Loading...
HomeMy WebLinkAboutFahrner Asphalt Sealers, LLCBID BOND ENCLOSED Bid of: Fahrner Asphalt Sealers LLC 6615USHWY 12W Eau Claire, WI 54703 Bid To: City of Waterloo Attn: City Clerk 715 Mulberry Street Waterloo, IA 50703 Bid For: Pavement Rehabilitation Runway 12/30 Taxiway A East, Taxiway E 3-19-0094- 053 Bid Due: March 30, 2023 @ 1:00 PM BID ENCLOSED Bid of: Fahrner Asphalt Sealers LLC 6615USHWY12W Eau Claire, WI 54703 Bid To: City of Waterloo Attn City Clerk 715 Mulberry Street Waterloo, IA 50703 Bid For: Pavement Rehabilitation Runway 12/30 Taxiway A East, Taxiway E 3-19-0094- 053 Bid Due: March 30, 2023 @ 1:00 PM Corporate Office 2800 Mecca Drive Plover, WI 54467 3/29/23 FAHRNER asphalti Frsealers tie Pavement Maintenance Contractors "An Equal Opportunity Employer" Waterloo Regional Airport Pavement Rehabilitation Project FAA AIP 3-19-0094-056 Subject: DBE Commitment & Good Faith Effort phone 715.341.2868 800.332.3360 fax 715.341.1054 Fahrner Asphalt will be self -performing 100% of the work on the project except the full depth milling and paving portion. Due to the specific nature of the work performed on this project we will only be able to contribute 2.1 % of the goal from material suppliers on this project. We did reach out to the following DBE contractors in hopes to receive a quote and see summary of answers from each below; • All State Traffic Control, Inc. March 28`1' by email. Response was not quoting. • Parking Lot Specialties March 28`1' by email. Response was not quoting. • Courtland Construction Supply March 28th by email. Will be quoting material supplied. The specified work types on this project are unique to specific companies and limited the ability to utilize DBE contractors. We did utilize a DBE supplier for our materials which is limited to 60% of the total cost of that dollar amount. Also note that a goal of 8.4% for a project with these specific of work types is a high goal and is very difficult and rare to achieve on these types of projects. Respectfully, elt/ Kevin Kruckow Fahrner Asphalt Sealers, LLC 6615 US Hwy 12 W Eau Claire, WI 54702 phone 715.874.6070 800.497.4907 fax 715.874.6717 860 Eastline Road Kaukauna, WI 54130 phone 920.759.1008 800.261.1900 fax 920.759.1019 316 Raemisch Road Waunakee, WI 53597 phone 608.849.6466 800.898.2102 fax 608.849.6470 3468 115th Street Frederic, WI 54837 phone 715.653.2535 fax 715.653.2553 2224 Veterans Memorial Pkwy Saginaw, MI 48601 phone 989.752.9200 fax 989.752.9205 www.FahrnerAsphalt.com PROPOSAL FORM FOR PAVEMENT REHABILITATION (RUNWAY 12/30, TAXIWAY A EAST, TAXIWAY E) FAA AIP 3-19-0094-056 AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Wisconsi n , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this PAVEMENT REHABILITATION (RUNWAY 12/30, TAXIWAY A EAST, TAXIWAY E) -- FAA AIP 3-19-0094-056, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: 2. The work to be performed in this project shall include the following described improvements at the Waterloo Regional Airport, Waterloo, Iowa: • P-608 Asphalt Surface Treatment for Runway 12-30 outside of the Runway 18-36 Runway Safety Area • P-608 Asphalt Surface Treatment for Taxiway A from concrete limits near Taxiway B to Runway 12-30 and Taxiway E • Crack Sealing on Runway 12-30, Taxiway A and Taxiway E • Asphalt Joint Repair on Runway 12-30 • Pavement Marking Removals and Replacement for Runway 12-30, Taxiway A and Taxiway E 3. The undersigned, in compliance with your Invitation for Bids dated March 7, 2023 , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 1 and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: FAA AIP 3-19-0094-056 P-1 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) Revised Per Addendum No. I - 3/27/2023 ITEMIZED PROPOSAL WA I'ERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: • PAVEMENT REHABILITATION (RUNWAY 12/30, TAXIWAY A EAST, TAXIWAY E) FAA AIP PROJECT NO. 3-19-0094-056 ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BID 'TOTAL PRICE BID 1 GP 105 MOBILIZATION DEMOBILIZATION AND LS 1 $ j�rOC�� ,po $ kpl Oa\ (�0 2 P-101 JOINT AND CRACK REPAIR LF 61,000 $ \ • $a $ M) oao • O° 3 P-101 SPALLED PAVEMENT AND REPAIR FAILED ASPHALT SF 1,500 $ Ica • Ou $ \ S ,1 5b e U 6 4 P-101 COLD MILLING SF 1,500 $ 14 , yO $ L,600 4,°° 5 P-608 ASPHALT SURFACE TREATMENT SY 156,500 $ a--124 u0 $ \ 114 . 6 P-620 PAVEMENT MARKING REMOVAL SF 91,000 $ 1 $ ��r 131N O i0-1pP' ,.O $ 0 .11 7 P-620 AIRFIELD REFLECTIVE MARKING -WATERBORNE) (YELLOW- SF 5,000 $ D , L l 8 P-620 AIRFIELD REFLECTIVE MARKING -WATERBORNE) (WHITE- SF 129,000 $ O. Lot $ 1 elitOCio.00 9 P-620 AIRFIELD REFLECTIVE MARKING -WATERBORNE) (BLACK -NON- SF 4,900 $ 0.55 $ a $y u a. Od 10 P-620 REFLECTIVE GRADATION MEDIA A) (TYPE I, LB 7,750 $ D Q • Q 1 $ l 1pi a,; TOTAL BID AMOUNT } S \ tt4'SC 4. It is the Airport's intention to evaluate bids; and the Airport reserves the right to award or reject based on available funding. 5. The undersigned understands that the above quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and are to be performed at the unit prices stipulated herein. 6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates. 7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract seven and one-third (7.33%) percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans, and Asian - Indian Americans. The apparent successful competitor will be required to submit information concerning the DBE's that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 8. The under signed certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are FAA AIP 3-19-0094-056 P-2 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, of national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. 9. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will be postponed. 11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within forty-five (45) calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part (15)). c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. 14. The contractor, by submission of this offer and/or execution of a contract, certifies that it: FAA AIP 3-19-0094-056 P-3 Waterloo Regional Airport AECOM Project 1160695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has becorne erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system ofrecords in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal. 16. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 17. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). FAA AIP 3-19-0094-056 P-4 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) 18. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 19. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or Indirectly financially interested in this bid. 20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of ninety (90) days from the opening thereof. 21. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the ImmigratLon Reform Control Act of 1986 (I RCA) and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 22. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee ofCongress, or an employee of a member ofCongress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 foi each such failure. 23. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 24. Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed -- FAA AIP 3-19-0094-056 P-5 Waterloo Regional Airport AECOM Project #160695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) (1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor's woi kplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an on -going drug -free awareness program to inform such employees about -- (a) The dangers of drug abuse in the work place; (b) The Contractor's policy of maintaining a drug -free work place; (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the work place; (3) Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a.(1) of this provision; (4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will -- (a) Abide by the terms of the statement; and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; (5) Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a.(4) (b) of this provision, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the work place; (7) (a) Take appropriate personnel action against such employee, up to and including termination; or (b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs a.(1) through a.(6) of this provision. b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)]. d. In addition to other remedies available to the Government, the cei tification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United States Code, Section 1001. 25. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of Bid Bond; 5% of the bid amount b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. FAA AIP 3-19-0094-056 P-6 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (1DOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." 26. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ® Col poration ❑ Joint -venture: all parties must join -in and execute all documents ❑ Other Respectfully submitted, By V ce President Bid %M Signature Title 6615 US Hwy 12W Address Eau Claire, WI 54703 (Include Zip Code) 715-874-6070 Telephone No. FAA AIP 3-19-0094-056 P-7 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Wisconsin ) )ss County of Eau Claire ) Jeff Sheehan , being first duly sworn, deposes and says that: (1) He is (Owner, Partner, Officer, Representative, or Agent) of Fahrner Asphalt Sealers, LLC , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Vice President Subscribed and sworn to before me this r V day of WI—) , 2033 r6e-14/ Contract Administrator My Commission Expires rx.thel t1) , 20 a`f FAA AIP 3-19-0094-056 P-9 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) STATEMENT OF INTENT NONDISCRIMINATION AND EQUAL OPPORTUNITY STATEMENT The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. If selected as the successful bidder, this contractor hereby agrees to file either a nondiscrimination and equal opportunity statement and/or an Affirmative Action Program. Improvements to the Waterloo Regional Airport consisting of Pavement Rehabilitation (Runway 12/30, Taxiway A East, Taxiway E) FAA AIP Project No. 3-19-0094-056 Fahrner Asphalt Sealers, LLC COMPANY Jeff Sheehan EXECUTIVE OFFICER Nikki Boie AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 6615 US Hwy 12W Eau Claire, WI 54703 PHONE NUMBER 715-874-6070 FAA AIP 3-19-0094-056 P-11 Waterloo Regional Airport AECOM Project #160695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual 0 2. Co -Partnership 0 3. Corporation 10 B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Wisconsin Names and Addresses of Partners 1. 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation Wisconsin Names and Addresses of Officers: Co -Presidents I�csidcid Mike Frodl & Kevin Kruckow Secretary John Crowley Treasurer John Crowley FAA AIP 3-19-0094-056 P-12 Waterloo Regional Airport AECOM Project 1160695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder Fahrner Asphalt Sealers, LLC Business Address 6615 US Hwy 12W, Eau Claire, WI 54703 Individual ( ) Partnership ( ) Corporation (x) (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid upon. Name of Location of Amount of Name of Owner Project Project Contract 1 See Attached References 2 3 4 5 Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 2 3 4 5 (Signed) Fahrner Asphalt Sealers, LLC Name of Company (By) Jeff Sheehan (TITLE) Vice President Date March 30, 2023 FAA AIP 3-19-0094-056 P-13 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) Fahrner Asphalt Sealers, LLC Crackfill References Sheet Name Crackfill Owner City of Madison Work Type Crackfill Project # / ID 8094 / 8095 / 8311 / 8310 / 8558 / 8507 / 8636 / 8687 Project Title Locals / Majors Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Steve Sonntag Contact Address 210 Martin Luther King Jr Blvd, Madison, WI 53703 Phone / Fax # (608) 266-1997 Email Address ssonntag@cityofmadison.com County / State Dane / Wisconsin Contract Year 2018 / 2018 / 2019 / 2019 / 2020 / 2020 / 2022 / 2022 Contract Amount $72,520.50 / $119,478.00 / $378,676.00 / $165,640.00 / $299,930.00 / $250,213.00 / $118,480.00 / $139,726.35 Sheet Name Crackfill Owner Chisago County Highway Department Work Type Crackfill Project # / ID 5561800 / 6161800 / 7561801 / 508556800 / 1501956800 / 1502056800 / 1502156800 / 1502250506 Project Title [Year] Crack Sealing Project / [Year] Crack Sealing Project Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Joe Triplett Contact Address 31325 Oasis Rd, Center City, MN 55012 Phone / Fax # (615) 213-8708 Email Address joe.triplett@chisagocounty.us County / State Chisago / Minnesota Contract Year 2015 / 2016 / 2017 / 2018 / 2019 / 2020 / 2021 / 2022 Contract Amount $44,936.73 / $57,325.50 / $86,760.00 / $37,680.00 / $89,281.00 / $89,551.00 / $95,468.75 / $84,198.00 Sheet Name Crackfill Owner University of Wisconsin - Madison Work Type Crackfill Project # / ID Multiple / Multiple / Multiple / Multiple / Multiple / Multiple Project Title Crackfilling - Multiple Locations Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Troy Ruland Contact Address 21 N Park St, Ste 5301, Madison, WI 53715-1218 Phone / Fax # (608) 265-6108 Email Address County / State Dane / Wisconsin Contract Year 2017 / 2018 / 2019 / 2020 / 2021 / 2022 Contract Amount $50,605.60 / $35,095.00 / $34,765.00 / $42,500.00 / $41,223.00 / $59,780.00 Sheet Name Crackfill Owner Saginaw County Road Commission Work Type Crackfill Project # / ID 6440508 / 7440503 / 408400507 / 4001940505 / 4002040510 / 4002140502 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Dan Medina Contact Address 3020 Sheridan Ave, Saginaw, MI 48601 Phone / Fax # (989) 752-6140 Email Address medinad@scrc-mi.org County / State Saginaw / Michigan Contract Year 2016 / 2017 / 2018 / 2019 / 2020 / 2021 Contract Amount $218,307.44 / $227,868.26 / $248,636.80 / $177,837.25 / $55,448.30 / $42,335.68 Sheet Name Crackfill Owner Town of Lisbon Work Type Crackfill Project # / ID 7226412 / 208226412 / 1201926412 / 1202026426 / 1202126415 Project Title [Year] Crack Sealing Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Joe Destefano Jr Contact Address N234 N8678 Woodside Rd, Lisbon, WI 53089 Phone / Fax # (414) 531-3422 Email Address Destefano@townoflisbonwi.com County / State Waukesha / Wisconsin Contract Year 2017 / 2018 / 2019 / 2020 / 2021 Contract Amount $82,391.00 / $62,614.00 / $87,040.00 / $76,360.00 / $61,503.00 Fahrner Asphalt Sealers, LLC Crackfill References Sheet Name Crackfill Owner Wexford County Road Commission Work Type Crackfill Project # / ID 4001940504 / 4002040508 / 4002140503 / 4002240509 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Karl Hanson Contact Address 85 W M-115, Boon, MI 49618 Phone / Fax # (231) 775-9731 Email Address engineer@wexfordcrc.org County / State Wexford / Michigan Contract Year 2019 / 2020 / 2021 / 2022 Contract Amount $92,249.38 / $74,984.00 / $112,275.15 / $112,725.78 Sheet Name Crackfill Owner City of Cumberland Work Type Crackfill Project # / ID 1501952410 / 1502052430 / 1502152422 / 1502252400 Project Title [Year] Crackfill Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jerry Lindfors Contact Address 950 1st Ave, Cumberland, WI 54829 Phone / Fax # (715) 419-0364 Email Address County / State Barron / Wisconsin Contract Year 2019 / 2020 / 2021 / 2022 Contract Amount $17,743.00 / $11,527.50 / $9,960.00 / $28,341.00 Sheet Name Crackfill Owner Town of Washington Work Type Crackfill Project # / ID 1501953402 / 1501953402 / 1502153402 / 1502253405 Project Title [Year] Crackseal Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Janelle Henning Contact Address 5750 Old Town Hall Rd, Eau Claire, WI 54701 Phone / Fax # (715) 834-3257 Email Address County / State Eau Claire / Wisconsin Contract Year 2019 / 2020 / 2021 / 2022 Contract Amount $63,621.60 / $62,101.00 / $13,828.01 / $98,665.60 Sheet Name Crackfill Owner City of Wausau Work Type Crackfill Project # / ID 108109408 / 1101919420 / 1102119412 / 1102219433 Project Title [Year] Street Sealcoating Project Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Eric Lindman, P.E. Contact Address 400 Myon St, Wausau, WI 54403-4783 Phone / Fax # (715) 261-6740 / (715) 261-6759 Email Address County / State Marathon / Wisconsin Contract Year 2018 / 2019 / 2021 / 2022 Contract Amount $87,735.05 / $110,217.48 / $34,755.58 / $31,129.42 Sheet Name Crackfill Owner City of Elkhorn Work Type Crackfill Project # / ID 6224418 / Multiple / 1202123429 / 1202223427 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Matt Lindstrom Contact Address 311 Seymour Ct, Elkhorn, WI 53121 Phone / Fax # (262) 325-0274 Email Address County / State Walworth / Wisconsin Contract Year 2016 / 2020 / 2021 / 2022 Contract Amount $97,800.00 / $84,123.00 / $14,160.00 / $33,700.00 Fahrner Asphalt Sealers, LLC Crackfill References Sheet Name Crackfill Owner City of Inver Grove Heights Work Type Crackfill Project # / ID 2015-09A / 2018-09A / 1502059402 / CP 2021-09A Project Title Crackfilling / Rich Valley Athletic Complex Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Thomas Kaldunski Contact Address 8150 Barbara Ave, Inver Grove Heights, MN 55077 Phone / Fax # (651) 450-2500 Email Address County / State Dakota / Minnesota Contract Year 2015 / 2018 / 2020 / 2021 Contract Amount $152,723.49 / $45,483.29 / $4,500.00 / $33,106.82 Sheet Name Crackfill Owner Village of Whiting Work Type Crackfill Project # / ID 1102116402 / 1102116402 / 1102216411 Project Title Crackfilling / Crack Sealing Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Nick Schmeiser Contact Address 3600 Water St, Stevens Point, WI 54481 Phone / Fax # (715) 340-7583 Email Address nicschmeiser@villageofwhiting.com County / State Portage / Wisconsin Contract Year 2020 / 2021 / 2022 Contract Amount $13,378.95 / $13,619.00 / $9,391.20 Sheet Name Crackfill Owner Randolph Township Work Type Crackfill Project # / ID 508558405 / 1502159416 / 1502259404 Project Title Crackfilling / Harry Ave / [Year] Complete Bid Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Mark Elliott Contact Address 4365 292nd St E, Randolph, MN 55065 Phone / Fax # (651) 398-8637 Email Address markelliott1969@gmail.com County / State Dakota / Minnesota Contract Year 2018 / 2021 / 2022 Contract Amount $10,962.00 / $6,000.00 / $37,440.00 Sheet Name Crackfill Owner Town of Swiss Work Type Crackfill Project # / ID 1501951423 / 1502052406 / 1502152430 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name George Costello Contact Address 7551 Main St, Dandury, WI 54830 Phone / Fax # (715) 791-0162 Email Address County / State Burnett / Wisconsin Contract Year 2019 / 2020 / 2021 Contract Amount $21,088.32 / $39,790.00 / $24,088.00 Sheet Name Crackfill Owner Mecosta County Road Commission Work Type Crackfill Project # / ID 4001940500 / 4002040502 / 4002140519 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Tim Nestle Contact Address 120 N Dekrafft Ave, Big Rapids, MI 49307 Phone / Fax # (231) 796-2611 Email Address tnestle@mecostaroads.org County / State Mecosta / Michigan Contract Year 2019 / 2020 / 2021 Contract Amount $137,055.77 / $102,377.92 / $119,321.69 Fahrner Asphalt Sealers, LLC Crackfill References Sheet Name Crackfill Owner City of Spooner Work Type Crackfill Project # / ID 508552415 / 1502052420 / 1502152408 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name David Olson Contact Address PO Box 548, Spooner, WI 54801 Phone / Fax # (715) 635-8769 Email Address spooner.st.dept@cityofspooner.org County / State Washburn / Wisconsin Contract Year 2018 / 2020 / 2021 Contract Amount $22,022.02 / $28,674.84 / $39,000.00 Sheet Name Crackfill Owner Dubuque County Road Department Work Type Crackfill Project # / ID 708772502 / 7001972501 / Multiple Project Title JFK Road / Skyline Road / Asbury Road, Skyline Road Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Chad Danielson Contact Address 1225 Seippel Rd, Dubuque, IA 52002 Phone / Fax # (563) 513-1973 / (563) 557-1973 Email Address chad.danielson@dubuquecounty.us County / State Dubuque / Iowa Contract Year 2018 / 2019 / 2020 Contract Amount $72,832.00 / $12,328.50 / $29,753.50 Sheet Name Crackfill