HomeMy WebLinkAboutPR 15310: DERRICK OIL & SUPPLY - RENEWAL CONTRACTMemorandum
City of Port Arthur, Tezas
Equipment Services Division
TO: Stephen Fitzgibbons, City Manager
FROM: Kevin Christopher, Equipment Services Manager
DATE: June 24, 2009
SUBJECT: Proposed Resolution No. 15310
RECOMMENDATION
The Equipment Services Division recommends that the City Council approve the renewal of a
contract for petroleum, oils, lubricants and greases to Derrick Oil and Supply of Port Arthur,
Texas for an amount not to exceed $42,510.29.
BACKGROUND
On April 16, 2008 the City of Port Arthur received four bids for petroleum, oil, lubricants and
greases. Of the four bids Derrick Oil and Supply was the lowest, responsible bidder. At its July
1, 2008 meeting the City Council awazded Derrick Oil and Supply a contract for petroleum, oil,
lubricants and greases. The original agreement provided the option to renew for one additional
year. The attached resolution provides authorization For a one year renewal.
BUDGETARY AND FISCAL EFFECT
Funds are available under line item 43-00 in various department budgets.
STAFFING EFFECT
None
SUMMARY
Equipment Services recommends the City Council renew the contract for petroleum, oil,
lubricants and greases to Demck Oil and Supply of Port Arthur, Texas for an estimated amount
of $42,510.29, for one additional year.
z.pr15310.doc
P. R. NO. 15310
06/05/09 K.C.
Page 1
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE RENEWAL OF A
CONTRACT WITH DERRICK OILS & SUPPLY OF PORT
ARTHUR, TEXAS FOR PETROLEUM OILS & LUBRICANTS
IN AN AMOUNT NOT TO EXCEED $42,510.29
WHEREAS, City vehicles require petroleum oils, lubricants, etc.; and
WHEREAS, on July 1, 2008, the City Council awarded a contract to Derrick Oil &
Supply for the provision of these items to the Equipment Services Division for the City's rolling
equipment; and
WHEREAS, said contract was for a one year period, with the option to renew it for one
additional year at the original contract bid amount; and
WHEREAS, it is in the best interest of the City to renew the contract with Derrick Oil &
Supply of Port Arthur, Texas for a second and final year (a copy of said agreement is attached
hereto as Exhibit "A").
NOW THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR:
Section 1. That, the facts and opinions are true and correct.
Section 2. That the City Manager is hereby authorized to execute a contract with
Derrick Oil and Supply for an additional one year in an estimated amount not to exceed
$42,510.29, in substantially the same form as Exhibit "A".
Section 3. That, a copy of the caption of this Resolution be spread upon the Minutes
of the City Council.
z.pr15310.doc
P. R. NO. 15310
06/05/09 K.C.
Page 2
READ, ADOPTED, AND APPROVED, on this day of June, 2009,
A.D., at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the
following vote: AYES:
Mayor
Councilmembers ,
NOES:
Mayor
ATTEST:
Tem Hanks, City Secretary
APPROVED AS TO FORM:
Mark Sokolow, ty Attorney ~,t b~~~~ 1 ~ ~~
APPROVED FOR ADMINISTRATION:
Steve Fitzgibbons, City Manager
APPROVED AS TO FUND AVAILABILITY
.tJ.e:C`wtil.~(iG.G
Deborah Echols, Director of Finance
z.pr15310.doc
CONTRACT FOR PETROLEUM OILS, LUBRICANTS, ETC.
THIS AGREEMENT, made this day of June, 2009, by and between the
City of Port Arthur, a municipal corporation organized under the laws of the State
of Texas, hereinafter called "OWNER" or "CITY", and Derrick Oil and Supply a
corporation by and through its President, Rick Alpin, hereinafter called
"CONTRACTOR".
WITNESSETH: That for and in consideration of the payment terms, conditions,
and agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Contract shall be from June 30. 2009 to June 30, 2010.
2. During the term of this Contract, the CONTRACTOR will furnish the supplies
listed in the attached bid proposal to the City of Port Arthur as described in
the Specifications and Contract Documents and comply with the terms
therein for an amount not to exceed $42,510.29.
3. The term "Contract Documents" means and includes the following:
(A) Agreement
(B) General Information
(C) Specifications
(D) Bid
(E) Bidder's Information Sheet
4. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors, and assigns.
5. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be
executed by their duly authorized officials, this Agreement in two (2) copies,
each of which shall be deemed an original on the date first written above.
