Loading...
HomeMy WebLinkAboutRes 2019-01-531 Purchase of 1906 Mogul Alco LocomotiveCITY OF ANNA, TEXAS RESOLUTION NO. &12 - 0 f - 531 A RESOLUTION OF THE CITY OF ANNA, TEXAS APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT TO PURCHASE AND REFURBISH A 1906 2-6-0 MOGUL ALCO LOCOMOTIVE. WHEREAS, The City Council authorized the City Manager to advertise for bids on a 1906 2-6-0 Mogul ALCO locomotive; and, WHEREAS, a bid was received from Reader Industries on January 3rd, 2019; and, WHEREAS, the bid was review by the Anna Staff; and, WHEREAS, there are funds available for purchase and refurbish of the 1906 2-6-0 Mogul ALCO locomotive in the 2019 Fiscal Year Budget Parks Trust Fund approved by the City Council; and, WHEREAS, the City Council desires to authorize the City Manager to purchase the equipment; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ANNA, TEXAS, THAT: Section 1. Recitals Incorporated. The recitals above are incorporated herein as if set forth in full for all purposes. Section 2. Authorization of Contract Award. The City Council hereby authorizes the City Manager to purchase the purchase and refurbish a 1906 2-6-0 Mogul ALCO locomotive for a total sum of $348,360. The City Manager is hereby authorized to execute all documents and to take all other actions necessary to procure the equipment. PASSED AND APPROVED by the City Council of the City of Anna, Texas, on this 22nd day of January 2019. ATTEST: 0%%111111jjjjj,, APPROVED: OF AlvIii;", City Secretary Carrie I Smitl s 1 4)For Nate Pike RESOLUTION NO.C)3I PAGE 1 OF 2 Relocation and Appearance Restoration Agreement This Relocation and Appearance Restoration Agreement ("Agreement") is made this day between Reader Industries, Inc., an Arkansas business corporation ("Provider") and the City of Anna, Texas, an incorporated municipality of the State of Texas ("Client"). 1. Purpose. Under this Agreement, Client is acquirement full and sole ownership and possession of Steam Locomotive No. 201 a 1906 ALCO, 2-6-0 wheel arrangement ("No. 201"), which—before delivery to Client—was located at Eureka Springs and North Arkansas Railroad in the City of Eureka Springs, Arkansas. Further, Client is herewith entering into this Agreement for Provider to dismantle, load, and transport No. 201 to Provider's facilities in Reader, Arkansas and there restore No. 201's appearance ("Restoration"). After No. 201 undergoes Restoration, it will again be dismantled by Provider to the extent necessary and convenient for transport to Client's display site in Anna, Texas, and Provider shall there install and reassemble No. 201 on track work provided by Client. A Scope of Work is attached as Exhibit "A". 2. Restoration. The work to be performed on No. 201 by Provider is set forth in the attached Exhibit "A" and in accordance with the attached Exhibit "E". The work to be performed by Provider may be changed by mutual agreement for changes proposed by either party to this Agreement; provided, however, that any such Agreement shall be set forth in a written change order and executed by a duly authorized representative of Provider and Client ("Change Orders"). Work will begin within 10 days of signing of this Agreement by both parties. An approximate schedule and timeline is attached as Exhibit "C" 3. Cost of Services. The cost of Restoration services will be $328,560.00 which does not include transportation costs. The cost of Restoration may increase or decrease as a result of Change Orders in the Scope of Work in Exhibit A mutually agreed to by the parties. The total purchase price including transportation and schedule of payments will be as set forth in attached Exhibit "B". Invoices for the scheduled payments will be prepared and sent to Client with payments due within 30 days from invoice date. 4. Transportation. Provider will make arrangements for and pay for all transportation of No. 201 and any parts from Eureka Springs, AR to Reader, AR and then from Reader, AR to Anna , TX and delivery to Client's location for the sum of $19,800. Client may elect to arrange and pay for transportation of No. 201 by giving immediate notice to Provider simultaneously with execution of this Agreement. This notice must include details of the means and methods of transportation and is subject to approval by Provider. 