&SHEAR FOR IJ 8/27/20 SLSYR CSTEQ 122,500.00 32,666.72 89,833.28 2,041.67 87,791.61 1550 2020 75'HIGH REACH BOOM ATTACHMENT(UNI 8/17/20 SL10YR CSTEQ 243,000.00 32,400.00 210,600.00 2,025,00 208,575.00 1570 2012 Allied 130B Hydro Hammer Attachment 3/12/15 SLSYR CSTEQ 11,542.78 3,117.78 8,425.00 0.00 8,425.00 1571 CAT Skid Hydro Hammer 6/17/15 SLSYR CSTEQ 4,122.43 4,122.43 0.0D 0.00 0.00 1573 Tractor Sill Fence Plow 6/17/15 SL5YR CSTEQ 1,651.65 1,651.65 0,00 0.00 0.00 1574 Kenco 42"Excavator Grapple 6/17/15 SL5YR CSTEQ 6,108.56 6,108.56 0.00 0.00 0.00 1575 Kobelco SK300 36"Buscket 6/22/15 SL5YR CSTEQ 5,877.96 5,877.94 0.02 0.00 0.02 1576 cat 308 48"Tilt Bucket 6/25/15 SLSYR CSTEO 8,375.99 8,375.99 0.00 0.00 0.00 1580 48"SK350-9 BUCKET 2/8/16 SL5YR CSTEQ 6,745.00 6,745.00 0.00 0.00 0.00 1581 36"SK350-9 BUCKET 2/8/16 SL5YR CSTEQ 6,745.00 6,745.00 0.00 0.0D 0.00 1582 48"SK210-9 BUCKET 2/8/16 SLSYR CSTEQ 6,745.00 6,745.00 0.00 0.00 0.00 1583 48"SK210-9 BUCKET 2/8/16 SLSYR CSTEQ 6,745.00 6,745.00 0.00 0.00 0.00 1585 36" SK210LC KOBELCO BUSKET 2/8/16 SL5YR CSTEQ 6,745.00 6,745.00 0.00 0.00 0.00 1586 CLAM BUCKET#CS-1292 2/8/16 SLSYR CSTEQ 6,745.00 6,745.00 0.00 0.00 0.00 1590 Timber Mats 8"x4'x16'(19) 4/4/13 SL3YR OTHEQ 7,030.00 7,030.00 0.00 0.00 0.00 1600 STONE BOX 6 CUBIC YARD '12/31/06 SLSYR CSTEQ 1,704.00 1,704.00 0.00 0.00 0.00 1601 9 CY GRAVEL BOX 7/28/03 SLSYR OTHEQ 2,050.00 2,050.00 0.00 0.00 0.00 1603 KUNDEL 6X6 TRENCH BOX 7/13/04 SL3YR CSTEQ 440.75 440.75 0.00 0.00 0.00 1604 KUNDEL 8X10 MANHOLE BOX 7/13/04 SL3YR CSTEQ 7,017.00 7,017.00 0.00 0.00 0.00 EXHIBIT'A' Page 188 of 229 1605 KUNDEL 8X10 MANHOLE BOX. 7/13/04 SL3YR CSTEQ 7,017.00 7,017.00 0.00 0.00 0.00 1606 KUNDEL 8X24 TRENCH BOX 7/13/04 SL5YR CSTEQ 15,023.27 15,023.27 0.00 0.00 0.00 1607 KUNDEL 8X24 TRENCH BOX 7/13/04 SLSYR CSTEQ 15,023.26 15,023.26 0.00 0.00 0.00 1608 KUNDEL 8X20 SUPER 8/17/04 SL5YR CSTEQ 10,947.63 10 047.63 0.00 0.00 0.00 1609 KUNDEL 8X16 SUPER 8/17/04 SLSYR CSTEQ 8,306.00 8,306.00 0.00 0.00 0.00 1610 KUNDEL 6X16 SUPER 8/17/04 SL5YR CSTEQ 7,047.00 7,047.00 0.00 0.00 0.00 1611 KUNDEL 10x16 BOX 10/29/04 SL5YR CSTEQ 14,844.31 14,844.31 0.00 0.00 0,00 1612 KUNDEL 10x16 BOX 10/29/04 SLSYR CSTEQ 14,844.31 14,844.31 0.00 0.00 0.00 1613 KUNDEL 6X16 BOX 10/29/04 SL5YR CSTEQ 11,473.11 11,473.11 0.00 0.00 0.00 1614 TITAN 6X16 BOX 10/29/04 SL5YR CSTEQ 11,473.11 11,473.11 0.00 0.00 0.00 1615 TITAN 4X16 BOX 10/29/04 SLSYR CSTEQ 9,576.81 9,576.81 0.00 0.00 0,00 1616 KUNDEL 4X16 BOX 10/29/04 SLSYR CSTEQ 9,576.81 9,576.81 0.00 0.00 0.00 1617 KUNDEL+8 ST 4X24 TRENCH BOX 3/31/05 SLSYR CSTEQ 5,772.52 5,772.52 0.00 0.00 0.00 1618 KUNDEL+8 SF 8X24 TRENCH BOX 3/31/05 SL5YR CSTEQ 9,418.31 9,418.31 0.00 0.00 0.00 1619 KUNDEL+8 4X20 TRENCH BOX 3/31/05 SL3YR CSTEQ 1,372.78 1,372.78 0.00 0.00 0.00 1620 TITAN 8 BRUTE 10X24 8/4/06 SLSYR CSTEQ 5,000.00 5,000.00 0.00 0.00 0.00 1621 KUNDEL 8X24 8/4/06 SL5YR CSTEQ 4,917.77 4,917.77 0.00 0.00 0.00 1622 KUNDEL 8X24 8/4/06 SL5YR CSTEQ 4,917.78 4,917.78 0.00 0.00 0.00 1623 GME ALUM 8X8 9/26/06 SL5YR CSTEQ 3,131.10 3,131.10 0,00 0.00 0.00 1624 GME ALUM 8X8 9/26/06 SLSYR CSTEQ 3,131.10 3,131.10 0.00 0.00 0.00 1625 GME ALUM 6"X 8" 10/4/06 SL5YR CSTEQ 2,236.50 2,236.50 0.00 0.00 0.00 1626 KUNDEL 8X24 5/19/06 SL5YR CSTEQ 5,724.50 5,724.50 0.00 0.00 0.00 1627 KUNDEL 8"X 12"MH KNIFE 9/1/06 SLSYR CSTEQ 3,200.37 3,200.37 0.00 0.00 0.00 1628 KUNDEL 8"X 12"MH STACKER 9/1/06 SLSYR CSTEQ 3,200.37 3,200.37 0.00 0.00 0.00 1629 KUNDEL 8"X 12"KNIFE 8/4/06 NONE TAG 0.00 0,00 0.00 0.00 0.00 '1630 KUNDEL 8"X 12"STACKER 8/4/06 NONE TAG 0.00 0.00 0.00 0.00 0.00 1631 8'X 8'ALUM TRENCH BOX 5/27/06 NONE TAG 0.00 0.00 0.00 0.00 0.00 1632 8'X 10'ALUM TRENCH BOX 5/27/06 NONE TAG 0.00 0.00 0.00 0.00 0.00 1633 KUNDEL 8'x24' 12/31/06 NONE TAG 0.00 0.00 0.00 0.00 0.00 1634 KUNDEL 8'x24'STACKER 12/31/06 NONE. TAG 0.00 0.00 0.00 0.00 0.00 1635 KUNDEL 8'x16'TRENCH BOX 12/31/06 NONE TAG 0.00 0.00 0.00 0.00 0.00 1636 KUNDEL 8X24 1/12/07 NONE TAG 0.00 0.00 0.00 0.00 0.00 1637 STONE BOX 12CY 10/20/06 SL3YR CSTEQ 3,317.00 3,317.00 0.00 0.00 0.00 EXHIBIT'A' Page 189 of 229 1638 Trench Box 3/17/10 SLSYR CSTEQ 5,350.00 5,350.00 0.00 0.00 0.00 1639 Trench Box 3/17/10 SL5YR CSTEQ 5,350.00 5,350.00 0.00 0.00 0.00 1640 Kundel 4x20 Trench Box Top 3/15/10 SLSYR CSTEQ 3,745.00 3,745.00 0.00 0.00 0.00 1641 GRISWALD MACHINE&GME HYDRAULIC VERT I 5/31/12 SL3YR CSTEQ 4,130.00 4,130.00 0.00 0.00 0.00 1644 8x20 Trench Box 3/17/10 SLSYR CSTEQ 5,000.00 1,200.00 3,800.00 0.00 3,800.00 1645 Trench Box Top 3/17/10 SL5YR CSTEQ 3,500.00 840.00 2,660.00 0.00 2,660.00 1647 Kundel 8x20 Trench Box 5/8/13 SL3YR CSTEQ 4,366.50 4,366.50 0.00 0.00 0.00 1649 GME Trench Box-8'x 16' 3/12/15 SL3YR OTHEQ 1,769.63 1,461.37 308.26 0.00 308.26 1655 D-5 Mach 3/4"-1"Tapping Machine 2/18/18 SL3YR CSTEQ 7,763.39 7,763.39 0.00 0.00 0.00 1665 Godwin 4"Pump Dri•Prime 8/1/18 SLSYR CSTEQ 20,079.75 13,386.40 6,693.35 334.66 6,358.69 1666 TOYOTA PROLIFT MANUP PICKER 1/18/19 SL7YR OTHEQ 11,500.00 4,243.90 7,256.10 136.90 7,119.20 1669 UNITED FORMS OVERHEAD STRIPPING BUGGY 5/6/19 SL10YR OTHEQ 20,000.00 5,166.77 14,833.23 166.67 14,666.56 1670 BRIDGE DECK STRIPPING BUGGY 16-9ATX(SN(7/3/19 SL10YR CSTEQ 39,810.70 9,621.04 30,189.66 331.76 29,857.90 1671 KUNDEL10X24 TITAN HP6 TRENCH BOX 11/12/21 SL5YR OTHEQ 13,875.03 0.00 13,875.03 231.25 13,643.78 1700 Proof Roller 4/1/09 SL10YR CSTEQ 49,619.91 49,619.91 0.00 0.00 0.00 1702 2014 Godwin CD200M 8"PMP HRLY CSTEQ 46,428.53 0.00 46,428.53 0.00 46,428.53 1703 Godwin CD100 4"PMP HRLY CSTEQ 17,160.00 0.00 17,160.00 0.00 17,160.00 1704 Godwin HL6M 6"PMP(High Head) HRLY CSTEQ 36,198.22 0.00 36,198.22 0.00 36,198.22 1705 Godwin CD100 4"PMP HRLY CSTEQ 17,160.00 0.00 17,160.00 0.00 17,160.00 1750 Gomaco C-450 Finishing Machine 1/20/09 SL5YR CSTEQ 27,164.36 26,258.84 905.52 0.00 905.52 1753 GOMACO CONCRETE DECK FINISHING MACHIN 5/31/12 SL3YR CSTEQ 8,850.00 8,850.00 0.00 0.00 0.00 1763 2021 DOMOR R600C SPREADER BOX 5/26/21 SL7YR CSTEQ 49,350.00 4,112.50 45,237.50 587.50 44,650.00 1800 8'X 24'MOBILE OFFICE 12/31/06 SLSYR OTHEQ 1,500.00 1,500.00 0.00 0.00 0.00 1801 TOPCON DT-209L 12/31/04 SL3YR OTHEQ 3,828.46 3,828,46 0.00 0.00 0.00 1802 TOPCON LASER 1/23/04 SL3YR OTHEQ 1,086.05 1,086.05 0.00 0.00 0.00 1803 A-2V Twin Drill with Horz Attachment 4/22/14 SL3YR CSTEQ 15,510.72 13,274.49 2,236.23 0.00 2,236.23 1804 A-10-96 601b Drill Attachment 4/22/14 SL3YR CSTEQ 13,904.65 11,696.66 2,207.99 0.00 2,207.99 1829 24"300 Rock Bckl 6/25/18 SL5YR CSTEQ 9,576.50 6,544.01 3,032.49 159.61 2,872.88 1831 2018 Movax SG75V Sonic Side Grip 6/1/18 HRLY CSTEQ 255,600.00 9,652.94 245,947.06 605.20 245,341.86 1834 TERAN EXC LONG REACH KIT 3/31/19 SL10YR CSTEQ 19,932.91 5,481.63 14,451.28 166.11 14,285.17 1900 20 YD CONTAINERS 2/1/99 SLSYR OTHEQ 2,438.00 2,438.00 0.00 0.00 0.00 1901 20 YD CONTAINERS 2/1/99 SL5YR OTHEQ 2,438.00 2,438.00 0.00 0.00 0.00 1905 20'USED STEEL CONTAINER 2/3/14 SL3YR OTHEQ 2,300.50 2,147.16 153.34 0.00 153.34 EXHIBIT'A' Page 190 of 229 1912 MERCURY OUTBOARD MOTOR 10/28/15 SL5YR CSTEQ 6,164.88 6,164.88 0.00 0.00 0.00 1913 1990 ECS 20 FT TUG BOAT 5/21/20 HRLY CSTEQ 53,000.00 0.00 53,000.00 0.00 53,000.00 1914 2021 DEFENDER 15'RESCUE BOAT w/25HO O/I 7/19/21 SLSYR OTHEQ 11,159.07 929.90 10,229.17 185.98 10,043.19 314A New Engine for#314-2008 CAT 930H Wheel Low 1/11/15 SL5YR CSTEQ 16,236.86 15,200.78 1,036.08 0.00 1,036.08 402A TOPCON DOZER CONTROL KIT 12/31/06 SL5YR CSTEQ 5,926.46 5,926.46 0.00 0.00 0.00 4341 CAT Track Dozer Assembly 6/30/15 SL5YR CSTEQ 12,245.74 12,245.74 0.00 0.00 0.00 440B TOPCON 9152P SLOPE SENSOR 12/31/06 SLSYR CSTEQ 2,263.10 2,263.10 0.00 0.00 0.00 440C TOPCON 9180 ROTATION SENSOR 12/31/06 SL5YR CSTEQ 1,060.00 1,060.00 0.00 0.00 0.00 440D TOPCON9170 MAINFALL SENSOR 12/31/06 SL5YR CSTEQ 2,014.00 2,014.00 0.00 0.00 0.00 8006 Job Estimating Software 1/1/99 SL3YR COMEQ 6,420.00 6,420.00 0.00 0.00 0.00 8006A JOB ESTIMATING SOFTWARE UPGRAD 1/1/99 SL3YR COMEQ 9,660.00 9,660.00 0.00 0.00 0.00 8009 WORKSTATIONS-NEW BUILDING 5/1/99 SL10Y OFFEQ 34,148,79 34,148.79 0.00 0.00 0.00 8011 14 4-Drawer Lateral Files 5/1/99 SL10Y OFFEQ 7,969.00 7,969.00 0.00 0.00 0.00 8012 Copier 4/30/11 SL3YR COMEQ 673.22 673.22 0.00 0.00 0.00 8014 HP 4050TN Laser Printer 9/3/99 SL3YR COMEQ 2,120.00 2,120.00 0.00 0.00 0.00 8019 Workstations 7/20/00 SL10Y OFFEQ 8,006,22 8,006.22 0.00 0.00 0.00 8030 Workstation 8/24/01 SL10Y OFFEQ 3,817.73 3,817.73 0.00 0.00 0.00 8034 Paydirt Software/Board 10/22/02 SLSYR COMEQ 13,038.98 13,038.98 0.00 0.00 0.00 8039 Sharp FAX 7/1/03 SLSYR OFFEQ 1,482.94 1,482.94 0.00 0.00 0.00 8041 St.Bernard 9/23/04 SL3YR COMEQ 5,340.00 5,340.00 0.00 0.00 0.00 8043 HP 500 Plotter 4/30/04 SLSYR OFFEQ 7,836.68 7,836.68 0.00 0.00 0.00 8048 HP 4100TN LASER JET 12/31/04 SL3YR COME() 1,930.63 1,930.63 0.00 0.00 0.00 8054 Workstations 12/31/04 SL10Y OFFEQ 37,971.99 37,971.99 0.00 0.00 0.00 8056 SERVER(FOREMAN)CABINET 9/27/05 SLSYR COMEQ 11,000.00 11,000.00 0.00 0.00 0.00 8059 HEAVY JOB/DISPATCHER SOFTWARE 8/2/06 SL5YR COMEQ 81,940.00 81,940.00 0.00 0.00 0.00 8061 AGTEK ESTIMATING SOFTWARE 1/24/07 SL3YR COMEQ 29,206.00 29,206.00 0.00 0.00 0.00 8063 APPLICATION SERVER-VIEWPOINT 8/30/07 SL3YR COMEQ 9,553.00 9,553.00 0.00 0.00 0.00 8064 VIEWPOINT SOFTWARE 9/17/07 SLSYR COMEQ 56,232.00 56,232.00 0.00 0.00 0.00 8065 KIP 3002 4/20/08 SL3YR COMEQ 16,001.63 16,001.63 0.00 0.00 0.00 8068 X-Section PDF Reader 2/27/09 SL3YR COMEQ 5,046.88 5,046.88 0.00 0.00 0.00 8069 Dell Server 12/21/11 SL3YR COMEQ 8,480.60 8,480.60 0.00 0.00 0.00 8070 DELL SERVER 7/1/12 SL3YR COMEQ 8,299.55 8,299.55 0.00 0.00 0.00 EXHIBIT'A' Page 191 of 229 8071 2 RICOH MPC4503 Color Copiers 8/30/13 SL3YR COMEQ 18,364.86 18,364.86 0.00 0.00 0.00 8072 Trimble Grader GPS Navigalion System 12/12/14 SLSYR OTHEQ 36,477.85 36,477.85 0.00 0.00 0.00 8073 Tumble 3D Modeling Software for GPS System 10/23/14 SL3YR COMEQ 10,276.95 10,276.95 0.00 0.00 0.00 8074 HCSS-Heavy Job Licenses 4/1/15 SL3YR COMEQ 13,802.00 13,802.00 0.00 0.00 0.00 8075 ESN Rack Server Hardware and Licenses 12/15/15 SL3YR COMEQ 118,524.92 118,524.92 0.00 0.00 0.00 8076 ICON Power Solar Panels 12/31/15 MACRS LSIMP 210,100.00 174,481.42 35,618.58 0.00 35,618.58 8077 Tumble Rover Navigalion Syatem 2/22/17 SL7YR CSTEQ 32,019.69 21,727.83 10,291.86 381.19 9,910.67 8079 TRIMBLE NAVIGATION CONTROL BOX CB460 W 10/21/21 SLSYR OTHEQ 14,648.12 244.14 14,403.98 244.14 14,159.84 8088 Trimble Navigation System 5/18/17 SL7YR CSTEQ 45,840.57 29,468.88 16,371.69 545.72 15,825.97 8089 Trimble Rover Navigation System 10/16/17 SL5YR CSTEQ 23,400.90 13,650.42 9,750.48 278.58 9,471.90 8090 Trimble TSC7 Controller w/Base 8/23/18 SL5YR CSTEQ 32,144.50 21,429.60 10,714.90 535.74 10,179.16 8091 Tumble Navigation System 8/31/18 SLSYR CSTEQ 52,740.69 35,160.40 17,580.29 879.01 16,701.28 8092 Trimble TSC7 Controller 10/29/18 SLSYR CSTEQ 23,977.12 14,785.94 9,191,18 399.62 8,791.56 8093 Trimble GPS Rover 12/31/18 SLYR CSTEQ 25,019.99 15,012.00 10,007.99 417.00 9,590.99 8094 Trimble Navigation SPS Rover 11/4/19 SLSYR OTHEQ 12,433.40 5,180.50 7,252.90 207.22 7,045.68 8095 Trimble Navigation Base and Propeller Roving 11/12/19 SL5YR OTHEQ 