Loading...
HomeMy WebLinkAbout(01) POLICE: PICKUP TRUCK CITY OF PORT ARTHUR, TEXAS MAYOR AND CITY COUNCIL COMMUNICATIONS Date: Reference No. 12/20/01 Subject Page Awarding a bid for the purchase of a truck for the Police Dept. I RECOMMENDATIONS: It is recommended that the City Council award Philpott Ford the bid for a pickup truck for the Police Department Auto Theft Task Force in the amount of $22,021.00 BACKGROUND: On November 11th and 18th, 2001 the City advertised for bids for a pickup truck for the Police Department's Auto Theft Task Force detective. On November 28, 2001, the only bid received was opened. Philpott Ford submitted a bid in the amount of $21,021.00 for this vehicle. No other bids were received. There is no HGAC price for this vehicle. GSC has a list price of $23,086.00 which is $2,065.00 more than the bid submitted by Philpott Ford. BUDGET/FISCAL EFFECT: Funding for this vehicle was budgeted during the budget process in account 625-1801-521.93-00 "Equipment Replacement." This vehicle will be leased to the Jefferson County Auto Theft Task Force for the Port Arthur Police Department's assigned detective to use. The vehicle will be leased at a price of $650.00 per month as part of the Jefferson County Auto Theft Task Force Grant. The City of Port Arthur will receive $7,800.00 in lease payments each year and retain ownership of the vehicle. STAFF/EMPLOYEE EFFECT: This purchase will supply the Port Arthur Police Department's detective assigned to the Jefferson County Auto Theft Task Force with a vehicle as required by the grant. SUMMARY: f~ recommended that the City Council a.ward Phiipott Ford the bid for a pickup truck for the ce Department Auto The. ft Task Force ~n.~ha. amo)sqt of $22,021.00 ~ ~ Mark(.Bla~ton Director of Finance Deputy Chief of Police Criminal Investigations Prepared by: Disposition by Council: Processed by City Secretary Approved by: ..~--fl f~ ~. ( ) Approve ( ) Other (Describe) Date: OSCAR G, ORTIZ, MAYOR FELIX A. BARKER, MAYOR PRO-TEM COUNCIL MEMBERS: CRAIG HANNAH THOMAS J. HENOERSON TOM GILLAM, III REV. RONNIE LINOEN BOB BOWERS ROSE MITCHELL CHAISSON ROBERT E. ALLEN City of STEPHEN FITZGIBBONS CITY MANAGER CAROLYN DIXON CITY SECRETARY MARK T. SOKOLOW CITY ATTORNEY INVITATION TO BID Oa~.lO, l~l~tt.- November 13, 2001 Vendors: Sealed Bids, subject to the General Instructions, Conditions and Specifications, as provided will be addressed to the City Secretary of the City of Port Arthur, Texas in DUPLICATE. Sealed BIDS shall be received no later than 3:00 P. M. November 28, 2001 at the City Secretary Office and all bids received will thereafter be opened and read aloud on November 28, 2001 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for the following: CREW CAB PICKUP FOR POLICE DEPARTMENT BIDS SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and address in the upper left-hand comer of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. BIDS MUST BE submitted on the pricing form included for that purpose in this packet and SIGNED BY A PERSON HAVING THE AUTHORITY TO BIND THE FIRM IN A CONTRACT. -' MARK ENVELOPE: PICKUP Sealed Bids shall be submitted: CITY OF PORT ARTHUR CITY SECRETARY P. O. BOX 1089 PORT ARTHUR, TX 77641-1089 CITY OF PORT ARTHUR CITY SECRETARY 444 4TH STREET PORT ARTHUR, TX 77640 ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. PO BOX 1089 · PORI' ARDIUR, TEXAS 77641-1089 · 409/983-8115 · FAX 409/983-8291 Bids received after the closing time specified will be returned to the bidder unopened. Award will be made as soon as practicable after opening. To obtain results, or if you have any question, please contact Clifton Williams at the City of Port Arthur Purchasing Office, at (409) 983-8160. The City of Port Arthur reserves the right to 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 of Port Arthur. Purchasing Coordinator GENERAL SPECIFICATIONS PAGES 1-4 CITY OF PORT ARTHUR GENERAL SPECIFICATIONS 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 the Bid or Proposal Specifications listed in this Bid Package. The intent of this INVITATION TO BID (ITB) is to provide bidders xvith sufficient information to prepare SEALED BIDS IN DUPLICATE for furnishing: CREW CAB PICKUP FOR POLICE DEPARTMENT 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 3:00 P. M. November 28.2001. 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 TIlE 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 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 interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. The City reserves the fight to: 1. Reject any and all bids, and to make no award if it deems such action t_o be in its best interest. 2. Award bids on the lump sum or unit price basis, xvhichever 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. A~vard bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 3% 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 consideration the relative importance of price, conformance to specifications and capability and experience of the contractor. (I) 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 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 Code Title 5, Subtitle C, Chapter 17t. ETHICS: The bidder shall not offer or accept gifts or anything of value, nor enter into ~ny 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 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, ofeach item listed, in the event oferror or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s)shaI1 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 of Port Arthur, Attn.: Police Dept., 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. (2) 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 ir~ connection with the planning and carrying out of the program, sh~II 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 1TB. 