6. Projects will be performed on an as needed basis. Contractor will be given
seven (7) to ten (10) days notice prior to start date of projects to provide
said supplies to the City of Port Arthur.
LUBRICANTS AND GREASES CONTRACT JUNE 2009
Page 1
OWNER
BY:
Stephen B. Fitrgibbons
City Manager
City of Port Arthur, Texas
LUBRICANTS AND GREASES CONTRACT JUNE 2009
BY:
CONTRACTOR
Rick Alpin
President
Derrick Oil and Supply, Inc.
Page 2
(
CITY OF PORT ARTHUR
Equipment Services Department
BID PROPOSAL FOR OILS AND LUBRICANTS PER ATTACHED SPECIFICATIONS
TO: City Secretary
City of Port Arthur
P. O. Box 1069
Part Arthur, Texas 77641-1069
The undersijneci hereby agrees to furnish the products as listed below in accordance yvith
specifications on file at the Cih• of Port Arthur, Purchasing Agent, Port Arthur, Texas, which
have been cerefull}' examined and which are attached herein.
Product
Anti-Freez<_ (Ethylene Glycol) in one-gallon containers
.Anti-Freeze (Ethylene Glycol) in 5~-gallon drums
Anti-Freeze (Propylene Glycol) in one-gallon containers
Anti-Freeze (Propylene Glycol) in SS-gallon drums
Automatic Transmission Fluid in quart containers
---7~u oma c ransmisston Cu1c~l ii135-gallon drums ---
Chassis Grease in 120-pound pails
Chassis Grease in 14-ounce tubes
Engine oil SAE 1OW30 Multi-grade in quart contauters
Engine oil SAE 1OW30 Multi-grade in SS-gallon drums
Engine oil SAE 1~W40Ivtulti-grade in 55-gallon dtum containers
Eno e oil SAE 1~bV40 Multi-grade in quart containers
Engine oil SAE 40W in 55-gallon drums
E.^,~ine ni?.SAE 40~U +s euact contazr,er_=
S',-:Qine ot.l SAE 60W90 in.5-¢a11on ps-lils
G'i'ZL"4? ^ull ~A~~ Z~~7<> 6r1 `•. i-.~a10n Ct Ctt ms
t'iyClIaLIIIC o,I iSJ EiSAW ir13s-galion claims
Hydraulic oil ISO 66AW infive-gallon pails
Power Steering Fluid in quart containers
Transmission-Differential-Hydraulic (TDH) oil in fi: e-gallon pails
Receipt of addenda is acl:no~clodged:
Number
Number
\~A
Sionahire
Name of Individual (typed) It r~ Tt'
Unit cost
.S. 23 q ~.-
233 - f/'Z brkm
NIr3
ti l f3
1.98 ~~
3iv5, `i~+ bruin. - -
158~~F8 (~~~-
~V O +ti.bz
l . 8 "t ~Jt-
355. ~z ~rr:rn
35~.`bZ- ~r~~
~.~z. Q~
355.59 D ru`n _
1_.'t-t _-
3-tt.-IG
33~s t 4 C~t.-
Druw\
~jruw\
'Z 5.8 3 J U A-c-
i,~z Q+.
L3 -t 1 SG+h-
Dated Received
Dated Received
~I ICI, CI
Date
Name of business: "~ E tz t2 t c
Address:
-11b4
Cit}~,State,Zip:-~{- ~+4vu,;r_
Telephone ~-,c•C\-c{85-z5c-
~I~LiPHi-v
~ t"~ t S~:p~l;
AX L4 U< x'85 iv~~
NOT>/: Bidders must submit Material Safet}• Data Sheets (1'ISDS) for all products with the
bid package.
~_
Derrick Oil & Supply Co. Inc.
P.O. Box 1133 - 947 Procter
Port Arthur, Texas 77640
PA. 409-985-2508 Fax 409-985fi678
April 10, 2008
City of Port Arthur
City Secretary
P.O. Box 1089
Port Arthur, Texas 77641
Attn: Deborah Echols, Assistant Finance Director
Dear Ms. Echols,
We are pleased to submit this bid for your Petroleum Oil and Lubricants. Derrick Oil
Company appreciates the business the City of Port Arthur has given us in the past and
looks forward to our continued business relationship.
For informational purposes, we are a Woman Owned Business and presently are a
member of the Golden Triangle Minority Business Council.
If you should have any question, please call me at 409=-985-2508.