5. Display Track. Client will provide adequate display track so located at Client's delivery point such that the track work and road bed will support the weight of No. 201 and give adequate clearance for transportation equipment to be unloaded at Client's delivery point. The unloading of the equipment and reassembly of No. 201 may require the use of heavy lifting cranes requiring adequate clearance for operation at the unloading site. Prior to construction of track work Client R66 < dYu % _ v l - 631 will mark out proposed area /site and Provider and Provider's contactors will inspect and approve or amend this Agreement if necessary due to additional cost to Provider. 6. Risk of Loss and Insurance. During the process set forth in Exhibit "A" Provider will secure a policy of insurance up to the amount advanced. Risk of Loss will remain with the Provider until delivery hereunder. Provider or its contractor(s) shall acquire and maintain, during the period of time when any of work under this Agreement is being performed or is under construction (and until the full and final completion of said work): (a) workers compensation insurance in the amount required by law; and (b) commercial general liability insurance including personal injury liability, premises operations liability, and contractual liability, covering, but not limited to, the liability assumed under any indemnification provisions of this Agreement, with limits of liability for bodily injury, death and property damage of not less than $1,000,000.00. Such insurance shall also cover any and all claims which might arise out of this Agreement or any subcontracts, whether by Provider, a contractor, subcontractor, material man, or otherwise. Coverage must be on an "per occurrence" basis. All such insurance shall: (i) be issued by a carrier which is rated "A-1" or better by A.M. Best's Key Rating Guide and licensed to do business in the State of Texas; and (ii) name the Client as an additional insured and contain a waiver of subrogation endorsement in favor of the Client. Upon request, Provider shall provide to the Client certificates of insurance evidencing such insurance coverage together with the declaration of such policies, along with the endorsement naming the Client as an additional insured. Each such policy shall provide that, at least 30 days prior to the cancellation, non -renewal or modification of the same, the Client shall receive written notice of such cancellation, non -renewal or modification. 7. Warranties. Provider warrants to Client that all work performed will be done in a workman like and professional manner and that materials meet or exceed requirements set forth in the attached Exhibit "D", materials and specifications. No warranties are made on any existing equipment, the warranties of Provider are limited to workmanship and materials used in Restoration and are limited to items having a material effect on the appearance of No. 201. The warranties of Provider regarding workmanship and material will expire 12 months after delivery and reassembly of No. 201. PROVIDER MAKES NO OTHER WARRANTIES WHATSOEVER EXPRESSED OR IMPLIED, INCLUDING WITHOUT LIMITATION WARRANTIES OF FITNESS AND MERCHANTABILITY. 8. Passage of Title. Client shall receive title to No. 201 upon completion of the Restoration and delivery of No. 201 to client in accordance with this Agreement and full payment of the amounts due from Client under this Agreement. 9. Remedies. If after delivery and reassembly of No. 201 Client determines that Provider has breached a warranty, Client will give notice to Provider detailing with specificity the nature of the breach and Provider will either remedy the breach or notify Client that the warranty is not breached. If Provider notifies Client that the warranty is not breached Client may pursue any remedies at law or in equity. Provider has thirty (30) days to remedy or provide protest or denial of breach. 10. Inspections. Except as provided for in Exhibit "C", Client shall have the right to inspect the No. 201 while work is in progress by notifying Provider at least four days prior to the inspection. 11. Notices. All notices permitted or required hereunder shall be deemed to have been given if placed in the U.S. mail, postage prepaid, for Certified Mail delivery, and addressed: If to Client: If to Provider: City of Anna Reader Industries, Inc. c/o Maurice Schwanke 111 N. Powell Pkwy. Anna, TX 75409 Telephone: 972-924-2616 Email: mschwanke@annatexas.gov 537 Hwy 368 Prescott, AR 71857 Telephone: 501-624-6881 Email: tavarestrain@gmail.com 12. Breach. If either party breaches this Agreement the other party will have the right to assert remedies available to that party at law or in equity. 