Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 5823 CITY OF FORT COLLINS AND CSU TRANSIT CENTER (3)
SECTION 00300 PROJECT: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER PHASE IA; Bid No. 5823 Place--?W�eu ► lie l-y Date I I- Lk—U3 1. In compliance with your Invitation to Bid dated D3 I ad subject to all conditions thereof, the undersigned ,ry�y S�T�e a **(Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bi�j I a certified or cashier's check or standard Bid bond in the sum of rJ /U 0-c- boo( ($ in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes tofurnish the rrs��pp�__cified performance and a ent bonds is as follows: W (�sAe r in 5c =6 Z. Six _r-nr% - OAk ifl Lb Qm SFi 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether,it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 7/96 Section 00300 Page 1 ► Lf OFFICERS AND PRINCIPALS MOUNTAIN CONSTRUCTORS, INC. 11 /4/2003 YEARS OF NAME TITLE EXPERIENCE Kuntz, Joe Johnson, Andrea Kinion, Dave Murdock, Todd Tjardes, Bill Duncan, Pam President 39 Secretary 12 Gen. Superintendent 29 Superintendent 18 Superintendent 13 Project Manager/Est. 17 21. What are the limits of your public liability? DETAIL . / w _. _. What company? 22. What are your company's bonding limitations? 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at� i ��Q W this 441�` day of N& , 20C3. ih Name of Bidder By: Title: State of Ct I V-&CLb 11-- ll ,) County of WQto( being duly sworn deposes and says that he is tV °f d1t41`�Ql�i ✓1 Cf.V1S`�`I�L� T that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Sub cr'bed and sworn to before me this �-1 day of 2043. UV1Cwu ,RY �� ti Notary Public .�,• _ v�1- ° HARM'. My commission expires db 7/96 Section 00420 Page 3 r ACORD urOPPCERTIFICATE OF I I I B DAO /21(MMMO 3 PRODUCER S EtWIRAN ATTER OF INFORMATION Western States Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Construction Division HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3926 JFK Parkway, Suite A ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Collins CO 80525 Phona : 970-226-2157 INSURERS AFFORDING COVERAGE INSURED INSURER A: Bituminous INSURER B: INSURER C: Mountain Constructors, Inc. P.O. BOX 405 Platteville CO 80651 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDO/YY) POLICY EXPIRATION DATE MMIDD/YY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR CLP3170717 07/28/03 07/28/04 EACH OCCURRENCE S 1000000 FIRE DAMAGE (Any one fire) $100000 MED EXP (Any one person) $5000 PERSONAL B ADV INJURY $1000000 GENERAL AGGREGATE 6 2000000 GENL AGGREGATE LIMIT APPLIES PER: POLICY X �C7 LOC PRODUCTS -COMPIOP AGG S 2000000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS C,AP3170718 07/28/03 07/28/04 COMBINED SINGLE LIMIT (EaCO accident) $5000000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) f PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ A EXCESS LIABILITY X OCCUR CLAIMSMADE DEDUCTIBLE X RETENTION f 10000 CUP2571616 07/28/03 07/28/04 EACH OCCURRENCE $2000000 AGGREGATE f 2000000 S $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILIT( ER TORT LIMITS ' E.L EACH ACCIDENT $ E.L. DISEASE -EA EMPLOYE f E.L. DISEASE. POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONSR.ACATIONSIVEHICLES/EXCLUSIONS ADDED BY ENOORSEMENTISPECIAL PROVISIONS CERTIFICATE HOLDER Y I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION ___ _ _ 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO DATE THEREOF, THE ISSUING INSURER WILLXKMEMM ID MAIL -30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY REPRESENTATIVES. I KIND UPON THE INSURER, ITS AGENTS OR Posts T• ....._ DATE$RBwonn _ ._....... ACORD_ 21 03 w _. �M„ .... _ ....... THIS CERTIFICATE IS ISSUED A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. CROSSROADS INSURANCE COMPANIESAFFORDINOCOVERAQE•_•,-_.