Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5826 CITY PARK MOSS ROCK WALL (5)SECTION 00300 BID FORM PROJECT: CITY PARK MOSS ROCK WALL; Bid No. 5826 Place -o*Lc--q�<o_t Go Date /Z �y r 1. In compliance with your Invitation to Bid dated and subject to all conditions thereof, the ' undersigned TX:k6 440LQ }L q.Le-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 F/t�� �'IEt2G i o� —,44f- -r-T� 6kD N&wu� ($ �I ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. 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: 0—: M-k-,TUPP -T�ls A. 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. through. 7/96 Section 00300 Page 1 TECHNOLOGY CONSTRUCTORS INCORPORATED 13. Entity Name City of Arvada T2 Construction for C Similar construction experience. Contact Name Project Name Completion Contract Amt$ Date Phone# Brief Description of Work Jeff Simmons Mann Theater and Flour Mill Connections 12/30/97 $272,743.01 303-431-3020 Concrete curb,gutter,sidewalks,railing, brick faced retaining wall Jeff Simmons City Entrance Sign 03/14/98 $41,363.77 303-431-3020 Concrete footings for stone faced wall and curb City of Littleton Phil Swaim Denver & Rio Grande Western Depot 01/10/99 $245,908.96 303-795-3863 Move historic bldg to park on new founation and misc site improvements Regional Transportati J.C. Hendrix Bergen Park-N-Ride 07/30/99 $684,046.34 303-628-9000 Concrete curb, gutter, sidewalk, pavement, dry stack wall City of Lakewood Rick Baldessari Fox Hollow Storage Bins 02/18/99 $39,713.94 303-987-7809 Concrete bins Regional Transportati J.C. Hendrix Reconfiguration Civic Center Fountain 05/20/00 $273,917.68 303-628-9000 Concrete and stone fountain, curbs City of Littleton David Flaia World War II Memoral 11/03/00 $281,560.02 303-795-3766 Concrete walks, curb, stone covered walls, prefab concrete Greenwood Village, C Rich Weyman 2000 Capital Improvement Program -Orchard 08/15/01 $1,507,356.92 Rd Traffic Calming 303-708-6137 Concrete curb, gutter, sidewalk, pavement, pattened concrete median CO Dept of Transport Mark Straub, rI.E. Dumont Port of Entry 10/25/01 $374,744.47 303-988-5z'74 Scale pit, concrete pavement City of Black Hawk Philo S. Shelton, P.E. Gregory Streetscape 01/18/02 $268,454.46 303-582-13? 1 Concrete curb, gutter, sidewalk, pavement, colored patterned concrete, wall City of Glendale Robert Taylor Dahlia Street Landscaped Median Project $95,330.86 (303) 639-4501 Concrete colored patterned raised median, curb, gutter, sidewalk, pavement South Suburban Park Robyn Bartling Bega Park Site Improvements $75,431.80 (303) 798-5131 Earthwork, colored concrete, concrete design work(world map) prequatA c} r .WAI_ CT.. UNIT n • RRVRDR, CO 80002 • (303) 431-2961 • (303) 431-0091 Fox CiiTECHNOLOGY CONSTRUCTORS INCORPORATED 14. Qualifications of Management PRESIDENT: Richard Lee 5636 Kendall Court Arvada, CO 80002 (303) 431-2961 Employment with Technology Constructors, Inc. since June 1, 1978 Degree: Bachelor of Science in Civil Engineering The State University of New York, Buffalo Graduated 1976. Certifications/Training: Class B License - Supervisor for Building Construction City & County of Denver Journeyman Drainlayer City and County of Denver Excavations and Confined Space Erosion Control Current responsibilities with Technology Constructors, Inc. include: 1. Overall company operations (a) Relationship with bonding & insurance company (b) Relationship with banker (c) Other relationships vital to Technology Constructors, Inc.'s.operation (d) Company policy and procedures (e) Company budgets 2. Office operations 3. Oversee contracting (a) Preparation of bid (b) Preparation of subcontracts (c) Negotiations (d) Purchase of major material items (e) Compilation of job cost control information Experience prior to Technology Constructors, Inc. In the Denver area, Richard Lee worked as an Estimator and Project Manager for a small commercial construction company involved with: windmill tower erection, waste water treatment plant construction, diversion dam construction, park construction, commercial building, and commercial remodeling. He also worked as a Design Engineer for an engineering firm. Prior to graduation, he worked summers and part time as an electrician's helper, sheet -metal worker, and general laborer. 5636 KENDRL_ CT., UNIT n • RRVRDR, CO 80002 • (303) 431 -2961 • (303) 431-0091 Fox TECHNOLOGY CONSTRUCTORS INCORPORATED VICE PRESIDENT: Mark DeMane 5636 Kendall Court Arvada, CO 80002 (303) 431-2961 14. Qualifications of Management Employment with Technology Constructors, Inc. since June 1, 1978 Degree: Bachelor of Science in Civil Engineering The State University of New York, Buffalo Graduated 1976. Certifications/Training: Traffic Control Supervisor Excavations and Confined Space Current responsibilities include: 1. Overall project management (a) Scheduling of work crews, equipment, materials, and subcontractor (b) Administration of job cost budgets(c) supervision of all field personnel (d) Supervision of all field construction activities (e) Procurement of field construction equipment (f) Supervise all equipment maintenance Experience prior to Technology Constructors, Inc. In the Denver area, Mark DeMane worked as a Project Superintendent for a small commercial construction company involved with: windmill tower erection, wastewater treatment plant construction, diversion dam construction, park construction, commercial building, and commercial remodeling. He also worked as a Design Engineer and Field Inspector for an engineering firm. Prior to graduation, he worked summers and part-time in various trades as: iron worker, equipment operator, and general laborer. 5636 KENDRU_ CT., UNIT R • RRVRDR. CO 80002 • (303) 43 1 -2961 • (303) 431-0091 Fox TECHNOLOGY CONSTRUCTORS INCORPORATED SUPERINTENDENT: 14 Rudy R. Martinez Qualifications of Superintendent Employment with Technology Constructors, Inc. since August 27, 1989 Certifications/Train ing Current responsibilities include: Trench Shoring Work Site Traffic Supervisor Erosion Control Rough Terrain Forklift Safety 1 st Aide Project supervision (a) Scheduling of work crews, equipment, materials, and contractors for on site work (b) Supervise job site personnel (c) Supervision of job site construction activities Experience prior to Technology Constructors, Inc. Rudy R. Martinez has worked in construction since 1970. Worked as a union laborer from 1970 -1974, carpenter and carpenter foreman from 1974-1986, cement finisher from 1984-1989. He has worked in the capacity of superintendent for TCI since 1992 on various size projects from $25,000 to over $1,500,000. 