Owner Washburn County Highway Department Work Type Crackfill Project # / ID 508552500 / 508552500 / 508552500 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jon Johnson Contact Address 1600 County Highway H, Spooner, WI 54801 Phone / Fax # (715) 635-4480 Email Address County / State Washburn / Wisconsin Contract Year 2018 / 2019 / 2020 Contract Amount $52,500.00 / $118,264.74 / $75,714.30 Sheet Name Crackfill Owner City of Mequon Work Type Crackfill Project # / ID 3686-18 / 3686-19 / 3825-20 Project Title [Year] Crack Sealing Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jeremy Dandy Contact Address 11333 N Cedarburg Rd 60W, Mequon, WI 53092 Phone / Fax # (262) 236-2932 Email Address jdandy@ci.mequon.wi.us County / State Ozaukee / Wisconsin Contract Year 2018 / 2019 / 2020 Contract Amount $69,354.00 / $149,850.00 / $17,145.00 Sheet Name Crackfill Owner Village of Baldwin Work Type Crackfill Project # / ID 1502059404 / 1502159427 Project Title Crackfilling / [Year] TIFF Crack Fill Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Brad Boldt Contact Address 1980 4th Ave, Baldwin, WI 54002 Phone / Fax # (715) 760-0340 Email Address brad@villageofbaldwin.com County / State St. Croix / Wisconsin Contract Year 2020 / 2021 Contract Amount $30,000.00 / $15,500.00 Fahrner Asphalt Sealers, LLC Crackfill References Sheet Name Crackfill Owner Town of Clayton Work Type Crackfill Project # / ID 508551421 / 1502252420 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jamie Wood Contact Address 164 70th Ave, Clayton, WI 54004 Phone / Fax # (715) 641-0221 Email Address County / State Polk / Wisconsin Contract Year 2018 / 2022 Contract Amount $30,752.00 / $14,809.00 Sheet Name Crackfill Owner Town of Eagle Point Work Type Crackfill Project # / ID 508553403 / 1502053402 Project Title [Year] Crackfill Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Don Bernier Contact Address 14802 State Highway 124, Chippewa Falls, WI 54729 Phone / Fax # (715) 288-6472 Email Address County / State Chippewa / Wisconsin Contract Year 2018 / 2020 Contract Amount $13,102.00 / $49,902.00 Sheet Name Crackfill Owner Village of Orfordville Work Type Crackfill Project # / ID 208224405 / 1202023428 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Karl Stuvengen Contact Address 303 E Beloit St, Orfordville, WI 53576 Phone / Fax # (608) 295-5959 Email Address County / State Rock / Wisconsin Contract Year 2018 / 2020 Contract Amount $67,395.00 / $7,990.00 Sheet Name Crackfill Owner City of Janesville Work Type Crackfill Project # / ID 6224409 / 1202123433 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Ethan Lee Contact Address 18 N Jackson St, Janesville, WI 53547 Phone / Fax # (608) 755-3026 Email Address Ieee@ci.janesville.wi.us County / State Rock / Wisconsin Contract Year 2016 / 2021 Contract Amount $99,196.50 / $64,343.00 Sheet Name Crackfill Owner Wisconsin Department of Transportation Work Type Crackfill Project # / ID 9227-01-26 / Multiple Project Title Northwest Region Crackfill Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Mohamad Hayek Contact Address 718 W Clairemont Ave, Eau Claire, WI 54701 Phone / Fax # (715) 836-2065 Email Address mohamad.hayek@dot.wi.gov County / State Multiple - Northwest Region / Wisconsin Contract Year 2017 / 2018 Contract Amount $1,419,063.50 / $544,935.90 Fahrner Asphalt Sealers, LLC Crackfill References Sheet Name Crackfill Owner St Louis County Work Type Crackfill Project # / ID CP 0000-235367, SAP 069-030-036 / CP 0000-278673 Project Title Crack Sealing / Crack Repair Special Prime Contractor Fahrner Asphalt Sealers LLC Contact Name James Foldesi, P.E. Contact Address 4787 Midway Rd, Duluth, MN 55811 Phone / Fax # (218) 625-3830 Email Address County / State Lake, St. Louis / Minnesota Contract Year 2015 / 2019 Contract Amount $903,324.36 / $1,097,970.96 Sheet Name Crackfill Owner Iowa Department of Transportation Work Type Crackfill Project # / ID 00-0003-719 / Multiple Project Title Statewide HMA Crack Filling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Steven McElmeel, P.E. Contact Address 1833 Industrial Rd N, Cherokee, IA 51012 Phone / Fax # (712) 225-5786 Email Address County / State Statewide / Iowa Contract Year 2016 / 2018 Contract Amount $416,607.48 / $944,682.44 Sheet Name Crackfill Owner Minnesota Department of Transportation Work Type Crackfill Project # / ID 8826-166 / 8826-192 Project Title Rout & Seal Bituminious Pavement Cracks Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Gary Lovelace, Resident Engineer, District 6 Contact Address PO Box 6177, Rochester, MN 55903 Phone / Fax # (507) 286-7530 Email Address County / State Multiple - District 6 / Minnesota Contract Year 2015 / 2018 Contract Amount $1,612,245.00 / $249,689.06 Sheet Name Crackfill Owner Town of Arpin Work Type Crackfill Project # / ID 1102018410 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Larry Schupe Contact Address 7583 Arpin Sherry Rd, Vesper, WI 54489 Phone / Fax # (715) 459-4447 Email Address County / State Wood / Wisconsin Contract Year 2020 Contract Amount $10,730.00 Sheet Name Crackfill Owner Iowa Department of Transportation Work Type Crackfill Project # / ID 04-0004-107 Project Title HMA Joint & Crack Sealing Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Nate Shilling Contact Address 1200 Highway 2 W, Centerville, IA 52544 Phone / Fax # (642) 895-8853 Email Address nshilling@appanoosecounty.net County / State Appanoose / Iowa Contract Year 2020 Contract Amount $297,481.16 Fahrner Asphalt Sealers, LLC Crackfill References Sheet Name Crackfill Owner City of La Crosse Work Type Polymastic Crackfill Project # / ID 1501957425 Project Title Polymastic Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Mike La Fleur Contact Address 2000 Marco Rd, La Crosse, WI 54601 Phone / Fax # (608) 789-7305 Email Address lafleurm@cityoflacrosse.org County / State La Crosse / Wisconsin Contract Year 2019 Contract Amount $10,620.00 Sheet Name Crackfill Owner Michigan Department of Transportation Work Type Crackfill Project # / ID 68041-131763 Project Title Alpena TSC Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Kimberly Mullins Contact Address 1540 Airport Rd, Alpena, MI 49707 Phone / Fax # (989) 356-2231 / (989) 354-4142 Email Address mullinsk@michigan.gov County / State Alpena, Ogemaw / Michigan Contract Year 2018 Contract Amount $430,606.76 Sheet Name Crackfill Owner Town of Wittenberg Work Type Polymastic Crackfill Project # / ID 108109421 Project Title Polymastic Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Dick Beversdorf Contact Address PO Box 186, Wittenberg, WI 54499 Phone / Fax # (715) 881-3998 Email Address County / State Shawano / Wisconsin Contract Year 2018 Contract Amount $3,000 00 Sheet Name Crackfill Owner Shingobee Township Work Type Crackfill Project # / ID 6558404 Project Title Crackfilling Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Ann Swanson Contact Address PO Box 34, Walker, MN 56484 Phone / Fax # (218) 547-3816 Email Address shingtwp@arvig.net County / State Cass / Minnesota Contract Year 2018 Contract Amount $15,900.00 Sheet Name Crackfill Owner Michigan Department of Transportation Work Type Crackfill Project # / ID 59045-126122 Project Title M-46 Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Craig Taylor Contact Address 7915 US Highway 131, Cadillac, MI 49601 Phone / Fax # (231) 775-3487 / (231) 775-0301 Email Address County / State Gratiot, Montcalm / Michigan Contract Year 2017 Contract Amount $703,973.58 Fahrner Asphalt Sealers, LLC Crackfill References Sheet Name Crackfill Owner Michigan Department of Transportation Work Type Crackfill Project # / ID 59045-126122 Project Title M-46 Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Craig Taylor Contact Address 7915 US Highway 131, Cadillac, MI 49601 Phone / Fax # (231) 775-3487 / (231) 775-0301 Email Address County / State Gratiot, Montcalm / Michigan Contract Year 2017 Contract Amount $703,973.58 Fahrner Asphalt Sealers, LLC GSB-88 References Sheet Name GSB-88 Owner City of Mequon Work Type GSB-88 Project # / ID 3762-16 / 3762-17 / 3762-19 / 3762-20 / 3762-21 / 3762-22 Project Title [Year] GSB-88 Bituminous Seal / [Year] GSB-88 Bituminous Seal Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jeremy Dandy Contact Address 11333 N Cedarburg Rd 60W, Mequon, WI 53092 Phone / Fax # (262) 236-2932 Email Address jdandy@ci.mequon.wi.us County / State Ozaukee / Wisconsin Contract Year 2016 / 2017 / 2019 / 2020 / 2021 / 2022 Contract Amount $265,830.00 / $261,556.34 / $265,498.50 / $220,549.00 / $176,140.00 / $289,926.98 Sheet Name GSB-88 Owner City of Wausau Work Type GSB-88 Project # / ID 6109802 / 7109423 / 108109408 / 1101919420 / 1102119412 / 1102219433 Project Title [Year] Street Sealcoating Project Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Eric Lindman, P.E. Contact Address 400 Myon St, Wausau, WI 54403-4783 Phone / Fax # (715) 261-6740 / (715) 261-6759 Email Address County / State Marathon / Wisconsin Contract Year 2016 / 2017 / 2018 / 2019 / 2021 / 2022 Contract Amount $36,983.08 / $33,671.94 / $12,251.40 / $18,223.17 / $55,248.83 / $19,523.55 Sheet Name GSB-88 Owner City of Stevens Point Work Type GSB-88 Project # / ID 19-13 / 19-04 / 20-04 / 21-04 / 22-04 Project Title [Year] Street Seal Coating Program / [Year] Street Seal Coating Program Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Joel Lemke Contact Address 1515 Strongs Ave, Stevens Point, WI 54481 Phone / Fax # (715) 346-1561 Email Address County / State Portage / Wisconsin Contract Year 2019 / 2019 / 2020 / 2021 / 2022 Contract Amount $54,225.50 / $41,868.20 / $35,678.50 / $38,401.53 / $40,738.10 Sheet Name GSB-88 Owner City of Middleton Work Type GSB-88 Project # / ID 19-103 / 20-103 / 21-101 / 22-103 Project Title [Year] Surface Treatments / Miscellaneous Concrete / [Year] Surface Treatments Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Shawn Ulsrud Contact Address 7426 Hubbard Ave, Middleton, WI 53562 Phone / Fax # (608) 821-8388 Email Address sulsrud@cityofmiddleton.us County / State Dane / Wisconsin Contract Year 2019 / 2020 / 2021 / 2022 Contract Amount $24,384.00 / $130,107.00 / $73,967.00 / $7,290.00 Sheet Name GSB-88 Owner Village of Weston Work Type GSB-88 Project # / ID 108109417 / 1102019413 / 1102119410 / 1102219420 Project Title [Year] GSB-88 Pavement Maintenance Project Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Mike Wodalski, P.E. Contact Address 5500 Schofield Ave, Weston, WI 54476-4395 Phone / Fax # (715) 241-2636 Email Address County / State Marathon / Wisconsin Contract Year 2018 / 2020 / 2021 / 2022 Contract Amount $43,997.37 / $66,042.00 / $40,905.08 / $61,433.90 Fahrner Asphalt Sealers, LLC GSB-88 References Sheet Name GSB-88 Owner Village of Germantown Work Type GSB-88 Project # / ID 1502 / 1606 / 7330422 / 2021 Project Title [Year] Road Maintenance Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Lawrence Ratayczak Contact Address PO Box 337, Germantown, WI 53022 Phone / Fax # (262) 250-4721 Email Address Iratayczak@village.germantown.wi.us County / State Washington / Wisconsin Contract Year 2015/2016/2017/2021 Contract Amount $45,444.88 / $68,398.82 / $60,690.00 / $76,623.30 Sheet Name GSB-88 Owner City of Cambridge Work Type GSB-88 Project # / ID 1501956413 / 1502056414 / 1502156430 Project Title GSB-88 - Multiple Roads Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Steve Wegwerth Contact Address 300 3rd Ave NE, Cambridge, MN 55008 Phone / Fax # (612) 221-9777 Email Address County / State Isanti / Minnesota Contract Year 2019 / 2020 / 2021 Contract Amount $17,829.00 / $26,113.75 / $1,600.00 Sheet Name GSB-88 Owner Town of Pleasant Springs Work Type GSB-88 Project # / ID 108224401 / 1102023406 / 1102123404 Project Title [Year] GSB-88 Maintenance Program Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Alex Mesdjian Contact Address 2354 County Highway N, Stoughton, WI 53589-2873 Phone / Fax # (608) 873-3063 / (608) 877-9444 Email Address alex.mesdjian@pleasantsprings.org County / State Dane / Wisconsin Contract Year 2018 / 2020 / 2021 Contract Amount $21,726.00 / $54,380.00 / $46,183.00 Sheet Name GSB-88 Owner Commonweal Development Work Type GSB-88 Project # / ID Multiple / Multiple / Multiple Project Title [Year] Pavement Maintenance Program Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Derek Trainor Contact Address PO Box 617, Eau Claire, WI 54702-0617 Phone / Fax # (715) 828-3777 / (715) 832-1180 Email Address dtrainor@commonwealdc.com County / State Eau Claire / Wisconsin Contract Year 2018 / 2019 / 2020 Contract Amount $66,061.31 / $43,470.00 / $33,688.69 Sheet Name GSB-88 Owner Marathon County Highway Department Work Type GSB-88 Project # / ID M-2021-7 / M-2022-4 Project Title Sealcoat / Sealcoat Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Kevin Lang Contact Address 1430 West St, Wausau, WI 54401 Phone / Fax # (715) 261-1800 Email Address kevin.lang@co.marathon.wi.us County / State Marathon / Wisconsin Contract Year 2021 / 2022 Contract Amount $76,950.00 / $75,416.00 Fahrner Asphalt Sealers, LLC GSB-88 References Sheet Name GSB-88 Owner Central Wisconsin Airport Work Type GSB-88 Project # / ID PO# 4410 / PO# 4895 Project Title North Parking Lot & Airport Roadway / East Parking Lot & Rental Car Parking Lot Prime Contractor Fahrner Asphalt Sealers LLC Contact Name David Drodz Contact Address 100 CWA Dr, Ste 227, Mosinee, WI 54455 Phone / Fax # (715) 581-5377 Email Address ddrozd@fly-cwa.org County / State Marathon / Wisconsin Contract Year 2020 / 2021 Contract Amount $50,062.50 / $25,200.00 Sheet Name GSB-88 Owner Town of Lisbon Work Type GSB-88 Project # / ID 1101926401 / 1101926401 Project Title [Year] GSB-88 Project Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Joe Destefano Jr Contact Address N234 N8678 Woodside Rd, Lisbon, WI 53089 Phone / Fax # (414) 531-3422 Email Address Destefano@townoflisbonwi.com County / State Waukesha / Wisconsin Contract Year 2019 / 2021 Contract Amount $21,413.00 / $12,056.00 Sheet Name GSB-88 Owner Bass Lake Township Work Type GSB-88 Project # / ID 1501952409 / 1502052407 Project Title GSB-88 - Multiple Roads Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Truit Campbell Contact Address 14412 W County Highway K, Hayward, WI 54843 Phone / Fax # (715) 634-3161 Email Address basslakehwydept@centurylink.net County / State Sawyer / Wisconsin Contract Year 2019 / 2020 Contract Amount $27,006.60 / $38,400.90 Sheet Name GSB-88 Owner Village of Fall Creek Work Type GSB-88 Project # / ID 6153415 / 1502253417 Project Title Liberty Street / Adams, Jackson, Brickyard Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Brian Kaatz Contact Address 122 E Lincoln Ave, Fall Creek, WI 54741 Phone / Fax # (715) 877-2177 Email Address bkaatz@fallcreekwi.gov County / State Eau Claire / Wisconsin Contract Year 2016 / 2022 Contract Amount $16,756.00 / $27,000.00 Sheet Name GSB-88 Owner Town of Albany Work Type GSB-88 Project # / ID 108224402 / 1101924405 Project Title GSB-88 - Multiple Roads / Shannon Road Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Able Schultz Contact Address N6065 County Highway E, Albany, WI 53502 Phone / Fax # (608) 438-2397 Email Address County / State Green / Wisconsin Contract Year 2018 / 2019 Contract Amount $22,425.00 / $2,640.00 Fahrner Asphalt Sealers, LLC GSB-88 References Sheet Name GSB-88 Owner City of Lindstrom Work Type GSB-88 Project # / ID 5161401 / 1101956403 Project Title GSB-88 - Multiple Roads Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Mark Dzubay / John 011inger Contact Address 13292 Sylvan Ave, Lindstrom, MN 55045 Phone / Fax # (763) 257-0620 Email Address mdzubay@cityoflindstrom.us County / State Chisago / Minnesota Contract Year 2015 / 2019 Contract Amount $52,403.00 / $15,963.64 Sheet Name GSB-88 Owner Marathon County Highway Department Work Type GSB-88 Project # / ID M-2016-4 / M-2018-9 Project Title Construction Seal Bid IV / GSB-88 - Multiple Roads Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Kevin Lang Contact Address 1430 West St, Wausau, WI 54401 Phone / Fax # (715) 261-1809 Email Address kevin.lang@co.marathon.wi.us County / State Marathon / Wisconsin Contract Year 2016 / 2018 Contract Amount $52,219.65 / $14,931.00 Sheet Name GSB-88 Owner City of Inver Grove Heights Work Type GSB-88 Project # / ID 1502059402 Project Title Rich Valley Athletic Complex Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Thomas Kaldunski Contact Address 8150 Barbara Ave, Inver Grove Heights, MN 55077 Phone / Fax # (651) 450-2500 Email Address County / State Dakota / Minnesota Contract Year 2020 Contract Amount $16,188.90 Sheet Name GSB-88 Owner Village of Baldwin Work Type GSB-88 Project # / ID Multiple Project Title GSB-88 - Multiple Roads Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Brad Boldt Contact Address 1980 4th Ave, Baldwin, WI 54002 Phone / Fax # (715) 760-0340 Email Address brad@villageofbaldwin.com County / State St. Croix / Wisconsin Contract Year 2020 Contract Amount $33,270.00 Sheet Name GSB-88 Owner Village of Rothschild Work Type GSB-88 Project # / ID 108109420 Project Title Pflieger St & Trails Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Tim Vergara Contact Address 211 Grand Ave, Rothschild, WI 54474 Phone / Fax # (715) 359-3660 Email Address County / State Marathon / Wisconsin Contract Year 2018 Contract Amount $20,102.00 Fahrner Asphalt Sealers, LLC GSB-88 References Sheet Name GSB-88 Owner Town of Clayton Work Type GSB-88 Project # / ID 508551421 Project Title Road Repair Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jamie Wood Contact Address 164 70th Ave, Clayton, WI 54004 Phone / Fax # (715) 641-0221 Email Address County / State Polk / Wisconsin Contract Year 2018 Contract Amount $7,540.00 Sheet Name GSB-88 Owner City of Greenwood Work Type GSB-88 Project # / ID 7553415 Project Title GSB-88 - Multiple Roads Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jamie Tuinstra Contact Address 102 North Main St, Greenwood, WI 54437 Phone / Fax # (715) 937-3787 Email Address jtuinstra@greenwoodwi.com County / State Clark / Wisconsin Contract Year 2017 Contract Amount $44,601.86 Sheet Name GSB-88 Owner Carlton County Transportation Department Work Type GSB-88 Project # / ID 0904-36 Project Title Moose Lake Airport Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Andrew Samberg, P.E. - RS&H Inc. Contact Address 4525 Airport Approach Rd, Ste A, Duluth, MN 55811 Phone / Fax # (218) 722-1227 Email Address andrew.samberg@rsandh.com County / State Carlton / Minnesota Contract Year 2017 Contract Amount $195,407.50 Sheet Name GSB-88 Owner Michigan Department of Transportation Work Type GSB-88 Project # / ID 62111-126376 Project Title White Cloud Airport Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jared Kowalewsky, Project Engineer Contact Address 2605 Port Lansing Rd, Lansing, MI 48906 Phone / Fax # (517) 908-3113 Email Address jared.kowalewsky@meadhunt.com County / State Newaygo / Michigan Contract Year 2017 Contract Amount $209,936.20 Sheet Name GSB-88 Owner Amhurst Property Work Type GSB-88 Project # / ID 7558106 Project Title GSB-88 - Multiple Locations Prime Contractor Fahrner Asphalt Sealers LLC Contact Name James Kraus Contact Address 3680 Independence Ave S, St Louis Park, MN 55426 Phone / Fax # (952) 933-9747 Email Address jkraus@amhurst.org County / State Hennepin / Minnesota Contract Year 2017 Contract Amount $67,914.00 Fahrner Asphalt Sealers, LLC GSB-88 References Sheet Name GSB-88 Owner Fillmore County Work Type GSB-88 Project # / ID A2301-34 Project Title Fillmore County Airport Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Silas Parmar - Bolton & Menk Contact Address 7533 Sunwood Dr NW, Ste 206, Ramsey, MN 55303 Phone / Fax # (763) 433-2851 Ext. 3010 Email Address silaspa@bolton-menk.com County / State Fillmore / Minnesota Contract Year 2017 Contract Amount $275,760.94 Sheet Name GSB-88 Owner City of Mora Work Type GSB-88 Project # / ID 6161400 Project Title GSB-88 - Multiple Roads Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Joe Kohlgraf Contact Address 101 Lake St S, Mora, MN 55051 Phone / Fax # (612) 390-8217 Email Address County / State Kanabec / Minnesota Contract Year 2016 Contract Amount $20,000.00 Fahrner Asphalt Sealers, LLC Hydroblasting / Line Removal References Sheet Name Hydroblasting / Line Removal Owner Dane County Regional Airport Work Type Hydroblasting Project # / ID PO #20211368-00 / PO #20221552-00 Project Title Airfield Ultra -High Pressure Waterblaster Services Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Greg Kerkenbush Contact Address 4000 International Ln, Madison, WI 53704 Phone / Fax # (608) 246-3396 Email Address kerkenbush@msnairport.com County / State Dane / Wisconsin Contract Year 2021 / 2022 Contract Amount $48,136.23 / $100,172.04 Sheet Name Hydroblasting / Line Removal Owner City of Apple Valley Work Type Hydroblasting Project # / ID 2021-103 Project Title [Year] Microsurfacing Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Brandon Anderson Contact Address 7100 147th Street West, Apple Valley, MN 55124 Phone / Fax # (952) 953-2490 Email Address County / State Dakota / Minnesota Contract Year 2021 Contract Amount $6,822.00 Sheet Name Hydroblasting / Line Removal Owner City of Winsted Work Type Hydroblasting Project # / ID A4306-34 Project Title Winsted Airport Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Adam Birkholz Contact Address 201 1st Street N, Winsted, MN 55395 Phone / Fax # (320) 485-2366 Email Address adam.birkholz@winsted.mn.us County / State McLeod / Minnesota Contract Year 2021 Contract Amount $2,780.00 Sheet Name Hydroblasting / Line Removal Owner Central Wisconsin Airport Work Type Hydroblasting Project # / ID PO# 4410 Project Title North Parking Lot & Airport Roadway Prime Contractor Fahrner Asphalt Sealers LLC Contact Name David Drodz Contact Address 100 CWA Dr, Ste 227, Mosinee, WI 54455 Phone / Fax # (715) 581-5377 Email Address ddrozd@fly-cwa.org County / State Marathon / Wisconsin Contract Year 2020 Contract Amount $8,080.00 Fahrner Asphalt Sealers, LLC Pavement Marking References Sheet Name Pavement Marking Owner Flad Development Work Type Pavement Marking Project # / ID Multiple / Multiple / Multiple / Multiple / Multiple / Multiple / Multiple / Multiple Project Title Pavement Marking - Multiple Locations Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Tom Romano Contact Address 3330 University Ave, Ste 206, Madison WI 53705 Phone / Fax # (608) 883-8100 Email Address County / State Dane / Wisconsin Contract Year 2015 / 2016 / 2017 / 2018 / 2019 / 2020 / 2021 / 2022 Contract Amount $20,025.00 / $21,080.65 / $41,313.75 / $14,435.75 / $8,231.75 / $18,671.80 / $7,306.75 / $14,039.00 Sheet Name Pavement Marking Owner City of Spooner Work Type Pavement Marking Project # / ID 7562403 / 508552403 / 1501952401 / 1502052401 / 1502152404 / 1502252411 Project Title City-wide Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name David Olson Contact Address PO Box 548, Spooner, WI 54801 Phone / Fax # (715) 635-8769 Email Address spooner.st.dept@cityofspooner.org County / State Washburn / Wisconsin Contract Year 2017 / 2018 / 2019 / 2020 / 2021 / 2022 Contract Amount $11,076.00 / $11,076.00 / $11,576.00 / $12,176.00 / $11,798.00 / $13,208.00 Sheet Name Pavement Marking Owner Amery School District Work Type Pavement Marking Project # / ID 7561311 / 508551303 / Multiple / Multiple / Multiple Project Title District -wide Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Bill Peterson Contact Address 543 Minneapolis Ave, Amery, WI 54001 Phone / Fax # (715) 554-4576 Email Address County / State Polk / Wisconsin Contract Year 2016 / 2017 / 2018 / 2020 / 2021 / 2022 Contract Amount $6,383.50 / $2,495.00 / $7,207.20 / $8,799.75 / $3,680.00 / $4,373.00 Sheet Name Pavement Marking Owner Festival Foods Work Type Pavement Marking Project # / ID Multiple / Multiple / Multiple / Multiple / Multiple Project Title Company -wide Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Ryan Fabry Contact Address 3315 French Rd, De Pere, WI 54115 Phone / Fax # (920) 680-5964 Email Address rfabry@festfoods.com County / State Multiple / Wisconsin Contract Year 2018 / 2019 / 2020 / 2021 / 2022 Contract Amount $33,499.00 / $22,674.00 / $26,979.00 / $29,692.00 / $54,984.20 Sheet Name Pavement Marking Owner City of Barron Work Type Pavement Marking Project # / ID Multiple / 508552405 / 1501952404 / 1502052405 Project Title City-wide Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Dave Hanson Contact Address PO Box 156, Barron, WI 54812 Phone / Fax # (715) 418-1055 Email Address County / State Barron / Wisconsin Contract Year 2015/2016/2018/2019/2020 Contract Amount $20,432.00 / $16,527.00 / $18,160.00 / $18,750.00 / $17,850.00 Fahrner Asphalt Sealers, LLC Pavement Marking References Sheet Name Pavement Marking Owner Washington County Work Type Pavement Marking Project # / ID Multiple / Multiple / Multiple / 1502250510 Project Title County -wide Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Kyle Stember Contact Address 14949 62nd St N, Oak Park Heights, MN 55082 Phone / Fax # (651) 235-8594 Email Address County / State Washington / Minnesota Contract Year 2018 / 2019 / 2020 / 2022 Contract Amount $1,187.34 / $10,583.80 / $8,830.70 / $1,526.30 Sheet Name Pavement Marking Owner City of Lindstrom Work Type Pavement Marking Project # / ID 6561485 / 7561435 / 1501956421 / 1502056427 Project Title City-wide Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Matt Fraley Contact Address 13292 Sylvan Ave, Lindstrom, MN 55045 Phone / Fax # (651) 325-1769 Email Address mfraley@cityoflindstrom.us County / State Chisago / Minnesota Contract Year 2016 / 2017 / 2019 / 2020 Contract Amount $1,400.00 / $2,800.00 / $1,955.00 / $7,465.00 Sheet Name Pavement Marking Owner Wausau School District Work Type Pavement Marking Project # / ID Multiple / Multiple / Multiple / Multiple Project Title District -wide Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Larry Cihlar Contact Address PO Box 359, Wausau, WI 54402 Phone / Fax # (715) 261-0543 / (715) 261-2580 Email Address County / State Marathon / Wisconsin Contract Year 2015 / 2016 / 2017 / 2018 Contract Amount $25,587.50 / $2,500.00 / $35,916.00 / $39,095.21 Sheet Name Pavement Marking Owner Park Towne Management Work Type Pavement Marking Project # / ID Multiple / Multiple / Multiple Project Title Pavement Marking - Multiple Locations Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Josh Lazare Contact Address 402 Gammon PI, Ste 300, Madison, WI 53719 Phone / Fax # (608) 833-9044 Ext. 314/ (608) 833-1792 Email Address joshl@parktowne.com County / State Dane / Wisconsin Contract Year 2016 / 2018 / 2019 Contract Amount $2,445.75 / $2,023.75 / $1,384.00 Sheet Name Pavement Marking Owner Minnesota Department of Transportation Work Type Airport Pavement Marking Project # / ID A3401-64 / Multiple / A0001-24 Project Title Statewide Airport Runway Markings Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Bob Milton Contact Address 222 E Plato Blvd, St Paul, MN, 55107 Phone / Fax # (651) 234-7250 Email Address bob.milton@state.mn.us County / State Statewide / Minnesota Contract Year 2015 / 2018 / 2019 Contract Amount $531,030.98 / $644,262.15 / $802,759.92 Fahrner Asphalt Sealers, LLC Pavement Marking References Sheet Name Pavement Marking Owner Iowa Department of Transportation Work Type Airport Pavement Marking Project # / ID 7358 / 7596 Project Title Repaint Airport Pavement Markings Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Mike Marr Contact Address 800 Lincoln Way, Ames, IA 50010 Phone / Fax # (515) 239-1468 Email Address County / State Statewide / Iowa Contract Year 2017 / 2018 Contract Amount $148,415.45 / $128,280.01 Sheet Name Pavement Marking Owner Minnesota State College Work Type Pavement Marking Project # / ID Multiple / Multiple Project Title Pavement Marking - Multiple Locations Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Tom Hoffman Contact Address PO Box 409, Winona, MN 55987 Phone / Fax # (507) 453-2770 Email Address thoffman@southeastmn.edu County / State Goodhue, Winona / Minnesota Contract Year 2015 / 2019 Contract Amount $33,613.14 / $17,800.50 Sheet Name Pavement Marking Owner Mueller Sports Medicine Work Type Pavement Marking Project # / ID Multiple Project Title Pavement Marking - Multiple Locations Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Keith Ballweg Contact Address One Quench Dr, Prairie Du Sac, WI 53578 Phone / Fax # (608) 643-8530 Email Address keith.ballweg@muellersportsmed.com County / State Sauk / Wisconsin Contract Year 2019 Contract Amount $15,404.00 Sheet Name Pavement Marking Owner WW Grainger Work Type Pavement Marking Project # / ID 208244000 Project Title Lot Repairs & Maintenance Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Ken Dowdy Contact Address 401 S Wright Rd, Janesville, WI 53546 Phone / Fax # (608) 295-9178 Email Address ken.dowdy@grainger.com County / State Rock / Wisconsin Contract Year 2018 Contract Amount $11,100.00 Sheet Name Pavement Marking Owner City of Stevens Point Work Type Pavement Marking Project # / ID 18-04 Project Title [Year] Street Seal Coating Program Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Joel Lemke Contact Address 1515 Strongs Ave, Stevens Point, WI 54481 Phone / Fax # (715) 346-1561 Email Address County / State Portage / Wisconsin Contract Year 2018 Contract Amount $5,547.75 Fahrner Asphalt Sealers, LLC Pavement Marking References Sheet Name Pavement Marking Owner Miners State Bank Work Type Pavement Marking Project # / ID 7917002 Project Title Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Paul Hinkson Contact Address PO Box 351, Iron River, MI 49935 Phone / Fax # (906) 265-5131 Email Address msb@msbir.com County / State Iron / Michigan Contract Year 2017 Contract Amount $2,677.14 Sheet Name Pavement Marking Owner Dubuque School District Work Type Pavement Marking Project # / ID 7772000 Project Title Dubuque Senior High Prime Contractor Conlon Construction Contact Name Keefe Gaherty Contact Address 1100 Rockdale Rd, Dubuque, IA 52003 Phone / Fax # (563) 583-1724 Email Address kgaherty@conlonco.com County / State Dubuque / Iowa Contract Year 2017 Contract Amount $11,755.00 Sheet Name Pavement Marking Owner Dubuque School District Work Type Pavement Marking Project # / ID 7772000 Project Title Dubuque Senior High Prime Contractor Conlon Construction Contact Name Keefe Gaherty Contact Address 1100 Rockdale Rd, Dubuque, IA 52003 Phone / Fax # (563) 583-1724 Email Address kgaherty@conlonco.com County / State Dubuque / Iowa Contract Year 2017 Contract Amount $11,755.00 Sheet Name Pavement Marking Owner DC Everest School District Work Type Pavement Marking Project # / ID Multiple Project Title District -wide Pavement Marking Prime Contractor Fahrner Asphalt Sealers LLC Contact Name Jason Jablonski Contact Address 1699 Schofield Ave, Ste 300, Schofield, WI 54476 Phone / Fax # (715) 359-4221 / (715) 359-2056 Email Address County / State Marathon / Wisconsin Contract Year 2016 Contract Amount $18,186.00 UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) 0 The bidder/offeror is committed to a minimum of 8.4% DBE utilization on this contract. ® The bidder/offeror, while unable to meet the DBE goal of 9. `i %, hereby commits to a minimum of AA l % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GIVE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE finn(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. Fahrner Asphalt Sealers, LLC Bidder's/Offeror's Finn Name March 30, 2023 Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ DBE Subcontractor $ x 1.00 = $ % DBE Supplier $ a0 1304 x 0.60 = $ t at D 18r 2 . l % DBE Manufacturer $ x 1.00 = $ % Total Amount DBE $ DBE Goal $ 1 Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. FAA AIP 3-19-0094-056 P-14 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) Bidder/Offer LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Name: Fahrner Asphalt Sealers, LLC Address: 6615 US Hwy 12W City: Eau Claire DBE Firm: DBE Firm: COURTLAND LLC State: WI Zip: 54703 Address: 830 TOWER DRIVE, SUITE 150 City: MEDINA, State: MN Zip: 555340 DBE Contact Person: Name: JULIA ESPEY Phone: (763}567-2179 DBE Certifying Agency: IOWA DOT Expiration Date5/26/2023 Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. Classification: • ■ Prime Contractor Manufacturer ■ Subcontractor Supplier • Joint Venture to Work be performed DBE item(s) by Description of Work Item Quantity Total SUPPLIER SUPPLY ROADSAVER 201 (2 (ji 1 3,0 The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ .Z0, i 30 ii10 % 8 Percent of total contract:.. AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: PRESIDENT (Title) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. FAA AIP 3-19-0094-056 AECOM Project #60695145 P-15 Waterloo Regional Airport Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Non -building projects such as airfield/roadway construction, equipment acquisition, etc.) As a matter of bid responsiveness, the Bidder or Offerer must complete, sign, date, and submit this certification statement with their proposal. The Bidder or Offerer must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". ® The Bidder or Offerer hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the Bidder or Offerer agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. O The Bidder or Offerer hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC§ 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC§ 50101(b). By selecting this certification statement, the apparent Bidder or Offerer with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; FAA AIP 3-19-0094-056 P-16 Waterloo Regional Airport AECOM Project #60695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) products of unknown origin must be considered as non -domestic products in their entirety). Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. b) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver —Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for atype 4 of waiver is: a) Detailed cost information for total project using US domestic product. b) Detailed cost information for total project using non -domestic product. False Statements: Per 49 USC§ 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. March 30, 2023 Date Fahrner Asphalt Sealers, LLC Company Name Vice President Title FAA AlP 3-19-0094-056 P-17 Waterloo Regional Airport AECOM Project 1160695145 Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program (Revised 4/19/2010) Instructions for Permissible Waivers Section 50101(b)(1) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal_contract_provisi ons/media/buy_american waiver.xls Section 50101(b)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procuremendfederal_contract provisions/media/buy_american_waiver.xls Section 50101(b)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. 1. "Equipment" in Section 50101 shall mean the following: a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied for the type "L" items listed in AC 150/5345-53. c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage: http://www.faa.gov/airports/aip/procurement/federal contract_provisions/media/buy_american_waiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached fonnat. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The final assembly of the AiP-funded "equipment" must be within the USA (Section 50101(b)(3)(13)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors arc required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AiP. Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american waiver.xls. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list. Instructions for Section 50101(b)(4) Waiver: 1. The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before making this request. FAA AJP 3-19-0094-056 AECOM Project #60695145 P-18 Waterloo Regional Airport Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT Buy American Product Content Percentage Worksheet 0 Company Name: Point of Contact: fU w lt 0 N a) .c rn 0 0 ro 'c a) m 715 N (/) • t 0 Q H CL FAA Eligible Item: US Content (%) (attach Certificate of Origin, US Customs Form 434, if applicable): 0 0) Address of Final Assembly Location: 0 4 2 r a) a) Q a) • cn C ro o E �_ U C0 "0 0 a)� E o n. 46 Ic U Q) • U tp j -O .b m n a) 0 2 vo co id '— N N(7: ti ) SU coQ)• D U c rn13 43 1- 2 cm ro � Uj rn co g� in z .N m N a) a) .s 8 st •C 'C 0 N ca a) L 8 Lri ca rn a) ic N c N ,c46. Item Description L t n a3 z FAA Forrn 5100-136 (8/20) SUPERSEDES PREVIOUS EDITION O\ a, FAA AIP 3-19-0094-056 AECOM Project #60695145 1- 0 Z 0 0 W 0 0 0 w w I LL Q et ZZ w o 0E- M ZW V I w 0 Z w 0 0 N 0 0 F— F- 0 w H 0 Z U 0 4.1 1, c m0 6v, m Dag t cs tn Item Description E n. 3 z z 0 p w 0) 0 w 0 w 0 w w a co A ten o w >, .^ x Q - N. czt O ai Q O Y c1) (NI czs cu a) 0 a O N FAA AIP 3-19-0094-056 AECOM Project #60695145 OMB CONTROL NUMBER: 2120-0559 EXPIRATION DATE: 6/30/2023 J N w 0 z 0 t NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT 0 0 0 a r O EA ui 44 co 0 75 (C E 3 N 0 N CD 0 Airport Sponsor. Sample Airport Authority Airport Worksite: Sample Municipal Airport U.S. Content: Worksite LOCID: SMP Non-U.S. Content 95.00 % Project Description: Reconstruct Runway 18/36 r a 0) ,ro 2 2 9- 0 :mom d L 0 L U) T N 2 d L 0. ' c 0 m to LL 1 O LL cr? o O m b) Z a o a 2 0 U 00'000'09$ 0 O 0 O 0 O (A 0 O (A 0 O V) 0 O 00 0 O 00'0$ $78,000.00 0 L.-' N 0 O .' t O N " o 0 vi co O r (1t 0 0 O to (A 00'000109n 0 0 O EA $120,000.00 0 EA 0 EA $24, 000.00 $1,445,900.00 Pavement items Pavement Item Component Pavement Item Subcomponent Painting and Marking Component Painting and Marking Component Electrical and Lighting Electrical and Lighting Subcomponent Electrical and Lighting Subcomponent SUBTOTAL, (O N T. u 0 8 0 2 —Iv r- r N r r r N N 0 c .J r N CO "Cr U) (D N. O TOTAL MATERIAL COST: $1,523,900.00 ae 0 cri 0) U.S. Content: Non-U.S. Content: FAA Form 5100-143 (8/20) FAA AIP 3-19-0094-056 AECOM Project #60695145 10 4) O p�V 0 ? N .. W w CO 0 Dz zo 0 Et z 0 0 0 - CONFIDENTIAL - NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT m 0 Airport Sponsor. U.S. Content: Non-U.S. Content: Worksite LOCID: Project Description: Project Material Structure List (Bill of Materials) A c 0 u. D u. o of Non-U. 0 FAA Form 5100-143 (8/20) o w u. >, .