Loading...
HomeMy WebLinkAboutR-2013-002 Trail Signage Bid AwardRESOLUTION NO. R- 2013 -002 A RESOLUTION AUTHORIZING AND AWARDING THE BID FOR THE FABRICATION AND PURCHASE OF HISTORICAL TRAIL SIGNAGE TO ACME SIGN, INC. IN AN AMOUNT NOT TO EXCEED $12,960 WHEREAS, the City of Riverside, Missouri issued an invitation to bid to vendors for the fabrication of low profile post mounted signs to be utilized at six (6) locations along the trail system within the City; and WHEREAS, one written bid was received from Acme Sign, Inc. in the amount of $12,960, which bid was within the engineer's estimate and budgeted amount for the project; and WHEREAS, the purchasing policy adopted by the City provides for award of a bid to the lowest responsible bidder with due consideration given to the quality of previous performance of the contractor as well as the quality of service and product for this particular use required; and WHEREAS, following an investigation of services and references, staff has recommended award of the bid to Acme Sign, Inc. as the lowest responsible bidder; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to authorize and approve the bid with Acme Sign, Inc. in an amount not to exceed $12,960 for the purchase of trail signage; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS: THAT the bid of Acme Sign, Inc. for the fabrication and delivery of trail signage in an amount not to exceed $12,600 is hereby accepted and approved; and FURTHER THAT funds for such purchase are hereby authorized from the proceeds of a 2012 Platte County Parks and Recreation Outreach Grant and the Tourism Tax Fund; and FURTHER THAT the City Administrator, Mayor and /or Finance Director are hereby authorized to execute all documents necessary to carry out the terms and conditions of such purchase and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen and APPROVED by the Mayor of the, City of Riverside, Missouri, the day of January, 2013. o a Mayor Kathleen L. Pose ATTEST; City Clerk Approved as to Form: N ho son, City Attorney CITY OF RIVERS MISSOURI upmmm r. ardM"ry: REQUEST FOR BIDS TRAIL SIGNAGE DECEMBER 17, 2012 The City of Riverside is seeking competitive bids from qualified firms to provide trail signs. Scone Six (6) full -color trail signs. See attached scope for sign specifications. Graphic files for trail signs will be provided by the City. Installation instructions shall be provided by the bidder. The City will provide labor. Bid Request Bids will be received by the office of the City Clerk, Riverside City Hall, 2950 NW Vivion Road, Riverside, MO 64150, until 2 p.m. on Thursday, January 3, 2013, at which time all sealed bids will be publicly opened and read in the presence of one or more witnesses. The envelope(s) containing the bids must be sealed, clearly marked on the outside "TRAIL SIGNAGE BID" and addressed to the City Clerk at Riverside City Hall. No bids may be withdrawn for a period of sixty (60) calendar days after the bid opening. Instructions to Bidders A. Bid Preparation: All bid responses shall be • Prepared and submitted on the enclosed form. • Typewritten or completed In Ink, signed by the bidding firm's authorized representative with all erasures or corrections initialed and dated by said signer. • Each bid constitutes an offer and may not be withdrawn except as provided herein. Bid prices are to remain firm for the period stated in the Bid Request. • Each bid shall include all charges, do not add sales tax. B. Bid Submission: Two (2) copies of the Bid Sheet shall be • Submitted in a sealed opaque envelope with the following information written on the outside: • The name of the bidding company • "TRAIL SIGNAGE BID" • Mailed or delivered to: City Clerk, Riverside City Hall, 2950 NW Vivion Road, Riverside, MO 64150 • Bids not received by the time and date specified will not be opened or considered, unless the delay is a result of the City or its agents. C. Errors in Bid Bidders or their authorized representatives are expected to fully Inform themselves as to the conditions, requirements and specifications before submitting bids. Failure to do so will be at the bidder's own risk. D. Award Criteria: The award shall be made to a single bidder who submits the lowest responsible bidder set forth In §135.100 of the Riverside City Code. The City reserves the right to make such decision as It deems to be in its own best interest. The City alone shall make such determinations. The City shall have the authority to reject any and all bids or any parts of any bids and may readvertise or resolicit bids when deemed to be in the best interest of the City. Contact Meredith Hauck, Director of Community Relations • (816) 372 -9023 • mhauck @riversidemo.com BID SHEET Instructions: Please Include two (2) copies of this sheet. We the undersigned, affirm that we have read and understand the terms, conditions and scope of the serves as stated in this bid solicitation. In accordance with the �same, we hereby submit the following bid: Company Name: Acme- sigi 1 1A C . Primary Contact: Voo -essa L. -} orbr c. leer 1 I A . Address: j I_ y G Qf u nt 2 a � � (� T, C �City /State /Zip: N(�1 - k C I1'N Phone; I�0'lo ` I J I� O Fax: Email: ru er CA(- nie.S 1gYw \c-, Corn Federal ID LJ(J (f Or ° Number: r / 6b I �N)S SSN: References - Please provide information on three (3) references: Company Name: &I IY,dyjcs) Contact: (, (�� Phone: e - aSg0 Email: IG h een e) h jokrnv (6/ Brief Description of Project: - (_ho(VVA 6Ut A Kc L-) ]')nrl M ion e6knlv Company Name: Contact: It << Phone: 1 1 )3 - Email: rq on r ) yI -oala online. C -MORE- Brief Description of Project: Company Name: - --axi Contact: Phone: Email: Brief Description of Project: bAles LUMP SUM PRICE Bidder agrees to perform all the Trail Slenage Protect work described in the specifications and shown on the plans, for the following lump sum price (amounts are to be shown In both words and figures. in case of discrepancy, the amount shown in words