13. Indemnification. INDEMNIFICATION and HOLD HARMLESS. THE PROVIDER, INCLUDING ITS RESPECTIVE SUCCESSORS AND ASSIGNS, HEREBY COVENANT AND AGREE TO RELEASE, DEFEND, HOLD HARMLESS, AND INDEMNIFY THE CLIENT AND ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ALLTHIRD-PARTY CLAIMS, SUITS, JUDGMENTS, DAMAGES, AND DEMANDS (TOGETHER, "CLAIMS") AGAINST THE CLIENT, WHETHER REAL OR ASSERTED INCLUDING WITHOUT LIMITATION REASONABLE ATTORNEY'S FEES, RELATED EXPENSES, EXPERT WITNESS FEES, CONSULTANT FEES, AND OTHER COSTS, ARISING OUT OFTHE NEGLIGENCE, GROSS NEGLIGENCE OR OTHER WRONGFUL CONDUCT OF PROVIDER, INCLUDING WITHOUT LIMITATION THE NEGLIGENCE, GROSS NEGLIGENCE OR OTHER WRONGFUL CONDUCT OF ITS RESPECTIVE EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, MATERIAL MEN, AND AGENTS, IN CONNECTION WITH OR IN ANY MANNER RELATING TO THE RESTORATION, TRANSPORTATION AND INSTALLATION REQUIRED OR PERMITTED UNDER THIS AGREEMENT. 14. Performance Bond and Payment Bond. Provider must execute a performance bond in favor of the Client and a payment bond for the construction and work required under this Agreement, which bonds shall be in the full amount owed by the Client under this Agreement and in accordance with Texas Government Code, Chapter 2253. 15. Control of the Work. At no time shall the Client have any control over or charge of the Provider's design, restoration, installation or transportation of No. 201 or any related work. 16. Tax Exemption. The Client is a tax-exempt entity and it is anticipated that there shall be no sales tax applicable to the transactions set forth in this Agreement. The parties agree to cooperate to furnish evidence of the Client's tax-exempt status to any taxing authority that may seek to impose or collect sales tax in connection with this Agreement. The parties agree to promptly notify each other in writing of any attempt by any taxing authority to impose or collect such tax. 17. Miscellaneous. This Agreement will be governed by Texas law without giving effect to any choice or conflict of law provision or rule that would cause the application of laws of any jurisdiction other than the state of Texas. The parties agree that all actions or proceedings arising out of or from or related to this Agreement will be litigated only in a court of competent jurisdiction in Collin County, Texas. Each party consents and submits to the jurisdiction of such court and waives any rights it may have to transfer or change the venue of any such litigation. The terms of this Agreement will bind and benefit the parties and their successors in interest. Neither party will have the right to assign this Agreement without the written consent of the other party. Any failure by a Party to insist upon strict performance by the other Party of any material provision of this Agreement shall not be deemed a waiver thereof, and the Party shall have the right at any time thereafter to insist upon strict performance of any and all provisions of this Agreement. No provision of this Agreement may be waived except by writing signed by the Party waiving such provision. Any waiver shall be limited to the specific purposes for which it is given. No waiver by any Party of any term or condition of this Agreement shall be deemed or construed to be a waiver of any other term or condition or subsequent waiver of the same term or condition. This Agreement embodies the entire Agreement between the Parties and cannot be varied or terminated except as set forth in this Agreement, or by written agreement of the City and Developer expressly amending the terms of this Agreement. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original and constitute one and the same instrument. DATED: 2019. Client: City of Anna, TX By: Provider: Reader Industries, Inc. M Jim Proce, City Manager Richard A. Grigsby, General Manager Exhibit "A" Project Scope of Work Summary Locomotive and Tender Preparation and Loadout Note: Certain obstructions exist on the route out of Eureka Springs that require the locomotive to be dismantled for transport. 1. Locomotive dismantled for loading and transport 2. Crane required for lifting and loading boiler. 