Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 5705 FOSSIL CREEK PARKWAY IMPROVEMENTS (2)
SECTION 00300 BID FORM PROJECT: FOSSIL CREEK PARKWAY IMPROVEMENTS PROJECT; BID NO. 5705 Place 281 N. College Avenue Date May 16, 2002 @ 3:00 p.m. 1. In compliance with your Invitation to Bid dated April 19, 2002 and subject to all conditions thereof, the undersigned Lafarge West, Inc. a **(Corporation, Limited Liability Company, Partnership, Joint Venture, or o e roprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% of Bid Amount ($ in accordance with the Invitation To Bid and Instructions to Bidders. 9. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: SAFECO Insurance Company Dallas Texas 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 1 through 2 7/96 Section 00300 Page 1 SECTION 0092E STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit an_v additional information he desires. 1. Name of Bidder: Lafarge West, Inc 2. Permanent main office address: 1800 North Taft Hill Road, Fort Collins, CO 80521 3. When organized: 1989 4. If a corporation, where incorporated: Delaware 5. How many years have you been engaged in the contracting business under your present firm or trade name? 3 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? NO If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 NO NO Section 00420 Page 1 11. List the more important projects recently ccmpleted be vour company, the approximate cost of each, and the month and }year completed, Iocatic: a H rwne of construction. 12 $1,266,329.00 Cnlnrado Anheuser Busch $ 743,053.00 Fort Collins List vour ma;nr Pnu;nment available for this contract. What ever is necessary to Complete the project 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: Steven B. Peterson General Manager 20+ years Mark E. Stanley No. Sales Manager 20+ years Bob Tews Operations Manager 20+ years 15. Credit available: $ 16. Bank reference: Wells Fargo Bank, 633 17th Street, Denver CD 80270 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? Yes If yes, in what city, county and state? Fort Collins Tar. i CrT, r_rWhat class, license and numbers? General Contractor #00239 19. Do you anticipate subcontracting Work under this Contract?_ yes If yes, what percent of total contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time? NO If yes DETAIL 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL Please see attached Insurance Certificate What company? Please see attached Tnsiiranra cprt-ifirntp 22. What are your company's bonding limitations? $80.532.000.00 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at 8_=00 a.m. this1_ day of May 20. Name of der By: 1i Steven B. Peterson Title: General Manager -_Regional Commercial PAvi_g State of Cnlnrndo County of Steven B. Peterson being duly sworn deposes and says that he is General Manager Of Lafarge West Toy -and that name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to befor me this 15 20 tary Public My commission expires 05/23/05 day of r. ,SOTARy`:9 PUBLIC::o ti9Jr •......... 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 10% of the contract. ITEM Roto-till Asphalt Roto-mill Asphalt Earthwork/Pipe/Rip ra Concrete Landscape Traffic Contr l E c cq Ramp PMMt SUBCONTRACTOR Son -Haul Kehn Gerrard Excavating Advanced Conrrptp_ A&M Quality Traffic Control Decorative Paying 7/96 Section 00430 Page 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, thr, undersignrd Lafarge West, Inc. as Principal, and SAFECO Insurance Company of America as Surety are hereby field and firmly bound unto � I City of Fort Collins, Colorado_ as OWNER, in the sum of s 57 Greatest Amount B the payment of which, well and ttl.y trto be, made, we hereby jointly and severally bind ourselves, successors, and assigns, TIIF CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby 711ad,: a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, FOSSIL CREEK PARKWAY IMPROVEMENTS PROJECT; BID NO, 5705. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; othorwise tho same shall remain in force and effect, it being exp.rensl.y understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of. said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 1/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto se: their hands and seals this 7th day of May 2002, and such of there as are corporations havo caused their corporate seas to be hereto affixed and these presents Lo be signed by their proper officers, the day and year first, set forth above. PRINCIPAL Name: Lafarge West, Inc. Address; 1800 N. Taft Hill Road Ft. Collins 80522 By: Title; Mark E. Stanley , A ent ATTEST: (SE)"1.) 7/96 SURETY SAFECO Insurance Company of America 1600 N. Collins Bld. Richar on, C 7 83 By' Tit e: armen Mims, Attorney -In -Fact ( SEF,L ) Section 00410 Page 3 CO INSURANCE COMPANY F AMERICA S A F E C a POWER GENERAL OFAMERIC � GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 7386 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ......`""LAWRENCE W. WALDIE; CARMEN MIMS; BRIAN M. LEBOW; DEBORAH GRIFFITH; ALLYSON DEAN; BRIDGETTE S. JACKSON; Dallas, Texas""^•" its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents R.A. PIERSON, SECRETARY this 1st day of June CERTIFICATE 4 Y _ MIKE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: CK, PRESIDENT 2001 'Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. 'On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (III) Certifying that said powerof-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, RA. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney Issued pursuant thereto, are We and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this CINXIM SEA] 7 th day of May R.A. PIERSON, SECRETARY 2002 S-0974/SAEF 2101 0 A regWWW bademrk of SAFECO Corporation 8J1.01 POE Don KPhn Construction, Tnr CONTRAC/�T^OR. BY: /�6,Au- Dan Kehn. Vice -President ADDRESS: 6550 South County Road 5 •IF ME911EMS 8. BID SCHEDULE (Base Bid) Please use the attached Bid Schedule when submitting your bid. 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or chana_e does not exceed twenty-five percent (25°) of the total Agreement Price. RESPECTFULLY SUBMITTED: Don Kehn Construction, Inc. VJ� May 14. 2002 Signature Date Vice -President Title '!:9 ta- License Number (If Applicable) if Bid is by corporation) 'At'ttest Address 6550 South County Road 5 Ft. Collins. CC 80528 Telephone (970) 226-41 1 7/96 Section 00300 Page 2 MAY-07-02 TUE 03:21 PM CITY/FT COLLINS. PURCHAS FAX NO. 970 2216707 P,03/06 Project: Fossil Creek Partway improvement Project (Revised) Bid #5705 Addendum #1 Bid Schedule YSpec/item - Number --- Description Estimated Quantity Unit Unit Cost Item Cost Fossil creek Parkway Quanttbea, - 202.01 202-02 Rototilled Asphalt Pavement 8" Depth Removal of Asphalt Mat (Planing) (0-4_5") 13185 960 SY 1.60 SY _ 21 096.00 202.03 Remove Landscape Railroad Ties (6'- 8' long) 50 _ 3.25 EA 1�. 7 _ 30.00 750.00 202.04 Remove Concrete Curb and Gutter 100 LF 4.00 400. 00 202-05 202-06 Remove Concrete Spillway Remove Concrete Retaining Wall 20 SY 5-00 _ 100-00 202.07 Remove 24" RCP 1 LS 1500.00 -1, 500.00 202-08 Plug Manholes 140 2 LF _�� _�680.00 202-09 Remove Landscaped Median 1 EA 70700. 00 LS 2300.00 1. 400. 00 _ 2,300.00 203-01 203-02 Potholing Topsoil-(stdpping,stockpiling,plaeing)6"Depth 1 1175 LS 3500.00 CYi 9-90. _3.500.00 203-03 203-04 Borrow Suitable Fill Material (CIP) R-25 1710 CY 16.50 6,462-50 31 635. 00 Borrow ABC (CL 5 or 6) - (CIP) 200 TON 14.50 _ 2.900.00 203-05 203.06 Muck Excavation (CIP) Regrade Northside Ditchline 2120 1 CY 15.00 LS 12500.66 31 800.00 203-07 Haul and Dispose 100 CY 5.80 _ 580.00 208-01 ').08-02 Erasion Control Sail Retention Blanket 1 LS 7700.00 _ 7.700.00 2970 SY _ 3.90 11,583.00 210-01 210-02 Adjust Vale Boxes Adjust Manholes 4 13 EA 225.00 32 EA �(T 900.00 _ 4 �00 210-03 Modify Manhole 1 EA _750.00 _ 750.00 104-01 Aggregate Base Course (Class 5 or 6) 10" Depth 1145 TON 12.50 14 312. 50 306.01 Reconditioning 13196 SY 2.00 26,370.00 403.01 Hot Bituminous Pavement - Grading S (SHRP Mix) - 5" Depth 3710 TON 34.50 127,995.00 403.02 Asphalt Paver Patching Grading S (3" Depth) 40 TON 00. 00 2.800.00 403-03 Hot Bituminous Pavement - Grading S (SHRP Mix) - 2" Depth YS 50 Ton 45.00 _ _ 2 , 250.00 506-01 7' x 76' Class 12 RipRap, Type 11 Bedding, Topsoil 1 EA 3200.00 00 ,o. 506-02 4' x 9' Class 9 RipRap Pads (CIP per detail) 4 EA 400. 00 _ 1 0 00 803.01 603-02 15" Type N-12 ADS Pipe 15" Class III RCP w/ Pressure Seal 360 LF 2f? - 09_. 10 ORO. 00 603-03 603-04 15"ADS Flared End Section 240 4 LF 'in _ no EA 275.00 __2Y?nil n0 Concrete Encasement 60 _ LF _�1t��00 603-05 603-06 Concrete Encased Joint 24"Class III RCP 4 40-00 EA 200.00 _ I.7nn,00 800.00 603-07 24" Class 111 RCP Flared End Section 140 4 LF 38 00 EA 500.00-, 5, 49n n0 --- 2,0Q11-00 604-01 604-02 15' Type R Inlet 25' Type R Inlet 1 6 EA 3600.00 EA _ 3 600 00 - --j- 604-03 5' Diameter Drop Manhole 3 _�400.00 EA 1 7nn-OQ_ 38.400,00 5, In .-Do 608-01 Attached Concrete Sidewalk-6" 12190 SF 3.15 38,398.50 608-02 Concrete Access Ramps 6" 680 SF 00 3,400.00 608-03 608-04 Painted Landings (5 x5') Raised Asphalt Crosswalk (as per detail) 200 SF 6. 00 1 - 2nil 00 606-05 Non -Shrink Backfill 1 40 EA J_45p- 00 CY -_],y 452X0 -,. 49 _ on _],,grin D0 MAY-07-02 TUE 03:22 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707 P.04/06 Project: Fossil Creek Parkway Improvement Project (Revised) Spec/ltem Number Description Estimated Quantity Unit Unit Cost Item Cost 609-01 609-02 Vertical Curb and Gutter Outfall Curb and Gutter- 18" (at islands) 6285 LF 10.60 66, 621.00 650 LF _ 11. 00 _7 .00 619-01 Fire Hydrant Assembly (6" Water Valve, Lead & Fire Hydrant) 1 EA 2750.00 2. 