Loading...
TR0802-AG080923 THE.CiTY.OF DEPT: Engineering DATE: September 23, 2008 ITEM #: 1 3/0 AGENDA REQUEST FORM, corrELL ~~'~..'. ~,~. J(-~I'\.'\. *~'.lj< ~~~, ,'~ .0 k J'\ & \ ~ D WORK SESSION o CONSENT D REGULAR ITEM TYPE: CONTRACT/BID or PROPOSAL ITEM CAPTION: Consider approval of a bid award for Illuminated Street Signs (Bid # Q-0908-04) to Consolidated Traffic Controls. Inc. in the amount of $155.016.00 for 6-foot and 8-foot lighted street signs for various intersections. as budgeted; and authorizing the City Manager to sign and execute any necessary documents. GOAL(S): rsJ EXECUTIVE SUMMARY: Approval of this bid award will provide illuminated street name signs at 19 major intersections throughout the city, FINANCIAL COMMENTS: Funds are budgeted in the Traffic Control. Sign/Signal account. for this project. RECOMMENDED ACTION: ACTION TAKEN BY COUNCIL: Staff recommends approval of the bid award to Consolidated Traffic Controls, APPROVED BY CITY COUNCIL ON ABOVE DATE Motion to Approve M - Tunnnell S - Peters Vote - 7-0 . Libby Ball U 2006.09.25 11:12:53 -05'00' I #Lighted Street Signs Bid THE.CITY.OF MEMORANDUM TO: Mayor and City Council FROM: Kenneth M. Griffin, P.E., Director of Engineering/Public Works DATE: September 23, 2008 REF: Consider approval of a bid award for Illuminated Street Signs (Bid #Q-0908- 04) to Consolidated Traffic Controls, Inc. in the amount of $155,016.00 for 6- foot and 8-foot lighted street signs for various intersections, as budgeted. In the FY 2007-2008 Budget, money was placed in the Traffic Control account for the purchase of illuminated street signs for the remaining 19 intersections in the city of Coppell that do not currently have illuminated street signs. On September 2, 2008, five bids were opened for the illuminated street sign project. The apparent low bidder was Pro-Lite, Inc. in the amount of $121,824.00. However, their product did not meet the city's specifications for the signs for this project. Subsequently their bid was rejected. The second low bidder was Consolidated Traffic Controls, Inc. in the amount of $155,016.00. Their bid did meet the specifications. They are also the supplier for the current illuminated street signs being placed on the new traffic signals along Bethel Road. The estimated cost for this project was approximately $300,000. Staff recommends award of Bid #Q-0908-04 for Illuminated Street Signs to Consolidated Traffic Controls, Inc. in the amount of $155,016.00. Staff will be available to answer any questions at the council meeting. THE.CITY.OF ~. corrELL ..!~~~~.~:€j{~:: '~<<~f ~/')-"-...... .. ;..i~ & q MEMORANDUM Date: September 11,2008 To: Ken Griffin, P.E., Director of Public Works From: Glenn D. Hollowell, P.E., Assistant Director of Public Works RE: Internally Illuminated Street Signs Ken: On September 2, 2008, we opened bids for our Internally Illuminated Street Sign project. We had five bidders who submitted quotes for the bid. I have reviewed the bids and consulted with Jared Anderson and Per Birdsall on the award of the bid. We have disqualified Pro-Lite, Inc. from Costa Mesa, Ca. Their product does not meet specifications. I recommend that all that the bid for Internally Illuminated Street Signs be awarded to Consolidated Traffic Controls, Inc. in the amount of $155,016.00. If you have any questions or concerns regarding this matter, do not hesitate to contact me. City of Coppell Bid #Q-0908-04 - Internally Illuminated Street Name Signs Creation Date Aug 13, 2008 Start Date Aug 15,20089:04:16 AM COT End Date Sep 2, 2008 3:00:00 PM COT Awarded Date Not Vet Awarded ) Q-0908-04-1-01 Individual Sign Cost Vendor I Unit Price QtY/Unit I Total Price 1 Attch.1 Docs PrCL:LLt~,-JlJb_ I~r First Offer - $992.00 1 I each I $992.00 I I V Agency Product Code: Supplier Product Code: Agency Notes: Vendor Notes: Brand: Model Number(s): Variations from Specifications: Availability: ~ons_olid_Q!ed T...caffic C--9ntrQl~Jnc. 1~IFirst Offer - $1,978.00 1 I each I $1,978.00 I I V Agency Product Code: Supplier Product Code: Agency Notes: Vendor Notes: Brand: Model Number(s): Variations from Specifications: Availability: ReQuQlic ITS I TFirst Offer - $2,185.00 1 I each I $2,185.00 I V I V Agency Product Code: Supplier Product Code: Agency Notes: Vendor Notes: Brand: Southern Manufacturing Model Number(s): IS-LED-819S Variations from Specifications: None Availability: 12-16 weeks after receipt of approved drawings Company contact information and Manufacturer & Model Form attached