3. Lower portion of locomotive (frame and running gear) and tender to be loaded on RGN lowboy trailers to facilitate loading and unloading. Transportation to Reader— Distance 291 miles approximately 1. Special equipment loads — 3 2. Flatbed loads —1 3. Permit loads — 3 4. Totalloads-4 Unloading and Switching to Reader Shop 1. Crane required for unloading boiler 2. Frame and running gear together with tender unloaded and rejoined for switching to shop. Boiler maybe set back on running gear or carried on separate car. Principle Appearance Restoration Work at Reader Shop Note: Very few if any auxiliary equipment accompanied the locomotive when first acquired and most if not all has been replaced at present. In restoring the appearance of the locomotive and tender the auxiliary equipment missing or not consistent with steam era practice may be replaced with nonfunctioning fabricated parts representative of the original auxiliaries or currently available stock items (valves, fittings and gauges). A. Boiler, Jacket, Smokebox and Frame and Running Gear to Boiler Fastenings 1. Boiler will be cleaned and painted after old jacket removed in order to reduce rust forming stain to other parts. Spacer material may be attached to boiler to support new jacket. 2. The old jacket will be replaced with new paint grip galvanized paintable sheet metal to cover the boiler from top to just below the level of the running boards with old dome covers to be reused. 3. Any completely deteriorated portion of the smokebox will be replaced with like thickness of steel with a secondary flange added to facilitate joining smokebox to saddle. Any non- appearance parts may be deleted to facilitate the work. 4. A matching flange will be added to cylinder saddle for joining to smokebox. Other flex braces between boiler and frame may be fitted with bolted splice bars to facilitate reassembly. 5. Interim Inspection B. Frame and Running Gear 1. Disassemble as may be necessary and practical for cleaning and painting. 2. Clean, paint and reassemble C. Cab, Running Boards, Grab Irons and Handrails 1. Cab floor may be separated from running boards and may be reinforced with steel plate subfloor. 2. Running boards to be replaced with steel walk plate not exceeding 1/8" nominal thickness. 3. Handrails and grab irons to be repaired if necessary cleaned and painted. D. Piping, Auxiliary Equipment, Brake Valves, Gauges and Cab Lighting (see note at first) 1. All cab equipment, piping, auxiliary equipment, vales and gauges will be provided to be in appearance as close to steam era as practical. 2. Replacement bell to be brass steam locomotive bell. Whistle maybe of steel or iron, functional and appropriate to era. 3. Cab electrical fixtures if required will be for appearance only E. Tender Tank, Frame, Deck, Running Gear 1. Sides of tender tank repaired to original appearance. No oil tank will accompany tender. 2. Any rotted wood replaced with standard sized pressure treated pine lumber. Multiple layers may be employed if dimensions not readily available. 3. All exterior surfaces to be cleaned and painted. 4. Hoses will be renewed with readily available replacements of similar appearance. F. Fitting of Boiler to Running Gear and Frame 1. Crane would be required to lift and position boiler for fitting to frame and running gear. 2. Cab fitted to boiler in this same process. 3. Any required adjustments made and assembled parts returned to shop for fitting of other parts and piping. G. Final Assembly, Inspection, and Disassembly for Loadout 1. All components would be complete and installed to assure final fit to assembled boiler, running gear and cab. 2. Completed tender would be attached to locomotive and all hoses connected. 3. Pre -transport inspection would be made. 4. Locomotive and tender returned to shop for transport disassembly generally to allow easy parting of cab, boiler, frame and running gear at loading site. Load Out at Reader 1. Crane required to remove boiler from frame and possibly cab for placing on trailer. 2. Running gear and tender rolled onto RGN lowboy trailers. 3. Miscellaneous items removed for transport loaded on flatbed trailer. Transport to Display Destination, Distance 257 miles approximately 1. Special equipment loads — 3 2. Flatbed loads —1 3. Permit loads — 3 4. Total loads — 4 Off Loading at Display Destination and Final Assembly Note: This assumes display track complete and ready for locomotive set up. Overhead must be clear of obstacles and sufficient room available for crane rig up and RGN lowboy positioning for running gear and tender roll off and line up. Exhibit "B" Schedule of Payments At Signing: 20% of Total Estimated Cost $ 65,712.00 At Arrival at Reader: 20% of Total Estimated Cost $ 65,712.00 Together with 50% of Transportation Cost * $ 9,900.00 Total $ 75,612.00 At Interim Inspection 20% of Total Estimated Cost $ 65,712.00 At Final Inspection at Reader: 20% of Total Estimated Cost $ 65,712.00 At Final Delivery and Acceptance: 20% of Total Estimated Cost ** $ 65,712.00 ** Together with 50% of Transportation Cost* $ 9,900.00 Total $ 75,612.00 Total Project and Transportation Estimate $ 348,360.00 *Unless Client has elected to pay transportation cost **Amount to be adjusted per change orders if any Amounts do not include applicable sales tax if any which will be paid by Client Exhibit "C" No. 201 Project Schedule and Timeline (Approximate) 1. Locomotive and tender prep and loadout — November 5-10, 2018 (6 to10 days) 2. Transport to Reader to unload morning of November 13, 2018 (1 to 2 days, may be divided into several sessions) 3. Locomotive and tender components in shop November 14, 2018 (1 day) 4. Shop work starts November 15, 2018 (start of 120 day Restoration) 5. Off Thanksgiving (1 day), Christmas (3 days), New Year's Day (1 day), and Good Friday (1 day) 6. Interim Inspection, February 27, 2019 7. Projected inspection at Reader shop, April 23, 2019 (1 day) 8. Reader Loadout April 24, 2019 (1 to 2 days) 9. Transport to deliver April 25, 2019 (1 to 2 days, may be divided into sessions) 10. Unloading at display site April 26 & 27, 2019 (1 to 2 days) 11. Final assembly complete May 1, 2019 (5 to 10 days) Note: Work may be suspended from time to time as a result of inclement weather. Exhibit "D" Materials and Specifications The following is a listing of materials specifications for materials to be used in the Appearance Restoration of No. 201 together with procedure specifications for weldments and mechanical fastenings. Note: Should lifting eyes remain after final delivery and assembly they are not to be used to lift anything more than the assembly to which they are attached, and that disassembly of the locomotive is required before lifting the boiler from the frame. The locomotive should never be lifted as one piece. Paints, Coatings, and Finishes Coatings for metal parts: Industrial Grade Oil based Enamel Paint and Primers, or Water born Industrial Coatings. Wooden Surfaces or Parts also Rubber or Composite Materials Industrial Grade Oil based Enamel Paints and Primers or Acrylic Latex Coatings and Primers Wood Parts and Lumber* Wood or Lumber exposed to weather: SLSY Pine Grade No. 2 or better Pressure Treated (Micronized Copper Azole 0.15 for ground contact) Wood or Lumber not exposed to weather (cab Interior): SLSY pine Grade No. 1 or better (Standard finished sizes) *Note: Steel fabrications may be used to replace non-standard sized wood parts or combined thicknesses of standard sized readily available lumber or timbers. Steel Plates, Bars and Shapes Hot Rolled carbon Steel ASTM H36 material Bolts, Bolted Fastenings, and Studs Bolted Fastenings where metal to metal joints are to be made: ASTM Grade No. 5 bolts will be employed Bolted Fastenings where studs are to be added or replaced: ASTM A36 material to manufacture studs Bolted Fastenings where wood to metal joints are to be made: ASTM Grade No. 2 or Carriage Bolts or Lags may be employed Weldments and Welded Joints All welding to be done per AWS approved procedures for carbon steel flux coated electrodes used in structural fabrication of carbon steel components. Steel Pipe and Pipe Fitting Replacements Where Replacement Pipe and Fittings required: Black Carbon Steel Pipe ASTM A53BERW schedule 40 Schedule 40 compatible welded or threaded fittings Note: If threaded portion of pipe is to be replaced or renewed, it is permissible to replace threaded end with a short piece of threaded pipe welded to the existing pipe or renewed section. ADVERTISEMENT FOR BIDS Sealed bids addressed to the Purchasing Manager and marked "Sealed Bid -Locomotive" will be received by the City Secretary, 111 N. Powell Parkway, Anna, Texas 75409 until: 9:00 AM, Tuesday, January 8, 2019 for a contractual obligation to be incurred for the acquisition, refurbishing and transportation and setting up of the following steam locomotive in Anna Sherley Park: 2-6-0 MOGUL STANDARD GAUGE RESTORED STEAM LOCOMOTIVE BUILT BY THE AMERICAN LOCOMOTIVE COMPANY, CIRCA 1906. All timely bids will be publicly opened and read aloud in the City Council Chambers at such time and place, and thereafter referred to the Architect for tabulation and checking. Any bids received after the specified time will not be accepted and will be returned unopened. The Work is described in general as: Loading and Transport to Restoration Work area. Principle Appearance Restoration Work In restoring the appearance of the locomotive and tender the auxiliary equipment missing or not consistent with steam era practice may be replaced with nonfunctioning fabricated parts representative of the original auxiliaries or currently available stock items (valves, fittings and gauges). A. Boiler, Jacket, Smokebox and Frame and Running Gear to Boiler Fastenings 1. Boiler will be cleaned and painted after old jacket removed in order to reduce rust forming stain to other parts. Spacer material may be attached to boiler to support new jacket. 