HomeMy WebLinkAboutRESPONSE - BID - 5767 LEMAY AVENUE WIDENING PROJECT (14)SECTION 00300
BID FORM
PROJECT: LEMAY AVENUE WIDENING PROJECT; BID NO. 5767
Place Fort Collins, CO
Date March 11, 2003
1. In compliance with your Invitation to Bid dated February 10, 2003
and subject to all condition thereof, the undersigned
Don Kehn Constrnrfinn, Tnc- a ** Corporation Limited Liability Company,
Partnership, Joint Venture, or Sole Proprietor)** 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 Five Percent ($
5% ) in accordance with the Invitation To Bid and
Instructions to Bidders.
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:
Employers Mutual P. 0. Box 441098 Aurora, CO 80044
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.l
through 1
7/96 Section 00300 Page 1
I i21 /03
Unit
No. Vehicle
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 140E Motor Grader
4306 99 CAT 143H Motor Grader
4307 CAT 14H Motor Grader
4601 76 CAT D-3 Dozer
46n2 79 CAT D 6 Dozer
4603 78 CAT D-8 Dozer D8K
4604 93 CAT D-4 Dozer D4H
4605 95 CAT D8N Dozer
5100 Gorman Rupp 2" Pump
5101 Gorman Rupp 3" Pump
5102 76 Gorman Rupp 4" Pump
5103 77 Gorman Rupp 6" Pump - Salvage
5106 91 Gorman Rupp 3" Pump
5107 Galigher MDL 3 VRA/1000 Rubber Lined Pump
5108 Gorman Rupp 6" Trash Pump w/Wheels
5109 Gorman Rupp 6" Trash Pump w/Wheels
6000 97 Con-E-Co Concrete Batch Plant
6001 96 CEI 1 OHSSS 10,000 gal. Hot Water Tank
6100 Roto Reclaimer Sand/Rock Separator MdlHRR 13
6101 Hobart GR3035 Welder
6102 Hobart 153 Welder
6200 97 Kolberg MCI, 1814 Wash Plant
6202 Dakota Conveyor
6203 Dakota Conveyor
6204 Dakota Conveyor
6205 Dakota 24CY Surge Bin
6206 Dakota 30"00" Lattice Frame Field Conveyor
6207 Dakota 30"x60" 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 RD690S Mixer/Booster
6605 97 Mack RD690S Mixer/ -Booster
6606 96 Mack RD690S Mixer/Booster
6607 01 Mack Granite Mixer/Booster
6610 96 Oshkosh 5-2146 Mixer Truck
6611 95 Oshkosh 5-2146 Mixer Truck
6612 94 Oshkosh S-2146 Mixer Truck
6614 94 Oshkosh Mixer Truck
6615 97 Oshkosh Mixer Truck
6700 90 Gomaco GT-6300
1121103
Unit
No. Vehicle
6701 Gomaco 30" Verticle Curb Mold w/l2" Blockout
6702 24" Rollover Curb Mold
6703 72" Rollover Sidewalk Mold
6704 48" Sidewalk Mold
6706 Allen Equip. 32' Concrete Timing & Cure Machi
7001 82 Barber Green Drum Mixer
7001 A 82 Barber Green 3-Bin Cold Feed
7001B 82 Barber Green Scalp Screen
7001 C 82 Barber Green Slinger Conveyor
7MID 47 Barber Green Bucket Elevator
7001E 82 Barber Green 60 T Asphalt Storage Silo
7002 CEI Asphalt Storage Tank
7003 Eaton 60T Lime Silo w/Mixer
7004 96 Astec Portable 41000 CFM Pulsejet, Baghouse
MDL PBH-41
7005 93 Astec 7' Counterflow Asphalt Mixer
7006 93 Astec Twin 200 ton Silo w/New Generation
Auto Computer Truck Scale
7007 93 Astec 4-Bin Cold Feed PC 1012-4
7008 93 Astec Deister Scalp Screen USX 1410
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 Asphalt Tank
Rear with 10,000 gal. Diesel Storage Tank
Front RE035P
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 434 Tandem Roller
7206 84 Hyster 330A Roller
7207 0I CAT 434C Compactor
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
1121103
Unit
No. . Vehicle
7219 Hyster 330 Roller
7220 CAT634C
7221 CAT RS200B
7222 95 Ingersoll-Rand Padfoot Compactor SD-40F
7223 CAT PS200B
7224 CAT CB 434C Roller
7502 89 Sweepster Broom Attachment
7503 88 Elgin Eagle Sweeper GMC
7504 77 Elgin Whirlwind II Vac Truck
7505 Sweenster Broom IT18B Attachment
7506 Broce Broom RJ-300
7507 88 Vanguard Sweeper V4000SP FMC
7508 97 Johnston Sweeper 2V4000 SP
7509 Waldon Broom w/7'6" Myer Snowplow
7510 Waldon Broom
7701 Murphy Cardinal Scale
7702 Murphy Cardinal Scale 303-60PR w/Printer
7703 Chamber Belt Scale