11,797.50 4,915.75 6,881.75 196.63 6,685.12 8096 TELEDYNE RDI RIVERRAY ADCP SYSTEM 4/14/21 SLSYR OTHEO 37,294.60 4,972.64 32,321.96 621.58 31,700.38 8097 2021 TRIMBLE NAVIGATION ROVER KIT-ASSY SI 5/26/21 SL5YR OTHEQ 17,555.89 877.80 16,678.09 292.60 16,385.49 8098 2021 TRIMBLE ROVVER-SPS986 8/11/21 SLSYR ()THEO 13,541.46 677.07 12,864,39 225.69 12,638.70 8099 2021 TRIMBLE EARTHWORKS KIT 9/24/21 SLSYR OTHEQ 49,672.98 2,483.64 47,189.34 827.88 46,361.46 8100 Leasehold Improvements 4/1/17 SL7YR LSIMP 156,822.75 156,822.75 0.00 0.00 0.00 8101 2610 Crescentville Renovations 4/1/17 SL7YR LSIMP 187,289.75 124,763.03 62,526.72 2,233.11 60,293.61 8808 2020 Trimble Navigation System 1/22/21 SL5YR OTHEQ 24,301.06 4,455.22 19,845.84 405.02 19,440.82 9000 Ford F150 Pick-Up Truck 10/13/15 SL5YR FORTE 30,951.70 30,95'1.70 0.00 0.00 0.00 9001 2015 Ford F-250 12/1/15 SL5YR FORTE 39,950.00 39,950.00 0.00 0.00 0.00 9002 2015 Ford F-150 12/31/15 SL5YR FORTE 24,115.67 20,498.43 3,617.24 401.93 3,215.31 9003 2016 Ford F-150 2/1/16 SL5YR FORTE 31,364.48 31,364.48 0.00 0.00 0.00 9007 FORD F-450 4/12/16 SL5YR FORTE 66,427.57 66,427.57 0.00 0.00 0.00 9008 FORD F-450 4/19/16 SLSYR FORTE 68,392.50 68,392.50 0.00 0.00 0.00 9010 2010 Ford F-150 4/14/16 SLSYR FORTE 10,690.00 10,690.00 0.00 0.00 0.00 9011 2010 Ford F150 4/14/16 SLSYR FORTE 10,690.00 10,690.00 0.00 0.00 0.00 9012 2007 GMC K2500HD 4/14/16 SL5YR FORTE 11,875.00 11,875.00 0.00 0.00 0.00 9013 2007 GMC K2500HD 4/14/16 SL5YR FORTE 11,875.00 11,875.00 0.00 0.00 0.00 EXHIBIT'A' Page 192 of 229 9015 2016 FORD F-350 4/29/16 SL5YR FORTK 60,504.05 60,504.05 0.00 0.00 0.00 9016 2016 FORD 1-350 4/29/16 SL5TR FORTK 60,504.05 60,504.05 0.00 0.00 0.00 9018 2008 Ford SRW Super Duly 5/23/16 SL5YR FORTK 11,785.00 11,785.00 0.00 0.00 0.00 9019 2008 Ford SRW Super Duty 5/23/16 SLSYR FORTK 11,785.00 11,785.00 0.00 0.00 0.00 9023 2016 FORD S-DTY F350 7/8/16 SL5YR FORTK 64,131.43 64,131.43 0.00 0.00 0,00 9024 2016 FORD S-DTY F350 8/6/16 SLSYR FORTK 64,131.43 64,131.43 0.00 0.00 0.00 9025 Ford Explorer XLT 4/13/16 SL5YR FORTK 17,635.00 17,635.00 0.00 0,00 0.00 9026 Ford F-150 8/5/16 SL5YR FORTK 39,650.06 39,650.06 0.00 0.00 0.00 9028 2016 Ford F 350 8/25/16 SLSYR FORTK 58,468.16 58,468.16 0.00 0.00 0.00 9029 2014 Subaru Outback 1/11/17 SLSYR FORTK 23,739.34 23,343.94 395.40 395.40 0.00 9030 2016 Audi A3 12/22/16 5YRSL OTHEO 26,956.75 26,507.47 449.28 0.00 449.28 9031 Kenwoth T-370 Repair Truck 3/28/17 HRLY REPTR 194,182.00 95,061.48 99,120.52 900.88 98,219.64 9032 2017 Ford Explorer XLT 2/20/17 SL5YR FORTK 40,658.26 38,625.48 2,032.78 677.64 1,355.14 9033 2016 Ford F450 Delivery Flatbed 3/10/17 SL5YR SHPTR 46,647.54 44,315.22 2,332.32 777.46 1,554.86 9034 2017 Ford F-350 Supercab 4/1/17 HRLY FORTK 61,695.24 38,113.23 23,582.01 570.07 23,011.94 9035 2017 Ford F-350 4/1/17 HRLY FORTK 61,695.24 12,738.13 48,957.11 200.69 48,756.42 9036 2017 Ford F-450 4/1/17 HRLY FORTK 61,695,24 21,315.73 40,379.51 383.37 39,996.14 9037 2017 Ford F-450 4/4/17 HRLY FORTK 69,993.72 29,326.52 40,667.20 690.48 39,976.72 9038 2017 Ford S-Duty F-250 4/17/17 HRLY FORTK 49,798.00 25,833.94 23,964.06 402.48 23,561.58 9039 1997 Ford FSD 5/3/17 SLSYR SHPTR 5,000.00 4,583.15 416.85 83.33 333.52 9040 2017 Ford S-DTY 350 5/10/17 HRLY FORTK 58,830.00 14,524.53 44,305,47 0.00 44,305.47 9041 2017 Ford F350 6/1/17 HRLY FORTK 61,777.23 30,044.59 31,732.64 727.05 3'1,005.59 9042 2017 Subaru Outback 6/1/17 HRLY FORTK 29,671.47 9,977.18 19,694.29 252.96 19,441.33 9045 Brent Dalton Truck 4/7/17 SL5YR FORTK 37,398.50 33,658.74 3,739.76 623.31 3,116.45 9046 2017 Ford F-350 6/10/17 HRLY FORTK 63,025.00 18,404.03 44,620.97 86.31 44,534.66 9047 2017 Ford F-350 6/13/17 HRLY FORI'K 63,025.00 22,577.52 40,447.48 245.40 40,202.08 9048 2015 Ford F-150 Supercrew-England 5/19/17 HRLY FORTK 29,006.00 6,857.86 22,148.14 154.54 21,993.60 9049 2008 Ford 350 Bus 10/11/17 SLSYR FORTK 6,500.00 5,308.17 1,191.83 108.33 1,083.50 9054 2017 Ford F-350 3/7/18 HRLY FORTK 63,641.53 8,825.49 54,816.04 174.88 54,641.16 9055 2017 Ford F550 3/7/18 HRLY FORTK 73,947.41 14,257.42 59,689.99 329.07 59,360.92 9056 2018 Ford F-350 2/26/18 HRLY FORTK 66,463.50 7,920.38 58,543.12 90.81 58,452.31 9057 2018 Ford F-350 4/11/18 HRLY FORTK 63,346.76 25,610.87 37,735.89 775.65 36,960.24 9058 2018 Ford F150 4/30/18 SLSYR FORTK 33,140.97 23,751.05 9,389.92 552.35 8,837.57 EXHIBIT'A' Page 193 of 229 9059 2018 Ford F150 4x4 6/15/18 SL5YR FORTE( 35,542.25 24,879.54 10,662.71 592.37 10,070.34 9060 2018 Ford F150 4x4 6/4/18 HRLY FORTK 46,500.00 19,097.57 27,402.43 366.24 27,036.19 9061 2018 Ford F150 2x4 6/4/18 SL5YR FORTK 33,350.00 23,344.86 10,005.14 555.83 9,449.31 9063 2018 Ford 150 4x4 6/25/18 SL5YR FORTK 35,542.36 24,879.54 10,662.82 592.37 10,070.45 9067 2018 Ford F150 4x4 1/21/19 HRLY FORTK 40,395.84 16,118.51 24,277.33 505.86 23,771.47 9069 2018 FORD F150 4X4 2/22/19 HRLY FORTK 38,170.55 4,640.14 33,530.41 148.91 33,381.50 9071 2019 FORD F350 TRK 3/15/19 HRLY FORTK 65,820.00 7,380.34 58,439.66 286.38 58,153.28 9072 2019 FORD F350 TRK 3/15/19 HRLY FORTK 65,820.00 4,163.63 61,656.37 327.88 61,328.49 9073 2019 FORD F350 TRK 3/15/19 HRLY FORTK 65,820.00 8,632.09 57,187.91 139.31 57,048.60 9074 2019 FORD F350 TRK 3/15/19 HRLY FORTK 65,820.00 10,676.17 55,143.83 443.01 54,700.82 9075 2019 Ford F450 4/16/19 HRLY FORTK 69,060.00 20,621.23 48,438.77 554.93 47,883.84 9076 2019 Ford F450 4/1/19 HRLY FORTK 69,060.00 22,535.14 46,524.86 228.54 46,296.32 9078 2018 CHEVROLET SILVERADO 3500 TRUCK 4X4 6/21/19 HRLY FORTK 51,595.00 20,717.25 30,877.75 1,085.81 29,791.94 9079 2013 KENWORTH T370 MECHANIC TRUCK 7/8/19 HRLY REPTR 119,000.00 21,480.46 97,519.54 478.90 97,040.64 9080 2019 FORD RANGER 2X4 11/5/19 HRLY FORTK 27,187.88 2,768.91 24,418.97 90.44 24,328.53 9081 2020 TOYOTA TACOMA 2X4 11/7/19 HRLY FORTK 27,082.66 4,123.87 22,958.79 208.76 22,750.03 9082 2019 FORD RANGER 2X4 11/8/19 HRLY FORTK 27,049.43 2,767.13 24,282.30 95.63 24,186.67 9083 2017 Subaru Oulback 2.5i 11/19/19 HRLY FORTK 23,725.30 4,149.78 19,575.52 191.02 19,384.50 9084 2017 Subaru Oulback 2.5i 11/19/19 HRLY FORTK 23,729.76 2,693.44 21,036.32 109.44 20,926.88 9086 2019 FORD F550 4X4 TRUCK 2/21/20 HRLY FORTK 72,700.00 10,178.98 62,521.02 348.47 62,172.55 9088 2020 FORD F350 2X4 FOREMAN TRUCK 4/16/20 HRLY FORTK 68,700.00 4,569.01 64,130.99 590.32 63,540.67 9089 2020 FORD F450 FOREMAN TRUCK 4/16/20 HRLY FORTK 76,800.00 7,356.83 69,443.17 232.07 69,211.10 9090 2020 FORD 4X4 FOREMAN TRUCK 7/6/20 HRLY FORTK 78,600.00 7,883.60 70,716.40 434.24 70,282.16 9091 2018 SUBARU OUTBACK(CO) 9/25/20 SL7YR FORTK 24,688.26 4,1'14.74 20,573.52 293.91 20,279.61 9092 2018 SUBARU OUTBACK 2.5i 11/30/20 SL7YR FORTK 23,232.75 3,595.54 19,637.21 276.58 19,360.63 9093 2021 FORD EXPLORER XLT 4X4 1/4/21 SL10YR FORTK 38,401.63 3,520.11 34,881.52 320.01 34,561.51 9095 2016 FORD F550 4X4 MECHANIC TRUCK 2/21/21 HRYLY REPTR 59,837.30 0.00 59,837.30 0.00 59,837.30 9096 2021 KENWORTH MECHANCI TRUCK 5/1/21 HRLY REPTR 171,583.00 14.50 171,568.50 0.00 171,568.50 9097 2021 FORD F150 XLT 4X4 4/15/21 HRLY FORTK 45,504.11 634.50 44,869.61 2,220.05 42,649.56 9098 2015 FORD F-350XL FOREMAN TRUCK 8/5/21 HRLY FORTK 38,559.78 0.00 38,559.78 0.00 38,559.78 9099 2014 CHEVROLET SILVERADO 1500 TRUCK 8/5/21 HRLY FORTK 16,286.75 0.00 16,286.75 0.00 16,286.75 9100 2017 FORD F-350 FLATBED TRUCK 8/5/21 HRLY FORTK 52,496.75 0.00 52,496.75 0.00 52,496.75 9102 2018 TOYOTA RAV4 7/19/21 SL7YR FORTK 25,237.16 1,051.55 24,185.61 210.31 23,975.30 EXHIBIT'A' Page 194 of 229 9103 2018 HONDA CR-V 7/19/21 SL7YR FORTE 25,272.53 1,053.00 24,219.53 210.60 24,008.93 9104 2008 FORD F-650 FLATBED TRUCK 8/5/21 HRLY HVYTR 37,523.00 0.00 37,523.00 0.00 37,523.00 9106 2021 430X1 BMW 11/29/21 SL7YR FORTE 70,724.24 841.96 69,882.28 841.96 69,040.32 920A New Engine for Asset 920-2009 Ford F550 4/1/15 SL5YR REPTR 13,666.50 13,666.46 0.04 0.00 0.04 9522 1998 VOLVO TRI AXLE DUMP TRUCK(old) SL3YR HVYTR 23,005.00 23,005.00 0.00 0.00 0.00 9523 International MV607 Rollback Delivery Truck Non-C 12/31/18 HRLY HVYTR 111,418.09 17,219.35 94,198.74 93.39 94,105.35 11201 Rebuild Existing Hammer 10/15/15 SL5YR CSTEQ 20,000.00 20,000.00 0.00 0.00 0.00 15411 Rebuild Existing Harnmer 10/15/15 SL5YR CSTEQ 20,000.00 20,000.00 0.00 0.00 0.00 18100 2014 Volvo EC250DL Excavator 2/19/18 HRLY CSTEQ 126,806.06 41,611.97 85,194.09 0.00 85,194.09 18101 2013 Volvo EC250DL Excavator 2/19/18 HRLY CSTEQ 105,008.59 47,239.70 57,768.89 972.90 56,795.99 18103 2018 Kobleco SK45SRX 12/31/18 HRLY CSTEQ 51,226.50 1,607.68 49,618.82 40.96 49,577.86 18104 2018 Kobleco Sk45SRX 12/31/18 HRLY CSTEQ 51,226.50 2,170.88 49,055.62 153.60 48,902.02 18400 2014 Marooka MST 2200VD Crawler Carrier/Dumpk 2/27/18 HRLY CSTEQ 170,400.00 11,524.99 158,875.01 0.00 158,875.01 18401 2014 Marooka MST 2200VD Crawler Carrier/Dump,2/27/18 HRLY CSTEQ 170,400.00 7,131.62 163,268.38 0.00 163,268.38 18600 2010 Volvo SD122DX Vibratory Roller-Smooth On 2/19/18 HRLY CSTEQ 58,688.97 8,894.04 49,794.93 941.34 48,853.59 19100 2017 CAT 336FL Trackhoe 2/21/19 HRLY CSTEO 262,150.00 11,354.81 250,795.19 852.02 249,943.17 19101 2016 CAT 336FL Exc 3/31/19 HRLY CSTEQ 173,786.30 0.00 173,786.30 0.00 173,786.30 19102 2016 CAT 336FL EXC 3/31/19 HRLY CSTEQ 132,512.30 0.00 132,512.30 0.00 132,512.30 19103 2015 KOBELCO SK85CS W/THUMB 8/13/19 HRLY CSTEQ 71,355.00 0,00 71,355.00 0.00 71,355.00 19104 2017 KOBELCO SK500LC 11/21/19 HRLY CSTEQ 340,800.00 1,738.08 339,061.92 0.00 339,061.92 19400 2019 CAT D6NLGP GPS Dozer&Trimble navigatic 4/1/19 HRLY CSTEQ 344,724.18 28,611.76 316,112.42 1,852.87 314,259.55 20100 2019 BOBCAT E20 EXC W/THMB(ENV) 3/3/20 HRLY CSTEO 31,565.53 69.41 31,496.12 0.00 31,496.12 20101 2019 BOBCAT E20 EXC W/THMB(ENV) 3/3/20 HRLY CSTEQ 31,565.54 119.89 31,445.65 0.00 31,445.65 20102 2020 KOBELCO SE230SRLC-5 EXCAVATOR 4/14/20 HRLY CSTEQ 217,473.00 0.00 217,473.00 0.00 217,473.00 20103 2019 KOBELCO SE350LC-10 EXCAVATOR 4/14/20 HRLY CSTEO 286,165.50 0.00 286,165.50 0.00 286,165.50 20104 2020 BROKE 170 EXCAVATOR W/BRAKER(183E 4/22/20 HRLY CSTEO 205,020.68 0.00 205,020.68 384.80 204,635.88 20300 2006 CASE 621DXT LOADER 4/14/20 HRLY CSTEQ 41,535.00 0.00 41,535.00 0.00 41,535.00 20301 2019 CASE CE 721G LDR 8/18/20 HRLY CSTEQ 197,733.23 0.00 197,733.23 0.00 197,733.23 20400 2020 BOBCAT MT85 MINI SS 3/3/20 HRLY CSTEQ 30,006.37 0.00 30,006.37 0.00 30,006.37 20401 2020 BOBCAT MT85 MINI SS 3/3/20 HRLY CSTEQ 30,006.38 0.00 30,006.38 0.00 30,006.38 20402 2020 CAT D5 W/TRIMBLE GPS DOZER 4/28/20 SL2YR CSTEQ 342,900.00 285,750.00 57,150.00 14,287.50 42,862.50 20800 2006 TEREX RT555-1 ROUGH TERRAIN CRANE 12/15/20 SL10YR CSTEQ 73,683.75 7,368.36 66,315.39 614.03 65,701.36 2'1100 2017 KOBELCO SK210 LC-9 EXCAVATOR 1/11/21 HRLY CSTEQ 124,605.00 0.00 124,605.00 0.00 124,605.00 EXHIBIT'A' Page 195 of 229 21102 2016 CAT 336FL TRACK HOE 2/21/21 HRLY CSTEQ 186,930.30 0.00 186,930.30 0.00 186,930.30 21104 2017 KOBELCO 210LC-P EXCAVATOR 3/30/21 HRLY CSTEQ 124,605.00 0.00 124,605.00 0.00 124,605.00 21105 2021 CAT 325TC RR TRACK HOE 6/11/21 HRLY CSTEQ 262,924.20 0.00 262,924.20 0.00 262,924.20 21106 2019 KOBELCO SK 85C5 TRACK HOE 6/18/21 HRLY CSTEQ 