__—_, P.O. BOX 1010 AULT CO 80610 COMPANY , (970) 834-1337"_- FAX: 834-1393 A.• PINNACOL ASSURANCE COMPANY INSURED MOUNTAIN CONSTRUCTORS, INC.P.O. BOX 405 COMPANY PLATTEVILLE, CO 80651-0405 C - - --• COMPANY ,FAX. (970) 785-2515 ° .. BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED OR CONDITION Of ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED, NOTWITHSTANDING ANY REOUIREMENT. TERM AFFORDED BY THE POLICIES DESCRIBED HEREIN K SUBJECT TO ALL THE TEIIMS- CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ... EXC_LU_S10NS AND CONOITIONS_OF SUCH I/MTS DATE CO TYPE OP INNRANCE POLICY NUMBER DATE IMMMINYYI 1MMAWRVMIN LTA ' GENERAL LusYm PADDUCTS • cOMP,OP AGG COMAATnCiAL OENEML LIAOILITr ! • . I CLAWS MADE ❑ OCCUR PERSONAL B ADV EARIIY P EACH OCCURRENCE OWNEIrS III CONTRACTORS MOT N/A s RIM DAMAGE IAIN EAE 1") MID EXP UAny IIII Imscorg E : AUTOMOBILE LIABILITY COSIGNED SINGLE LIMIT s ANY AUTO • -- ALL OWNED AUTOS BODILY INJURY S IPs SCHEDULED AUTOS INJURYIww, E I"PLO AUTOS ' N/A . NON O WNEO AVTOB •--•-----•--- ... PROPERTY DAMAGE s : GARAGE LIA$ILrtv AUTO ONLY • EA ACCIDENT s OTHER THAN AUTO ONLY: ' -- i ANY AUTO EACH ACCIDENT s ._i N/A AGGREGATE " s ExCEss UAIdifTY , EACH OCCVRIENCE f _ AGGREGATE UMBRELLA FORM N/A s---- •--..._ — — OTWR THAN UNIBROAA FORM WORIflis COhiEMAT10N AM, AC STA77VV.. T RY UAARS�,X I RH--I......... ... _.._....... ' L+wtOT[Ilt• LIAM1TY 0. EACH ACCIDENT s 1, goo, 0, 000 A'THE PROFlIETOW FNoL 3027994 07/01/02 07/01/03 Nl, 000, 000 Lamua•PoucruMlr orFC IGAREx[CurIVE X ExcL 3027994 07 O1 03 07 01 04 aDLTEA3E•EAEMROTEE 101,000,000 OTHER DESCRNTION Of g"nATIONSROCATIONSNEHICLESIS►WAL MGM 1 ^ Oww.. . SHOULD ANY OP THE ABOVE OESCMBW POLICIES BE CANCELLED K"AE TINE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAR 3 O _ DAYS WRITTEN NOTICE TO THE CERTMCATE HOLDER NAMED TO THE NIA, - _ ----- IUT VANAW TO NAIL OWN NOTICE $HALL WPM NO OR101ITION OR UA$IUTT or ANY HIND yFON TN$ COWANM ITO AMNTS OR I MIRI NTATIVES. AUTHORIZED ATM a SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. {ITEM CCAn C/lA/1.0 0 7/96 SUBCONTRACTOR Y IC S, m t,u 1/ Ye) -- Section 00430 Page 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Mountain COnStruCtOrS, InC. as Principal, and ngp1 ty and D=Mt mtp V of M1¢v as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of s 5% of amount bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the Cry of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER PHASE IA; Bid No. 5823, NOW THEREFORE, (a) 1f said ffid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the DINER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, w set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d nate, constitute and s appoint D. N. BROYLES, Jeffrey L. BROYLES, Robert G. PEATS FORW,, 11 of Bozeman, Montana, EACH its true and lawful agent and Attorney-in-F a r, and on its behalf as surety, and as its act and deed: any and all bonds o an uc bonds or undertakings in pursuance of these presents, shall be as bi 1 om } H ly, to all intents and purposes, as if they had been duly executed and ac a re i rs of the Company at its office in Baltimore, Md., in their own proper pe p f o issued on behalf of Kathryn D. BROYLES, D. N. BROYLES, Jeffrey L. BROYL G. ENGFORD, Angela Reed JAMISON, dated September 24, 2002. The said Assistant es e eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-L s said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 31st day of March, A.D.2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'gyp 9EPpy.