750.00 as per FCLWD Specs. Subtotal Fossil Creek Parkway Quantities_ $ 525,138.50 Landscaoina Quantities: 2900-01 ropsoil - 60/40 Compost Mix for Medians - 6" Depth 628 CY 18.50 i l 618.00 2900-02 Native Seeding 3 Acre 3900.00 _ , T1100.00 Subtotal Landscaping Quantities: $ 23, 318.00 Miscellaneous Quantities_ 626-01 Contract Bond Mobilization 1 LS 8000.00 6,000.00 630-01 Traffic Control 1 LS 22000.00 ; 2,000, 0 - Dust Control 1 LS 55000.00 55 00n-n0 1 LS 4800,00 _ [,t}00.00 Subtotal Misc. Quantities: $ 89, 800.00 TOTAL CONSTRUCTION COST= $ 638, 256.50 Lafarge West, Inc. CONTRACTOR Aw Steven B. Peterson ADDRESS: 1800 North Taft Hill Road Fort Collins, CO 80521 8. BID SCHEDULE (Base Bid) Please use the attached Bid Schedule when submitting your bid. 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (250) of the total Agreement Price. RESP C FULLY SUBMMIT� � R�L/iG<ZJ�� 4/ 02 Signature Steven B. Peterson Date General Manager, Regional Commarr al Paving Title 00239 ;• License Number (If Applicable) (Se31 Sd is by corp r ticn) Add e s 1800 North Taft Hill Road �F Telephone _(970) 407-3600 7/96 Section 00300 Page 2 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit an_v additional information he desires. 1. Name of Bidder: Don Kehn Construction Inc 2. Permanent main office address: 6550 S. County Rd. 5 Ft. Collins CO 80528 3. When organized: 4. If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 37 Years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. have you ever failed to complete any Work awarded to you? NO If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? NO If yes list agency name. 7/96 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate 'cost of each, and the month and year completed, location and type of construction. Paradise Valley, Estates $L,18,71027 7/01 Grading, Paving, Util Concrete C&G A B Truck Entrance 517,806 2/01 Gradinu Pavin¢ Util, Concrete 12. List your major equipment available for this contract. See Attached List - 13. Experience in construction Work similar in importance to this - projectr Same as above' 14. Background and experience of the principal members of your organization, including officers: „ l5. Credit available: S,As s�gusred• 16. Bank reference: Bank One - Rita Glaser_ Officer 622-7644 17. Will you, upon request,, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes — 18. Are you licensed as a General CONTRACTOR? yes If yes, in what city, county and state? _Ft. on ins. Ch v nn What Class, license and numbers nit, Paving & ConcreteColo-- Wyo. & Neb. 19. Do you anticipate subcontracting Work under this Contract? yes If yes, what percent of total contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time? NO If DETAIL yes, 21. What are the limits of your public liability? DETA?% 1,000 000 each o curan 000 000 nggre ate What company? Travelers Tndemnity Co 22. What are your company's bonding limitations? As Required 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at Ft. Collins this 14th day of May 20-a2. Don Kehn Construction, Inc. Name of Bidder By: D Title: Vice -President State of COLORADO County of LARIMER Dan Kehn being duly sworn deposes and says that he is Vice -President of Don Kehn Construction. Tn and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 144th day of May 20 02• otary Public Carol Kler P. 0. Box 1125 Wellington CO Rn5AQ My commission expires Novamher 27y 2nn3 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractor performing over 10' of the contract. ITEM Landscaping Traffic Control Concrete 7/96 SUBCONTRACTOR Western States Reclamation Carnes Serviceq Section 00430 Page 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned _Don Kenn construction. Inc. as Principal, and employers casualty In mce company as Surety, are hereby held and firmly bound unto the Cit of Fort Collins, Colorado as OWNER, in the sum of $5% of &m Mt Bid------ for the payment of wh ch, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. _ _ THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Constructlon Agreement for the construction of Fort Collins Project, FOSSIL CREEK PARKWAY IMPROVEMENTS PROSECT7 BID No. 5705. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If ,said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER, 7/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this i4th day of May 2002 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Don Kehn Construct on. Inc. Address: Rssp A, County Arad s v,.