� c O [U o ▪ Q O _O cn cts N >, c4 vzs 0) a (V N FAA AIP 3-19-0094-056 AECOM Project #60695145 For FAA Use Only SUBTOTAL TOTAL MATERIAL COST: U.S. Content: 0 Non-U.S. Content: ai rn v a) 0 t N r N ch c0) a)so v Q V) oa, `r ro c m RI o .0 r cm c3 o co U o pen O a O O_ o 0 > O L_ cu Y 0. n a) O N in C as U -0 .Q Q) a) m� SP (0 U 7 N F- Q n co V) FAA Form 5100-143 (8/20) o w x ccs o W a) Q u: >, o x o '- o N 3 T C4 .fl (CS c a) E 0 as a FAA AIP 3-19-0094-056 AECOM Project #60695145 Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation ofa Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://w►nv.jaa.go►Vai ports/aip/procurement/federal contract_provisions/media/buv american waiver.xls • Bidder shall submit a listing of equipment it proposes to install on the project that is included on the current National Buy American conformance list. quipment Type li A Name of Manufacturer Product Number Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: http://www.faa.gov/airports/aip/procurement/federal contract provisions/media/buy american waiver.xls I hereby certify the above information is accurate and complete. Fahrner Asphalt Sealers, LLC Bidder's Firm Name March 30, 2023 Date FAA AIP 3-19-0094-056 AECOM Project #60695145 P-24 Waterloo Regional Airport Pavement Rehab (Rwy 12/30, Txy A East, Txy E) Corporate Office 2800 Mecca Drive Plover, WI 54467 FAHRNER a.sphalti rsealers«e Pavement Maintenance Contractors EEO/AA Employer "STATEMENT OF EXPERIENCE" phone 715.341.2868 800.332.3360 fax 715.341.1054 Fahrner Asphalt Sealers, Inc., (n/k/a Fahrner Asphalt Sealers, L.L.C.) has been in business since 1979, and incorporated in 2007 in the State of Wisconsin. Our corporate office is located in the Village of Plover, WI. We also have branch offices in Saginaw and Iron River, Michigan, Onalaska, Waunakee, Appleton, and Eau Claire, Wisconsin. During the peak season we maintain a work force of over 400 employees, which services various states across the country. We pride ourselves in keeping abreast of using the latest techniques and state-of-the-art equipment and materials in the pavement maintenance/paving industry. Currently we maintain a fleet of over 300 vehicles, which enables us to service our customers in a timely manner. Our services include Chip Sealcoating, Fog Sealcoating, Scrub Sealing, Slurry Sealcoating, Micro -Surfacing, Rubberized Crack and Joint Sealing, PCC Joint Sealing, Saw and Seal, Bridge Deck Sealing, Parking Lot Striping, Long Line Painting, Infrared Patching, Spray Patching, BCI Flex Patching, Concrete Patching, Hydro -blasting, Utility Cut Patching, Bridge Deck Epoxy, Rejuvenators, and Street/Parking Lot Sweeping. Fahrner Asphalt Sealers, L.L.C. is proud of its membership and/or affiliation with the Michigan Infrastructure & Transportation Association, Michigan Road Preservation Association, Upper Peninsula Distributor's Association, County Road Association of Michigan, Tri-County Contractors Association, Michigan Chamber of Commerce, Michigan Municipal League, Marquette Builders Exchange, Asphalt Paving Association of Iowa, Minnesota Association of Asphalt Paving Technologies, Minnesota Asphalt Pavement Association, Minnesota Council of Airports, Minnesota Recreation & Park Association, Minnesota Educational Facilities Management Professionals, Wisconsin Association of School Business Officials, Wisconsin Highway Association, American Public Works Association, Wisconsin Towns Association, Wisconsin Asphalt Pavement Association, Wisconsin League of Municipalities, Wisconsin County Housing Association, Apartment Association of South Central Wisconsin, Florida Airports Council, Associated Builders and Contractors, Inc., International Slurry Surfacing Association, Midwest Bridge Preservation Partnership, Northwest Regional Builders Exchange, and Technology & Maintenance Council. Our corporation is licensed, bonded and insured. We are also pre -qualified with the Department of Transportation in the States of Michigan, Wisconsin, Iowa, Illinois, Ohio, Kansas, Minnesota, Nebraska, Missouri, Wyoming, New Mexico, North Dakota, Indiana, South Dakota, Georgia, Florida, Arkansas. 6616 US Hwy 12 W • Eau Claire, WI 64703 860 East.line Road • Kaukauna, WI 54130 316 Raemisch Road • Waunakee, WI 53597 phone 715.874.6070 • 800.497.4907 • fax 715.874.6717 phone 920.759.1008 • 800.261.1900 • fax 920.759.1019 phone 608 849.6466 • 800.898.2102 • fax 608.849.6470 7680 Commerce Park, Section C • Dubuque, IA 52002 2224 Veterans Memorial Pkwy • Saginaw, MI 48601 III Anderson Road • Iron River, MI 49935 phone 563.556.6231 • fax 563.588.1240 phone 989.752.9200 • fax 989.752.9205 phone 906.265.6770 • fax 906.265 5719 :3900 US-17 • Bartow, FL 33830 914 Commercial Ct • Onalaska, WI 54650 phone 863.223.6120 • far 888.638.2993 phone 008.779.6641 • fax 608.779.6813 www.FahrnerAsphalt.com 7500 Hudson Blvd., Ste 305 • Oakdale, MN 56128 (Minnesota Office) phone 651.340.6212 • fax 716.874.6717 Book = Book 6 EYE Month is Detente/ Sys No Eat In Svc Arnold P Dept Dale Value T Meth GL Asset Acct No= 1620 CO2222 PREDATOR GENERATOR 000 12/2019 LOCO CO P MT200 001122 HOMBADE 6(12 SINGLE AXLE FLATBED UTILITY TRAILER 000 1111609 000 P MT200 TABS HG MACH NE TRAILER MTD W.CUTTER 000 07118,14 422000 P MT200 001159 6X12 UTILITY TRL SCREEN JIG SUPPLY 000 12/3109 00) P MT200 001006 TRAFFIC CONTROL/SIGN TRAILER 030 1007A8 1.47595 P MT200 001293 STANDER UTILITY TRAILER 000 062311 2,31996 P MT200 002001 STONEMUDMOOER 000 050318 79125 P MT200 CO2317 NAG OTUANIC FRICTION TESTER TRAILER 000 072220 57.90168 P MT200 000828 SC TANK 4500 000 02/1503 4.500 CO P 1.11200 0:0239 6000 GAL PUMP AGITATOR 000 022307 10.69000 P 11 200 000241 8000 GAL PUMP AGITATOR 000 02/2307 13.35000 P 1/F200 000242 15000 GAL, PUMP 000 022307 667500 P MF200 000243 25000 GAL. PUMP, GENERATOR, BURNER 003 022307 20.025 00 P MF200 000244 12000 GAL, PU UP 000 022307 16.020 00 P VF200 001043 3.000 GAL GASOLINE FUEL TANK 000 010109 000 P MT200 0)1042 4,000GAL FUEL TANK 000 01N1.09 000 P MT200 000247 10000 GAL D: ESEL TANK PUMP 003 072307 13.350 03 P 1/F200 000248 1000 GAL GASOUNE TANK, PUMP 000 022307 6,67500 P 1/F200 000249 503 GAL WASTE OL TANK 000 022307 200250 P UF200 000251 6000 GL BULK TANK 000 02/2307 13.350 00 P UF200 4000 GL 8UL.K TANK 0O0 022307 10.68000 P VF200 500 GL SEALCOAT TANK 000 022307 5.340 CO P UF200 VANCE BROTHERS 10.000 GL 000 05'1403 10.60000 P MT200 15.000 GAL, PUMP 000 02/2307 6.67500 P VF200 FUELUASTER FUEL VANAGEVENT SYSTEM 003 012820 12231338 P 10.000 GALLON KENNEDY SEALER TANK 000 022307 6.67503 P 20.000 GAL HEATED CO3 0327408 2500000 P 25,000 GAL, HEATED. JOHN DEER E GENSET, PUMP 000 032706 35.000 00 P PROPANE TANK - EC VAR 000 0507,10 6000 GAL PUMP AGITATOR 003 0611311 1000 GAL PUMP AGITATOR 000 0611311 8.00000 P SEALVASTER BULK TANK 000 0302/12 15,60673 P CATER P.LLAR 433C STEEL DRUM ROLLER 000 0401/19 856950 P WACKER RO-I2A90 DO STEEL ROLLER 000 020320 10.550 00 P WACKER RD-12A90 DO STEEL ROLLER 000 020320 10,550 00 P GALUON ROLLER 00) 12/2019 2.00000 P ROSCO ROLLER 000 12/2019 1.0)000 P DYNAPAC C122ROLLER CO) 122019 4.03000 P ROSCO ROLIPEC (PERFECTION) 000 122019 1.00000 P KRAFT WOLF PAC ROLLER 000 12/2019 3.00000 P BOVAG ROLLER 000 021508 9.50000 P STEEL DRUM VIBE ROLLER 000 022307 2002500 P WACKER DOUBLE DRUM DUAL VBE ROLLER 000 042009 1700000 P WACKER RD12A ROLLER 000 03/1913 12,13250 P WACKER R012A ROLLER ARTICULATED. VIBE 0)0 03/1913 12,13250 P WACKER R012A ROLLER ARTICULATED 003 03/24114 11562 25 P WACKER ARTICULATED VIBE ROLLER 000 02/2307 5.34000 P HYSTER DOUBLE STEEL DRUM VBE ROLLER 003 02.2307 5.34000 P WACKER ARTICULATED VIBE ROLLER 003 022307 4.00600 P WACKER R012A ROLLER ARTICULATED V.BE 000 0513614 10.560 03 P WACKER ARTICULATED V.BE ROLLER CO) 04/3007 1223800 P WACKER ARTICULATED V.BE ROLLER 000 0423007 12 238 CO P WACKER ARTICULATED MBE ROLLER 003 04'3007 12238 CO P DYNAPAC ARTICULATED VIBE ROLLER 000 040207 16.559 28 P LARGE SEAL COAT MACHINE /1 000 12/2019 5000 00 P SEAL COAT MACHINE 12 000 122019 5.00000 P 001550 000252 000253 000966 000255 002276 000259 CCO%2 000563 001196 001245 0)1247 001354 002147 002277 002278 002209 002206 002207 002205 002215 000796 000113 031366 001014 001387 001520 000115 000132 000133 001539 003699 000700 000701 000696 002726 002225 00)130 000134 000135 000136 000137 000138 ROSCO TRUPAC 915 ROLLER 000 02,2307 HYPAC RUBBER ROLLER 000 022307 HYPAC RUBBER ROLLER 000 02/2307 HYPAC RUBBER ROLLER 003 02/2307 HYPAC RUBBER ROLLER 000 022107 HYPAC RUBBER ROLLER 6,19675 P 15,000 CO P 6.67500 P 20.02500 P 2002500 P 20.025 00 P 20.02500 P MT200 VF200 MT200 MT200 14T200 MT200 MT200 MT200 MT200 LIT200 MT200 LIi200 MT200 MT200 MT200 MT200 LR200 VF200 MT200 L4T200 MT200 MT200 MF200 MF200 VF200 UF200 1)F200 VF200 1/F200 MF200 MT200 MT200 MF200 1/F200 MF200 MF200 VF200 Fahrner Asphalt Sealers Depreciation Expense Report As of December 31. 2022 Est Sa)r1168 Depreciable Prior Life Arow Basks Tfyu Construction Equipment -1620 06 00 07 00 O5 00 07 00 07 00 05 00 05 00 05 00 0700 0700 07 CO 07 00 07 00 07 00 07 00 0700 07 00 07 CO 0700 07 00 07 00 07 00 07 00 07 00 05 03 07 00 07 CO 0700 07 00 07 00 07 00 07 00 05 00 05 00 05 00 05 CO 05 CO 05 00 OS00 05 00 07 CO 07 00 07 00 07 00 07 00 07 00 05 00 05 00 05 CO 06 00 OS 00 05 00 06 00 05 00 05 00 06 00 06 00 05 00 O6 00 05 00 05 00 Prior Atom Deerectabon Group =GLAcct Depreciation Current YTD Cunerd Accun Key Ttis Rus Deprec ialion Depreciation Co 000 LOCO CO 12,3121 71200 11520 11520 000 003 12,31/21 000 000 003 000 422000 12,3121 422000 000 000 000 000 12/3121 000 003 000 000 1,47595 123121 1.47595 000 000 000 2,31995 123121 231996 000 000 000 79125 123121 65452 91.15 91.15 000 57,901.68 124121 30.108 68 11.117.12 11.117.12 000 450000 12,3121 4.50000 000 000 000 10.66000 124121 10.68000 000 000 000 13.350 CO 1 L3121 13,350 00 000 0 CO 000 6.67500 12/3121 6.6750) 000 000 000 20.02500 124121 20.02500 000 000 000 16.020 00 12,3121 16.020 00 000 0 CO 000 000 12/3121 000 000 000 000 000 12/3121 000 000 0OO 000 13.350 00 12,3121 13.350 00 000 000 000 6.675CO 122121 6,675CO 000 000 000 200250 123121 200250 003 000 000 13,350 00 12,3121 13.350 00 000 0 CO 000 10.6800) 1231/21 10.66000 000 000 000 5.340 CO 12,3121 5.34000 000 000 000 10.600 CO 12/3121 10.600 CO 000 0 CO 000 667500 12/3121 6,6750D 000 000 000 1223833 12/3121 6.36393 2.34977 2.34977 000 8.6750) 1223121 6.67500 000 000 000 2500000 122121 25.00303 000 000 000 3500000 12/3121 35.00000 003 000 000 619875 122121 6.19375 000 000 000 15.000 00 123121 15.000 00 000 000 000 8.00003 1221/21 8.00000 000 000 000 15.608 73 12/31/21 15,608 73 000 003 000 8.55950 123121 6115 72 96951 93951 51 000 10.550 00 12,3121 5.466.00 202560 2,02560 000 10550 00 122121 5.46600 2.02560 2,02560 000 200000 12,3121 1,424 CO 230.40 230.40 000 1.00000 122121 71200 11520 11520 000 4.00000 122121 284800 46080 460 80 000 1.00000 1273121 71200 11520 11520 000 3.00000 12s3121 213600 34560 34583 000 9.50000 123121 950000 000 000 000 20.02500 1231/21 20.02500 000 000 000 17,000 00 123121 17.000 00 0 CO 000 000 12,132 50 123121 12,132 50 0 CO 000 0 CO 12.132 50 123121 12.132 50 0 0) 000 000 11.552 25 1213121 11552 25 0 CO 000 000 5,34003 12.3121 5.34003 000 000 000 5.34000 123121 5.34000 000 000 000 4.00500 12/3121 4.00500 000 000 000 10.550 00 1223121 10.550 00 003 0 CO 000 1223300 12,3121 1223800 003 000 000 1223800 12,3121 1223800 000 000 00) 1223800 124121 1223303 000 000 000 16.559 28 12,3121 16.569 28 0 CO 0 CO 000 500000 1223121 3.56000 57600 5760) 00) 5.00000 123121 3.56003 57603 57600 000 6,67500 12/3121 6.675 CO 000 000 000 20.025 00 124121 20,025 00 000 000 000 20.025 CO 12,31.21 20.02500 000 000 000 20.025 00 1 L3121 20.025 00 00) 000 000 20.02500 12.3121 20.02500 0O0 000 82720 000 422003 000 1,475 95 2,31995 74567 4122600 4,50000 d 10.68300 s 13.35000 s 6.67500 s 20.025 00 s 16.02000 $ 000 000 13.35003 s 6,67500 s 200250 s 13.35000 s 10.69000 s 5.34000 s 10.600 00 667500 s 8.713 73 6.67500 s 25.003 00 35.00000 615675 1500300 8.00000 15.606 73 7.10523 7.51160 7,51160 1.654.40 82720 3.306 CO 82720 2.48160 9.5000) 20.02500 $ 17,000 00 1213293 12,132 50 11,552 25 5,34000 s 5.34003 s 4.0)503 s 10.550 00 s 1223300 s 1223300 s 1223300 s 16.559 28 s 4,13600 4,13600 6.67500 • 2002500 s 20.025 CO $ 20.025 00 s 20.025 00 s Net Book Value 17283 000 000 000 000 000 003 000 000 000 003 000 4558 000 16.675 68 00) 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 003 000 000 000 000 000 000 000 000 000 000 000 003 000 0.00 000 3.52465 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 1.48427 000 3.038.40 000 303840 000 34560 000 17283 000 89120 000 17280 000 51840 000 000 000 000 000 000 000 000 000 000 00) 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 85400 000 66400 000 000 000 000 000 000 000 000 000 000 000 0)1793 001910 001961 001794 001911 001891 001912 001962 002064 002115 002116 002117 002293 002239 002337 002338 002339 031940 C01161 002297 002296 000993 0)1271 001474 001545 001561 copies C01772 001927 031936 001939 002000 000066 002066 002067 002166 002187 002188 002169 002269 002290 CO2324 001366 001106 001215 001202 001107 000E09 0)1347 001374 001375 001677 011376 001924 002064 002114 002164 002291 000325 00)328 00)327 000331 000965 001160 001126 000831 001156 030351 TENWUR SWEEPER 003 0207i17 TENNANT SWEEPER 000 0207'17 TENNANT SWEEPER 5300 34.589 76 P 34.569 76 000 0402,18 36.00573 TENNANT SWEEPER 530-G 000 040218 36.003 73 BROCE BROOM RCT-350 00) 0327,18 58.02500 SUPERIOR BROOM SVBOK 003 01/1018 18.99000 P P P P P TENNANT RIDER SWEEPER S3PG RECONOIT101I ED 000 0402118 26465 00 P SCRUB SEAL BROOM MILE HITCH 000 0327.18 18.00358 P SCRUBSEAI. BROOM PINTIE HITCH COO 0401/18 15,70895 P SUPERIOR D774J M O-MOUNT BROOM 000 03/1219 56.731.85 P SUPERIOR SM74J FRONT -MOUNT BROOM 000 03112.19 6196125 P SUPERIOR S11474J FRONT -MOUNT BROOM 000 03'1219 6193125 P 11T200 ARVADYLO SW9XK POKER BOSS RIDE•ON SWEEPER 000 030520 45.314 36 P MT200 PULL BEHIND BROOM 000 122019 250300 P ARVADILOZ-PO4'.ER BOSS RIDER SWEEPER 000 03/3021 45314 36 P ARVADLLOZ•POhER BOSS RIDER SWEEPER 000 03'3021 45.314 38 P ARVAD'LLOZ•PO'.£R BOSS RIDER SWEEPER 000 03'3021 45.314 36 P SCHWARZE SWEEPER, MTO O4 11123 000 042018 000 P SCNNARZE SWEEPER, MUT ON 11352 000 12/31.09 0 00 P SCHWARZE SWEEPER. MNT ON 11452 000 05/12,20 000 P SCHWARZE SWEEPER ATTACHMENT 000 05/1220 003 P ROSCO 2008 PRO SWEEPER 000 062806 3898225 P TENNANT MODEL 6000 BROOM 000 05/1311 8.000 00 P AMERICAN UNCOLN 6150 SWEEPER 000 0206.14 13256 08 P VANIG SWEEPER SKOSTEER ATTACHMENT 000 091614 6.33000 P TEHNM1TS30 SWEEPER CO3 012015 32,599 50 P TEN.WLHTS30 SWEEPER OD) 12A1/15 30.65875 P SHOTBLASTER 003 C6'1316 87508.10 P SHOTBLASTER D-1600 000 050318 7396529 P BW SCAFlER HEAD 000 050318 6.656.16 P BIN BLASTHEAD 000 050318 14.114 05 P BW BIASTH EAD 000 06/11/18 14.114 05 P SHOTBLASTER D•1800 000 08/1618 71506 22 P BW SCARIFIER HEAD 0)) 03/1618 9.65724 P BW MASTHEAD 000 03/1618 14.05853 P BW SHOTBLASTER D-1800 000 0807.19 78.317 28 P BW MASTHEAD 000 032319 15.49365 P BW SCARIFIER HEAD 000 0807219 7.033.45 P 8W MASTHEAD 000 0307,19 10.658.15 P OW SHOTBLASTER D-1600FT4 003 042720 80542 57 P BW MASTHEAD B11•18-4 000 042720 13963 54 P BW 8-101 PULSE VAC SHOTBLASTER 000 11:03'20 7.77848 P TENNANT SWEEPER WALK BEHIND 000 03,04'13 000 P NISSAN 30001 FORKLIFT 000 07/17.09 5.327 75 P NISSAN 35009 FORKUFT 000 072610 5.802 50 P KOIATSU 500048 FORKUFT 000 072610 10.022 50 P KOMATSU 5000 LB FORKUFT 030 022009 12.132 50 P CLARK FORKLIFT 003 02/1506 220000 P DAEWCOD FORKUFT 003 020312 9.49500 P YALE FORIO.IFT 000 032013 11253 34 P YALE FORKLIFT 50001 PNEUMATIC 000 032013 11253 34 P YALE FORKUFT50001 PNEUMATIC OCO 0320 /3 11200 00 P KWATSU FORKLIFT 90007 PNUVATIC 000 06/17.15 8,1620) P CAT P6000 FORKLIFT 000 0302/18 11,05000 P NISSAN FORKUFT PFSOLP 000 10'' 15' 18 12.840 00 P JIG 60425 TELEHANDLE R, VARIABLE REACH 8.0001 000 0301/19 49.99345 P ATLAS COPCO SKOSTEER ATTACHMENT 00) 05.2919 3.692 50 P DOOSAN ens FORKLIFT 000 040820 22 714 89 P MILER TRAILBLAZER 250 WELOE R 000 022307 2 002 50 P MILER 3500 BLUE STAR WELDER 000 022307 1.33500 P M LIAR 3503 BLUE STAR WELDER 000 02/2307 1.335 CO P MILER BOBCAT WELDER 00) 02/2307 0.00500 P MF200 HYPOTHERM PONE WAX PLASMA CUTTER WELDER OD) 0507.03 2247.15 P 141200 HOBART WELDER 000 1231139 SHOP PLASMA CUTTER 003 1271609 M LLER MATIC 25 WELDER 000 02/1508 SHOP WELDER 000 020609 MILER CHAMP 4500 WELDER 000 P 147200 003 P 417200 1.05000 P 417200 3.45262 P M7200 41T200 07 00 000 147200 07 00 000 MT200 07 00 000 41200 07 00 000 141200 07 CO 000 MT200 07 00 OCO MT200 07 00 003 MT200 07 00 000 MT200 CS 00 000 UT200 05 00 000 MT200 05 00 000 05 00 000 05 00 000 M7200 05 00 000 417200 07 0) 000 447200 07 00 000 MT200 07 00 000 MT200 07 00 000 MT200 07 CO 000 MT200 05 00 000 1,17200 05 00 000 1141200 07 00 000 111200 05 00 000 MT200 07 00 000 M7200 07 00 000 MT200 07 CO 0.00 441200 07 00 000 417200 07 00 000 147200 07 00 000 MT200 07 00 000 147200 07 00 000 417200 07 00 000 14T200 05 00 000 MT200 05 00 000 1111200 05 00 000 147200 06 00 000 MT200 05 00 000 M7200 05 00 000 MT200 06 00 000 147200 CS 00 000 147200 05 00 000 147200 05 00 000 MF200 07 00 000 147200 07 00 000 MI200 07 00 0 00 M1200 07 00 000 MT200 07 00 000 M1200 07 CO 000 41T200 07 00 000 M7200 07 00 000 M7200 07 00 000 MT200 07 00 000 MT200 07 00 000 417200 07 00 003 MT200 05 00 000 MT200 C6 00 000 MT200 05 CO 000 1AT200 05 CO 000 MF200 07 00 000 1/F200 07 00 000 MF200 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 34,589 76 12'3121 26.872 79 3065.41 3.03541 11.569 76 1231.21 26872 79 3.065 41 3.035.41 36,008 73 12,3121 24.759 61 3215 58 3215 58 38.006 73 12/3121 24.759 61 3215 58 3215 58 58.025 00 123121 39.897.98 5.181 63 5.181 63 18.990 00 12.3121 13.057 52 1695 81 13695 81 28465 00 124121 19.566 30 2543 71 2543 71 18.003 58 123121 12 37927 1607.72 1.407.72 15.708 96 12,3121 12,994 44 1.809 67 1,80967 58.731 65 12,3121 4161706 6,76591 6.76591 61.961 25 12,3121 44.130 65 7.140 24 7.14024 61.981 25 12/3121 44.13065 7.14024 7,14024 45.314 36 123121 23.563 47 8.700 36 8.70036 250003 1213121 1,78000 2S300 28800 45.314 36 12.3121 6,475.42 11.097.49 11,097.49 45.314 36 12,3121 6.475 42 11,097.49 11.097.49 45.314 36 12,3121 6.47542 11.097.49 11.097.49 000 12,3121 000 000 000 000 123121 000 000 000 000 12/3121 000 000 000 000 123121 000 000 000 3893225 12/3121 3393225 00O 00) 8.00000 124121 8.00) 00 00O 000 13256 03 124121 13256 03 0 CO 0 CO 6.33000 12,3121 6.333 00 000 000 32599 50 124121 31,14559 1,453 92 1.45392 30,658 75 12/3121 29,482 47 1,376 28 1,376 28 87508 10 12/3121 75.790 76 3.907.24 3.93724 73965 29 124121 soon 29 6.606 88 6.606 69 6.658.18 123121 4576 78 504.40 594.40 14.114 C6 12.3121 9.704 83 1260 39 126039 14.114 05 12/3121 9.704 83 1260 39 126039 7150622 12,31/21 59.14995 8237.52 823752 9,65724 123121 7963.47 1.11251 1.11251 14.058 53 12,3121 11,629 22 1.619 54 1.61954 78,317 28 123121 55.76191 9.022.15 902215 15.490 65 123121 11.029 35 1.784 52 1.784 52 7.033.45 12.3121 5,007.81 81025 81025 14658 15 124121 10.436 61 1.668 62 463862 80542 57 124121 41.882.13 15.464.17 15.464.17 13.963 54 12,3121 7261 04 2,681 00 2,63100 7778 48 12.3121 4.044 81 1,493 47 1.493 47 000 12,3121 000 000 000 5,327.75 123121 5327.75 0 00 0 00 5,602 50 123121 5.602 50 0 CO 0 00 10.022 50 12,3121 10.022 50 0 00 0 00 12.132 50 123121 12.132 50 0 00 0 00 220300 12/3121 220000 000 000 9.496 CO 12.3121 9.495 CO 000 000 11253 34 12,3121 11253 34 0 00 0 CO 11253 34 123121 11253 34 0 00 0 CO 11200 03 12,31/21 11200 00 0 00 0 CO 8,162 00 124121 7,797 97 364 03 364 03 11.050 CO 123121 7.596 CO 966 77 988.77 12.840 CO 124121 10,62125 1,479.17 1,479.17 49.996.45 1 231/21 35597.47 5.759 59 5759 59 3.69250 123121 262906 42538 42538 22,714 89 124121 11.811.75 4,361 26 4,361 26 200250 12/3121 200250 000 000 1,335 00 12/31/21 1,335 CO 0 00 0 CO 1,335 00 123121 1,335 00 000 0 CO 4.00503 12,3121 4.005 00 000 0 00 2247.15 12,3121 2247.15 0 00 0 00 000 12,3121 000 000 000 000 124121 000 000 000 1050 CO 123121 1.05000 000 000 3.452 62 12,3121 3.452 62 0 00 000 29.958 20 29.958 20 27.975.19 27.975.19 45079 61 14753 33 22.13301 13 986 99 14,804.11 48.582 99 51270 89 5127089 322E383 2068 CO 17572 91 17572 91 1757291 000 000 000 000 38.982 25 8.003 CO 1325E 03 6.330 00 32599 50 30,858 75 79.698 00 d 57,479.18 5,171.18 10.9E622 10965 22 67.387.47 9.10096 13248 76 64.784 06 12,81387 5,81803 12,12523 57.346 30 9,942 04 5.53828 000 5.327.75 5.80250 10.022 50 12.132 50 220000 9.49500 1125334 11253 34 112000) 8.162 CO 6.534 77 12.100.42 41,357 08 3.050 44 16,17301 2002 50 4 1.33500 44 1.33500 id 4.0050) a 2207.15 000 000 1.050 CO 3,452 62 000 4.631 56 000 4631 56 000 8,033 54 000 8.033 54 000 12,945 39 000 423867 00) 8,354 99 000 401659 000 904 84 000 10.148 88 000 10.710 36 000 10.710 36 000 13.050 53 000 432 CO 000 27,741.45 000 27,741.45 000 27,741.45 000 000 000 000 000 000 000 000 000 000 003 000 000 000 000 000 000 000 000 000 003 7.810.10 000 16.506 11 000 1,484 98 000 3,14883 000 3.14883 000 4118 75 000 566 26 000 809 77 000 13.533 22 000 2676 78 000 121539 000 2.532 92 000 23,19627 000 4021 50 000 224020 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 003 000 000 000 000 000 000 000 2465 23 000 739 58 000 8.639 39 000 638 OB 000 6.541 88 000 000 000 000 000 00) 003 000 000 000 000 000 000 000 000 000 000 000 000 001916 BOSS 250CFM A'R COU PRESSORIRK MOUNT 000 000 0313518 23.948 50 P MT200 07 CO 0 00 23,948 50 123121 16,466 99 2,138 60 2,13860 18605 50 5.342 91 001917 BOSS 250 CFM A'R COVPRESSOR TRK MOUNT 000 000 0305+18 23.948 50 P 1AT200 07 CO 0 00 23.948 50 123121 16.466 99 2.133 60 2.138 60 18.605 59 5342 91 001918 BOSS 250 CAA A'R COMPRESSCR TRK MOUNT 000 000 O30S'18 23.94850 P UT200 07 00 003 23.94850 123121 16.46699 2138E0 213860 18,60550 5.34291 001919 BOSS 250 CFI.' AIR COUPRESSORTRK UOUNT 000 000 030518 23.94850 P UT200 07 00 000 2194350 12/3121 16.46899 2.13860 2.13860 18.60550 5.34291 001920 BOSS 250 CFM AIR COMPRESSOR TRK MOUNT 000 003 0305'18 23.94853 P MT200 07 00 0OD 23.94t850 123121 16.46699 2.13860 2.13860 18.60559 5.34291 001921 BOSS 250 C FM AIR COMPRESSOR TRK UOUNT 000 000 0305.18 23,94353 P UT200 07 00 003 23.94850 12,3121 16.46699 2.13860 2.13860 18.60559 5.34291 001922 