�, a jfF'�u o '� •e o J � t•w ,Z y By. T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland 1 ss: City of Baltimore f On this 31st day of March, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Sandra Lynn Mooney Notary Public My Commission Expires: January 1, 2004 POA-F 180-3535 M 0 (Seal through, ADDRESS: BID SCHEDULE (Base Bid) &4� rS CONTRAC OR BY: MOUNTAIN eONSTRUCTORS. INC- P.O. Box 405 attevi e, (970) 785-6161 Please use the attached Bid Schedule when submitting your bid. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (250) of the total Agreement Price. Attest :RESP CTFULLY SUBMITTED: S gnat re Date �r aSr�— Title License Number (If Applicable) Bid is by cor oration) Ad P.O. Box 405 Platteville, Telephone (970)785-6161 7/96 Section 00300 Page 2 City of Fort Collins & Colorado State University Transit Center -Phase IA BID SCHEDULE Each following Items shall include the costs of all labor, materials, tools, equipment, services, incidentals, overhead, profit, and bonds. ITEM 1. LANDSCAPE / IRRIGATION IMPROVEMENTS (INSIDE FENCE) Provide and install landscaping / irrigate improvements inside fence Also, include hydrant and drain sump as shown © u SUBTOTAL $ 2. PHONE SERVICE INCLUDING CONDUIT / BORING Two (2) 1" conduits including boring, trenching, backfill with flowfill, installation of emergency phone provided by others. SUBTOTAL $ 3. All required work less above Items 1 and 2. 7 o SUBTOTAL $ 2-0 Y 2 2p TOTAL LUMP SUM $_ 316 Section 00300 Page 3 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. //�jf�� 1. Name of Bidder: _ I' 1©cto 4,oi%1 &5J (L,'Oi fors �" X1� 2. Permanent main office address: �_Mai n &E- Y{y�yilke Co &Yvst 3. When organized: �30V ((qTl:)— 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? ') l 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion-) 7 ��. i�� = `iiaiacl e ui wad periormea ny your company: 8. Have you ever failed to complete any Work awarded to you? rvV If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction; 12. List your major equipment available for this contract. See C�.�9►E►-a.aol 13. Experience in construction Work similar in importance to this project: SRQ 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $-25Prd C , �" II 'A�^ II aa (h��� �(J 16. Bank reference:�nn*,5�41 hottaI d Uel d an i (OA' L 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? V es — 18. Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? ales If yes, what percent of o 1 contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time?1-io If yes, DETAIL 7/96 Section 00420 Page 2 MOUNTAIN CONSTRUCTORS, INC COMPLETED PROJECTS AS OF 11/4/2003 ,1 gzft-t�- 13 OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE CDOT O" St. Improvements $570,428.62 4/28/1996 Larimer County Cowan Lateral #192 $170,982.50 5/17/1996 Larimer County Indian Creek #176 $220,963.60 7/26/1996 Nat. Resource Conser Big T Ponds $58,630.00 8/9/1996 Larimer County Bridge over Indian Creek $220,965.00 10/31/1996 Larimer County Overland Trail Improvements $308,598.00 12/10/1996 City of Fort Collins Sheilds St. Turn Lane $59,454.00 8/2/1996 Larimer County Dowdy Lake