�r Cnl�ina� m An59A 1__1 By: 4"— Title: U;, , RAA, ATTEST: By:J/ (SEAL) M BVRRTY _BMove.s Mutual Casualty C=V=V P.O. Boa 441098 Florietta K. Acosta Title: —ktt�0=jn-Va,t (SEAL) Section 00410 Page 3 i anies P.O. Box 712 • Des Moines, Iowa 50303 l V V " ' # d G- L U 4 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY, THESE PRESENTS, that: 1. EmployersMutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation S. Union Insurance Company of Providence, an Iowa Corporation ' 7. The Hamilton Mutual Insurance Company, an Ohio corporation 4. Illinois E)NCASCO Insurance Company, an Illinois Corporation hereinafter referred to severally as "Company" and collectively as "Companies', each does by these presents, make, constitute and appoint DONALD E. APPLEBY, GLORIA C. BLACKBURN, FLORIETTA K. ACOSTA, KRISTEN L. MCCORMICK, FRANK C. PENN, KEVIN W. MCMAHON, DILYNN GUERN, PAMELAJ. HANSEN, COURTNEY MORAN, INDIVIDUALLY, DENVER, COLORADO ...................... its true and lawful aHorney,in-tact, with full power and authority conferred to sign, seal, and execute its lawful bonds undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS -` and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed The authority hereby granted shall expire April 1, 2003 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint atlomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the .Company thereto, ;bonds end undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fad at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attachthe seal of the Company thereto, bonds and undertakings, recognizances,: contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall' be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon,a certified Copy of any power -of attemey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed, IN tffl ESSWH©REOF, the e ruary have caused these g Tnts to be signed for each by their officers as shown and th��ett CCC�,orporatevseals -to be hereto affixed this Y IS L / seals s�o irrgo'� ;'PNce co o� ,,�P v a c''• Bruce G. Kelley, Chairman J ffrey S &rdsley �a y of Companies 2, 3, 4, 5 & 6; resident Assistant Secretary of Company 1 Vice Chairman and SEAL a 1863 T' 1953 CEO of Company 7 On thisl2th day of February AD 2001 before me a 1 4ot P oANce tN$0Ba"c Qs ..°rua. 0, Notary Public in and for the State of Iowa personally appeared Bruce G Kelley and Jeffrey S. a • owP0g4 n= >`' PpOga F Brdsley, who, being by me duly sworn, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of ;SEAL x : SEAL = a ; SEAL o ; each of The Companies above; that the seals affixed to this instrument are the seals of said oaK°' e MoiNEs o�`corporations; that said instrument was signed and sealed on behalf of each of the Companies . by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Jeffrey S. Birdsley, as such officers, acknowledge the execution of said instrumerit to be the UT voluntary act and deed of each of the Companies. My Commission Expires September 30, 2003. -Rl1TA KRUMINS ` Commission Number 776255 My Comm. Exp. Sept. 3e. 2003 Notary Public in and for the State of Iowa CERTIFICATE 1, David L Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, end;tNii P9wer of Affornev Issued nursuant thereto on February 12, 2001 are true and Correct and are stilt in full force and effect. Pamela J. Hansen, Courtney Moran In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 1-4*-hday of _ City of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 2 BID #5705 FOSSIL CREEK PARKWAY IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5705 Fossil Creek Parkway Improvements OPENING DATE: May 14, 2002, 3:00 PM (OUR CLOCK) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. THE BID OPENING HAS BEEN CHANGED TO MAY 16, 2002, 3:OOP.M (Our Clock). The Section 00520 has been modified as follows: Article 3 Contract Times Section 3.1 The substantially completed date has been altered to August 16, 2002. Section 3.2 The date upon which liquidated damages start to accrue has been altered to August 16, 2002. III. The Date on which the contractor will be allowed to shift traffic has also been altered from June 10, 2002 to June 3, 2002. To clarify.... The scheduled dates for the project have been altered from June 10 — August 1, 2002 to June 3 — August 16, 2002 If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970- 221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5705 FOSSIL CREEK PARKWAY IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5705 Fossil Creek Parkway Improvements OPENING DATE: May 14, 2002, 3:00 PM (OUR CLOCK) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. On the cover of the contract documents and specifications the opening date has been hereby altered to read: MAY 14, 2002 — 3:00 P.M. (Our Clock) II. In our technical specifications Section 202 shall be revised to include the following. Remove Landscaped Median - The contractor shall be responsible for the removal of approximately 250' of median at Mail Creek Lane to make room for the left turn lane along Fossil Creek Parkway on to North bound Mail Creek. The median removal shall be paid in a lump sum fashion with the removal of three tree stumps and three landscape boulders considered incidental to the work. Section 202.11 is amended in the following manner: 202-09 Remove Landscaped Median — (LS) III. On page 15 of our technical specifications for reconditioning, the following adjustments have been made to section 306.02: The reference to the top 8" has been altered to read the top 10". IV. On page 21 of our technical specifications the following item shall be added to section 403.01: 2" HBP Overlay — This shall consist of constructing one or more courses of HBP Grading S over the milled subgrade surface at Mail Creek Lane. Section 403.05 is amended in the following manner: 403-03 Hot Bituminous Pavement — Grading S (2" Depth) — (TON) V. On page 25 of the technical specifications the following is added to this section. 