Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 15414: WOODGRINDING SERVICES CONTRACT - HUFFMAN CONSTRUCTION, INC.
MEMORANDUM PUBLIC WORKS DEPARTMENT TO: Stephen B. Fitrgibbons, City Manager FROM: Ross E. Blackketter, P.E., Director of Public Works SUB7ECT: P.R. # 15414, Woodgrinding DATE: August 6, 2009 RECOMMENDATION: It is recommended that the City Council approve Proposed Resolution No. 15414 authorizing the City Manager to execute a contract with Huffman Construction of Port Neches, Texas for woodgrinding services at the City Landfill. Funds are available in Account No. 403-1274-533.59- 00 in the Public Works-Solid Waste Division FY 2009 Budget. BACKGROUND: The City receives trees and brush at the Landfill that must be ground into mulch before final disposal. There are various means of final disposal which include but are not limited to: use as boiler fuel in paper mills, compost, landfill disposal, and use as decretive mulch. Bids were opened on July 22, 2009 with seven (7) vendors submitting bids. One vendor was disqualified for not bidding according to the specifications. Of the six (6) remaining vendors, Huffman Construction submitted the lowest qualified bid at $1.68 per cubic yard with disposal and $1.47 without disposal. Due to the City's previous experience dealing with this type of material, it is expected that the bid of $1.68 with disposal will be utilized. The bid without disposal will serve as a backup in case market conditions drastically change allowing disposal alternatives. BUDGETARY/FISCAL EFFECT: Funds are available in the Public Works-Solid Waste Division FY 2009 Budget, Account No. 403- 1274-533.59-00. EMPLOYEE/STAFF EFFECT: Acceptance of this recommendation will have no effect on staffing levels at this time. SUMMARY: It is recommended that the City Council approve Proposed Resolution No. 15414 authorizing the City Manager to execute a contract with Huffman Construction of Port Neches, Texas for woodgrinding services at the City Landfill. Funds are available in Account No. 403-1274-533.`~9- 00 in the Public Works-Solid Waste Division FY 2009 Budget. REB/mlt Z: \engi neer\Documents\Contracts\Woodgrinding\Wood-Cam-09.doc "Remember, we are here to serve the citizens of Port Arthur" P.R. No. 15414 08/06/09 mlt RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A ONE-YEAR CONTRACT WITH HUFFMAN CONSTRUCTION, INC. OF PORT NECHES, TEXAS FOR WOODGRINDING SERVICES AT THE CITY LANDFILL WITH THE OPTION OF RENEWAL FOR TWO ADDITIONAL YEARS. FUNDING IS AVAILABLE IN ACCOUNT NO. 403-1274-533.59-00. WHEREAS, the City receives trees and brush at the landfill that must be ground into mulch before final disposition; and, WHEREAS, bids were received from seven (7) bidders; and, WHEREAS, Huffman Construction, Inc. of Port Neches, Texas was the lowest responsive bidder with a bid of $1.68 per cubic: yard to include disposal and $1.47 per cubic yard without disposal, see attached exhibit "A"; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager is hereby authorized to execute the first year of a contract, attachE~d hereto as F~chibit '~B", with the option of renewal for two additional years, with Huffman Construction, Inc. of Port Neches, Texas for woodgrinding at the City Landfill at a rate of $1.68 per cubic yard with disposal and $1.47 per cubic yard without disposal; and, THAT, funding is available in FY2009 Budget Account No. 403-1274-533.59-OO,and, THAT, Micheal Huffman of Huffman Construction, Inc. shall sign this resolution agreeing to the terms thereof; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. P.R. No. 154].4 Page 2 READ, ADOPTED AND APPROVED this the _ day of , A.D. 2009 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor:_ Councilmembers: Noes: Attest: City Secretary APPROVED FOR ADMINISTRATION: Stephen B. Fitzgibbons City Manager // ~- +~ '~~ Shawna Tub s Purchasing Manager APPROVED AS TO AVAILABILITY OF FUNDS: ~ ~ ~~~ Deborah Echol , PA Director of Finance Mayor APPROVED AS TO FORM: City Attorney ~ ~~ ~ _ Ross E. Blackketter, P.E. Director of Public Works AGREED T0: Michael Huffman Huffman Construction Z: \eng ineer\Documents\Contracts\Woodgrinding\PR15414 EXHIBIT A r/! 0 N Fry ~' ° 0 ~ A N _'' a ~ z ~' F• °~ C'7 A a m o :° a r~q O o ~ ~ 3 O ,~ ~ U TS '` ~ o U` ~ ~ ~ ~ ~ ~ X m O N ~ d 7 ~ ( -+ ~ d ~, A ~ CA o c=. A ~ L ~ aW a 00 "~ y HI big Fig ~ E"' iC x ° a ~, U b C ~ v o0 00 .ti >C at z ,~ ~w ~ o ~x ~ ~ Q F-~ ''~ 6 4 a° u a u "'' E. a a ~ ~ c o c '~ v a bo Q. ~ v ~ ~ ~ ,~ O U X ~ a L ~' O~ ~ ~ .b ~ ~ ~ 6R ~ ~.,a O ~ L O ~ ~ N 3 a. '~ ._ c- o `~ i o ~; a ~ •~ ~ ~ ~ . ~ >'b ~_ . ~~c ~ y ~ ~ ~ ~ O ~ ~--~ ~ ~ i.. A ~ ~ ~ y ~ ~ U ~ _ ~ ~ }+ ~ U ~ ~ O O O "~ cd c ~ p • ~ .O U n .