HomeMy WebLinkAbout001208 Original ContractCITY PIER TRANSIENT MOORAGE REPLACEMENT
PURCHASE CONTRACT NO. PKl1-06
P ORT
o
C]TY OF PORT ANGELES
WASHINGTON
CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
Director of Public Works & Utilities
iam Bloor
Rev
City of Port Angeles
Record # 001208
gF
City Attomey
Page I of 19
CONTRACT DOCUMENTS
for
March 2017
by:
March 10, 2017
CITY OF PORT ANGELES
INVITATION TO BID
For
Sealed bids will be received by the Contract Specialist of Public Works & Utilities until 2:00PM,
Wednesday, March 29, 20'17, and will be opened and read in the Public Works Engineering
conference room, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington
98362.
Bids will be taken for the following Materials:
One 80'Ganqwav, One 200'Headwalk. Three 80'noer Floats. and Two 35' Finoer Floats
Bid documents may be obtained by emailing Lucy Hanley, Contract Specialist, at
contracts@cityofpa.us or City of Port Angeles' website, http://wa-
oortanqeles.civico lus.com/bids.asox
All bids must be on the form provided. Faxed or emailed bids shall not be accepted.
The City of Port Angeles (hereafter'Ci$') reserves the right to reject any or all bids and to
waive minor irregularities in the bidding process. Subject lo the foregoing, the Contract may be
awarded to the lowest responsible bidder.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid
to such businesses as have contacted the City for such notification. Further, all bidders are
directed to solicit and consider minority and women owned businesses as potential
subcontractors and material suppliers for this Contract.
Bids must be sealed with the outside of the envelope marked "BlD OPENING DATE: March 29,
2017, PURCHASE CONTRACT NO. PK11-06. The name and address of the Bidder shall also
appear on the outside of the envelope. Bids shall be addressed:
Public Works and Utilities Department
Attn: Lucy Hanley, Contract Specialist
321 East 5h Street
Port Angeles, Washington 98362
PUBLISH: Peninsula Daily News: March 16, 2017
Pro.iect No. PK 11-06
Page 2 of 19
CITY PIER TRANSIENT MOORAGE REPLACEMENT
Form revisedr November 21.2016
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE March 29, 2017
PURCHASE CONTRACT NO, PK1 1-06,
The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
City of Port Angeles, Public Works and
Utilities, Attn: Lucy Hanley, Contract
Specialist and mailed to 321 East Fifth
Street, Port Angeles, Washington 98362.
Do not make reference to brochures or
supporting literature on the bid sheet. All
notations for bid compliance or
exceptions are to be made on the bid
sheet or on a plain piece of paper
attached and referenced to the bid item.
lf a bidder's corporate policy mandates use
of an official quotation form, it may be
submitted. However, the cost data must be
duplicated on the City's bid cost data and
agreement sheet. The City's bid sheet
must be signed by the bidder or its agent
in order for the proposal to be accepted.
lf alternate equipment is proposed, bidders
are required to submit a separate bid sheet
for each unit offered.
INSTRUCTIONS FOR BIDDERS
Equipment Bids
All bids must be made on the required bid
form and in cases of bid price extension
errors, the unit prices will govern. All blank
spaces for bid prices must be filled in, with
ink or typewritten, and the bid form must be
fully completed and executed when
submitted. Only one copy of the bid form is
required. Faxed or emailed bids will not
be accepted. Failure to adhere to
instructions may constitute disqualification
of bid.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
the specifications.
Failure on the bidder's part to comply with
any specification herein will be grounds for
disqualification of the bid.
All items called for in the specifications,
including but not limited to the equipment
constructed as shown, and the necessary
manuals, must be complete and delivered
before the final payment can be processed.
When the description of an item includes
both specifications and a brand name and
number, the specifications shall govern in
case of conflict. Brand name and number
are for reference as to the type and quality
required and do not preclude offers of a
comparable or better product, provided full
specifications and descriptive literature
accompany the offer.