Road $224,856.00 8/29/1996 State of Colo. UNC "Z" Lot Improvements $221,948.00 2/14/1996 Larimer County CR 21 & CR 48 Im vmts $139,797.00 6/10/1996 Larimer County Bridge Replacement $170,176.00 5/17/1996 Boulder County Coal Creek Bike Trail $163,252.00 4/10/1996 CDOT Hwy 287 & SH 1 Im vmts $984,000.00 5/1/1997 Larimer County Elkhorn Creek $120,999.99 8/5/1997 City of Loveland Hwy 34 Underpass & path $507,896.00 9/9/1997 Larimer County CR 42C Improvements $197,117.00 2/1/1998 City of Greeley 35th Ave & 10 St. $501,925.00 11/3/1997 CDOT CDOT Erosion Control $146,000.00 3/27/1998 Larimer County Pleasant Valley Bridge Re I $162,165.00 5/14/1998 Larimer County Parks Maint. Facility $206,689.00 6/1/1998 City of Loveland Eisenhower Blvd. Im t. $530,856.90 6/22/1998 CDOT Hwy 34Im vmt-Wi ins $1,310,464.00 12/31/1998 Larimer County Horsetooth Boat Ram $379,192.00 5/31/1999 City of Greeley Hwy 34 & 35th Ave Im vmt $1,082,474.67 8/31/1999 City of Greeley Mosier Hill Grading $57,000.00 5/31/1999 City of Fort Collins Horsetooth & Mason Im vmt $191,704.00 11/26/1999 .City of Greeley 4th St. Reconstruction $944,787.00 1/10/2000 Colorado Div. of Wildlife Watson Lake Spillway $49,840.00 3/1/2000 .Log Lane Village Street reconstruction - Log Lane $231,941.00 8/21/2000 Boulder County Niwot Rd & 95th Ave. reconstr. $707,293.00 10/30/2000 Town of Hudson Street resurfacing $90,390.00 7/30/2000 Larimer County Intersection Im vmt CR17 &CR14 $196,356.00 11/30/2000 MOUNTAIN CONSTRUCTORS, INC. COMPLETED PROJECTS ns nG 911AP010M OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE Larimer County Intersection Im vmt CR17 &CR28 $102,324.00 11/30/2000 Larimer County Pinewood Lake parking lot $103,058.00 10/30/2000 Weld County Weld County Bridge 47/68B $299,988.00 4/28/2001 Larimer County Replace Bridge #226 $341,633.00 5/31/2001 Larimer County Road Improvements CR 64 $1,347,989.00 10/15/2001 City of Greeley Monfort Park - Parking Lot /Access Road $378,647.00 8/31/2001 Colorado State Univ Rodeo Demolition $29,950.00 7/31/2001 City of Greeley Highway 257 Spur Reconstruction $199,832.00 9/30/2001 City of Greeley Reconstr of Number 3 Ditch $69,308.00 9/30/2001 City of Greeley 4th St. Reconstruction $1,275,065.00 11/30/2001 City of Fort Collins SH 14 Ped/Bike Path $867,578.00 7/30/2002 Town of Erie Leon Wurl Parkway Construction $378,222.00 5/28/2002 Weld County WCR 65 and WCR 24 1/2 Im vmt $877,029.00 8/16/2002 Bureau of Reclamation Hughes Stadium Parkin Lot $511,190.00 9/26/2002 FHWA Beaver Meadows Visitor Center $867,577.66 6/12/2002 Colorado State Parks Jackson Lake $91,870.00 11/26/2002 Larimer County Handy Ditch $116,874.33 5/7/2003 Weld County Greeley Weld Co Airport $1,693,129.73 4/25/2003 .1 �I-ern- 12 MOUNTAIN CONSTRUCTORS, INC. CONSTRUCTION EQUIPMENT 11/4/2003 M DESCRIPTION 14 Pick ups 1/2 ton, 3/4 ton 7 Service Trucks/Mechanic Truck 2 Dump Trucks 1 Water Wagon 8000 gal. 3 Water Trucks 2500 gal, 3500 gal. (2) 4 Truck Tractors - 85,000 GVW 10 Trailers - End Dump, Bottom Dump, Low Bed 1 Crawler Dozer - CAT D7H 4 Motor Graders - CAT 130G, 140G (2), 140H 5 Rollers - CAT 815, Dynapac 2511, CAT 463B, Bomag, CAT 563C 4 Motor Scrapers - CAT 623B, CAT 623E, CAT 627B (2) 3 Rubber Tire Backhoes - JD 310D, JD 410D (2) 4 Track Backhoes - JD 892D, JD 892E, CAT 325L, CAT 235 3 Bobcat - 753, 763, 853 1 Air Compressor - 175CFM 4 Welders 200Amp (3), 300 Amp (1) 1 Water Pump - 6 inch 3 Storage Trailers 5 Wheel Loaders - CAT 966C (2), CAT 950, CAT 966E, CAT 98OF 3 Demo Hammer