Loading...
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