WARRANTY:
The purchased supplies or equipment
furnished must have full manufacturer's
warranties, and the warranties must inure to
the benefit of the City.
Bidder agrees to these warranty provisions
by signing the bid sheet.
SAFETY:
Project No. PK 11-06
Page 3 of 19
Form revisedr November 21, 2016
The attached specifications describe the
minimum requirements for the equipment
requested. All parts necessary to provide a
complete unit, meeting all safety
requirements, and ready for operation, shall
be included in the bid and shall conform in
strength, quality of workmanship and
material to that usually provided in the
general trade. Full descriptive literature
should accompany every bid. Any variance
from the specifications or standards of
quality must be clearly stated in writing by
the bidder.
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The unit shall be tested by the successful
bidder for compliance with all OSHAMISHA
regulations and the State Department of
Labor and lndustries Safety Rules.
GENERAL INFORMATION:
The City reserves the right to consider
delivery time and may waive any minor
irregularities or minor defects or reject any
and all bids. Any bid may be withdrawn
prior to the above scheduled time for the
opening of bids or authorized postponement
thereof. Any bid received after the time and
date specified shall not be considered. No
bidder will be permitted to withdraw its
proposal between the closing time for
receipt of proposals and the execution of
contract, unless the award is delayed for a
period exceeding sixty (60) calendar days.
The City may, at its option, in awarding this
purchase contract, take into considerationthe revenue it would receive from
purchasing the equipment from a supplier
located within its boundaries, in accordance
with RCW 33.30.040.
Orders. Payments shall be made within 30
calendar days from invoice received.
Minority and women owned businesses
shall be afforded full opportunity to submit
bids in response to this invitation, shall not
be discriminated against on the grounds of
sex, race, color, age, national origin or
handicap in consideration of an award of
any contract or subcontracl, and shall be
actively solicited for participation in this
project by direct mailing of the invitation to
bid to such businesses as have contacted
the City for such notification. Further, all
bidders are directed to solicit and consider
minority and women owned businesses as
potential subcontractors and material
suppliers for this project.
Signing of the bid sheet by bidder and
subsequent acceptance by the City of the
lowest responsive bid will constitute a
binding agreement between the City and
bidder. Bidder understands and agrees that
no contract payment will be made until the
City certifies that all stated specifications
have been complied with and the equipment
is delivered and accepted by the City.
Bids will be evaluated and submitted to the
authorized purchasing agent for approval as
soon as possible after bid opening. All
bidders will be notified of results in writing.
Upon award of the Contract to the
successful bidder, the City will send the
bidder duplicate, complete sets of Contract
Documents, which will include the City's
Purchase Order. The Purchase Order will
include the final agreed upon price and the
specific equipment and options being
purchased. The bidder will then sign the
duplicate sets of Contract Documents and
return them for signing by the City. Each
party will retain a fully executed set of the
Contract Documents.
The lnvitation to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Project No. PK 11-06
Page 4 of 19
Fom aevised: Novem ber 21 . 201 6
DELIVERY & ACCEPTANCE:
See Standard Terms and Conditions, Page
6. ltem no. 6 and project specifications.
For the Schedule(s), offers made in
accordance with the lnvitation to Bid shall
be good and firm for the period of @
calendar davs after contract award
unless the bidder specifically limits its offer
to a shorter period by written notification on
the bid document. However, bids so
modified may be declared non-responsive.
Quantities shown are of total estimated
initial quantities to be ordered- Purchase
Orders for additional quantities may be
placed with successful bidders over this
period from the date of award. Prices bid
shall be good for all equipment and
materials ordered during that period. All
orders shall be placed using City Purchase
Questions should be directed to Lucy
Hanley, Contract Specialist at
contracts@citvofoa.us.
Project No. PK 11-06
Page 5 of 19
Fom revised: November 21. 2016
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON THAT ARE HEREBY INCORPORATED BY
REFERENCE.
'1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specifications will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless olherwise stated herein.
3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, bidder shall give prior notification and obtain written approval thereto from the City.