Sincerely,
r-) i
~ct,~1t ~~ v, .
Rick Alphin
President
CITY OF PORT ARTHUR
GENERAL SPECIFICATIONS
GENERAL INFORMATION:
NOTE: [t is extreme]y important that the Vendor, Bidder, and/or Contractor
furnish the City of Port Arthur the required information specified in the Bid or
Proposal Specifications listed in this Bid Package.
The intent of this INVITA'T'ION TO BID (ITB) is to provide bidders with sufficient
information to prepare SEALED BIDS IN DUPLICATE for furnishing: PETROLELm'I
OILS AND LUBRICANTS
Bids must be in a sealed envelope addressed to the City Secretary, City of Part Arthur,
P. O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than 3:00
P. M. April 16, 2008. Bid proposal MUST BE SIGNED BY THE 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 exception and the City shall hold the bidder responsible to perform in strict
accordance with the specitcations of the invitation. The City rescroes the light 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 interlineation,
alteration, or erasure made before opening time must be initialed by the signer of the bid,
guaranteeing 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- Award 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 Pori Arthur
and whose bid is within 5% of the lowest bid price. This preference can't be granted
for purchases involving Federal Funds.
The award shall be made to the responsible vendor(s) whose bid is determined to be the
lowest offer; taking into a~nsideration the relative importance of price, conformance to
specifications and capability and experience of the contractor.
Page 3 of 14
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose oftlris 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 complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in
accordance with Vemon's Texas Code Annotated, Local Government Cade Title 5,
Subtitle C, Chapter ] 7l.
ETHICS: The bidder shall not offeror 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
waranty 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 ITB. Offerers shall acknowledge receipt of all addenda.
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.
INVOICES: All invoices shall be mailed directly to the City ofPort Arthur, Attn.:
Equipment Services, 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.
Page 4 of 14
SALES TAX: The City of Port Arthur is exempt bylaw from pa}nnent 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 Part 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 OP 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, shat]
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 anyone 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 AFFIDAVIT included as part of this ITB.
CONTRACT: The following will comprise the contract between the City and the
successful bidder:
1. Information for Bidders
2. Bid Sheet
3. Notice of Awards
4. Specifications
5. Addenda
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 supplier 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 after the bid opening date.
If through any cause the Bidder fails to fulfill in a timely and propermanner, his
obligations under this Contract, or fails to perform in accordance with these
specifications, the City reserves the right to terminate this Contract by giving written
notice to the Bidder of such termination and specifying the effective date thereof, at least
five (S) days before the effective date of such termination.
Page 5 of 14
No person has the authority to verbally alter these specifications. Any interpretations,
corrections or changes to this ITB and specifications will be made in writing by the
Purchasing Division of the City of Port Arthur and sent to each person having a bid
package.
The vendor must be an authorized dealer for all products offered. The vendor must give
the manufacturers name and product description of all items. lnferior products, products
which perform at a substandard level, or poor quality products will be rejected.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,
Texas 77640
INCORPORA"PION OF PROVISIONS REQUIRED BY LAW Each provision and
clause required bylaw 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. All interpretations ofthese
specifications shall be made on the basis of statement.
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 maybe considered
most 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 wilt 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
ot; or be subjected to discrimination under any program or activity receiving Federal
financial assistance.
/'" --
Questions cerning this ITB or additional information should be directed t~Tom
Kestranek at 4 983-8535. l
I ^~ / `~-~ '~'
Page 6 of 14 ~~~J~
i ~
CITY OF PORT ARTHUR
Equiomznt Services Department
SPECIFiCAT[O~.'S FOa PETROt.EUh,I Gtts r.~~D Luaalca.~,75
General Specifications
This contract shall be in effect for a period of one (1) year beginning the date of award by the
City Council. At the end of one (1} year the City may rene:v this contract for a period of one (1)
additional yea, at the orieL-ral contract bid amount. There shall be no increase in price should an
extension be granted. Any terms and conditions stated in the original specifications shall apply
to any extended periods. Approval on behalf of the Ciry to renew this contract shall be made bti~
the City Manager or his designee.
Lcbricant supplies shall h2 manufactured from virgin base stock and shall not contain re-
refined materials.
P.ll supplies will be delivered in sealed drums or manufacturers sealed containers. Alf
containers shell be properly marked in accordance with applicable local, state, and federal
regulations and certified that the product meets specification.
