ST8501-CS 880610The City With A Beautiful Future
255 Parkway
P.O. Box 478
Coppell, Texas 75019
214 - 462 - 0022
REQUEST FOR BID
BID NUMBER 0018
BID TITLE Bridge Railing Repair
BID OPENING 10:00 AM, Friday~ Jun~
BIDDER'S NAME
BIDDER'S ADDRESS
BIDDER'S TELEPHONE NUMBER ( )
DELIVERY TIME AFTER RECEIPT OF ORDER
AUTHORIZED SIGNATURE
PRINTED SIGNATURE
The following conditions apply to this Invitation For Bid unless otherwise noted within the text of the Invitation
For Bid:
1. FAILUI~ 1OBID: If unable to bid, return this Invitation For Bid with a brief explanation on the attached
proposal form explaining the reason(s) for failure to submit a bid as requested.
2. BIi)I)ER'S ~)OPY: Bidder should keep a duplicate copy of their package for their files.
3. TR~ IDENTIFICATION: Specify trade name(s) or brand(s) to be offered by bidder.
4. I~TERI~J. I~IJ~LITY: All products and/or optional equipment offered in response to this bid request must be
new. No items of a demonstrator, leased, reconditioned, rebuilt, repossessed or used nature will be considered.
5. ItSTIllITIDN ~I/~S: All products offered shall be bid F.O.B. final destination (as noted in the specification
with all delivery charges to be prepaid by the bidder.
6. P~II~: Bidder must include the cost of boxing and cartage, if required, to prevent damage in shipment.
7. FII~4PRICIN~: All pricing submitted by bidder must be firm forty-five (45) days from the date designated
as bid opening date as listed on the Invitation For Bid.
8. INt/OICII~ ~i~ ~ DISO~: Bidder must note payment terms and all discounts allowed for early payment
consideration.
g. DELII/ERY: Bidder should bid best possible delivery, stated in days, from point of award, including Saturday
and Sunday.
10. I~ ~O!~: The Bidder's proposal must be submitted on the proposal form provided by the City of Coppell,
Texas and attached hereto. The proposal must be executed, signed and dated by a duly designated representative
or agent of bidder's company.
11. PI~ CI_OSII~ ~TE: All bids must be delivered to the Office of the City Secretary, City of Coppell,
Texas and clearly marked as directed and sealed (nonseeled bids will not be accepted) by no later than the stated
opening time of the bid opening date designated in Invitation For Bid. All bids received after the designated
opening time and date will be returned unopened.
12. PI~OI~NING: On the date and at the time specified in the Invitation For Bid, each and every bid will
be publicly opened, read aloud and tabulated.
13. BID~ICCEI~T/~ICE: The City Council of the City of Coppe11 reserves the right to accept or reject any and
all bids, any combination of bids and to waive any informalities therein. If a bid is awarded to the lowest
and best bidder by the City Council, their interpretation of the specifications and qualifications for the bld
shall be final.
14. SPECIFICATIONS ~II~LEDGE~NT: Bidder must complete each specification date sheet in spaces provided on
each item that is bid.
15. RIGHT~ INSI~CTION: The City of Coppell, Texas hereby notifies bidder that samples of items bid, if requested
must be furnished at the bidder's expense and if not destroyed in testing or retained as a standard, will be
returned on the same terms. Waiver by the City of Coppell, Texas of a request for supply of a sample for testing,
in no way constitutes acceptance of all items proposed by bidder.
16. LIENS: Bidder agrees to idemnify and save harmless the City of Coppell, Texas against any and all liens
and encumbrances for all goods and services which may be provided under this Invitation For Bid, by seller or
seller's vendor(s) and if the City of Coppell, Texas requests, a proper release of all liens or satisfactory
evidence of freedom from liens shall be delivered to the City of Coppe11.
17. PRICE FIXII~: In submitting attached Invitation For Bid, bidder thereby certifies that they have not partico
iapated in nor been party to any collusion, price fixing or any other agreements with any company, firm or person
concerning the pricing on the enclosed bid.
18. OVERCHARGES: In submitting a~ached Invitation For Bid, bidder thereby agrees and assigns to the City of
Coppell and all cIaims for overcharges associated with thJs contract which arise under the Antitrust Laws of
the United States, 16 U.S.C.A. Sec. 1 et seq (1978).
lg. GEI~RALCOI~)ITIONS: Failure by vendor to comply wlth subject specifications and conditions within this
Invitation For Bid package will result in a delay in processing invoices.
IEI~4S AI~ COSE)ITIONS
1. "DEFINITIONS": As used in these Terms and Conditions "order" shall mean this Purchase Order and ali
its attachments and exhibits; "materials" means any materiais, machinery, equipment, article, item or work
provided for in this order; "Seller" means the person, firm or corporation to whom this order is issued;
"purchaser" means the City of Coppell and "Owner" means the person, firm or corporation owning the pIant
designated as "Client" on the face of the Purchase Order for whom the materials are purchased or leased
under this order.