99,790.50 0.00 99,790.50 0.00 99,790.50 21107 2020 KOMATSU PC210LC-11 12/15/21 HRLY CSTEQ 196,968.00 0.00 196,968.00 0.00 196,968.00 21200 2014 HPM 200SM DRILL RIG 12/20/21 HRLY CSTEQ 377,010.00 0.00 377,010.00 0.00 377,010.00 21300 2020 JCB 270T TRACK SKID STEER 5/25/21 HRYLY CSTEQ 57,695.00 0.00 57,695.00 0.00 57,695.00 21301 2020 JCB 270T TRK SKID STEER 5/25/21 HRLY CSTEQ 60,695.00 0.00 60,695.00 0.00 60,695.00 21302 2020 JCB 270T TRK SKID STEER 6/3/21 HRLY CSTEQ 60,695.00 0.00 60,695.00 0.00 60,695.00 21303 2020 JCB 270T TRK SKID STEER 6/3/21 HRLY CSTEQ 57,695.00 0.00 57,695.00 0.00 57,695.00 21400 2015 CAT D4K2 LGP DOZER 2/21/21 HRLY CSTEQ 72,980.30 8,517.00 64,463.30 0.00 64,463.30 21401 2019 CAT DON XL W/GPS DOZER 5/21/21 HRLY CSTEQ 332,524.00 0.00 332,524.00 0.00 332,524.00 21800 2014 LAY-MOR SM300 BROOM 2/21/21 HRLY CSTEQ 15,960.00 0.00 15,960.00 0.00 15,960.00 21801 2014 LAY-MOR SM300 BROOM 2/21/21 HRLY CSTEQ 12,250.00 0.00 12,250.00 0.00 12,250.00 21802 2014 LAY-MOR SM300 BROOM 2/21/21 HRLY CSTEQ 15,960.00 0.00 15,960.00 0.00 15,960.00 A0120 ROLOFF BOX 3/1/93 SLSYR OTHEQ 500.00 500.00 0.00 0.00 0.00 A0125 ROLOFF BOX 5/1/95 SL5YR OTHEQ 1,500.00 1,500.00 0.00 0.00 0.00 A0130 ROLOFF BOX 5/1/95 SL5YR OTHEQ 2,400.00 2,400.00 0.00 0.00 0.00 A0140 ROLOFF BOX 5/1/95 SLSYR OTHEQ 0.00 0.00 0.00 0.00 0.00 A0320 ROLOFF BOX 3/1/93 SLSYR OTHEQ 500.00 500.00 0.00 0.00 0.00 A0520 ROLOFF BOX 11/1/94 SL5YR OTHEQ 2,500.00 2,500.00 0.00 0.00 0.00 A0720 ROLOFF BOX 5/1/95 SL5YR OTHEQ 0.00 0.00 0.00 0.00 0,00 A0920 ROLOFF BOX 5/1/95 SLSYR OTHEQ 650.00 650.00 0.00 0.00 0.00 MOTO1 10'X 48'MOBILE SPACE TRAILER 12/31/06 SL3YR OTHEQ 2,500.00 2,500.00 0.00 0.00 0.00 SLC21 20'Storage Container 1/28/10 SL3YR OTHEQ 1,400.75 1,400.75 0.00 0.00 0.00 SLC22 20'Storage Container 1/28/10 SL3YR OTHEQ 1,400.75 1,400.75 0.00 0.00 0.00 SLC23 20'Storage Container 1/28/10 SL3YR OTHEQ 1,400.75 1,400.75 0.00 0.00 0.00 SLC014 40'STORAGE CONTAINER 1/25/06 SL5YR OTHEQ 2,700.00 2,700.00 0.00 0.00 0.00 Prior Dep Prior Book Current 425,911.22 0.00 0.00 13,351,584.83 14,344,995.90 59,701.89 1,952,342.23 1,912,171.43 20,494.04 775,137,42 734,375.91 8,415.41 456,067.20 98,145.30 2,233.11 101,233.35 0.00 0.00 EXHIBIT'A' Page 196 of 229 1,120,711.48 379,617.31 4,587.21 367,227,22 449,359.30 1,379.78 151,380.82 2,749.17 860.79 0.00 0.00 0.00 Grand Totals 18,701,595.77 17,921,414.32 Total Number of Assets: 1 Sunesis Construction Co. EXHIBIT'A' Page 197 of 229 � DIRECTOR AUTHORIZATION SUNES|S CONSTRUCTION CO. The undersigned, being the sole director of Sunesis Construction Co. authorizes the following action iD lieu of holding an annual meeting nfdirectors: Electing the following as the corporation's officers: Andrew Argo Controller Richard E. Jones Jr. President Jason Shaw Vice President Helene KarhaoSchmidt Secretary Robert Doyle Treasurer Effective Date: August 1. 2O22 Richard E. JonesJ� r 4872'0195-511e.v. 1 Exme|Tv, Aheilki(e if ( the ri companies October 25, 2022 Sunesis Construction Company 2610 Crescentville Rd West Chester,OH 45069 Re: Experience Modifier Rating—Policy#1053079 Matrix Claims Management Company is the authorized representative handling the worker's compensation for Sunesis Construction Company. The Ohio Bureau of Worker's Compensation experience modifier rating system for Sunesis Construction Company is as follows: 2022-0.51 2021 —0.51 2020—0.53 2019—0.81 The EMR history states the percentage of premium that each employer pays into the Ohio Bureau of Worker's Compensation system for that rating year. This is based upon each individual company's claims experience. If you have any questions,please do not hesitate to contact me. Thanks for your time in this matter. Sincerely, Laurie Ritter Director of Claims Operations Corporate Office:513.351.1222 Columbus Office:614.210.1196 Fax:513.366.3362 Toll Free:877.550.7973 Fax:614.210.1175 7162 Reading Road—Suite 250 www.matrixtpa.com 5995 Wilcox Place—Suite F Cincinnati,Ohio 45237 Dublin,OH 43016 EXHIBIT'A' Page 199 of 229 RESUME OF DIRECTOR OF OPERATIONS Rob Doyle —Director of Operations Sunesis Construction Company 2610 Crescentville Road West Chester, OH 45069 Employment History 2003 - Current Sunesis Construction; Director of Operations Project Manager, Asst. Project Manager, General Laborer Education B.S. Engineering- Construction Engineering Technology, The University of Toledo Work Experience • ODOT 158021 Lake White Completion to be 2016 Ohio Dept of Trans/Ohio Dept Natural Resources $31,762,257 Gary Harsanye 614-265-6956 A Project Manager responsible for the rehabilitation of 1.04 miles of S.R. 104 by reconstructing the highway surface and improving the intersections with S.R. 551 and S.R. 552. CR 105 will also be relocated as part of the project. The project will also include the relocation of Crooked Creek, replacing the existing bridge over Pee Pee Creek. In addition repairing the existing spillway and upgrading the Lake White Dam by armoring the upstream and downstream face. • Eastern & Delta Sewer Separation Ph3 Completion to be 2016 Metropolitan Sewer District $4,454,143 Tony Yee 513-244-5180 A Project Manager responsible for construction of three new CSO Facilities; 2340 linear feet of 12-24-inch diameter sewer by open cut and jack and bore installation as well as installation of access of manholes. Demolition and abandonment of the existing Delta Avenue Pump Station and existing five CSOs and the demolition and abandonment of existing sewers and force main. • ODOT Clermont Co. CR 341 Interchange Completed October 2014 Ohio Dept of Transportation $9,039,295 Steve Mary 513-32-3030 EXHIBIT'A' Page 200 of 229 A Project Manager responsible for reconfiguration of the SR32/Eastgate Blvd Interchange to improve safety, geometries, and congestion, capacity and safety upgrades on Eastgate Blvd. Includes structures, lighting, drainage, signal and maintenance of traffic Shawnee State Park Marian Improvements Completed August 2013 Ohio Dept of Natural Resources $1,994,595 A Project Manager responsible for removing existing floating docks including piles, anchor cables above and below water. Construct new floating docks including new gangways, guide piles, fire protection system, water services and electric service. Construct asphalt road, parking lot and ADA compliant walk including parking blocks, signs and bollards. Improvements to restroom facilities at the Commissary Building including new doors, restroom fixtures, ceramic tile, painting and signs. e INDOT 29519 SR-1 Dearborn County Completed July 2012 Indiana Dept of Transportation $3,180,785 John McCrary 812-524-3719 A Project Manager responsible for the 2,400 feet of State Route 1 will be realigned south of existing on about 40,000 cubic yards of new embankment and about 700 feet of intersecting Salt Fork Road will be realigned east of existing. The eleven-span State Route 1 Bridge over Salt fork Creek will be replaced by a three-span concrete I-beam bridge with a total length of about 2018 ft. e Stewart St Ph 2 Reconstruction Completed April 2010 City of Dayton $1,355,981 Mike Petkus 937-333-3855 A Project Manager responsible for the re-construction of 2 blocks of Stewart St in Dayton, OH. This included misc. storm piping ranging in size from 12"to 18", complete roadway removal, installed 7,800 SY of 9" concrete pavement, curb, sidewalk, a 10' wide asphalt bike path, and new street lights and traffic signal equipment. • INDOT 29529 Connersville, IN Completed October 2010 Indiana Dept of Transportation $2,072,825 Alex Saunders 317-826-7178 A Project Manager responsible for the re-construction of 20th Street and Ohio Avenue in the city of Connersville, IN. This work included 4,500 LF of storm piping ranging in size from 12" to 72" with depths from 4' to 22', EXHIBIT'A' Page 201 of 229 45 structures, 1,500 LF of 8" water main with services and hydrants, 1,500 LF of 10" sanitary sever, and complete roadway excavation. New curb, sidewalk, driveways, and asphalt roadway were installed. Beckett Rd Improvements Completed October 2009 Butler County Engineers Office $1,376,594 Dale Steward 513-785-4143 A Project Manager responsible for the re-construction of Beckett Rd in West Chester, OH including new storm piping ranging in size from 12" to 48", excavation totaling 13,000 CY, embankment totaling 8,000 CY, a 400' long block retaining wall ranging in heights from 6' to 12', and the addition of a mile long asphalt bikepath. The entire project was 1.3 miles long and constructed in three separate phases, each of them having their own milestone completion dates. * Duck Creek PH IVB Sec 2 Expected Completion May 2010 U.S. Army Corps of Engineers $6,358,105 Chris Hesse 937-656-9103 A Project Manager, Quality Control Manager, and Site Safety and Health Officer responsible for the construction of 1,800 LF of cast in place concrete T wall ranging in heights from 10' to 22', 1,100 LF of creek channel relocation and rip rap toe, installation of 458 LF of 82" x 128" concrete culvert, construction of a 5,000 CY earthen levee, and miscellaneous asphalt and concrete pavement installation. There was also storm piping ranging in size for 12" to 48" throughout the project ranging in depth from 3' to 20'. • INDOT 28527 Connersville, IN Completed May 2009 Indiana Department of Transportation $2,526,684 Steve Beeler 765-541-8114 A Project Manager responsible for the re-construction of S.R. 44 through the City of Connersville, IN. This work included the installation of 3,204 LF of storm pipe ranging from 36" to 12", 50 storm structures, 850 LF of 8" water main with services and hydrants, complete roadway excavation, curb, sidewalk, asphalt, and electric. O Mill Creek SEP 1,2,4 Completed Dec. 2009 Metropolitan Sewer District $2,254,831 Warren High (Mactec Engineering) 5 13-489-661 1 A Project Manager responsible for restoration of the Mill Creek in Cincinnati, Ohio. This work included 5,000 LF of stream bank restoration, 16,000 tons of rip rap, 5,500 LF of asphalt Greenway Trail, 13 acres of specialty seeding and clearing, 400 LF of segmental block wall, and 100 LF of cast-in-place concrete wall. EXHIBIT'A' Page 202 of 229 Fairborn Wellfield Improvements Completed June 2008 The City of Fairborn. $1,516,300 Karen Hawkins 937-754-3097 A Project Manager responsible for the addition of 2 new production wells at the existing Fairborn Wellfield site. This work included 3,200 LF of 18" and 12" ductile iron force main, two new 24" diameter service wells approximately 100' deep, a 3,700 LF gravel access road, and a 600 SF building containing all of the electrical components to service the new production wells. Union Centre Blvd. (ip,Muhlhauser Rd. Completed November 2007 Butler County Engineers $1,608,130 Dale Steward 513-785-4143 A Project Manager responsible for the intersection improvements of Union Centre Blvd. and Muhlhauser Rd. in West Chester, Ohio. This work included 1000 LF of storm piping ranging from 48" to 12", adding lanes on 3 of 4 corners, asphalt, curb, sidewalk, brick pavers and columns, and new traffic signals. Simon Kenton High School Site Impr. Completed August 2007 Kenton County Schools $1,920,460 Rob Haney 859-344-8888 A Project Manager responsible for the Simon Kenton High School site and sports facilities improvement project. This work included 1,900 LF of storm piping ranging from 36"to 8", new storm water retention basin, approximately 40,000 CY embankment, construction of a new softball field with masonry dugouts and aluminum bleachers,new parking lot asphalt and curb, new baseball field and softball field fencing, new handicap ramps for locker room buildings, and new electric for parking lot and softball field. Pond Creek Sanitary Sewer Completed September 2007 Sanitation District No. 1 $4,248,186 Darlene McGuire 859-640-0493 An Assistant Project Manager responsible for onsite supervision of the sanitary sewer installation in Alexandria, Kentucky. This work included 3,600 LF of 16" ductile iron, 10,100 LF of 42" and 36" ductile iron and fiberglass pipe, 37 sewer manholes, 3,000 LF of roadway restoration, 3 sided box culvert installation, and 150 LF of creek bank restoration EXHIBIT'A' Page 203 of 229 1111111 1111111 II la 111111,11A 1111 I 1, 1,11011 11110 lo 11 1111 111 11.11 II 1111111 1111,11111,7 1110 itgligituclitiN 111,1110011orly Tim Wilson Sunesis Construction Company General Superintendent 1996—Present Summary of Experience Mr. Wilson has 25+years of experience in the heavy construction business. He has risen in this time from laborer to foreman to now Project Superintendent. His knowledge of how to execute and perform all aspects of heavy construction projects along with his leadership skills make him a tremendous asset to Sunesis Construction Co. Mr.Wilson oversees the Foreman on all jobsites to ensure that work is accomplished in a safe and timely manner. He verifies all work done daily is to spec and that all Foreman are working at optimum efficiency. Professional History Byrnes&Conway Foreman 11991 - 1996 Sunesis Construction Co. I West Chester,OH Laborer I Foreman I Superintendent 1996-Present Education,Licenses, 'egistrations,and Training O 30 Hour OSHA Construction Safety and Health O OSHA First Responder Awareness • Basic First Aid and CPR Training „11.42191t Axperience • Paul Brown Stadium—Cincinnati,Ohio O Hamilton County Engineers—Rybolt Road Reconstruction O City of Kettering, OH—Spaulding Road Reconstruction • Mount Notre Dame—Dugan&Meyers * City of Newport—Third Street Reconstruction O Miami University Oxford Steps Construction 2610 Crescentville Road, West Chester, OH 45069 Phone: 513-326-6000 . Fax: 513-326-6001 EXHIBIT'A' Page 204 of 229 , n Vin marl CPA &ADVISORY FIRM ,101F. 94111"1'1511,1:11:,1,1,111110,101111111111111„., ''!1',.!1,3111111111,11,1uNdoisil,1111,11,.. unesis Holdings, Ince and Affiliates December 31 , 2021 Combined Financial Statements and Independent Auditors' Report Including Supplementary Information / It9;,, i vs,,i,, 4 ,,;0/i,,,/ ",4:4:)°,', Otli 4')6 , ,,i',1(t0,?of ilftitif/1)1V/f ' ,t'I'''' ,,,,:! ,/(4;i/96.:,,poefipli,,yit/.:1404,,,p,,,,t P" '/e/4 /;;/%!%;fi.,1);*,/ °,7, f ///' ( 01';ffl',15';,1f ,fP'41f0lii101)%;f7,; r4'')// ,,PIP''/ 1/,;};///,/ „‘ F,,ag20 ,of-229 e 5 ' ` ' . . SUNESyS HOLDINGS, INC.AND AFFILIATES TABLE OF CONTENTS PAGE Independent Auditors' Report Combined Financial Statements Combined Balance Sheet 1 Combined Statement oYIncome 3 Combined Statement ofStockholders' Equity 4 Combined Statement ofCash Flows 5 Notes tothe Combined Financial Statements 8 Independent Auditors' Report on Supplementary Information Combining Balance Ghent 18 Combining Statement ofIncome 20 810 Wright's Summit Parkway, Suho30O. Fort Wright, KY41011 859.331.3300 VLCPA.COM g887 Carver Road, Suite 12U. Blue Ash,DH45242 513.891.5911 5875 Castle Creek Parkway North Drive, Suite 4UU. Indianapolis, |N4625O 317.469.0109 Exme|Tv, . . . pa CPA & ADVISORY FIRM ]NDEPENDENTAUDITORS` REPORT Directors and Officers GuneoisHn|d/nga. Inc. and Affiliates Cincinnati, Ohio Opinion We have audited the accompanying combined financial statements of Sunesis Holdings, Inc. and Affiliates, which comprise the combined balance sheet as of December 31, 2021, and the related combined statements of income, stockholders' equity, and cash flows for the year then ended, and the related notes to the combined financial statements. In our opinion, the combined financial statements referred to above present fairly, in all material nanpecto, the financial position of Sunesis Holdings, Inc. and Affiliates, as of December 31, 2021, and the results of their operations and their cash flows for the year then ended in accordance with accounting principles generally accepted in the United States ofAmerica. Basis for Opinion We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Our responsibilities under those standards are further described in the Auditors' Responsibilities for the Audit of the Combined Financial Statements section of our report. We are required to be independent of Sunesis Holdings, Inc. and Affiliates, and to meet our other ethical responsibilities in accordance with the relevant ethical requirements relating to our audit. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Responsibilities mV Management for the Combined Financial Statements Management is responsible for the preparation and fair presentation of these combined financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, imp|ementetion, and maintenance ofinternal control relevant hothe preparation and fair presentation of combined financial statements that are free from material misstatement, whether due to fraud orerror. In preparing the combined financial statements, management is required to evaluate whether there are conditions or events, considered in the aggregate, that raise substantial doubt about Sunesis Holdings, Inc. and Affiliates' ability to continue as a going concern within one year after the date that the combined financial statements any available to be issued. Auditors' Responsibilities for the Audit of the Combined Financial Statements Our objectives are to obtain reasonable assurance about whether the combined financial statements as a whole are free from material misstatement, whether due to fraud or error, and to issue an auditors' report that includes our opinion. Reasonable assurance is a high level of assurance but is not absolute assurance and therefore is not a guarantee that an audit conducted in accordance with generally 000mptod auditing standards will always detect material misstatement when it exists. The risk ofnot detecting a material misstatement resulting from fraud is higher than for one resulting from error, as fraud may involve oo||uuion, ho,gory, intentional omissions, misrepresentations, or the override of internal control. Miontotements, including omissions, are considered material if there is a substantial likelihood that, individually or in the aggregate, they would influence the judgment made by a reasonable user based on the combined financial statements. 81O Wright's Summit Parkway, Suite 30U. Fort Wright, KY41011 858.331.5300 VLCPA.00M S887 Carver Road,Suite 120. Blue Ash, 0H45242 513.891�5811 5Q7S Castle Creek Parkway North Drive,Suite 4U0. |n&R |N482SO 317.408.0168 Page uororuue ~ . . ' Directors and Officers Gunesis Holdings, Inc. and Affiliates Page In per-forming an audit in accordance with generally accepted auditing standards, we: • Exercise professional ju dgment and maintain professional skepticism throughout the audit. ° Identify and assess the risks of material misstatement of the combined financial statements, whether due to fraud or error, and design and perform audit procedures responsive to those risks. Such procedures include examining, on a test basis, evidence regarding the amounts and disclosures in the combined financial statements. ° Obtain an understanding of internal control relevant to the audit in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness ofGunaoio Holdings, Inc. and Affiliates' internal control. Accordingly, nn such opinion |oexpressed. • Evaluate the appropriateness of the accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluate the overall presentation of the combined financial statements. * Conclude whether, in our judgment,there are conditions or events, considered in the aggregate, that nmioo substantial doubt about Gunooiu Hn|d|nQo. Inc. and Affiliates' ability to continue as a going concern for a reasonable period oftime. We are required to communicate with those charged with governance negonding, among other matters, the planned scope and timing of the audit, significant audit findings, and certain internal control related matters that wm identified during the audit. Fort Wright, Kentucky March 23. 2O32 exmerrv, SUNESIS HOLDINGS, INC. AND AFFILIATES COMBINED BALANCE SHEET ASSETS December 31, 2021 Current Assets Cash $ 24,347,809 Marketable Securities 953,861 Accounts Receivable 17,652,388 Prepaid Expenses 303,346 Contract Assets 7,042,167 Lot and Housing Inventory 4,169,985 Total Current Assets 54,469,556 Property and Equipment Land 1,838,532 Building 1,959,882 Leasehold Improvements 554,213 Vehicles 7,121,229 Machinery and Equipment 29,842,538 Office Equipment 662,537 41,978,931 Less Accumulated Depreciation 19,897,902 Total Property and Equipment 22,081,029 Other Assets Deposits 3,000 Other Assets 50,000 Equity in Unconsolidated Entities 1,608,775 Total Other Assets 1,661,775 Total Assets $ 78,212,360 See accompanying notes. 1 EXHIBIT'A' Page 209 of 229 ` ` ' SUNES|S HOLDINGS, INC.AND AFFILIATES COMBINED BALANCE SHEET (Continued) LIABILITIES AND STOCKHOLDERS' EQUITY December 31, 2021 Current Liabilities Notes Payable $ 2.857.411 Accounts Payable 13.212.305 Accrued Expenses 2.453.872 Contract Liabilities 7.608.714 Total Current Liabilities 26.132.302 Long-Term Liabilities (Less Current Portion) Deferred Compensation 995.518 Line of Credit 5,000,000 Notes Payable 2.217'806 Total Long-Term Liabilities 8.213.324 Total Liabilities 34.345.826 Stockholders' Equity Common Stock; $O Par Value, 75OShares Authorized, 1008henss Issued and Outstanding 126.000 Additional Paid-In Capital 17.446.907 Retained Earnings 26.294.827 Total Stockholders' Equity 43.866.734 Total Liabilities and Stockholders' Equity 78.212'360 See accompanying notes. 2 Exme|Tv, Page u1ooruue SUNESIS HOLDINGS, INC. AND AFFILIATES COMBO ED STATE' E°'T OF INCO E Year Ended De miner 31, 2021 Amount Percent Contract Revenues Earned $ 102,131,106 100.0 % Cost of Revenues Earned 91,929,689 90.0 Gross Profit 10,201,417 10.0 Administrative Expenses 7,132,917 7.0 Income From Operations 3,068,500 3.0 Other Income and (Expenses) 4,139,569 4.1 Net Inco e $ 7,208,069 7.1 % See accompanying notes. 3 EXHIBIT'A' Page 211 of 229 SUNESIS HOLDINGS, INC.ANC- AFFILIATES COP' INED STATE 'T OF STOCKHOLDERS' EQUITY Additional Co mon Paid-In Retained Stock Capital Earnings Total Balance, December 31, 2020 $ 125,000 $ 15,936,421 $ 23,694,295 $ 39,755,716 Contributions - 3,010,486 - 3,010,486 Related Party Transfer of Assets - (1,500,000) 1,500,000 - Net Income for the Year - - 7,208,069 7,208,069 Distributions - - (6,107,537) (6,107,537) Balance, December 31, 2021 $ 125,000 $ 17,446,907 $ 26,294,827 $ 43,866,734 See accompanying notes. 