KUBOTA D90PKU A'R COVP TRUCK MOUNT 000 000 032818 13,34575 P MT200 07 00 000 13,34575 12/3121 9.17655 1.191 76 1.19178 10.36833 2.977.42 031V6 NS 2-STAGE TWIN TANK A'R COMPRESSOR 000 000 05/14/18 1.42424 P UT200 07 00 000 1,42424 12/31/21 97931 127.19 127.19 1,10650 317.74 031967 NS 2-STAGE TWIN TANK AR COMPRESSOR 000 003 05/14/18 142424 P MT200 07 00 000 1,42424 123121 97931 127.19 127.19 1,10650 317.74 001988 NS 2-STAGE TWIN TANK A'R COMPRESSOR 000 000 05/1418 1.42424 P MT200 07 00 000 1,42424 12l3121 97931 127.19 127.19 1,10650 317.74 002190 SULWAtl PALATEKD110PXU A'R COVPRESSOR 000 000 082619 1357785 P 111'200 0500 000 13.57765 123121 9.667.43 156417 1,56417 1123160 2,34625 002191 Sl7LLNAN-PALATEKD110PKU A'R COVPRESSOR 000 000 0304/19 13,77090 P UT200 CS 00 000 13.77093 12/3121 9,60488 1,56641 1,58641 11.39129 2,37961 002293 BOSS 250CFLI AIR COU PRESSOR 000 000 042720 3138625 P MT200 05 00 000 3138625 12/31/21 16.32065 6.02616 6.02616 22347.01 9,03924 002294 BOSS 250CFM AR COMPRESSOR 000 000 042720 31386 25 P MT200 05 00 000 31.366 25 123121 16,320 85 6.026.16 6.02616 22 347.01 9.039 24 002295 BOSS 250CFMA•R COMPRESSOR 000 000 042720 3139625 P 011200 CS 00 000 3138625 12/3121 1632085 6,02616 6.02616 22.347.01 9.03924 072318 BOSS 250CFM AIRCOUPRESSCR TRUCK 000 000 072220 3135625 P 11/T200 06 00 000 3136625 123121 16.32085 6.02616 6.02616 22,34701 9.03924 002348 CONX 80CFM A'RCOV PRE SS OR 000 003 042321 12.30226 P LIT200 07 00 000 12.30226 12/3121 1.75793 3.01262 301282 4.77081 7,531.45 001147 TELESWTH DISCHARGE CONVEYOR 000 000 12/3103 000 P UT200 07 00 000 000 1213121 000 000 000 000 000 000267 PE CO 36 X 60 PORTABLE RADIAL STACKER CONVEYOR 000 CO3 02/2307 1335003 P VF200 07 00 000 13350 CO 12/3121 13.35000 000 000 13.35003 sd 000 CO2094 TRI STATE 60 X 36' RADIAL CONVEYOR 000 CO3 12/1918 000 P 1/F200 07 00 000 000 12/3121 000 000 000 000 d 000 C00278 SUPERIOR 50 X 36" PORTABLE RADIAL STACK CONVEYOR 000 CCO 022307 20,02500 P 1/F200 07 00 000 20.02503 123121 20,02500 OCO 000 20.025 CO sd 000 002095 KAFKA STACK:4G CONVEYOR 70X24' 000 000 121918 000 P 1/F200 07 00 000 000 123121 000 00O 000 000 d 000 030284 KAFKA CO X 36- PORTABLE TRANSFER CONVEYOR 000 000 022307 16.02000 P VF200 07 00 000 16.02000 123121 16.02000 000 000 1602000 s 000 000287 KAFKA 50' X 35 PORTABLE TRANSFER CONVEYOR 003 000 02/2307 10,68000 P MF200 07 00 000 10,68)00 123121 10.60300 000 000 10.68000 s 003 000268 KAFKA 40'X 36- PORTABLE TRANSFER CONVEYOR 000 003 022307 9.345 00 P IJF200 07 00 0 00 9.345 00 12/3121 9.315 00 0 OO 0 00 9.315 00 sd 000 000269 KAFKA 00' X 30' PORTABLE TRANSFER CONVEYOR 000 CO3 02/2307 26,70000 P 1/F200 07 00 000 26.70000 12/3121 26.70000 000 000 26,70000 sd 003 000290 KAFKA 80' X 30' PORTABLE TRANSFER CONVEYOR 000 003 022307 26,700 00 P 1/F200 07 00 000 26.700 00 123121 26300 00 0 CO 0 00 26,700 00 sd 0.00 000293 KAFKA 30' X 24' STACKER CONVEYOR 000 000 02/2307 14.35125 P UF200 07 00 000 1435125 123121 14.35125 000 000 14,35125 sd 000 000703 DRM 36- X 50 DOGLEG CONVEYOR 000 03) C621.07 17,50000 P VF200 07 00 000 17.530 CO 123121 1750000 000 003 17,50000 sd 000 003709 SUPERIOR 33' X 60 RADIAL STACKER 000 CO3 0621.07 12.00000 P VF200 07 00 000 12.00003 123121 12.00000 000 000 12.00000 sd 000 000711 SUPERIOR 30' X 60 RADIAL STACKER CONVEYOR 00) 003 0621.07 10.00003 P 1/F200 07 00 000 10.00003 12/3121 10.00000 000 000 10.000 CO sd 000 000712 DRM 30' X 60 DOGLEG CONVEYOR 000 003 C62107 15.00003 P 1/F200 07 CO 000 15.00003 123121 15,00000 000 000 15,00000 sd 000 001003 SWFT EZE STACKER 36' X 125' CONVEYOR 000 000 091008 100.00000 P UT200 07 00 0.00 100.00000 123121 10000000 000 000 100.00000 d 000 030262 RAY VAN CONVEYOR BN 000 003 022307 10.680 CO P WF200 07 00 0.00 10.65000 123121 10.66000 000 000 10.6E000 s 000 000299 PORTABLE SURGE B14 000 000 02/2307 6.67503 P MF200 07 00 000 6.67503 12/31/21 6.67503 000 000 6,675 CO s 000 000304 KCLVAN 36' X 50 PORTABLE DOZER TRAP FEEDER B14 000 000 02'2307 24.03000 P UF200 07 00 000 24.03000 123121 24.03000 000 000 24.03000 s 000 001141 NEAL SPRAYSQUEEGEE VAC HNE 000 003 123109 000 P 111200 07 00 000 00) 123121 000 000 000 000 000 000204 AERCXL HEAT RAY PANEL 3' X 3 000 000 02/2307 1,00125 P 1/F200 05 00 000 1,00125 12/3121 1,00125 000 000 1.00125 s 000 000717 BR40GE JO.NT VASTER PUMP 000 000 032007 6208.96 P UF200 05 00 000 620396 12/31121 620898 000 000 620893 s 003 000225 19143 GRACO KING PU VP 000 000 0223O7 10.6E0 CO P VF200 07 00 000 10.660 CO 123121 10.660 00 0.00 000 10.680 00 s 0 00 000227 G.RACO 207.209 S IUCON E PUMP 000 000 02/2307 5,34000 P 1/F200 07 00 000 5.34000 124121 5,34000 000 000 5,34000 s 000 002230 BUYGOAT BRAZIER -10F 4 000 000 122019 100000 P 141200 0503 000 1.00000 123121 71200 11520 11520 82720 17280 002229 BUY GOAT BRAZIER - 2 OF 4 000 CO3 122019 1.000 00 P UT200 05 00 0 00 1003 CO 123121 71200 11520 115 20 827 20 172 80 032228 BUY GOAT BRAZIER -30F 4 000 000 122019 1,000 CO P UT200 05 00 0 00 1.000 00 123121 712 00 115 20 11520 827 20 172 80 002227 B LLY GOAT B.RAZJER - 4OF 4 000 000 122019 100000 P UT200 05 00 000 1.00000 123121 71200 11520 11520 82720 17280 002219 BUY GOATY/ALK BEHIND BLOWER 000 000 12E2019 1.000 OD P MT200 05 00 0 00 1.000 00 123121 712 00 11520 115 20 827 20 172 CO 002218 BLLY GOATGRAVER 000 003 122019 1,00300 P UT200 06 03 000 1.03000 123121 71200 11520 11520 82720 17280 002217 BLLY GOAT GRAVER 000 003 122019 1,00000 P MT200 06 CO 000 1.00000 12/3121 71200 11520 11520 82720 17280 000038 8 HP BLLY GOATBLOWER 000 00) 02/2307 53403 P 1JF200 07 00 000 53400 123121 53400 000 000 53400 s 000 000040 8 HPBILY GOAT BLOWER 000 003 022307 66750 P 1/F200 07 00 000 66750 123121 68750 000 000 66750 s 000 000041 9HP &LLY GOAT BLOWER 000 000 022307 1.068 CO P UF200 07 00 000 1,06800 12/3121 1.06800 000 000 1,068 CO s 000 000043 16 HP BILLY GOAT BLOWER 000 000 022307 13350 P 1/F200 07 00 000 13350 123121 13350 000 000 13350 s 000 003055 8 HP tUY GOAT BIOVER 000 000 022307 93450 P 1/F200 07 00 000 93450 123121 93450 000 000 93450 s 000 000057 16 HP BILLY GOAT BLOWER 000 003 02/2307 1.46350 P RF200 07 00 000 1.46350 123121 1,46850 000 000 1.46853 44 000 000058 16 HP BILLY GOAT BLOWER 000 000 02/2307 1.46353 P VF200 07 00 000 1,46350 123121 1,46850 000 000 1,46850 sd 000 000059 16 HP BILLY GAT BLOWER 000 000 022307 1.46850 P MF200 07 00 000 1,46850 1231/21 1,46850 000 000 1,46350 s 000 000081 11 HP BILLY GOAT BLOWER 000 000 022307 1.06800 P VF200 07 03 000 1.06800 123121 1.06803 000 000 1.06800 s 000 000062 16 HP BLLY GOAT BLOWER 000 000 02/2307 1,60200 P 1/F200 07 00 000 1,60200 123121 1,60200 000 000 1,60200 sd 000 000064 13 HP HONDA LITTLE WONDER BLOWER 0 00 000 02/2307 2.00250 P 1/F200 07 CO 003 200250 1213121 2.00250 000 000 207250 s 000 000066 13 HP HON DA LITTLE WONDER BLOWER 0 00 000 02/23137 2.00250 P VF200 07 00 000 2.00250 123121 2.00250 000 000 2.00250 s 000 000056 9 HP LITTLE WONDER HONDA BLOWER 000 000 022307 66750 P 1/F200 07 00 000 06750 123121 66750 000 000 66750 s 000 C01031 8 HP PUSH BLOWER Btl GOAT 0 00 000 01.01.09 003 P MT200 07 00 000 000 123121 000 000 000 000 000 001030 B HP PUSH BLONER LIL WONDER 000 000 01.01.03 000 P MT200 07 00 000 000 123121 000 003 000 000 00) 001029 8 HP PUSH BLOWER BLLY GOAT 00) C00 01.0109 000 P 811.200 07 00 000 000 123121 000 000 000 000 000 001028 13 HP PUSH BLOWER ULWONDER 000 000 01.0103 000 P 117200 07 00 000 000 123121 000 OCO 000 OCO 000 001025 13 HP PUSH BLOWER LILY/O11MR 000 000 01.0109 000 P 441200 07 00 000 000 123121 000 000 003 000 000 001024 13 H P PUSH BLOWER LK WONDER 000 000 010109 000 P UT200 07 00 000 0.00 123121 000 000 003 000 000 001022 13HP PUSH &LOVER 131 WONDER 000 00)729 GRACO UNE DRIVER 000 000 020198 7.06807 P UF200 C6 00 000 7.06807 12/3121 7.06807 00) 000 7.06307 s 000 031018 GLASS BEAD DISPENSER FOR STRIPAIG UNIT 000 00) 07/01.09 1.87579 P IAT200 07 00 000 1.87579 12/3121 1.87579 000 000 1.87579 000 001100 GRACO HD 200 HYDRAUL IC UNELAZER 000 000 0521.09 6,17234 P MT200 07 00 000 6,17234 1213121 6,17234 000 000 6,17234 0O0 C01101 GRACO HD 200 HYDRAUL IC UNELAZER 000 000 0621.99 6,17234 P MT200 07 00 000 6.17234 1213121 6.17234 000 00O 6.17234 d 000 001160 GRACO UIWNG UACH NE-UNE REMOVER 000 000 0325/10 000 P MT200 07 CO 000 000 122121 000 000 000 000 000 001181 GRACOUIWNG MACHNE-UNEREMOVER 000 003 0325110 000 P MT200 07 00 000 000 12/31/21 000 0O0 000 000 000 C01207 LINELAZER HS200 000 000 0625'10 5.802 50 P MT200 07 00 0 00 5.802 53 12/3121 5.602 50 0 03 0 00 5.802 50 000 031208 UNEDRNER HO 000 000 062510 2.79575 P UT200 07 00 000 2.79575 122121 2.79575 00O 000 2.79575 000 001217 LINE DRIVER HO 000 000 07/21/10 4037.17 P UT200 07 00 000 4.837.17 12,3121 4.83717 000 000 4.837.17 000 001229 GRACO LINE DRIVER 000 000 11.02/10 4.60025 P 141200 07 00 000 4.60025 123121 4.60025 000 000 4.82025 000 001260 3900 UNE LAZE 000 000 05/1311 2.50000 P 1111200 C6 00 000 2.50000 12/3121 250)03 000 000 2.50000 00) 031262 LNEDRNER SD 000 000 05/1$11 250000 P 241200 06 00 000 2,50000 122121 2.500 CO 000 000 250000 000 001263 59000NELA7-ER 000 000 0611311 350000 P 141200 O6 00 000 3.50000 12/3121 3.500 CO 000 000 3.50000 000 031264 2000HS HD LLNELAZER 000 OOO 05/1311 4.50000 P MT200 05 00 000 4.50000 12/31/21 14.50000 000 000 4,50000 000 0)1261 3900 UNELAZER 000 000 06/1311 2,50000 P MT200 05 00 000 250000 12/3121 250000 000 0O0 2.500 OD d 000 001307 UNELAZER IV 000 CO) 090611 5.967.13 P 141200 05 00 000 5.987.13 122121 5.987.13 000 000 5.987.13 000 001306 LJNEORNER HD 00O 000 090611 4.67364 P UT200 05 00 000 4.67364 12/31/21 4.67364 000 000 4.67364 000 001404 GRACO 200HS UNE LAZE STRIPER 000 000 04/18/13 6.59375 P UT200 05 00 000 6.59375 12/3121 6.59375 000 000 6.59375 000 001405 GRACO 203HS LINELAZER STRPER 000 000 04/1613 6.50375 P 447200 0500 000 6.59375 12/3121 6.59375 000 003 6.59375 000 001406 GRACO 200HS LBIELAZER STRIPER 000 00) 04/17/13 6.59375 P UT200 06 00 000 6.59375 123121 6.59375 000 000 6.59375 000 001407 GRACO 200HS UNELAZER STRIPER OCO 0» 07/17E13 6.59375 P 141200 06 00 000 6.59375 12V3121 6.59375 000 000 6,59375 000 011406 GRACOUNEDRWER 110 000 000 04/17113 5023.13 P 14T200 05 00 000 5.028.13 123121 5.023.13 000 000 5.028.13 000 001409 GRACO GRIHOLAZER 480 FLAIL 000 000 0 /17/13 757807 P MT200 05 00 000 7.57807 12031/21 757807 000 000 7.57807 000 001425 EUNL'ATOR HYDR06LASTER 000 003 100313 42.500 D0 P UT200 OS 00 000 42500 CO 1221/21 42,50000 000 000 42,500 CO 000 001460 GRACO 3900 LINE LAZE SNSTRPER 000 000 11/11/13 90000 P 111200 06 00 0.00 90000 122121 90000 000 000 90300 000 031498 GRACO2CCHS LJNELAZER 000 000 022514 6,720.40 P UT200 06 00 000 6,720.40 12/3121 6,72040 000 000 6,72040 00) 001499 GRACO 200HS UNELAZER STRIPER 000 000 02/25/14 6,72040 P UT200 06 00 000 6,72040 12/3121 6.720.40 000 000 6.72040 OOD 001500 G.RACO 2COHS UNELAZER HO 000 000 02/25114 5.06601 P UT200 05 00 000 506601 12.3121 5.06601 000 000 506601 00O 001501 GRACO HOUNEDRNER 000 COD 02/27/14 5.06621 P 117200 06 00 000 5.06621 12/3121 506621 000 000 5.06621 000 001502 GRACO GRINOLAZER UNE REMOVER 000 0O0 0227/14 6.927 CO P 141200 05 00 000 6.92703 12/31/21 6.82703 003 000 6.92703 000 001514 GRACO 250ROE-ON STRIPER UNIT 000 OOO 0311914 18.4E653 P UT200 05 00 000 18.46653 1221/21 18.49653 000 000 18.48353 000 001570 GRACO 200HS UNELAZER STRIPER 000 003 0211615 6.934 50 P 1.41200 06 00 000 6.934 50 12/31/21 6.934 50 0 CO 0 00 6,934 50 0 00 001658 GRACO UNELAZER 250 000 000 039615 22267.67 P 14T200 05 00 000 22267.67 1221/21 22267.67 000 000 22267 37 000 001578 GRACO RQ%0 PACK 000 003 032015 33,12254 P 111200 05 00 000 38.12254 123121 38.12254 000 000 38.12254 000 001720 GRACO LINED/IA/ER HD 000 000 02.0&16 5,168.45 P MT200 05 CO 000 516845 12/31/21 5168.45 00O 000 5.168.45 000 001721 GRACO UNEDRNER HO 003 000 02.05116 5.16844 P 147200 05 CO 000 5.168.41 12/31/21 5.168.44 000 000 5.168.44 000 001799 GRACO UNELZER V200 HP 000 0(0 030617 8.17625 P 1.17200 0600 000 8.17625 123121 7,70529 47096 47096 8.17625 000 001E00 GRACO LINE LZERV2C0 HP 000 0:0 030617 8,17625 P 141200 05 00 000 8,17625 123121 7,70529 47096 47096 8.17625 000 001801 G.RACO HD UNEDRNER 000 000 030617 5.01125 P 147200 05 00 000 5.01125 12/3121 4.72261 28864 26864 5.01125 000 031802 GRACO HD UPI EDRIVER 000 003 030617 5.01125 P 141200 05 00 000 5.01125 12/31121 4.72261 28864 28864 5.01125 000 0)1823 GRACO 630GROIDLAZER 000 000 030617 738396 P 441200 06 00 000 7,33395 12/3121 6.95863 42532 42532 7.38396 000 031824 F5200 DELUXE GRINDER 000 000 03/1017 2.81365 P UT200 05 00 000 281365 12/3121 265158 16207 16207 281366 000 001803 FS203 DELUXE GRdfDER 000 000 03/1017 2.81365 P 147200 0600 000 2.81366 123121 265158 16207 16207 2.81365 000 001941 GRACO HO UNE DRIVER 000 000 0401/18 5,06262 P UT200 OS 00 000 5.06282 123121 4.18796 58324 58324 4.77120 291.62 001942 GRACO HD UNE DRIVER 000 000 0401118 5.06292 P 141200 06 00 000 5.05232 122121 4.18796 58324 58324 4.77120 291.62 0)1944 GRACO HD UNE DRIVER 000 000 0401/18 5.06282 P UT200 06 00 000 5.06232 1221/21 4.18796 58324 58324 4.77120 291.62 001943 GRACO HO UNE DRIVER 000 000 0401/18 5.06282 P L4T200 05 00 000 5.06282 123121 4.18793 58324 58324 4.77120 291.62 C01945 GRACO LINE LAZE R V200HS 2 GUN MECHANICAL 000 000 04.01/18 7.06766 P 111200 05 00 000 7.0676E 123121 5,84637 81420 81420 6.66057 407.09 001946 GRACO 3400 UNESTRIPER 000 000 atom 8 3.90244 P P11200 06 00 000 3.90244 12/3121 3228.10 44958 44956 3,67768 22478 001990 BILLY GAIT UNE GRAZOR CRACK CLEANER 4HP HONDA 000 000 05/1 VI 912 58 P 40200 05 00 000 912 58 122121 754 90 105.13 105.13 660 03 52 55 002069 BILLY GOAT GRAZOR CRACK CLEANER 4HP 000 000 07/2618 66620 P UT200 C600 000 69620 12/3121 73306 10209 10209 835.15 5105 032070 GRACO 630GRINDLAZER,INE REUOVER 000 000 030318 7,379 73 P MT200 05 00 000 7.379 73 122121 6.104 52 660.15 650.15 6.964 67 425 06 CO2071 GRACO NO UNEDRNER 000 000 0618 506295 P P11200 05 CO 000 5.06296 12/3121 4,16307 58325 58325 4,77132 291 63 CO2072 VOOERN STRIP.NO PANT UACHINE 000 000 03/14'18 527.50 P 141200 05 00 000 52750 122121 43635 3038 3038 46673 d 6077 002104 GRACO 250281 ROAD PAK H02 TRUCK MOUNT 000 000 022619 52,72363 P MT200 05 00 000 52,72363 12/3121 3753923 6,07376 6,07376 43.61259 9,11064 002161 GRACO UNE GRINDER 000 0O0 052319 3,65075 P 111200 06 00 000 3.65075 122121 2741.73 44361 44361 3,18534 66541 CO2306 GRACO GRIt4DLAZER PRO-OC1021 G 000 000 061120 9,17059 P 141200 06 0) 003 9.17059 17/3121 4.76371 1.76075 1,76075 6.529.46 2641.13 002331 GRACO HD UNE DRIVER 000 000 01/14'21 5.53875 P UT200 05 03 000 5.53875 12/3121 1,107.75 1,77240 1,77240 2.680.15 2,65860 CO2332 GRACO HD UNE DRIVER 000 000 01/1421 5.53875 P UT200 05 OD 003 5.53875 12/3121 1.107.75 1.77240 1.77240 2860.15 2.65860 002333 GRACO GRINOLAZER HPDCIO21GOCS 000 000 01/1421 9.17059 P MT200 05 00 003 9.17059 12/3121 1.434.12 2.93459 2.93459 4.76871 4,40168 072334 GRACO GRINOLAZER HPDCIO21GOCS 000 000 01/1421 9.170 59 P U1200 06 00 0 03 9.170 59 1221121 1.834.12 2.934 59 2.934 59 4.768 71 4401 E8 002377 GRACO LINE LAZE 3400 000 000 030622 5.029.19 P MT200 06 00 000 5.02919 000 1.00584 1.00584 1.00584 4,02335 000320 NORTH STAR POWER WASHER 000 0(0 02/2307 1.00125 P UF200 07 00 000 1.00125 12'31/21 1.03125 000 003 1.00125 $ 000 C01127 UI-T-M HOT PRESSURE WASHER 000 000 12/1609 000 P MT200 07 00 000 000 12/31/21 000 000 000 000 0O0 000323 HONOA GX3404GPU 3000PSI PRESSURE WASHER 000 (G0 02/2307 133502 P 11F200 07 00 000 1.33500 12/3121 1.335 CO 000 000 1.33500 sd 000 031389 HONOA GX3404GPM 3000PSI PRESSURE WASHER 000 020 02/2307 1.3350) P UF200 07 00 000 133500 12/3121 133503 000 00O 1.335 CO td 000 000324 UI-TAN PAIR WASHER 4000 PSI 000 000 03/11313 94950 P VF200 07 00 000 94950 122121 94950 000 000 94950 s 000 000629 PRESSURE WASHER 000 002010 002017 CO2018 002019 002020 CO2024 CO2025 002045 CO2048 CO2047 002048 000755 000758 000759 Co0772 031156 001146 031266 001849 002374 001747 031102 001546 000202 000209 000213 001416 031682 031925 002307 072366 001078 000203 001547 001E63 002193 001781 031666 001E67 000997 001715 001825 001826 001716 001890 001050 000370 000371 003697 001434 001503 031542 000275 001683 000303 003993 000245 C00246 001505 031506 000254 000163 003603 003005 000810 000164 000724 C03725 CRAFCO ROUTER 30 HP WCLUTCH 003 052918 13,340.11 P 1.47200 CRAFCO ROUTER 30 HP W.CLUTCH 000 m U18 13.34011 P 10200 CRAFCO ROUTER 30 HP W.CLUTCH 0:0 C6/11/18 13.34011 P 111200 CRAFCO ROUTER 33 HP W.CLUTCH 000 0611/18 13.34011 P 14T200 CRAFCO ROUTER 30 HP WCLUTCH 000 C6111)18 13340.11 P MT200 CRAFCO ROUTER 30 HP W CLUTCH 003 06/1318 13340.10 P 141200 CRAFCO ROUTER 30 HP WCLUTCH 000 0313118 13.340.10 P 1.17200 CRAFCO ROUTER 30 HP W.CLUTCH 000 062818 13.314 24 P 141200 CRAFCO ROUTER 30 HP W.CLUTCH C00 062818 13.314 24 P 147200 CRAFCO ROUTER 30 HP W.CLUTCH 000 0628118 13.314 24 P MT200 CRAFCO ROUTER 30 HP W.CLUTCH 000 032818 13.31124 P M7200 BARTELL MILLING MACHINE 000 02/1508 1.00003 P 147200 BARTELL MRLING MACHINE 000 02/1503 80003 P 141200 BARTELUJ LUNG MACH NE 000 02/1503 800 CO P 10200 8' EDCO M LUNG MACH:YE 000 02/1503 1,000 CO P 117200 6'EDCO M LUNG MACH NE 000 12/3109 000 P 111200 18-ASPHALT PIZZA Val EEL COO 12/31139 000 P MT200 LOLLING MACH IN 000 05/1301 2.50000 P MT200 CRACK ROUTER, CRSS27 CHINA 000 0423117 9.92642 P MT200 FIATUNER BUMP GR aND.NG ATTACHMENT 000 040522 8026550 P 1.47200 SLURRY SPREADER 000 032816 18,60963 P 14T200 ADJUSTABLE M CROSURFACANG BOX 000 07/1309 3S.48000 P 117200 CP/A UICROSURFACER BOX 000 05/12/14 29.757-33 P 14F200 BERGKAVP6 RUT BOX 000 02/2307 6,67503 P 1/F200 ADJUSTABLE SLURRY SLED 000 02/2307 2.00250 P MF200 MACROPAVER TYPES SPREADER BOX W.ThVERTER 000 022307 801DC0 P MF200 AVE RICAN DST DISTRIBUTOR 440 GAL HEATED 4.14N1 RIDE ON 00) 050313 20689 CO P MF200 VARIABLE M:CRO SURFACING SPREADER BOX 003 0815/17 40.864 C6 P 11F200 SPREADER BOX HSB200 000 0327,18 18.46250 P 1.0200 BERGKAMP HYDRAULIC SPREADER BOX 000 091120 24577.50 P MT200 BERGKAV P VARIABLE M ICROSURFACING SPREADER BOX 000 112522 58.77933 P 117200 2033 ETNYRE CHIP SPREADER 000 0507,09 235,41000 P 1.47200 ETNYRE 4WD FULL WDTH CHIPSPREADER OW 02/2307 66.750 CO P MF200 ETNYRE CHPSPREADER 4WD V FULL W.OTH 000 06'17/14 237,73350 P 1F200 ETNYRE 4WD FULL WDTH CH PSPREADER 000 072508 89,67500 P 14T200 EPDXY CH!PSPREADER INVENTION 000 030319 178.67123 P 147200 SCRUBSEAL SLED COO 059016 6,36453 P 147200 SCRUBSEAL SLED 000 0201/15 8,19025 P 147200 SCRUBSEAL SLED 000 0201/15 8.19028 P MT200 ETH YRE 4WD 22 FT CH PSPREAOER 000 03/17/15 240,42496 P 11200 ETNYRE 4WD CHIPSPREADER 000 01116'16 25125900 P /47200 ETNYRE 4WD CHIPSPREADER 000 01/1616 25125900 P 1.47200 ETNYRE 4WO CHIPSPREADER 000 0407/17 ETNYRE AYD CH PS PR FADER 000 0 /1317 ETNYRE 4W13 CHIPSPR EADER 000 12/18'17 230 GALLON MAGVA KETTLE 000 05/1409 MASTIC 250 KETTLE 000 02/2307 2002500 P 1F200 CIVUNE 110 GALLON MAGVA KETTLE 000 02/2307 19.334 00 P 1/F200 2007 C'rtne 110 Gslm MaTry Kd* 000 0427,07 23,782 50 P MF200 CRAFCO SS60 KETTLE TR K IUD 11433 003 05/15113 23.81690 P 10200 CLVUNE 106 KETTLE 000 11/11/13 1.500 00 P 117200 CRAFCO SS60 KETTLE 000 0522114 23.54332 P LIT 200 SIVPUCITY POWER SCREEN V.BRATLNG RIP RAP GRIZZLY CO3 022307 4005003 P MF200 0t1:0 CENTRAL STEEL PULVR SCREEN PUNT MOOEIfN.417 000 02/2307 26.70000 P 1/F200 SCREEN MACHINE C-77 000 031917 62,397.00 P LOF200 FAB.RICATICA TO OR NE THRU SANG SILO 000 06/17.08 472640 P 141200 30 TON SAND SILO 000 02/2307 20.025 CO P MF200 30 TON SANO SILO 000 022307 4005 CO P MF200 TMC SAND SILO 000 02/12/14 4.74750 P 1/F200 SANDSILO 000 02/1314 3.69250 P MF200 40 TCN SAND SILO 000 0223437 10,66000 P 11F200 PACIJ 166K TARGET SAW 003 022307 667.50 P MF200 MAGNUM RIDER SAW 750-14 000 02/1503 4.8030) P MT200 MAGNUV RIDER SAW 000 0211503 4,80000 P 1.11200 CONCRETE SAW WALK BEH04O OOD 02/1503 80000 P 147200 C-11 COPPER SAW 000 02/2307 657.50 RIDER CONCRETE SAW WITH 14' GUARD 000 07.0207 27,957.50 RIDER CONCRETE SAW WLTH 14- GUARD 256.323 00 256,323 00 252.0503E1 32.145 CO P P P P 147200 1/R200 MT200 14T200 P MF200 05 00 P MF200 05 00 05 00 000 05 00 000 05 00 000 05 00 000 05 00 000 05 00 000 OS 00 000 05 00 000 05 00 000 05 00 000 C6 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 05 00 000 C6 00 000 05 00 000 07 00 000 07 00 000 07 00 000 07 00 003 06 00 000 05 00 000 C6 00 000 05 00 000 07 00 000 05 