2. "ACCEPTANCE OF CONTRACT": This order is expressly conditioned on SeIler's acceptance of all the terms
and conditions hereof, Seller shall be bound by this order and its terms and conditions when it delivers
to Purchaser any of the material ordered, or performs any of the services referred to herein or receives
any payment hereunder.
3. "MODIFICATIONS AM) ~IEI~I~NTS": Purchaser shall have the right to modify this order subject to an
adjustment in the price in accordance with the applicable provisions of the Purchase Order, if any, or
pursuant to mutual agreement, No agreement or understanding to modify this order shall be binding on the
Purchaser unless in writing and signed by the Purchaser or Purchaser's authorized agent.
4. "ASSIGI~NT AND SUBLETTING": Seller shall not assign this order or any part hereof or any amounts
due hereunder or sublet this order or any part hereof without the written consent of Purchaser.
5. "DELAYER lION-DELIVERY": If upon receipt of this order or at any time thereafter it is found that
the materials called for cannot be shipped within the time specified in this order, notice thereof must
be given immediately to the Department of Purchase by mail or telegraph, together with advice as to the
best delivery possible. Failure to make shipment on or before the date specified in this order shaI1 entitle
Purchaser at its option to cancel the order, without prejudice to any other rights Purchaser may have as
a result thereof.
6. "PATENT II~EI4NIIY': Seller hereby warrants that the use or sale of the materials delivered hereunder
will not infringe claims of any patent covering such materials; (to the extent the design for such materials
is not furnished by Purchaser) and Seller agrees to be responsible for and to defend at its sole expense
all suits and proceedings against Purchaser and/or Owner based on any such alleged patent infringement
and to pay all costs, expenses, judgements and damages which Purchaser or Owner may have to pay or incur
by reason of any such suit or proceeding. Notwithstanding the foregoing, Seller does not warrant against,
and shall not be responsible for claims of patent infringement based solely on the use of such materials
in combination with other material or equipment or in the operation of any process other than such process
as may be inherent in the use of such materials.
7. "INSPECTION": All inspection and tests shall be made as required by the specifications issued by
Purchaser. Ail materials purchased under this order shall be subject to inspection by Purchaser or a repre-
sentative of Purchaser at all reasonable times and places be,ore, during and after manufacture. If the
face of this order specifically requires Purchaser's inspection. Seller shall advise Purchaser in writing
at the address specified on the face of this order, of Seller's final tests and/or inspection at least
ten days prior thereto. Purchaser's inspector shall be the only authorized inspection spokesman and all
matters, including Owner requirements, shall be handled with Seller through the Purchaser's inspector.
No such inspection, and no failure to inspect, shall relieve Seller of any responsibility or liability
with respect to such materials nor be interpreted in any way to imply acceptance thereof by Purchaser.
Seller shall, if so advised by Purchaser, permit Owner to review from time to time the progress of work
hereunder.
8. "TITLE/RISK OF ~": The title and risk of loss of the goods shall not pass to buyer until Buyer
actually receives and takes possession of the goods at the point of delivery.
9. ,,DELIVERY TE~S/U~)TRANSPORTATIONC~D~RGES": F.0.B. destination unless delivery terms are specified
otherwise in bid; Buyer agrees to reimburse Seller for transportation costs in the amount specified in
Seller's bid, or actual costs, whichever is lower, if the quoted delivery terms do not include transportation
costs provided. Buyer shall have the right to designate what method of transportation shall be used to
ship the goods.
A. Buyer's obligation is p~§yable only and solely from funds available for the purpose of this purchase.
Lack of funds shall render this contract null and void to the extent funds are not available and any delivered
but unpaid goods will be returned to Seller by Buyer.
B. Do not include Federal Excise, State or City Sales Tax. City will furnish tax exemption certificate,
if requested.
C. No money shall be paid to any person, firm or corporation who is in arrears to the City of Coppe11
for taxes.
11. "GRATUITIES": The Buyer may, by written notice to the SelIer, cancel this contract without liability
to Seller if it is determined by Buyer that 9ratuitites in the form of entertainment, gifts, or otherwise,
were offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee
of the City of Coppell with a view toward securing or amending, or the making of any determinations with
respect to the performing of such a contract. In the event this contract is cancelled by Buyer pursuant
to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or
withhold the amount of the cost incurred by Seller in providing such gratuities.
12. "WARP~ PRI~E": The price to be paid by the Buyer shall be that contained in Seller's bid which
Seller warrants to be not higher than Seller's current prices on orders by others for products of the kind
and specification covered by this agreement for similar quantities under similar or like conditions and
methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced
to the Seller's current prices on orders by others, or in the alternative, Buyer may cancel this contract
without liability to Seller for breach of Seller's actual expense.