will govern): 21 Respectfully submitte / Printed Name: M%C - k -C Title: \1l<.. ( P�catOE C � 1 � " Address: 1 ( City, State,, Zip: N , j ^• n / Vt� I �D Phone: M- IE 1313 Vernon Street North Kansas City, MO 64116 Phone (816) 842 -8980 Fax (816) 842.5308 City of Riverside Trail Signage January 2013 WARRANTY: ACME Sign will provide a 2 year warranty on the production of the Aluminum Signs - Parts and Labor for anything that Is not caused by an act of GOD or any vandalism. The Sign Graphic Face material from [zone will be covered for 10 years. Labor to replace will be charged after the 2 year warranty is up. Vanessa Harbrucker ACME Sign Inc. 816 - 218 -8929- office 816 -694 -3128- cell DESIGN. MANUFACTURING .INSTALLATION. MAINTENANCE. NEON SIGN d GRAPHICS -OUTDOOR PICTORIALS . HAND LETTERING & GOLD LEAF. VINYL SECTION 101477 SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Low profile post mounted signs. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: 1. Include fabrication details and attachments details to other work. 2. Show sign mounting heights, locations of supplementary supports and accessories. 3. Show message list, typestyles, graphic elements, including raised characters and Braille, and layout for each sign. C. Samples: For each exposed product and for each color and texture specified. 1.3 INFORMATIONAL SUBMITTALS A. Sample warranty. 1.4 CLOSEOUT SUBMITTALS A. Maintenance data. 1.5 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Ten years from date of Substantial Completion. PART2- PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Thermal Movements: For exterior signs, allow for thermal movements from ambient and surface temperature changes. SIGNAGE 101477-1 514511 B. Accessibility Standard: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA -ABA Accessibility Guidelines for Buildings and Facilities and 1CC Al 17.1 for signs. 2.2 SIGNS A. Manufacturers: Subject to compliance with requirements, provide signs as detailed on the drawings. B. Signs: Fabricate with smooth, uniform surfaces; with message and characters having uniform faces, sharp corners, and precisely formed lines and profiles; and as follows: Aluminum Frame Extrusions: Fabricate signs with 6063 -T6 or 6063- T6/T651 extruded aluminum "F" channel extrusion, angle top frame extrusion and angle bracket extrusion. 2. Aluminum Posts: 3"x 2 "x 3/16" wall tubular aluminum (6063 -T6) posts for upright and low profile bases, and 24 "x 36" double and triple inline assemblies. 3. Aluminum Core Panels: 3/16" flat sheet aluminum (2024 -T3 or 7075 -130 core panel for upright and low profile bases. 2.3 ACCESSORIES A. Fasteners and Anchors; Manufacturer's standard as required for secure anchorage of signage, noncorrosive and compatible with each material joined, and complying with the following: 1. Use concealed fasteners and anchors unless indicated to be exposed. 2. For exterior exposure, furnish stainless -steel or aluminum devices as indicated. B. Bituminous Paint: Cold - applied asphalt emulsion complying with ASTM D 1 187. 2.4 FABRICATION A. General: Provide manufacturer's standard sign assemblies according to requirements indicated. 1. Mill joints to a tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention. 2. Provide welds and brazes behind finished surfaces without distorting or discoloring exposed side. Clean exposed welded and brazed connections of flux, and dress exposed and contact surfaces. 3. Conceal connections if possible; otherwise, locate connections where they are inconspicuous. 4. Internally brace signs for stability and for securing fasteners. B. Graphics Panel: 1. Fused Polycarbonate: Vinyl inkjet print fused between two sheets of UV resistant polycarbonate. SIGNAGE 101477-2 514511 2. Fiberglass Embedded Inkjet: paper inkjet print saturated with fiberglass resin and baked at high temperatures to form a single core. PART 3- EXECUTION 3.1 INSTALLATION A. General: histallation of all signs will be by others using mounting methods indicated and according to manufacturer's written instructions. B. Deliver completed signs to Riverside City Hall, 2950 NW Vivian Road, Riverside, MO 64150. Attention Tom Wooddell. Coordinate deliver details directly with Tom Wooddell at 816- 741 -3993. END OF SECTION 101477 SIGNAGE 101477-3 514511 mm �i r m 11 1 0 V ( E � z� 1> r m a 1 e CITY OF (2! Upstream from ordinary. 2950 NW Vivion Road Riverside, Missouri 64150 AGENDA DATE: 2013 -01 -08 TO: Mayor and Board of Aldermen FROM: Meredith Hauck, Director of Administration RE: Trail Signage Project Background In FY 2011 -2012, the Tourism Commission approved a project to place historical trail signs along the Linear Trail. The City worked with NSPJ Architects and Trozzolo Communications to develop six signs to be placed at designated locations along the trail: Interurban Bridge, Line Creek, Levee /Flooding, Riverside Park/Tom Pendergast, Indian Hills /Indian History, and the Automobile Era. This project also received a 2012 Platte County Parks and Recreation Outreach Grant for this project. Fabrication Bids In December, the City released a request for bids for six full -color trail signs. Acme Sign, Inc. was the only company to submit a bid for the project. Their bid price was $12,960. Budget Impact The total budget for this project is $28,950, including $20,000 from the Tourism Commission and $8,950 from the Outreach Grant. The estimate for fabrication and installation used when developing the budget was $16,500. This number was provided by NSPJ Architects after consulting with area sign companies. The bid received by Acme Signs is within this budget estimate. The Riverside Public Works Department will install the signs at the designated locations along the Linear Trail after they are fabricated. They are also able to do the work within the existing budgeted amount. Board Action Staff recommends that the Board of Aldermen approve the bid for the purchase of trail signage in the amount of $12,960.