Time is of the essence and the Contract is subject to termination for failure to deliver as
specified and/or appropriate damages. The acceptance by the City of late performance with
or without ob.jection or reservation shall not waive the right to claim damage for such breach
nor constitute a waiver of the requirements for the timely performance of any obligation
remaining to be performed by bidder.
The successful bidder shall be responsible for delivery to the locations indicated below,
during the City's normal work day. Delivery shall be made within the time period specified
on the bid.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement equipment
rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has
adopted the following to calculate liquidated for failure to complete the delivery of the
equipmenUmaterial on time.
Accordingly, the bidder agrees to the following:
a. To pay liquidated damages in the amount of $12.50 for each working day beyond the
number of working days established for physical delivery of the equipmenUmaterial.
b. To authorize the City to deduct these liquidated from any money due or coming due to
the bidder.
5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: lnvoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
Project No. PK 11-06
Page 6 of 19
Form revised: November 21.2016
6. SHIPPING INSTRUCTIONS: Delivery of the gangway shall be prepaid FOB to the Port
Angeles City Pier. Delivery of the floats shall be prepaid FOB to the Port of Port Angeles'
Boat Haven. Unloading and installation of the floats and gangway shall be by City personnel
supervised by a manufacturer provided qualified representative
7. REJECTION: All goods or materials purchased herein are subject to approval by the City.
Any rejection of goods or material resulting from non-conformity to the terms and
specifications of this Contract, whether held by the City or returned, will be at bidder's risk
and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
9. INFRINGEMENTS: Bidder agrees to protect and hold harmless the City against all clalms,
suits or proceedings for patent, trademark, copyright or franchise infringement arising from
the purchase, installation, or use of goods and materials ordered, and to assume all
expenses and damages arising from such claims, suit(s) or proceedings.
10. WARRANTIES:
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
Contract, or any condition of this Contract concerning the conclusiveness thereof, unless
otherwise specified for a different period in Schedule A, the bidder wanants that for a period
of one year after delivery and acceptance by the City that:
(1) All supplies furnished under this Contract will be free from defects in material or
workmanship and will conform with all requirements of this Contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and
method of, shipment of such supplies will conform with the requirements of this Contract.
b. When return, correction, or replacement is required, transportation charges and
responsibility for the supplies while in transit shall be borne by the bidder. However, the
bidder's liability for the transportation charges shall not exceed an amount equal to the cost
of transportation by the usual commercial method of shipment between the place of delivery
specified in this Contract and the bidder's plant, and return.
c. Any supplies or parts lhereof, conected or furnished in replacement under this clause,
shall also be subject to the terms of this clause to the same extent as supplies initially
delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration
to that in paragraph 10.a of this clause and shall run from the date of delivery of the
corrected or replaced supplies.
e. All standard manufacturer warranties must inure to the benefit of the City.
f. Remedies available to the City. Within a reasonable time after providing notice to the
bidder, the City may either:
(1) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not conform
with the requirements of this contract within the meaning of paragraph 10(a) of this clause;
or
Pro.iect No. PK 11-06
Page 7 of '19
Form revised: November 2l, 2016
d. All implied warranties of merchantability and "fitness for a particular purpose' are
excluded from any obligation contained in this Contract.
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior wrilten
consent of the City.
12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or
use tax. No charge by bidder shall be made for federal excise taxes, and the City agrees to
furnish bidder, upon acceptance of articles supplied under this Contract with an exemption
certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Bidder warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances
of any kind.
14. RISK OF LOSS: Regardless of FOB point, bidder agrees to bear all risks of loss, injury or
destruction of goods and materials ordered herein that occur prior to delivery. Such loss,
injury or destruction shall not release Bidder from any obligation hereunder.
15. HOLD HARMLESS: Bidder shall protect, indemnify, and hold the City harmless from and
against any damage, cost or liability for any injuries to persons or property arising from acts
or omissions of bidder, its employees, agents or subcontractors howsoever caused.