I~lIJcrest l~chnQ)Qgie2- 1~IFirst Offer - $2,425.00 1 I each I $2,425.00 I I V Agency Product Code: Supplier Product Code: Agency Notes: Vendor Notes: Brand: Model Number(s): Variations from Specifications: Availability: ED~~OMPAl\LtE:SLfDC SIGNS~ I TFirst Offer - $3,800.00 1 leach I $3,800.00 I I V LIGHTING Agency Product Code: Supplier Product Code: Agency Notes: Vendor Notes: Brand: FDC Signs Model Number(s): 0001 Variations from Specifications: None Availability: 45 Days Q-0908-04-1-02 Individual Installation Cost Vendor Twincrest TechnoloJlles_ Unit Price First Offer - $0.00 Qty/Unit 1 I each Supplier Product Code: Vendor Notes: Total Price Docs V $0.00 Agency Product Code: Agency Notes: ConsolidateQJraffi<=-.Controls. Inc,- Agency Product Code: ~ First Offer - $175.00 1 I each $175.00 V Supplier Product Code: Sep 2, 2008 3:13:04 PM CDr p.1 City of Coppell Agency Notes: Vendor Notes: R~ublic ITS Agency Product Code: Agency Notes: First Offer - $340.00 1/ each $340.00 Supplier Product Code: Vendor Notes: y ~ Pro -l,Lt~,,.JJ1~.,- Agency Product Code: Agency Notes: r-'ll b First Offer - $700.00 1 / each $700.00 Supplier Product Code: Vendor Notes: EQUOMP.l\jlJjI;"S.JLlli;: SIGN5_8.\ LIGHTING Agency Product Code: Agency Notes: First Offer - $1,600.00 1 / each $1,600.00 y Supplier Product Code: Vendor Notes: Vendor Totals Pro-Lite, In~ $1,692.00 (2/2 items) Bid Contact Andy Kaoh Address 3505 Cadillac Ave. Bldg. D austi n@J:!ro-lite.com Costa Mesa, CA 92626 Ph 714-668-9988 x103 Fax 714-668-9898 Agency Notes: Vendor Notes: Consolidated Traffic Controls, Inc. $2,153.00 (2/2 items) Bid Contact Jerry Priester Address P.O. Box 151837 tlJ Priester@aol.~lill! Arlington, TX 76015 Ph 817-265-3421 x101 Agency Notes: Vendor Notes: Twincrest Technologies $2,425.00 (2/2 items) Bid Contact Ian Lee Address PO Box 757 i an I ee@twincresttech.com Mansfield, TX 76063 Ph 817-539-2200 Agency Notes: Vendor Notes: Republic ITS $2,525.00 (2/2 items) Bid Contact Tonya Hendon Address 2725 114th Street t~endoll.@.Lepubl icH:~~9m Grand Prairie, TX 75050 Ph 817-633-5300 Agency Notes: Vendor Notes: fDc:S..9,.M P ANI E~p_c:_gG NS &",,1,...IJil:!II NG $5,400.00 (2/2 items) Bid Contact Reginald C Blair Address 1336 Lyndon Ave. Suite C fdccom panies.@netzero.net Desoto, TX 75115 Ph 972-230-6810 Fax 972-230-6871 Agency Notes: Vendor Notes: * * All bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received will be available for inspection at that time. Sep 2,20083:13:04 PM COT p. 2 ~(Q)~~? THE.CITY.OF corrELL ~~.="'~~ ~~ J~~ .!f '~~"* . . Aft l' - >- .~~ ~~ C) l: ' q -\' 1\ Ii . \ jl, CITY OF COPPELL, TEXAS STANDARD FORM PURCHASE CONTRACT . ~Jid ~ ~~ BID Q-0908-04 Internally Illuminated Street Name Signs [CHECK ONE:] x OR DURATION: PAYMENT TERMS This Contract is a "fixed price - fixed quantity" Contract for the purchase of the specified quantity at the specified price. The full quantity of the Goods shall be delivered to and received at the designated point or points of delivery no later than the date specified herein below. This date is a material term and condition of this Contract and, in connection with the delivery date, time is and shall be of the essence. [Insert Date of Delivery] This Contract is for a specific duration wherein the Seller will supply, furnish and deliver at the designated point or points of delivery the specified Goods in the quantities requested by Buyer at the time of Buyer's order. The delivery date(s) shall be set forth in Buyer's order. This Contract is not intended to be and shall not be construed as an exclusive requirements contract. This Contract is non-exclusive and Buyer may acquire any or all of its requirements for the specified Goods from Seller or any other source deemed appropriate by Buyer. Upon the conclusion of the duration of this Contract, Buyer may renew this agreement for an additional period or periods equivalent to the primary duration upon sending written notice of intent thereof within thirty (30) days prior to the expiration of the last day of the term of this Contract. The failure to send the foregoing notice shall convert this agreement into a "fixed price - fixed quantity" contract as described above. From to The purchase price of the Goods shall be that contained in the Seller's bid and specifically accepted in writing by Buyer. Seller shall submit separate invoices, in duplicate, on each purchase order after each delivery. Invoices shall indicate the purchase order number, and shall be itemized. A copy of