506-01 7'x75' Class 12 RipRap, Type II Bedding, Topsoil — (EA) — The riprap structure located at Sta. 20+10 RT shall be constructed as a 75' Long x 3' Wide x 215 North Mason Street - 2nd Floor - P.O. Box 580 - Fort Collins, CO 80522-0580 - (970) 221-6775 - FAX (970) 221-6707 7' Deep trench that will be filled with 6.5' of Class 12 riprap. The remaining 0.5' of trench shall be backfilled with topsoil material and compacted to insure thorough settling of topsoil within the rock voids. Care will be taken in the construction of the riprap structure so that the stream bank of Fossil Creek will not be disturbed. VI. On Page 29 of the technical specifications the following description and pay item have been added. Non -Shrink Backfill —also called Flowable Fill or Unshrinkable Fill shall be a Portland Concrete Mix. The Cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150 85, Type 1/II. The minimum 12- hour strength shall be 10-psi and the maximum 28 day strength, 60 psi. The maximum aggregate size shall be one inch (1"). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non -shrink backfill shall be consolidated with a mechanical vibrator. Payment of using non -shrink backfill will be paid for by the cubic yard and only used when required by the engineer. 608.06 is amended in the following manner: 608-05 Non -Shrink Backfill — (CY) VII. The Construction surveying line item has been removed from the plan. To Clarify: The Construction Surveying line item has been altered as followed: Surveying shall be provided to the contractor by The City of Fort Collins. The survey work shall be provided by TST Consulting Engineers. It shall be the responsibility of the contractor to contact TST and arrange for any survey needs. VIII. On the Bid Schedule: 403-01 Hot Bituminous Pavement - Grading S (SHRP Mix) - 5" Depth — The Pay Quantity has been adjusted to reflect the addition of the 2" HBP Overlay. IX. Due to the fact that we have altered the bid schedule with the addition of pay items and the alteration to pay items a new bid schedule has been attached to this addendum. These changes have been highlighted with bold text. Please use the attached bid schedule to determine the bid total. If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970- 221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. SECTION 00300 BID FORM Project: Fossil Creek Parkway Improvement Project (Revised) Bid #5705 Addendum #1 Bid Schedule Spec/Item Number Description Estimated Quantity Unit Unit Cost Item Cost Fossil Creek Parkway Quantities: 202-01 Rototilled Asphalt Pavement 8" Depth 13185 SY 202-02 Removal of Asphalt Mat (Planing) (0-4.5") 960 SY 202-03 Remove Landscape Railroad Ties (6'- 8' long) 50 EA 202-04 Remove Concrete Curb and Gutter 100 LF 202-05 Remove Concrete Spillway 20 SY 202-06 Remove Concrete Retaining Wall 1 LS 202-07 Remove 24" RCP 140 LF 202-08 Plug Manholes 2 EA 202-09 Remove Landscaped Median 1 LS 203-01 Potholing 1 LS 203-02 Topsoil-(stripping,stockpiling,placing) 6" Depth 1175 CY 203-03 Borrow Suitable Fill Material (CIP) R-25 1710 CY 203-04 Borrow ABC (CL 5 or 6) - (CIP) 200 TON 203-05 Muck Excavation (CIP) 2120 CY 203-06 Regrade Northside Ditchline 1 LS 203-07 Haul and Dispose 100 CY 208-01 Erosion Control 1 LS 208-02 Soil Retention Blanket 2970 SY 210-01 Adjust Vale Boxes 4 EA 210-02 Adjust Manholes 13 EA 210-03 Modify Manhole 1 EA 304-01 Aggregate Base Course (Class 5 or 6) 10" Depth 1145 TON 306-01 Reconditioning 13185 SY 403-01 Hot Bituminous Pavement - Grading S (SHRP Mix) - 5" Depth 3710 TON 403-02 Asphalt Paver Patching Grading S (3" Depth) 40 TON 403-03 Hot Bituminous Pavement - Grading S (SHRP Mix) - 2" Depth 50 Ton 506-01 Tx 75' Class 12 RipRap, Type II Bedding, Topsoil 1 EA 506-02 4' x 9' Class 9 RipRap Pads (CIP per detail) 4 EA 603-01 15" Type N-12 ADS Pipe 360 LF 603-02 15" Class III RCP w/ Pressure Seal 240 LF 603-03 15" ADS Flared End Section 4 EA 603-04 Concrete Encasement 80 LF 603-05 Concrete Encased Joint 4 EA 603-06 24" Class III RCP 140 LF 603-07 24" Class III RCP Flared End Section 4 EA 604-01 15' Type R Inlet 1 EA 604-02 25' Type R Inlet 6 EA 604-03 5' Diameter Drop Manhole 3 EA 608-01 Attached Concrete Sidewalk - 6" 12190 SF 608-02 Concrete Access Ramps 6" 680 _ SF 608-03 Painted Landings (5'x5') 200 _ SF 608-04 Raised Asphalt Crosswalk (as per detail) 1 _ EA 608-05 Non -Shrink Backfill 40 _ CY Project: Fossil Creek Parkway Improvement Project (Revised) Spec/Item Di lion Estimated escr Number p Quantity Unit Unit Cost Item Cost 609-01 Vertical Curb and Gutter 