Loading...
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