Loading...
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