6285 LF 609-02 Outfall Curb and Gutter- 18" (at Islands) 650 LF 619-01 Fire Hydrant Assembly (6" Water Valve, Lead & Fire Hydrant) 1 EA as per FCLWD Specs. Subtotal Fossil Creek Parkway Quantities: $ Landscaoino Quantities: 2900-01 Topsoil - 60/40 Compost Mix for Medians - 6" Depth 628 CY 2900-02 Native Seeding 3 Acre Subtotal Landscaping Quantities: $ Miscellaneous Quantities: - Contract Bond 1 LS 626-01 Mobilization 1 LS 630-01 Traffic Control 1 LS - Dust Control 1 LS Subtotal Misc. Quantities: $ TOTAL CONSTRUCTION COST = $ MAY-07-02 TUE 03:11 PM CITY/FT COLLINS, PURCHAS FAX NO, 970 2216707 P.03/06 Project: Fossil Creek Parkway Improvement Project (Revised) Bid #5705 Addendum #1 Bid Schedule Speciitem Estimated Number Description Quantity Unit Unit Cost Rom Cost 202-01 202-02 Rototilled Asphalt Pavement 8" Depth 13185 SY �.:�,2 8174. 70 Removal of Asphalt Met (Planing) (0-4.5") 960 SY 202-03 Remove Landscape Railroad Ties (6, - 8' long) 50 _ EA 17 , 64 5' 882.-0U - 202.04 Remove Concrete Curb and Gutter 100 LF 7.86 202-05 Remove Concrete Spillway 20 SY 19. '8 387. 00 202-06 Remove Concrete Retaining Wall 1 LS 22-63-.35 2263.35 202.07 Remove 24" RCP 140 LF M-19-0Z4.Tit 202-08 Plug Manholes 2 EA 79 28 1 202-09 Remove Landscaped Median 1 LS 2-577 3i7T. 3T-- T 203-01 Potholing 1 LS 2471.15 2471.15 203-02 Topsoil-(stripping,stockpiling,plecing) 6" Depth 1175 CY 6.52 TR1 -00 203-03 Borrow Suitable Fill Material (CIP) R-25 1710 CY TT. -UT-^ 24008.-4'0 203-04 Borrow ABC (CL 5 or 6) - (CIP) 200 TON12.24 2448.00 203-05 Muck Excavation (CIP) 2120 CY 2'� 5465 0 203.06 Regrade Nonhside Dltchline 1 LS 1T�01.90 . 1 1 203-07 Haul and Dispose 100 CY TM-- 7_UT.aT- 208-01 Erosion Control 1 LS 1179.41 1179.41 20M2 Soil Retention Blanket 2970 SY T-.77-- 10 b 210.01 Adjust Val@ Boxes 4 EA 222.00 888.00 210-02 Adjust Manholes 13 EA 307.755E ` 79D=. 210.03 Modify Manhole 1 EA177 77- i601 .6-- 304-01 Aggregate Base Course (Class 5 or 6) 1 0" Depth 1145 TON18.79 21514.55 `28084.05 306-01 Reconditioning 13185 SY 2.13 403-01 Not Bituminous Pavement - Grading S (SHRP Mix) - 5" Depth 3710 TON42.46 157526. 60 403-02 Asphalt Paver Patching Grading S (3" Depth) 40 TON9T=- -3MT. ff" 403-03 Hot Bituminous Pavement - Grading S (SHRP Mix) - 2" Depth do Tone_ -6.50 506-01 Tx 75' Class 12 RipRap, Type It Bedding, Topsoil 1 EA 4812. 00 4812.00 506-02 4' x 9' Class 9 RlpRap Pads (CIP per detail) 4 EA 337-798- 77j"'9"� 603-01 15" Type N.12 ADS Pipe 360 LF 31. 62 11383.20 603-02 15" Class III RCP w/ Pressure Seal 240 LF 6Z. 12 - Tri908-n 603.03 15" ADS Flared End Section 4 EA 1756 - '64.52- 603-04 Concrete Encasement 80 LF 59.'3I-- - - 44-744-. � -6 603-05 Concrete Encased Joint 4 EA 2-27.-65- 97-n-- 603-06 24 "Class III RCP 140 LF 61-.'- 080 " -857 603-07 24" Class III RCP Flared End Section 4 EA __ 1837.64 604-01 15' Type R Inlet 1 EA 4981.61 4981.61 604-02 25'Type R Inlet 6 EA TO.53 45633.1818 604-03 5' Diameter Drop Manhole 3 EA 2078. 01_ 6234 _ 60841 Attached Concrete Sidewalk-6" 12190 SF2.25 27427.50 608-02 Concrete Access Ramps 6" 680 SF 3. 26 2216 80y 608.03 Painted Landings (5'x5') 200 _ SF 3. U5 %30. Oii 608-04 Raised Asphalt Crosswalk (as per detail) 1 EA2S9b. 17- '_�_ . 70 60843 NonShrink Sackful 40 cY6I-. 7- 2471.20 MAY-07-02 TUE 03:11 PM CITY/FT COLLINS, PURCHAS FAX NO, 970 2216707 Project: Fossil Creak Parkway Improvement Project (Revised) P. 04/06 Specatem Number Description Estimated Quantity Unit Unit Cost Item Cost 609-01 Vbrtical Curb and Gutter 6286 LF' $09-02 OutNII Curb and Gutter -18" (at Islands) 650 LF T.-W` _-5TU9 . M 619-01 Fire Hydrant Assembly (6" Water Valve, Lead & Fire Hydrant) 1 EA 7255.07 7255.07 as per FCLWD Specs. - Subtotal Fossil Crook Parkway Quantities: 5 565,917.16 Landscaping Quantities: 2900-01 Topsoil - 60/40 Compost Mix for Medians - 6" Depth 628 Cy 15.73 9878.44 2900-02 Native Seeding 3 Acres + .= Subtotal Landscaping Quantities: 9 13, 922.14 Miscellaneous Quantities: Contract Bond 8838.84 8838.84 626-01 Mobilization 1 1 LS LS 7�b 2 1 �i056 TO 630-01 Traffic Control 1 Ls69357.07 -69357.07 - Dust Control 1 LS 233y. [3_ 2339. zj Subtotal Misc. Quantities: $ 117,585.34 TOTAL CONSTRUCTION COST = i 697,424.64 ="2 Unit No. Vehicle 2104 96 Dakota Conveyor w/Radial Travel 2105 Dakota Conveyor w/o Radial Travel 2106 92 Dakota Feeder 2107 92 Dakota 36"x100' Stacking Conveyor 2108 Channel Frame Phillips 30x3O" Feed Conv. 2108A Homemade Conveyor 2109 Kolberg MDL 271B Screen Plant w/4'x4' E 2110 Kolberg MDL 22 24"x50' Conveyor 2111 Kolberg MDL 30"x50' Conveyor 2112 Kolberg 2-2440 Conveyor 2113 Fabtech Simplicity Screening Plant Conv. 2114 Kolberg Screening Plant MDL 271B 2115 Kolberg Radial Stacking Conv. 30"x50' 2116 Kolberg Hydraulic Conveyor 24"x50' 2117 Simplicity LP140 6120-3 Deck Screen on Fabmaster Tandem Axle Carrier w/4 Under Screen Conveyor 2118 Simplicity LP140 6x20-3 Deck Screen on Ranco Tandem Axle Carrier w/48" Under Screen Conveyor 2119 Simplicity