4 EXHIBIT'A' Page 212 of 229 SUNESIS HOLDINGS, INC. AN* AFFILIATES COKd1 INE# STATEMENT OF CASH FW0VVS Year Ended #mcenmbwr31, 2021 C,.,sh Flows From Operating Activities Net Income $ 7,208,069 Reconciliation of Net Income with Cash Flows From Operations Depreciation 1.730.414 Gain un Sale nf Property and Equipment (183.390) Equity in Unconsolidated Entities (428.903) Deferred Compensation 345,518 Unrealized Gain on Marketable Securities (47.103) Gain on Extinguishment of Debt (3.831.013) Changen |n Accounts Receivable (3.2�3.O�O) 1G3 Prepaid Expenses (163,118) Contract Assets 381,608 Lot and Housing Inventory (1,937.462) (�'OQ�) Deposits Accounts Payable 5,499,610 .499.01O � Accrued Expenses 285,039 Contract Liabilities 1,098,206 .O08.2O8 Cash Provided by Operating Activities G.8G7.747 | � Cash FNmv«s From Investing Activities Purchase of Marketable Securities (779.057) Acquisition of Property and Equipment (4.871.687) Proceeds From Sale nfPropad 244 Property .050 Payments From Note Receivable 129,564 Cash Used by Investing Activities (5.277.130) Cash Flows From Financing Activities Proceeds From Notes Payable 1,994,390 Payments on Notes Payable (1.045.297) Capital Contributions 3,010,486 .D1O.486 Distributions Paid (8.899.677) Cash Used by Financing Activities (2.940.098) Net Change inCash (1.349.481) Beginmin� 25 Cash �mi��o� .G97,39O Ending Cash Balance 24.347.809 See accompanying notes. 5 Exme|Tv, Page u1aoruue SUNESIS HOLDINGS, INC. AND AFFILIATES NOTES TO THE CO|nBUNE0F|NANC&AL STATE|WENTS WOTEI - SUNN�X",1Y *F SIGNIFICANT ACCOUNTING POLICIES Nature of Operations and Principles 14 Combination Sunesis Holdings, Inc. (the Company) and Affiliates is a full service heavy civil contractor, primarily engaged to perform excavation, underground infrastructure, heavy highway construction, and environmental namediotion and abatement services for state and other governmental agencies and private businesses located throughout the Midwest. The work is performed under fixed-price contracts and time and material contracts. The Company's viability is depended on the strength of the construction industry, particularly in the Midwest negion, and the Company's ability to collect on its contracts with customers. The length of the contracts vary but are typically one to two years. The combined financial statements were prepared on the accrual basis of accounting in accordance with accounting principles generally accepted in the United States of America (U.S. GAAP). The combined financial statements of the Company include 8uneain Holdings, Inc. and its wholly-owned subsidiaries Sunesis Construction Co. and Sunesis Development, LLC, as well as the following entities owned 100% by the Company's stockholders; SuneminEnvironmenta|. LLC andSuneoio Properties, LLC The �LCinc|udevvho||y�vvnedauboidi�ryVVi|son � . � Farms, LLC. The accounts of Sunesis Development, LLC include wholly owned subsidiaries Wilson | Farms Development 11, LLC, Windsor Pointe Development, LLC, and Riverview Bluffs Deve|npment, LLC. � All significant intercompany transactions have been eliminated. � Use of Estimates � The process of preparing combined financial statements in conformity with U.S. GAAP requires the use of estimates and assumptions regarding certain types of assets, liabilities, revenues, and expenses. Certain estimates relate to unsettled transactions and events as of the date of the combined financial statements. Other estimates relate 0o assumptions about the ongoing operations and may impact future periods. Revisions in estimated revenue from contracts are made in the year in which circumstance requiring the revisions become probable. Accordingly, upon settlement, actual results may differ from estimated amounts. Marketable Securities The Company has determined that all marketable securities are available-for-sale equity securities. The Company's marketable securities are composed of money market funds, mutual funds, and common stocks, all of which have readily determinable fair values and are stated at fair value. Oiv/dendo, interest income, and both realized and unrealized gains and losses on these marketable securities are included in earnings as part of the other income (expenses) line on the combined statement ofincome. Cash equive|entn, other securities, and investments held in brokerage accounts are protected by the Securities Investor Protection Corporation (S|PC) in the event of broker-dealer failure, with up to $500,000 of protection for each brokerage account with a limit of$250,000 for claims of uninvested cash balances. The insurance does not protect against market losses on marketable securities. ! Accounts Receivable and Allowance for Doubtful Accounts � ! Accounts receivable are stated at their contractual outstanding balances, net of any allowance for � � doubtful accounts. Accounts are considered past due if any portion ofan account has not been paid in full within the contractual terms of the account. The Company generally adjusts contract profit or loss for disputed accounts. The Company begins to assess its ability 0o collect receivables that are � over QD days past due and provides for an adequate m||ovvence for doubtful accounts based on the � Company's collection history, the financial stability and recent payment history of the customer, and other pertinent factors. Receivables are written off ouunomUadiNe after the Company has used reasonable collection efforts and deems them unuo||enbb|e. Based on these uritoha, no a||nvvenoa for doubtful accounts has been provided at December 31. 2021 since the Company expects nomaterial losses. Exme|Tv, SW0ESlSHOLDIhJGS INC. AND AFFILIATES NOTE I -SUKNK0,A,,,RYOFSkGW1FIC&Nlr/'),CCO1JNTIf,,,,,,G POLICIES (Continued) Lwtami, HousinfofKnventmry Sunesis Properties, LLC and Sunesis Development, LLC hold certain real estate in the process of development. These lots and houses are capitalized until under contract. Property and Equipment Property and equipment are stated mtcost and depreciated over the estimated useful lives ufthe related assets. Depreciation is computed using both straight-line and usage methods for financial reporting and accelerated methods for income tax purposes. Maintenance and repairs are charged tu operations when incurred. Significant betterments and renewals are capitalized. When assets are sold, the assets and related allowances for depreciation are eliminated from the accounts and any resulting gain n, loss is reflected inincome. The useful lives of property and equipment using the straight-line method for purposes of computing depreciation are: Building 39 Years Leasehold Improvements 7 Years Vehicles 5 Years Machinery and Equipment 5Yeors Office Equipment 5Yoono Equity ivj, Wncmmmbined Joint Ventures Sunesis Properties, LLC has a minority interest in two limited liability companies which are reported on the equity method ofaccounting. Long.-Lived Assets Long-lived assets to be held and used are tested for recoverability whenever events or changes in circumstances indicate that the related carrying amount may not be recoverable in accordance with U.8. GAAP. When required, impairment losses on assets to be held and used are measured based on the fair value of the asset, and long-lived assets to be disposed of by sale are reported at the lower of the carrying amount or fair value less costs tnsell. Long-lived assets were measured for impairment, and no adjustments were deemed necessary during the year ended December 31, 2021. Revenue Recognition The completion of excavation, underground, highway, environmental, and abatement work is a single performance obligation that iu satisfied over time. Payment iu also due over time in installments, based on project phases as specified in the contract, with a final payment due at the time the work is completed and the customer accepts the quality and completion of the work. Revenues from fixed-pdce and modified fixed-price construction contracts are recognized over time using the cost-to-cost input method, which measures progress toward completion based on the percentage of cost incurred to date to estimated total cost for each contract. That method is used because management considers total cost to be the best available measure of progress on the contracts and best depicts the transfer of control to the customer. Because of inherent uncertainties in estimating costs, it is at least reasonably possible that estimates used will change within the near term. Time and materials contracts are those for which the Company has the right to consideration from the customer inen amount that corresponds directly with the value to the customer ofperformance completed tmdate. Revenue is recognized when services are performed, and measured by total costs related tn labor required, as well ano fixed markup on materials used. Revenues from the sale of developed real estate lots and houses are recognized when obligations under the terms of contract with the customer are satisfied, which generally occurs with the transfer of the ownership of the lot or housing unit. Payment from the customer is typically due at the point in time which ownership is transferred. 7 ExH|e|T)^' Page u1soruue B@NESIS HOLDINGS, INC. AND AFFILIATES [,40TE1 - S0KMN8Alf.,,YOF SUGW|FUCANT ACCOWNTI�,,�G P*LfCUES (Continued) Contract costs include all direct mobaha| and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs, and depreciation. Costs of inefficiencies or wasted resources (material or labor)are excluded when measuring progress and are expensed as incurred. Selling, general, and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance,job conditions, and estimated profitability may result in revisions tocosts and income,which are generally recognized in the period in which the revisions are determined. Changes in estimated job profitability resulting from variable consideration (such as incentives for completing a contract early or on time, penalties for not completing a contract on time, claims for which the Company has enforceable rights, or contreutmodifinaUonx/nhange orders in which the scope of modification has been approved, but the price has not been determined or approved) are accounted for as changes in estimates in the current period, but limited to an amount that will not result in e significant reversal ofrevenue in future periods. The Company generally provides limited assurance-type warranties for work performed, with periods typically extended for a limited duration following substantial completion of the Company's work on a project. The warranty only covers the compliance of the project with the contract specifications. Historically,warranty claims have not resulted in material costs incurred. Contract Assets and Contract Liabilities The timing of when the Company bills their customers on long-term construction contracts is generally dependent upon agreed-upon contractual terms,which may include milestone billings based onthe completion of certain phases of the work, or when services are provided. When as a result of contingencies, billings cannot