7901 72 Timpte Trailer w/Elec. Switch Gear
7902 68 Fruehauf 38' Semi Trailer Switch Gear
7903 Brown Van Trailer 18' for 3208 Generator Set
8001 70 Grove 10T Hydro Crane
8002 80 John Deere 8640 Farm Tractor
8003 Action Compaction Wheel 243LBWLOCF261
8005 93 Grizzly Fabric Laying Attachment
8006 93 Ingersoll Rand Air Compressor
8006A 93 Multi -quip Pavement Breaker
8008 Arrow HG1250 Hydraulic Hammer
8009 99 IR P185 WJO Air Compressor
8009A 99 1R Pavement Breaker
8010 Raygo Gator Soil Stabilizer
8011 John Deere 4400Tractor w/Loader/Bucket/Mower
8012 CAT 65D Challenger Tractor
8014 02 John Deere 210LE Grading 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 PR800-7 Rotomill 102" Cut
9010 CMI PR275T Rotomill
99 Miscellaneous Equipment
1121101
Items without a unit number:
MBW Rammer 4HP Tamper
Multi -quip Plate Asphalt Tamper
I Laser Plane MOD L35
Nikon AE3M Level
I General Level
Honda EB3500
Honda EB3500
Honda EB3500
Wacker Tamper
MK Floor Saw
3406 TA Ergire
Electrical Switch Generator for Radial Stacker,
I I OV Converter Push Button & Elec. Cabinets
1 Laserplane Model L600
Hotsy Power Washer Model 1410SS
15hp Air Compressor Pump (Grainger)
60# 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 Tank
CMI Fine Head Mandril fits CMI 800-7 536185
CMI Fine Head Mandril fits CMI 800-7 536222
Case Forks for 570XT
2 — F 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 CMI 536185
CAT 235C & 330B Buckets
9W 8452 Tooth
8E 6359 Retainer
6Y 2527 Pin
AE-9 Action Rock Box (9-cyard Bedding Box) 6'x 18'x49
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
ITEM
SUBCONTRACTOR
7/96 Section 00430 Page 1
T
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned
Don Kehn
Consul uinn� T., as Principal, and F.mnlnveTc hhi_�,�1 Ca$Ualty Company as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
as OWNER, in the Sum of $ 9% of Bid---------- for the payment of which, 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 Construction Agreement for the construction of
Fort Collins Project, AVENUE WIDENING PROJECT; BID No, 5767.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid 5ha11 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 ;nay 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 0041C Page 1
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this I1th day Of March , 2003 f and such of them as are
corporations have Caused their Corporate seals to be hereto affixed and these
above.
presents to be signed by their proper officers, the day and year first set forth
PRINCIPAL
Name: Don Kehn Construction, Inc.
Address: 6550 S. County Road 5
Fort ('nl7 — 4 C-- -----
BV: \( n -
Title: U k c. V-"k
ATTEST:
By.- p� i
(SEAL)
7/96
SUMTY
Employers Mutual Casualty Company
P.O. Box 441098
Auro a CO 80044
Florietta Acosta
Title! _ _ Attorney -In -Fact
(SEAL)
Section 00410 Page 2
EMC Insurance Companies
102
P.O. Box 712 6 Des Moines, Iowa 50303 �' T
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual 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
3. Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation
4. Illinois EMCASCO 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 ACOSTA, KRISTEN L. MCCORMICK, FRANK C. PENN,
KEVIN W. MCMAHON, DILYNN GUERN, PAMELAJ. HANSEN, INDIVIDUALLY, DENVER, COLORADO............................................................
its true and lawful attorney -in -fact, 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 „Pill I, cuua 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 attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact 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 attach the 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 -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed.