5636 KENDR1,1- CT , UNIT R • nnVRDR. CO 80002 • (303) 431 -2961 • (303) 431 -0091 Fox TECHNOLOGY CONSTRUCTORS INCORPORATED 14. Qualification of Estimator/Project Manager ESTIMATOR/PROJECT MANAGER: Edward R. Callejo Employment with Technology Constructors, Inc. since April 1, 2001 Degree: Bachelors of Science Degree in Construction Management Colorado State University Graduated 1982 Certifications/Training: Supervisor Certification — City of Aurora Current responsibilities with Technology Constructors, Inc. include: 1. Estimating (a) Preparation of bid (b) Preparation of subcontracts 2. Project Management (a) Preparation of bid for contract changes (b) Purchase of major material items for jobs Experience prior to Technology Constructors, Inc. K.E.C.I. Colorado, Inc. February 1985 — February 2000: Project Manager/Estimator February 2000 — March 2001: Vice President Responsible for site work municipality contracts throughout the state of Colorado. Took on projects as a general contractor in the areas of intersection improvements, short span bridges, concrete box culverts and roadway improvements. As a subcontractor, the responsibilities were to bid and oversee traffic control, permanent signing and concrete flatwork contracts. El Paso Asphalt January 1984 — January 1985: Estimator Responsible for bidding paving projects in the Colorado Springs area. Colorado Dept. of Transportation: March 1983 — September 1984: Engineers Aid Preparing cost estimates for projects under $500,000.00. 5636 KENDALL CT., UNIT R • ARVRDA, CO 80002 • (303) 431 2961 • (303) 431 -0091 Fox 21. What are the limits of your public liability? DETAIL see attached certificate What company? Employers Mutual Casualty Co. 22. What are your company's bonding limitations? 3.5 million single; 1 'oi aggregate 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 Arvada this 4th day of December 2003. Technol y Con ct , In,. Name of B d By: .� Richard e Title: President State of Colorado County of Jefferson Richard Lee being duly sworn deposes and says that he is President of Technology Constructors, 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 4th day of December 2003. A. �OT Ak y, •. Notary Pu is 5636 Ken all Court, Unit A �q�' �O Arvada, CO 80002 �A (JE31.)� q� •�••,.',rQ. My commission expires December 14 2004 OF C 7/96 Section 00420 Page 3 -21 AGOR_D,. CERTIFICATE OF LIABILITY INSURANCE CSR TL DATE IMM/DO YYYY) 12 23/02 JDUCER TECHN-1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HRH/Linden HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4100 E . Mississippi Ave, #900 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Denver CO 80246 Phone:303-756-6700 Fax:303-756-7700 INSURED Technology Constructors, Inc. 5636 Kendall Court Arvada CO 80002 COVERAGES INSURERS AFFORDING COVERAGE INSURER A Employers Mutual__ INSURER B Pinnacol Assurance INSURER C. INSURER D. INSURER E. NAIC # 21414 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR INSRD POLICY EFFECTIVE ILTR IN TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/Yl') POLICY EXPIRATION DATE MM/DD/Y1' LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A X COMMERCIAL GENERAL LIABILITY 2X1-40-1703 01/01/03 01/01/04 PREMISES (Ea occurence) $300,000 CLAIMS MADE ! X OCCUR : MED EXP (Any y one person) ! $5 , 000 PERSONAL B ADV INJURY $1, 000, 000 GENERAL AGGREGATE s2,000,000 GEWL AGGREGATE LIMITAPPLIES PEFL; _-_I —� PRODUCTS - COMP/OP AGG sZ, OOO,OOO POLICY IX JE � LOC — AUTOMOBILE LIABILITY A X ANY AUTO 2X1-40-1703 01/01/03 COMBINED SINGLE LIMIT 01/01/04 (Ea accident) $1,000,000 ALL OWNED AUTOS -- -- - INJURY SCHEOULEO AUTOS PODILY ( person) 1 S HIRED AUTOS r� BODILY INJURY r� NON -OWNED AUTOS (Per accident) $ --- ------ 1 . PROPERTY DAMAGE $ (Per accident) i GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT i S ANY AUTO — OTHER THAN EA ACC s AUTO ONLY. AGG • $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE ; $1 , 000 , 000 A lx 'OCCUR _; CLAIMS MADE 2X1-40-1703 01/01/03 01/01/04 