Delivery time: Orders for manufacturers sealed containers of products placed before 9:00 AM
must be delivered by 3:00 PM of the same day. Order for sealed drums of products placed after
9:00 AM must be delivered by 3:00 PM of the next business day. Sealed drums must be pumpec'~
irao bulk storage tank at the fime of delivery. The successful vendor will be requL~ed to shelve
delivered packaged products insuring that older stock is rotated for prompt distribufian from
the storeroom. Failure to meet this specificafion shall constitute default and the Ciry will reserve
the right to terminate any contract immediately.
The successful vendor will he required to sheh•e delivered orders and to prevent an
acaimulation of used baCeries on-site, remove cores when deliveries are made.
Price information must be submitted on the bid submission sheet. Failure to use the bid
submission sheet maybe cause for the rejection of your bid. All prices are F.O.B. 103 H.O. MIlIs
Boulevard, Port Arthur, Texas 7762.
the successful bidder will be required to make product warranty adjustments by 9:00 AM of the
next business day. Failure to meet this specification shoo constitute default and the City will
reserve the right to terminate said contract.
If through any cause the Bidder fails to fulfIll in a timely and proper manner, his obligations
under this Contract, or fail to perform in accordance with these specifications, the City reserves
the right to terminate ti~is Contract by giving written notice to the Bidder of such termination
and specifying the effective date t'nereof, at least five (~) days before the effective date of such
termination.
All invoices and de]ivery tickets must clearly show purchase order number, quantity, item
description, unit and extended price.
Page 7 of 14
~.ITY OF PORT ARTHUR
Equipment Services Department
Anti-Freeze (Ethylene Glycol)
Must be a premixed 5G/50 single phase, ethylene glycol based product free of nitrites and
amines. ibis product must be suitable for both automobile and heavy-duty diesel engines and
most meet or exceed ASTbi D 3306 and ASTM D 4985. This product is equivalent to Texaco
Startex Antifreeze/Coolant Pre-b[ixed 50/50. It will be purchased in one-gallon containers and
SS-gallon drums.
Anti-Freeze (Propylene Glycol)
~'Iust be a premixed 50/50 single phase, propylene glycol based product free of nitrites and
arrunes. This product must be suitable for boPn automobile and heavy-duty diesel engines with
change intervals up to 5-years/100,000 miles. This product is equivalent to Texaco
Antifreeze/Coolant ETX-6280BPK Pre-Mixed 50/S0. It will be purchased in one-gallon
containers and 5~-gallon drums.
Automatic Transmission Fluid
Must meet or exceed the requirements of General Motors Corporatior, for DEXRON II, Ford
Motor Company for MERCON (M2C166), and Caterpillar TO-2 ftuid___ ___ _____ __ - ___ --
- t w~urc ase in gL:art containers and 5~-gallon drums
Chassis Grease
Shall be oxidation resistant lithium soap based grease suitable for general automotive use.
Sha11 be designated as NLGI 2 and EP (extreme pressure).
it will be purchased in 120-pound pails and 14-ounce cartridges.
Engine oil SAE IOW30Multi-grade
Must be suitable for use in both gasoline and diesel engines.
Must meet or exceed [he performance requirements of domestic gasoline and diesel
manufacturers.
Must meet API classification CE, CD-II-SG, and SF.
Must meet or exceed Mil Spec b4IL-L-2104E and D1IL-L-46152D.
It will be purchased in quart containers and 55-gallon drums.
Engine oil SAE 15W40 Multi-grade
i$ust be suitable for use in both gasoline and diesel engines.
Must meet or exceed the performance requirements of domestic gasoline and diesel
manufacturers.
Must meet API classification CE, CD-II-SG, and SF.
Must meet or exceed Mil Spec NIiL-L-2104E and MIL-L-46152D.
it «ill be purchased in quart containers and 55-gallon drums.
Engine oil SAE 40W
Must be suitable for use in both gasoline and diesel engines.
Must meet or exceed the performance requirements of domestic gasoline and diesel
manufacurers.
Must meet API classification CE, CD-II-SG, and SF.
Must meet or exceed D'Iil Spec D4IL-L-2104E.
It will be purchased in quart containers and 55-gallon drums.
Page 8 of 14
.]TY OF PORT ARTHUR
Equipment Services Dzpanment
Gear Oil SAE SOW90
Must meet or exceed the requirements for API service GL-5.
P$ust meet or exceed Mil Spec MIL-L-210SC.
It will be purchased in S-gallon nails and SS-gallon drums.