~ •- . ~ « o C7 v ~ _ C7~3 v ~ ~ U U ~ ¢ aci t Vf ~i .~ ~ ; ~ ~ 4 ~ ~ 0 ~~ ~i .~ v ~ ~. O v , a . vi ~ ~ F c `~' ~ ; .ti A ~ ~; A w 0 ao a EXHIBIT B WOODGRINDING SERVICES CONTRACT THE STATE OF TEXAS COUNTY OF JEFFERSON This CONTRACT between the City of Port Arthur, a Municipal Corporation (hereinafter called "CIIY'~, and Huffman Construction, Inc. (hereinafter called "CONTRACTOR', a Texas Business Corporation. WITNESSETH: 1. TERM OF CONTRACT The term of this Contract shall be from ii August 2009 to li Auaust 2010 It shall be renewable by mutual agreement for two (2) additional one-year periods. Each subsequent yearly contract renewal shall require approval of the City Council. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with thirty (30) days written notice. 2. CONTRACT DOCUMENTS The term "Contract Documents" means and included the following: (A) Agreement (B) Advertisement for Bids (C) General Information (D) Specifications (E) Bid (F) Bidder's Information Sheet Page A of 8 :3. WORK SCHEDULE CONTRACTOR shall agree to provide Wood Grinding Service pursuant to the workdays and hourly schedule set out in Section 5 of the Specifications; however, the CITY reserves the right to amend said schedule by increasing or decreasing the number of workdays and/or hours scheduled. 4. COMPENSATION CONTRACTOR agrees to perform all work described in the specifications and contract documents, and comply with the terms therein. For processing Brush and Wood Material during the term of the agreement the processing rate shall be 1. per loose cubic yard of Brush and Wood Material for Option A and 1.47 per loose cubic yard of Brush and Wood Material for Option _ B Contractor shall invoice the City for the loose volume in cubic yards of Brush and Wood Material processed at the Woodgrinding Site for each grinding event. Each invoice submitted by the Contractor shall be paid in full within thirty (30) days after receipt of a satisfactory invoice. In the event a daily record is disputed by the Contractor or the City, the questioning party shall within ten (10) days of receipt of said disputed record, provide a written notice to the other party setting forth in detail each matter in dispute and the reason therefore. Promptly after receipt Hof such written notice, a representative of the Contractor and the City (each ~of whom shall be duly authorized to agree upon a final resolution of any such disputed matters) shall meet and attempt to expeditiously resolve by mutual agreement all such disputes. All daily records which are not disputed pursuant to the foregoing procedure shall be deemed accepted as correct by the receiving party. 5. INSURANCE Contractor shall provide all insurance coverage as required by Section 4 of the Information to Bidders. 6. INDEMNIFICATION Contractor shall be responsible for the use and employment of reasonable skill and care befitting the profession performing the work required by this Contract. CONTRACTOR shall comply with the requirements of all applicable laws, rules, and regulations, in connection with the services of CONTRACTOR and shall exonerate, indemnify and hold harmless the CITY, Page :? of 8 its officers, agents and all employees from any and all liability, loss or damage arising out of noncompliance with such laws, rules and regulations, without limitation. CONTRACTOR shall assume full responsibility for payments of Federal, State and Local or contributions imposed or required under the Social Security Worker's Compensation, and Income Tax Laws with respect to the CONTRACTOR'S employees. Further, CONTRACTOR shall exonerate, indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss, damages, expenses, or claims arising out of the negligence of CONTRACTOR its officers, agents and employees in connection with any of the work performed or to be performed under this Contract by CONTRACTOR or as a result of CONTRACTOR'S failure to use and employ reasonable skill and care befitting the profession in accordance with Paragraph 7 hereof. Further, CONTRACTOR shall exonerate, indemnify and hold harmless the CITY, its officers, agents, and all employees from any and all liability, loss, damages, expenses or claims for infringement of any copyright or patent arising out of any plans, drawings, or specifications furnished by CONTRACTOR in the performance of this Contract. 