LP 140 6x20-3 Deck Screen on Dakota Carrier #1284 w/48" --Under Screen Conveyor 2120 Thunderbird 5x16 516131161 3-Deck 2121 Spokane — Pioneer MDL2500 Vertical Shag Impact Crusher w/36" Under Conv & CAT 3406TA Engine 2200 Nordberg BP300 Cone Crusher w/Access 2201 CAT 3208 Kato Generator 2202 CAT 3208 Generator — Wash Plant 2203 CAT 3412 Generator 455KW 2204 CAT 3408 Generator 340KW 2205 CAT 3406 Generator 320KW 2206 CAT 3304 Dita Generator 2207 CAT 3412 Generator 455KW 2208 Multi -quip Generator Mitsubishi GD16T 2209 Multi -quip Generator Komatsu S67D105 2210 94 CAT 3412 Generator 545KW 2211 CAT 3412 Generator 455KW 2212 Multiquip Generator DCA125SSJ JD6068' 6 cylinder 150 hp 3101 93 CAT 325 Excavator 3103 89 CAT 235C Excavator 3104 86 CAT 225 Excavator 3105 98 CAT 330B Excavator 3200 CAT 416C LoaderBackhoe 3201 CAT 416B LoaderBackhoe 4x4 2asro2 Unit No. Vehicle 3202 CAT 416B LoaderBackhoe 4x4 3302 CL Beam Aligner System 3303 Topcon Pipe Laser 3PG-L 3401 96 Terex 3066 Articulated Haul Truck 3402 96 Terex 3066 Articulated Haul Truck 3403 98 Terex 3066 Articulated Haul Truck 3404 98 Terex 3066 Articulated Haul Truck 3501 73 CAT 950 Wheel Loader 3502 80 CAT 950 Wheel Loader 3503 79 CAT 966C Wheel Loader 3504 76 CAT 980B Wheel Loader 3505 83 CAT 966D Wheel Loader 3506 Case 1835B Uniloader 3507 Case Skid 1835B Uniloader 3508 95 Case 1845CLoader 3509 87 Case 480 ELL Loader 3511 87 Case 480E 4x4 3512 90 Case 48OF 4x4 3513 CAT IT18B Loader 3514 83 CAT 966D Loader 3515 94 CAT 966F Loader 3516 94 CAT 966F Loader 3517 = CAT IT78G.Leader:• 3518 CAT 98OG Loader 3519 97 Case 570 LXT Loader/Tractor 3520 00 CAT 972G Loader 3521 00 CAT 236 Skidster 3610 70 CAT 955 Loader 4101 CAT 623B Scraper 4102 CAT 623B Scraper 4103 86 CAT 627E Scraper, Rear Pullhook 4104 80 CAT 627B Scraper Push Pull 4105 CAT 627E Scraper Push Pull 4106 CAT 627E Scraper Push Pull - 4108 CAT 613C Scraper - 4302 82 CAT 140G Motor Grader 4303 84 CAT 140G Motor Grader 4304 91 CAT 140G Motor Grader 4305 94 CAT 140G Motor Grader 4306 99 CAT 143H Motor Grader 4601 76 CAT D-3 Dozer 4602 79 CAT D-6 Dozer 4603 78 CAT D-8 Dozer D8K 4604 93 CAT D4 Dozer 134H 4605 95 CAT D8N Dozer 5100 Gorman Rupp 2" Pump 5101 Gorman Rupp 3" Pump l 2/2W2 Unit No. Vehicle 5102 76 Gorman Rupp 4" Pump 5103 77 Gorman Rupp 6" Pump - Salvage 5106 91 Gorman Rupp 3" Pump 5107 Galigher MDL 3VRA/1000 Rubber L 5108 Gorman Rupp 6" Trash Pump w/Wh 5109 Gorman Rupp 6" Trash Pump WWII 6000 97 Con-E-Co Concrete Batch Plant 6001 96 CEI IOHSSS 10,000 gal. Hot Wat 6100 Roto Reclaimer Sand/Rock Separato 6101 Hobart GR3035 Welder 6102 Hobart 353 Welder 6200 97 Kolberg MCL 1814 Wash Plant 6202 Dakota Conveyor 6203 Dakota Conveyor 6204 Dakota Conveyor 6205 Dakota 24CY Surge Bin 6206 Dakota 30"x6O" Lattice Frame Field 6207 Dakota 30"x6O" Conveyor 6208 Dakota Portable Belt Feeder 6601 80 Mack Concrete Truck/Booster 6602 81 Mack Concrete Truck/Booster 6603 82 Mack Concrete Truck 6604 97 Mack RD69,jOS Mixer/Booster 6605 97 Mack RD690S Mixer/Booster 6606 96 Mack RD690S Mixer/Booster 6607 01 Mack Granite Mixer/Booster 6610 96 Oshkosh S-2146 Mixer Truck 6611 95 Oshkosh S-2146 Mixer Truck 6612 94 Oshkosh S-2146 Mixer Truck 6614 94 Oshkosh Mixer Truck 6615 97 Oshkosh Mixer Truck 6700 90 Gomaco GT-6300 6701 Gomaco 30" Verticle Curb Mold w/ 6702 24" Rollover Curb Mold 6703 72" Rollover Sidewalk Mold 6704 48" Sidewalk Mold 6705 24" Rollover Mold 6706 Allen Equip. 32' Concrete Timing 6 7001 82 Barber Green Drum Mixer 7001A 82 Barber Green 3-Bin Cold Feed 7001B 82 Barber Green Scalp Screen 7001C 82 Barber Green Slinger Conveyor 7001D 82 Barber Green Bucket Elevator 7001E 82 Barber Green 60 T Asphalt Stora 7002 CEI Asphalt Storage Tank 7003 Eaton 60T Lime Silo w/Mixer 2/2M2 Unit No. Vehicle 7004 96 Astec Portable 41000 CFM Pulsejet, Ba MDL PBH-41 7005 93 Astec 7' Counterflow Asphalt Mixer 7006 93 Astec Twin 200 ton Silo w/New Genera Auto Computer Truck Scale 7007 93 Astec 4-Bin Cold Feed PC 10124 7008 93 Astec Deister Scalp Screen USX1410 7009 93 Astec/Slinger Conveyor PSS410-60 7010 93 Astec Bag House BBH441515 7011 93 Astec Control House 7012 93 Heatec 30,000 gal. Hot Storage Asphah Rear with 10,000 gal. Diesel Storage Tank Front HE035P 7102 88 Barber Green 225B Paver 7103 92 Barber Green 225B Paver 7104 Layton 8' Spreader Box 7105 92 Entyre Asphalt Curb Machine 7106 Entyre Chip Spreader 7108 Blaw Knox PF5510 Asphalt Paver 7109 01 CAT 1055B Paver 7201 80 Hyster 530A Roller 7202 81 Dynapac CC42A 7203 = CAT 43d'rfandertr holler 7206 84 Hyster 330A Roller 7208 74 CAT 815A Compactor 7209 81 CAT 815B Compactor 7210 Hyster C530A Roller 7211 83 Hyster C350C Roller 7213 Case Plate Compactor 7214 92 Hyster 530A Roller 7215 CAT CP 563 Compactor 7216 Hyster C330B Roller 7218 88 CAT 433B Compactor 7219 Hyster 330 Roller 7220 CAT634C 7221 CAT RS200B 7222 Ingersoll Rand Compactor SD-40F 7502 89 Sweepster Broom Attachment 7503 88 Elgin Eagle Sweeper GMC 7504 77 Elgin Whirlwind 11 