00 000 05 00 000 07 00 000 C5 03 000 05 00 000 07 00 000 06 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 07 00 000 05 03 000 C6 00 000 05 CO 000 07 00 000 07 00 003 07 00 000 07 00 000 07 00 000 07 00 000 07 0) 000 07 00 000 07 03 000 07 03 000 07 00 000 07 00 000 05 00 0 00 07 CO 000 07 00 000 07 00 000 000 000 13340 11 13.340.11 13.340.11 13.340.11 13.340.11 13.340.10 13.340 10 13.314 24 13314 24 13.314 24 13.314 24 1.000 00 600 00 600 00 1000 CO 003 000 2,500 00 9.926 42 60265 50 18,609 88 35.460 00 29.757 33 6.675 00 200250 8.01000 20)38900 40.664 06 18,462 50 24.577.50 5877933 235.410 00 66.750 00 237.733 50 83.675 00 178.671 23 636453 8,19325 8.19028 240.424 96 25125900 25125900 256.323 00 256.323 00 252.050 38 32.14500 20.025 03 19.33400 23.782 50 23,816 90 1,50000 23.548 32 40.050 CO 26.700 00 62.397 00 4,726 40 20.025 CO d00500 4.74750 3.692 50 10,660 00 667 50 460000 4.60000 80000 66750 27.957 50 12/31121 12/3121 12.3121 12.31/21 12.3121 12/3121 12/3121 12/3121 12.3121 12/3121 12.3121 123121 1231/21 12/31/21 12.31/21 1231/21 123121 12.3121 12.3121 12,3121 12/3121 12/3121 12/3121 12/3121 12,3121 122121 12i3t21 123121 12,3121 12.3121 123121 12/3121 12/3121 12.31221 12/3121 1231/21 1231/21 123121 123121 12.31/21 123121 12/3121 12/3121 12/3121 12/31/21 123121 1213121 123121 12/3121 123121 12/3121 123121 12/3121 12i3121 12.3121 12/3121 12.3121 123121 12/3121 12.3121 123121 12.3121 123121 12.3121 12.3121 11.034 94 11.034 94 11.034 94 11.034 94 11.034 94 11,03493 11.03493 11.01354 11.01354 11.01354 11.01354 Loco co Soo co 60000 1,000 00 003 000 2.50003 9.35465 000 1629123 35.480 00 29.757 33 6,675 CO 2.002 50 8.010 00 20.889 00 3351029 12.694 82 12,780 30 000 235,41000 66.750 00 237,733 50 89.675 00 127.213 92 5.512 32 7.824 97 7.824 99 229.702 02 217.615 42 217.615 42 199.137 33 199.137 33 195.817 94 32.14500 20.025 00 19.334 00 23.782 50 23.81690 150000 23,54832 40,050 00 26.700 00 48,47491 4,726 40 20.02500 4,005 00 4.74750 3.69250 10,680 00 66750 4.600 CO 4,800 00 800 00 66750 27.957 50 1,536 78 1.536 78 1.536 78 1536 78 1.536 78 1,536 78 1.538 78 1.533 80 153380 153380 1533 E0 000 000 000 000 000 003 000 571.77 16.057.10 1,679 72 000 000 000 00O 00O 000 2,353 77 1.64870 4.718 68 11,75587 000 000 0OD 000 20582 93 56835 36528 36529 10.722 94 22,437.43 22.437.43 22.664 01 22.864 01 22.492 89 000 000 000 000 000 000 000 000 000 5.56864 000 000 000 000 000 000 003 000 000 000 000 003 003 0CD 20.582 93 93335 36528 366 29 10.722 94 22,437.43 22.437.43 22.664 01 22.664 01 22.482 89 000 2.353 77 1,648 70 4.71888 11.755 87 000 000 000 000 000 000 000 571.77 16.057.10 1,67972 000 000 000 000 1.53678 1,538 78 1,538 78 1.538 78 1.536 78 1,53678 1538 78 153360 153380 1,53380 1.53380 12571.72 12571.72 12,571.72 12571.72 12.571.72 12,571.71 12.571.71 12517.34 12547.34 12.547 34 12.547.34 000 1,00000 600 00 600 00 1,000 00 000 000 d 2.530 00 9.926 42 16.057.10 17,970 95 35.4E000 29.757.33 $ 6.67503 s 2.00250 s 00O 8,010C s 20689 CO s 40.864 06 s 14,343 52 17.499.18 11.755 87 235,410 00 000 66.75000 s 23773350 s 69.67500 147,79665 606067 8.19025 819028 240124 96 240.052 65 240.052 65 222.001 34 22233134 218.30063 000 32.14500 0 CO 20025 CO s 000 000 000 000 000 000 000 5.56884 000 000 000 000 000 000 0 03 0Co 000 003 000 000 19.33100 s 23.7E2 50 s 23.81690 1.50000 23,548 32 40.05000 s 26.70300 s 54.043 75 s 4.726.40 20.025 CO s 4.03503 s 4.74750 s 3.692 50 s 10.680 00 s 667.50 sd 4.80000 4.80000 80303 667 50 s 27.957 50 s 000 768 39 000 768 39 000 76839 000 768 39 000 768 39 000 769 39 000 768 39 000 766 90 000 76690 000 76690 000 766 90 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 64,22a 4o 000 833 93 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 4,118 93 000 7.07832 000 47.023 46 000 000 000 000 000 000 000 000 000 30.874 33 000 283E6 000 000 000 0Co OCO 000 000 11206.15 000 11206.15 000 34,321.65 00) 34,321.66 000 33.749 55 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 003 8.35325 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 003 000 000 000 000 031191 GENERATORMTO CN 11417 FUEL ONLY 000 000 0412610 000 P 1.41200 07 00 000 000 12,31521 000 000 000 000 000 032306 HONDA EU70005 GENERATOR 7000W 000 003 052020 457554 P MT200 05 00 000 4.57554 123121 2.37928 87850 87850 3.257.78 1,317.76 002319 HONDA EU70001S GENERATOR 7000V1'SUPER-QUIET' 000 000 080120 624965 P MT200 05 00 000 6,24985 12,3121 324992 319997 1,19997 4,44989 1.79993 001192 GENERATOR MID ON 11427 FUEL ONLY 000 000 04/2610 000 P MT200 07 00 000 000 12/3121 003 000 000 000 000 001166 GENERATOR 000 000 01.101/10 000 P MT200 07 00 000 000 123121 000 000 000 000 000 Gt. Asset AectNo5/ 1620 11,932.97238 000 11.932,97238 10,015,70609 782.33836 782,33336 10.798,04645 1,13492593 Lessdsposak and 4aM'vs (439.57236) 000 (439.57236) (427.44016) (431.41166) (8.16050) W.P Net SuttWal 11.493.400 02 11493 400 02 0.00 11.493.400 02 9.588267 93 NO 1M 38 782 338 38 10366.634 59 10 3Bf163159 Transportation Equipment -1626 1,126.76543 003 1.126.76543 Gt. Assct Acct No a 1625 001214 COL 4300 FLATBED 000 07/1910 50,87128 P 111200 05 00 000 50.871 28 12,3121 50,871 28 000 000 50.871 28 000 001111 FLATBED,UFTGATE, AIR COV PRESSOR 000 000 030609 43.53342 P 1-17200 05 00 000 43.58342 12,3121 43.58342 000 000 43.58342 000 001216 FREIGHTLINER PAINT VAN 000 003 072510 48.300 73 P 10200 05 00 000 48%0 73 1253121 48.300 73 0 00 0 00 48.303 73 000 0)1220 2000 GAL DISTRIBUTOR 000 003 03/12'10 142,457.45 P MT200 05 00 000 142,457.45 1223121 142,457.45 003 000 142.457.45 000 001476 GV.0 V93930 COE PAINT VAN 000 000 020614 18.84000 P MT200 05 00 0.00 18.84000 12/3121 18.84000 000 000 18.84000 000 001479 FREIGHTLINER M2 SEALCOAT KETTLE UNIT 000 000 02/1914 31.481 56 P MT200 05 00 000 31.481.56 123121 31,48155 000 000 31.48156 000 001494 INTERNATIONAL 4300 POWE RAY INFRARED 000 000 0304114 43.706.46 P MT200 05 00 000 43.708.46 12/31/21 43,706.46 000 000 43,708.46 000 000383 ETNYRE 1000GAL TACK IEESTR18UTOR 000 003 02/2307 6.675 CO P 4/F200 05 00 000 6.67500 1231/21 6.67500 000 000 6.67503 6 000 001504 INTERNATIONAL 4300 FLATBED 000 000 0304114 41344 25 P 111200 05 00 0 00 41344 25 1231/21 41.344 25 0 CO 0 00 41.344 25 000 001495 INTERNATIONAL 4300 FLATBED SERVICE TRUCK 000 000 03/1014 20203 CO P 117200 05 00 000 2020300 12/3121 2020303 000 000 2020300 000 001516 GVC FLATBED SIGN TRUCK 000 OW 0351/14 19,50900 P MT200 05 00 000 19,50900 12/3121 1950900 000 000 19.50300 000 000407 BERG/CAMP SUPER KETTLE 000 CO3 02/2307 106.80000 P WF200 05 00 000 103.80000 123121 106.80000 000 000 106.80000 s 003 001574 04TER14ATK3.NAL 43001R 000 000 0225'15 64.78093 P MT200 06 00 000 64.78093 123101 64.78093 000 000 64.73093 000 000418 1500 GAL ABLE SEALCOAT SYSTEM 000 000 0252307 8.01000 P 11F200 05 00 000 8.01000 12/3121 801000 003 000 8.01003 s 000 000430 10 FOOT W V P BODY.HO:ST 000 000 0252107 10.66003 P WF200 05 00 000 10.68000 1231521 10.69000 000 000 10.6E000 s4 000 000257 SK550 GAL W.PRO AIR SYSTEM SEALER TANK 000 000 02/2307 287000 P MF200 07 CO 000 2.67000 12,31/21 2.67000 000 000 267000 s 000 000431 FLATBED,560GSL SM SEALCOAT SYSTEM 000 000 02/2307 10.660 CO P 1J5200 06 00 000 10.66000 12/31121 10,66000 000 000 10.68)0) s 000 000432 8FOOT DUVP BODY/HOST 4TCN HOT BOX 000 000 02/2307 10.660 CO P WF200 06 00 000 10.6E000 12,31/21 10.66000 000 000 10.6E003 s 000 000434 FLATBED STAKE TRK 000 000 0252307 10.6E0 CO P WF200 05 00 000 10.680 00 12,3121 10.680 00 0 00 0 00 10.680 03 6 0 00 000436 10 FOOT DU V P BOOYMOIST 000 000 02/2307 10.68000 P 1)5200 05 00 000 10.6500) 12,3121 10.6E000 000 000 10.66000 s 000 000448 10 FOOT DUUP BOOY,HOST 000 000 02/2307 24,030 00 P 115200 05 00 000 24,030 00 12,31/21 24.030 00 0 00 0 00 24,030 00 s 000 C01573 INTERNATIONAL. 43)0 000 000 0225'15 79.017.55 P 147200 05 00 000 79.017.55 123121 7901755 000 000 79.017.55 0.00 000451 CREWCAB IRAFFIC CONTRCL 000 003 02,2107 24.03)00 P 1 F200 05 00 000 24.03003 12,3121 24.03003 000 000 24.033 OD s 000 001656 CREWCAB FLATBED 000 000 0305'15 85.492.31 P MF200 05 00 000 85,49231 123121 65,49231 000 000 65.49231 s 000 001651 CRC CABOJERM RI SHORT UNE STRIPER 000 003 03/17215 83.67500 P WF200 05 00 000 89.67500 12/3121 89.67500 000 003 89.67500 s 000 001734 INTERNATIO!ULL 4330 IR 000 000 03/1016 66.05800 P MT200 05 00 000 61 05800 12/31/21 03.05800 000 000 66.05800 000 001728 INTERNATIONAL 4300 WITH BED 000 000 02/1916 8124877 P MT200 07 00 000 8124877 12(3121 70.36956 7.25652 725552 77,62506 3,62303 001729 INTERNATIONAL 4300WfTH BED 000 000 02)1916 81.662.12 P 111200 07 00 000 81.662.12 12,3121 70.72757 729243 729243 78.02000 3,642.12 001748 FREIGHTLNDER LP DUMP 000 000 033016 76254 03 P MT200 07 00 0 CO 76254 06 123121 66.043 65 6809 49 6)09.49 72853.14 3,400 92 001749 FREIGHTLINNDERM2 FLATBED 000 000 033016 80,053E8 P MT200 07 00 000 80.05368 123121 0).33450 7,14879 7.14879 76.48329 3,57039 001835 INTERNATIONAL 4300LON PRO DU V P 0 00 000 04,1017 72271.77 P MT200 07 00 000 72271.77 12/3121 56.14794 6.44664 6.44664 6259453 9.677.19 001836 INTER NATIONAL 4300 CREW KETTLE SBX 4X2 STAKE TRUCK 000 000 04/1017 88.59304 P MT200 07 00 000 83.59304 12/3121 63.82794 7.90250 7.90250 76.730.44 11,66260 032060 FREIGHTLNERM2 SERVICE TRUCK 000 000 05/1E518 93.683.71 P 10200 05 00 000 90.683.71 123121 75.01356 10.44676 10.44876 85,46032 522333 0)1994 FREIGHTLINER 1.12 SERVICE TRUCK 000 000 0521/18 90.683 71 P 147200 07 00 000 93.683.71 12/3121 62354.12 8.09606 8.09806 70.452.18 20231 53 002049 FREIGHTLINER M2 SERVICE TRUCK 000 000 0521/18 90.683.71 P 1517200 07 03 000 9063371 123121 62354.12 8.09806 8.04806 70,452.18 20231.53 001995 FREIGHTLINER M260LPAIR TRUCK 000 000 05/1318 8264554 P MT200 07 00 000 82.84554 1213121 56.82708 7,36025 7,33025 64207.33 18.43821 032063 POE RNATKNIAL 4330 SBA LP 4X2, DUMP TRUCK 000 000 07/1818 60201A7 P MT200 05 00 000 50201.47 12/3121 C6.34265 923921 923921 75.581 86 4.61961 002088 INTERNATIONAL 4300 SBA LP 4X2. DU V P TRUCK 000 000 042518 80201.49 P 10200 06 00 000 80,201.49 123121 66.34268 923921 923921 75.581.89 461960 032069 INTERNATIONAL 4300 SBA LP 4X2, DU V P TRUCK 000 000 0301/18 80201.49 P 111200 06 CO 003 80201 49 12,3121 66.34268 923921 923921 75.581.89 4,619CO 001937 INTE RNATK)NAL 4300 SBA LP 4X2 000 003 042318 73.34452 P 1A1200 07 00 000 73.34452 123121 50.43169 6.54967 654967 56.98136 16,363.16 001967 INTERNATIONAL 43)0 SBALP 4X2 000 003 04,27,18 78.90437 P 147200 07 00 000 78.90437 120121 5425466 7.046.16 7,046.16 61.30382 17,60355 C01956 INTERNATIONAL 4300 SBA 1P 4X2 000 000 0427518 73,34452 P 1(T200 07 00 000 73,34452 12,31/21 51.43169 6,54967 6.54967 56931.36 16,363.16 0)1938 INTERNATIONAL 4330 SBA LP 4X2 000 000 042318 73.34452 P MT200 07 00 000 7334452 1231/21 53.43169 6.54967 654967 56.98136 16.363.16 C01947 CHEW EXPRESS CUTAWAY VAN 000 000 0227,18 40,91853 P MT200 05 00 OCO 40.91853 12,31521 33.84782 4,71352 4.71382 38,56164 2.35693 001948 CHEW EXPRESS CUTAWAYVAR 000 000 02/27,18 40,91850 P MT200 05 00 000 40,91850 12,3121 33847.78 471381 4,71381 38,561.59 2.35691 001949 CHEW EXPRESS CUTAWAY VAN 000 000 02/27,18 40.918 53 P 1(1200 05 00 0 00 40.918 53 120121 33.847 82 4.71382 4.71382 33.561 64 2,356 89 001900 INTERNATIONAL ATTENUATOR TRUCK 000 OCO 02.0318 40.00000 P MT200 07 00 000 40,00000 123121 27.50400 357200 3.57200 31,07600 892400 001962 INTERNATIONAL 4300 CONCRETE BOX VAN 000 000 042018 28.48500 P MT200 07 00 000 28465 CO 12,3121 1958633 254371 2.54371 22.13001 635499 001961 GVC SCHWARZE A4000 SWEEPER 000 000 042018 42200 CO P MT200 07 00 0 00 42 200 CO 123121 29.016 72 3.768 48 3.768.46 32785.18 9.414 82 000895 TEVP LINE PANT TRUCK(EZ LINER MCOEL AL-12) 000 030 02/1508 21.030 CO P 11200 06 00 000 21.00003 12,3121 21.00000 000 000 21.00300 000 000896 SC APPLICATOR 1000 GA 000 000 021503 170000) P 141200 05 CO 000 17.00000 12,3121 17.00)00 000 000 17.00000 000 000459 TRAFFIC CONTROL TRUCK 000 000 0252307 26.70000 P MF200 05 00 000 26,70300 12/3121 26.70000 000 000 26.70000 s 000 000460 TC ECU IPI, ENT TRUCKFLATBED..UFTGATE 000 000 02/2307 2937000 P M5200 05 00 000 29.37000 12,31/21 29.37000 000 000 29.37000 s 000 000463 18 FOOT VAN BOOY,UFTGATE 000 003 022307 2937000 P 1/F200 06 00 000 2937000 12/31/21 29.37000 000 000 29.37000 s 000 000464 18 FOOT VAN BOOYUFTGATE 000 000 022307 29.37000 P MF200 06 00 000 2937000 123121 29.37003 000 000 2937000 s 000 031871 INTL 4300 LOW PRO SIGN SBA LP 4X2 000 001608 2002 STERLING ETNYRE 3500 GAL ASPHALT DSTRIBUTOR 000 000 072508 83.000 00 P MT200 06 00 0 00 60000 00 1231/21 80.000 00 000 000 80.000 00 0 00 001331 TAN DEU AXLE DISTRIBUTOR TRUCK 000 003 03C5112 20.097.70 P 117200 07 00 000 20.097.70 123121 20.097.70 000 000 20.097.70 000 002178 SUONDOGG96-ELECTRIC UN DER -TAILGATE SPREADER 000 003 060219 6199.18 P MT200 06 00 000 6,199.18 1231/21 4,41382 714.15 714.15 5.12797 1.07121 001352 INTERNATIONAL CREWCAB 000 000 1203312 48.404 33 P UT200 07 00 000 48.404 33 123121 48,404 33 000 003 48.404 33 000 001420 INTERNATIONAL CREWCAB-ADD ON 000 000 062913 14.0/ 963 P UT200 07 00 003 14.06963 123121 14.06963 000 000 14.06963 000 001364 FREIGHTLINER M2 FLATBED 000 000 02/77113 42.359.75 P UT200 07 CO 000 42,35975 123121 42.36975 000 000 42.389 75 000 001610 2009JUTE RNATIONAL CREWCAB/FLATBED/ LIFT AXLE 003 000 C6/1003 S4.60863 P UT200 05 00 000 94.60363 12/3121 94.60863 000 000 94.60363 000 001611 2009 RITE RNATIONAL CREWCAB / FLATBED / LIFT AXLE 000 000 06'1003 92.65255 P UT200 C600 000 92.65255 1231121 92 652 55 003 000 92.85255 000 002131 SWENSON SELS-96 CENTER DROP ELECTRIC SPREADER 000 000 04.O4119 827964 P MT200 06 00 000 827964 1231/21 5.895.11 96382 95382 6,84893 1,43071 001844 2012 MACCAU613 TANDEM TRUCK 000 000 0611217 40.14275 P MT200 0600 000 40.14275 1213121 37.83054 2.31221 2,31221 40.14275 000 002180 FREIGHTUN ER 1.12SOFLATBEO 000 000 0701/19 110.05966 P MT200 06 00 000 11005966 12,3121 78.362.48 12.67887 12.67887 91.041.35 19.01831 CO2168 FREIGHTLINER M26OVACALL SPEC 000 C00 C627,19 316.94259 P MT200 C6 00 000 316.94259 12,31/21 225.663.13 33.511.79 36511.79 262.17492 54.767.67 002313 PETER Et LT 520 URL PANT TRUCK 000 O00 0722/20 533.476.47 P UT200 06 00 00) 53347647 123121 277.407.76 102.427.43 102.427.48 379.83524 153.61123 002314 FREIGHTLINER M230 FLATBED TRUCK 000 000 07/ 320 69,12896 P 114200 05 00 000 C8.12896 1231/21 35.427.06 13.06076 13.0E076 48,507.62 19.621.14 CO2351 INTERNATIONAL PROSTAR TRACTOR 000 000 040521 51.01023 P MT200 06 00 000 51,01023 123121 1020205 16.32327 16.32327 26,52532 24.43491 001714 INTERNATIONAL STONE BLOWER TRK 000 000 01/1915 102.457.10 P MF200 05 00 000 102.457.10 123121 102457.10 000 000 102,457.10 s 000 001933 INTERNATIONAL 7E00 SBA CX4, DISTRIBUTOR 000 000 0541918 229,744 36 P UT200 07 00 0 00 229144 36 123121 157.972 22 20.516.17 20.516.17 178.498 39 51255 97 001644 IITERNATIONAL STONE BLOWER TRK 000 000 0111316 102,41658 P MT200 07 00 000 102.41658 12/3121 89,70300 9,14580 9,145E0 97.84880 4.567.78 001742 PETERS LTCABOVER 000 000 01/21/16 165.40868 P MT200 07 00 0.00 185.40868 1231/21 160.582.48 16.557.00 16.557.03 177.13949 826920 001612 20071.4TERNATIONAL W/ ETHYRE 4000 GAL DISTRIBUTOR 6 LIFT AXLE 000 003 0527.09 187.83550 P 141200 06 00 000 187.83550 123121 187.83550 000 000 187.83550 000 001744 DISTRIBUTOR 000 000 031616 68,141.40 P UT200 05 00 000 63.141.40 12/3191 68,141.40 000 000 68.141.40 000 001613 200614TERNAT)ONAL ETNYRE 4000 GAL ASPHALT DiSTR 18UTCR 000 000 02/2307 20622000 P MF200 C6 00 000 2C6.22000 123121 20622000 000 000 20622000 000 001614 INTERNATIONAL 7600 DISTRIBUTOR 4000 GALLON 000 000 04/11/14 207.06262 P MF200 05 00 000 207.06262 123121 207.06262 000 000 207.06262 s 000 001615 INTERNATIONAL 7600 DISTRIBUTOR 4003 GAL 000 000 04/11/14 207.36472 P MF200 0500 000 207,36472 123191 2073E472 000 000 207.36472 s OCO 001712 INTERNATIONAL 7600 DISTRIBUTOR 4000 GAL OCO 000 01O216 218,92370 P 1.47200 07 00 000 218,92370 12/3191 1E0.60983 1954969 19,54989 209.15972 9,76393 001713 INTERNATIONAL 7600 DISTRIBUTOR 4000 GAL 000 000 01.N216 218,923 70 P MT200 07 00 0.00 218.923 70 12/3121 189,6139 83 19,549 89 19,549 69 209.159 72 9.763 98 001842 INTERNATIONAL 7E00 DISTRIBUTOR 4000 GAL 0 00 000 C62617 227.62638 P MT200 07 00 000 227,62638 1231/21 176,84294 20.33427 20.30127 197.14721 30,479.17 001843 INTERNATIONAL 7630 DISTRIBUTOR 4000 GM. 000 000 0628,17 227.62638 P MT200 07 00 000 227.62638 12,3121 176.64294 20.30427 20.30427 197.14721 3).479.17 002060 INTERNATIONAL 4400 SBA 6X4 STONE BLOWER TRUCK 000 OCO C62218 124.12164 P UT200 03 00 000 124.12164 123121 124,121.64 000 000 124.12164 000 002135 INTERNATIONAL PROSTAR TRACTOR 000 000 0401/19 40.090 CO P UT200 05 00 000 40.0900) 123121 28.54408 4.61837 461837 33.162.45 6.92755 CO2136 INTERNATIONAL PROSTAR TRACTOR 000 000 O401119 40.090 00 P UT200 05 00 000 40.090 CO 123121 28.544 08 4.618 37 4.61837 33.162 45 6.927 55 002137 INTERNATIONAL PROSTAR TILACTOR 000 003 0401/19 5O640 CO P UT200 06 00 000 53,64000 12,31/21 38.05568 5.83373 5,83373 41,88941 8.75059 002126 INTERN4ATIONAL HV613 SBA 6X4 DISTRIBUTOR 000 003 0401/19 237.014 47 P 44T200 05 00 000 237,014 47 12/31/21 163.754 30 27.304 07 27.304 07 196.05837 40,966.10 002127 INTERNATIONAL HV613 SBA 6X4 OSTR6UTOR 000 000 0401/19 237.014.48 P UT200 05 00 000 237.01448 12/3121 168.75431 27,30407 27.30407 196.06838 40,956.10 002128 NTERNATIOAL HV613 SSA 6X4 CSTROUTOR 000 000 O4O1/19 237,01448 P U4200 0500 000 237.014.48 12/3121 1133.75431 27,33407 27,30107 196,05838 40,95610 002300 FREIGHTLINER TRACTOR 000 000 062720 25.00000 P UT200 03 00 0.00 25.00000 123121 19,44500 3.70250 3.70250 73,147.53 1.65253 002343 FREIGHTUINER TRACTOR 000 000 030121 16,00000 P UT200 05 00 000 16.00000 123121 320000 5.12000 5.12000 8.32000 7,66000 C01628 1993 INTERNATIONAL TRI-AXLE WATER TRUCK 0 00 000 029307 29.46000 P 1/F200 05 00 000 29.46000 123121 29,46000 000 000 29.46000 000 001633 MICRO -SURFACE ROADSAVER 6-PC UPGRADE 000 000 0325/14 1129363 P 144200 05 00 000 1129363 123121 1129363 000 000 1129363 000 001617 20:0 INTERNATIONAL ETHYRE 4000 GAL ASPHALT DISTRIBUTOR 000 000 022307 176.76000 P UF200 05 00 000 178.76000 123121 176.76000 003 003 176.76000 000 001618 2001 STERUNGETNYRE 4000 GAL ASPHALT DiSTRIBUTOR 000 000 022307 18412500 P MF200 05 CO 000 184,12500 12,31/21 184,12500 000 000 184.12500 000 001619 2003 I4TERNAT)ONAL ET NYRE 4000 GAL ASPHALT DISTRIBUTOR 000 000 02/2307 176.76000 P MF200 05 00 000 176.76000 17f3121 173.76000 000 000 176.76000 000 001620 20)7 INTERNATIONAL ET NYRE 4000 GAL ASPHALT DISTRIBUTOR 000 000 042407 169,50924 P 4/F200 05 00 000 169.59324 12/3121 1E0.9 924 000 000 169.59924 000 001621 2007 INTERNATIONAL ET NYRE 4000 GAL ASPHALT DISTRIBUTOR 000 OCO 042407 103.59924 P MF200 05 00 000 169,59924 123121 169.93324 000 000 1E0,59924 000 001629 1935 FORD TRI-AXLE WATER TRUCK 000 000 0311303 33.381.75 P UT200 05 00 000 33.381.75 123121 38.391.75 000 000 38.381.75 000 001622 2006 INTERNATIONAL ETUYRE 4000 GAL ASPHALTDSSTRIBUTCa 000 000 032008 173.80950 P UT200 05 00 000 173.80950 123121 173.03950 000 000 173.60950 000 032370 KENWORTH MOTOR TRACTOR 000 000 03'1422 36.92500 P MT200 03 00 000 33.92500 000 12.307.10 12307.10 12307.10 24617.90 CO2371 KE/:WORTH MOTOR TRACTOR 000 000 03/1422 36.925 CO P 1dT200 03 00 003 3392500 000 12.307.10 12,307.10 12,307.10 24,61790 001103 F3504X2 CREWCAB LONG BOXPICKUP 000 003 07/1409 30.950 70 P UT200 05 CO 000 30950 70 12,3121 30.950 70 0 CO 0 00 30.950 70 000 001200 2500 HD CREWCAB TRUCK 000 000 060310 27,39500 P MT200 06 00 000 27,39500 123121 27,39500 003 000 27,396 CO d 000 001201 2500HD CREVWCAB TRUCK 000 000 060310 27.39500 P UT200 06 00 00) 27.39500 12/31/21 27.39500 000 000 27.39500 000 000695 CREWCAB 2WD 000 003 062307 34.05350 P MF200 05 03 000 34,05350 123121 34.05350 OCO 000 34,05350 s 000 001510 FORD F150XLT 000 000 0304'14 36,09537 P MF200 05 00 000 36.09537 123121 33.03537 000 000 36.09537 s 000 001473 FORD F150 CREWCAB 4W0 000 000 019314 19.30263 P UF200 0600 000 19.30263 123121 19.30263 000 000 19.30263 sd 000 001521 FORD F150 EXT CAB 2WD 00O 03 0407,14 26.15631 P MF200 06 00 000 26.15631 1213121 26.15631 000 000 26.15631 s 000 001522 FORD F150 EXT CAB 7010 000 C00 0407/14 26.15631 P MF200 05 CO 000 26.15631 123121 26,15631 000 000 26,15631 s 000 C01523 FORD F150 EXT CAB 2WO 000 003 0407/ 14 25.964 32 P MF200 06 00 000 25.964 32 12,3121 25.964 32 0 00 0 00 25.964 32 s 000 C01524 CHEW SILVERADO 2500H0 CREWCAB 2 CI 000 00) 04.11014 32,851.78 P MF200 06 00 000 32.651.78 1231/21 32.651.78 000 000 32551.78 s 000 001525 CHEW S'LVERADO 250IH D CREWCAB 2W9 000 000 0411014 33.16064 P MF200 05 00 003 33,16064 129121 33.18064 000 000 33.1E064 s 000 001526 CHEW S&VERADO 2500HD CREWCAB 2W0 000 000 04/1O14 33.18064 P MF200 05 00 000 33.18064 123121 33,16064 000 000 33.1E064 s 000 001650 FORD F350 CREWCAB 000 000 022315 31.48495 P 115200 05 00 000 31,48495 123121 31,48495 003 000 31,48495 s 000 001646 FORD F350 CRWCAB. SERVBOY, UFTGATE 000 000 022315 42.15623 P 1/F200 C6 00 000 4215628 12/3121 42.15628 000 000 42,15628 s 000 0)1647 FORD F350 CR WCAB, SERVBOY, UFTGATE 000 003 02/2015 42.15628 P 11F200 C6 00 000 42.15628 12/3121 42,15628 00) 000 42.15628 s 000 001571 FORD F350 DR 000 003 0212515 4254528 P MF200 06 CO 000 42,54528 123121 4254528 000 000 42,54528 s 000 O31572 FORD F350 DR 000 000 0225'15 42.54528 P MF200 06 00 000 42.54528 123121 42.54528 000 000 42.54528 id 000 001648 FORD F350 CRWCAB. SERVBDY, UFTGATE 000 000 030215 42,15628 P MF200 05 00 000 42,15628 123121 42.15628 00) 000 4215628 s 000 C01651 FORD F350 CRV.CAB. SERVBDY, UFTGATE 000 OCO 030215 42.15628 P MF200 05 00 000 42,15628 12/31/21 42,15628 000 000 42,15628 s 000 001649 FORD F350CRWCAB. SERVBDY,UFTGATE 000 001978 FORD F350 SUPER OUTY OVALLY CREW CAB 000 CO0 091418 4339004 P MT200 05 00 000 4339004 123121 35.69224 4.99653 4.99853 4089377 2.49927 001977 FORD F350 SUPER DUTY CAB 000 000 O5/1618 32.60417 P MT200 06 00 000 32 604 17 12/3121 27.13561 3.77904 3,77904 30.91465 1.86952 001978 FORD F350 SUPER DUTY CREW CAB 000 003 O91618 34.571 30 P MT200 05 00 000 3457130 123121 2859738 3.93261 3.98261 32.57999 1,99131 W1956 FORD F350 SUPER DUTY DUALLY CREW CAB 000 000 06/1018 34.53015 P MT200 05 00 000 34.53015 12/3121 28.56334 3,97787 3.97787 32.541 21 1,9681M 001979 DODGE RAM 1500ST 000 000 05/11118 26,43936 P M7200 05 03 000 26.43936 123121 21.87065 3.04582 3,04582 24916.47 1.52289 002101 DODGE RAM 1500 000 O00 01.0119 27.936.40 P MT200 05 03 000 27.93640 123121 19,89072 321827 321827 23,106 CO 4,827.41 002122 FCRO F350 000 000 044)1/19 81.61594 P MT200 0500 000 84.61594 123121 6024656 9.747.76 9747.76 69.99431 14621.63 O02134 FORD F350 PICK UP 000 000 (WQ5'I9 34.907.84 P MT200 05 00 003 34.907.64 123121 24.65439 4.0213a 4.02138 2887577 6,0320? 