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.