occur until after the related revenue has been recognized, the result is in � unbilled revenue, which is included in contact assets. Additionally, the Company may receive advances or deposits from customers before revenue is recognized, resulting in deferred revenue, which is include in contract liabilities. Redainage for which the Company has mn unconditional right bmpayment that io only subject hnthe passage of time are classified as contracts receivable. Retainage subject to conditions other than the passage of time do not meet the definition nfo receivable and are therefore included incontract assets and contract liabilities, as determined on a contract-by-contract basis. The contract assets represent revenues recognized in excess of amounts paid or payable to the Company on uncompleted contracts. Contract liabilities represent the Company's obligation to perform on uncompleted contracts with customers for which the Company has received payment or for which contracts receivable are outstanding. The following table provides information about contract assets and contract liabilities from contracts with customers muof December 31: 2021 2�2U � Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts $ 3.013.877 $ 2.010.033 CnndiUonm| R*dainage 4.028.280 5.407.742 ' Total Contract Assets $ 7.042.167 $ 7,423.775 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts $ 5.454.469 $ 5.438.558 Conditional Rotminoge 2.154.245 1.071.950 . ' ' Total Contract Liabilities $ 7.808.714 $ 8.510.608 ` Exmerrv, -- -- — --- SUNESIS HOLOINGS, INC.AND AFFILIATES 'NWE1 - SUMK�IARYOF SNGNIFICANT ,/*),,.CCOUNTMG POLICIES (Continued) The Company recognizes revenue at both a point in time and over time.A breakdown of revenue recognized at a point in time and revenue recognized over time is as follows: Year Ended Deuembar31. 2021 At Point inTime $ 954.747 over a Period ofTime 101/176.359 Total Revenue Recognized $ 102.131.106 Advertising The Company expanses the cost of advertising when incurred. Retirement Plans The Company has a defined contribution retirement plan, which includes employee 401(k) contributions, prevailing wage contdbutions, employer matching contributions, and employer profit sharing contributions. � Employee 401(k) contributions are discretionary contributions at the option of each participant and subject to the annual contribution limits under Internal Revenue Code. Employee 401(k) contributions are fully vested to the plan participant. Prevailing wage contributions are made by the Company for any employee of Sunesis Construction Co. performing services under a public contract subject to the Davis-Bacon Act, the Service Contract Act, or any federal, state, or municipal prevailing wage law. Prevailing wage contributions are fully vested to the plan participant. Employer matching contributions are made by the Company for plan participants based on salary deferrals. Employer matching contdbutions are discretionary and determined annually by the employer. Employer profit sharing contributions are contributions made by the Company for plan participants, are discretionary and determined annually by the Company. Kncome Taxes The Company has elected under Section 1362ofthe Internal Revenue Code (|RC)tobe taxed anam 'S'Coqponation. Under the provisions of this section, most of the tax liabilities and benefits from the corporation pass directly to its stockholder. Sunesin Construction Co. is treated aaoqualified subchapter'S' affiliate wholly owned by the Company. Guneeiu Environmental, LLC. 8unmoio Homes. LLC and Guneais Properties, LLC are controlled by the Company, but have made the election under Section 13O2of the |RCtobe taxed asmn '3' Corporation. As such, most of their tax liabilities and benefits pass through to their members. Any timing differences between the combined financial / statements and taxable income as of December 31, 2021 will also be taxed to the sole stockholder and member. The Company has adopted the provisions of the accounting pronouncement related to accounting for uncertainty in income taxes. The Company recognized nu interest or penalties in the combined | statement of income for the year ended December 31. 2O21. |f the situation arose in which the Company would have interest to recognize, it would recognize this as interest expense and penalties � would be recognized in other expenses. Currently, the prior three years are open under Federal and state statutes of limitations and remain subject tu review and change. The Company is not currently under audit nor has the Company been contacted by these jurisdictions. | B � Exme|Tv, Page u1rmuue � - SWNESUS HOLDINGS, INC.AN* AFFILIATES �0TE I -SWK"KVIARYOFSkGNIFlCANT /'),,CCOU NlONG POLICIES (Continued) Based on the evaluation of the Company's tax positions, management believes all positions taken would be upheld under anexamination. Therefore, no provision for the effects cf uncertain tax positions has been recorded for the year ended December 31. 2O21. Arrawgenmenis wvfth Entities Under Common Control The Company has adopted the accounting alternative offered to private companies in Accounting Standards Update (ASU)2O18-17' Consolidation (Topic 81O)for arrangements with entities under common control. In accordance with this alternative,the Company has elected as an accounting policy to not apply variable interest entity guidance to legal entities under common control (including common control leasing arrangements). Instead, the Company discloses its involvement with and exposure to legal entities under common control as required by the accounting standard. Recently Issued Sir!�,nificamtAccowntimg Standard Lease Accounting Standard In February 2016, the Financial Accounting Standards Board (FASB)issued Accounting Standards Update (ASU)2016-02, Leases (Topic 842.)The core principle of Topic 842 is that a lessee should recognize the assets and liabilities that arise from leases that are not excluded by this standard. Such leases create an asset and a liability for the lessee in accordance with FASB Concepts Statement No. 6, Elements of Financial Statements, and therefore, recognition of those lease assets and lease liabilities represents an improvement over previous GAAP, which did not require lease assets and lease liabilities to be recognized for most leases. The ASU is effective for nonpublic entities for years beginning after December 15. 3021. The Company is currently in the process of evaluating the impact of adoption of this ASU on their combined financial statements. � Subse*�mentEvemts The Company has evaluated subsequent events through March 23, 2022, which is the date the combined financial statements were available 0obeissued. NOTE 2 -CASH AND CASH FLOWS At various times throughout the year, the Company may have cash in financial institutions in excess of insured limits. The Federal Deposit Insurance Corporation (FDIC) insures account balances up to $25Q.O0D for each business depositor. For purposes of the combined statement of cash flows, cash includes cash on hand, cash in checking accounts, and money market accounts. Cash paid for interest during 2D21 waa$0g.72O, The Company had the follow nonuasb financing activities: | Year Ended i Docember31, 2021 � � Property and Equipment Acquired Through Notes Payable $ 792.416 � � / 10 � | Exmerrv, � ^ SUNESVSHOLQUNGS INC. AND AFFILIATES �OTE 3 - MARKETABLE SECURITIES All marketable securities are avai|able-for*aha equity securities. The following ise summary of marketable securities e{December 31. 2O21: Qomos Gross Net Unrealized Unrealized Unrealized Market Amortized Holding Holding Holding Value Coat Gains Losses Gains December 31. 2O21 $ 853.8S1 $ 906.758 o 53.037 $ (5.034) $ 47.103 - NOTE - FAIR VALUE MEASUREMENTS The framework for measuring fair value provides a fair value hierarchy that prioritizes the inputs to valuation techniques used to measure fair value, The hierarchy gives the highest priority to unadjusted quoted prices in active markets for identical assets or liabilities (Level 1 measurements) and the lowest priority to unobservable inputs (Level 3 measurements). The three levels of the fair value hierarchy under FAGBAGC820 are described oafollows: LEVEL 1 - Inputs to the valuation methodology are unadjusted quoted prices for identical assets or liabilities in active markets that the Company has the ability to access at the measurement date. LEVEL 2 Inputs to the valuation methodology include quoted prices for similar assets or liabilities in active mmrkets, quoted prices for identical or similar assets or liabilities in inactive mnarketa, inputs other than quoted prices that are observable for the asset or liability, and inputs that are derived principally from or corroborated by nbsan/ab/a market data by correlation nr other means. If the asset or liability has a specified (contractual)term, the Level 2 input must be observable for substantially the full term of the asset orliability. LEVEL 3- Inputs to the valuation methodology are unobservable and significant to the fair value measurement. The Company uses appropriate valuation techniques based on the available inputs to measure the fair value of its investments. The asset's or liability's fair value measurement level within the fair value hierarchy is based on the lowest level of any input that is significant to the fair value measurement. Valuation techniques used need to maximize the use of observable inputs and minimize the use of unobservable inputs. Following is a description of the valuation methodologies used for assets measured at fair value. There have been no changes in the methodologies used ed December 31. 2O21. Exchange Traded Products-Valued at the closing price reported on the active market inwhich the individual stocks are traded. Mutual Funds (including Money Market Funds)-Valued at the daily closing price as reported by the Fund. Mutual funds held by the Company are open-end mutual funds that are registered with the SEC. These funds are required to publish their daily net asset value and to transact at that price. The mutual funds held by the Company are deemed tobe actively traded. / The preceding methods described may provide a fair value calculation that may not be indicative of � net realizable value or reflective of future fair values. Furthermore, although the Company believes its � valuation methods are appropriate and consistent with other market participants, the use of different methodologies or assumptions to determine the fair value of certain financial instruments could result in a different fair value measurement at the operating date. All investments were valued at Level 1 at December 31. 