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 sixty (60) days after the bid opening date. If through any cause the Bidder fails to fulfill in a timely and proper manner, 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 (5) days before the effective date of such termination. (3) 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. Inferior 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 INCORPOKATI~DN 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. All interpretations of these 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 in_tended to deprive the City of Port Arthur the option of selecting goods which may be 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 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. Questions concerning this ITB or additional information should be directed to Ralph Dunderdale at 409-983-8535. (4) SPECIFICATIONS FOR A CREW CAB PICKUP FOR THE POLICE DEPARTMENT PAGES 1-13 City of Port Arthur Specifications for a Crew cab pickup truck Example: Ford F-150 Supercrew Lariat These specifications are applicable to and are an integral part of the fleet equipment specifications. All vendors are seriously encouraged to carefully read and study the following speciiications. The proposed delivered cost must include ALL equipment and/or options stipulated in these specifications. All speciiications are considered minimum. No bid will be considered ii equipment does not meet minimum speciiications. No person has authority to verbally alter these specifications during the procurement process. Any cha.nges to specifications will be made in writing and sent to each per. son having a bid package.. A fully completed copy of the entire set of specifications shall be returned with the bid package. Failure to do so will disqualify the bid. NOTE: Michelin brand tires are NOT acceptable for vehicles equipped with tires having a rim diameter greater than sixteen (16) inches. In the event of delay in completion of deliver),, the City may assess, as liquidated damages One Hundred ($100.00) Dollars per day per item. Equipment will not be accepted nor will any payments be released until all specification~ have been met. No Exceptions. Equipment deliveries will only be accepted beb~,een 9:00 A.M. and 3:00 P.lvl. on regular business days. Dehvery at other times must be requested well in advance. All equipment shall be delivered F.O.B. point of destination to: City of Port Arthur Equipment Services Center 103 H.O. Mills Blvd. Port Arthur, Texas 77640 Address an)' questions regarding the invitat4on to bid to: City of Port Arthur Purchasing Coordinator PO Box 1089 Port Arthur, TX 77640-1089 (409) 983-8160 · Address any questions regarding the specifications to: City of Port Arthur Equipment Services Tom Kestranek, Director of Transportation PO Box 1089 Port Arthur, TX 77640-1089 (409) 983-8535 Irfformation requested to the right of each item in the specifications must be furnished. Failure to do so will disqualify bids. A yes answer indicates the requested item is being furnished A no answer must be explained on a separate sheet of paper that is signed by the persons authorized to sign bid documents. A request for a description requires a complete description of the component to include but not limited to; make, model, size, dimensions, etc. Any variation from these specifications must be indicated on the bid and on a separate attachment to the bid. Attention is directed to the EXCEPTION/APPROVED EQUAL REQUEST Any example shown is listed to show type and class of equipment desired. Bidders are cautioned to read specifications carefully, as there may be special requirements not commonly offered by the equipment manufacturer. Do not assume your standard equipment meets all detailed specifications because it is listed as an example. Bidders are cautioned that units delivered to the F.O.B. points that do not meet specifications in every characteristic will not be accepted. Included in the bid? YES NO The equipment furnished under these specifications shall be the latest improved model in current production, as offered to the commercial trade, and shall be of the best quality workmanship and material. The bidder represents that all equipment offered under these specifications shall be new. Used, shopworn, demonstrator, prototype, or discontinued models are not acceptable. INDEMNITY: The successful bidder shall fully protect, hold harmless, and indemnify the City of Port Arthur, and stand all expense or loss including legal fees from any and all suit or law or equity, and from all damages, claims, and demands for actual or alleged infringement on any United States or foreign patent, trademark, or copyright. In addition to all warranties expressed or implied in law, the seller warrants that the applicable specifications, drawings, samples, symbols, or other descriptions furnished to the City, accurately describe the item(s) bid and that the item(s) bid will be of good material, workmanship and free of defects. Should any item be defective or not in conformity herewith, the seI1er shall at the City's option and in addition to all other remedies of the City, either credit the City for any non-conformity or defects, or, at the seller's expense, replace, repair, or correct any such items. 