the bill of lading should be attached to the invoice. Mail to City of Coppell, Purchasing Department, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. Payment shall not be due until the above instruments are submitted, until the Goods have been received by Buyer, and until Buyer has had sufficient opportunity to inspect and exercise its right to accept or reject. Seller shall keep the purchasing department advised of any changes in their remittance addresses. In no event shall Buyer be responsible for interest of any kind on any funds due to Seller, and no term or provision contained in any Seller's invoice shall in any way modify, vary or alter the provisions hereof. Buyer's obligation is payable solely from funds available for the purpose of the purchase. Lack of funds shall render this contract null and void and to the extent funds are not available, any delivered but unpaid for goods will be returned to Seller by Buyer. Do not include federal excise tax, state or city sales tax. The City shall furnish a tax exempt certificate if required. CITY OF COPPELL . PURCHASING DEPARTMENT, 255 PARKWAY BOULEVARD. COPPELL. TEXAS 75019 Page 3 BID Q-0908-04 Internally Illuminated Street Name Signs CONTRACT TERMS AND CONDITIONS This Contract is made and entered into between the parties hereto in accordance with and subject to the following additional terms and conditions: 1. SELLER TO PACKAGE GOODS: Seller will package Goods in accordance with good . commercial practice. Each shipping container shall be clearly marked and permanently packed as follows: (a) Seller's name and address; (b) Consignee's name, address, and purchase order or purchase release number and the supply agreement number if applicable; (c) Container number and total number of containers, e.g. box 1 of 4 boxes; and (d) the number of the container bearing the package slip. Seller shall bear cost of packing unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipment not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED: Seller is not authorized to ship the Goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE AND RISK OF LOSS: The title and risk of loss of the Goods shall not pass to the Buyer until the Buyer actually receives and takes possession of the Goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES: F.O.B. Destination Freight Prepaid unless delivery terms are specified otherwise in the bid; Seller shall pay for the transportation costs. 5. NO PLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of Goods must fully comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may seasonable notify Buyer of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY: The place of delivery shall be that set forth on the purchase order or in any other written designation by Buyer. The terms of this agreement are "no arrival, no sale." 7. RIGHT OF INSPECTION: Buyer shall have the right to inspect the goods at delivery before accepting them. 8. REJECTION OF GOODS: It is agreed that if Buyer rejects any of the goods sold pursuant to this agreement, Buyer's only duty shall be to seasonably notify Seller of the rejection and hold the goods for the disposition of Seller, and it is agreed that under no circumstances shall Buyer be required to resell the rejected goods or incur the cost to deliver same to Seller. 9. GRATUITIES: The Buyer may, by written notice to the Seller, cancel this contract without liability to the Seller if it be determined by the Buyer that gratuities, 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 City of Coppell with view toward securing the contract or securing favorable treatment with respect to awarding or amending, or the making of any determination with respect to the performing of such a Contract. In the event this Contract is canceled by Buyer pursuant to this provision, Buyer shall be entitled in addition to any other rights and remedies, to recover and withhold the amount of the cost incurred by the Seller in providing such gratuities. 10. SPECIAL TOOLS AND TEST EQUIPMENT: If the price stated on the face hereof includes the cost of any special tooling or any special test equipment fabricated or required by Seller for the CITY OF COPPELL . PURCHASING DEPARTMENT. 