2021. � 11 � Exme|Tv, Page u1eoruue SUNESIS HOLDI' GS, INC. AN AFFILIATES N"I TE l - FAIR VALUE MEAS.'RE1 ENTS (Continued) Risk an Uncertainties The Company invests in various investment securities. Investment securities are exposed to various risks such as interest rates, market, and credit risks. Due to the level of risk associated with certain investment securities, it is at least reasonably possible that changes in the values of investment securities will occur in the near term, and those changes could materially affect investment income and amounts reported on the combined balance sheet. NOTE 5 -ACCOUNTS RECEIVABLE Accounts receivable consists of the following: December 31, 2021 2020 Billed Completed Contracts $ 1,838,658 $ 737,199 Contracts in Progress 14,555,236 12,199,461 Unbilled 403,555 - Related Party 550,930 807,723 Other 304,009 614,367 $ 17,652,388 $ 14,358,750 The unbilled accounts receivable represents billings on closed jobs that were both billed and collected early in the subsequent year. Related party accounts receivable consists of amounts due from Odyssey II Investments, LLC for funds used to fund the purchase of the building owned by the LLC. Additionally,the Company and Sunesis Properties, LLC have accounts receivable from two LLCs in which Sunesis Properties, LLC has made investments, These amounts are due during 2022. NOTE 6 - COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS Costs, estimated earnings, and billings on uncompleted contracts during the year are summarized as follows: Year Ended December 31, 2021 Costs Incurred on Uncompleted Contracts $ 132,955,553 Estimated Earnings 10,312,654 143,268,207 Billings to Date 145,708,799 $ (2,440,592) 12 EXHIBIT'A' Page 220 of 229 SUMES|S HCJL0IWGS INC. AN* AFFILIATES �*TE7 - EQUITY U� W`,,'COh8`;,,tNE0ENTITIES Gunesie Properties, LLC owns 3396 of0K/3 FlE. LLC and 5096 of Fieldstone Farms, LLC. Both are limited liability companies which purchase land for development. The Company had accounts receivable of$316,254 and accounts payable of$-0-to these entities as of December 31, 2021. A summary of the financial position and results of operations of each entity as of December 31, 2021 is as follows: Fieldstone 1,�V3 RE. LLC Farms, LLC � Current Assets $ 30.292 $ 1/480.477 Capitalized Land and Development Costs 0S.00O 2.141.GSO . ' . Total Assets 131.282 3.022.167 Less Liabilities 55.O22 455.464 ' ' � Members' Equity $ 70.270 $ 3,166.703 ' Wet(Losm) Kncm/ne $ (2.835) $ 859'877 Cmmm�*any's SMareof Net,(Loss) Income $ (945) $ 429,930 ' Company's Equity in Joint Venture $ 25423 $ 1.583,362 NOTE 8 - LV�',ES OF CFKE00[ The Company has available a $5,000,000 long-term line of credit with a bank, collateralized by substantially all Company assets, at the Prime rate minus 1.00% (the Prime rate was 3.25% as of December 31. 2O21)that expires in February 2O23. | � 13 � Exmerrv, SLINESYS HOLDINGS INC. AND AFFILIATES NOTE 9 - NOTES PAYABLE Oeoemhox31. 2021 ' The Company has notes payable with various banks, collateralized by /and, invnnhory, and equipment, o1 interest rates ranging from 0Y6 to LIBOR plus 296. The notes have combined monthly principal and interest payments of$1O3.S31. and the final payments are due on various dates through February 2O25. $ 3.661.583 Gunoain Development, LLC through wholly-owned subsidiary, Windsor Pointe Development, LLC. has an open-ended mortgage note payable secured by the underlying property. The mortgage has mmaximum balance mf$3.21D.4O1. The mortgage charges interest at the bank'o prime rate and is due on demand starting November 3U22. 1.707.790 Suneois Properties, LLC. has three mortgage notes payable secured by the underlying property.The mortgages charge interest mt3.75Y6 and have combined principal and interest payments uf$3,S5S. payment on the mortgages ia due in September 2O4G. 705.834 5.875.217 Less Current Portion 2.857,411 Lnng'TonnPortion $ 2.217.806 The remaining maturities nn the notes payable are oofollows: Years Ending Oeoambar31. 2022 $ 2.857.411 2023 027.458 2024 827.128 2025 132.279 3026 20.542 Thereafter 610.399 $ 5.075.217 / ` | � � 14 � Exmerrv, Page uuumuue � SWNESUSNOLDINGS INC.AN�* AFFILIATES NOTE 10 -P,*,YCHECK PROTECl0OI,�l Pr`,OG,,, A8ALWAN FWNDrIG In April 2020,the Company received loan proceeds in the amount of$3,631,013 under the Paycheck Protection Program (pPP). The PPP, established ao part nf the Covonmvirus Aid, Relief and Economic Security Act (CARES Act), provided for loans to qualifying organizations for amounts up to 2.5 times of the average monthly payroll expenses of the qualifying organization. The loans and accrued interest were forgivable provided the borrower used the loan proceeds for eligible purposes, including payroll, benefits, rent, utilities, and certain other allowable expenses within a period of up to 24 weeks and maintained other designated thresholds. The Company initially elected to account for the PPP loan as debt under the guidance in ASC 470, Debi Aua result,when the Company received the PPP loan, i<recorded iton its combined balance sheetasNotmPayob|e— PaychockPnotectionProgoarn. Prior to December, 31. 3D21. the Company applied for forgiveness of the loan in the amount of$3,631,013 and in June 2021, the loan was legally forgiven by the Small Business Administration, who has paid the lender the total amount of the loan. As a result,the Company has recognized a gain on extinguishment of debt on its combined statement of income for the year ended December 31, 2021 in the amount of$3,631,013. This amount is included on the other income and (expenaen) line of the combined statement ofincome. NOTE 11 -ACCRUED EXPENSES � Accrued expenses consist of the following: Oecenmber31. 2021 Payroll and Payroll Taxes $ 1.222.428 Employee Benefits 888.644 Customer Deposits 270.300 Taxes Payable 4.712 Workers Compensation (13.436) Contingent Liability(see Contingent Liabilities note) 81.224 $ 2.453.072 NOTE 12 -INTEREST EXPENSE The Company incurred interest expense of$99,720 on all outstanding debt for 2021. This amount in included in other income and (expenses)on the combined statement of income. � �E����� ���l�' ����� ������E / m�T� 1� - | � The Company leases its premises from a related party, Odyssey Investments, LLC (owned by the Company's sole stockholder) onamonth-to-monthbasis. The Company incurred $18G.U0Uinbuilding lease expense during the year ended December 31. 2O21. � 8uneoiaEnvivonmenba|. LLC leases its premises from a related party, <]dyysayU Investments, LLC (owned by the Company's sole stockholder) onannonth-hzmonthbasis. The Company incurred $85.00Oin building lease expense during the year ended December 31, 2O21, � 15 Exmerrv, SUNESUS HOLDINGS, INC. AND AFFILIATES 1AZINVOIN11 NOTE 14 - ��ETIREtXEQJ �11,�N EXPENSE The Company incurred the following for retirement plan expenses during 2021: Year Ended Oeuembor31. 2021 Defined Contribution Company Match Expense $ 382.747 Prevailing Wage Contribution Plan Expense �_ 2.846.326 N*TE15 -BACKL*G The following schedule summarizes changes in backlog on contracts during the year ended December 31. 2O21. Backlog represents the amount of revenue the Company expects to realize from work to be performed on uncompleted contracts in progress at year end and from contractual agreements on which work has not yet begun. Denember31. 2021 Backlog Balance at Beginning ufYear $ 47.537.834 New Contracts and Contract Adjustments During the Year 165.399.048 � 212.926.880 Less Contract Revenue Earned During the Year 101.176.358 Backlog Balance at End uyYear $ 111.750.521 As of December 31, 2021, the Company expects to collect approximately 67% of backlog within the following year and the remaining portion in the subsequent year. NOTE 16 -CONTINGENT LIABILITIES Related Parties The Company has e contingent liability for the debt ufOdyssey /nvesimenta. LLC, a rental ma) aababa entity from which the Company leases it premises, which it has guaranteed. The amount of this debt outstanding a|December 31. 2O21 was $731.94D. 8unosio Environmental, LLC has m contingent liability for the debt of Odyssey U |nwashnentn. LUC. a � rental real estate entity from which the Company leases it premises,which it has guaranteed. The amount of this debt outstanding et December 31. 2O21 was $8S1.453. / Other ! The Company is involved in a dispute related to a workers' compensation claim. The hearing on this claim occurred in 2008 and the hearing officer ruled in favor of the claimant. During 2010, the decision � was reversed and remanded by the Court of Appeals. The Industrial Commission reopened the case | during 2011 and ruled against the Company. There were no significant changes in the status of this case during 2O21. The Company has accrued $81.224 related to this issue. 18 � Exme|Tv, � Page uu4muue � SUNESUSH0LD0NGS, INC. AN�D AFFILIATES NwmT[ 17 - *EFERRE0008jIPENSAT!OM In 2016, Sunesis Environmental, L-LC adopted a non-qualified deferred compensation plan for one of its key employees. In 2020, Sunesis Construction Co. adopted a non-qualified, deferred compensation plan for four of its key employees. The purpose of these plans isto provide opportunities for the key employees 0o participate in the profits of the Company. Each employee's account balance accumulates value based on the number of units awarded to each employee and a pro rata share of the Company's nets profits or losses from the date ofparticipation. Employees have no right to receive payment for any part of their account until reaching 65 years of age or earlier as agreed upon ena result of further communication. Upon reaching the agreed upon milestone, each employee has the option to receive payments for a portion of their account balance based on the terms of the agreement. The accrued liability ofGuneain Environmental, LLC and 8uneuis Construction Co. at December 31. 2O21 was $4O8.82S and %S85.08S' respectively. NOTE 1@ - RISK AN0, WNCERTA|NT1ES In 2020, the World Health Organization announced a global health emergency later classified as a global pandemic esa result of the CC)V/C-19outbreak. The outbreak and response have impacted financial and economic markets across the World and within the United States of America. The full � � impact continues to evolve and as such, it is uncertain as to the full magnitude that the pandemic will have on the Company's financial condition, liquidity, and future results of operations. Management is actively monitoring the possible effects on every aspect nf the Company. ' � � � � � 17 � Exmerrv, , CPA 8c ADVISORY FIRM IMDEI*EWDENT AUDITORS^ RE,'�'O��,,,T ON SUPPLEMENTARY INFORK0AT|O,�,,,l Directors and Dffine,n Guneuio Ho/dings. Inc. and Affiliates Cincinnati, Ohio We have audited the combined financial statements of Sunesis Holdings, Inc. and Affiliates as of and for the year ended December 31. 2021. and our report thereon dated March 23. 