16. ANTI-TRUST: Bidder and the City recognize that in actual economic practice overcharges
resulting from anti-trust violations are bome by the City. Therefore, Bidder hereby assigns
to the City any and all claims for such overcharges.
17. DEFAULT: Bidder shall be liable for damages suffered by the City resulting from Bidder's
breach of Contract. Bidder covenants and agrees that in the event suit is instituted by the
City for any default on the part of the bidder, and the bidder is adjudged by a court of
competent jurisdiction to be in default, bidder shall pay to the City all costs, expended or
incurred by the City in connection therewith, and reasonable attorney's fees. The bidder
agrees that the Superior Court of the State of Washington shall have jurisdiction over any
such suit, and that venue shall be laid in Clallam County.
'18. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and
model and submits descriptive literature when available. Any bid containing a brand which
is not of equal quality, performance, or use specified must be represented as an alternate
and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
19. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment shall be tested by the successful Bidder for compliance with all
OSHAAIVISHA regulations and the State Department of Labor and lndustries Electrical
Workers Safety Rules.
Project No. PK 11-06
Page 8 of 19
Form revised: November 21 . 201 6
20. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT lN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, BIDDER ACCEPTS ALL OF THE TERMS
AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE
CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY BIDDER AS A
CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. PK 11-06
Page 9 of 19
Form revised: November 21 . 201 6
PURCHASE CONTRACT
THIS CONTRACT is made and entered into as of the date of the last signature
affixed below, between the City of Port Angeles, a non-charter code city and munlcipal
corporation of the State of Washington (hereinafter called the "City") and Topper
lndustries, lnc. (hereinafter called the "Contractor," "Vendor," or "Bidded').
WITNESSETH: That the City and the Bidder, in consideration of the performance
of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete Contract includes the lnvitation to Bid, the lnstructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order, and
the Purchase Contract. The foregoing documents shall hereinafter be called "Contract
Documents" or "Contract." All obligations of the City and the Bidder are fully set forth
and described herein.
ln the event of a discrepancy between any of the Contract Documents, as above
defined, the City shall give a written interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Bidder agrees to sell and deliver to the City, at the delivery point specified in the
lnstructions to Bidders, and the City agrees to purchase and receive from Bidder the
equipment as described and set forth in the Contract Documents and the provisions of
the Bidde/s bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Bidder shall not assign any of its responsibility under this Contract without the
express written consent of the City.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be govemed by, and construed in accordance with, the applicable
laws of the State of Washington. Any legal proceedings to determine the rights and
obllgations of the parties hereunder shall be brought and heard in Clallam County
Superior Court.
Project No. PK 11-06
Page 10 of 19
Fom revised: November 21, 2016
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscrimlnatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above-stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
ln the event that any of the provisions of this Contract are violated by the Bidder or
the Biddels subcontractors, the City may serve written notice of intention to terminate
such Contract upon the Bidder, which notice shall specify the reasons therefore. Unless
within thirty (30) days after serving such notice upon the Bidder such violation shall
cease and an arrangement for the correction thereof satisfactory to the City be made,
the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate.
ln the event of any such termination, the City may purchase the materials necessary for
complete performance of this Contract for the account and at the expense of the Bidder,
and the Bidder shall be liable to the City for any excess cost thereby.
1
2
Project No. PK 11-06
Page11of19
Form revised: November 21 . 201 6
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
lN WITNESS WHEREOF, the parties have executed this Contract as of the last
signature affixed below.