IN WIITNESS WHEREOF, the �o panies have caused these resents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
-12 h -_ day of _ Fe%ruary �ODi
Seals-�--
Bruce G. Kellexy-
airman
.........
ws "c ro,,,, `,.,v R,^„ -- Jeffrey S. Birdsley
ems° , , Aa2•. QPN... of P� , ,.,J of Companies 2, 3, 4 5 & 6, resident Assistant Secretary
"E oaa
of Company 1; Vice Chairman and
CEO of Company 7
SEAL `3:o: 1$63 - 1953 p y
�� - =,
NO
On this12th day of February AD 2001 before me a
o Nauaan�F �rNsuRgno Al Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Jeffrey S.
Birdsley, 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 SEAL __ ;,; SEAL =
each of The Companies above, that the seals affixed to this instrument are the seals of said
corporations; that said instrument was signed and sealed on behalf of each of the Companies
rOWA'•.°Ain oPxq`�.: ]qp IN ES, O��;.
•"'•--,,,,,,,,,,�',,,,,,,,,,,,,• �• •.,,,,,,,,,, by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and
TU Jeffrey S. Birdsley, as such officers, acknowledge the execution of said instrument to be the
�MUTUgx voluntary act and deed of each of the Companies.
�p a My Commission Expires September 30, 2003.
RUTA KRUMINS
y o Commission Number 176255 G4 T
'�'U6Px0 My Comm. Exp. Sept.30.2003
Anon Notary Public in and for the State of Iowa
CERTIFICATE
I, 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, Bind th s P er of Attor iss ed Murs ant the to on _ February 12, 2001
on behalf of onaid , ppleby, ���ria �, elackeburn, ��onetta Acosta-, Kns en . c ormlc , ran . enn, Kewn�fvrcM-ahon; - -- - -
are true and correct and are still in full force and effect.Dilynn Guern, Pamela J. Hansen
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 17 thday of March_2003
ADDRESS:
8. BID SCHEDULE (Base Bid)
Don Kehn Construction, Inc.
CONTRACTOR
BY: f�
Vice -President
6550 South County Road 5
Ft. Collins. CO 80528
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.
RESPECTFU`L�LY` SUBMITTED:
March 11, 2003
Signature Date
Vice -President
Title
a License Number (If Applicable)
(Seale- if Bid is by corporation)
A-ft e s t :
r
Address 6550 South County Road
Ft. Collins, CO 80528
Telephone (970) 22
7/96 Section 00300 Page 2
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
EM V
Insurance Companies
FEBRUARY 14, 2003
Dear Policyholder,
Re: 2002 Federal Terrorism Risk lnsuranco Act
P.O. Box 441088
Aurora. CO 80044-10N
Phone 303,696.0760
FAX 303.696.0633
YhWf.CniCirqumnOe.COm
The Coverage Part(s)/Policy(ies) listed below cover certain losses caused by terrorism. In accordance
with the federal Terrorism Risk. Insurance Act of 2002, we are required to provide you with this notice
disclosing the portlon of your premium, if' any, attributable to the coverage for terrorist acts certified
under that act.
DISCLOSURE OF PREMIUM
See below for the portion of your premium attributable to coverage for terrorist acts cettlfled under thin act_
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES
The United States Department of Treasury will pay a share of terrorism losses insured under the federal
program. The federal share equals 90% of that portion of the amount of such insured losses that
exceeds the applicable Insurer retention,
Terrorism Charge by Policy Number
waived
Please contact your agent or EMC Branch Office for further details.
Sincerely,
Roger L. Ford, CPCU, AIM
Resident Vice President & Branch Manager
Empleyem Mmual Ceswlly Company EN C Reinaurance Company Fwm and City Insurance Company
Empioyars Madam Life Company EMC Risk Services, Inc. Mammon Mutual Insurance Compwy
EMCASCO Insurance Company EMC Undervwilera, LLC Illinois EWA= Insurance Company
eMC Property S Casuatty Company Ookote Fire Insumnce Compeny Union Insurance Company of Providence
** TOTAL
PRGE.02 **
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 any additional
information he desires.