7. SUPERVISION CONTRACTOR shall supervise its employees to such a degree to ensure that they are performing the required services in accordance with these specifications and are not derelict in their duties. The CITY will, from time to time, make spot checks of the service being provided and will report any deficiencies to the CONTRACTOR. Repeated failure to live up to all terms and conditions set out herein may result in termination to the Contract. 8. PERSONNEL A. The Contractor will secure at his own expense all personnel required in performing the work under this Contract. Such personnel shall not be employees of or have any contractual relationship with the CITY. B. None of the work covered by the Contract shall be subcontracted without the prior written approval of the CITY. 9. CHANGE The City may, from time to time, request changes in the scope of the services of the CONTRACTOR be performed hereunder. Such changes, including any increase or decrease in the amount of the CONTRACTOR'S compensation of work, which have mutually agreed upon by and between Page ~ of 8 the CITY and CONTRACTOR, shall be incorporated in written amendments to the Contract. .10. TERM OF CONTRACT The terms of this Contract will cover a twelve (12) month period, renewable for two (2) additional one (1) year periods, and the City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with thirty (30) days written notice. In the event that CONTRACTOR shall fail to perform in accordance with this Contract, or otherwise breach this Contract, the CITY shall have the option to immediately terminate this Contract in addition to any other legal remedy 11. FORCE MA7EURE "Force Majeure" shall mean acts of God, strikes, lockouts or other industrial disturbances, acts of the public enemy, laws, rules, regulations or orders of any applicable court of governmental authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, washouts, restrain of government and people, civil disturbances, explosions, unavoidable breakage or accidents to machinery, equipment or plants, and any other events which, whether similar to those enumerated or otherwise, are not reasonably within the control of the part affected. In the event either party is rendered unable, wholly or in part, by Force Majeure to carry out any of its obligations under this Contract, then the obligations Hof such party, to the extent affected by such Force Majeure and to the extent that due diligence is being used to resume performance at the earliest practical time, shall be suspended during the continuance of any inability so caused to the extent provided but for no longer period. Any time that a party intends to rely on Force Majeure to suspend obligations as provided in Section 7.1, such party shall notify the other party as soon as reasonably possible, setting forth the particulars of the situation. Notice shall then be given when the effect of the Force Majeure event has ceased. 12. TERMINATION OF CONTRACT FOR CAUSE If, through any cause, the CONTRACTOR shall fail to fulfill in timely and proper manner his obligation under this Contract, or if the CONTRACTOR shall violate any of the covenants, agreements or stipulations of this Contract, the CITY shall thereupon have the right to terminate this Contract, by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the CITY for damages Page 4 of 8 sustained by the CITY by virtue of any breach of the Contract by the CONTRACTOR, and the CITY may withhold any payment to the CONTRACTOR for the purpose of set-off until such time as the exact amount of damages due the CITY from the CONTRACTOR is determined. 13. TERMINATION FOR CONVENIENCE OF THE CITY The CI-fY may terminate this Contract at any time by giving at least thirty (30) days notice in writing to the CONTRACTOR. If the Contract is terminated by the CITY as provided herein, the CONTRACTOR will be paid for the time provided and expenses incurred up to the termination date. 14. ADDRESSES AND NOTICE Unless otherwise provided in this Contract, any communication, request, reply, advice or other notice herein provided or permitted to be given, made or accepted by either party to the other, must be in writing and may be given or be served by deposition the same with the United States Postal Service postpaid and registered or certified and addressed to the party to be notified, with return receipt requested, or by delivering the same to an officer or official of such party, or by prepaid telegram, addressed to the party to be notified. For purposes of notice, the addresses of the parties shall be: If to the City: Ross