2022, which expressed an unmodified opinion nn those combined financial ab*haments, appears earlier in these combined financial statements. Our audit was conducted for the purpose of forming an opinion on the combined hnonuio| statements as awhm|e. The supplementary information, as listed in the table of contents, is presented for the purposes of additional analysis and is not o required part,ofthe combined financial statements. Such information is the responsibility of management and was derived from and relates directly to the � underlying accounting and other records used to prepare the combined financial statements. The information has been subjected to the auditing procedures applied in the audit ofthe combined financial statements and certain additional prooedunns, including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the combined financial statements ortuthe combined financial statements themselves, and other additional procedures in accordance with auditing standards generally accepted in the United States of America. In our opinion, the information is fairly stated in all material respects in relation to the combined financial statements aoawhole. � , ����d�~ ' Fort Wright, Kentucky � March 33, 2D2 / � � | � � 81O Wright's Summit Parkway, Suite 3OU. Fort Wright, KY41U11 859,3313800 VLCP&C0M � g887 Carver Road,Suite 12O. Blue Ash, 0H45242 511881�5011 5875 Castle Creek Parkway North Drive, Suite 400. |ndkAW����N4825O 317.468,0168 Page 22sofuue 'ircfrilf'' ''' //r; '''1,111i1i1111011114191,111,11111,111,111,111,111,111,101,% 1 v/ . 1 1 ii k1111111( '1 I / la, 7, it) co 0) ..-- tc-) co 10 04 CNI CO (3) CO 1.... ,e.... CV CO CO CO v- CV CC or) C)) o CV til CO CV 0,1" 4: 4.0 a) ar o o c::;, to' to, co o o 1,..... N- CO co ,-.._ a),,. Lo. co co. -• - cy, N... at) co ocri:,_ Lo 1,,,,c4-. cq•o-csi coc4. c,c6 cy.. co'- // Fj. ccig.:4, ,„1 co. 0,_ L. .0 ,0 ., co . ,,- ai oi aEr araa Cal CON. N.• CO Ois 0 ai v.. CV" C) 0 411 co 04 v- n- C6 I,- CNI 69' L4 _ I '1 111010 1 0 a 1 0 1 (111111011 / 4 c cq. 1 sl m" 1.1111 c',i liiii ai. Ji 1 IJJ ',, _. a) or o9c7C f, .r. com' ,,c6- co .64 to . CV 0 CV a a a a CV CC) N. 0a 40 CC) ,z1" a "I' ' N.-(0 0.4 0 c0 0_ CC) I,- 0 {4,_ c° 1- ai I.0 ,st. 't.. ca a N..., N. 0 0 1,.._ p..... a) (a . co Ir) a- CC I,. CV I", CV CO 0 4. 0 ,,,_, 0 •,-- 0 4 a) 4 ‘,-- C.',4 CO (C)' CO ,„, 11000 iAgriiiill 0 )P 1 co ci (,-; .,-. cNi ,•-• ata- ECT 01A140044101101011111 a 7/ ,0011,01/001))(141ap li„I / / En, I Oalm 1010j1ill1li1l(((IAIiIlb / / / f° f/W a:///, a a a La. co co 8 8 ,...,„. a a a ,a.,, lag Ilu "'1 0 0 - g3 ccg a (., co ,,,,. CD CO. gl gq, el el ' "E31 41. 0 co Lo N. t,..1 re - ea a) r... 8 8 ' -„E 4.), l'-' ca. ".-- ,- ,...,) , ,-- - .1 to 04 cri (6 tr; I6 N.. 4 oi N. •,;1- CO 40 40 0 1`,. a) •,, 40 0) 03 GOWN' N. r„,:/ ,„„1 CC v-. ci. _ . 11111 / foi c w 1 1 . . co ,,,, ,,,— cc, C) co cs) c4 r: a 4 0 CC)CO 1- 0 a 0 0 a 0 CC cq r, 4 CV v* "t (NI CO ^‘,1" co C) v... 40' v..' 't r.... C) 0 0 0 !1{ 1JL IILI 3 ,c. IX) co- oi iri a), O CC .4 ,..--. a) IN. 0 0 a) CV 1‘.. CD v-• 0) CV r., C) ,qf 4 Q5 i 0r.... a-) .4. CT) CV C3) CD 0 0 cs v.- 0 4,0 N.0 0, g - IC)1 ('Co ('IN- 'St ca.`" (C' CI C' CC CC) CO ,... 40 at N. CV N. tri ot .,- (.6 o5 N.: co- ai (.4 On ar- asa- f (0 C\ f tiz 1 7; 07 CO i.. . . L. illi 0i tai 2 co co m 1111011 C O a a a a a a a 1 a a a a a aN— T$* >;-• cclo (D• LI E of4 ci VS W 0) 't 175 E. 2 C ...... , CO C)- ......i ..... 0 I I O C° C6i ill H 1 e 8 0 . . CO X oot .zr, a a a . 00 001 04 a . a . . 0$4 ' ' CV a 1 4 1 # cal z co c co o t, o 0 it 0 1) = co) C IAA 44.0M..S.I co 40 Ili Ca 0 ° Ca)CV CN.I 09 c COI''."5_ CO (07 I,- 1.,- CC l el „._ ..,,.... In an v) ., 0 „4.. a 064. =,-(0 a 1 CO . - co co a 0 04 4 co ,cc Q co 8 UV 0 En 8E r N.N-a 45 c7). N. 'F9) .r.- et NI .c,r, ( 1,..- CC ri 0 0 , 0 -al ' , 0) 04 Val 0"/ Cal C) CD- araaa CO 40 In co Ez 8111111 co ce - - 0. to co IC) co 1,.., 03 ""' 'a* ollo,1 14'. 40 Q5 0 (6 co- IN: N.cr. 11'11,11,1,1,1,111111 // / ° cq CC ,- ar.- 0 111111,11111111a1111111111 // ',/, / alna laaana a a / ' C En. / / 0 E ,11111111111',, c (1) E o '.:e -6.a) ,• , .a.0..-5 Q. C = 0000 L'" 4 0 t - w w Cl) 1111111 p/ / , (D t (C) E 0 2 0- 1 .0 *8 o , , ar c Oc: a> .t. E E •CL . 0 to 0 :C) ((I ..... .0 >C CO 0) C 'E. ... a) = a) 5 > cr 2 w +0., -0 2 a 13 <C. 4 C,) ,-,)- (1) a CO r.... Cr oil 5 0 0 ) ,0 coci. I- C° 0"C ISO u) 0 — a, 0 1 0 i ..v, ,.,T .s 0 0 >, ,ct5 •- .) Ti :a- ci) CO 40 .0 0 CO .- , (.5 " ° 47) .- n' co ci . m: 0 ,,.., 0 u9 a).,... - .c 0 0 w CU CO USD li ill . .._....... -e- If) N -4 N a) CD W '1' CO 0 I,- r--- "Cr CD ,r- CD r-- .-" C, l.- C, CD cc N CD CD N CO CO -4 C') 00 t- CO LC) 0 c0 CO CO 0 CY) CO 1,- - 01 3 r--- N- Cir <D N L6 0- h. CO cc) Lri co -1- co c4 O If) "- U) CD CO C) 0 "-- 'r- C) N -4,- a) co c7)1-- "It 04 CO 1_ CO N 'Et CD a-- 0) C) N N a5 u5 c CO r--: cc; ei co- era. cda O -- , , , , -71-.- , , , , To- • , i i (NI c\1 C0 C0N1 N Cc) 01 .77.1. Oi ai cri cri cr) c a) a) a) cr) E c-6 ri r5 co LTJ ta EA .cn •-• LC) - N 0 CO 0) 11,-- 05 r-- cei 05 CC; N -a- c U)• r,- co- c,i Tr .,- .,- N CO 02. 69 EE) CL C7) 0 .., (7, c:T, cr, c,-, — co co a) r- r- r- oi cri- 7' E 0 to co a) CO Q 0 CO 0 a) co a) _1 co co a) -)- TI- Tr u-) .- N . N. • C cri cri co C u) w u r u EA 5 69 :-J p_ CU N CO 4 •,- CO 0 LO 4 (7) 0 N N ..c, 8 II 'Li Cl) LC e5 cri u5 cc-) )15 Ti r: o5 0 .173 CO N LO 0 LC) •"- N L- 0 0 CLI co UJ i_ co co co co ..- N N a- 4 N 11-1 'I, 1--- 0; cei cri c4 -.- (3) Z et c.) CSI "" 0 it N"1"3 64 69 I- CP . Cr) th 04 C 0 , , , , cc) ! III I I I I I . .1. - c 2 C\I o X cp U, 6 :0 LI] (00) z Z w Li C3 jE au C a 0 Ei 2 a> . E = 0 CO OI W X 2 U.1 :6 69 69 o.) 0 P "E - U . . / . 0 . CO C) Tr Tr- u) D x ..er c) o 0 ° o a), co 0 N CO CZ W f--- co ,- (6 (0 co- r--- COc‘i C/3 D 0 CO u V- CO 0 C1) co .0 in a) _ CO u) > a) C O , 0 Ef) CO C0 0 -- CO 0) CO' E cs) ,000 r-- co To- N CO CO 01 4 a-- CO co oo tO 4 c0 0 CL1 0) .- on' a) co N Tr Tr CO 0 CD 0) CO 0 4 L- (0 4 8 7, 0trir c5 ai in- r-i- in- co- or. c5 cci- a CO 0 N ,- c0 N CO CO tO cc) C .- 3 .• 3 0 ,,-- c-- CO CD -,-- co o on c5 in ,- r r- -a c6 0- r.: C.) 69 C a) EA „.9 E 0 ca -o z. CO c:,7 or ._ E LLI LI- co - CC > ,- cq 7 _:. CD -.- () E C1:1 uj 0 CT) z. -o cu t _ .91 = u) 0 f 2 Cl) 0 W -- CD C () T) 7-• 4) 0 cn co 'C' :!--' c o- ....-.. m ar) 6 ,13 , 1,1 ID a) Q.) - o _le 6, or ._ .c 0 - , °J3 0 2 0 4) z 0 ,,,, 2 :E, a. El .0 W s' = 75 .E 0 to ,c 7. (.., c ,=. 0 co 0 = '2 .5.', a) .1,-, .-5 3 "c E .-_ .cl _, :-, e 0 0 ocu ,..5 () 23 -la -u) C.) '.... cp 0 -0 (T3 e.) ••-• Zcil- Crp .,,, CIO :i O (i) T, -„, 0 1- c F- 0 c 61 0 C 0 ,.., to Cr) -c) Cll Q 0 C Z < < 0 0 a .f." Z z' 0 < Ce o a) a) (I) 1 1 co o o coo co • Co°Do o in Coo To ai c'.i CO cri CO% M N O CO CO M O O a) N ,- O "- N N O r- C'M •cr ti O a) EA 69 U) 1 1 I 1 1 I 1 C O ns 7. E 1 all En en U) N- CO CO CT r N O r ! N COO Cn CO 1- Cr) N U• d) -I l T- O N CO N • 0 r- et N er -- N a co ea Co Co co - CO C j (0 N a) o) a) a) rn NI- .--� E C.)1 LU L O) M CO N 1 O c c -,11 CO CO o Co N- m O J F CO co ..,zr co N J V Cl) rn o co cri Lri (i C') r-1 '1: > I A < W bg Eft J QI C) CV CO C) a) CO� r` Z co ti Cn co ILL Q _ N N a) co Co N a) i CC CO N r` CO '7 N CI - Ls. a) N '- co N C') z N �I o er M �r Co . Z co c - Nl N � N V W F_ c) w 69 EA ON = N O Z E 2 Z 01 C = co CO 6U M 'o Cw 0 O Z 0 2 O a) '[t N co - � an CI) U) LU j a) 'Cr d; CO CO a U) E o r- CO CO .- N o N: C C G) Q. J N a) N N v o 3 C O N as E CV 1 o 0 C EA 69 _, C OM Cr) O CO 'zr a a) . O w' 1` N O CO r O C U a) r M lr) E C co0 o a) CO N 4) O N CO M co V Cn Q (I) C N r` `r rt N N C1 o CO N 7 0 Eft EA- C O 'O CU O 9) -o Cn a C CO O C Q LU (0 N 9J3 0 W C CO03 • d = Q In• 0 co -0 C C O O W O. RS E o • > 11 > w O �' O u) CQ E E o ts C a) V O tl) 0 C (n as O 'C C z N CO O -0 L 0 0 'Q 0 EXHIBIT ^KD'; Other Provisions A. COMPLIANCE WITH INDI8N8E-VERIFYPROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-|.7, Contractor isrequired to enroll in and verify the work eligibility status of all newly hired employeesof the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired cnq7|oycca of the contractor through the Indiana E-Vcdfy program ifthe Indiana E-Vcdfy program no longer exists. Prior tothe performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ un unauthorized alien in accordance with lC 22-5-1.7-11 (o) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to rcrncJv the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor falls to remedy the violation within the thirty(30) day period provided above,the City shall consider the Contractor tobc in breach of this Agreement and this Agreement will bc terminated. If the City dctcnninca that terminating this /\grccrncn1 would be dcoirncn1a| to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures ancw contractor. If this Agreement ia terminated under this section, then pursuant tolC22-5-|.7-|3 (c) thc Contractor will remain liable to the City for actual damages. B. lDLAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor ccdiUca that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification iano longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (9U) days within which to respond to the written notice. In the event Contractor tbUa to demonstrate to the City that the Contractor has ceased invcauncn1 activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant tolC5-22-|h.5. ln the event the City determines during the course of this /\g7ccrncn1 that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5,the City reserves the right to consider the Contractor to be in breach of this /\g7ccrncn1 and terminate the agreement upon the expiration of the ninety (90) day period set forth above. C. PROHIBITION AGAINST DISCRIMINATION l. Pursuant to Indiana Code 22-9-1-10,Contractor,any sub-contractor,or any person acting on behalf of Contractor orany sub-contractor shall not discriminate against any onp|oyoo or applicant for employment to be employed in the porfornnunoo of this Agreement, with respect to hire, tenure, tornm, conditions or pdvUogoa of employment or any nxxttor directly or indirectly related to employment,hooauao of race, religion, color, sex, disability, national origin, or ancestry. 2. Pursuant to Indiana Code 5-l6-6-1, the Contractor agrees: u. That in the hiring of employees for the perforinance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any aub'oontnxotor, shall not discriminate hy reason ofrace, religion, color, sex, national origin or ancestry against any citizen ofthe State of Indiana who ia qualified and uvuUab|o toporfonn the work to which the employment relates; ExH|e|T'e' page1oru b. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; c. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and d. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terns or conditions of this section of the Agreement. 3. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. D. WITHOLDING, RETAINAGE,AND CLAIMS FOR PAYMENT Contractor understands, acknowledges and agrees that pursuant to Indiana Code 36-1-12-13 the City must provide for the payment of subcontractors, laborers, material suppliers, and those performing services under a public works contractor and further agrees that in the event Contractor fails to timely pay any subcontractor, laborer, or material supplier for the performance of services or deliver of materials under this Agreement that the Board of Sanitary Commissioners for the City shall withhold payment in an amount sufficient to pay the subcontractor, laborers, material suppliers, or those providing services. Contractor further understands, acknowledges, and agrees that the Board shall proceed with the proper administrative procedures initiated as the result of any claims timely filed by any subcontractor, laborer, or material supplier under Indiana Code 36-1-12-12. EXHIBIT'B' Page 2 of 2