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