AGGREGATE ! $ 1,000,000 ^, S I DEDUCTIBLE X 1 RETENTION $10 000 , S WORKERS COMPENSATION AND EMPLOYERS' T X TORY LIABILITY B LIMITS 4051441 ANY PROPRIETOR/PARTNER/EXECUTIVE 01/01/03 01/01/04 FI FACHArCIDENT s500,000 OFFICER/MEMBER EXCLUDED' If yes describe under : :i�aL.,Jt 1A ci 1PL-ILL s , 500 000 SPECIAL PROVISIONS Wluw E.L. DISEASE - POLICY LIMIT : $500 000 OTHER , DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS r FRTfPIr ATc Unl nCo _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTyQIBZEO REP Er/rTIVE ACORD 25 (2001/08) © ACORD CORPORATION 1988 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM 7/96 SUBCONTRACTOR Eli!-D,S044 ou�zy, ..r_x(C Section 00430 Page 1 4 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned * as Principal, and Em to ers Mutual Casualty Company Surety, are hereby held and firmly bound unto the Cit�r o£ Fort Collins, Colorado, as OWNER, in the sum of 41-vp PPreen of** for the payment of which, well and truly to be made, we hereby assigns. jointly and severally bind ourselves, successors, and 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, CITY PARK MOSS ROCK WALL; sin NO. 58 26NOW 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 obl-tgation 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. '*Technology Constructors, Inc. **Total Amount Bid (57) 7/96 Section 00410 Page 2 w 41 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this •-Ath - day of December , 20 03, 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:'TechnoloQy Constructors, Inc. Address: 9636 Kendall Ct. rvada, 80 ichatd ee Title: 'Preside ATTES � (&q"- Byz Diane Lee, Asst. Secretary (SEAL) 7/96 HRH of Colorado *HRH P.O. Box 469025 ® Denver, CO 802469025 0 303-722-7776 h f l b r o g a l 6 h o b b s' Pi 303-722-8862 SURETY Employers Mutual Casualty Companv Denver, CO 80237 By: Pamela J. ansen Title: Attn= py_Tn—Fart ( SEAL) Section 00410 Page 3 ADDRESS: 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. RESPECT '6 LY UBT"I'EDY Signat e Date Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: � � � _ Address S43L Ki( t� i A. Telephone 30 3 _ /k3 7/96 Section 00300 Page 2 No Text CITY PARK MOSS ROCK WALL BID SCHEDULE Bid items are described in Section 01800 BID ITEM # 1 2 4 5 6 8 ESTIMATED DESCRIPTION QUANTITY UNIT Mobilization 1 LS Tree Protection 1 LS Traffic Control 1 LS Moss Rock Wall - One side veneer 222 LF Moss Rock Wall - Two side veneer 25 LF Moss Rock Column - 4' 6" height 2 EA Moss Rock Column - 5' 6" height 2 EA French Drain 235 LF TOTAL BID (written) UNIT PRICE $ po s,9� — $ S'0o "= $ 'g&ee2 $ .49 o s= $ 233S' $ .z7-y 7 0� $ ITEM TOTAL $ Soo' $ �/90 $ �ao� $ Sid .- $ 97G,Z so $ 3//_76� $ :Zy 9 _ $ t3,i7 Section 00300 Page 3 a� $ f O — igure SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 Page 1 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: Technology Constructors, Inc. 2. Permanent main office address: 5636 Kendall Ct., Unit A Arvada CO 80002 3. When organized: 11/09/79 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? 24 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: Demolition, excavation concrete flatwork and misc site improvements. 