2. The old jacket will be replaced with new paint grip galvanized paintable sheet metal to cover the boiler from top to just below the level of the running boards with old dome covers to be reused. 3. Any completely deteriorated portion of the smokebox will be replaced with like thickness of steel with a secondary flange added to facilitate joining smokebox to saddle. Any non-appearance parts may be deleted to facilitate the work. 4. A matching flange will be added to cylinder saddle for joining to smokebox. Other flex braces between boiler and frame may be fitted with bolted splice bars to facilitate reassembly. 5. Interim Inspection B. Frame and Running Gear 1. Disassemble as may be necessary and practical for cleaning and painting. 2. Clean, paint and reassemble C. Cab, Running Boards, Grab Irons and Handrails 1. Cab floor may be separated from running boards and may be reinforced with steel plate subfloor. 2. Running boards to be replaced with steel walk plate not exceeding 1/8" nominal thickness. 3. Handrails and grab irons to be repaired if necessary cleaned and painted. D. Piping, Auxiliary Equipment, Brake Valves, Gauges and Cab Lighting (see note at first) 1. All cab equipment, piping, auxiliary equipment, vales and gauges will be provided to be in appearance as close to steam era as practical. 2. Replacement bell to be brass steam locomotive bell. Whistle maybe of steel or iron, functional and appropriate to era. 3. Cab electrical fixtures if required will be for appearance only E. Tender Tank, Frame, Deck, Running Gear 1. Sides of tender tank repaired to original appearance. No oil tank will accompany tender. Locomotive Advertisement for Bids City of Anna, Texas 2. Any rotted wood replaced with standard sized pressure treated pine lumber. Multiple layers may be employed if dimensions not readily available. 3. All exterior surfaces to be cleaned and painted. 4. Hoses will be renewed with readily available replacements of similar appearance. F. Fitting of Boiler to Running Gear and Frame 1. Crane would be required to lift and position boiler for fitting to frame and running gear. 2. Cab fitted to boiler in this same process. 3. Any required adjustments made and assembled parts returned to shop for fitting of other parts and piping. G. Final Assembly, Inspection, and Disassembly for Loadout 1. All components would be complete and installed to assure final fit to assembled boiler, running gear and cab. 2. Completed tender would be attached to locomotive and all hoses connected. 3. Pre -transport inspection would be made. 4. Locomotive and tender returned to shop for transport disassembly generally to allow easy parting of cab, boiler, frame and running gear at loading site. Off Loading at Display Destination (Sherley Park) and Final Assembly. The project will be awarded under one Contract. A deed of ownership shall be provided to City. Proposed Contract Documents may be examined without charge at the offices of: CITY SECRETARY 111 N. Powell Parkway Anna, Texas 75409 Tel. 972-924-3325 In accordance with Texas Gov't Code Sec. 2253.021, the successful bidder will be required to furnish a performance bond in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and a payment bond in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. If the contract price does not exceed these amounts, the respective statutory bonds will not be required. It shall be each bidder's responsibility to inspect the site of the work and to become fully informed regarding all local conditions under which the work for this project is to be done. The City reserves the right to reject any and all bids. CITY OF ANNA, TEXAS Carrie Smith City Secretary END OF ADVERTISEMENT FOR BIDS Locomotive Advertisement for Bids City of Anna, Texas ADVERTISEMENT FOR BIDS Sealed bids addressed to the Purchasing Manager and marked "Sealed Bid -Locomotive" will be received by the City Secretary, 111 N. Powell Parkway, Anna, Texas 75409 until: 9:00 AM, Tuesday, January 8, 2019 for a contractual obligation to be incurred for the acquisition, refurbishing and transportation and setting up of the following steam locomotive in Anna Sherley Park: 2-6-0 MOGUL STANDARD GAUGE RESTORED STEAM LOCOMOTIVE BUILT BY THE AMERICAN LOCOMOTIVE COMPANY, CIRCA 1906. All timely bids will be publicly opened and read aloud in the City Council Chambers at such time and place, and thereafter