E. Blackketter, P.E. Director of Public Works City of Port Arthur P.O. Box 1089 Port Arthur, Texas 77641-1089 If to the Contractor: Michael Huffman President Huffman Construction, Inc. 877 Ridgwood Port Neches, TX 77651 The parties may at any time change their respective addresses by at least fifteen (15) days written notice to the other party. Routine operational communications need not be communicated in writing but may be Page 5 of 8 exchanged verbally between designated supervisory personnel of the parties. .15. COMPLIANCE WITH LAWS The Contractor shall comply with all applicable laws, ordinances, rules, order, regulations and codes of federal, state and local governments relating to performance of work herein, including those that became effective during the terms of the Contract, at no additional expenses to CITY during the term of this Contract, 16. CIVIL RIGHTS ACT OF 1964 Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. The CONTRACTOR will carry out its work under this Contract in a manner which will permit full compliance by the CITY with the Statute and the regulations adopted thereunder. 17. INCORPORATION OF PROVISIONS REQUIRED BY LAW Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If through mistake or otherwise any such provision is not inserted or is not correctly inserted, the Contract shall be amended to make such insertion on application by either part. 18. INTERPRETATION This Contract and all the items and provisions hereof shall be liberally construed to effectuate the purposes set forth herein and to sustain the validity of this Contract. Page 6 of 8 19. SEVERABILITY The provisions of this Contract are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Contract of the application thereof to any person or circumstance shall ever be held by any court or regulatory authority of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Contract and the application of such word, phrase, clause, sentence, paragraph, section or other part of this Contract to other persons or circumstances shall not be affected thereby, unless in the opinion of the Contractor and City the purposes of this Contract are frustrated. 20. BINDING EFFECT Each party represents and warrants to the other that this Contract is binding upon and enforceable against such party. 21. ASSIGNABILITY This Contract shall be binding upon and inure to the benefit of the parties hereto and their successors and assigns and this Contract may be assignable by the Contractor upon written notice to the City. IN WITNESS WHEREOF the City of Port Arthur has caused this Contract to be executed this day of , A.D., 20_ THE CITY OF PORT ARTHUR BY: Stephen B. Fitzgibbons City Manager ATTEST: City Secretary Page 7' of 8 IN WTfNESS WHEREOF has caused this Contract to be executed this day of _, A. D. 20 CONTRACTOR BY: ATTEST: Secretary Signature NAME: TITLE: Page 8 of 8 DELORIS "BOBBIE" PRINCE, MAYOR ELIZABETH "LIZ" SEGLER, MAYOR PRO TEM COUNCIL MEMBERS: JACK CHAT:MAN, JR. MORRIS ALBRIGHT, III MARTIN FLOOD JOHN BEARD, JR. ROBERT E. WILLIAMSON D. KAY WISE THOMAS J. HENDERSON JULY 6, 2009 INVITATION TO BID WOODGRINDING SERVICES STEPHEN FITZGIBBONS CTTY MANAGER TERRI HANKS CITY SECRETARY MARK T. SOICOLOW CITY ,ATTORNEY DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 PM, Central Standard Time,. Wednesday, July 22, 2009. (The clock located in the City Secretary's office will be the official time.) All qualifications received will be read aloud Wednesday at 3:15 PM on July 22, 2009 in the City Council Chambers, City Hall, 5~' Floor, Port Arthur, TX. MARK ENVELOPE: WOODGRINDING SERVICES DELIVERY ADDRESS: Please submit two (2) complete copies of your bid to: CITY OF PORT ARTHUR CITY SECRETARY P.O. BOX 1089 PORT ARTHUR, TEXAS 77641 POINTS OF CONTACT: . CITY OF PORT ARTHUR CITY SECRETARY 444 4TH STREET, 4~' Floor PORT ARTHUR, TEXAS 77640 Questions concerning the Invitation to Bid should be directed to: City of Port Arthur, TX Shawna Tubbs, Purchasing Manager P.O. Box 1089 . Port Arthur, TX 77641 409.983.8160 Shawna(a~portarthur.net Questions concerning the Scoue of Work should be directed to: City of Port Arthur, TX Ross Blackketter, Director of Public Works P.O.. Box 1089 Port Arthur, TX 77641 409..983.8180 rblackketter(a,nortarthur.net Page 1 of 15 ~.:;:. . The Enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referf;nced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB ;submittal amves at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. S~ Shawna Tubbs Purclhasing Manager Page 2 of 15 CITY OF PORT ARTHUR GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to pre;paze SEALED BIDS IN DUPLICATE for furnishing: WOODGRINDING SERVICES Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P.O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than Wednesday. Ju1~22, 200:9 at 3:00 P.M.. Bids received after the closing time specified will be returned to the bidder unopened and claims of mail delays will not constitute an exception. Bid proposal MUST BE SIGNED BY BIDDER. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guazanteeing authenticity. The City reserves the right to: 1., Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Awazd bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price. The awazd shall be made to the responsible vendor(s) whose bid is determined to be lowest offer, taking into consideration the relative importance of price, conformance to specifications and capability and experience of the contractor. Page 3 of 15 TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a comF~lete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept: gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and. can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public moneys under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. Addenda will be mailed to all who are known to have received a copy of the IT'.B. Offeror's shall acknowledge receipt of all addenda. BONA FIDE BUSINESS THAT CLAIMS THE CITY OF PORT ARTHUR AS ITS PRINCIPAL PLACE OF BUSINESS: The official business address (office location and office personnel) shall be a Port Arthur address, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price; shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. Page 4 of 15 INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works, P. O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps 'to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFF:[DAVIT included as part of this ITB. CONTRACT: The following will comprise the contract between the City and the successful bidder: 1. Agreement 2. Advertisement for Bids 3. Addenda 4. General Information 5. Specifications 6. Bid 7. Notice of Award 8. Notice to Proceed QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. All bids will remain in effect for one year. Page S of 15 SffiPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, Texa<; 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timelly and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and .specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed Page b of 15 up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. EXPERIENCE & CAPABILITY: Bidder shall include the following information to describe the experience and capability factors of the company: I . Number of years in operation. 2. Largest project currently in effect with a business. 3. Number of employees currently employed, their job titles, and their job descriptions.. 4. Equipment currently owned or leased by your. company. 5. Be otherwise qualified and eligible to receive an award. 6. Other companies that you contracted with. 7. If' a company wants to receive the award for more than one group, the company must show that it has the equipment and employees to handle more than one group. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the (:ontractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits Commercial General Liability occurrence type insurance City of Port Arthur, fits officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, Page 7 of l5 c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 2. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in airy respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Part Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) .as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 8 of 15 SPECIFICATIONS FOR WOODGRINDING SERVICES AT THE CITY OF PORT ARTHUR SANITARY LANDFILL 1. DEFINITIONS. Unless the context requires otherwise, the following terms and phrases used shall have the meaning set forth below: "Woodgrinding Site" is the site designated by the City, but acceptable to Contractor, where Brush and Wood Material will be delivered and stored for grinding at a later date. "Hazardous Waste" means any waste identified or listed as a hazardous waste by the Texas Natural Resource Conservation Commission or by the Administrator of the United States Environmental Protection Agency. "Brush and Wood Material" shall mean (i) all brush material collected by the City's Solid Waste Department, by citizens of the City, or