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 TECHNOLOGY CONSTRUCTORS INCORPORATED 6. Contract(s) on hand: Project Owner Contact Title Contract Amount __ CE20232 City & County of Denver Dennis Ohlrogge Phone (720) 913-4546 Est. Comp. Date 226,338.80 Downing/Cherry Creek D-11 Bike Rai i;p Improvements Project Engineer 11/30/03 Town of Breckenridge Robert Theobald (970) 453-3196 $281,557.85 Breckenridge Transit Center -Phase I Civil Engineer 1 10/31/03 addl work in spring 05/31/04 2427 City of Lakewood Rick Baldessari (303) 987-7809 $147,747.00 Kendrick Lake Boardwalk Project Construction Administrator 02/28/04 City of Littleton Bert Whitaker (303) 795-3865 $81,104.75 S. Windermere Street Bridge High!ine Emergency Bridge Repair Project Manager 12/15/03 prequa5A{ .WAIL CT . UNIT R • ARVADA CO 80002 • (303) 431 2961 • (303) 431 0091 Fox 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. 12. List your major equipment available for this contract. see attached 13. Experience in construction Work similar in importance to this project: see atrarbed 14. Background and experience of the principal members of your organization, including officers: Cpp artarhpd a 15. Credit available: $300,000+ 16. Bank reference: Colorado State Bank (303)861-2111 Carleton Hamm 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? yes If yes, in what city, county and state? City and County of Denver What class, license and numbers? RW-GNRL #90633• City of Aurora, ROW concrete, 02 149209 00 CL 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? .36 yes % and to whom? ij,�5�� xAP,_S, qy +t14, 20. Are any lawsuits pending against you or your firm at this time? no If DETAIL yes, 7/96 Section 00420 Page 2 L-tcjj TECHNOLOGY CONSTRUCTORS INCORPORATED 11. More important projects recently completed Entity Name Contact Name Project Name Completion Contract Amt$ Date Phone# Brief Description of Work Greenwood Village, Richard Weyman 2000 Capital Improvement Program -Orchard 08/15/01 $1,451,363.38 Colorado Rd Traffic Calming 303-708-6137 Concrete curb, gutter, sidewalk, pavement City of Wheat Ridge Tom Bendel Harlan St. Sidewalks/Pedestrian lights, 38th- 05/30/03 $1,140,758.53 303-235-2867 Concrete curb, gutter, ramp, asphalt pavement City & County of Jeff Jones 8th Avenue, Federal Blvd. to Knox Ct. & Denver Federal & Evans Intersection 11/13/01 $1,977,562.22 720-913-4549 Concrete curb, gutter, sidewalk, pavement, waste water pipe Regional J.C. Hendrix Bergen Park-N-Ride 08/07/99 $684,046.34 Transportation 303-628-9000 Concrete curb, gutter, sidewalk, pavement City of Broomfield Katie Allen SkatePark/ Batting Cages 02/15/00 $1,321,921.04 303-438-6388 Grading, concrete paving, skate ramps, playground surfaces The City of Littleton David Flaig Downtown Sidewalk Replacement Project - 11/26/98 $492,716.09 Phase 2 303-795-3766 Storm drainage, concrete, curb, gutter, sidewalk prequa"61i �.IQHl_ CT., UNIT R • ARVADA, CO 80002 • (303) 431 -2961 • (303) 431 -0091 Fox TECHNOLOGY CONSTRUCTORS INCOPPOPATED 12. EQUIPMENT OWNED OR LEASED AVAILABLE FOR USE 1999 Melroe 873 Loader (Bobcat) 1999 Melroe 873 Loader (Bobcat) 1999 Melroe 873 Loader (Bobcat) 1998 Melroe 863 Loader (Bobcat) 1996 John Deere 310D Backhoe/loader 1997 97 Kobelco SK200 Excavator 1996 Bomag Roller 1997 Ford F700 Flatbed Dump Truck 1988 Ford F700 Flatbed Dump Truck Stanley Breaker 1999 Dodge Ram 3500 Truck 44 1999 Dodge Ram 3500 Truck 1999 Dodge Ram 2500 Truck 1998 Dodge Ram 3500 Truck 2000 Chevrolet Tahoe 2000 Ford Excursion 2001 Chevrolet Tahoe 1998 Briggs 20" Saw 1998 Wacker Trench Roller (6) Demolition & Slab Saws Meiho Vibratory Roller (1) Storage Containers on wheels (2) 40 foot Van Trailers (6) Utility Trailers 30 foot Office Trailer (1) Meiho Compactors (3) 1998 Mikasa Compactors (4) 1999 Mikasa Compactors (4) Generators Concrete forms 5636 KENDALL CT, UNIT R • ARVADA, CO 80002 • (303) 431-2961 • (303) 431-0091 Fox