4. Bidders shall submit with their bid, the latest printed literature and detailed specifications of all equipment they propose to furnish. Bidders shall submit with their bid, a completed Vehicle Licenses Sheet and Common Farts Identification Sheet. This literature is for informational purposes only. 5. The equipment shall be completely assembled and adjusted. Ali components including standard and supplemental equipment shall be installed and the unit shall be ready for continuous operation at the time it is delivered to the City of Port Arthur, unless otherwise specified. 6. Ail parts not specifically mentioned which are necessary for the unit to b~ complete and ready for operation or all parts not specifically mentioned which are normally furnished as standard equipment shall be furnished by the successful bidder. Ail parts shall conform in strength, quality, and workmanship to the accepted standards of the industry. 7. The equipment provided shall meet or exceed all federal, state, and local safety, health, lighting, noise pollution, and other regulations and standards in effect and applicable to equipment furnished at the time of manufacture. 8. A State of Texas inspection certification (~'o-year) shall be furnished on all_ equipment that requires state inspection stickers. Included in the bid? YES NO ,/' 9. The warranty period for all vehicles is 36,000 miles and/or 36 months, no dollar deductible for the complete vehicle. Warranty papers including accessory equipment shall be delivered with the equipment. Warranty periods shall begin when the City of Port Arthur accepts the equipment. The successful bidder shall be responsible for all warranty work on the complete unit. The manufacturer's standard warranty applies. 10. Brakes shall comply with the latest Federal Motor Vehicle Safety Standards __ in effect at the time manufacture. 11. 12. 13. 14. 15. 16. All equipment shall be delivered with three (3) keys for every lock on the equipment that requires a different key. The term "heavy duty" as used to describe components in these specifications, shall be interpreted to mean, "the item shall be of the highest quality and capacity available, designed for unusual strain and/or severe service. Manufacturer's Certificate of Origin shall be delivered with ail fleet equipment. A Certificate of Title will not meet this requirement. The Certificate of Origin shall provide the following: GVWR of the unit; and nominal weight rating in tons. Logos, decals, or markings of any type pertaining to advertisement other than the manufacturers name or model designation that is normally installed by the manufacturer shall not be on any vehicle or equipment delivered to the City. No Exceptions. Each vehicle or equipment shall be furnished with means and adequate space for attaching front and rear license plates. Illumination for the license plate shall be provided to meet Texas Department of Safety requirements. This requirement does not apply to off-road equipment that does not require license plates. _ Each vehicle shall be equipped with a speedometer having an odometer as an integral part. The odometer shall read tenths of a mile. The speedometer drive train must be properly calibrated in relation to the axle ratio and tire size to give accurate readings. All pieces of powered equipment shall have an odometer or an hour meter. 17. Ail equipment and vehicles shall be equipped with at least one horn. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. Included in the bid? YES NO With the exception of factory-installed wiring, ali electrical wiring shall be insulated and enclosed in fibrous loom, plastic loom or flexible conduit for protection from external damage and short circuits. It shall be securely fastened at sufficient intervals to prevent sagging and insure clearance of mechanical parts. Routing of the wiring through the cab, frame, body, compartment boxes, and the like shall be placed in such a mariner so as to not interfere with normal operation and use, or present a safety hazard. Each successful bidder will include in each vehicle or equipment, a set of owner's/operator's manual(s). This will include ail standard manufacturer's/vendor's literature normally furnished and as required by law with the purchase of a new vehicle or equipment. Each successful bidder will include in each model of vehicle or equipment delivered, a complete repair/service/parts manuals. The required odometer statement shall include mileage accrued at the point of delivery to the City. Interiors shall be manufacturer's standard seats, seat covering and floor covering. All trucks shall have front seat4ng and seat belts for three (3) persons. All tire sizes shall be in the manufacturer's recommended size for the unit being furnished and all shall be tubeless steel-belted radials unless otherwise specified in the detailed specifications. Unless otherwise specified in the detailed specifications all cars, vans, and pickup trucks (3/4 ton and smaller) shall be furnished with a matching spare tire and wheel. All trucks with a carrying capacity of one ton or more shall be equipped with all season driving tires and highway steering tires, the spare wheel shall be mounted with an ail season tire, unless otherwise specified in the detailed