TOPPER INDUSTRIES, INC.CITY OF PORT ANGELES
By:By:
Title:Title: Cz L-t n4e*aaau-
Dated:Dated: '1
ATTEST:
I
Crult,t urlvegoq,tlL
City
c&cr#x
Ap to as to
ey
Project No. PK 11-06
Page 12 of 19
Form revisedi November 21 2016
/-
City of Port Angeles
lnvitation for Bid
Purchase Contract: PKI 1-06
Schedule A
City Pier Transient Mooraqe Replacement
Floats
1 - 8'x200' Headwalk Float
3 - 6'x80' Finger Floats
2 - 6'x35' Finger Floats
All floats to have 50o/o grated surface with 62% functional open space. Grating to be
non-slip, ADA compliant, molded and manufactured by Fiber Grate, FRP Resources, or
equal
No treated wood may be used as decking orfor in-water components
Any foam used for flotation to be encapsulated in a UV resistant shell
Cleats shall be 12 inches uniformly spaced. Maximum spacing to be 13 feet, minimum
spacing to be '10 feet
Pile yokes, cleats, bolts, fasteners, brackets, hinges, hinge pins and any other hardware
shall be hot dip galvanized
Pile yokes to be lined with UHMW plastic wear plates (Existing piles are 12 inch
diameter steel. Pile layout is as shown in the 1994 moorage plan provided as
attachment A)
Hinge pins to be sleeved within UHWM plastic
Hinges to be barrel type
Placing dissimilar metals in contact shall be avoided to the maximum extent possible to
prevent galvanic corrosion.
Drawings to be provided for review and approval.
Engineering calculations sealed and signed by a professional engineer licensed in
Washington State shall be provided.
Loadino
Cross slopes under dead load only shall not exceed 2%
Design uniform live load shall be 25 pounds per square foot
Design live point load shall be 400 pounds minimum
Design wind load shall not be less than 15 pounds per square foot wilh a typical boat
length of 20 feet and height of 4.5 feet
Design wave loads shall be calculated using a 2 foot wave height with a 6 semnd
period.
Poect No. PK 11-Oo
Page 13 of 19
Folm revis6d: Nov6mb€r 21 , 201 6
GENERAL DESCRIPTION: Construction and delivery of gangway and floats for the
replacement of the City Pier Transienl Moorage
DATE DELIVERY REQUIRED: Eight (8) weeks from fully executed contract darq --Lan'lt*'
^^A,
be Exr-a$€.>' ?"r l,i-5q'i) Q-+A*l,U+re.> S/zzln,(@;
WARRANTY: 1 Year from City Council project acceptance on material anF-
workmanship
SPECIFICATIONS
Freeboard
Under dead load only: Minimum Freeboard 14 inches/Maximum 24 inches
Under dead load + uniform live load: Minimum Freeboard: 10 inches
Under dead load + live point load: Minimum Freeboard '10 inches
Maximum Slopes
Under dead load only, dead load + uniform live load, or dead load + live point load cross
slope shall not exceed 1:5O (2o/o)
Ganqway
I - 4' x 80' Aluminum Gangway
Gangway to have 100% grated surface with 62% functional open space. Grating to be
non-slip, ADA compliant, molded and manufactured by Fiber Grate, FRP Resources, or
equal. No cleats allowed.
Minimum clear width between handrails shall be 36 inches
Handrail diameter shall be 't and 'll2 inches with 1 foot handrail retums
Handrail height shall be 34 inches
Top guard rail height shall be no more than 48 inches above the deck
Openings in guard rails shall not permit the passage of a 4 inch diameter sphere
Design uniform live load shall be 50 pounds per square foot
Transition plates shall be provided at each end
Hinge connection shall be new
Placing dissimilar metals in contact shall be avoided to the maximum extent possible to
prevent galvanic corrosion.
Drawings to be provided for review and approval.
Engineering calculations sealed and signed by a professional engineer licensed in
Washington State shall be provided.
Deliverv and lnstallation
Delivery of the gangway shall be FOB to the Port Angeles City Pier.
Delivery of the floats shall be FOB to the Port of Port Angeles' Boat Haven.
Unloading and installation of the floats and gangway shall be by City personnel
supervised by a manufacturer provided qualified representative.