referred to the Architect for tabulation and checking. Any bids received after the specified time will not be accepted and will be returned unopened. The Work is described in general as: Loading and Transport to Restoration Work area. Principle Appearance Restoration Work In restoring the appearance of the locomotive and tender the auxiliary equipment missing or not consistent with steam era practice may be replaced with nonfunctioning fabricated parts representative of the original auxiliaries or currently available stock items (valves, fittings and gauges). A. Boiler, Jacket, Smokebox and Frame and Running Gear to Boiler Fastenings 1. Boiler will be cleaned and painted after old jacket removed in order to reduce rust forming stain to other parts. Spacer material may be attached to boiler to support new jacket. 2. The old jacket will be replaced with new paint grip galvanized paintable sheet metal to cover the boiler from top to just below the level of the running boards with old dome covers to be reused. 3. Any completely deteriorated portion of the smokebox will be replaced with like thickness of steel with a secondary flange added to facilitate joining smokebox to saddle. Any non-appearance parts may be deleted to facilitate the work. 4. A matching flange will be added to cylinder saddle for joining to smokebox. Other flex braces between boiler and frame may be fitted with bolted splice bars to facilitate reassembly. 5. Interim Inspection B. Frame and Running Gear 1. Disassemble as may be necessary and practical for cleaning and painting. 2. Clean, paint and reassemble C. Cab, Running Boards, Grab Irons and Handrails 1. Cab floor may be separated from running boards and may be reinforced with steel plate subfloor. 2. Running boards to be replaced with steel walk plate not exceeding 1/8" nominal thickness. 3. Handrails and grab irons to be repaired if necessary cleaned and painted. D. Piping, Auxiliary Equipment, Brake Valves, Gauges and Cab Lighting (see note at first) 1. All cab equipment, piping, auxiliary equipment, vales and gauges will be provided to be in appearance as close to steam era as practical. 2. Replacement bell to be brass steam locomotive bell. Whistle maybe of steel or iron, functional and appropriate to era. 3. Cab electrical fixtures if required will be for appearance only E. Tender Tank, Frame, Deck, Running Gear 1. Sides of tender tank repaired to original appearance. No oil tank will accompany tender. Locomotive Advertisement for Bids City of Anna, Texas 2. Any rotted wood replaced with standard sized pressure treated pine lumber. Multiple layers may be employed if dimensions not readily available. 3. All exterior surfaces to be cleaned and painted. 4. Hoses will be renewed with readily available replacements of similar appearance. F. Fitting of Boiler to Running Gear and Frame 1. Crane would be required to lift and position boiler for fitting to frame and running gear. 2. Cab fitted to boiler in this same process. 3. Any required adjustments made and assembled parts returned to shop for fitting of other parts and piping. G. Final Assembly, Inspection, and Disassembly for Loadout 1. All components would be complete and installed to assure final fit to assembled boiler, running gear and cab. 2. Completed tender would be attached to locomotive and all hoses connected. 3. Pre -transport inspection would be made. 4. Locomotive and tender returned to shop for transport disassembly generally to allow easy parting of cab, boiler, frame and running gear at loading site. Off Loadin_ at t Display Destination (Sherley Park) and Final Assembly. The project will be awarded under one Contract. A deed of ownership shall be provided to City. Proposed Contract Documents may be examined without charge at the offices of: CITY SECRETARY 111 N. Powell Parkway Anna, Texas 75409 Tel. 972-924-3325 In accordance with Texas Gov't Code Sec. 2253.021, the successful bidder will be required to furnish a performance bond in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and a payment bond in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. If the contract price does not exceed these amounts, the respective statutory bonds will not be required. It shall be each bidder's responsibility to inspect the site of the work and to become fully informed regarding all local conditions under which the work for this project is to be done. The City reserves the right to reject any and all bids. CITY OF ANNA, TEXAS Carrie Smith City Secretary END OF ADVERTISEMENT FOR BIDS Locomotive Advertisement for Bids City of Anna, Texas