13. "F{~ S4~.JEURE": Neither party shall be held responsible for losses resulting if the fulfillment
of any terms or provisions of this contract is delayed or prevented by any cause not within the control
of the party whose performance is interfered with, and which by the exercise of reasonable diligence said
party is unable to prevent.
14. "APPLICJU~LE I.A~': This agreement shall be governed by the Uniform Commercial Code. Wherever the
term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as
adopted in the State of Texas as effective and in force on the date of this agreement,
15. "TAXES, III~O~II~NTEEFITS, ETC.": Seller hereby accepts exclusive liability for, and agrees to
indemnify Purchaser and/or Owner against liability for, the payment of any and all contributions or taxes
for unemployment insurance, old age pensions or annuities or other purposes now or hereafter imposed by
the Government of the United States and/or by the Government of any State of the United States, which are
in whole or in part measured by and/or based upon the wages, salaries, or other remuneration paid to persons
employed by seller on work in connection with this order.
16. "F~SS OR II~CTIIRIERI/U-S": Materials delivered in error or in excess of the quantity called
for may, at Purchaser's option, be returned at Seller's expense.
17. '"FAIRL~ST/~/~': Seller warrants that the materials cover.ed by this order have been produced
in c~pliance with the requirements of the Fair Labor Standards Act of 1938, as amended.
18. "OCCUPATIONAL SAFETY At~HEALTH": Seller warrants that the items sold under this order comply in
all respects with the Occupational Safety and Health Act of 1970 and all applicable Regulations, Rulings,
Orders and Standards promulgated thereunder and Seller agrees to hold Purchaser and Owner harmless from
any and all liability, claims, civil fines and penalties including reasonable costs and settlements which
may arise out of the failure of the items to meet such requirements.
19. "ANTI-DIS~)R]IilNATIOI~': Seller, in performing the work required hereunder, shall comply with the provision
of Executive Order 11246 and shall not discriminate against any emplc~ee or applicant for employment because
or religion, race, color, sex, age or national origin.
20. "P/~II~, CRATII~ ~ ~=/~Rrr/~3E": The cost of all special packing, boxing, Crating or cartage is included
in the price specified on the face of this order unless otherwise specifically agreed to in this order.
Ail packing, boxing, crating and cartage shall conform to the specifications, if any, covering the same
which are included in this order.
21. "F~ICII~': Seller shall not refer to Owner or Purchaser or any company affiliated with Purchaser
in publication form in connection with equipment or services rendered by Seller without the prior written
anorov~l nf PHr~h~r.
Request for Bid 001~Bridge Railing Repair
LOCATION: Freeport Parkway between Cotton Road and Gateway Boulevard,
Coppell, Texas
The contract, when issued, will be coordinated through Mr. Per
Birdsall, Streets Foreman, 732 Deforest Road, Coppell, TX.
Telephone #214/462-8495.
The bidder will be held responsible for verification of measurements
and the quantities of required materials.
Estimated Length:
Materials Estimate:
584 linear feet
32 anchor bolts (missing and 1 broken)
3 aluminum posts
complete bottom rail missing
Total Parts: $
Total Labor
GRAND TOTAL-PARTS AND LABOR
For additional information, please contact David Parry, Purchasing
Agent, at 255 Parkway Boulevard, Coppell, Tx or at 214/462-0022.
BOLT
5" O.D. x I/8" WALL
ALUMINUM TUBE~......
O.D. ALUMINUM ".
PEDESTRIAN RAIL
z
bi
0
Z
-DRILL OR CORE 7. HOLES..~...._ ~--'-~ f
,3/4" ~ IN CASTING-~'"
)GGLE BOLT
(2 REQUIRED
PER POST)
4-1/2" O.D.x 5/B" WALL ......
ALUMINUM TUBE .-------~ ........
IMPACT RAIL
IRILL OR CORE
HOLES 1"13 IN
CASTING ......
2GGLE BOLT
(Z REQUIRED
PER POST)
CORE -1- HOLES 15/16" it TOP
TO I" 0 BOTTOM--- -- ............
I/8" NEOPRE-NE SEAT
~/4" ANCHOR BOLTS
SEE BARRIER WALL DETAIL(SHT.
~,,',~' ~ P~N
--~- DRIVE F!T
SECTION C-C
NTS
1/2" ALUMINUM
WALL
13/8"
5-5/8" O.D.
I/~" 0 PIN
/DRIVE FIT
SECTION D-D
NTS
C<
15" MIN,
,)
IO-1/2"
SPLICE TUBE DETAIL
NTS
SQUARE N UT-,~
)ETAIL
SPLICE CO~NNr__L;~,.-~,~ L)ETAILS
NTS
LOCK WASHER,`,`/
IG GA.