255 PARKWAY BOULEVARD. COPPELL, TEXAS 75019 Page 4 BID Q-0908-04 Internally Illuminated Street Name Signs purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent feasible shall be identified by the Seller as such. 11. WARRANTY - PRICE: a. The price to be paid by the Buyer shall be that contained in the Seller's bid which Seller warrants to be no higher than Seller's current prices on orders for products of the kind and specification covered by the 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 for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach of violation of this warranty, the Buyer shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. . 12. WARRANTY - PRODUCTS: Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the Buyer. No such attempts to limit, disclaim or exclude any warranties, whether of fitness, merchantability or otherwise, by Seller shall be binding or effective. Seller warranties that the Goods furnished will conform to the specifications, drawings, and descriptions listed in the bid invitation and to the sample(s) furnished by Seller, if any. In the event of a conflict between the specifications, drawings, and descriptions, the specifications shall govern. 13. SAFETY WARRANTY: Seller warrants the product sold to the Buyer shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act of 1970. In the event that the products do not conform to OSHA standards, Buyer may return the product for correction or replacement at the Seller's expense. In the event that Seller fails to make the appropriate correction within a reasonable time, any correction made by Buyer will be' at Seller's expense. 14. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS: As part of this contract for sale, Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give rise to the rightful claim of any third person by way of infringement or the like. Buyer makes no warranty that the production of goods according to the specifications will not give rise such claim, and in no event shall Buyer be liable to Seller in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result, he will notify Buyer to this effect in writing or the like, within two weeks after the signing of this agreement. If Buyer does not receive notice and a claim is asserted or Buyer is subsequently held liable for the infringement or the like, Seller will indemnify, defend and save Buyer harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like, this contract shall be null and void except that Buyer will pay Seller the reasonable cost of his search as to infringements. 15. YEAR 2000 COMPLIANT: The Goods shall in all respects be compatible with the year 2000 and shall not in any way require adjustment, revision, reconfiguration or modification upon the year 2000. Seller warrants that the Goods are fully year-2000 compliant. 16. CANCELLATION: Buyer shall have the right to cancel for default on all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller CITY OF COPPELL . PURCHASING DEPARTMENT. 255 PARKWAY BOULEVARD. COPPELL, TEXAS 75019 Page 5 BID Q-0908-04 Internally Illuminated Street Name Signs becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any remedies which Buyer may have at law or equity. The Buyer may for any reason whatsoever terminate performance under this Contract by the Seller for convenience at any time. The Buyer shall give notice of such termination to the Seller specifying when termination becomes effective. Goods received but unopened or unused shall be made available to Seller for delivery. Buyer will, in the event of termination, remit such sums to Seller as may be due only for those Goods retained by Buyer. 17. FORCE MAJEURE: If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligation under the Agreement, then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after the occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as is effected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereafter provided, but for no longer periods and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term "Force Majeure" as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbance, act of public enemy, orders of any kind of government of the United States or State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, washouts, droughts, arrests, restraints of government and people, civil disturbances, explosions, breakage or accidents to machinery, pipelines, or canals, or other causes not reasonably within control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirements that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlements of strikes and lockouts by exceeding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. 