1-Iydraulic Fluid (HYD 6S AW)
Shall be I5O 65 AW oil tivith antiwear, rust and oxidation additives and a foam suppressant.
Shall have a cST viscosity of 62.0 at 40 degrees Celsius.
Shall have a pour point of -20 degrees Fahrenheit.
It kill be purchased in five-gallon pails and 5~-gallon ctruss.
Power Steering Fluid
A multipurpose product that is approved for use in all GM, Chrysler, and Ford power steering
systems. This product is equivalent to Texaco Power Steering Fluid 11572. It will be purchased
in quart containers.
---- -------------------------------- -
Transmission-D~erential-Hydraulic Fluid
A conunon fluid to lubricate the transmission, dffferential and hydraulic systems of wheeled
type tractors. 'This product is equivalent to Texaco TDH Oil Code 1593. It will be purchased L-r
five-gaLon pails
\GTE: Bidders must submit D'Iaterial Safet}' Date Sheets (iV'ISDS) for all products kith the
bid package.
Page 9 of 14
CITY OF PORT ARTHUR
Equipment Sen~iczs Dzpartmznt
ESTt~tATED P.NNUAL USP.GE
Anti-Freeze (Ethylene Glycol) in one-gallon containers .........................................600 gallons
AutomaticT;ansm~ssion Fluid ............................._..................._............................1,600 quarts
Chassis Grease in 120-pound pai's ............................................._........._.......................5 pails
Chassis Grease in 14-ounce hbes ...............................................................................140 tubes
ERgLRe oil SAE 104V30 Multi-grnde u1 quart containers .............................. ........1,500 quarts
Engine oil SAE 156N40 Multi-o ade in 5~-gallon drum containers ............ .............T7 drums
Engine oil SAE 15'N40 Multi-grade in quartcontairers.._ .......................... ........3,300 quarts
Engine oil SAE 40W in 55-gallon drums .................................................._.... .............11 drums
Engine oil S:?E 40W in quart containers ....................................................... .........1,100 quarts
Engine oi15AE SOW90 in Si-gallon drums ................................................... ................1 drum
--
--Y -- - , - S -- ------- ---
H draulic oil 6SA~1 L~ 55- anon drums ............................._................ ----
..............23 drums
Hydraulic oil ISO 6S.?W in five-gallon pails..._ ........................................... ............530 pails
Power Steer_ng Fluid in quart containers ................................................_.... ..............36 quarts
Trarsmission-Differential-Hydraulic (TDH) oil in five-gallon pails ....... ..............30 pails
Page 10 of 14
BID OPENING DATE: Aprl 16, 2003
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to famish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated bzlow:
REMIT PAYtilENT TO:
coMPANY / ).e-rr ~ ~-
ADDRESS~Q
CITYi STATE/ZI~~
SEND PURCHASE ORDER TO:
COMPANY'
ADDRESS
CITY/STATEIZIP
K ~ f L fi ~(~.~i
~Gx' //33
i Htiz~-, ~ ~ '7 7~ y ~
TAX IDENTIFICATION NUMBER
AFFIDAVIT
All pages in the offerer'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 and rsigned offers and agrees to one of the following
V I hereby certify that I do not have outstanding debts with the
Citv 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 mto an agreement for
the payment of said debts. I further agree to pay succeeding
debts as they become due.
/off/tip
NANIF~ OF OFFERER : ~L_ T~~~
TITLE ~~ t"~ ~r~ s~ Ly Pn
ADDRESS ~~~~ • ~~~' ~/3
~ T ~7~fu;~ (~ ~ 7~ ~/
CITY/STATEIZIP
TELEPHONE NUI~ER ~r ~I ~ ~$'S Z, o
~. %%
SIGNATURE
SUBSCRIBED AN S`VORN to before me by the above named
,~ ~ on this the ~ ~___-
t , 200 ~ "®+
day of -~ ~ v d~° NAULp A. LEBLANC
-- w ~ ~ ~, State of Texas
Notary Fub is in and for the State of `J ;, -
- - Cumrt+ission Exdtes
~`"'~~~~~... -~"~~= APR1L 25, 2009
-:q~oF.E,,.
~.~:el4Y:a
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
CONFLICT OF INTEREST STATEI~4ENT
Please delineate all owners of your company. If you have any contractual
business relationship or family relationship with any member of the governing body of
the City' or if you expect this to occur, please so state:
,.•-
,~ ,~ ~
Signature