by other entities permitted to use the Sanitary landfill, and (ii) all wood material (excluding stumps, greater than [3'] diameter-trunk measure) treated lumber, painted lumber, railroad ties, hazardous waste, radioactive waste, solid waste (including: paper, plastic, metals, furniture and garbage) delivered to the Woodgrinding Site." 2. GENERAL. During the Term of this Contract, the City and its citizens shall deliver to the Woodgrinding Site Brush and Wood Material in vehicles owned by the City, other entities or by individuals. The City shall cause to be delivered only Brush and Wood Material to the Woodgrinding Site and represents that no materials, including Hazardous Waste, will be delivered to the Woodgri.nding Site which would cause a violation of the standards, rules and regulations imposed by any government agency having jurisdiction including Hazardous Waste. 3. QUANTITY MEASUREMENT. The quantity of Brush and Wood Material actually delivered by the City, other entities and citizens to the Woodgrinding Site shall lbe determined by the rated capacity of each vehicle delivering such material or by some other mutually acceptable method. 4. DAILY RECORDS. The City shall maintain a daily record of the City's vehicles, other entities and citizens delivering Brush and Wood Material to the Woodgrinding Site. The daily record shall include the date, the amount of Brush and Wood Material delivered and such other information as the City and Contractor shall mutually agree. One (1) copy of the daily record of deliveries of Brush and Wood Material received at the Woodgrinding Site will be furnished to the Contractor within fourteen (14) days after the end of the month. Page 9 of 15 5. HOURS OF OPERATION. The City shall operate the Woodgrinding Site on the following schedule for receipt of Brush and Wood Material: Monday through Friday - 6:30 a.m. - 5:30 p.m. Saturday - 7:30 a.m. - 5:30 p.m. Sunday - Closed 6. CONTRACTOR OBLIGATIONS. The Contractor shall deliver its woodgrindirig equipment, when required by the Scope of Services, to the Woodgrinding Site upc-n receiving reasonable notice from the City that the volume of Brush and Wood Material has accumulated to approximately 16,000 loose cubic yazds. Representatives of the City and Contractor will determine jointly that the volume of accumulated material is sufficient to warrant the mobilization of the woodgrinding equipment. The Contractor is responsible for grinding the loose Brush and Wood Material into chips, and removing them from the site when required by the Scope of Services. The Contractor is not responsible for displacing the material intro the community. 7. CITY OBLIGATIONS. The City will design, construct, operate and maintain the Woodgrinding Site located at the City's discretion. The Woodgrinding Site should be stabilized, well drained, have easy ingress and egress and should prohibit unauthorized dumping. The City will be responsible for providing an attendant on the Woodgrinding Site during operating hours. The attendant will be responsible for directing customers to the proper unloading location, recording the volume of material delivered each day and insuring that unauthorized materials (i.e. solid waste, hazardous waste and other contaminants) are not unloaded at the site. In the event that contaminants cause damage to the woodgrinding equipment (other than normal wear and tear), the City will reimburse the Contractor for labor and repair costs to restore the Woodgrinder to working order. 8. RECORDS. Both parties agree to keep such reasonable operating records as may be required by state or federal regulations. Page 10 of 15 9. BID SCENARIOS. Estimated monthly volume of clean green waste delivered to the woodgrinding site is approximately 8,OOG loose cubic yards. Bid award will be made on the basis of one or more of the following scenarios: A. Contractor to grind all material and haul off material, with Contractor supplying all equipment, labor and supplies to move green waste, load grinder(s) and stockpile anal load ground material. Ground material will become the property of the Contractor, anal will be hauled off-site for disposition by the Contractor. B. Contractor will be expected to grind and haul off material on an appropriate frequency such that the minimum stockpile of green waste builds to 16,000 loose cubic yards but in no case would exceed 24,000 loose cubic yards. C. Contractor to perform services as set out in A. above with the exception that the Ground material becomes the property of the City