18. ASSIGNMENT - DELEGATION: No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the Buyer. An attempted assignment or delegation of Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS: This contract can be modified or rescinded only in writing signed by both parties or their duly authorized agents. 20. WAIVER: No claim or right arising out of a breach in contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by" consideration and is in writing signed by the aggrieved party. ' 21. INTERPRETATION - PAROLE EVIDENCE: This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this agreement. Acceptance or acquiescence in a course of performance rendered under this agreement shall not be relevant to determine the meaning of this agreement even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Whenever a term defined by the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control. 22. APPLICABLE LAW: 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. CITY OF COPPEll . PURCHASING DEPARTMENT. 255 PARKWAY BOULEVARD. COPPEll, TEXAS 75019 Page 6 BID Q-0908-04 Internally Illuminated Street Name Signs 23. ADVERTISING: Seller shall not advertise or publish, without Buyer's prior written consent, the fact that Buyer has entered into this contract, except to the extent necessary to comply with prior requests for information from an authorized representative of federal, state or local government. 24. RIGHT TO ASSURANCE: Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 25. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer or employee shall have a financial interest, direct or indirect, in any contract with the City, or be financially interested, directly or indirectly, in the sale to the City of any land, materials, supplies, or services, except on behalf of the City as an officer or employee. Any knowing and willful violation of this section shall constitute malfeasance in office, and any officer or employee guilty thereof shall forfeit his office or position. Any violation of this section with the knowledge, express or implied, of the person or corporation contracting with the governing body of the City shall render the contract involved voidable by the City Manager or the City Council. 26. ENTIRE AGREEMENT: This Contract, and all Specifications and Addenda attached thereto, constitute the entire and exclusive agreement between the Buyer and Seller with reference to the Goods. Specifically. but without limitation, this Contract supersedes any bid documents and all prior written or oral communications, representations and negotiations, if any, between the Buyer and Seller not expressly made a part hereof. 27. INDEMNITY AND DISCLAIMER: BUYER SHALL NOT BE LIABLE OR RESPONSIBLE FOR, Ar\D SHALL BE INDEMNIFIED. HELD HARMLESS AND RELEASED B'I' SELLER FROM AND AGAINST ANY Ar\D ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY CliAR:\CTER, TYPE, OR DESCRIPTION, INCLUDING ALL EXPENSES OF LIT[GAT[ON, COURT COSTS, Ar\D ATTORNEY'S FEES FOR INJURY OR DEATH TO ANY PERSON, OR INJURY OR LOSS TO ANY PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS, INCLUDING THE SELLER, OR PROPERTY, ARISING OUT OF, OR OCCASIONED BY, DIRECTL Y OR INDIRECTLY, THE PERFORMANCE OF SELLER UNDER THIS CONTRACT, INCLUDING CLAIMS AND DAMAGES ARISING IN WHOLE OR IN PART FROM THE NEGLIGENCE OF BUYER, WITHOUT, HOWEVER, WAIVING ANY GOVERNMENTAL IMi\!UN[TY A V AILABLE TO THE BUYER UNDER TEXAS LAW AND WITHOUT W A[VING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW. THE PROVISIONS OF THIS INDEMNIF[CATION ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. IT IS THE EXPRESSED INTENT OF THE PARTIES TO THIS AGREEMENT THA T THE INDEMNITY PROVIDED FOR [N TH[S CONTRACT [S AN INDEI'vfNlTY EXTENDED BY SELLER TO INDEi\fNIFY AND PROTECT BUYER FROM THE CONSEQUENCES OF THE SELLER'S AS WELL AS THE BUYER'S NEGLIGENCE, WHETHER SUCH NEGLIGENCE IS THE SOLE OR PARTIAL CAUSE OF ANY SUCH INJURY, DEATH, OR DAMAGE. IN ADDITION. CONTR/\CTOR SHALL OBTAIN AND FILE WITH O\VNER CITY OF COPPELL A STANDARD CERTIFICATE OF [NSURANCE AND APPLICABLE POLICY ENDORSEMENT EVIDENCING THE REQUIRED COVER:\GE AND NAMING THE OWNER CITY OF COPPELL AS AN ADDIT[ONAL INSURED ON THE REQUIRED COVERAGE. 28. GOVERNING LAW: The Contract shall be governed by the laws of the State of Texas. Venue for any causes of action arising under the terms or provisions of this Contract or the Goods to be delivered hereunder shall be in the eourts of Dallas County, Texas. 29. SUCCESSORS AND ASSIGNS: The Buyer and Seller bind themselves, their successors, assigns and legal representatives to the other party hereto and to successors, assigns and legal representatives of such CITY OF COPPELL . PURCHASING DEPARTMENT. 