5/16
0 x I$-UNC-2-b 16 GA 100598}
]
TOGGLE BOLT ASSEMBLY-5/1~' DIA.
NTS
--I
TOGGLE
, i-.-:.' :,
-IEAV'f HEX NUT
-,-
)CK WASHER
-WASHER
BOLT ASSEMBLY- ~/~- "DiA.
----"--IN TS
END
CAP
NTS
DRI,,VE FIT
ALUMINUM
DETAIL
BOLT
"DETAILS
ANCHOR
::i .:'FlOlq D-D
SPLICE TUBE DETAIL__
-- NTS
. LNERAL CONSTRUCTION
NOTES:
SA. IL POSTS SHALL BE CAST ALUM1NUM ALLOY, A$44-T4, PERMANENT MOLD.
hi/,.XIMUM ALU.)WABLE POST SPACING SHALL BF"' 8'-4"6-C.
, CASTINGS SHALL BE GROUND,SANDED,BUFFED
-.I. L SQUARE EDGES OF P_OS.T T S RISERS AND SEAMS SHALL
::,: 'C:AST TO A ,/32. INCH htADIUS,AND AA%~(~TEH ~'LUSH FINISH
(u- GI~OUND,SANDED AND BUFFED TO , '
rd_.l_ POSTS SHALL BE INSTALLED NORMAL TO THE FINISHED GRADE AND
.~I,',LL BE SEATED ON A I/B INCH THICK,?O DUROMETER NEOPRENE RUBBER PAD.
~,t!' t)ESIGN CONFIGURATION OF THE CAST ALUMINUM POST SHALL CONFORM
~,~ 11~!2 L.L~,. FOSTER FF-125 OR THE REYNOLDS ALUMINUM
i~i',lLS AND SPLICE TUBES SHALL BE EXTRUDED ALUMINUM PIPE ALLOY, 6061-T6
¢,'. F'ER ASTM B-22.1-71,ANDSHALL BE FURNISHED IN THE MILL FINISH.
~,, :~ OF'EN ENDS OF RAIL MEMBERS SHALL BE CAPPED-SEE END CAP DETAIL
" 0_ e ED PARALLEL TO THE FINISHED PARAPET WALL
t,rJ! N'IEMBER:~ oHAL_L. BE iNSTALL W THE CURVATURE OF THE ROADWAY.
',,,,,'-,~:- ,',.,~ SHALL BE FABRICATED TO FOLLO
· ~ r,, ,, ,,!.,r- .... fO -
f, '.;f:CTIONS OF RAIL TUB1NG SHALL BE ATTACHED TO A MINIMUM OF FOUH
WHEREVER PRACTICAL.
9. A RAiL SPLICE ~S REQUIRED AT EACH BRIDGE EXPANSION JOINT. THE GAP AT RAIL
F~PLiCES SI{ALL BE A MINIMUM OF ONE iNCH OR EQUAL'I'O BRIDGE EXPANSION dOtNT
,,;,i" i'L_tJS I/.1: INCH WITH THREE (3"~ MAXIMUM OPENING.
~, .. i,.I t.. H('~LES IN RAILS TO RECEIVE TOGGLE BOLTS FOR POST CONNECTION SHALL
t~12 FIt-LLD DRILLED TO PROVIDE FOR PROPER WHOLE ALIGNMENT.
! I/':"' TOGGLE BOLT ASSEMBLY MATERIAL SHALL CONFORM TO THE FOLLOWING
, . .T,A-354~,TOGGLE LOOP~A-303;PIN.A-195; NUT-HEAVY
,,',,':' T t, I STANDARDS: TOGGLE BOL TEEL. ENTIRE TOGGLE BOLT
-: 325 AND WASHERS-SAE IOZO H.R. S ,
,~i.:4 ¥iEAD.,A~-.. ~).. ,"^nMl~M PLATED STEEL AS PER ASTM A-165.
;',';'.;E'.t,IBL'( iL) r,~t:.. ~., ...........
" DIAMETER WiTH
· ['0.. ANCHOR
~':,' fit BOLTS SHALL BE GA,L~?NIZED STEEL,:3/4 INCH.
HEAVY HEX HEAD NUT AND :3/16 WASHER AS PER ASTM A-:325.BOLTS,
AND WASHERS GALVANIZED AS PER ASTM A-15:3.
t:',. 5/~6"TOGGLE BOLT ASSEMBLY MATERIAL SHALL CONFORM TO TOGGLE BOLT,
SAC 1020 C.R. STEEL;TOGGLE H.R. STEEL-PICKLED AND OILED;NUT AND WASHERS,
Iu',:O STEEr.. ENTIRE TOGGLE BOLT ASSEMBLY TO BE CADMIUM pLATED PER
ASTM A-165 OR ZINC PLATED PER ASTM A-164.