1. Name of Bidder: Don Kehn Construction Inc
2. Permanent main office address: 6550 So. County Road 5 Fr_ rn11�s�CO 80528
3. When organized: 1965
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? 38
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
Delhur Industries 238,701.00 9/03 _
_Phipps Construction 97,800.00 7/03
Alliance Construction 40,830.00 4/03
7. General character of Work performed by your company:
Earthwork, Asphalt Paving, Utilities, Rotomilling and Concrete
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 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.
Larimer Co. Rd. 5 $385,523.00 Larimer Co. Grading, paving & Util. 8/02
Greeley Schools 907,758.00 Greeley Grading,paving,mil ing oncrete
Paradise Valle - 1 187 027.00 Berthoud Grd ,paving, util.
6 O1
12. List your major equipment available for this contract.
SEE ATTACHED LIST
13. Experience in construction Work similar in importance to this
project:
Same as #11
14. Background and experience of the principal members of your organization,
including officers:
Don Kehn, President 38 Years Highway & Heavy Construction
Dan Kehn, Vice-Pres. 27 Years Highway & Heavy Construction.
15. Credit available: $ As Required.
16. Bank reference: Bank One - Ft. Collins Rita Glaser, Officer.
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. Collins Wyo. & Colo. What
class, license and numbers?_HYiliYies, paying, earthwork & Concrete
19. Do you anticipate subcontracting Work under this Contract? Yes
If yes, what percent of total contract? 25%
and to whom?
20. Are any lawsuits pending against you or your firm at this time? NO
If
DETAIL yes,
7/96 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
$1,000,000.00 per occurance/ $2,000,000.00 Aggregate Total
What company?
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 Fort Collins this llth day of March 2003•
Don Kehn Construction, Inc.
Name of Bidd
By: 2,Gt.`A—i
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, Inc. 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 llth day of
March // t 20 03•k[//
-Notary Public
My commission expires November 27, 2003
7/96 Section 00420 Page 3
112 i iO3
Unit
No. Vehicle
1001 83 Fruehauf Utility Van Trailer
1002 80 Great Dane Dry Van Trailer
1102 91 Ranco Belly Dump Trailer
1103 91 Ranco Belly Dump Trailer
1104 91 Ranco Belly Dump Trailer
1201 74 Hobbs Dump Trailer
1202 98 Heil Pneumatic Trailer
1205 85 Fruehauf Dump Trailer Aluminum
1206 85 Fruehauf End Dump Trailer Aluminum
1207 98 Ranco Rock Trailer
1301 82 Trail King "boy Trailer
1302 76 CMI Load King Loboy Trailer
1303 82 Trail King Jeep
1304 82 Trail King Loboy Trailer
1305 82 Trail King Booster
1306 85 Eager Beaver Folder 20T Trailer
1307 84 Flat Iron Homemade Trailer
1310 92 CMI 603DD 60T Load King Trailer
1311 92 CMI Load King Booster
1313 97 Landoll Trailer
1314 00 Landoll LT1016 Trailer
1315 02 Trail King Trailer
1401 79 IHC Tractor
1403 74 Peterbilt Tractor
1406 77 Mack Tractor
1407 90 Mack Tractor
1408 85 Mack Tractor
1409 85 Mack Tractor
1410 85 Mack Tractor
1411 92 Kenworth Tractor
1412 94 Kenworth Tractor
1501 92 Mack Tandem Dump
1502 92 Mack Tandem Dump
1503 81 Mack Tandem Dump
1504 81 Mack Tandem Dump
1505 73 Mack Tandem Dump
1506 77 Mack Tandem Dump
1507 79 Mack Tandem Dump
1508 79 Mack Tandem Dump
1509 79 Mack Tandem Dump
1510 77 Mack Tandem Dump
1511 93 Mack Tandem Dump
1512 93 Mack Tandem Dump
1514 93 Mack Tandem Dump
I515 96 Mack Tandem Dump