255 PARKWAY BOULEVARD' COPPElL, TEXAS 75019 Page 7 BID Q-0908-04 Internally Illuminated Street Name Signs oher party in respect to covenants, agreements and obligations con tained in this Contract. The Seller shall not assign this Contract without written consent of the Buyer. 30. SEVERABILITY: The provisions of this Contract are herein declared to be severable; in the event that any term, provision or part hereof is detennined to be invalid, void or unenforceable, such detennination shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this Contract shall be read as if the invalid, void or unenforceable portion had not been included herein. 31. NOTICES: All notices required by this Contract shall be presumed received when deposited in the mail properly addressed to the other party at the address set forth herein or set forth in a written designation of change of address delivered to all parties. EXECUTED this day of SELLER: (Signature) (Type/Print Name and Title/Position) (Address) (City, State, Zip) (City /1 /' / / CITY OF COPPEll . PURCHASING DEPARTMENT. 255 PARKWAY BOULEVARD' COPPEll, TEXAS 75019 Page 8 ''0/ Tq p 4 r6 L-;V\e., kJT~c:-e., L4) . PO\.rz.,t.w ~i l4 ) )'04..-1A ~-teY'- L4\ Sc'Y' o~ j L.vkt (9- J ~ Sv~O<.? I '-4 J ~-e~/\ \4 ) Q,'.eIt-)~V1e l4,) 4~(L\,~-e. (3) Lv ~V\~ It r"L (~') ~ ~e ~ hOyU.. (3 ') 7 , 10 ~ I V\'"'tn c..e Lt 1'0 '- , i I j I 7!z/rJ Si ~~~ 9 i ~ 1 -tJ I .r j I .; I 0 bCf 3 fvk, '- A~ rz.. ~) ~",dl L:tt-.e ~, (?) Potl2.k.w,-~ \4) ~ VY-~ II ./.;IQJ-7 \.. ' " \ l,.Lq/.-e ~-I<J [l).d.J-\k.. J Moo2.l \?g yV1 O.ci'IVl~ll "13 I ~c-,I V1 v..' I 4 , I i I I I i I I I I I j I I I I j I j j I I I j I j I I I J f I j I I I I I I I 19) !-4,,;}.. 0)~~ \.q) MoO<2..e. dj 7../ --- b q - --~ 48 . "2- J 2-i L~~h+> e ) B ~/2:01 , Pofh,~ ~\..cr I (J ~ ~rQ. ~t-'r ~~ ~a- .__< ~_/~ ~ Qo B ~.':..~ ,......,..~.. j 1~~~L~)r<i~~JE.!3J~:]~'E!\~rR~:3~itX of. g"op~~fn ~'~B' si9D'S'~ ~..=:.:~=: ." ww .::,::.:...:::==.=..:.:'....~.:....:,:..:..::.. . :w=w. ':"=,':::,:=.::J~~g~. 1.. From: To: Date: Subject: "Floyd W Hobbs" <fhobbs@accordindustries.com> "'Per Birdsall'" <pbirdsall@cLcoppell.tx.us> 4/20/2007 7:25:09 AM RE: [SPAM] Re: City of CoppelllLSN signs Per, Please review the below prices! Please be advised that some of the signs that I am guessing to be 6' or 8' may be 8' and 6'. The final length will be determined when we do the layout after we receive a purchase order or a letter of commitment from you or the contractor. I am glad that you are getting good feedback and like them! I never did get a response from you on the new layouts that I would like for you to consider!! Any interest? Again, I have a sample of it that I can bring by. Make it a Great Day! Floyd Hobbs Floyd W Hobbs SW Regional Sales Manager Southern Manufacturing Company Div. of Accord Industries Cell: 972-877-3583 Fax: 972-539-1076 -----Original Message----- From: Per Birdsall [mailto:pbirdsall@cLcoppell.tx.us] Sent: Tuesday, April 17, 2007 3:12 PM To: Floyd W Hobbs Subject: [SPAM] Re: City of CoppelllLSN signs There has been some interest in proceeding with the installation of ILSN signs at the following intersections. Group 1 Denton Tap & Natches Trace (4) Denton Tap & Parkway (4) Denton Tap & Town Center (4) Denton Tap & Sandy Lake (4) Denton Tap & Bethel School (4) Denton Tap & Bethel (4) Denton Tap & Belt Line (4) Belt Line & Airline (3) Belt Line & Wrangler (3) Belt Line & Lakeshore (3) 7,oao 2.4 0 0 Q 8' @ $1630.00 6' @ 1455.00 Group 2 MacArthur & SamuelNillage (4) MacArthur & Parkway (3) MacArthur & Sandy Lake (4) Group 3 Sandy Lake & Heartz (4) Sandy Lake & Moore (4) Sandy Lake & Samuel (3) Group 4 p~i-Bi;:dsalf - t~'~,:, rS:~J5MLRe;~'ti!Y~fgoPP:~n~sN sJfiri,~ ,,~ Pa Belt Line & Moore (3) Belt Line & Mockingbird (3) Belt Line & Fairway (4) FOB: Delivered Terms: Net 30 Days Delivery: 4-6 Weeks ARO Included Are: Pelco Mounting Hardware & Photocell I need two things to get us started that is a price or prices for them individually, groups, and a price (if different) for all of them together. The next item is the estimated delivery time. If you could have this to me as soon as possible, I would appreciate it. Thanks, Per Per Birdsall, Traffic Control/Streets Operations Manager City of Coppell 816 S. Coppell Rd. P.O. Box 9478 Coppell, Texas 75019 972-462-5150 972-462-5199 pbirdsall@cLcoppell.tx.us cc: "'Floyd W Hobbs'" <fhobbs@accordindustries.com>