Page 14 of 19
Fom evised November21 2016
See Atlachment A for pile locations and spacing
Project No. PK 11-06
CITY OF PORT ANGELES
Bid No. PKll-06
BID FORM
City Pier Transient toorage Replacement
Bidder must bid on gl! bid items for a bll to be considered valid. The Bidder hereby bids the
following amounls for all material described in the Contract Documents.
q\
1 8'x200'Headwalk Float I'rr,*, u.1 b-1,5)1.oo$
6'x80'Finger Float 3 It^,=u+,*1 6a,q tz,6a
6'x35' Finger Float3 2 wq,A|,oa c tg,zg\,oo
4'x80'Aluminum
Gangway 1 ln,q*.oo 127,g o7 , oo
4 g 4,7o4,oo ,
I+,boo,oo
*1g,ot t,ttSales Tax (8.47o)
Total Bld Amount:
Freight
Items
d n+,ab;,r+
Project No. PK 11-06
Page 15 of 19
Fotu Gvisad: tbvdnb.r 2t. a)'16
Bld ltem No.PriceerY I unit Total Prlce
2
4
CITY OF PORT ANGELES
Bid No. PKl1-OG
CITY PIER TRANSIENT MOORAGE REPLACMENT
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you SE additional units to the City of Port Angeles at the bid price until further
notice
ES :NO
ADDENDA ACKNOWLEDGMENT: The Bidder hereby acknowledges that it has
received Addenda Nds). (J to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the Bidder or a reprcsentatiye
legally authorized to bind the Bidder.
FULL LEGAL NAME OF BIDDER C A cT
TYPE OF BUSINESS:
(limited)
Corporation ! Partnership (general) ! Partnership
o Sole Proprietorship D Limited Liability Company
ADDRESs a.O.'Bo* 7O=O
CITY/STATE/ZIP +
pHoNE €oo-3v7-zLzS FA)( 360'8,4t-gOZ\
NAME (PLEASE PRI NT)Df/b"tk/
TITLE ;t 0p
SIGNED DATE S.z-/. t 7
o
Page 16 of 19
Fom revised: November 21, m16Poect No. PX 11-06
NON.COLLUSION AFFIOAVIT
"rorro, ila#ff&rl
couNwoF (z/. f*
)
)
)
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to pul in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him/her self an advantage over any olher bidder or bidders.
Signature of Bid
Subscribed and sworn to before ^" llritZt ary or ilnm.h
rln-r,Q,\,rh,trurn
.z OIL
tc tn nd
Residing at
My Comm. Exp .: b5,.7.b+
NotrY Public
Strt. of wrshirytoo
CLAIR OHLGREN
MY COMUISSION EXPIRES
MaY'15,2017
Project No. PK 11-06
Page '17 of '1 I
Form rtvis€d: iaoveribe. 21. 2016
of
PEP. I
<w) 6f7-1232 (8m) $2OOCKFAX(360)687{345 (3625)
P.O. BOX 2439
Bottle Grourld, WA 98d04
www.topperfroots.com
INUJSIRIES r\C.
Marin AS
Topper Industries has gained vast experience and knowledge
during the past thirty (30) years. We are able to provide all
aspects of your marina including design, engineering,
fabrication and complete tumkey installation. The slips can
be open or covered depending upon your clientele. Since we
are first and foremost a manufacturer, we can also provide all
other components necessary to the success of your marina
including, aluminum gangways / fixed ramps, security gates
and floating breakwaters.
Commercial Marinas/Floating Docks
Low Freeboard Floatins Docl$
Over the years Topper has designed and fabricated
many styles of low freeboard floating docks. The one
thing they all have in common is the 6" - 10"
freeboard allowing the users safe and convenient
access to their boats. These docks are designed to
make getting into and out of canoes, kayaks, rowing
skulls, crew boats, dragon boats and paddleboats
something anyone can do.
L aun c h Ramp /C ourt esv D o cl<s
Topper launch ramp floating docks can be fabricated to
meet or exceed your design criteria. We have manufactured
courtesy docks anchored by piling, anchors, rail systems
and cable systems depending upon site-specific annual
water elevation requirements. We can fabricate docks with
pressure treated timber frames, steel frames (painted or
galvanized), aluminum frames and glulam frames. The deck
can be a variety of materials, including light penetrating
gratings in the Pacihc Northwest. All Topper flotation has
encapsulated expanded polystyrene (EPS) foam block as its
core to ensure a long lasting float unit.
