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>