specifications. Ail trucks shall be furnished with standard full width rear bumpers. Unless otherwise specified in the detailed specifications, all pickup truck bodies shall be fleet side bodies (straight sides with inside fenders) with steel cargo floors. All transmissions shaII be automatic and matched to the engine unless otherwise specified in the detailed specifications. All units shall be furnished with power steering and power assisted brakes __ (if available) unless otherwise specified in the detailed specifications. Batteries shall ab, rays be maximum capacity available for traits to be furnished unless otherwise specified in the detailed specifications. C f g h i k I Included in the bid? YES NO 28. All equipment and vehicles, except trailers, shall be equipped with a five ~" (5) pound ABC approved fire extinguisher with a metal head (plastic heads are not acceptable) unless otherwise specified in the detailed specifications. Fire extinguishers must be mounted in brackets within easy reach of the equipment operator. 29. Quantities, color, mounting and other requirements for lamps, signals, and reflectors shall be as specified for vehicles by Federal Motor Vehicle Safety Standard No. 108. Ail equipment bid items furnished under this specification shall be provided with lamps, signals, and reflectors as specified in the Texas "Uniform Act Regulating Traffic on Highways," (VTCS 6701d). 30. Reflectors and clearance, side-marker and identification lamps for all trucks shall also meet the following requirements. Reflectors must be of the housed type with screw or bolt type mounting; stick-on type is not acceptable. Surface-mounted clearance and side marker lights shall be the metal armored type. Recess-mounted side-marker and clearance lamps must be recessed sufficiently to provide lens protection. Lenses for side- marker and clearance lamps shall be secured to the lamp by a fastening- method which requires a tool to remove the lens. 31. The following additional items are specifically required on the Crew cab pickup truck to be supplied herein a Air bags - Dual; driver and passenger b Air conditioner AM/FM radio Color: Dark gray, dark green or dark red exterior with color coordinated interior Cruise control Disk brakes on all four wheels Dual below eye line type rearview mirrors minimum 48 square inches. Dual sun visors Engine: gasoline, minimum displacement 4.6 liters Factory installed tinted glass, all glass tinted Fuel tank 25 gallon minimum Full gauge set including oil pressure and coolant temperature m Heavy duty low cut-in alternator O P q r s Included in the bid? YES NO Heavy-duty cooling system Heavy-duty shock absorbers Intermittent windshield wiper/washer Line-XTM spray-on bed liner, or approved equal, tinted medium gray with a medium textured surface applied before delivery Minimum acceptable payload capacity of 1500 lb. / &a~t~ Minimum GVWR 6000 lb. ~ ~o Power door locks Power windows with master control located on drivers door and with lockout. v Tilt steering wheel w Tires all season, steel belted radial x Wheelbase: 138 inches minimum VENDOR: PROJECT: CITY OF PORT ARTHUR EXCEPTION/APPROVED EQUAL REQUEST (Please submit this form for each exception/approved equal) TELEFAX: PAGE: OF __ SUBJECT: PARAGRAPH: Request: Signature Approved: Remarks: FOR CITY OF PORT ARTHUR USE ONLY __ Disapproved: Clarification: Signature City of Port Arthur Representative BID FORMS Proposal for a Crew cab pickup truck per attached specifications. TO: City Secretary City of Port Arthur P. O. Box 1089 Port Arthur, Texas 77641-1089 The undersigned hereby agrees to furnish the equipment as listed below in accordance with specifications on file at the City of Port Arthur, Purchasing Agent, Port Arthur, Texas, have been carefully examined and which are attached herein. · Estimated calendar days of delivery from award of purchase order Receipt of addenda is acknowledged: Number Dated Received Number Dated Received Number Dated Received Number Dated Received Signature Name of Indiv~'dual (typed) Name of business: Address: City, State, Zip: Telephone: Date BID OPENING DATE: November 28~ 2001 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 ~ CITY/STATE/ZIP SEND PURCHASE ORDER TO: COMPANY ~~ ADDRESS CITY/STATE/ZIP TAX IDENTIFICATION NUMBER: .. 10 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 undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts xvith 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. ADDRESS /'400 //I ~' ,~ ~ .~..y . CITY/STATE/ZIP ./~/~~ ]~'~ 7 7 ~' ~".7 SUBSCRIBED AND S~RN to before me by the above n~med ~ ~----____~)~1~,/on this the ~ ~t~ day of ~3C~ ,200 ~ Notary Public in and for the State of ~ ~RN T~~VIT~AS PART OF THE BID PROPOSAL 11 City of Port Arthur Vehicle Bid Vehicle Licenses Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Comrn/ssion Code, Tex. Rev. Civ.Stat. Arm. Art 4413 (36) and 44~3 (36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the following entities must hold an.d provide all applicable current valid licenses issued by the State .of Texas: 1 Name and Manufacturer's License No. 2Name and Converter's License No. 3 Name and Representative License No. 4 Name and Franchise Dealer's License No. ~O ~ General Distinguishing No. ~ ~ '~ [ ~ O (Franchised TX Dealer) Bidders are encouraged to submit the above information with their bid. If not subm/tted with the bid, the bidder may not be considered for award. Signature: ~ Print Name: 12