Vac Truck 7505 Sweepster Broom IT18B Attachment 7506 Broce Broom RJ-300 7507 88 Vanguard Sweeper V4000SP FMC 7508 97 Johnston Sweeper2V4000 SP 7509 Waldon Broom w/7'6" Myer Snowplow 7510 Waldon Broom 7701 Murphy Cardinal Scale A)t - _ I 2/2W2 Unit No. Vehicle 7702 Murphy Cardinal Scale 303-60PR w/Pi 7703 Chamber Belt Scale 7901 72 Timpte Trailer w/Elec. Switch Gea 7902 68 Fruehauf38' Semi Trailer Switch ( 7903 Brown Van Trailer 18' for 3208 Genei 8001 70 Grove 30T Hydro Crane 8002 80 John Deere 8640 Farm Tractor 8003 Action Compaction Wheel 243LBWU 8005 93 Grizzly Fabric Laying Attachment 8006 93 Ingersoll Rand Air Compressor 8006A 93 Multi -quip Pavement Breaker 8008 Arrow HG1250 Hydraulic Hammer 8009 991R P185 WJO Air Compressor 8009A 99 1R Pavement Breaker 8010 Raygo Gator Soil Stabilizer 8011 John Deere Tractor w/Loader & Bucl 8012 CAT 65D Challenger Tractor 9003 83 Raygo Barcomill 100 9004 90 CAT PR450 Rotomill 75" Cut 9006 CAT PR75 Rotomill 9007 93 CAT PR450C Rotomill 84" Cut 9008 95 CMI PR800-7 Rotomill 102" Cut 9009 97 CMI PR80W_Botomi11.102",Cut 9010 CMI PR275T Rotomill 99 Miscellaneous Equipment Items without a unit number: MBW Rammer 4HP Tamper Multi -quip Plate Asphalt Tamper 1 Laser Plane MOD L35 Nikon AE3M Level 1 General Level Honda EB3500 Honda EB3500 Honda EB3500 Wacker Tamper MK Floor Saw 3406 TA Engine Electrical Switch Generator for Radial Stackei 110V Converter Push Button & Elec. C 1 Laserplane Model L600 Hotsy Power Washer Model 141 OSS 15hp Air Compressor Pump (Grainger) 212&D2 604 Air Breaker Model 160 Spectra -Precision Paver System/CAT 1055B Deep Well Pump (Grainger) 2 -CAT Pallet Fork Carriage Concrete Plant Pump (Powder Unloader) CAT Forks for 236 Skidster CAT H63 Breaker for 236.Skidster 2001 MSE 6000-Gal. Water Tank for Terex 3066 CMI Fine Head Mandril fits CMI 800-7 536185 CMI Fine Head Mandril fits CMI 800-7 536222 Case Forks for 570XT 2 — 1' Screed Extensions for Blaw Knox 2001 Multiquip Plate Asphalt Tamper 2003 Multiquip Plate Asphalt Tamper . 2 — Segmented Mud Drivers for CAT 65D 2' Mandril for CAT450B 60" 2.5M Mass Excavator Bucket fits CAT 235C 86" Rear Door fits Cf.Lt 536185 CAT 235C & 330B Buckets 9W 8452 Tooth 8E 6359 Retainer 6Y 2527 Pin .-.y -T-S., a 1l .. MW2 2nM2 Unit Unit No. Vehicle No. Vehicle 1001 83 Fruehauf Utility Van Trailer 1603 73 GMC 1T W Welder 1002 80 Great Dane Dry Van Trailer 1605 79 Ford Flatbed L-700 1102 91 Ranco Belly Dump Trailer 1606 89 Ford Superduty F450 1103 91 Ranco Belly Dump Trailer 1607 90 Ford Superduty F450 1104 91 Ranco Belly Dump Trailer 1608 91 Mack Fuel Track, Maintainer Sery 1201 74 Hobbs Dump Trailer 1609 89 Ford F-350 Flatbed 1202 98 Heil Pneumatic Trailer 1611 96 GMC Topkick Truck 1205 85 Fruehauf Dump Trailer Alumir 1614 97 GMC Topkick MDLC-6500 1206 85 Fruehauf End Dump Trailer A 1615 99 Ford Service Truck F450 1207 98 Ranco Rock Trailer 1704 74 Peterbilt Water Truck 1301 82 Trail King Loboy Trailer 1705 73 Mack Water Truck 6x6 1302 76 CNfl Load King Loboy Trailer 1706 74 Mack Water Truck 1303 82 Trail King Jeep 1707 66 Mack Water Truck 1304 82 Trail King Loboy Trailer 1708 80 Ford Water Truck —1305 " 82 Trail King Booster 1709 91 GMC Water Trk Top Kick :Qeirr 1': 1306 85 Eager Beaver Folder 20T Trait 1710 94 GMC Water Trk TC711064 Topkicl 1307 84 Flat Iron Homemade Trailer 1810 82 Chevrolet Il2T P/U 4x4 1310 92 CMI 603DD 60T Load King Ti 1811 84 Chevrolet IRT P/U 4x4 1311 92 CNff Load King Booster 1814 85 Dodge D350 IT P/U 1312 93 CMI Load King Trailer 1816 84 Ford % T P/U 1313 97 Landoll Trailer 1817 87 Ford F150 1/2T P/U 1314 00 Landoll LT1016 Trailer 1819 88 Chevrolet I/2T P/U 4x4 1401 79 IHC Tractor 1820 ' 89. Fora 1/2T P/U 4x4 (Chet') 1403 74 Peterbilt Tractor 1821 89 Ford Ranger S. P/U 1406 77 Mack Tractor 1822 90 Ford F250 P/U 1407 90 Mack Tractor 1823 91 Ford rl50 P/U 4x4 1408 85 Mack Tractor 1824 91 Ford F250 P/U 1409 85 Mack Tractor 1825 89 Ford F250 P/1J 1410 85 Mack Tractor 1827 92 Ford F150 P/U 4x4 1411 92 Kenworth Tractor 1828 93 Ford F150 P/U 40 1/2T 1412 94 Kenworth Tractor 1829 91 Ford Ranger P/U 1501 92 Mack Tandem Dump 1830 96 Ford F350 P/U 4x4 1502 92 Mack Tandem Dump 1831 97 Ford F150 P/U 4x4 1503 81 Mack Tandem Dump 1832 97 Ford F150 P/U 4x4 (Chey) 1504 81 Mack Tandem Dump 1834 99 Ford F250 P/U 4x4 1505 73 Mack Tandem Dump 1835 99 Ford F250 3/4T P/U 1506 77 Mack Tandem Dump 1836 99 Ford F150 P/U 1507 79 Mack Tandem Dump 1837 99 Ford F250 P/U 1508 79 Mack Tandem Dump 1901 83 Mack Distributor Truck 1509 79 Mack Tandem Dump 1903 81 Ford C8000 Distributor Truck 1510 77 Mack Tandem Dump 1904 00 Freightliner Distributor Truck 1511 93 Mack Tandem Dump 2001 94 Eagle Vision 1512 93 Mack Tandem Dump 2002 94 Mercury Topaz 1514 93 Mack Tandem Dump 2100 Nordberg MDLHP 400SX Port Crushes 1515 96 Mack Tandem Dump 2101 Nordberg Carrier, Dakota 1516 00 Mack Tandem Dump 2102 Kolberg MDL124-60 Conveyor 1601 80 IHC 2-1/2T Service Truck 2103 Universal Crusher Portable Jaw