and will remain on-site for disposition by the City. D. Handling equipment will consist of a Track-hoe, with a grapple or hoe-clamp attachment, and a bulldozer. Additional equipment can be supplied as the successful bidder finds necessary or convenient. Successful bidder will be expected to perform daily maintenance and upkeep and minor repairs on their own equipment and on the City's Tub Grinders. E. Work under this item will be bid by the cubic yard, including all tasks noted above. Page ]t 1 of 15 CITY OF PORT ARTHUR. TEXAS BID SHEET BID FOR: Woodgrinding Services at the City of Port Arthur Sanitary Landfill. Estimated Loose Volume: 96,000 cubic yards BID OPENING DATE: July 22, 2009 OPTION DESCRIPTION UNIT UNIT COST A. Grind and haul off material, with C.Y. $ _ contractor supplying all equipment, Labor and supplies. B. Grind and leave material on site, C.Y. $ with contractor supplying all equipment, labor and materials. Receipt of addenda is acknowledged: No. 1 Dated Received COMPANY NAME STREET ADDRESS P.O. BOX CITY STATE ZIP AREA CODE TELEPHONE NO. SIGNATURE OF BIDDER (PRINT OR TYPE NAME) TITLE EMAIL Page 1.2 of 15 BID OPENING DATE: Julv 22.2009 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ADDRESS C:[TY/STATE/ZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS CITY/STATE/ZIP 'TAX IDENTIFICATION NUMBER Page 13 of 15 AFFIDAVIT All pages in the offeror's bid proposal containing statements, letters, etc. shall be signed by a duly authorized officer of the company, whose signature is binding on the bid proposal. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFEROR: TITLE ADDRESS CITY/STATE/ZIP TELEPHONE NUMBER SIGNATURE STATE COUNTY SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 14 of 15 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7`s business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person la-owingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7"' business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. a of local a government officer with whom tiler has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a), ]Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the~tionnaire ring or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No C. Is the filer of thi~stionnaire ~oyed by a corporation or other Yes No D. Describe each et~yment or b>~ss relationship with the local government officer named in this section. 4. Si ature of person doing business with the governmental entity Date Page 15 of 15 CITY OF PORT ARTHUR, TEXAS ADDENDUM NO.ONE (1) DATE: JULY 7, 2009 PUBLIC WORKS DEPARTMENT Bid Proposal For: Woodgrinding Services The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE :REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. 1. This is a three (3) year contract, the City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with tlurty (30) days written notice. 2. Replace page 11 in the bid package with the attached page 11. Notes: • Should you have any questions please feel free to contact Ross Blackketter, Public Works Director at (409)-983-8180. S awna Tubbs, Purchasing Manager 9. BID SCENARIOS. Estimated monthly volume of clean green waste delivered to the woodgrinding site is approximately 8,000 loose cubic yazds. Bid awazd will be made on the basis of one or more of the following scenarios: A. Contractor to grind all material and haul off material, with Contractor supplying all equipment, labor and supplies to move green waste, load grinder(s) and stockpile and load ground material. Ground material will become the property of the Contractor, and will be hauled off-site for disposition by the Contractor. Contractor will be expected to grind and haul off material on an appropriate frequency such that the minimum stockpile of green waste builds to 16,000 loose cubic yards but in no case would exceed 24,000 loose cubic yards. B. Contractor to perform services as set out in A. above with the exception that the Ground material becomes the property of the City and will remain on-site for disposition by the (:ity. CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Woodgrinding Services at the City of Port Arthur Sanitary Landfill. Estimated Loose Volume: 96,000 cubic yazds BID CIPENING DATE: July 22, 2009 OPTION DESCRIPTION UNIT UNIT COST / 6% A. Grind and haul off material, with C.Y. $ / 4 contractor supplying all equipment„ Labor and supplies. B. Grind and leave material on site, with contractor supplying all equipment, labor and materials. Receipt of addenda is acknowledged: No. 1 Dated ~ ~.C.t7~ COMPANY ~~ , .SIG ~TURE OF IDDER (PRINT OR TYPE NAME) ~~~~ TITLE ~!7 C.Y. $ . ~ Received ,~ ~ ~~ ~_~~~GI tA9eQ - STREET ADDRES P.O.:BOX CITY STATE ZIP d -~©~~ ~o y' 3 l AREA CODE TELEPHONE NO. ~~~ h ~~m 0/1S~~~j~ ~ EMAIL ~~ n ~ o L o ~? Page ].2 of 15 BID OPENING DATE: Julv 22, 2009 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ~-~ / ~F r -~ ~-- ADDRESS CITY/STATE/ZIP W ~4 2 2~ n~ -~ ~ SEND PURCHASE ORDER TO: COMPANY l"~ U FF/~1 ~N L-yKI ~T'('o ADDRESS ~~ / 7 9 ~ ~ ~ C~ CITY/STATE/ZIP 7 75 'TAX IDENTIFICATION NUMBER ~~ ~ ~ ~~~/ Page 13 of 15 AFFIDAVIT All pages in the offeror's bid proposal containing statements, letters, etc. shall be signed by a duly authorized officer of the company, whose signature is binding on the bid proposal. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become d/ue. NAME OF OFFEROR: ~~C/'t~ r. TITLE ADDRESS ~~ CITY/STATE/ZIP ~~ ~ G/ ~~ ~J'C~ TELEPHONE NUMBER ~~ C~ '-' ~ 0 SIGNATURE fi STATE I COUNTY SUB CRIBED A SWORN to before me by the above named M~ Q'~{'~ ~ on this the 22~ day of ill, , 20~. otary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL tiAr~r w, ^.~r.wwr.~r wl.r wr Ar1yArti Ar i ~'pY Pfd WHITNEY PAIGE CARRELLi Notary Pubbc, staoe OfTe>aast ~ '~ " t~ (rOfllf{1'IS51p11 i Page 14 of 15 t a~' 04-0~1011E Ar/Yy~Yrwr Ar w ~vwry ~!~-wrAr ~rw ~lrt i CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7s' business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.OOb, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who ~ ~ bN~ ess relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7"' business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. a of local a government officer with whom filer has employment or business relationship. NSW.--- Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. (' ~~ 0 A. Is the :local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the~tionnaire ring or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No C. Is the filer of thi~stionnaire ~oyed by a corporation or other Yes No D. Describe each a ent or b r ss relationshi with the local overnment officer named in this section. /~ 4. ^~ Si ature of erson doin business with the ovemmental enti at Page 1:5 of 15 ` UFFMAN CONSTRUCTION INC 877 Ridgewood Port Neches, TX 77651 Te1:504-301-7008' I Fax:504-754-7825 Huffman Construction Contact Information President: Michael Huffman (504) 301-7008 michael~huffmanconstructioninc.com Vice President: Bill Huffman (260) 433-9469 bill(a.huffmanconstructioninc.com Secretary: Cindy Huffman (260) 375-2021 cindyCa~huffmanconstructioninc.com ~~er~tions Manager: Jeff Schultz (251) 605-2137 Jeff _.huffmanconstructioninc.com I ~~~ CONSTRUCTION INC 877 Ridgewood Port Neches, TX 77651 Te1:504-301-7008 ~ Fax:504-754-7825 michael@huffmanconstructioninc.com References 1. Lexington-Fayette Urban County Government 2000 East Main Street Lexington, KY 40380 Mike Fields (8.59) 258-3320 2009 Ice Storm Debris Removal 2. City of Port Arthur Texas P.O. Box 1089 Port Arthur, TX 77641 Herman Floyd (409) 983-8521 Hurricane Ike Debris Removal 3. MLU Services 573 Hawthorne Avenue .Athens, GA 30606 Jeff Scott (706) 614-5651 Hurricane Katrina Debris Removal Hurricane Gustav Debris Removal 4. Jefferson Cobnty Alabama 716 Richard Arrington Jr. Blvd Birmingham, AL 35203 Darrel Tavel (205) 325-5381 Flood Demolition/Debris Removal 5. City of Kirksville Missouri 201 South Franklin Street Kirksville, MO 63501 Brad Selby (660) 627-.1225 Demolition/Debris Removal UF'FMAN CONSTRUCTION INC 10149S 300E Warren, IN 46792 Te1:504-301-7008 ~ Fax:504-754-7825 michael@huffmanconstructioninc.com EQUIPMENT LIST 2 2007 B-66 765 HP Vertical Wood Grinders 1995 PETERBUILT 359 SEMI 1994 KENWORTH T-600 SEMI 1997 PETERBUILT 379 SEMI 2 2005 BOBCAT T-250 SKID LOADERS 3 2006 BOBCAT T-300 SKID LOADERS 2004 BOBCAT T-190 SKID LOADER 1992 CASE 621 LOADER 2005 CASE 850 DOZER 2002 CATERPILLAR 320 EXCAVATOR 1997 HITACHI EX 200 LONG REACH `:EXCAVATOR 2000 BOBCAT. 337 MINI EXCAVATOR 1997 ALTEC D945 BUCKET TRUCK 3 2007 AERIAL LIFTS i ` UF_FMAN IIH ~UFF~i CONSTRUCTION INC 10149S 300E Warren, IN 46792 Te1:504-301-7008 ~ Fax:504-754-7825 michael@huffmanconstructioninc.com 2000 FREIGHTLINER TRI AXLE DUMP TRUCK 2 1999 PE'TERBUILT 379 TRIAXLE DUMP TRUCKS 7 2005 ANDERSON 36 YD DUMP TRAILERS 5 2006 ALLPRO 36 YD DUMP TRAILERS 2 2001 MACK 100 YD SELF LOADERS 2 2001 DC>RSEY DUMP TRAILERS 1999 EAST DUMP TRAILER 4 2006 F-350 WORK TRUCKS 3 2005 F-350 WORK TRUCKS 2008 F-450 WORK TRUCK 2007 F-5~~0 WORK TRUCK 2002 F-350 WORK TRUCK 2 1999 F-350 WORK TRUCKS 1.997 CHEVY 1500 WORK TRUCK