002167 000GE RAM 1500 000 003 O6'27/19 31,991.86 P MT200 05 00 000 31,991.83 123121 22.77821 3,66549 36E546 26.4E367 552819 CO2171 DODGE RAM 1500PICX-UP 000 000 06/14'19 30.79330 P MT200 06 00 000 3079833 12/3121 21.92839 3,54797 3,54797 25,47636 532194 002172 DODGE RAM 1503 PICK-UP 000 000 06'14/19 3379333 P MT200 06 00 000 30.79630 1231/21 21.92839 3,54797 3.54797 25.47636 532194 002124 CHEVROLET SRVERADO 000 000 04/16'19 29296 3) P M7200 06 00 000 29298 30 123121 20,658 97 3.374 93 3.374 93 24233 90 5.062 40 002166 DODGE RAM 1500 CLASSIC 000 000 O6'11119 3129552 P M7200 06 00 000 3129552 12/3121 2228241 3.60524 3.60524 25.887.65 5.407.87 002330 2012 FORD TRUCK 000 003 110420 20.544 00 P MT200 05 00 0 00 20.544 00 123121 10.682 63 3.944.45 1944 45 14.627 33 5,916 87 002301 CHEVROLET SILVERADO 25007ND CREW CAB 000 000 052820 33.99105 P MT200 06 00 000 33.99105 123121 17.67535 652628 652828 24201.63 9.789.42 002315 CHEVROLET S!LVERADO 2500HO 000 000 07/1620 34.43362 P 117200 05 00 000 34.43362 123121 17.90548 6.61126 6.61126 24.51674 9.91683 002302 CHEVROLET S!LVERADO 1500 000 000 0927,20 3520863 P MT200 OS 00 000 3520368 123121 1830362 6.76011 6,76011 25.06373 10,140.15 002320 GVCS'ER RA 1500 DOUBLE CAB 000 000 03/1420 22,155 CO P 1AT200 0600 000 22,15500 123121 1152060 4253.76 425376 15.77436 6.38064 002375 DODGE RAM 1500 PICKUP 000 003 052020 000 P 117200 05 CO 000 000 12/31/21 000 003 000 000 000 0)2342 FORD F550 CREW CAB 000 000 042821 61.15694 P MT200 05 00 000 61.15694 123121 1223139 1957022 19.57022 31.801.61 29.35533 002358 FORD F350 SUPER DUTY 2W0 SUPER CAB PICKUP 000 000 072621 35296 00 P MT200 06 00 000 35298 00 123121 7.059 60 11295 36 11295 36 18354 96 16.943 04 002378 RAM 34TO11 CREW CAB MMCKUP 000 000 07/1322 49.015 3) P M7200 CS 00 0 00 49.015 30 0 CO 9.603 06 9.80306 9.803 06 39212 24 CO2379 CHEVYSILVERADO 2500 PICKUP 000 000 060522 50,17701 P M7200 06 00 000 50.177.01 000 10,035.40 10.035.40 10.035.40 40141.61 002380 RAM 1500PiCKUP 000 000 07/1522 32.137.41 P 11T200 05 CO 000 32,137.41 000 6.427.43 6427.48 6,427.48 25.70993 002381 FORD F250 SUPER DUTY PICKUP TRUCK 000 O00 084722 48.867.69 P 11T200 06 00 000 46.687.69 000 9377.54 9,37754 9.37754 37510.15 002383 RAM 2500 PICKUP TRUCK 000 000 10/1622 3360456 P 147200 0600 000 33.60456 000 7,720.91 7,72091 7,72091 3).88366 002384 RAM 2500 PICKUP TRUCK 000 000 101822 33,613 77 P 1/T200 05 00 000 33.613 77 0 00 7,722 75 7722 75 7722 75 30891 02 001199 KENTTUCKY 250KW GENERATOR SET 003 000 0512910 000 P MT200 06 00 000 000 123121 000 000 000 000 000 001077 2003TOWMASTER TAT 003 000 0507A9 24.780 CO P MT200 05 00 000 24,780 00 123121 24.760 00 000 0 00 24.780 00 0 00 000479 TRAFFIC CONTROL TRAILER 000 00) 022307 667.50 P 1/F200 05 00 000 66750 12/3121 66750 003 000 68750 s 000 003480 DOUBLE ROLLER TRAILER 000 C00 022307 24.03000 P 1/F200 06 00 000 24.03003 12/3121 24.03000 000 000 24.030 CO s 000 000481 DOUBLE ROLLER TRAILER 000 003 022307 24.03000 P MF200 05 00 000 24033 CO 12/3121 24,03000 000 000 24,030 CO s 000 000704 6000 GALW'AUX ENGINE -PUMP 000 000 044007 14.45534 P MF200 C6 00 0.00 14.45634 12/3121 14.45534 000 OCO 14.45534 s 000 000465 TANDEM BEAVERTM-000 000 022307 534000 P MF200 05 00 000 5.34000 12/3121 534000 000 000 5.34000 s 000 000466 TANDEM BROOM TRAILER 000 000 02/231)7 3,33750 P 1.1F200 06 00 000 3,33750 123121 3,337.50 000 000 3.337.50 s 000 000483 HOMEMADE MILLING MACHINE TRAILER 000 000 022307 267000 P 1/F200 05 00 000 2,67000 123121 267000 000 000 267000 s 000 000718 FRUEHAUF TRAILER 000 000 082207 3.16500 P 1/F200 06 00 000 31650) 123121 3.16500 000 000 3.16500 s 000 001104 2009TOWMASTER TRAILER 00O 000 07/1403 19,47474 P MT200 05 00 000 19.474.74 123121 19,47474 000 000 19.47474 000 030487 ENCLOSED LUGGAGE TRAILER 000 000 02/2307 66750 P 1/F200 05 00 000 66750 12/3121 66750 000 000 667.50 $ 003 000490 ENCLOSED LUGGAGE TRAILER 000 003 022307 66750 P 11F200 05 00 000 65750 123121 66750 000 000 66750 s 003 001076 2008 CONTRAIL V94 000 033 050209 18.56500 P 117200 05 00 000 1856500 12/3121 1858500 000 000 18.5E600 000 001075 2008 CONTRAIL V93 000 000 0607A79 1856500 P M7200 05 CO 0.00 18.56500 12/3121 18.56500 OCO 000 18.58500 000 000493 TAN DEM RUB TIRE ROLLERTRAILER 000 000 02/2307 6.007.50 P MF200 06 00 0 00 6.007 50 123121 6.007 50 0 03 000 6.007 50 s 000 000494 TAN DEMSLEDTRAILER 000 000 022107 6.00750 P MF200 05 00 000 6.007.50 12/3121 6.00750 000 000 6.0)7.50 s 000 000496 DYNAWELO LOADER TRARER 000 COO 022307 13.350 CO P 11F200 06 00 000 13.35000 12/3121 13.35000 000 000 13.350 CO $ 000 001110 BIG TOW TILT BED ROLLER TRAILER 000 000 060509 4937.40 P M7200 05 00 000 4.937.40 123121 4,937.40 000 000 4.937.40 000 000500 E NCLOSE 0 LUGGAGETRAILER 000 000 022307 667.50 P 1,1F200 05 00 000 66750 123121 66750 000 000 66750 s 000 000502 DOUBLE ROLLER TRAILER 000 003 022307 13.35000 P 1/F200 05 00 000 13.350 CO 12/3121 13.35003 000 000 13.35000 s 000 000503 TILT BED CHIPPER TRAILER 000 003 022307 1735500 P MF200 05 00 000 17.35500 123121 17.35500 000 000 17.35500 $ 000 000506 SINGLE AXLE RAMP WACKER STORAGE 003 003 02/2307 133500 P MF200 05 00 0.00 133500 12/3121 1,335 CO 000 000 1,33500 $ 000 001112 12,000 / CAP BIG TOW DECK OVER TRAM. ER 0 CO 003 08/12,03 8.440.00 P MT200 05 00 000 8.440 CO 12/31121 8.44000 000 000 8,44000 000 C03507 TANDEM WADER TRAILER 000 000 0223137 16.020 CO P MF200 05 CO 000 16.02000 123121 16.02000 000 000 16.02000 s 000 000506 7000G4l WAWA 000 000 022107 10,680 CO P 1/F200 05 00 000 10.69000 123121 10.68000 0.00 000 10.68000 s 000 000509 TANDEM SINGLE ROLLER TRAILER 000 000 0223137 16.02000 P 1/F200 C6 00 000 16.020 CO 123121 16.02000 000 000 16.02000 s 000 000510 6CO GAL EMULSION TRAILER 000 000 02/2307 40)500 P MF200 06 00 000 400500 123121 4,00500 003 000 4,00500 $ 000 000511 DOUBLE ROLLER TRAILER 000 000 022307 17.35500 P 1/F200 05 00 000 17,35600 12/31/21 17,35600 000 000 17.35503 $ 000 000512 TILT BE CHIPPER TRAILER 000 000 02/2307 20.02500 P MF200 OS 00 000 20.0250) 123121 20.02500 000 003 20.025 CO s 000 000513 800 GAL EMUISK/N TRAILER 000 000 02/2307 4.67250 P MF200 05 00 000 4.67250 12/3121 4,67253 000 000 4.67253 $ 000 000514 TANDEM TILT BED 000 000 02/2307 10.68000 P MF200 OS 00 000 1365000 12/3121 10.68303 000 00) 10.66000 $ 00) 001206 FORKLIFT TRAILER 000 000 06/1110 5.39570 P 117200 C6 00 000 539570 123121 5.39570 000 000 5.33570 000 C01132 B!G TON TRAFFIC CONTROL TRAILER 000 000 1207,09 495100 P 01200 05 00 000 495400 123121 495400 000 000 4,95400 000 001733 LOW BOY TRAIIER 000 000 022916 2120000 P 117200 05 00 000 2/ 200 03 123121 21 203 00 000 000 2120300 000 002336 REEFER UTANY TRARER WITH H EAT OPTICU 000 000 011621 6.752 CO P MT200 07 00 000 6,75200 123121 96466 1.65357 1.65357 2,61843 413357 000519 HOMEMADE ROLLER TRAILER 000 000 02/2307 1.33500 P MF200 05 00 000 1,33500 123121 133500 000 000 1,33500 s 000 000520 HOMEMADE ROLLER TRAILER 000 000 02/2307 133500 P MF200 05 00 000 1.33500 12/3121 133500 000 000 1335 CO s 000 0005521 HOMEMADE ROLLER TRAILER 000 000 022307 1.33503 P MF200 05 00 000 1.33503 12/3121 133500 000 000 1.335 CO s 000 000524 TRAFFIC CONTROL 000 000 02/2307 1335 CO P 1/F200 05 00 000 133500 12,3121 133503 000 003 1.33507 s 000 000525 7000GAL, LP HEAT 000 000989 TANDEM FLAT DECKONER, PAINT SUPPLY 000 000 C62008 9.445.12 P M7200 OS 00 000 9445.12 122121 9,445.12 000 000 9,445.12 000 031225 FELUNG FORKUFT TRAILER 000 000 100610 5.72947 P MT200 06 00 000 5.729.47 1221/21 5.729.47 000 000 5.729.47 000 001226 FE LUNG TRAFFIC CONTROL TRAILER 000 000 100510 427883 P MT200 06 00 000 427883 12/3121 427883 000 000 4,27883 000 0)1224 FELUNG TRAFFK: CONTROL TRAILER 000 000 t00t1'10 427883 P MT200 06 00 000 427883 1231/21 427863 00) 000 4.27883 000 001232 TANDEM AXLE FIAT DECK TRAILER 000 000 11/1010 3291.75 P MT200 05 00 000 3291.75 122121 3291.75 000 000 3291.75 000 001242 TRAFFIC CONTROL TRL 000 000 03/17/11 4.30287 P MT200 05 00 003 430287 123121 4.30287 000 000 4.30287 000 001241 TRAFFIC CONTROL TRL 000 000 0311 7/11 4.302 68 P MT200 O6 00 003 4.302 68 12/3121 4.302 63 000 0 00 4102 68 000 001281 ENCLOSED CARGO TRLR 000 000 0E111311 38150) P MT200 OS 00 000 3.81500 123121 3.81500 000 000 3.8150) 000 001292 TRENCH MACHINE 000 000 060311 31,76550 P MT200 05 00 000 31.76550 12/3121 31.76650 000 000 31.76650 000 001372 FELUNG FT-10-0T SV.EEPER•STANOER TRAIL ER 000 000 032613 724868 P 111200 05 CO 000 724868 12/3121 724888 000 000 7.24983 000 001373 FE LUNG FT-10-0T SWEEPER•STA/IOER TRAILER 000 000 03/2613 724888 P 417200 06 00 000 724868 122121 724888 000 000 • 7.24888 000 001390 FELUHGFT-40DOV8&E ROLLER TRLR 000 000 040313 28.56387 P MT200 06 00 000 28,56387 12/3121 28.56387 000 003 28,56387 000 001422 FELUNG FT-7P TRAFFIC CONTROL TRAILER 000 000 0722/13 453228 P LUT200 C6 CO 000 4.53228 12/31/21 4.53228 000 000 4.53228 000 001517 FELUNG FT-00-2LP 000 000 0324/14 32 952 56 P MT200 06 00 000 32.96256 12/3121 3296256 000 000 3296256 000 C01518 FELUNG FT-20-2 000 000 03'24/14 1224675 P MT200 06 00 000 1224675 12/3121 1224675 000 000 12246.75 000 001519 FELUNG FT-204 000 000 0324114 1121813 P MT200 05 00 000 11218.13 12/3121 11218.13 000 000 11218.13 000 001511 FELUNG FT-7T-1 TILTBEO ROLLER TRL 000 000 0324/14 5.14668 P M1200 06 00 000 5.14688 12/3121 5.14663 000 000 5.14688 000 001512 FELUNG FT-7T-1 TILTBE0 ROLLER TRL 000 000 0324.14 501375 P MT200 O6 00 000 5.01375 122121 5.01375 000 000 5,01375 000 001513 FELUNG FT•7T•1 TILTBED ROLLER TRL 000 000 0124/14 5.01375 P MT200 05 00 000 5.01375 123121 5.01375 000 000 5,01375 000 001754 FELUNG &G1 TRAILER 000 000 0412316 5226136 P MT200 CS 00 000 522666 12/3121 522686 000 000 522686 000 001755 FELUNGSG4 TRAILER 000 000 0428,16 522686 P MT200 06 00 000 5226136 12/31/21 522686 003 000 5.22686 000 001447 B (4B UFG TANDEM FLATBED 000 000 11/11/13 2.428 E5 P 11T200 05 00 000 2.42865 12/3121 2.42865 000 000 2.42665 00O 001448 NEAL UFG TANDEM FLATBED 000 000 11/11/13 21000 P MT200 05 00 000 21000 12/3121 21000 000 000 21000 000 001449 DYNAWELD 40 TALI LOADERTRLR 000 000 11/11113 1220)02 P MT200 C5 00 000 1220002 12/3121 1220302 000 000 1220002 000 001451 SURE TRAC SINGLE AXLE TILT 000 000 11/11/13 601.00 P MT200 05 00 0.00 601 00 122121 60100 003 000 601 00 000 001777 DEMCO KAR KADDY 000 000 0621/16 3,04533 P MT200 06 00 0.00 3.04538 12/3121 3.04538 000 000 3.04533 000 001828 DECK CNER TRAILER 000 003 080316 1049533 P 117200 06 00 000 10,49533 12/3121 10,49538 000 000 10.49538 000 001E68 PNEUVATIC TANK TRAILER 000 000 02/24/17 4988941 P 11T200 06 00 000 49.689.41 12/3121 48.82730 2.86211 2.86211 49,689.41 000 002265 PNEUMATIC TANK TRAILER -WIWAPUVPS 000 000 0306120 11,57863 P 417200 05 00 000 1157863 12,31/21 6.02089 2223.10 222310 8,24399 333464 001832 FELUNG FTI2P 000 000 042017 14.70058 P 117200 05 00 000 14,70058 12/31/21 13.65384 846.74 846.74 14.70358 000 C01778 FELUNGFT4O2LP 000 000 0412017 3).960.43 P 111200 06 00 000 30930.43 122121 29.19597 1,78446 1.78446 30.980.43 000 001829 FELUNG FT 7P 000 000 042017 10.39437 P 41T200 05 00 000 10,39437 12/3121 9,79566 59672 598.72 10.39437 000 001830 FELUNG FT 7P 000 000 04'2017 10.394 38 P 111200 06 00 000 10.394 38 12,3121 9795 66 596 72 593 72 10 394 38 000 001870 AUE RICAN HAULER NIGHT HAWK 000 000 0721/17 11,37237 P 11T200 0500 000 11.37237 12/3121 40,71733 65504 65504 11.37237 000 002016 ETNYRE TRANSPORT TR6 STEEL TANKER 000 000 060318 95.187.18 P MT200 05 03 000 95.187.18 12/31/21 7373884 1096656 10,96556 69,704.40 5,48278 002055 ETNYRE TRANSPORT TR6 STEEL TANKER 000 000 06/1318 97,335.44 P MT200 05 CO 0.00 97.335.44 12/3121 8051568 1121304 1121304 91.72892 5.60652 001903 FELUNG FT-16-2 DECK OVERTRA'ER 000 000 02/27/18 1128850 P 111200 05 00 000 1128850 122121 9,33785 1,30044 1,3)044 10.63829 66021 001939 FELUNG FT-1217-I DECK TILT TRAILER 000 000 02/27/18 8.16200 P 117200 05 00 000 816200 12/3121 6751.60 94026 94026 789186 470.14 001957 AVERICAN HAULER ENCLOSED TRAILER 000 000 040618 10544 73 P 11T200 05 00 0 00 10544 73 12/3121 8722 60 1214 75 121475 9,937 35 607.33 001992 FELUNG TRAILER FT•10 SWEEPER TRAILER 000 000 0521/18 8.07075 P 11T200 0500 003 8.07075 12/31/21 6.676.12 929.75 92975 7,60587 46468 002066 PNEUMATIC STEEL TANK TRAILER. GALLEGOS 575CF 000 000 061918 68,673 06 P 41T200 05 00 0 00 88.673 06 12/3121 73.350 38 10215.14 10215.14 83,566 52 5.107 56 002002 TRAIL KINGLOVBOY TRAILER 003 000 0501/18 15000 CO P 1.1T200 0500 000 15.00000 12/3121 12.40800 1.72800 1.72800 14.13600 86400 002078 FELU NGFT•12£Z TILT TRAILER 003 000 O62316 13.74803 P 417200 05 00 000 13.7480) 12/3121 11.37235 158377 158377 12956,12 79188 CO2096 POLAR SEMITRAILER 000 000 12/3016 13.46609 P MT200 05 00 000 13,46509 122121 11.13333 1551.18 1,551.18 1268951 77558 002099 POLAR SEMITRAILER 000 003 12/3018 13.46503 P 117200 06 00 000 13.46508 123121 11.13833 1551.18 1551.18 1268951 77557 002100 FELUNGFT44ESD SIDE DUMP TRAILER 000 CO3 01/15/19 13.6939) P 147200 05 00 000 13.69393 123121 9.75006 1.577.54 157754 11.327.60 23663) 002112 FELUNG DECK OVER FT-5O3 LP TRAILER 000 000 0125119 43.327.52 P 417200 05 00 000 43.327.52 123121 33.649.19 4,99133 4.99133 35.84052 7,487 CO 002113 FELUNG DECK OVER FT-50-3 000 000 0325119 43.327.52 P 14T200 OS 00 000 43.327.52 12,3121 30)349.19 499133 4,99133 35.84052 7,487.00 002162 AVERICAN HAULER AIR LITE 7X16 TA ENCLOSED 000 000 05/1619 5244 41 P 117200 05 00 0 00 5244 41 12,31/21 3.734 02 6)4.16 604.16 4338.18 906 23 002194 PNEUMATIC FRUEHAUF TANK TRAILER 000 003 090319 101.56656 P 141200 05 00 000 101,56656 123121 72,31539 11.700.47 11,703.47 84.01566 17,55070 002192 FELUI4G FT-12 EZ-T DROP DECK LIFT TRAILER 00O 000 CO1119 1431000 P M1200 05 00 0.00 14310 CO 122121 10.18872 1.64851 1.64851 11.83723 2,47277 002199 HEATED HEATEC TANKTRAILER 000 000 11/11/19 5.37625 P 41T200 05 00 000 5,37625 12,3121 382789 61934 81934 444723 92902 002200 HEATED HEAT EC TANK TRAILER 000 CO) 11/11/19 5,37625 P 41T200 06 00 000 5,37625 1213121 3,827.89 61934 61934 4.44723 92902 CO2273 UTILITYCAR HAULER 20 LOAD 000 000 01.0920 4.66294 P 111200 C6 00 000 4,66294 12/3121 2,42473 89529 89529 3,32002 1,34292 002274 FELUNG FT-12 DROP DECK FORKU FT TRAILER 000 000 01/31/20 7,55169 P 111200 05 0) 000 7,55169 12/3121 3,92668 1,44993 1,44993 5.37681 217488 002275 FELUNG FT-00-2 LP DECK OVER CHIPPER TRAILER 000 000 01/3120 37501.69 P 111200 05 CO 000 37,501.68 122121 19,50068 720032 720032 26.70120 10,80048 002316 FELUNG FT-12 EZ-T DROP DECK TRAILER 000 CO) 0721/20 14320 OD P 117200 05 00 000 1432000 12/3121 7,44640 2,74944 2,74944 10.19584 4,124.16 002345 FELONGTRAILER 000 000 060121 17,01259 P 41T200 05 00 000 17.01259 12/3121 3.40252 5,44403 5,44403 8.84655 8.16604 002348 FELUNG TRAILER 000 000 C60121 17.01259 P MT200 0500 000 17.01259 12/3121 3.40252 5.44403 5.44403 8.84655 8.16604 002347 FELUNG TRAILER 000 003 0601.21 17.01255 P 117200 05 00 000 17.01258 12/3121 3.40252 5.444 CO 5.44403 8.84655 8.16603 CO2350 FELUNG DECK OVER FT-5O349 TRAILER 000 000 042321 47,707.05 P 10200 05 00 000 47,707.05 12/3121 9.541.41 1526626 1526626 24607.67 2266938 002372 FLATBED TRAILER 000 003 042522 12,66000 P MT200 06 00 000 12.66000 000 253200 2.53200 2.532 CO 10,12800 002373 LON BOY TRAILER 000 000 0412522 2637500 P 117200 OS 00 000 26.37500 000 527500 527500 5.275 CO 21,10000 001544 RAY TECH IR UNIT TMV 6T011 000 000 0527/14 102,45300 P WF200 07 00 000 102,45300 12,31/21 102.45300 000 000 102,45300 4 000 0)1662 RAY TECH IR UNITTMV 4 TON 000 000 01/3015 87.037.53 P VF200 07 00 003 87,03750 12,3121 8315352 3.83393 3.68398 87.037.50 4 000 C01745 RAY TECH IR UNITTMV 4 TON 000 000 031616 93.49244 P VF200 07 CO 000 90.49244 12/3121 78.37797 8.07631 8.07631 86.45428 4 4.038.16 C01001 HYPAC RUBBER ROLLER 000 000 072908 36292 CO P 417200 05 00 003 3629200 12/3121 3829200 000 000 3629200 000 001496 HOBART CHAVP401 10i( 000 001791 001792 C01797 001898 001926 001958 001927 001928 001929 031930 002083 002103 002110 CO2108 002119 002109 CO2123 002120 002121 002111 002196 002279 002283 002303 002304 002340 CO2341 002353 002354 001625 001626 031634 001635 001668 002165 002169 002170 CO2177 002163 002138 002139 CO2359 002350 002011 002012 032013 002184 001931 002165 002310 001534 000099 000144 000133 000013 000018 000019 000024 000060 000117 003118 000125 000119 000120 000011 000028 000118 000113 CHEW IVPALA 000 0203'17 15,665 70 P MT200 06 00 CHEW IVPALA 000 020317 15.666 70 P UT200 05 00 CHEW IVPALA 003 0221/17 15.72420 P M1.200 0500 CHEVROLET EXPRESS G3500 PASS VAN 000 012618 24,153.17 P MT200 05 00 TOYOTA CA VRY LE 000 02/12/18 17237.65 P 14T200 05 00 TOYOTA CA VRY LE CO3 02/12.18 17.401.04 P 141200 05 00 TOYOTA CA VRY LE 000 02/1218 17237.65 P 14T200 06 00 TOYOTA CAVRYSD 000 022218 18,19349 P MT200 05 CO TOYOTA CAVRYSD 000 022218 18.19849 P MT200 05 03 DODGE GRANO CARAVAN 000 032818 17,722 95 P MT200 05 00 DODGE GRAND CARAVAN SPORT 000 11261E 1.50000 P MT200 05 00 CHEVROLET EXPRESS G3600/PASSENGER VAN C00 01/1619 2727070 P MT200 C600 CHEVROLET EXPRESS G3500/ PASSENGER VAIN 00) 03/14/19 27,13650 P 141200 05 00 CHEVROLET EXPRESS G3500/ PASSENGER VAN C00 02,01/19 27,39994 P MT200 05 00 CHEVROLET IVPALA LT SEDAN 000 03/11/19 18,56696 P 1411200 05 00 TOYOTA CAVRY LE SEDAN 030 02/25'19 19.189.40 P MT200 05 00 FORD ESCAPE SE SW CO3 040919 19.878 71 P 11T200 05 00 DODGE GRAND CARAVAN 000 032219 17.9350) P 14T200 06 00 DODGE GRANO CARAVAN 00) 0322.19 17.407.50 P 14T200 05 00 DODGE GRANO CARAVAN SE 000 032019 18.619 70 P 14T200 05 CO FORD EGO/IOU/4E E350 SUPER DUTY WAGON 000 COC619 9,45000 P M7200 05 00 CHEVROLET EXPRESS G3500 PASSENGER VAN 000 020620 26,373 95 P 1.11200 05 00 TOYOTA CAVRYS EOAN 000 023120 17.631.60 P 111200 05 00 OOOGE GRAND CARAVAN PASSENGER 000 05/27/20 18.17663 P 141200 05 00 DODGE GRAND CARAVAN PASSENGER 000 05'2720 18.176 88 P 1.11200 05 00 DODGE GRAND