Boathouse Floatins Docks
Topper boathouse docks can be designed to fit your vessel
whether long or short, ta1l or low profile, broad beam or
narrow beam. There are many options to choose from in a
Topper boathouse, including, remote control operated roll
up doors on the front, boatlifts inside the boat well, solar
power to run the electrical and many others.
II
I
II I \
Launch tiamp/Co*v bo-c!
f:l Hit
,
tE-a?V.
rE
----__------,
l
rt
---
rrllrr-rEilllEl[iliEs
re I
G
.T
Residential Floating Docks
Residential
Topper residential floating docks have been providing fun, safe
access to owners of private boats for decades. When you own a
boat you do not want to spend lots of your valuable time away
from work maintaining your dock. We know you would rather
fish, ski, wakeboard or just take a relaxing cruise on the water.
With a Topper dock you'll spend less time with your dock and
more time with your boat.
Topper residential docks can be as simple as a rectangular float
or an "L" or "F" shaped dock to provide protection. Wait a
moment; you want to be a little different than your neighbors,
no problem. We can provide special angles or round platforms,
you can have a composite deck, IPE hardwood deck, or, even a
deck with all heart cedar that is free of any knots, we can even
build you a floating gazebo ifyou like. Just ask!
Debris Booms
Topper debris booms are formed using
Topper tire logs. The logs are cabled or
hinged together to form any length
necessary. The debris booms can be secured
on piling, anchors or tiebacks to shore. These
Topper logs are tough enough to do yourjob.
FL TING STR
Floatins Breahilaters
Topper manufactures three primary styles of floathg breakwaters
each with its own merits. The floating tire breakwater is
particularly useful in knocking down wind or vessel generated
waves with a short period. Topper heavy-duty floating breakwater
docks are wide and built very strotrg to dissipate wave energy and
yet give additional transient or permanent moorage to generate
increased profits. Topper floating pipe breakwaters offer
protection for smaller constant waves that can cause long-term
damage to your floating dock or erode away the shoreline. Since
the breakwaters are fabricated in modules nearly any shape or size
is possible giving you maximum flexibility.
Wetlands F I o atin s rYal kw av s
Do you have critical habitat that is in a marsh or flood plain that
you would like to access to view flora, fauna or wild critters?
Topper wetland walkways are boardwalks that are designed to rest
on the ground in dry conditions or float when water levels raise
during flooding. These boardwalks allow access for the scientific
community, outdoor school classroom activities and the general
public without damaging the surrounding habitat.
Residential
-.S.>-
\u:
a
Floating Breakwaters
_ ."!-
a '1
,a II tI
*I
1 \
i.
DEII.(360)687-1232 8OO'332-DOC(
INDUSTRIES INC.
ADA Accessibility
Topper can design, engineer and fabricate aluminum
gangways to meet your accessibility needs. Common
amenities on an ADA gangway are mid rails with no
more than a 4" opening, intemal handrails, handrail
retums, 4" toe rail and transition plates at the top and the
bottom eliminating all gaps and steps. There are a variety
of skid resistant decks available.
Residential Ganpwa r-s
Topper can also fabricate smaller, lighter gangways for
your residential use. Your family and friends will feel
very secure as they walk down the gangway to your
dock. With little to no maintenance required, you can
spend your time relaxing on the water instead of
working over it.
Commercial/Residential Gangway s
FAX (360) 6E7-O345
Po. Box 2439
Sottle Ground WA 98604
(362s)
Commercial Gangwa\ts
Using a truss design allows Topper gangways to
span long distances. Fabricated from marine grade
aluminum alloys, typical loads are from 40 psf to
100 psf with minimal deflection. Topper aluminum
gangways are lightweight. This will put less pressure
on your docks than significantly heavier wood or
steel gangways of the same dimensions. Once
installed there is little or no maintenance required.
This will allow your staff to focus their efforts
elsewhere.
Specialn' Gangways
Our capabilities extend beyond the typical. If you
want something out of the ordinary, a design that is
unique to you, something that reflects your
personality as an individual, community or city. we
can fabricate it. We value the opportunity to explore
any options you might wish to consider.
Res ntial
Commerciall
!€ntw
Specialn
ADA
t-
I
\
.-+
-ef
L-1
;:L'I
Pedestri an/ Trail Bridges/ Catwalks
Pedest Bridpes
Topper bridges can be designed for pedestrian,
bicycle, equestrian and light vehicle use. You can
order the bridge with or without a camber. Using
Topper's truss design we can span long distances
without compromising structural integrity. Deck type,
horizontal or vertical pickets, painted or unpainted are
a few of the options available.
Catwalks
Topper bridges are an excellent choice for industrial
catwalks. There are a variety of ventilated and non-
ventilated skid resistant deck materials available.
Your employees will feel very secure walking across
Topper catwalks. An added benefit is that there is
little or no maintenance required for Topper
catwalks, leaving your staff free for other projects.
Topper aluminum trail bridges can be used in
many forest applications. If the bridges are for
r€mote arcas they can be flown in and set by
helicopter. We can paint the bridges, use a wood
deck and add wood trim for the mid rails,
handrails and top cap. Instead of detracting frcm
the natural setting, your bridge will blend into the
natural surroundings of the environment.
Caru,alks
IE
Trail Bridees
w!N
'ilJ
L
I
L;
Tiiiil Bridrc:.4___-__-F).t.r:
1
t ,l
I
I
Pedestrian
E't
ir ., l,l
T
!i
;
*-
ryE*-.a
Sales@Topperlloats.com
80G332-DOCK (3625)
PHONE (360) 84r-8320
FAX (360) 841-8021
P.O. Box 2050
Woodland, WA. 98674
Topper
Security Gates
For all your
security needs
Topper Industries manufactures prefabricated SECURITY GATES to meet your
security requirements. Perhaps your needs are that ofa private homeowner limiting
access for liability reasons. Perhaps you operate a marina and need to guard against entry
by people who are not tenants. Perhaps you operate large commercial facilities such as
cruise / ferry terminals or tour boat operators monitoring persons with regard to
Homeland Security. In any case Topper Industries can manufacture a SECURITY
GATE designed to meet your needs.
Topper SECURITY GATES can be designed with aluminum or steel frames. There are
many options to consider. Mesh can be used or pickets to cover the frame to keep people
from climbing on or around them. Doors are designed with heavy duty stainless ste€l
hinges, kick plates, door closers, door handles / locks and monitoring equipment if
desired. Access can be granted by keypad entry, card key or metal key. Keypad or card
key entry can be linked to your computers by a wired or wireless connection so that you
can monitor the ingress and egress at your gate(s).
Topper SECURITY GATES can be configured to almost any design. Gate wing panels
can be added to the sides of the gates to extend the length or depth of the area being
protected. Please call us for a quote.
m
r
tr':r
E
..riLl
il
T I rl -/T
-L r,
-f--r l-
INDUSTRIES INC.
\
\l
\{
I
st
J
!
rI u
t!t1:!
tlll[{i!r,,,,
I
DOCKS
r-I-
l-l
I
I
!
1 E
IEEI
-
T
Ft
\'
; la-
BIDDER'S CHECKLIST
1 . Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non-Collusion Aftidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. Has the product descriptive literature been included with the Bid Form?
5. BIO MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED AVALIO BID.
ffitvd
Proiect No. PK 11-06
Page 18 of 19
Form rcvised: November 21. 2016
Attachment A
1994 Moorage Plan
(Emailto Bidders upon Request)
Project No. PK 11-06
Page l9 of 19
Form r€vis€d: Novernber 21, ml6
I
i:
-,! ,
"l
It
I
I
7!.
ua-
ttl
I
o
$
\c
1,
l
FI t
t!l _l
,'t
(-
\a
-:.'.. _ rB *,
I
-
i