1516 00 Mack Tandem Dump
1517 03 Mack Tandem Dump
1/21/03
Unit
No. Vehicle
1518 03 Mack Tandem Dump
1601 80 IHC 2-1/2T Service Truck
1603 73 GMC 1T W Welder
1605 79 Ford Flatbed L-700
1606 89 Ford Superduty F450
1607 90 Ford Superduty F450
1608 91 Mack Fuel Truck, Maintainer Service Body
1609 89 Ford F-350 Flatbed
1610 94 GMC Service Truck
1611 96 GMC 'r pkick Truck
1612 93 Freightliner Service Truck
1614 97 GMC Topkick MDLC-6500
1615 99 Ford Service Truck F450
1704 74 Peterbilt Water Truck
1705 73 Mack Water Truck 6x6
1706 74 Mack Water Truck
1707 66 Mack Water Truck
1708 80 Ford Water Truck
1709 91 GMC Water Trk Top Kick Klein Tank
1710 94 GMC Water Trk TC7H064 Topkick Evergreer
1810 82 Chevrolet 1/2T P/U 4x4
1811 84 Chevrolet 1/2T P/U 4x4
1814 85 Dodge D350 IT P/U
1816 84 Ford '/< T P/U
1817 87 Ford F150 1/27F P/U
1818 88 Chevrolet 1/2T P/U 4x4
1820 89 Ford 1/27F P/U 4x4 (Chey)
1821 89 Ford Ranger S. P/U
1822 90 Ford F250 P/U
1823 91 Ford F150 P/U 4x4
1824 91 Ford F250 P/U
I S25 89 Ford F250 P/U
1826 92 GMC P/U
1827 92 Ford F150 P/U 4x4
1828 93 Ford F150 P/U 4x4 1/2T
1829 91 Ford Ranger P/U
1830 96 Ford F350 P/U 4x4
1831 97 Ford F150 P/U 4x4
1832 97 Ford F150 P/U 4x4 (Chey)
1834 99 Ford F250 P/U 4x4
1835 99 Ford F250 3/4T P/U
1836 99 Ford F150 P/U
1837 99 Ford F250 P/U
1838 02 GMC 2500 P/U
1839 02 Ford F250 P/U
1901 83 Mack Distributor Truck
1903 81 Ford C9000 Distributor Truck
ir2F03
Unit
No. Vehicle
1904 00 Freightliner Distributor Truck
2001 94 Eagle Vision
2002 94 Mercury Topaz
2100 Nordberg MDLHP 400SX Port. Crusher
2101 Nordberg Carrier, Dakota
2102 Kolberg MDL124-60 Conveyor
2103 Universal Crusher Portable Jaw
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 271 B Screen Plant w/4'x4' Dbl. Deck
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 6x20-3 Deck Screen on
Fabmaster Tandem Axle Carrier w/48"
Under Screen Conveyor
2118 Simplicity LP140 6x20-3 Deck Screen on
Ranco Tandem Axle Carrier w/48"
Under Screen Conveyor
2119 Simplicity LP140 6x20-3 Deck Screen on
Dakota Carrier # 1284 w/48"
Under Screen Conveyor
2120 Thunderbird 5x16 516D1161 3-Deck
2121 Spokane— Pioneer MDL2500 Vertical Shaft
Impact Crusher w/36" Under Conveyor
& CAT 3406TA Engine
2122 30"x60' Field Conveyor
2123 24"x50' Field Conveyor
2124 JCI 6'x20' Three Deck Screen
2125 Custombuilt 36"x34' Field Conveyor
2126 95 IMCE 30"x50' Stackable Field Conveyor
2200 Nordberg FW300 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
112l103
Unit
No. Vehicle
2208 Multi -quip Generator Mitsubishi GD16T
2209 Multi -quip Generator Komatsu S67D 105
2210 94 CAT 3412 Generator 545K W
2211 CAT 3412 Generator 455KW
2212 Multiquip Generator DCA 125SSJ JD6068TF
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 Loader/Backhoe
3201 CAT 416D Loader/Backhoe 4x4
3202 CAT 416B Loader/Backhoe 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
3404A 6000 Gal. 2001 MSE Water Tank
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 00 CAT 966G Loader 3500 Series
3506 Case 1835B Uniloader
3507 Case Skid 1835B Uniloader
3508 95 Case 1845C Loader
3509 87 Case 480 ELL Loader
35l l 87 Case 480E 4x4
3512 90 Case 480F 4x4
3513 CAT IT18B Loader
3514 83 CAT 966D Loader
3515 94 CAT 966F Loader
3516 94 CAT 966F Loader
3517 CAT IT28G Loader
3518 CAT 980G Loader
3519 97 Case 570 LXT Loader/Tractor
3520 00 CAT 972G Loader
3521 00 CAT 236 Skidster
3522 02 CAT FF28G Loader
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