CARAVAN 003 032921 20.45482 P MT200 05 00 DODGE GRAND CARAVAN 000 032421 20.399.70 P 10200 05 00 CHEW MAUBU SEDAN 000 050E21 50000 P MT200 06 00 CHEW MAUBU SEDAN 000 060621 600 00 P UT200 1996147E R NATIONAL ET NYRE 5000 GAL ASPHALT DISTRIBUTOR 000 022307 13257000 P UF200 1996 INTERNATIONAL QUAD -AXLE DUMP / HEATEO BOX 000 02/2307 73.65000 P MF200 1999 INTERNATIONAL CPU ROADSAVER SLURRY TRUCK /QUAD 000 0325'14 1129363 P MF200 U:CROSURFACE ROADSAVER 8 CPU 000 0325114 1129361 P MT200 1996 INTERNATIONAL QUAD -AXLE DU V P! HEATED BOX-ADOIT 000 02 13 10.816 70 P UF200 FREIGHTLINER FL114S0 QUAD AXLE DUMP TRUCK 003 06O5119 162,17647 P IR200 05 CO FREIGHTUIER FL1 14S 0 QUAD AXLE DUUP TRUCK 000 06.17i19 162.175.46 P MT200 05 CO FREIGHTLIER FL114SD QUAD AXLE DUMP TRUCK 00) 062619 162 174 77 P MT200 05 00 FREIGHTLINER FL114SD WAD AXLE DUVP TRUCK 003 070319 1E12,17605 P MT200 05 00 FREIGHTUN ER F114SD QUAD AXLE DOUP 000 0629'19 162.177.19 P MT200 05 00 KEtM'ORTH QUAD AXLE OUMP 000 040919 37544 88 P MT200 C6 00 KEtAVORTH QUAD AXLE DUMP TRUCK 000 0403'19 3754489 P 1.IT200 06 00 FREIGHTLINER FL114S D QUAD DU UP TRUCK 000 07/26'21 169.82356 P MT200 06 CO FREIGHTLINER FL114SD QUAD DU VP TRUCK 000 080221 1E8.321 91 P MT200 06 00 INTERNATIONAL 7600 SBA 6X4 000 04.27/18 355,61099 P MT200 07 00 L4TE RNA-DONAL 7600 SBA 6X4 000 0427/18 355.61099 P MT200 07 00 INTERNATIONAL 7600 SBA 6X4 000 0427/18 355,61059 P MT200 07 00 INTERNATIONAL HV513 QUI T DUMP TRUCK 000 0311419 169.549.15 P MT200 06 00 STERLING LT9513 003 0307/18 72.79500 P 10200 07 00 INTERNATIONAL HV513 QU:HT DUMP TRUCK 003 0101/19 16854452 P L4T200 06 00 (INTERNATIONAL HX515 SECMAIR C041811515 SPREADER 000 061120 420.00676 P MT200 05 00 SWENSON V BOX SPREADER RE VOTE CONTROL, EXTENSIONS 000 032014 6,33000 P MT200 07 00 INTERNATIONAL TRACTOR 000 0507.09 30,97500 P MT200 06 00 FREIGHTLINER TRACTOR 000 042216 31.66000 P MT200 06 00 INTERNATIONAL 9200 TRACTOR. WET IT 000 060614 30.000 CO P 1.17200 05 00 1993 INTERNATIONAL SEMI -TRACTOR 000 022307 1995 INTERNATIONAL SEUL•TRACTOR 003 02/23071995 I.NTERPIATIONAL SEMI -TRACTOR 003 02/2307 2002 INTERNATIONAL SEMI -TRACTOR 000 02/2307 2003 MACK SE M1-TRACTOR 000 042203 2003 Pderb4l Tandem Ada Dump Truck 000 C625'12 2007VOLVOTRACTOR 003 1101/12 STERLING TANDEM AXLE DU V P 000 11/11/13 MACK TRACTOR TRI AXLE. WET KIT C00 030513 /JACK TRACTOR TRI AXL E. WET KR 000 030613 56,00000 P UF200 06 00 1995 INTERNATIONAL QUAD -AXLE DUVP / HEATED BOX 000 02/2307 73.650 CO P MF200 05 0) 2004 FREIGHTUN ER QUAD -AXLE DU/JP! HEATED BOX 000 022307 1325700) P UF200 06 00 2013 FREIGHTLINER FL11450 QUAD -AXLE DUMP 000 05/14/12 155.81647 P MT200 07 Co 2013 FREIGHTLINER FL114$D QUAD -AXLE OUVP 06 03 05 00 05 00 PC UPGRADE 05 00 05 CO 11,73300 P MF200 06 00 11.7300) P 10200 06 00 /WET KR 14.730 CO P MF200 06 00 /WET KR 95.745 CO P 1/F200 06 00 26,375 CO P MT200 C6 00 42,795.18 P RV -FM 10 06 3500000 P UF200 05 00 28.471 29 P MF200 05 00 53.00000 P UF200 O6 00 000 15,665 70 12/31/21 14.76336 502 34 902 34 0 00 15.666 70 123121 14.763 36 902 34 902 34 000 15.724 20 123121 14.818 49 906 71 905. 71 0 CO 24.153 17 123121 19.979 51 2.782 45 2.782 45 0 00 17237 65 12.3121 1425899 1.965 78 1.93578 0 CO 17.401 04 123121 14.394.14 2.004 60 2.004 60 0 00 17237.66 12.3121 1425899 1.565 78 1.965 78 000 18.19349 123121 15.05360 2.09647 209647 000 18193 49 123121 15.053 80 2.096 47 2,096 47 000 17,722 95 12.3121 14.66042 2.04168 204168 0 00 1,500 00 12/3121 1240 80 172 60 172 80 000 27270 70 123121 19,416 74 3.141 59 3.141 59 000 27.13650 123121 19,321.19 3.126.13 3.12613 000 27.39994 12,3121 19.50376 3.15647 3.15647 000 18.56656 12.31/21 1321967 2.13891 2.13891 000 19.189.40 123121 13.66286 221062 221062 000 19.87871 123121 14.15364 229003 229003 000 17,935 00 123121 12,769 72 2,06611 2.066.11 000 17,407 50 122121 12 394.14 2.00534 2.005 31 000 18.619.70 123121 1325722 2.144 99 2.144 99 003 9,450 00 123121 6,72810 1.06864 1,088 64 000 26.37395 12/3121 13.714 45 5.06380 5.06380 003 17.631 60 12/3121 9.168 43 3.38527 333527 000 18,17663 123121 9451 98 346996 3.45996 0 00 18.178 68 123121 9.451 98 3.48996 3.48996 000 20.45482 122121 409095 654554 6,54554 000 20.399 70 123121 4,079 94 6.52750 6,52790 000 500 00 123121 100 00 160 00 160 00 000 60000 123121 120 00 19200 192 00 000 132.570 00 123121 132 570 00 0 00 0.00 000 73.65000 123121 73.65000 000 000 0 CO 11293 63 123121 11293 63 0 CO 0 CO 000 1129361 12/3121 1129361 000 000 000 10.81670 1213121 10.81670 000 000 000 162176 47 122121 115.469 64 18,682 73 18182 73 0 CO 162.175.46 123121 115.468 93 18.682 61 18.682 61 0 CO 162.174 77 123121 115.468.44 18.682 53 18.682 53 000 162.176 05 12/3121 115.419 35 18,652 68 18,682 68 000 162.177.19 123121 115470.16 18.682 81 18.682 81 000 37.54488 123121 28.73196 4.32517 4,325.17 000 37.54489 123121 26.73197 4,325.17 4,325.17 0 00 163.82356 123121 33.764 71 54.023 54 54.023 54 000 169.321 91 123121 33.664 38 54.183 01 54.183 01 000 355610 99 1223121 244518.11 31.756 06 31.756 06 0 CO 355.610 99 123121 244.518.11 31.756 06 31,756 06 000 355.610 99 12.3121 244.518.11 31.756 06 31.758 06 000 168.549.15 123121 120.007 00 19.416 66 19.416 03 0 00 72.795 00 123121 53.053 66 6.500 59 6.500 59 000 168.544 52 12.31.21 120.003 70 1941633 19.418 33 000 420,03676 12/3121 21840351 80.641 30 80.641 30 000 6.33000 123121 6.330 CO 000 000 000 30,97500 123121 30.97500 000 000 000 31.65000 123121 31.65000 000 000 000 30.00003 123121 30.00300 000 000 000 14.73000 123121 14.73000 000 000 000 14.730 00 123121 14.73000 0 00 0 00 000 14.730 CO 123121 14.730 00 0 CO 0 00 000 95.74503 12/3121 95,74500 003 000 0 00 26.375 00 123121 26.375 CO 0 CO 0 CO 000 42.795.18 123121 4223616 56902 55902 000 3503000 123121 35.00000 000 000 000 28.47129 123121 28.47129 00) 000 00) 53.0000) 123121 53.00000 000 000 000 9810)00 123121 93.0)000 000 000 000 73.65000 123121 73.65000 000 000 0 00 132.570 03 123121 132.570 00 0 00 000 003 155.81647 123121 155.816.47 003 003 15,665 70 15.665 70 15,724 20 22.761 98 16244 77 16,398 74 16244 77 17.150 27 17.150 27 16,702.10 1.41360 22,558 33 22.447 32 22,665 23 15.358 58 15.87348 16.44367 14.835 83 14.399 48 15.402 21 781704 1177825 12.553 70 12.941 94 12941 94 10.636 50 10,607.84 260 CO 31200 13257000 73.650 00 1129363 s 11290 61 10.816.70 s 134.152 37 134.151 54 134.15097 134.152 03 134.152 97 31.057.13 31.057.14 87.768 25 83.047.39 276270.17 276274.17 276274.17 139.42386 56.554.45 13942003 299.044 81 6.320 CO 30,975 CO 31,650 00 30.000 CO 14.73300 sd 14.73300 $ 14.73000 s 95,74500 s 26.375 00 42.795 18 35.000 00 s 28,47129 s 53.000 00 s 93.00000 s 73.65000 sd 132.57000 s 155.81647 000 000 000 000 000 000 000 1.39121 000 992 88 000 1.03230 000 992 88 000 1,01822 000 t,O1822 000 1020 85 000 E640 000 4.712 37 000 1669.18 000 4,734 71 000 3203 37 000 3.31592 000 3.435 04 003 3.099.17 003 3,00602 000 3217.49 000 1,632 96 000 7595 70 000 5.077 93 000 5234 94 000 5234 94 000 9.818 32 000 9,791 E6 000 240 00 000 28800 000 000 000 000 000 000 000 000 000 000 000 28024.10 000 2812392 000 28.023 80 000 28.024 02 000 28.024 22 000 6,487.75 000 6.487.75 000 81,035 31 000 81274 52 000 79.336 82 000 79.336 82 000 79.336 82 000 29,12529 000 16240 55 000 29.124 49 000 120,561 95 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 0 03 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 000 Office Equipment -1650 St Asset llcclHo= 1650 001034 HP SD 87301'1 LAPTOP COMPUTER 000 C4/1609 2.02127 P MT200 07 00 000 2,021 27 123121 2,02127 000 000 2,02127 d 000 000749 DISC OFFICE FURNITURE 000 000 02/1503 85.0000) P UT200 07 00 000 85.000 00 123121 65,00000 000 000 65.00000 000 000751 ARC O D:GITAL CCP.ER 000 000 021503 3.50000 P MT200 07 00 000 3,50300 123121 3.50000 000 00) 3.50003 d 000 000716 STAPLES APOTHECARY DESK 000 000 060807 1,495 16 P MT200 06 00 003 1.495.16 123121 1495.16 000 000 1,495.16 000 000752 COMPUTERS 4.PR.4TERS 000 000 021506 51.000 CO P MT200 07 00 0 00 51.000 00 123121 51.00000 0 00 0 00 51.000 00 d 000 001324 RICOH AFICIOSPCI24SF PRINTER 000 000 022512 83575 P 1.47200 07 00 000 83575 123121 83575 000 OCO 83575 d 003 0)1335 HP DESKTOP COMPUTER 00O 00) 07/2311 92636 P MT200 05 00 000 92636 123121 92836 000 0OD 92635 d 003 001293 HP DESKTOP COMPUTER 000 003 072311 92639 P 1.47200 05 00 000 92639 123121 92639 000 00) 92639 d 000 031296 HP DESKTOP COMPUTER 00) 000 07/2311 926 39 P MT200 06 00 000 926 39 123121 926 39 0 03 0 00 928 39 d 000 001304 HP DESKTOP COVPUTER 000 000 072311 926 39 P 147200 06 00 000 926 39 12/3121 926 39 0 00 0 00 926 39 d 000 001297 HP DESKTOP COMPUTER 000 000 072311 92639 P 1,47200 05 00 000 92639 123121 92639 000 000 92639 d 000 001293 HP DESKTOP COVPUTER 000 000 072311 92639 P MT200 0600 000 92639 123121 92839 000 000 92639 d 000 0)1300 HP DESKTOP COV PUT ER 000 000 072311 926 39 P 147200 05 00 0 00 926 39 123121 926 39 0 CO 000 926 39 d 0 00 001302 HP DESKTOP COMPUTER 000 030 072311 92839 P MT200 05 CO 0.00 92639 123121 92639 000 003 92639 d 000 001303 HP DESKTOP COMPUTER 000 000 072311 92639 P MT200 05 00 000 92639 123121 92639 000 000 92639 d 000 001301 HP DESKTOP COMPUTER 000 000 072311 92639 P M1200 05 00 000 92639 123121 92639 000 000 92639 d 000 001316 HPSB65608 LAPTOP 000 OCO 0203'12 1.01620 P M7200 07 00 000 1,01620 123121 1.01620 OCO 00) 1.01620 d 000 001321 RICOH AFICIOSPC424SF PRINTER 000 003 022912 82499 P 141200 07 00 000 82499 12/3121 82499 0OD 003 82499 d 003 001322 RICOH AFICIOSPC424SF PRINTER 000 000 02/25/12 82499 P 1A1200 07 00 000 82499 123121 82499 • 000 000 82499 d 000 001333 RICOH AFICIO SPC424SF PRINTER 000 000 0225112 835.75 P L47200 07 00 000 83575 123121 83575 000 00) 835.755 d 000 0)1325 HP P2035DN PRINTER 000 000 020912 316.48 P MT200 07 00 000 316.48 123121 316.48 000 00O 316.48 000 001342 HPSB 6660E LAPTOP 000 003 062912 1033 70 P 117200 07 00 000 1.033 70 1223121 1.033 70 0 00 0 00 1,033 70 d 0 00 001353 16372 UREL 3300ICP TELEPHONE SYSTEM 000 000 07/0512 17.979.78 P 447200 07 03 OCO 17.97978 123121 17.97978 000 003 17.979.78 d 000 001472 HPPRO3500 DESKTOP COMPUTER 000 000 030613 631.19 P MT200 05 03 000 631.19 123121 631.19 003 000 631.19 d 000 001368 HP PRO BOK 4540 LAPTOP 000 000 030613 69922 P M11200 07 CO 003 69922 123121 69922 000 000 69922 d 000 001368 HP PRO BOK 4540 LAPTOP 000 OCO 030613 03922 P MT200 07 00 000 69922 123121 09922 0O0 000 69922 d 000 001421 HP PRO BOK 4540S LAPTOP 000 00) 07,0213 725.40 P MT200 07 00 000 72540 123121 725.40 000 000 72540 d 000 001423 ?REL 5340E IP PHONE E. SOFTWARE 000 000 04'3013 13.89992 P 14T200 07 00 000 13.69392 123121 13.89992 000 003 13.69992 d 00) 001470 HPPRO BOK4540SLAPTOP 0.03 000 01.07/14 781.78 P MT200 07 00 000 781.78 12/3121 781.78 000 000 781.78 d 000 001489 HP PRO 80K 45105 LAPTOP 000 003 01.07/14 781.78 P 117200 07 00 000 781.78 123121 781.78 000 000 781.76 d 000 001367 HP COVPAO PRO 4300 DESKTOP COMPUTER 000 000 01.07214 73502 P 7.17200 05 00 000 73502 123121 73502 003 000 73502 d 000 001469 INTEL 5320 IP PHONE & SOFTWARE 000 000 01.0914 11,01433 P 111200 07 00 000 11.01430 123121 1101430 00O 003 11,01430 d 000 001477 CANNON 2525 COPIER 000 000 02/1314 3.73966 P 111200 07 00 000 3,73965 123121 3,73965 000 000 3,73965 d 000 0)1491 HP PROBOOK 45) GI LAPTOP 000 000 02/1014 835 50 P 1,47200 07 00 0 00 835 50 123121 835 50 0 03 000 835 53 d 0 00 001493 HP PROBOOK 45001 LAPTOP 000 000 02R914 82927 P 1AP41200 07 00 000 82927 123121 82927 000 000 82927 d 000 031536 HPPRCGOOK 450 G1 LAPTOP 0.00 000 0212914 82927 P 1A0200 07 00 000 82927 123121 82927 000 000 82927 d 000 001471 FUEL ?AST ER FUEL MANAGEMENT SYSTEM 000 000 0501/14 13.483.40 P MT200 07 00 003 1348340 12,3121 13.483.40 000 000 13.483.40 000 001508 HP PROBOOK 450 G1 LAPTOP 000 000 03114/14 649 30 P 10200 07 00 0 00 649 30 123121 649 30 0 CO 0 00 649 30 d 0.00 001509 RICOH AFICIO SPC4245F PRINTER 000 00) 03/17,14 33962 P 111200 07 00 000 33962 12/3121 33962 000 000 33962 d 000 001515 HPPROBOOK 450 G1 LAPTOP 000 000 0328,14 661.61 P 111200 07 00 000 651.61 12,3121 65161 000 000 651.61 d 000 001537 PROOESK400 G1 000 000 05/1914 723 82 P 147200 07 00 000 723 82 123121 723 82 0 00 0 00 723 62 d 000 001549 IVAGHE RUNNER ADVANCE C5030 COPIER 000 000 053014 9.534 70 P MT200 07 CO 000 9.531 70 123121 9.534.70 000 000 9.534 70 d 000 001557 HP PR0300K 450 G2 LAPTOP 000 000 12/11/14 73343 P MT200 07 00 000 733.43 123121 733.43 OCO 000 73343 d 000 031559 HP PROBOOK 453 G2 LAPTOP 003 000 01.0915 73902 P MT200 07 00 000 73902 123121 70608 1648 1648 72256 d 16.46 001558 HP PROBOOK 450 G2 LAPTOP 000 000 01.0915 73901 P MT200 07 00 000 73901 123121 70604 16.48 1648 72252 d 1649 0)1576 HP PROBOOK 450 G2 LAPTOP 00O OCO 030915 70393 P 647200 07 00 000 70090 12,3121 66964 3126 3126 70090 000 001577 HP PROBOOK 450 G2 LAPTOP 000 OCO 0312.15 69879 P 117200 07 00 000 69379 123121 66762 31.17 31.17 69379 000 001673 HP PROBOOK 450 G2 LAPTOP 000 000 04J1915 75392 P 147200 07 00 000 75392 123121 72032 1681 1681 737.13 d 1679 001660 HP PRC600K 453 G2 LAPTOP 000 000 050615 742 62 P U7200 07 00 000 74262 123121 70951 1656 1656 72607 d 1655 C01687 HPPROBOOK 450G2LAPTOP 003 000 091615 62659 P 447200 07 00 000 62659 123121 59865 1397 1397 61262 d 1397 001659 HP PROBOOK 450 G2 LAPTOP 000 000 OM615 62659 P 141200 07 00 000 62659 133121 59865 1397 1397 61262 d 1397 C01688 HPPROBOOK 450 G2 LAPTOP 000 000 090315 62658 P MT200 07 00 000 62658 123121 59863 1397 1397 61260 d 1396 001699 HP PROBOOK 450 G2 LAPTOP 000 00) 12,0215 863 CO P MT200 07 00 0 0) 653 00 123121 814 95 19 02 1902 833 97 d 1903 001706 WCRO TONE WPC 000 000 0107216 53353 P MT200 07 00 000 53353 12/3121 462.10 2382 2382 46592 d 4761 001707 PROBOOK LAPTOP 000 000 0128/16 684.70 P MT200 07 00 000 68470 123121 59301 61.14 61.14 664.15 3055 001750 PROBOOK LAPTOP 000 000 032216 71086 P MT200 07 00 000 71086 123121 61568 6348 6348 679.16 31.70 001751 PROBOOK LAPTOP 000 000 032216 71086 P MT200 07 03 000 71066 123121 61563 31.74 31.74 647.42 d 63.44 001752 PROBOOK LAPTOP 000 000 032916 684 70 P 147200 07 00 0 00 684 70 12/3121 593 01 30 57 30 57 623 58 d 61.12 001762 PROBOOK LAPTOP 000 000 04/1316 715 31 P 1.47200 07 CO 0 00 715 31 123121 619 54 31 94 3194 651.48 d 63 83 001763 PRODESK HP 000 OCO 042016 64708 P M1200 07 00 000 64708 123121 560.45 57.79 57.79 61824 2884 0)1774 PROBOOK LAPTOP HP 000 000 0412216 67504 P MT200 07 00 000 67504 123121 58465 3014 3014 61479 d 6025 001775 PROBOOK LAPTOP HP 000 000 060616 67707 P MT200 07 00 000 67707 123121 56642 3323 3023 61666 d 60.42 001776 PROM SK600 HP 000 000 C62016 519.14 P L47200 07 00 000 549.14 123121 475 62 24 52 24 52 500.14 d 49 CO 031866 PROBOOK4503G LAPTOP 000 000 04/17217 83425 P 10200 07 00 000 83425 12,31/21 64314 7442 7442 72256 11169 001664 PROBOOK45036 LAPTOP•PAJNT TRUCK EC 000 000 0611217 71091 P MT200 07 00 000 71091 123121 55231 6341 6341 61572 95.19 001(65 PROBOOK4503G LAPTOP 000 000 0724/17 709 32 P M7200 07 00 0 00 70332 123121 561 06 3164 31 64 582 70 d 126 62 Corporate Office 2800 Mecca Drive Plover, WI 54467 FAHRNER asphalt'' sealers Ire Pavement Maintenance Contractors EEO/AA Emplo)•er phone 715.341.2868 800.332.3360 fin 715.341.1054 FAHRNER ASPHALT SEALERS, LLC KEY PERSONNEL & CONSTRUCTION EXPERIENCE NAME Jim Rozumialski Terry Higgins Jeff Schuh Mike Whitman Bill Glatz Thomas Johndro Troy Carlson Jerry Fahiner• Tyler Cass Kevin Kruckow Darsi Andrew Ben Linzmeier Robert Schlueter Jeff Sheehan Mike Frodl Jeff Salewske 6615 US Hwy 12 W • Eau Claire, WI 54703 phone 715.874.6070 ' 800.497.4907 • fax 715.874.6717 YEARS OF SERVICE/ TITLE Vice President Vice President Vice President Fleet Manager Salesman Vice President Vice President Business Development Operations Manager Co -President Safety Director Vice President Concrete Manager Vice Piesident Co -President Asst. Secretary/Controller EXPERIENCE 3 3 6 3 32 29 24 31 23 43 13 22 26 07 45 08 05 05 860 Eastline Road • Kaukauna, WI 54130 phone 920.769.1008 • 800.261.1900 ' fax 920.759.1019 7680 Commerce Park, Section C • Dubuque, IA 52002 2224 Veterans Memorial Pkwy • Saginaw, MI 48601 phone 989.752.9200 • fox 989.752.9205 phone 563.556.6231 • fox 563.588.1240 3900 US• 17 • Bartow, FL 33830 phone 863.223.6120 • fax 888.638.2993 914 Conunercial Ct • Onalaska, WI 54650 phone 608.779.6641 • fax 608.779.6813 www.FahrnerAsphalt.com CAPACITY Manager Manager Operations Operations Manager Manager Operations Manager Operations President Safety Manager Operations Manager President Finance 316 laemisch RoaF 0.2 Vaunakee, WI 53597 phone 608 849.6'166 • 80D.R8.2102 • fax 608.849.6470 111 Anderson Road • Iron River, MI 49935 phone 906.265.6770 • fax 906.265.5719 7600 Hudson Blvd., Ste 305 • Oakdale, MN 65128 (Minnesota Office) phone 651.340.6212 ' fax 715.874.6717 3/6/23, 3:05 PM Iowa DOT Prequalified Contractors Iowa DOT Prequalified Contractors Fahr I All Qualifications v Name City FAHRNER ASPHALT SEAL... PLOVER Can't Find Your Contractor? State Phone Fax Official ... WI 715-341-2868 715-341-1054 kevin.krucko... 1-1 of 1 Page Per page 1100 https://www.iceasb.org/prequalified-contractors/ 1/1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Fahrner Asphalt Sealers, L.L.C. as Principal, and Western Surety Company as Surety are held and firmly bound unto the Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the penal sum of Five Percent of Amount Bid Dollars ($ 5% ) lawful money of the United Statcs, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these pi esents. The condition ofthis obligation is such that whereas the Principal has submitted the accompanying bid, dated March 30 ,2023 for PAVEMENT REHABILITATION (RUNWAY 12/30, TAXIWAY A EAST, TAXIWAY E) at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP 3-19-0094-056. NOW, THEREFORE, (A) If said Bid shall be rejected, or in the alternate, (B) If said bid shall be accepted and the Principal shall execute and deliver a Contract in the form specified and shall furnish a bond for his faithful performance of said Contract, and for the 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. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the ON\ ner in liquidation of damages sustained in the event that the Principal fails to execute the Contract and provide the bond as provided in the Specifications or by law. 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 or execute such Contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corpoi ate seals to be hereto affixed and these presents to be signed by their proper officers this 30thday of March , A.D., 2023. Principal Far r AXhipta ers, L.L.C. By (Title) No Shhc� een,v,caas►ctlr,-F ADOD Surety Western Sure y Co p By (Attorn= '- n-; act) Witness Kelly Nicole Enghauser. Attorney -in -Fact (Seal) Witness FAA AIP 3-19-0094-056 AECOM Project 4460695145 P-8 Waterloo Regional Airport Pavement Rehab. (Rwy 12/30, Txy A East, Txy E) Surety Acknowledgment State of Minnesota } } ss. County of Hennepin } On this 30th day of March 2023, before me personally came Kelly Nicole Enghauser, to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Western Surety Company described in and which executed the above instrument; that she knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she signed her name to it by like order. HEATHER R. GOEDTEIca Notary Public State of Minnesota My Commission Expires January 31, 2028 Notary Public Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know MI Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Nicole Langer, Laurie Pflug, Brian D. Carpenter, Jessica Hoff, Craig Olmstead, Trisha Kasper, Blake S. Bohlig, Heather R. Goedtel, Kelly Nicole Enghauser, Megan Nicole Scott, Michelle Halter, Individually of Bloomington, MN, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 14th day of February, 2022. State of South Dakota County of Minnehaha } ss =Qt 0 oAq�^ D z s*%\St AvianSs tie WESTERN SURETY COMPANY aul T. Bruflat, Vice President On this 14th day of February, 2022, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires March 2, 2026 • 4 M. BENT $ + NOTARY PUBLIC i SOUTH DAKOTA t � i CERTIFICATE 1)78-elkdf M. Bent, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 30th day of March , 2023 WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Form F4280-7-2012 Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile.